Loading...
Backup Documents 02/09/2010 Item #10A lOA 1 MEMORANDUM Date: March 1,2010 To: Rhonda Cummings, Purchasing Contract Specialist From: Teresa Polaski, Deputy Clerk Minutes & Records Department Re: Contract #10-5198: "Lely Area Stormwater Improvement Project (LASIP) - Lely Main Canal Contractor: Haskins, Inc. Enclosed is one original contract, referenced above (Agenda Item #10A), approved by the Board of County Commissioners on Tuesday, February 9,2010. The second contract will be kept in the Minutes and Records Department as part of the Board's permanent records. If you should have any questions, please contact me at 252-8411. Thank you. Enclosure (1) ITEM NO.: lo_r~C ,o\~ ~ FILE NO.: IDA ~~J~ ~,R.qF~1V~~ ,~);' l~ \~ty. 'T ,) PN \' \ 1,./'" ~. I' , ' REQUEST FOR LEGAL SERVICES .L ;J ..- -0 \ q I'\'\:':.r- 7 \.~ '\J \" ,-...,1 ~ ~~[p$ 0; V ~~\\~ L- ~ 'IT 11 . qt> ,15 ~ vV V""' ~'~ I 0 ~\~:p1 ROUTED TO: DO NOT WRITE ABOVE THIS LINE Date: February 18, 2010 To: County Attorney's Office Jeff Klatzkow, County Attorney From: Rhonda Cummings, FCCN, CPPB, Contract Specialist Purchasing Department, Extension 8941 Re: Contract: #10-5198 "Lely Area Stormwater Improvement Project (LASIP) - Lely Main Canal"" Contractor: Haskins, Inc. - BACKGROUND OF REQUEST: This item has not been previously submitted. This Contract was approved by the BCC on February 9,201 Agenda Item 10.A ACTION REQUESTED: Contract review and approval. OTHER COMMENTS: This is a standard contract with no changes. Please forward to the BCC for signature after approval. If there are any questions concerning the document, please contact me. Purchasing would appreciate notification when the documents exit your office. Thank you. C: Shane Cox/Margaret Bishop, Project Manager .. lOA , MEMORANDUM TO: Ray Carter Risk Management Department FROM: Rhonda Cummings, FCCN, CPPB, Contract Purchasing Department DATE: February 18, 2010 RE: Review of Insurance for Contract: #10-5198 "Lely Area Stormwater Improvement Project (LASIP) - Lely Main Canal" Contractor: Haskins, Inc. This Contract was approved by the BCC on February 9, 2010; Agenda Item 10.A Please review the Insurance Certificates for the above referenced contract. If you have any questions, please contact me at extension 8941. Thank you. dod/RC :p to,/tD C: Shane Cox/Margaret Bishop, Project Manager 10 A I mausen_9 From: Sent: To: Cc: Subject: RaymondCarter Friday, February 19, 2010 3:04 PM CummingsRhonda mausen_g; DeLeon Diana; cox_s; BishopMargaret Contract 10-5198 "Lely Area Storm water Improvement Project (LASIP)- Lely Main Canal" All, I have approved the payment and performance bonds, and the certificate of insurance provided by Haskins, Inc. for contract 10-5198. The contract will now be forwarded to the county attorney's office for their review. Thank you, Ray ~~ Manager Risk Finanace Office 239-252-8839 Cell 239-821-9370 Under Florida Law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by telephone or in writing. 1 Feb 12 10 09:23a Haskins Inc. 239-947-3857 p'10A PH. (941) 947-1846 FAX (941) 947-3857 April 26, 1999 To Whom It May Concern: Please be advised that Joel A. Chambers has the authority to sign contracts, bid bonds, perfonnance bonds and. any , 9therpertm.ent documents that. wo.uld,~ J~ed ~g,!l1Y ~sence on behalf of Haskins Inc. Sincerely, ~~ Harlan Haskins, President ACKNOWLEDGED BY: a/a:~ /JOEL A. CHAMBERS State of Florida County of Lee , The foregoing instrument was acknowledged before me on this&~ay of &~ /.J.. , 1999 by Harlan Haskins, President of Haskins Inc., a Florida corporation, on behalf of the corporation. He is personally known to me and did not take an oatb. ~ '.~ Notary lie State of Florida, at large My commission: expires: Go... My~=5a" - W\yw.sunbiz.org - Department of State " Home Contact Us E-Filing Services Previous on List Next on List Return To List IEntity Name Search Events No Name History Detail by Entity Name Florida Profit Corporation HASKINS, INC. Filing Information Document Number 574159 FEIIEIN Number 591844470 Date Filed 05/31/1978 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 06/20/2005 Event Effective Date NONE Principal Address 10956 ENTERPRISE AVENUE BONITA SPRGS FL 34135 US Changed 02/02/1998 Mailing Address 10956 ENTERPRISE AVENUE BONITA SPRGS FL 34135 US Changed 02/02/1998 Registered Agent Name & Address HASKINS, HARLAN 27171 HOMEWOOD DR BONITA SPRINGS FL 34135 US Name Changed: 01/11/2010 Address Changed: 02/02/1 998 Officer/Director Detail Name & Address Title PT HASKINS, HARLAN 27171 HOMEWOOD DR BONITA SPRINGS FL 34135 Title VS HASKINS, KATHLEEN 27171 HOMEWOOD DR BONITA SPRINGS FL 34135 lOA pag, 1 of 2' Document Searches Forms Help http://www.sunbiz.org/scripts/cordet.exe?action=DETFIL&in<L doc _ number=574159&inq... 2/11/2010 www.sunbiz.org - Department of State Page 2 of2 Annual Reports 1 ~ Report Year Filed Date 2008 01/04/2008 2009 01/19/2009 2010 01/11/2010 Document Images Note: This is not official record. See documents if question or conflict. Ql!,1,.1.!2QtO.=Af\iNUAI...BI;PORI 01/1912Q09.=_ANNUA_I...BI;PORI 01/Q4/2Q08=ANN.UAI...RI;PQRI 01/03/2007 -- ANNUAL REPORT 01/Q9!2Q09.=ANNUAI...BI;PORI Q9120/2005 =..Amendment 01I1312Q05.=ANNUAI...BI;PORT 01/28/2004 -- ANNUAL REPORT 0~21/20Q~--A~f\i~ALREPORT 01/2712Q02 - ANNUAL REPORT 03/02/2000 -- ANNUAL REPORT 03/17/1999 -- ANNUAL REPORT 02/02/1998 -- ANNUAL REPORT 02/24/1997 -- ANNUAL REPORT 01/24/1999 - ANNUAL REPORT 01/24/1995 -- ANNUAL REPORT Previous on List Next on List R~lYnlTQJ"ist IEntityName Search Events No Name History I Home I Contact us I Document Searches I E-Filing Services I Forms I Help I Copyright and Privacy Policies Copyright @ 2007 State of Florida, Department of State. http://www.sunbiz.org/scripts/cordet.exe?action=DETFIL&in~ doc _ number=574159&inq... 2/11/2010 Colt,.~ Administrative Servicas DMsion Purchasing Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal 2) Lely Manor Canal West Outfall (North & South Sections) COLLIER COUNTY BID NO.1 0-5198 COLLIER COUNTY, FLORIDA Design Professional: Agnoli, Barber & Brundage (AB&B)/RWA (i).<~) "'h:tolEl-o'" Purdlasing o.,partment. 3301 Tamiarni Trail East. Naples, Florida 34112. www,colliergov.neUpurchasing lOA 1 (:) TABLE OF CONTENTS IDA 1 A. PUBLIC NOTICE/LEGAL ADVERTISEMENT (PAGE 1 ONLY) B. INSTRUCTIONS TO BIDDERS C. BID, BID SCHEDULE AND OTHER DOCUMENTS D. AGREEMENT E. AGREEMENT EXHIBITS EXHIBIT A: Performance and Payment Bond Forms EXHIBIT B: Insurance Requirement Form 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 AB&B/RWA and identified as follows: Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal 2) Lely Manor Canal West Outfall (North & South Sections) as shown on Plan Sheets 1 through 130. EXHIBIT N: Contractor's List of Key Personnel lOA f eoIt CoU111;Y ~... -- AdrrinisIrative Services Division Purch$$ing PUBLIC NOTICE INVITATION TO BID Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal 2) Lely Manor Canal West Outfall (North & South Sections) COUNTY BID NO. 10-5198 Separate sealed bids for the construction of Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal 2) Lely Manor Canal West Outfall (North & South Sections), addressed to Mr. Steve Carnell, Purchasing Director, will be received at the Collier County Government Complex, 3301 Tamiami Trail East, Purchasing Building, Purchasing Department, Naples, Florida 34112, until 2:30 P.M. LOCAL TIME, on the 19th day of January 2010, 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, Purchasing Building "G" at 3:30 p.m. LOCAL TIME on the 6th day of January 2010, 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, Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal 2) Lely Manor Canal West Outfall (North & South Sections), Bid No. 10-5198 and Bid Date of January 19, 2010. No bid shall be considered unless it is made on an unaltered Bid form which is included in the Bidding Documents. The Bid Schedule (GC-P-1 through 13, GC-CA-B3) 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.collierqov.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 cashiers 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 fifteen (15) calendar days after the receipt of the GC-PN-1 lOA Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys-in-fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within the calendar days listed below from and after the Commencement Date specified in the Notice to Proceed. Project Substantial Completion (Days) Final Completion (Days) 1) Lelv Main Canal 180 30 - Total 210 2) Lely Manor Canal West Outfall 150 30 - Total 180 (North Seament) 3) Lely Manor Canal West Outfall 150 30 - Total 180 (South Seqment) 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 18th day of December 2009. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Stephen Y. Carnell. C.P.M. Purchasing and General Services Director GC-PN-2 lOA 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 GC-P-1 to GC-P-15 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 Collier County Purchasing Department, Purchasing Building, Collier County Government Complex, 3301 Tamiami Trail, East, Naples, Florida 34112. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another sealed envelope addressed as above. Bids received at the GC-IB-1 1 0 p~ 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 cashiers 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 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 120 days from opening, unless otherwise agreed by the Purchasing Director and the Successful Bidder. 3.2 The Successful Bidder shall execute five (5) 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. Riaht to Reiect 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. Section 5. SianinQ 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. GC-IB-2 IDA 5.2 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 5.3 If Bidder is an individual, his or her signature shall be inscribed. 5.4 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 5.5 All Bids shall have names typed or printed below all signatures. 5.6 All Bids shall state the Bidder's contractor license number. 5.7 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 6. Withdrawal of Bids Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 7. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 8. Interpretation of Contract Documents 8.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing, addressed to the Purchasing Department, to be given consideration. All such requests for interpretations or clarification must be received at least ten (10) calendar days prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued, shall be sent by mail or fax to all known Bidders at their respective addresses furnished for such purposes no later than three (3) working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 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. GC-IB-3 IDA 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 Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 9.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. Section 10. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non-responsive or irregular if such materials are not specifically named by Bidder. Section 11. Bid Quantities 11.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not 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 GC-18-4 1 011 Ii , I f-; 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 25% from the estimate at the time of bid. 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 Agent 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. Because of the need to complete these projects in a short timeframe. separate contracts may be awarded to two vendors for the followinQ: 1) Lely Main Canal and 2) Lely Manor Canal Outfall (North and South Sections). The County will have the option of awardinQ all projects to one contractor if it is in the best interest of the County. Bidders must submit pricing on all three sites to be considered for award. 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 GC-I B-5 IDA 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 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. 12.3 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. 12.4 Certificate of Authority to Conduct Business in the State of Florida (FS 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.orq/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. GC-IB-6 IDA Section 13. Sales Tax 13.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner's policies and procedures. Section 14. Exclusion of County Permits in Bid Prices 14.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act", Collier County will pay for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. 14.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 15. Use of Subcontractors 15.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall be "qualified" as defined in Collier County Ordinance 87-25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements and has the integrity and reliability to assure good faith performance. A Subcontractor's disqualification from bidding by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are "qualified." Bidders on any service related project, including construction, must be qualified and directly responsible for 30% or more of the solicitation amount for said work. 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 Bidders 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 GC-I B-7 IDA 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 Ill, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. Section 17. 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." GC-IB-8 ~Cmmt,y ~-^---~ Ac:IrrinisIn::d SeMoes Division Purch~ng lOA 1 Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 ADDENDUM Memorandum Date: January 15, 2010 From: Brenda Brilhart, Purchasing Agent To: Interested Bidders Subject: Addendum #4 -ITB #10-5198 - "Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal and 2) Lely Manor Canal West Outfall (North & South Sections) The following clarifications are issued as Addendum #4 identifying the following change for the referenced bid: CHANGE: The Due Date for the bid has been extended until January 20, 2010. ADD: Revised Bid Schedule for Lely Manor Canal West Outfall - South Section - bidders must submit addendum bid schedule to be considered for award. ADD: Specifications for As-Builts - Attached. CHANGE: Attached are changed plan sheets for Lely Main Canal and Lely Manor West Outfall (N). Q: Clarify the Rip Rap/FDOT requirements. A: Rip Rap does not have to come from an FDOT source. They rip rap can be obtained from local sources. Q: Will "Or Equal" substitutes be allowed for proprietary items? A: Bid the specified product and if a substitute is suggested, provide details on a separate sheet of a paper- if an alternative is going to be considered it must be reviewed and accepted by the County. This will be managed post award. All bidders should be pricing requested item. lOA ~::f Q: 20-week lead time for Waterman gates could make the schedule difficult. A: Waterman currently has a 90-day lead time for producing gates once they have received approved shop drawings. They need about 3-4 weeks to produce the shop drawings. 90-days within the 180-days to substantial completion should allow adequate time to complete the work. In addition, Whipps, Inc. gates have been used on another LASIP weir control structure. Their lead time for ordering gates is less than Waterman at approximately 8-weeks. Q: Large Trees on the Main Canal site - will these all be removed? A: See details in notes on plan sheet - and the awarded vendor will meet on site prior to any plant material changes to determine which trees are to be removed. Q: Can Box Culverts be pre-cast? A: Yes, as stated at the Pre-bid meeting. Q: Fabric on West site - encapsulated - one layer, is the quantities doubled to account for this? A: The Mirafi Filterweave (500 woven) was already doubled. Please refer to the plans. No change for this comment. As a separate change the MCF 1212 fabric quantity has been updated. If you require additional information please post a question on the eBid site or contact me (contact information above). c: Shane Cox/Margaret Bishop, Project Manager Enc: As Built Specifications Bid Schedule Plan Sheets 2lPage c. o .c Vl iii .... e ro ~ ro 2 .... 00 2 -0 .t ~ 2 ::::l o Z UJ o o <( lOA r c: .g u QJ Vl .c .... ::s 0 Vl ~ ::s co 0 0'1 .... Vl .... QJ LIl 3: 6 .... Iii c: ro U 6 c: ro 2 >- ~ c.. Vi :5 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 'Vl- 'Vl- 'Vl- 'Vl- 'Vl- 'Vl- 'Vl- 'Vl- 'Vl- 'Vl- 'Vl- 'Vl- 'Vl- 'Vl- 'Vl-'Vl- 'Vl- 'Vl- 'Vl- 'Vl- 'Vl- 'Vl- -</)' 'Vl- 'Vl- 'Vl- 'Vl- ~ -</)' Iii Iii .... .... 0 [liJ 0 l- I- .... '""'- > :2.', III co III u III u ';: .' VI ';: 11. III 11. .... co .... '2 Iii '2 j ::::l .... ::::l 0 '""'- I- .... .... <:t 1.0 ~ 0 0 0 m 0 LIl 0 0 LIl LIl 0 0 0 0 N 0 N r-. 0 m <:t N 0 0 0 0 r-. 0 0 co 01 <:t 0 0 0 0 ai N 0 .' " 1.0 1.0 .... 0 N co r-. 0 0 0 LIl 00 N 1.0 m m oq,.... LIl 0 I~ ai' ....' 0' <:t' ui' \0 N' <:t' <:t' 01' N' 0 00' r-.' r-.' LIl 0' 0 .-i .-i 1.0 N m N N N LIl 1.0 N .-i N N >- m .-i N , a , I' / ............. ni. f-'- > I.~ .c .... [~1;i u ti <( .... u ~ Vl u. u. >- >- >- ~ >- >- u. u. u. u. u. >- >- c: '2 >- u. >- .:5 -' -' -' <( u u UJ Vl Vl Vl Vl Vl Vl Vl Vl Vl Vl 0 U <( -' u I>'.. L,. ~ ::::l -""- If> .:t: N I."'" N E I.... ., E ::J ,........... ::J E i, , .s m .!: I-u, c: E E ... III 'E QJ ro I"'ii.. [.'i..... .n! ~ "0 ~ 0 ro 0 .... II.' ~ Ql .... c: D u .... ....... 0 a. Iii 0 I .... Vl c: :;:; VI ~ "0 ;;? 0 ro liT, :;:; u c: .Q I' :;:; ctl .-i '6 ...... .... ;n "0 ~ . VI C ~ . I. 'x 0 ctl '0. ...: III :;:; "0 E '" .:.! ,D....... I", .... ctl .!.Q .... ctl c: QJ u ..JD 0 s:: u ctl ~ ..!::! 0 i...... :0- ~ 0 0 ro .... "tl -' co 0 '" ctl ~ III :;:; ~ E ..... ~ QJ hi' 0 III a. ro .... QI a:: ::J .... ';: '0. QJ QI ctl 0 VI U .:.! ~ C C "n u VI ,5 VI 0 U .... c: u ;;? QJ VI QJ III 0 c: E c: QJ ........i, > ctl u QJ tlO s:: C QJ ctl .... .... c: u Ui' N .... "0 ro c: u ctl "2 0 Vl III c: ..... .......... . QJ QJ ~ .!: ..... m .... .. QJ ~ "0 Ql ~ ..... ~ QJ ctl ..... C u. c: ro ctl U N III ..... ..... .!: i+: 'iij .z: 0 :..0 QJ '8- .... 0 ~ > .-i U ctl QJ '" 0 I :;:; u Cl u 0 .2 C .0 ctl ctl 0 ..... ~ Vi VI .:.! 3: u u. .... ..... ctl c: u ~ C ..!::! ~ ro ,Ql QJ .... 0 u .~ III QJ QJ ~ tlO > ctl 0 QJ E Vl CI:' ~ QJ ..... u ctl c: u vi C ctl ,'"0 C .... ctl 0 > .c 8 ~ C !::! vi '0. it: u :;:; u 0 QJ Vl :;:; "0 QJ 'C U 0 tlO ~ 0 ctl QJ u .2 x ~. .... '" ctl "0 ~ .S 3: ell ~ -D~ ctl C '" tlO UJ .!: 0 'x ~ ctl Q. .... u u 0 ~ ~ C ". .... 'x C 8- ..... UJ .... ~ QJ 'C 'C , C 0 ..... 0"0 I- UJ :c ro ctl C .0 tlO QJ 3: QJ .m .0 C L:" .... C :c ..... "0 .... QJ .... .0 C '.0 ~ 0 OJ ::J .0 u > ctl 0 > .;: VI 0 '6 QJ Vl ctl ctl U ..... Vl ::J -t ctl u. ctl QJ .0 u ,~ 0 C 0 2 ctl 0 :;:; OJ QJ Cl Z 0 "S ..... III :;:; tlO '" U ctl Vl ..... .... ctl ::J C QJ QJ QJ :p ..... ctl u "0 ~ "0 N ro ctl .... C ro C C > ::J ~ QJ Z 3: tlO tlO III Vl QJ .. "0 u u. u (.!) "0 ,10 ctl 0 QJ "0 .:.! .... OJ QJ 0 QJ 3: c > ctl (.!) U. P u 0 c: C > OJ (jj .!::! QJ u Vl u ..... c: E ctl Vl - :;:; 'C .z: <Xl .~ E u C QJ .... ctl N (.!) '6 ~ .... u ..!::! <Xl .z: .- ctl '10 ctl 10 10 x .!::! 0 QJ ..... u. "0 III X U ctl C Vi c ...... u a:: :c .... 0 0 .-i ::J X Vi QJ tlO 'in .:.! UJ ....... QJ u: -": U .-i .0 ctl tlO 0 .z: UJ ctl ~ UJ ~ ~ QJ "0 QJ C '" X C "0 ctl :0 QJ .... U .~ QJ .... Vl ro ~ .:.! ."0 .... ..... UJ Vl t;j E u. (.!) .!: c '" "0 "0 :c 's: .':;: .!: QJ c 'C 10 ..l<: ro VI C ro QJ i+: '.s:: i+: i+: ~ ro OJ III '" 'C QJ ctl U .:.! ro U .0 QJ QJ ..... :::; ..... :0 ro ro ro QJ "0 :c QJ .:.! .:.! QJ .- 0 e e ro ro 'iij QJ U E u ..... Vl VI .: l- .: .... 0 "0 VI u .~ ro .....s:: ~ ~ ..... ~ 0 c 0 x x N ::J ro ~ ~ QJ C 0 ro 2 x QJ ctl c...... Q. Q. Vl ::> cc UJ UJ UJ .... 00 to Cl u to ~ (.!) u: Vl ell UJ .s:: 0 ~ Vl.:t: ..... !~ ~ -VI III .... ro .... <:t LIl <D r-. 00 J'\ 0 .... N m <:t LIl <D r-. 00 0 .-i N m <:t LIl C <( co U 0 .... .... .-i .... .... .-i .... .... .... N N N N N N .... .-i .-i .-i .... III .... ..... ..... ..... ..... .H' ~ ~ ~ ~ ~ rl .... o rl lOA " COLLIER COUNTY TRANSPORTATION SERVICES DIVISION STANDARD FOR DESIGN AND AS-BUILT ELECTRONIC DRAWINGS PURPOSE: To establish standards for electronic design drawings and as-built drawings for capital improvements within County road right-of-ways that allows efficient migration ofthe data to the County's geographic information system (GIS). INTRODUCTION: Microstation and AutoCAD are the accepted software for electronic drawings for design and as-built drawings because they offer statewide or national standards, including layering of information. The intent of the layering standard is to promote consistency between drawings, and maximize the reusability of drawing data. The effective use of layering standards also facilitates the efficient transfer of data to shared graphical information for display, editing and plotting purposes. Layer/Level naming conventions must be followed for approval. 1: Standards Information: * For Microstation: Refer to the Florida Department of Transport (FDOT) standards for Microstation standards at: http://www.dot.state.fl.us/ecso/ downl oads/publications/CriteriaHandBookl * For AutoCAD: Refer to the National Cad Standards (NCS) for AutoCAD files standards at: http://www.nationalcadstandard.orglabout.php for latest edition and layering guidelines. 2: Requirements: The deliverable must follow Map Projection, Horizontal and Vertical Datum requirements as below. * Map Projection: All projects, independent of approval date, must be submitted in the correct coordinate system - The Projected coordinate system is NAD_1983_State Plane, Florida East FIPS 0901, US feet, Projection is Transverse Mercator and geographic coordinate system is GCS_North_American_1983. If any as-built is submitted in a different coordinate system, or no coordinate system, it will be rejected and deemed as an unapproved project by the Transportation Services Division. It will require further manipulation to meet the standards required for as-built electronic files before reaching approval and signed off status by the Transportation Services Division. * Horizontal Datum: D North American 1983. * Vertical Datum: North American Vertical Datum - NA VD 88. * Data Set Accuracy: Specifying one set of numeric accuracy values is not practical for all construction methods. Therefore, each set of drawings must specify and attest to the accuracies being provided within the metadata. * Data Development Applications: Accepted software applications: Microstation V8 AutoCAD Land Development 2004 (or higher) or AutoCAD Civil 3D 2007 (or higher). * Data Delivery Media: Acceptable delivery media: CD (Compact Disk) , DVD (Digital Video Disk) Unacceptable delivery media: Floppy disks and Zip disks. If data is submitted using floppy or zip disks, they will be returned as incomplete project submittals. lOA 3: Drawing Composition: * All AutoCAD / Microstation drawings shall be purged of empty, unused, or non-essential drawing data prior to submittal to Collier County Transportation Services Division. This includes all unused layers/level, linetypes, blocks, fonts and entities. * AutoCAD / Microstation drawings shall not contain any unused frozen layers / levels. All unused entities on frozen layers/levels should be erased, and the empty layers /levels purged. * AutoCAD / Microstation drawings shall not contain multiple overlaid lines or lines with multiple segments unless the overlaid lines or adjacent line segments are assigned to different layers. * Survey data shall be included in the AutoCAD/ Microstation drawings and placed on the appropriate layers. (Survey points must use the _ PNEZD comma delimited format). * Survey reference points and benchmark data must be clearly labeled with their coordinate values on the plan set. 4: Entity Properties: To ensure the integrity of the original drawing when viewing or printing, it is essential that AutoCAD / Microstation entities are created following these standards: * Entity colors shall be defined by layer / level, not by entity. * Blocks shall be defined (created) on layer / level 0 (zero). * All attributes shall be defined on layer / level 0 (zero). 5: Model Space (for Auto CAD) I Design Models (for Microstation) and Paper Space (for Auto CAD) ISheet Models (for Microstation) Usage: These guidelines are suggested for using Model Space / Design Models and Paper Space /Sheet Models effectively: * Place title blocks, schedules and general notes at full-scale in Paper Space / Sheet Models whenever possible. * Label scaled viewports with the appropriate scale in Model Space / Design Models. * Do not place or draw model-related blocks, tags and objects in Paper Space / Sheet Models. * Draw all Model Space / Design Models objects at full scale. * Scale objects using Paper Space / Sheet Models viewports - Zoom viewports to the appropriate scale. 6: External References - XREF' s: External References (XREF's) contained in AutoCAD drawings created outside of Collier County Transportation Services Division can result in content discrepancies in the delivered drawing set. In some cases XREF's may be permissible, however this arrangement must be worked out in advance with Collier County Transportation Services Division. To ensure the integrity of the drawing set, and minimize potential problems: * AutoCAD drawings submitted to Collier County Transportation Services Division shall not contain any XREF's. * XREF's shall not be "bound" to drawings prior to delivery. * If drawings contain XREF's, they should be inserted as blocks prior to submittal to Collier County Transportation Services Division. Layers contained in XREF's inserted as blocks shall conform to Collier County Transportation Services Division standards. 7: AutoCAD Drawing Support Files: Drawings created using non-standard AutoCAD fonts, linetypes, and hatch patterns can result in content discrepancies in the delivered drawing set. To ensure the integrity of the drawing set, and minimize potential problems: * Only native AutoCAD or AutoCAD Land Desktop fonts, linetypes, and hatch patterns or the CAD Symbology provided by the National CAD Standards are allowed. * Custom fonts, linetypes, and hatch patterns, including those provided by 3rd party software, shall not be used. 2 10 A 'f * Only these TrueType fonts shall be used: Arial, Courier New, Times New Roman. * Postscript fonts shall not be used. 8: File Transmittal: The content of electronic drawings provided by the contractor must match the delivered original hard copy set as closely as possible, if not exactly. To ensure the integrity of the electronic drawing set upon delivery to Collier County Transportation Services Division: * Ensure the drawings adhere to the guidelines presented in this document. Review the procedures for preparing drawings for submittal as detailed in the preceding paragraphs. * Include a hard copy index containing filenames and sheet numbers for each submittal. This ensures the completeness of the drawing set and assists in archival procedures. * Include a transmittal sheet with all submittals indicating Collier County Transportation Services Division project number, Collier County Transportation Services Division project name (if applicable) and complete listing of all materials submitted. * Include AutoCAD .PC2, .PCP or .CTB plot configuration. * Include all field survey data as indicated in Drawing Composition. Section 3 above. * Submit hard copies of original contractor "red line" plans and specifications. * All hard copies of civil and site plan must be sealed and signed by a Licensed Surveyor or Professional Engineer and clearly marked. such as "90% Design"."As-built" etc. 9: The following documentation shall be delivered to Collier County Transportation Services Division at the following project milestones: * Design - Schematic/Preliminary/Working Drawings Collier County Transportation Services Division requires a complete set of Review Documents in AutoCAD on CD-ROM, in DWG format for Auto CAD / DGN format for Microstation and in PDF hard copy format for review of conformance to these CAD Standards by Collier County Transportation Services Division. During the preliminary and design phases of the project, Collier County Transportation Services Division staff that review the design may use the DWG format, DGN format and PDF format to provide design/conceptual comments/questions. * Pre-Construction CAD drawing files in DWG format for AutoCAD/ DGN format for Microstation, as well as specifications in electronic (PDF) shall be submitted to the Collier County Transportation Services Division Project Manager on CD-ROM * Record Drawinl?s contractors shall submit, on CD-ROM and hardcopy format, approved As-Built Documents to Collier County Transportation Services Division at the capital project acceptance meeting. The CD-ROM shall contain the as-built information on the project and is to include DWG format for AutoCAD / DGN format for Microstation and PDF formats of the drawings in accordance with the Collier County Transportation Services Division CAD Standards, as well as electronic (PDF) specifications. 10: Digital File Index: Each project, when submitted, must be accompanied by a project file index. The index can be submitted in Word, Excel or WordPerfect formats. Each index should contain the following - 1. Organization/company name. 2. A contact name and position. 3. Street address.t4. City. 5. State or province. 6. Postal/Zip code. 7. Country. 8. Phone number. 9. Fax number. 10. Email address. 11. Technician's entry end date of the data/design. 3 lOA I I I I I I ~ .;j .;j .;j .;j .;j t- t- t- t- < < < < t- < E-< 0 0 0 0 < 0 l> 0 ... ><:l '" '" t,) ., 0 0 "' z ...:l .0:- ~ 0" . p.. < z".. ><:l .~ ~ "" [J} ., '" 0 '- ~ ~ ><:l ~~~ Z ~ 0 .~ 011 0 S~ei - E-< E-< < ~ ... < Z .~ ~ l> ~ .. .. 0 - Q!j - ...:l [J} ~::>::3 ",0 Z ~ZZ "'0" 0 "''''< >= U Vi ::> Vi Vi Vi 0:: Z Vi t- Z Z Z '" < :5 < :5 z Z ...J ...J "- :5 0 "- "- "- U ~ "- ~ ~ "- 0 0 0:: 0 0 0:: ~ 0 <0 0> W iIi "- ~:.: 0 0 0 0 ~ 0 oe..o c.;,~ 0 N ~ l/) W ~ 0 "' I() N ti) 0.: W Z I <.:> l/) z 0 z <( ;::: :;: Cl:: () 0 W l- f/) ~ a 10.....; V) ~ ~ ..... ..... ~ 0 ..... ..... 1O ~ ci a <: lJ.J ~ l- V') U 0 Q lJ.J 0 G C3 ~ Q a:: lJ.. Q 0 ~ >- V') I- <: ~ <: <:( :::> -J 0 Q U ~ a:: lJ.J ~ - -J ~ -J 0 ~ u I ~ V) ~ o '" WI- ~ o.:zQ I .. >("0'" N ~ o!1i~~ ~ o u><(l:i I ~ L.JO~O~~ A ~~o~~~ ~ J:UI-:CI"')~ c:: t1)5zU)<c1.&.. ...: li:f5\;j~Q P-.t ~Vl~~25 ~ ~~~:J:~~ ~ ~~~~f1f rn I-~o::g~:;:: Z UO~ <N :s ~~~~z ~ p... g:<c~~ ~ F!=o w ~ ~ "- o ~ z "- < '" >- t- Z U 5 [J} ~ I~ en '" :> 55 ><:l >= i3 ~"-O ~;z t3g OCD ~ W 0: tjlj "'< ~~ ~~ !5 i:Q-.l:t:: ~ All ~ ~~ 2: ~~ ~ ...: p.. ~ ~ p.. ~g ii u ~ I e~~ ~ol S ii m . '" !f= -"'1 oIl~ r!~! ~J3 o . ~-a...:! . o. Pc:! .Q:! ~ ~ ~~ ~.~~,; ~ 1:13'= ..:"lh ~:;.s o fI It ':" i! .!t~ .. J: ~ -q~~~~~~M~f;;~~~ - N V> W 0: 0::-< ~l: ~e: ~..: t;~ ~~ fffa "" ~ ~ ., ., >- I;;"Z ~ 5 ~~~ Cl"~~ Cl ~ ul~i2 ~~~:J 5 f-o tI) ;:>"'u Fo~ o~- :::>f2""f2<Cl:::>~~Cl2;"":Jt;~ Of-o<d~<~oa:r.q;;2O::o... r.zJ;: :;;~~15~~t;!=l;;dCl~OZ ~... ....l uO::r-<wu 0:: o<.........tQ ~t;~~~~~~~~~~~~ee t.L1~tLlS::!zf-06Z~f-o:!>.oG~l-b U2;:il!H:j~;5~:il5o ~~::l2i=l p..,-~o.UtnOUUCla..cnc..:J:J 5 != "" 02 ~ OJ Cl ~ p.. VJ Z -<C --' 0- Lo.. o X w Cl Z c; Z ... '" OJ ::c ., >-:l CD:!: o ~.... <- o ~.- N "'.... V>g [J} ~ ><:l ~ lil - ';( [J} ... [J} '" ....... Vl (,!) ..::( :::s :3:3zw~ I- ::s <( <(Z~I- ~ o ~~~8~ ~ u z z au 0 a C2~~~ Ul )-t ClL.&..I-Ll..=;~ ~ I I I I I ~ ~ .....Nt')"'<tl/") a::: o tit;t;t;t;D. U ~~~H~rg~}Q ~ ~~~~~~ ~ BDDDD ~ ~ '" o o:l J 3"" d ~g ""~ B~ x~ 0:::> ...... .u '<:::> ~~ ~lii 0"" -0 "'~ "".... ""z 020 ...u ....ill; i:! ~ 1Il<'i ....~....! ~~~ !-. .... ~i~~ J:l~,J I!!~~l!l ~~~i !!l~~ 2l~o:l1l ~~~~ ~~~~ ~N ~~ j:Q~ ~ ~ r- l> w --, o g: ~~ z '" l1... "'" o I r- C) z W ---l -< 5 C/) -l ~ W o >- ~ I -l W > ~ I- W () Z <( Z W I- Z <( :2 "" u 0 (5 0 ill "" ~ u ~ ~ 0 -J . ill :" 8 co me;' ~ oJ lu '" ::i ",0' <:: .... ~~ "<0 i:: ~ ll>- t1) '" ~! ~ ~ !;:! ~ G ::> '" 15 ... ~ 15 ... "< ~ !Xl ~ ..., ~ '-' '" t1) >c: ,U ;!; ! S ~ ~O' ~ [;l '" ~ <!:2 "< I O? . Il:: a. '" ~ G ;~ .... ~ 0 Q: 0 ~ ~ ill c:ie ~ ~ .... ~ . -J ~ co -J Oil: ... oJ ffi~ J: ~ '" B; ~ ~ ... u 0 ~ 0 ;;! 15 it ~ '" "< -l ~ w o a. ~ l:1 I e a. <l a: 9 w ~ C> 'I~ ~ ~~ :r: w o ~ C/) g o ~ w 15 c:: "- :::I I- d () ;;: :::I c:: I- C/) ~uj U u.Cl 0"': a.'" ~~ ;., ~ -l ~ w ~ o w a. ~ C2 ~ I < a. g ii: <41 ~ >-;", Z z::> c:: ~ :::I Z ~ ~ w ~ z " c:: 15 o "- () ;;. ~ ~ t1) t1) ~ ... Cl ::> ~ ill !Xl i!: ~ ~ ~ ! ~ ~ ~ .. ~ ~ ~ ~ ~ ~ ~ !1 u lC ~ .. ~~~~~~~~b~~~b~~ib ~~~~~~~~~~~~~~~~~ ::;; ! c3 c3 c3 c3 c3 c~ ~ ~ ~ ~ ~ ~~ ffi ffi ffi ffi ffi~ 25 m~m m~m ooci !~~~~~Gm5mGm5mnm~ 8~~~~~~~~~~~~~~~~ ~C~~~~WO~OWO~OWOZ ~o~~~~::;;www::;;www::;;w~ lUmmmm~~~~~~~~~~w S! ~c:~m~i-~~&1q~~~~~~ ~8~~~~8~~ffi~~~~gm~ c:S~6++~++~~+++~+w ~(()or-N~~C")~~"'v~f2;1;Cb~ '" 0 ~~~~m~~~~~~q~m~q~ ~~~~~~~8~~~g~~~~~ -+++++++++++++++ rn::~~~~~~~r;;:~~g;X~~ ..J w:;; Zo ~I= og ~ -uJ "'~ ~Cl u. 0"': a."' ~13 5' '" ~ ill a E liJ~~ I;!~il~ .l~ . !J! ~J i..... .l!.I~lj -e 1'-:i1!IIJ ~f!.. - Uttlt~ ... u JiIU.r.J j-dIm...J i" B.a "I I-it ~hll :ii) id~j lt~ h1-!i.J.eII! ~t~.ez I -, h ~l~j!E #!n11~i ;~m!~: i.~U!..) ""~ <['wz w.....w ""~~ <l'::;;~ 0<:0 dog: --'~::! <> s c "<: :Ii so< d ~i .:! s ~ " ~~ ~ i9 ~~~ Ei~i tn ~~.b ; ili~ !:2 "':N~ ~ ~ '" ~ :;J ~ o ~ 0: Q. g 9 ~ " ~ -l ~ w <a o ~ ! ~ ~ ~ u;1~ o ~3 ll) g >< g; w ~ -l ., ::2 g o :2 c:: <( ~ r< u'" WW ...0 :5<, "z 0:0 <F ...5 uo ;!< z", 00 u"- ~ ~ ~ ~ ::=l' {j g ~ I Ii ~ ~ I ! ~ ~ Ih~ ~~ ~H ~; ~~ .El ~ ~ ffi 5 ~ Ui ~~~ EJ~~ UJUJz ~~3 Ouw ""ucr ~<l'~ ~~ o....~ =~ . ,. ~~ >", ~z 1-:$ ..: c~ ~:il ~ . ",2 ~ ~q2d ~~,~~I 2" 2"e ., I' ~~ '!...'!... . 9 ~ x ~ ~ 2 < ~ ~ ~ ~ .. . .. ~ ~ ~ , '" ~ ~ <EI '3'n'~ III ~ 8 ~~ ~ <:l '" 8 Ll."l.J ~~ '" ...'" ~ '" ~ ~ ~ "- '" , x I :l ;~ ~R ~e &: I~~~ ~~ ~ . i12 ~ ~~ ~ , ~ 11o~~ "" ... I .o~ \CI -" 21~~~ru_ ~ I I ~ ~ II I : ~ fE I:;.> L 1.,0,.. -Ok'- ~I ~ ~w t.; ~ I ~15 ~ ~ r ~~ ~ ~ : 1:iF' s~@,to V1 ~~~;; ItJ tf) ~ :j "a. ~ -" ' -~ l:J , II ~ ~-:- ,rr i.1 ~ ) , "! I ~ : I.=> Ui@ 1'-': I el ~ i~ r- II.OJ j ~ : --, ~I g: L ~~-=- !~,,~@ : ~j~ ~ .lc~d ,&3 ~!,1~ ~;:i C~Q ;';": 0: ~ """~",,~~i.. ... ~ ~.~,; iliiS~ ~~~ 15"''' ~~g z ::J ~ o -' "- ~~ <..... Uj! 0.:11 ~:~ o.~ <:s::D ~~ ml I ] ~ : i ~ i ~,_...--~.~ ~~IO:~ :1l~""'~ ::i~ldctL'.i iSa: 1--' ~~~d IDA ... co ~ 8 !1 ~ ~ "1 ........ ~ ~ I~ ~! '-l~ ~'" ~o 0; ~ ~~ d/J~ ~&l ~ ~ ~~ ~ ~~ i "jo c:~ S:f ->- g~ f-<~ ..; ~~ ~:l . !1 3qm~~ ~~. p ~... ~~ ~ ~ II i! ~~h ~~ i ~ . g = ~ -' <C Zw <Cz U::J a:~ 00 "'-' 0."- ,. "I ~ " => " ~ ~ ~ ~ ~ ~ s ill "1 ~ i c iD o ~ .. ~ f ~ 7-- ?5~ ~! ::;~ ' <.... ~o u ././ ././ ./ ------ ./ -, ~w >-~ :;illl z"- <<0 u w Ow >-0. ;t9 7"' '........ 5~ ,.-- ~...J " " ..... " 0.>< ~~ ~tD ___t ~ ;;;-~ s:i ~;~i:lQ ~3Q~~!1 i~liig ~~gJ::lr.l ~:itl:ffi2~ .l,~~i~~ w Cl 1---- X (301M ,Z l) avO!! 3:lNVN3.LNlVrl lIlJ z<< <<'" ~i2 .-ga: ~~~ 5~~~ ~~(/)~ oecOde ~~I~ >- lIlZ ..o::~u)Q ~~""~5 z~~~~ " N _I w Cl I- X -- ~~ :i3: zlw ~~~ ~g~ 0:: o "-w ~~~ ~u<< w~~ :a.:::()~ " d N ~ << ~;f~ ~"'~ ~~~ 5:J:.... z:I:Cl o>-z u:i:....... ~i w >- << " w Cl ::J III '" X '" " .., w Cl 1 X >- <~ "'a. o.~ g~ ~Q: ~~ Vi.... JO <>< -~~ UtD s. W~ >,11 ww -' 0<( <J (j)U1 '" w ~ >< ~ '" u '" :r ~ ~ o N ,- o (j) '0 I <00 o ~ ~ I ;;iOJ ';::U --.J w o Vi >< u U1 << (j') tD W . >- -' ~ < I W S t; 0::: ~r5:=) o -' I-- 5 ~ U tD W ;t';:::=) :i-'O::: u~1-- 2(j) "- to ~ I ~ l's ~ " ~ o f ~ ~ II ~~ ~o ~i o~ c ~~ ~~ ~ ~ ~ iii" ..:~ .2 ::! ~r. >~ o=Z 1-:$ ..: c.. ~~ fi:l~ 0::: W S 0.... (j) <( --.J ~I ~ I [;l~ I ~ ~i i I ~ ....J W :;: I <( u 0 L f- a::: ....J ....J ::J cj 0 W w m <( (f)() Z Z 0 LL Z ::JZ(f)~a::: Z >- ;.r, <( 8Viz3~ f- u () :::J ::J~S:2<(f- Vi () LL i= z 0 ~ Oa:::(f) W Z ::J Vi <(0 W....J (f) ::;;: 1 m ()m_ <{ 0 0 0 ::J>-Z N L a::: f- (f)f-z....J Z 0 f- ....J~a::::;i2= w z 0 0 a::: z m ....Jf-<(I_ a::: <( <{ <(::J:;:(f):;: 0 :;: ::;;: LL f-- N ---j -tI co r.o + 0) r<) , ~I [ ~j ie> j~ 'u ... :'!f:::! ~tI) iw i~ ....~r..- ~ "'! ... I 0 0 '" '" ! " I-i " c;I~! " ,0 ! 01 :' 0; o .. -tI "<t- r.o + N r<) ... ... 0 I 0 <0 o ... o ... 0 ... I ~ "'. Ii X! ! ~ ; , I ~! :J: I xl o ... r rJ ' I ! I !fLj~Tb~ I I III! !; I i . ",;mI] g I o ., 1 ., ... I Z ~ ~ <( O...J ~ 8ww~.~ ;i Vlo..(J)>IZ-' ~'~CL~O ~2~~oi:) Oct: ~Wii:Q'-'~...J g:~Cl-,g:OI-~O<{ tt:~<{"IU-,o..U I-WCt:VlI-I- W::::!O([ ~FE<5<5~G~~1SfE~ ~ ~ W W WW 0 ~W O(J) tt: ~I~ W ~ 1-~~I-~tt:O <{~6 I-tt: tt:Q ~ ~ I-::;;-W~OZ Vl _OZo.. .W> O(J)tt: . Z Vl~6~<{ ~o..-'t5-::;; 61-~ffi~o~ ~ ~~I<{o..tt:W~~~~J08JWF~o..~ wU <{-'~>3~~~OW~g:~OVlFEU .tt:6~~~ I- ~~w~g~~~&~Q~o3~tt:~~~u5~~ : WIZ<"v~<~rUZozUZJOwtt:WrOVlZO ~ o..VlOCl<{~-'Vlo..l-_U<{_-'~Oo..::;;(J)U_U ~ ! ! ,..J 0 '" ; I i i ; mm[ i i I ~ mm.mm{ I > ~ ~ ! 0 ....1 <0 ~ ; I I ~ ~ ~ 10 ~ ~ mi 'j' ~ ~ I . .......! ~ ::! 0 ... ., , I I . ~ ~ ~ ~ ::Ii: c~~f5 ~ ~~~~~ ~ a~t-~~ <( ~~~~Ur! ~ . ~ffi8~~~ ~~ ~E=...JBt-~ ":Y!.~=> ~~~~~~ ~~ ~~~~~~ ~~ 5~ll!d~~ ~U) (l)fr;~~ffi~ o~ ~U::iC>i Uo w~:j~ ~ ~a alz~:s~..... I=CD ::j~~O~~ ~:r ~~o.~fg o~ ::I~l&J~4(~ ~co Ii: !; ~ffio tt:-< ::'::~fd~::I:w .....lL. S ~e:3igo5; ~ 0 N ..; 15 ~ s CD '" '" :g z ::> ~~ W_ i?'~ 15 !1i s CD '" ~ is z ::> ~ ~ ~ ~~ .~~ ~ ~a ~8w~ ~ ~ ~~ ~ ~:~~ ~ 81= )- ;~l:J: o'l <:~ g l';~zn . :~ .... fflfarD .... I (I~f ~ d ~ ~ ~:~~ ~~ - If ~ ~ ~Ii ~ ~ r ~ ir '--'fii ~ I '" (,) ~ -III) C::: <(tz 1-1- w <(0 W C:::....J <(::::! L.... O~ W(,) ><( <(m lL Z => ~ z::S.. -~~~ ::l~<", ~cg~ illw~S ~~::i~ ~8b~ ~~ ~ ga ~ ~~ . <:~ ~ :~ z :3 D.. d:LJ.b::=i] IFr if III III 1J1 I II L (\r~ -.J II Ib 9T'i.4 n= dI ~ ~ ~N gl5 '" ~z ~ ~l:l 0: o:~ i" wI;; ill" ig ~~~ ~~. ~d z'" :3tz D.. lDlS oil! w!ic ~w~ ~~iJl ~~~ ~ g~Sui 0 3f~e ~~~~ ~:s..~ g:~~~ !!i i E~g ~,.,,'l! ~~~~ eS~i3 ~S~~ ~~"s:g ~~8..o ~~ i>~i5~~ ~~ .1l~~~ il!;;; ~UL~ jl:: ~~~~~ :ll: lil~~:s; ac~9~g ~~g~~ ~ j ~~ 2 f.lg ~z~~ g~il'!: ~z _ 51ltlw~ U~U~ ~q !112i~ .~~~ ~ . !l ~ d ~~ ~ ti ! : ~~ · ~" ;., e ; ~~~! ~ ~ ~ !i ~ ~~ III~ ~~ ~ I ~ ~~ ~!I ii~!s !~ I H ~ <( 0l!l . ~~ l'~ ~ me ~ ~ ~ ::E ~z ~;":I il g!~ ~~ ~i ~ ~ ~ ~ C::: 1= ~ :; ~~1Il g~ J~ ~ ~ i!! ~ w w ~5 a" ~si ~~ l~ ~ ! ~ i ~ ~ ~g ir hffi ~~ :i~ ffi · ~ ~ :> w ~! 8. I 1/ III ~i ~9 8 ~ ~ 01- ~~ ~~ ~~! b ~; [~i i ~ ~ ~ ~~ lIIi ~~~ ~~ ~<: ~~ ~ ~ ~ j ~ i~~ .. i~ ~iii ~~~ ~I ;~ ~ : ~ tl <( ni ~~, ~")!!mg mill ~~!l! ~ g C::: w i"lIl: ~ i~s I:~ ~~~ !i~ ~~ I ~ ~ ~ ") ill lln~ ~ ~ tw~ !~~ ~'" g ~ 3 <( ~~ ~ '!ii~ 8~g a~. _ ~ . ~ ~ > ~ Ii: i :- d ci "' "~. c. '" z _ ~~ o 0:: D.. >< o <D 0:: lol ... lol ~ o '<t~ I~ '5:0 '5: ill ~ i ~ ~ Iii ~~ ~ ~~~ J~ ~ E ~; "'.. :::! -> ::!~ >::> a:z I-:!l ..: lil~ ~~ Q 0 Ll/Z ! ~ ~h~n .If~~. ~ -, ~ I ~~ ~ ~~ ~ I ~~ Ii ~iij ~ E-< U rz:l ., 0 0 ..., ~ "<l p.. "'w m OeD .... U"lN ...=-:..c..:W 0 eIe> Z Z",Z ~~~ 0 0 0 ~ w I- '" U 0 ...:i a lJ.J ~ Q o a:: Q lL. o U') ;;::: <:( -J Q ~ "'la ~h ~\..:) G ~~ V)~ ~ ~ a~~ ~ ~~ ~ a~ <(3 ~~~ "'l ~ >- ~ ~~ "'l ~ ==> I ~8 ~ffi ~ aj V)h8 ~V) ~ LJ '" a.: N >- ~ ~z~ I ~ a5~~~ ~ o ii55~i'i I ~ .2S~o~m ~ ::~o~;~ rz:l LJU>-iJi"'~ Q::4 ~5~w<(ll.. <r.: ()E5:i(l)Q ~ lk:Ul~~:S ~ ~~~:r~~ ~ ffi~~5~f rn c;,,::ro::a~~ 3 ~O~fJ)<t:N ",g;<C\OZI :!z;::~ ~ P-4 t;g~N ~ a tt; ~ 0: "- 0.. 0 ~ w 0: ~!j ~~ o~ >: ~ lB o:l ;t 3i ~ ~d rz:l;:; 'Z ~ ff~ -< p.. rz:l ~ p.. rn Z j p.. IDA II III II ~c ::3E::: t..>~ tIJ ~ <( o ~ ~ <( <( o 0 ~ <( o ~ <( o ~ i u o g !: ~~r4 .~<~ ., Cl ~ ~ =t;~ . '"' oll :13", ~g:[:l .:~~ Q!3 .. ~;:s ":z::z: ClO", '"'U< :Z o F' o ::> ~ VI Z o o 0: ~ ...:i < rz:l rn '- rz:l ~ ;::l E-< < Z o rn Iii z 5 .. .. o .., vs ciS z z ~ :5 .. .. ffi g ~ <( Cl Iii z 5 .. .. 0: Iii z 5 .. .. o o Iii z 5 .. .. al 0000000 ~ Z 0.. <( ,. >- >- Z 13 5 rn Z ... o rn ,. >a~ ~ ~~ 5~ t3Q Oto w 0: 3; ~N 5 ! ffi ~ a! i& di ~ lI..: ~~ tilE ~l: ~~ -~ ff e ~ f: " , ": 'i: ~ ~ ~ gl~ oJ .!! 1 ; i\ o..t- ~ ~ ~ ~ t ~ ! ~ j Z ';)lii., ~ Q.s': "" D & ~ ~ 1'; . ~ s ~ : !! 5 =: ~ ~ 5 I- ~ ~~ ~ ~ ~iii ~ a r.I'J i3 0 c5~ "'Y.l6!:l~2S"'''::J ":>=>==<>:;26<>:" ~ c..O~~t;ClE:~Z !i: ~:; ~g:~;J ~~g ~ ui~n~i~~ c u<......!-oc.Oo.,Ucnc.. Vl z <l: --' a.. "- o x w Cl Z ci ~ _"'M"I~...~~j ffi "7",b--_,., x '" >-:l toX S? ~... ;315 ~~ ~~ ~ 2:(;Ji!j~ ....u....Q ~@~~ 0:"'<> ~;ce""V) ~~~~ '" ;: ",!!!",i!: ~~g~ ~~g;;e CS",g~ ~~~o ~~~~ :C:l.ucost ~::l~i5 ",i!:Vju rn ~ rz:l Z o '" >-< ";{ rn '" IZl '" ~ (/10 <( ::s :S:5zw~ ~ ~ <( <(Z~1- ~ o ~~~8~ ~ u Z Z OU 0 ~ 8g~~~ ~ ~ I I I I I ~ :::> ;:~::~ ~ o U uuuu U ~~~~~~ ~ 00000 Ul ~ BDDDD ~ ~ '" < o ~ VI " ::! ::l " ci t- U w -, o ~ ~ ~ z. l.J... ::J"; o I t- el Z W -1 ~ <l en ~O gj Z;:o zO (/) ~g ~~ ~$ n.:r: a..::r g~ c:,ili +0 ~I ~~ ~ffi ~~ ~~ ~~ ~o ~rt to! o~ 0(') w""O"""Z g5;:~~~ enw;!:ijjC)<( ~mcn~~tii ~ g w o ri C) tii ~ w ~~ Ilia !:!;!t= 0::0 <(w >en wen a. en 00 ...JO:: . en 0 ~ <( ;,. N 0<: Z ili u. o a. ~ 0:: a. wri ~!!: $0:: OW ~~...J ~ffi ><w~ ~~ l!!~fil ::;:0:: ~~5l ~ w~i) ~ t-zg: (") :Ola. <( 0:: o A :;; ~ ~ I ~ ~ IDA cJt,..Cmmty ~.~-_._-._-- AdrrinisIra6ve Servioos Division Purchasing Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 ADDENDUM Memorandum Date: January 11, 2010 From: Brenda Brilhart, Purchasing Agent To: Interested Bidders Subject: Addendum #3 -ITB #10-5198- "Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal and 2) Lely Manor Canal West Outfall (North & South Sections) The following clarifications are issued as Addendum #3 identifying the following change for the referenced bid: ADD: Borings Report for Lely Manor Canal West Outfall (South Section). If you require additional information please post a question on the eBid site or contact me (contact information above). c: Shane Cox/Margaret Bishop, Project Manager Enc: Report I I I I I I I I I I I I I I I I I I I 10 GEOTECHNICAL ENGINEERING SERVICES REPORT LEL Y MANOR OUTFALL WEST Collier County, Florida Allied Project No. 48-6681 Prepared for: Mr. R Shane Cox, P.E. Senior Project Manager Storm Wader .._...... Department 2885 South Horseshoe Drive Naples, Florida 34104 December 30, 2008 ALLIED ENGINEERING & TESTING, INC. 5850 Corporation Circle, Fort rvlyers, FL 33905 239.334.6833 / 239.334.6614 Fax I I I I I I I I I I I I I I I I I I I 1-0-~~ Allied Engineering & Testing, Inc. Pnn lJ.Hng (;t'Hh~dH~kHI Engin{'(Tin1!~ \laft'riab fl";!;lI~. ClJn~1 !'lId'"'' lihpPrllon-. and Fn\'jronnl<:n~a~ Ser\'kt~S ;;850 Cnl'pnl'alioll eir.1t- hH.t \!~t:rs. Florida JJ9f15 (Z:;')} 3,q.6!B3 f t2.W\ JJ4.('(,J.~ F.'\X lUt~L\ lIit'II..I':u/!, hl~fd:ini!.l:.llill December 30, 2008 Mr. R Shane Cox. P.E Senior Project Manager Storm Water Management Department 2885 Horseshoe Drive Naples. Florida 34104 239-252-5792 239-659-5790 Fax SUBJECT: Geotechnical Engineering Services lely Manor Outfall West, Collier County, Florida Allied Project Number 48-6681 Dear Mr. Cox: Allied Engineering and Testing, Inc. is pleased to submit this report for the geotechnical engineering services for the above referenced project. The scope of our services was outlined in our proposal No. 08'-2138R2 dated October 8, 2008. The following report presents the project information made available to us, our observations of the existing site conditions, the subsurface geotechnical information obtained during our exploration, and our recommendations for geotechnical design parameters. Also included With this report i.s a boring location plan and the results of our field and laboratory testing. The assessment of the site environmental conditions for the presence of pollutants in the soil, rock, and ground water at this site was not included as part of our services. We appreciate the opportunity to be of service to you. If you have any questions regarding the information contained in this report or if we may be of further service to you do not hesitate to reach us. Sincerely; GINEERJNG & TESTING, INC. Paul J. D'~'E. Florida Registration No. 59716 S' arsana R Chilakala Staff Engineer Copies Submitted: 3) Addressee I I I I I I I I I I I I I I I I I I I lOA ., '1 Lely Manor Outfall West CL: Stonn Water Management Department Allied Project No. 48-6681 December 30, 2008 TABLE OF CONTENTS INTRODUCTION ....... ...... ........ .............. ... ......... ...... ...... ..... ............. ........... ..................... Page 1 PROJECT INFORMATION . ...... ...................... .............. .......... ........... ............ ............. .... Page 1 SUBSURFACE EXPLORATION ... ............................ ...................................................... Page 1 LABORATORY TESTS .... ..................... ........ .... ................ .................... .......... ...... .......... Page 1 Gradation Tests.... ........ ............. .... .... .............. .......................................... .......... Page 2 SUBSURFACE GEOTECHNICAL CONDITIONS ........................................................... Page 2 GEOTECHNICAL EVALUATION ............................................... ..... .................... ............ Page 3 Suitability of soils as Construction Fill ................................................................. Page 3 FOUNDATION RECOMMENDATIONS ........................................... .... ..... ........... .... ...... _. Page 4 Spread Foundation ............. ........................ .., ...... ....................... ....... ....... ........... Page 4 Sheet Pile Weir .. ........... ........... ......... .... ........ .................. ........ ....... ......... ....... ..... Page 4 BASIS FOR EVALUATION AND RECOMMENDATIONS ............................................... Page 4 Figure 1 - Soil Vicinity Map Figure 2 - Soil Boring Location Plan Figures 3 through 4 - Soil Boring Profiles Table 1 - Summary of Laboratory Test Results APPENDIX A Soil Test Boring Procedures' Classification and Symbols APPENDIX B Gradation Tests J:\Gootechnical EngineGing\Geo Project\2008 Reports\48 _6681._ Lely Manor Cana1\48-6681_ Ri:porLwpd I I I I I I I I I I I I I I I I I I I IDA f Lely Manor Outfall West CL: Storm Water Management Department Allied Project No. 48-6681 December 30, 2008 INTRODUCTION Collier County Department of Stonn Water Management retained Allied Engineering & Testing, Inc. (Allied) to perfonn a geotechnical engineering evaluation for Lely Canal flow ways including proposed Weir Structures on flow way. The project is located in Collier County, Florida. Refer to Figure 1 for a site vicinity map. The purpose of the study is to evaluate subsurface soil and groundwater conditions and to develop geotechnical related design criteria and recommendations for the weir structure foundations and site preparation including the evaluation of the suitability of the excavated soils for filling and compaction. The results of this study are presented in this report. PROJECT INFORMATION Based on the infonnation provided by the Collier County Storm Water Management Department and the surveyor drawings, the proposed flow way canal are approXimately 3,700 feet long. One (1) weir structure is proposed between station points 2 and 3 Boring Location 8 -1 on Lely Lane flow way. SUBSURFACE EXPLORATION The subsurface conditions were explored by drilling four (4) Standard Penetration Test (SPT) and four (4) Hand Auger borings. The SPT borings were drilled along the center line of the canal benn. The borings extended to depths of about 16 feet to 24 feet from the actual ground level. The Hand Auger Borings were drilled to a depth of about 5 feet to 6 feet. The soil borings were performed in general accordance with the procedures described in the AppendiX A. The number, depths, and locations of the borings were designated by COllier County Department of Stonn Water Management. The Boring Location Plan (Figure 2) illustrates the approximate location of the borings. The borings were drilled in December, 2008. The subsurface conditions encountered at the test boring locations are illustrated on the Soil Profiles (Figure 3 through 4). The test boring profiles represent our interpretation of the soil conditions encountered based on the driller's field logs and visual examination of the soil samples obtained in the laboratory by a geotechnical engineer. The stratification lines representing the interface between various changes in soil conditions I types are approximate. The actual transition between strata may be gradual. LABORATORY TESTS The laboratory tests were conducted in general accordance with ASTM specifications. The laboratory test results are summarized on Table 1. The ASTM method number for each test and the number of tests completed are presented in the following table. J:\GeotechnicaJ Engineering\Gco Projecl\2008 Reporls\48 _6681 J.ely Manor CanaI\48-6681_Report.wpd Page 1 I I I I I I I I I I I I I I I I I I I lOA Lely Manor Outfall West CL: Storm Water Management Department Allied Project No. 48-6681 December 3D, 2008 Test Description Number of Test ASTM Test Method Soil Classification 48 0-2487 and D-2488 Gradation Analysis 3 0-422 Percent Passing No. 200 Sieve 3 0-422 and D-1140 Gradation Tests A total of three (3) gradation tests and three (3) percent passing the No. 200 sieve size tests were performed on samples obtained during the field exploration program. Material passing the No. 200 sieve is considered "fines" and will be either silt or clay. The percent passing the No. 200 sieve ranged from 19.5 percent to 25.1 percent. The particle size distribution curves are presented in the Appendix B and the test results are summarized on Table 1. SUBSURFACE GEOTECHNICAL CONDITIONS The subsurface soils have been grouped into 6 strata. General descriptions and depths at which these soils were encountered are presented on the Soil Profiles. Strata 1 Soils consists various shades of brown and gray clean fine SAND (SP) with traces of roots and gravel. These sands are very loose to loose based on the SPT N -Values. They are encountered from existing 9round level to a depth. of 8 feet in boring B-1, from existing ground level to 2 feet in B-2, from existing ground level to 4 feet and again from 12 feet to 16 feet in 8-3, from existing ground level to 2 feet in B - 4, from existing ground level to entire drilled depths in hand auger borings HA -1 to HA - 4. Strata 2 Soils consists shades of gray lightly cemented to well cemented coarse SANDS (SP- Cemented) with trace of gravel and shell. These sands are very loose to very dense based on the SPT N -Values. They are encountered from about 10 feet to 14 feet and again from about 16 feet to 18 feet in B-1, from about 4 feet to 8 feet in B -3 from existing ground level. Strata 3 Soils consists shades of gray weathered LIMESTONE (WLS) weathered to fine silt, sand and gravel, trace of shell. These soils are very loose to very dense based on the SPT N -Values. They are encountered from about 8 feet to 10 feet, again from about 14 feet to 16 feet and from 18 feet to 24 feet in B-1, from about 6 feet to 16 feet in B-2, from about 10 feet to 12 feet in 8-3, from about 4 feet to 16 feet in B-4 from existing ground level. Strata 4 Soils consists of gray slightly clayey SAND (SP-SC). These sands are very loose based on the SPT N -Values. They are encountered from about 2 feet to 4 feet in B-2, from existing ground level. Strata 5 Soils consists shades of gray and brown very silty SAND (SM). These sands are very loose to medium dense based on the SPT N -Values. They are encountered from about 4.5 feet to 6 feet in B-2, from about 8 feet to 10 feet in 8-3, from about 2 feet to 4 feet in B - 4 from existing ground level. J;\GCOleclmicaJ Engincering\GeQ Project\2008 RepQrts\48 _6681_ Lely Manor CanaM8-6681_ Report. wpd Page 2 1lht--- I I I I I I I I I I I I I I I I I I I Lely Manor Outfall West CL: Stonn Water Management Department Allied Project No. 48-6681 December 3D, 2008 Strata 6 consists of a gray LIMESTONE (LS) layer, encountered at about 4 feet to 4.5 feet in B - 2, this rock layer is moderately hard based on SPT N-Values. Groundwater was encountered in all the borings at the time of drilling, the depth ranging between 4 to 5 feet below the ground surface. Fluctuation in the groundwater level may occur due to rainfall patterns, seasonal temperature variations, and construction activities. The soil layers containing a high silt or day content that could be considered as confining layers were not encountered in our investigation program. GEOTECHNICAL EVALUATION The geotechnical evaluations for the proposed construction site are based on the subsurface soil and groundwater conditions encountered during this study, the project information made available, our site observations. and our experience in the viCinity. The test data has been evaluated using established correlations between geotechnical parameters and N-values similar with those recorded at this site, laboratory test results and the observed performance of similar soil types. Suitability of soils as construction fill The near surface sandy soils, Strata 1 through 5, may be excavated with normal heavy earthmoving equipment such as large hydraulic backhoes. It is possible that excavation of hard limestone layers (stratum 6) may require blasting or trenching, if thicker than 3 feet layers ael be encountered during excavating. The strata 1, 2, and 4 soils are suitable for use as embankment and structural fill material. Roots and other organic material encountered during site development and excavation should be removed from proposed fill material. The soils extend below the water table and should be allowed to dry prior to placement and compaction. This can be accomplished by stockpiling the material and allowing it to drain. or by spreading it in relatively thin lifts on the surface to be filled, and allowing it to dry prior to compaction. The strata 3 very silty, sandy and gravelly weathered Limestone layers (WLS) are not suitable for backfill or structural fill. This strata of soils may be washed or screened to improve suitability. The strata 5 materials consists of high percentage of sift and clay fines. The material with higher percentage of fines may be readily mixed with the deaner sands to improve the workability of the soils. The limestone layers (Stratum 6) were encountered in only one of the boring. The depth of these limestone layers are between 4 feet to 4.5 feet depth from the existing ground level with the thickness varying from about 0.5 feet. Trenching and blasting may not be required. Typically rock in this area consists of moderately hard "caprock". This rock is typically found as large fractured boulders. Based on previous experience with projects in this area, it is our opinion that this rock may be excavated with large track hoes. However, the larger boulders may be too heavy for small track hoes, backhoes or drag Jines. J:\~eotecbnica1 Engineering\Geo Project\2008 ReporlS\48 _6681_LcJy Manor Canal\48-6681_Rcport.wpd Page 3 I I I I I I I I I I I I I I I I I I I IDA lely Manor Outfall West CL: stonn Water Management Department Allied Project No. 48-6681 December 30, 2008 FOUNDATION RECOMMENDATIONS Based on the information provided by Collier County Storm water Management Department, One weir wiU be constructed at the boring location 8-1, the weir would be either the conventional concrete weir with spread footings or by driving a steel sheet pile wall with or with out a reinforced concrete cap will be placed on the top of the sheet pile wall. Spread Foundation The recommendations included here are based on the information available now, since the weir design information like the difference in water levels on either side of the weir or the weir top level and we.ir section details are not available. Our recommendations are based the soil profile at the proposed weir location. The loose sand supporting the weir structure may settle and allow negligible loads to be applied on these soil layers. In order to provide the spread foundation for the weir structure, we recommend the soils below the foundation level to be completely compacted to a density of at least 95% of the Modified Proctor Dry Density (ASTM lJ...1557) to a minimum depth of 6 feet below the existing ground level. The spread foundation system may be designed for the proposed structures, after the site has been prepared as discussed above, with a maximum allowable bearing capacity of 1500 PSF. Sheet Pile Weir The sheet pile walls need to be driven to depths sufficient to resist the lateral pressure imposed by the differential water depths. The piles should also be driven deep enough to reduce the potential for piping of the near-surface soils caused by the upward seepage forces. Based on the foundation requirements for the similar projects and the soil profiles obtained in boring B -1, the piles should be driven to depths of at least 20 feet below the proposed respective canal bottom levels to resist the lateral pressure and minimize the risk of piping. The sheet pile wall should extend a minimum of 10 feet into the canal banks. The exact sheet pile wall weir design parameters could be derived only after knowing the actual weir and water levels in the canal both upstream and down stream. The retaining walls forthe case of a vertical wall and a horizontal soil surface should be designed for an active pressure coefficient Kaand passive pressure coefficient Kp. Walls that are restrained from movement should be designed assuming an "at-resf coefficient of lateral earth pressure, 1<0. A triangular stress distribution should be assumed. The estimated values of pressure coefficients are presented in the table below. J:\GeotechnicaJ Engineering\Geo Projcct\2008 Reports\48,6681_Lely Manor CanaM8-U81_ Report. wpd Page 4 I I I I I I I I I I I I I I I I I I I IDA Lely Manor Outfall West Cl: Storm Water Management Department Allied Project No. 48-6681 December 30, 2008 Moist Unit Internal Coefficient of Earth Pressure Weir at Elevation Cohesion Friction Boring No. (feet) Weight (pst) Angle (pet) e) Ko It,. Kp 0-11 105 0 29 0.50 0.347 2.88 B-1 11-18 110 0 30 0.50 0.333 3.00 18-24 115 0 32 0.45 0.307 3.25 Please note that no rock was encountered in boring (B -1) the weir location, however additional borings may be required across the canal at the weir location to confirm the same. BASIS FOR EVALUATION AND RECOMMENDATIONS The evaluation and recommendations of this report are based on the information provided and the soil conditions encountered at the specific boring locations. These recommendations apply only to the specifl(; project and site. If there are any changes to the project information discussed in this report we should be contacted to review the changes and modify our recommendations, if necessary. The construction procedures and geotechnical conditions encountered should be observed by experienced geotechnica' personnel. This is I1ecessary sincettle conditions encountered in the soil borings performed for this study could Change between the bOrings and the conditions may not be .the same as those anticipated by the designers or contractors. Additionally, the soils could be altered by the construction process. If changes in the soil conditions are encountered or if the procedures are not adequate, this information should be reported to the design team so that timely recommendations can be prepared to solve the problem. Based on Allied Engineering & Testings' familiarity with the project, the subsurface geotechnical conditions, and the intent of the recommendations, we recommend the owner retain our firm to provide the necessary site observations and testing. We wish to remind you that our exploration services include storing collected samples and making them available for inspection of 60 days after submittal of our report The samples are then discarded unless you request otherwise. J:\GeolecImical Engincering\Geo Projectl2008 Rcports\48 _ 668U.e1y Manoc CanaJ\48.6681_Report.wpd Page 5 I I I I I I I I I I I I I I I I I I I a.. <( '~ ~ z o :> w t:: en 'i ....~~, ii ..{, I:: #': .5 " 'c. Qs (I) ~'Olll :::iE Ci) "" a:l -c- w a:: ::> C> - u.. lOA 1 ~ . f o i co ~ ~J~m~ ~ i ~ t- en w ~q~ ~ ~i 1l C> t1.1.9 Z ~11: ~ _ E a:: Ql ca W 8 i W g'J :E Z .. $_ - i ~~ca C> ~ e3::g uj Z ~ S=.Qn. w~t. (J)~ LL. ~ cOe:: ,.... ::s ...;:) L..I. ago::s WI (,) caO .s:: - U l5:E15 0 ....J g == ~== :s: ....J ~ 8~8 ~ <( ~ ~ a I! II ;.; m ~ i J <(WI- Ii: a (IJ ~ o ;~ lE:e fa~ li.o ~(IJ alii i~ ~ :z z ----------- -e 00 s: ~ !{l ;:; Z -i o 0 OJ OJ ~ ~ ~ Gl z z m Gl m ;0 r- ~ 5 0 ~ ~ ~ s: 0 5 8 Z Z r- r- iii ;0 o g ~ "tl ;0 o "tl m ~ > "tl "tl ~ en m ;0 l-i m )>1 J f ~ ,)> ~ ~i ~ ~ F Q if;:if ~ m :::r o.~ 0 11" g~g ~o li 0'" J!i. m ~ ~~( f Z in ~i ~ G) !!l. .. Z ~ 1i m ~ g m iil ::0 .. - 3 Z ! ~f G) .g' )> ,.. ~~ Z ~l:: 0 ~i -; m en -; IZ ~;... .. G) G5 !;,! i- O?~~z - '" i 0 ~, '" ~ r J J ~ - -. - - - - 11 ] :1 Z ~ m ~ :!! G) C ::0 m N OJ o :xl Z G) r o () )> -I o Z '1J s: Z ------ - ----- -'---- -rO A NN~N~~~~~~~~~~~1 1 1 . ~WN_o~m~mrn~WN_o~m~&rn~~~~O_Nw~rnm~~ 1'1 I' "1 . I 'I ' 1'1'1 1"'1' I ' I' I '1' I ' I' I '1' I 'I' I . I' I ' I' I '1' I '1' I 'I '1'1'1'1'1 .,. I . 1 ' I '1 . , '1' I '1' I '1' I ' 1 ' 1'1" '1' I ' I' I ' I' I . I' , '(' I ' 1 DEPTH IN FEET @ @ ~e "'II"tlIUtJ"'. ".,..:>,..;:.,...O'....'.:...f..'.' .c., <).<1 V.; .' ::U:I____;. ....;,..;:,: ;"~;-';""\'''~\~'~~:''~;:1..~'..';,/'.~/:~:~'~:::: ~ ~ ~ ~ ~ I is' ~ gCil..... 3 a q "'z ::f &'5.0) CD :; ~m~ ~ I~ ~~ g ~~~lil' !i " ..- JJ G) c ;0 m w @ @ @ IIlliIIIHIT!I!I m :: ~ . .WftillHfl'~ , !:f !:l u; N g;U r- ." (') 1-1 m )>1 f I i. i ~ 1? )- ~ 0....0 1 r ~ om.o [- r ~ w'< ~ {) - :f~~~ im <: ~Q ~ ~ 0 ~ ~g~ " m -~ -n[;'!'t.! f Z ~ [i ~ ~ G) .... ~ ~ z -~ ~ m ~ a; m ~ ::u 1~:2 z O'~ G) J! tf~ )> if a ~~ -I m en :::f ~ t5 .~i~f-z .G> ~ ~ J () ~ II f ~ j ~ ~ . . ~ '" en o r "1J ::u o ." r m en i:i!lil~ ~~~~ cm:i! GlO :I: @ @~@ @ e _m~II~~~~<:.;;'i<I:::~::::::::::::::::;::::::::::: 8 ~ . :I: '" ~~~ 3",,,, t')::Im >1 ~~:E rp ,", iii:<g N Ii if ~ f .."l", ~ '" - I I/!....OO ~~i!!m ><oliJ ~O :I: e @ @ @~ e 1:)~...~:;:?::.:r.:;,qlInllJlI~~:~~~I.~.: :~".' > .:.1/~.y~:,:~:y~:;;~:.+ - I '" &QCI.I oa!. 3",,,, >>>>>:<<<<~:l ~H ~ I~ Wll;f ~'I..- N '" c;) ..... '" a> OJ '" ~:i!lil~ ~el~~ 50 :I: ~ &QM @ f'Je e H~ ~';'~:;':'("'" .....J ~a"lOJ ~J..,-.t.... ... :. ~"!lI:E, en .- ~_.. .: .." . .:.' . '" '".: z ~:c g .,J:lr.. N - I I~!f~~ n~~ iii '1..- ;;;"\01=:9 c:m:i! QO :I: ..... '" CD '" ., @ @ 0 e e e IIHffB 1::::::1 _ _ 0 "i:\:~':1 ~ IU Jj !fU llli iH m lil i 1~~ h~! h~ ffi 5~ ! If~ i:i1 1~i ~ .P ~ ." -:n l~~ I f! ~ ~ i I' - ! ~ i It ~ ih~H H~ ? i" iI!lii ~ss Ih 15! tili:! I ~' t: '" ~ jUI ~ ; Sa II m ~n so)!:: ~a~m~ ('j C/) "'I!r !!l~Ii~~ 9. 0 ; C '" ",<!I; ~" In; ? s: s~!:! !;:::0.:l~ =s:: ii~ ... ~ "Jij" ~~a<;:;. . ~ :xl ~:Jlhidi ~ !:i ~ ~ !il ~ VJ fn ffi :D. ~ _~ tJ ~ ~ ~ ~ !~!~ l~i1""$Y"00<'i ~ !ll ~ I ~ ~ " ~~ i~~ <: ~ ~ ~ ~ m ~ ~ mnie ~~ ~ Z " l.l \l ! 11 8.a~ ~ ~ J2 2 !i~ en ~ ~ H rs ~I ~-<::IJ::!I-< ~ S ~ ~~U~I' ~ o~~mr- ~ g, ~ Ii! 8 Ii q:l m :i m ;if m ~ ~~::"lTi~~ ;ili!i;~~~ ~ ~g~ ~ "~m 1l ~~\l~5~~ 'il'il8:;;~~ O~ 1;8% aa -~:ii "iClf CI VJ aa;ClQI"'J;jm~ ~il,;";.=i: !:i h~ f ~-<:ii ~ 0 ---~ 11 A ~o/ I I I I ----------------- , OJ , I , , (.o:l N ..... 0 I . I I . I , 0'1 I ' I . I DEPTH IN FEET ./>. ::!! G> c (;) ;;0 a m e c ~ r;,:.,:~,v~:\.:;.:y~~:.}}::~~.~:<\~\,;:'A:,/~;~:+H:r/;:;{~.,T~t!{:jl ; ~ ~ ~m..... en fl 0 r \J ;;0 o ::!! r m en !l?~ e · g~ r(~; :;.:~':~c~:..;:):}: ~'; \): ~::'.::/:~'.~ '{'\ ':~ },~'::'/;>;? ;?;:;-:t.,:SY:;":L~;: xi::/l W j Z I!;~ ..~ e F:::: V;':t:~~.~, ~<.~: ,~;;:,i.:~,:~f~";>;>;; ~'~:'l';),;/;'Y,i;\; 'X;,~ :;/:'l:- :d (;) a 5I ~)> ~~ .. ~ 1-1 m )>1 f I ~ ~ ~ f }> 1\ 1l~ 1l g F Cii';;::iDgm it 0" (; i 'SgagioO m ~ o~ " m .~ ~~!e of Z ""0 0 = 0 i [n a:;E3 ~ G> .. l: ~ e: ~.. f:! Z i 8 m .. m ~ ;0 3 Z ~ ~l (j) 11 ~~ )> ii a "'" --f m f & i (f) ~ r; --f !~ '~ ~ ~o~ I ~ ~CDS.() 1 . ~ e r;::<.?;:;:~~<;< ~:::H;.f>~);:.;~ \::; :~,:(:,>::..~.,~,:{:;;); ?;(:;;:;;,{':l (;) g aI !!!)> ~.h. IS '" '" @ @ @ @ e e IIHHH I:::~:::~IID IlIIIIIDD D L~"~;!<I I HI U ~!U ~,fU Iff .~ ~r~ J jo~ 9ir h~ ~ ~ .if t Hi Ij ~i PI ffi ! ~J "i I i r . j ~ !:2 ~ !l j il! iJI H~ 0 ! I~ I d~ .!~ IIi ~ j d ~J I J ~!5 !l;1;1 "~ ~ ~ ~ ~ ~ '" ~ " I ~~~ll!l~1 ~ o~-n~~B2! ~ ~ Q m ~::q; ~ r~ CI) ~ I II ~p ~~~ Q. ;1;" i'l ~ . ~ 01!ll ... ~ ~!: lll~ i ~o~ a!a ~ =+= ~i ~ -0 :;:81 ~ :tl n 0 ~ ~~~h~ i! ~ i !: 0 ~ m g ." .. F ~ OJ r- C:::a ~ "Cl tl ~ . m ~ i I ~H ~ ,~ 1....!lYWOOL,i ljj \l~::~p~ ill ~ iH m ~ iUn d i z 0 ~uQih ~ lllB z ~ ~~~ ~ ill m ~ ; Ii S m I!: S~?E~~ ~8ai~! a :~~ ., 0 m g~:,~':'1tt6~ p~uiU ~ ~!:l l! I IDA I e en ~ ::I ~ i .J 3: IlJ - I U) I "0 'C c: c: (Q (Q "0 "0 c: c: C (Q <<I I 0 Cl)0 (1)0 ;:; c: . c: - a. o=: 0::: 'C 1;)0 1;)0 u CD CD CD CD U) E~ E~ I ~ :.:Jo :::io - i; .... '0 ~i "0 rn ...! c: CD /I) . CD ~ . <<I 5.c:Qi .c:.c:- rn co.- CD I co-> (1)<<1> >- U)~ ~ .~ <<I 3:;~ ~ I-'c 3r:5 ti.i -'0 ,-- '" :::)- c I U)I.L c 0 ..... It) W - N <<i &0 oi o:~ <> N ('II ..... I-::s"'"' 2 cnoCD I WO:g c I- ... ' >- .!! ~ c CO ..... ('II .- ,.,.: oi ~ .... 0:::5 - <> ('II N W~O~ 2 I ..I~ __ m ';)0 .,s 0 M. <( 0 I'" ::I <0 to r- eo I-m e U) <> c? N ~ CD_ Ct) Ct) I :5-0. D::CD 2 fi'O _C I.L ,!! .-",- 00- t!= 0 >-...< <<I .... to to U':! CD. <> ci u> Q) I 0:0 !l~ .... Ct) Ct) <(I: .- Z :IE" " :IE:IE l! 0 ::)~ C!) N ~ to ..... I (I)~ 0 ..... It) i, 2 It) .... 0 ~ to CO ..... I 0 ..- ci l!! z r- eo .... to r- 0 I 0 ,..: c? aj 2 00 r- to .....~- .c: _ ~ N 0 I -- ...... ,.. Q.CD CD.! . , , 0 0 to O- N ...... I CD 'ii- ...... <0 It) ..... eO , . , <<12 (f) (f) (f) rn I CD ('II C . ..... Ct) 'Co , , . 02 m m m to I I I I I I I I I I I I I I I I I I I I lOA ~ '1 Lely Manor Outfall West CL: Stonn Water Management Department Allied Project No. 48-6681 December 30, 2008 SOil TeST BORING PROCEDURES The soil test borings for this geotechnical study were performed in general accordance with ASTM 0-1586 standard specifications. In the Standard Penetration Test a 1,4 inch I.D., 2.0 inch 0.0., split barrel sampler is driven into the soil at the test depth with a 140-pound hammer falling 30 inches. Dependent upon the soil conditions encountered, the boring is advanced by rotary drilling procedures or continuous sampling. With either method the borehole is stabilized with a viscous bentonite drilling fluid. The number of blows necessary to drive the hammer 18 inches or until 50 blows results in less than 6 inches of penetration is designated as the Standard Penetration Test. The nll.m~f ()fpl()wsf()r ~~qflE) il"lc;h~s ()fpe~trati()nis~rded.Ihe first6inches of penetration is considered to be a seating drive and the remaining 12 inches is the Standard Penetration Resistance Test Value (N-Value). Upon completion of the penetration test, the sample retrieved from the split barrel sampler is classified in the field by the driller and a representative portion is placed in a sealed glass jar. The samples are then transported to the laboratory for visual cfassification by a geotechnical engineer and further laboratory testing, if necessary. HAND AUGER SOil TEST BORING PROCEDURES The Auger borings (AB) were advanced with a 4-inchdiamete,. continuous flight auger. The borings were advanced by slowly twisting the auger into the soils. The auger is then pulled up vertically to expose the soil strata along the auger flights. Samples were then removed and classified by an engineering technician. The field log was prepared by the technician. Representative samples of each soil stratum were returned to the laboratory for further classification by the geotechnical engineer and laboratory testing. J:\Oeoteclmi.cal Engineering\(ko Project\2008 Repot1s\48_ 668I.J.ely Manor CanaM8-6681_Report.wpd I I I I I I I I I I I I I I I I I I I Lely Manor Outfall West CL: Stonn Water Management Department IDA "'''' Allied Project No. 48-6681 December 30, 2008 SOIL CLASSIFICATION N- VALUE - STANDARD PENETRATION RESISTANCE TEST VALUES. BLOWS PER FOOT CLASSIFICATION CORRELATION OF N-V ALUES WITH RELATIVE DENSITY AND CONSISTENCY CORRELATION OF N-VALUES WITH HARDNESS DESCRIPflON LIMESTONE RELATIVE DENSITY VERY son son MEDIUM HARD MODERATELY HARD HARD MODIFIERS sliahtly sandy sliahtly aravely with sand with eravel sandy. erave11y COHESIONLESS SOILS SILTS AND CLAYS RELATIVE N-VALUE DENSITY N-VALUE CONSISTENCY N-VALUE 0-4 VERY LOOSE 0-2 VERY son 0-19 5-10 LOOSE 3-4 son 20-49 11-30 MEDIUM 5-8 FIRM 50-100 DENSE 9-15 STIFF 50 for.2 to 5 inches 31-50 DENSE 16-30 VERY STIFF over 50 VERY DENSE 31-50 HARD 50 for 0 to 2 inches over 50 VERY HARD MODIFIERS APPROXIMATE FINES CONTENTS MODIFIERS APPROXIMATE SANDI GRAVEL CONTENT 5% - 15% sliehtly silt,' slightly clayey 5-15% 15% - 25% with silt with clay 15% - 25% 25 - 49% 25% - 49% silty. clayey J;\GeotedmicaI Engineering\Goo Project\2008 Reports\48_668I_Lely Manor Canal\48-6681_Report.wpd IO-A--",,---- , I I I I I I I I I I I I I I I I I I I I- o ~ Specimen Identification z ti. B-1 S-11 20'-22' ~ Cl z w o w ::; -' < .., II. c.:l !A ~E z ~T tJ) =:> ~ HYDROMETER U,S_ SIEVE OPENING IN INCHES 6 4 3 2 15 1 3/4 112318 3 4 6 U,S, SIEVE NUMBERS B 10 1416 20 30 40 50 60 100 140200 I : I I I I I I I I : : : : ~ : 1\ \ ~ : : ; \ \ ; \ : : : : .- \ ~ " : : : 100 95 90 85 80 75 70 .... 65 :I: Q60 Ul ~ >- 55 III IX: ~ 50 u:: .... 45 :z Ul ~ 40 w 0. 35 30 25 20 15 10 5 o 10 0.1 0.01 0,001 100 GRAIN SIZE IN MILLIMETERS COBBLES PI Cc Cu fine SILT OR CLAY Specimen Identification Classification LL PL . B-1 S-11 20'-22' eathered LIMESTONE, weathered to fine silt, sand and gravel (WLS 0100 4.75 D60 1.217 D30 0.183 D10 %Gravel %Sand 0.0 64.8 %Silt %Clay 23.0 Allied Engineen"ng & Testing, Inc. 5850 Corporation Circle Fort Myers, Flon"da 33905 239-334-6833 * FAX 239-690-1582 GRAIN SIZE DISTRIBUTION Client: Collier County Stormwater Management Dept. Project Lely Manor Outfall West Location: Collier County, Florida Job No.: 48 681 ~~- II i II II I I I I I II II I I I I I I I I 1O...,f: , 1..' , fJ U.S. SIEVE OPENING IN INCHES 6 4 3 2 1 5 1 3/4 112M) 3 4 6 U.S. SIEVE NUMBERS I 810 1416 20 30 40 50 60 100 140 200 HYDROMETER I II I I I I I I I I : : ~ : \ \ 1\ \ : '" .' : ~ .. , : . : 100 95 90 85 80 75 70 .... 65 :I: S2 60 ~ >- 55 m 0:: ~50 ii: 1-45 z w ~ 40 w Q. 35 30 25 20 15 10 5 o 0.1 0.01 0.001 100 10 GRAIN SIZE IN MILLIMETERS COBBLES LL PL fine SILT OR CLAY PI Cc Cu Specimen Identification . B-2 S-6 10'.12' Classification eathered UMESTONE, weathered to fine silt, sand and gravel (WlS b ~ Specimen Identification z ~. B-2 5-6 10'-12' I!! Cl z w o w :::; ~ D100 4.75 060 1.911 D30 0.17 D10 %Gravel %Sand 0.0 ~.6 %Silt %Clay 25.1 ... D. IA ~E ~T co :;) Allied Engineering & Testing, Inc. 5850 Corporation Circle Fort Myers, Florida 33905 239-334-6833 * FAX 239-690-1582 GRAIN SIZE DISTRIBUTION Client: Collier County Stormwater Management Dept. Project: Lely Manor Outfall West Location: Collier County, Florida Jo No.: 48-668 I I I I I I I I I I I I I I i I I I I I -,-1-, U,S, SIEVE OPENING IN INCHES I 6 4 3 2 1 5 1 3/4 112318 3 U.S. SIEVE NUMBERS 6 810 1416 20 30 40 50 60 100140200 HYDROMETER f I I I I I I I I I , : : : : \ \ : \ : : : : f\ : \ \ : : I'l! : J\ " f'. '\ : 100 95 90 85 80 75 70 I- 65 :J: ~ 60 ~ >- 55 III 0:: ~50 u:: I- 45 z w ~ 40 w a.. 35 30 25 20 15 10 5 o 10 0.1 0.01 0.001 100 GRAIN SIZE IN MILLIMETERS COBBLES PL PI fine SILT OR CLAY Cc Cu LL Specimen Identification . B-3 S-5 8..10' Classification Silty SAND (SM) b ~ Specimen Identification z t;. B-3 S-5 w I- el z w o w ~ D100 4.75 060 1.075 D30 0.203 010 %Gravel %Sand 0.0 68.5 %Silt %Clay 19.5 S'.10' ..., Q. ~ IA ~E z ffiT </) ::> Allied Engineering & Testing, Inc. 5850 Corporation Circle Fort Myers, Florida 33905 239-334-6833 * FAX 239-690-1582 GRAIN SIZE DISTRIBUTION Client Collier County Stormwater Management Dept. Project: Lely Manor Outfall West Location: Collier County, Florida Job N .: 48-6681 lOA Co~ CoUH1;1 - ...._~ .......-..ow- Aclninisbative SeMoes DMsion Purchasing Email: BrendaBrilhart@colliergov:net Telephone: (239) 252-8446 FAX: (239) 252-6697 ADDENDUM Memorandum Date: January 5,2010 From: Brenda Brilhart, Purchasing Agent To: Interested Bidders Subject: Addendum #2 - ITB #10-5198- "Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal and 2) Lely Manor Canal West Outfall (North & South Sections) The following clarifications are issued as Addendum #2 identifying the following change for the referenced bid: A non-mandatory pre-bid conference shall be hel~,,~t7t~~~,,: Purchasing Department, Conference Room A, Purchasing Building "G" at ~~~~~gl'p~m. LOCAL TIME on the 6th day of January 2010, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. If you require additional information please post a question on the eBid site or contact me (contact information above). c: Shane Cox/Margaret Bishop, Project Manager IDA ~ Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 ADDENDUM Memorandum Date: December 18, 2009 From: Brenda Brilhart, Purchasing Agent To: Interested Bidders Subject: Addendum #1 -ITB #10-5198- "Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal and 2) Lely Manor Canal West Outfall (North & South Sections) The following clarifications are issued as Addendum #1 identifying the following change (s) for the referenced bid: Additional bid documents were added via Addendum #1. If you require additional information please post a question on the eBid site or contact me (contact information above). c: Shane Cox/Margaret Bishop, Project Manager CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA lOA Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal 2) Lely Manor Canal West Outfall (North & South Sections) Full Name of Bidder BID NO. 10-5198 HAS.t'INS NC" /(/j5~ ~O?//~/J~ AvG: L$M11J~)~5JIi 34135 , Main Business Address Place of Business ..s~ j Telephone No. 947-/~ Fax No. 1'47- 3gs 7 State Contractor's License # eGc ~574~'1: State of Floriqa Certificate of Authority Document Number 574 J 5'1 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: NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. GC-P-1 IDA BID SCHEDULE Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal 2) Lely Manor Canal West Outfall (North & South Sections) Bid No.1 0-5198 Three Bid Schedules Are Provided Under Separate Cover Contracts May Be Awarded To Two Vendors. The Gountvwill have the option of awardinQ. all proiectstoone contractor if it is in the best i nterestof the.. County. Bidders must submit pricing on all three sites to be considered for award. 1. Lely Main (engineers estimate $1,240,600) 2. Lely Manor West Outfall (North $1,213,010 & South $1,450,790) GC-P-2 IDA MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON. RESPONSIVE All Bidders shall confinn 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 EngineerlProject 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 confinn that we will use all manufacturers and materials as specifically outlined in the Bid specifications. :::::_~ /AL:. /'. " Date: p~o 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. Company: Signature: Date: GC-P-3 LIST OF MAJOR SUBCONTRACTORS -'.f.;. 'O.'.~' . ~'" .... ':,' J~ THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE The undersigned states that the following is a tist 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 th~lt all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. 1. Major Category of Work &C.4YA7It')~ Subcontractor and Address ~e&#~ ~.s;; h: ;v1Y67S . 2. 3. 4. 5. .companr~. S~na~re:' ", , ' Date: ///9fto , , GC-P-4 '-::,,-~".;.o""":":;"."'- IDA STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five years is ~ judge of its experience. skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. Proiect and Location Reference 1: AI€. /'f'~/~. ~Pa.S , ,R,~7e hbmes 2. #tW~/(j e. ~/I ~ 4J'18,~ ~&5 3. ~ \AS/A. ~7'EJ?L:; , ~HJ&€ 41,~ Abn65 4. ~B1~~Gr: E,v?O D€~tiJPu.s 5. LJV/M't&"kR/ Ro. . #.4P/.,GS ., ~ ~1Ife f)i?A-/~ L~~ f /:g/s 86/7~ ,(JI'N)~ ' UU/t2 a., S7i:t?A1w476Z 6. Dated 1;/9 jJ 0 / AA.s/~/N.s Nt; _A~ 8Y:~ ./" GC-P-S ~ ~.. 0.' .!~- GJ, .,0 ;~.;.: ' I,' TRENCH SAFETY ACT 1) Main Canal 2) Lely Manor Canal West Outfall (North & South Sections) 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 Measure (Description) Units of Measure (LF.SY) Unit (Quantity) Unit Cost Extended Cost 1. 5Abe/A,/(; !kr~ 2. 2aJ , /0 4.Pz:v t.~ 3. 4. , 5. TOTAL $ ~t:l:7(/ Failure to complete the above may result in the Bid being declared non-responsive. Dated it9/'0 HArSC/MS ~4 ~ BY: GC-P-6 10/ cJI,..~ - .~~ ._~ Adrrinistrative Services Division Purchasing Affidavit for Claiming Status as a Local Business 810#:10-5198 (CHECK APPROPRIATE BOXES BELOW) State of Florida (Select County if Vendor is described as a Local Business o 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 ~ 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 conbibutes 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 DCollier County or ~lee County: /978 Number of Employees (Including Owner(s) or Corporate Officers}: Zo Number of Employees Living in 0 Collier County or ~ lee (Including Owner(s) or Corporate Officers}: /5 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. vendorNa~ ;k:. Dale: 00" Signature: __ Title: //'/~46e12 ~ STATE OF FLORIDA o COLLIER COUNTY ~ LEE COUNTY /f~/ Day of (AFFIX OFFICIAL SEAL) GC-P-7 -IDA Co'" CouHty ~ MI. ~~ServiCes 0ivisIal Purchasing Immigration Affidavit Certification Bid ## :10-5198 Title: Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal 2) Lely Manor Canal West Outfall (North & South Sections) 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. Failure to include this Affidavit with proposal will delay in the consideration and reviewing of vendor's proposals and could result in the vendor's proposal being deemed 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 ("INN). 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 Jaws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to abide by Collier County Employment Eligibility Verification System requirements regarding this solicitation. IkK/.f6 ~c. ~~~~5 ....- STATE OF ;::-t:.Pt.t1JA COUNTY OF L-I!& Company Name print Name Signature Title Date #l~:;:Z /fdday of J#v./eY , , . who has produced Notary Commission N The signee of this Affi . worn affidavit required herein, the truth and accuracy of this affidavit to' interrogatories hereinafter made. Collier County reserves the right, at any time, to request supporting documentation as evidence of the vendor's compliance with this sworn affidavit. GC-P-8 - IDA 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 Certifi~tes 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 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 the calendar days specified below, 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 specified consecutive calendar days (see below) after Substantial Completion, computed by excluding commencement date and including the last day of such period. Project Substantial Completion (Days) Final Completion (Days) 180 150 30 - Total 210 30 - Total 180 West 150 30 - Total 180 Resoectfullv Submitted: State of County of ~4 t..e:- ~ ~s , being first duly sworn on oath deposes and says that the Bidder on the above Bid is organized as indicated and that aU statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. Jt:J#fft..-- C~....s , 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. GC.P.9 IDA (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of ~t>elPA which operates under the legal name of /-MSJC/A;'5 ,/y~ I and the full names of its officers are as follows: President ~ M.s~ /~s Secretary ~/IUj!;y ~/N..s Treasurer ,( " Manager Ja L~ 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 operating under a trade name, said trade name is , and if DATED legal entity BY: Witness Name of Bidder (Typed) Witness Signature Title ~r.-P-1 0 STATE OF ~/04 ~a, ],OA COUNTY OF The foregoin.9 instrument was acknowledged before me this /7 day of J~" , 20 I~ by ../PU- C~0;J!6 ,as ~~ · of I~~ ~~ , ' , a RP!VM corporation, on behalf of the co.rporat~. t:Jj#she ;~ personally known to me or has produced a/lJ~A/~l.~Y Lr2l!'M.I~ as identification and did (did not) take an oath. NAME: ~~~ (Signature of Notary A//rH'J,e:FA/ E./~$,.c/NJ' (Legibly Printed) My Commission Expires: ,i' .t~~:.':":& ,', , 'i .,'", '" > /, , :,..:",':' '? C'j,:-~':~'~::::, r (A~,F,I)tPfi;F1CI~L$EAL) ~\ i. ~~:~,.,<X/' .. '''1 Notary Public, State of Commission No.: ...?fJ :.i.~,,' " ,.( . GC-P-11 BID BOND IDA 1 Western Surety Company I SuretY), a corporation chartered and existing under the , with its principal offices in the city of authorized to do business in the State of South Dakota bound unto the Collier County Board of County Commissioners (hereinafter called the Owner), in the fuli and just sum of FIVE percemt of the amount bid dollars ($ ) good and lawful money of tile 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: KNOW ALL MEN BY THESE PRESENTS, that we Haskins, Inc. (herein after called the Principal) and . (herein called ,the taws of the State of SiOlJ)c Falls and are hefd and firmly Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal & 2) Lely Manor Canal West Outfall (North & South Sections) Bid No. 10-5198 NOW. THEREFORE, if the Owner shall accept the Bid of the PRiNCIPAL and the PRINCIPAL shall enter into the raquired 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 8S 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. materiaJs 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 boi1d or bOnds, and deliver to OWner the required certificates of insurance. if the PRINCIPAL shaH pay to the OBLIGEE the fixed sum of $. noted above as liquidated damages, and not as a penalty, as provided in the Bidding Documents. then this obljgation shall be null and void, otherwise to remain in full force and effect. , , IN TE.STIMONY Thereof.. the Principal and Surety have caused these p~~~i~)~ duly sIgned and sealed thIS 1 day of January ,20.ill-. ,,','. /, Haskins, Inc. .p~i1~~ '".,' " , \.....,' >,>,./' I ',' F ,,' t;~(S~~J), H (~,;' , Western Surety Company . :, '," ~Ul>>~~'~~~': " ~ -- ~ ~ ....;\(S~~lr Counte'rsBe~anmeldn . French~~~~~esi~ntA~~ ,~_/'(.:~:::~~.' ':,. ~ ,~ - . ~j .- " , .--'" local Resident ProdJJcing Agent for Waldorff Insurance & Bonding, Iru{'Z.'-: ,~ ','~;; ','" ~~.,~ /'//~(~~.\~:.~' t?~ " ....:; " .,iI ". : ~...., .' (-: BY ,.,I (.. ., .... - ~ \,' / '. '. ":'~;-l~=-"_'" ~ ~ >'.' -;. ,,' . . ~ = . GC-P-12 THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Purchasing Deparbnent IDA 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 8. Certificate of Authority to Conduct Business in State of Florida 9. If required, the amount of Bid bond has been cheeked, and the Bid bond or cashier's 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 Center Purchasing Building 3301 Tamiami Trail, East Naples, Florida 34112 12. The mailing envelope must be sealed and marked with: ~Bid Number; <:>Project Name; <:>Opening Date. 13. The Bid will be mailed or delivered in time to be received no later than the specified ooenino 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 J4.~/~S /Ne. Bidder Name //1~ . gnature & Title /~ti#; / '1 Date: GC-P-13 2- i , ~ '5 coO 0'>_ ..-- Ul 1OQ) O~ ..-- - CD 10 !::: lii o o C 10 :2 ~ ~ Q: en ~ a. o .c en iii iii Iii OJ Iii :2 ..: OJ :2 .~ Q.. tOA c o 'fi Q) en .c 1:: o Z 0 0 0 0 L!) 0 0 0 0 0 0 L!) 0 L!) 0 0 0 0 0 0 0 0 L!) 0 0 0 0 I"- 0 0 C! <0 C! C! ~ 0 "! 0 0 L!) C! 0 0 0 0 (J) ci 0 0 0 ..t- O 0) ..- r-..: ..- ..- ..- N <0 (J) 0 0 0 0 0 0 0 M 0 0 0 0 <0 0 (J) ..- l"- N ~ <0 <0 a:> a:> 0 C') <0 0 L!) 0 L!) 0 a; 0 L!) L!) 0 ..- 0 N <0 ..- ..- 0 N ~ C') (J) 'V 'V (J) a:> N 0 N <0 0 ~ (J) ..- 0 L!) C') I"- ~ (J) I"- a:> <0 C') 0 ER- ER- ..- ..- N I"- ..- u-i ... 0 L!) ER- ER- ER- ..- <0 ..- N 0 I"- <0 C') ER- ER- ..- ..- ER- ER- ER- ER- ..- I- ER- ER- ER- ER- ..- N ER- ..- ER- ER- ER- a:> ER- ER- ER- ER- a 0 0 0 L!) 0 0 0 0 0 0 L!) 0 L!) 0 0 0 0 0 0 0 0 ..J 0 0 0 0 I'-; 0 0 L!) tq 0 0 tq 0 "! 0 0 0 0 0 0 0 0 < CI) 0 0 0 0 0 0 C') <0 <0 I"- (J) ..- N N r-..: 0 0 L!) N ci ci L!) I- 0 0 0 0 ..- ER- a ER- ..- ER- ER- 'V ER- ER- ER- N L!) L!) ..- ..- L!) 0 N 0 .;: 0 L!) L!) ER- a ER- ER- ER- ER- C') ..- ER- 'V L!) ER- I- ER- ER- ER- a. 0 'V (J) L!) C') I- :!:: L!) ER- ER- <0 ER- ER- ER- 0 c: W ::> ..., 0 ~ ..- ..- ..- 0 C') ..- C') 'V <0 C') (J) (J) ..- L!) I"- a:> C') ~ 0 L!) N 0 a. Z. 0 L!) (") C') (") 0 0 a:> C') 0 0 "! 0 L!) L!) ;:; ..- L!) 'V I"- (J) C') 'V ..- N L!) ~ ..- ..- ..- c: C') ~ I"- 0 ..- C') C') C') ..- l'i:l ..- C') ..- N ~ CJ :!:: en en en LL LL en >- >- >- >- >- >- >- >- >- LL >- >- LL < < LL c: ::> ..J ..J ..J ..J ..J ..J 0 0 0 en 0 en en en en ..J 0 en ..J W W ..J 02 0 (9 ~ Z W s: a. 0 w i ::2: W W en I- W W W ;:) ~ ..J ..J ..J 0 52 0::: OJ OJ i= 0 ~ a. ~ 0 W w ~ X < s: N W 0 z ::i 0::: 0::: l- I (0 en 0 0::: 0 ~ W W 0 :s c: z W l- I- I- W 0 0 < ::2: en ~ ~ " Z W ;:; ::i w ""- ;:) !:;: W Q, " " LL ..J 0 ~ 0 ';: Z @ Z I I ..J " Z 0 en >= --: ri S2 LL ~ W W 111 Z () 0 W " Z LL CI) ::s w < w 0 l- I 0::: ~ !::: < LL C en I en > I"- W ~ C ~ I- W ~ a. 0::: 0::: < OJ ..J ..J W Z ~ <0 < Z ..J Z ..J ;:) W OJ < ..J !::: I- = ~ Z en en z z < w ~ w W ..J ..J en 0:: 0 0 W 0 en en X I- " ..J Z ;:) Z 0::: W " i= < 0 W 0 en ""- z z " <( ~ 0 0 en OJ ::2: w OJ 0 < Z ~ ;:) ;:) L:i < ~ 0::: 0 ..J W i= z I , i= OJ ce 0::: ..J W Z LL " Z en 0 en ""- 0 ..J en 0 ~ 0::: < 0 ~ OJ < Z 0 en 0 I- Z 0 ..J ..J W ;:) 0 >- z $: 0 i= !2 >- >- Z ;:) Z ~ :::= W W ~ UJ ~ 0::: 0 0 0::: X 0 ~ ;::; > 0 Q I- ::2: z z Z l- ce Z " W 0 a. UJ 0::: 0 en :> :> w i= I ..J ~ ..J Z en 0::: LL 0 0 :; ..J OJ I OJ UJ 0 0 0::: ~ ~ Z ~ ~ Z Z W I- W ~ e:! < 0::: 0 ~ 0 <( 0 ;:) I- Z Z ~ OJ < en UJ 0 0 I- < LL ;:) 0 - Z ..J < e:! - a. ::s ::s ~ ::2: 0 w ~ en en 0::: - 0 a. 0 ""- " en " en 0 ::2: " " en ::2: c:: w UJ Z z en X ~ I- " Z Z OJ en 0 ~ 0 OJ OJ 0 0 0 0:: ::s UJ a. z UJ ::s - en 0::: ::i :> :> i= w z ~ ~ i= i= $: en I I < ~ L:i 0 ~ < Z 0 Z z en !d: 0 ~ S2 S2 OJ 0 0 (.) OJ 0 0 (.) < 0 0 ~ I <( a. <( ::s ::s 0::: 0::: ..J ..J Z 0 ::2: 0 ..J W Lo 0 N N I I ::2: a. a. LL en (.) ;:) 0::: W ::2: 0:: en a. a. " ..- (.) OJ ..- ..- (0 (0 ..- N C') 'V L!) <0 I"- a:> (J) 0 ..- N C') 'V L!) <0 I"- a:> (J) 0 ..- N ..- ..- ..- ..- ..- ..- ..- ..- ..- ..- N N N """ - o ~ ::J o co _ a> '" U?~ 0_ ....<Il C <Il o o C <Il :::2: >. Qi ...J c.. en ::i C- O ~ '" iD ~ <Il ~ <Il :::2: ci, :::2: 'e- c.. ~ ~ g g ~ g ~~r>~ III .;h '<n1.1i ... {!. , I o fl ~ "i: 0 D. 0 ... 0 '2 q- ::)V}. 5 c o U Q) CI) ~ S o CI) ... '2 VI ::) ...J -- I r::: o +:; a. .;;: u VI GI C OOLllO oor--m 0000 o 0 V}. V}. o LIl 00" V}. i-I V}. .-I ., .-I ;;!; ~ 1.0 1.0 0'1' .-I' .-I .-I 1Dq-0 NOlO r-- q- r-- q-' m' N' .-IV}.q- V}. V}. o LIl OO<! o m o V}. LIl m' V}. ~~ ~~~~ti '" ... c 'Iii ~ 5 -g P en .~ ~ :c .:; .g e "'" Q. .-IN I w U C OJ '" U C C OJ OJ !: 1.1. 'm .:t:: ~ Vi u vi ~ !Egti ~ _'X t- OJ LU ..... U ..... o c 0 OJ OJ OJ U 1.1. U o c .:t:: c ~~Vi~ "O~"O~ .:; .!:: ~ .!:: .eromro Q.~t;;~ l')q-LIlIDr-- c o +:; '" > '" U tlll X C LU .:0- ..0 ::J .... I.!) ~ tlll c 'C '" OJ D g~ ;;f ...~ .::;::..u o N 1.0 u) N V}. o Vl 1.0 N 1.0 V}. 000 OOLll ~ ;;;, :;, .-I Vl V}. V}. V}. 00 00 00 1.0' <<J' LIl .-I .-I V}. V}. OVlOOOOLllON .-I r-- 0 q q LIl r-- 1.0 .-I "";"";ONN.oO"O V}. V}. 0 V}. V}. V}. V}. V}. V}. Vl q-' V}. oomOLllOOVlLll 00 Or--OO<<JO'I N<<J r--OOOLll<<J q-'..n 1.0' N' q-' oq' m N' Nm N NNVlID titi;;Si'ni'ni'ni'n~~ '" c '" U "0 OJ <+= 'in V) rn U c => <<JIm , '0 rn o a:: V) V) OJ u u ~ OJ U c rn c OJ ... C 'n; ~ ...: t;; " :!Q .g ::J o OJ tlll rn .!:: rn Ci tlll c 'p V) 'x LU OJ ... rn u ..Q OJ a:: " "0 c OJ ... X LU OJ "0 OJ rn "0 .... rn tlll .... ..0 tlll ::J ..0 VI ::J "0 VI ~]~ ~ :c ~ t;; rn E ~ ::J ~Oo<O ~ ~I~ E ::l ! 'C u 0 !?;.tiJ~ ~ $ ~ ~ ~ :ll ::J ~ ~ VlUOJ 0) C .:t:: ~8u:: ~ Q) ~ V1 :0 .~ 6a~ O..-iNmoqL/lIDr--<<J .-I .-I .-I .-I .-I .-I .-I .-I .-I ~ '0. -'" U o ... VI o ... c o :;:J ... rn c > OJ rn E ~ -'" LU C V) rn V) ..0 OJ E ~ LU LU 1.0 r-- ~ ~ ~ C N' r--'I i'" LIl V}. q- V}. ~ I <<J 1.0 o m r-- 0 m'm' .-I V}. V}. o LIl LIl 0 ONq-O ~,:;,~~ LIl m q- .-I V}. V}. V}. V}. OLllOVlLllO Vl.-lqC'o!~O o 0 m .-I .-I 0 V}. V}. V}. V}. V}. 0 o ..n V}. OOOON q-OOO NlDmm 0' 00" r--' r--' N.-INN .s= ... 1.1. 1.1. 1.1. >- >- C VI VI VI VI VI 0 ~ N .-I N .-I 1.1. C U OJ ~ ~ .~ S ..0 c rn 0 > 1.1. Z 0 "0 Z N ~ 0 $ rn N I.!) o .-I ..0 U .-I OJ 3: o OJ I.!) \+:: '+= rn rn L- .: ~ ~ .!!1 .s= rn al tlll c 'C rn .... (!) OJ C u:: tlll c L.. "L:; ..!!1 OJ ::J ... tlll rn ~~ o VI .!!1 .s= rn al tlll c 'C "0 o VI O.-lNmq-L/l NNNNNN I.D (Xl N .,; I.D M ..,' ...". "0 iii GI VI rn CD ili ... o t- I;;; GI ~ ..:0: u o : r::: t; 'x GI ..... o "0 III GI ... VI .E r::: o .... III u .2 GI ~ ..:0: u o ... VI GI ... rn r::: .. GI ... ili GI VI 2 I-- VI GI ... III r::: .. GI ... '< III ... o t- OOLll VlOO'l LIl N (Xl o r' r--' (Xl 1.0 V). V}. V}. GI u .;;: D. ... '2 ::) LIl 0 Vl Vl NOr--N NOo""; V}. 0 V}. V}. Vl m V}. > a ONr--O o . N 0 (XlO'lLllO ..n .-I 0' 0 m .-IN ... '2 ::) (J~~ti E 5 ::J E .~ c c (Vi'._ 'E ~ ~ "0 .- 0 rn 0 ... ~ _ +-' c ~::5 ~:8 "'C +-' 0 ~ ~~ ~..Q C-gLO'O~ :8rnE~]- ~(XlOJrnu r::: 0 E .'!: .!:! 0 ~~.~Ba~ .~'o.cro_~ ~g~Sg~::5 CGlVI+-,+-,"'Cm.:t::+-' OJ'Ocrn~ OJ..oIll~ 0 +-'Q)V1C'+=+"" ~ ~~~~ ~ ~ ~ I!:! fl '0. E B'C~c~:g 5~:C-;~~ :p ro .g ~ bOc "'u co U '- Q) ~iliI.!)1.1.:;:Jili ~!:!..~....!!! U ~-"'.!:!~c~~~ .... "'C "'C .~ V) ..s:: "L: cu en +:; ~"':ll-"'~.:t: ~:t:iDS;~N <(alUO M M M M +-' +-' +-' +-' ~~<i:<i: IDA o o o ..n N V). III q- I.D o (Xl .., ...". .., M en q-' 'l:t III ..,' <II- GI ... ftI r::: .. GI ... '< ili ... o ... ..0 ~ II) GI ... ftI r::: .. GI ... '< + GI VI ftI CD "'" - o N 5 ~ ~ (ij c co tIl m() u:; c 1'- o tIl ......::2: ceo.. 1-- -Cf) :'5 x o () Q) C tIl .r:: Cf) ~ ::2: "e- D.. IDA 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 10 0 0 0 0 0 0 ~ 0 CD 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v 0 C"') 0 0 0 0 N 10 "<'""" (\') 0 10 co V 0 0 0 0 0 CD 0 0 0 0 0 0 v 0 co 0 0 0 0 10 N 0 co C"') 0> CD O'l 0 0 co 0 0> C"') N 0 0 10 0 10 10 co t- o 0 10 10 CD N "<'""" ..- 0 (\') ..- (\') v_ 10 C"') 0 0 v_ t- N nl 0 CD cD N &9- N t- o N V &9- V t- O> ..- CD "<'""" 0> 10 N 0 CD 10 N N "<'""" ..- - 10 &9- "<'""" &9- &9- &9- 10 &9- &9- V N &9- &9- V C"') &9- CD &9- C"') C"') t- &9- &9- &9- &9- 0 &9- &9- &9- &9- &9- &9- &9- &9- ..- &9- &9- .... &9- 0 0 0 0 0 0 10 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 t- o 0 0 0 0 10 "<'""" 10 I"-: 0 0 0 0 0 0 0 0 0 0 0 CIl 0 0 0 0 co 0 0 0 0 0 0 (\') CD "<'""" (\') t- 10 N t- o 10 "<'""" 0 10 t- C"') 0 (,) "t: 0 0 0 0 &9- ..- t.9- 0 0 0 0 &9- ..- &9- &9- &9- ..- ..- N 0 N &9- 0 10 co V N 0 10 0 10 &9- 0 0 10 10 &9- "<'""" &9- &9- "<'""" t- o &9- &9- &9- &9- ll. 0 CD CD N 0 N V &9- &9- &9- &9- 10 ~ 10 &9- ..- &9- 10 &9- &9- t- C &9- &9- &9- &9- :J z- ..- "<'""" ..- "<'""" co 0 co ..- ..- "<'""" ..- v 0 v co co C"') V N V 0 0 ..- co co 0 0 CD co t- co 10 t- (\') t- t- CD N N co co (\') N V CD +:l N C"') co CD_ N (\') 0> N t- V ..- C"') c 0 v ..- co LO N CD nl ..- "<'""" C"') ::::l 0 ~ C/) C/) C/) C/) <{ u.. u.. en C/) C/) <{ >- >- >- >- >- >- >- >- <{ >- co <{ u.. u.. LL u.. c ::l ....J ....J ....J ....J W ....J ....J ....J ....J ....J W 0 0 0 C/) C/) C/) en C/) W 0 ....J W ....J ....J ....J ....J >< ii:: ~ 0 0 0 ~ ....J to ....J W ~ 0::: W <{ >- 8 a.. >< a.. 0::: <{ t.... W N I C/) W ..- C/) W ~ 0 I- W ....J W 0::: C/) ....J ::J ....J a.. ....J <{ I W <{ W 0 1= 0 0 ....J S2 :2: 0 0 ~ ....J 0::: 0::: >< I a.. .... a.. ~ 0 I- 0 W W to <{ <{ ....J u.. 0 .... 0 0 I a.. I ....J 0 0::: 0 z 2 C/) ::i C/) 0 W <{ W W ~ 0 ....J 0 Z I- 0::: ....J C/) ~ c <{ 0 W :2: (9 W Z Z 0 W - en ~ 0::: - ::J .... ::J ::J +:l (9 0::: 0 ....J I C. 0 0::: C/) ....J 0 i= i= <{ 0 W 0 "t: C/) Z G z ~ <{ 52 ~ W u.. W (9 ~ S ~ (,) z >= 0 to a.. z W 0::: 0::: I W III <{ W <{ en :2: 0 W ~ .... W W .... 0::: 0::: CIl ....J > 0 0... C/) 0 > > W C/) W C CD -- 0 I <{ 0::: ~ a.. 0::: 0::: W ::2: z ....J ....J S :2: S .-- N 0::: .... to W ::J ::J I- ::J W - ~ Z 0 u.. Z W <{ to 0 0 W W 0::: ill ....J C/) - 0 N 0 X .... C/) 0 0 0::: 0 co 0::: C/) C/) 0::: W C) .... Co (9 ~ <{ W -- >< >< .... ::J Z u: a.. z C/) v ::J i= 0 W 0::: to ::J 0 0 ::::> ::2: ~ ::2: to 0 u.. <{ ~ ....J ~ Z 0::: ....J 0 W 0::: .... 0::: 0::: I to (9 (9 u.. S @ @ 0 C/) .... <{ ~ co a.. 0 z 0 a.. 0 to Z Z -- 0::: ..- ::::> <{ 0 0::: >- <{ 1= 0 0 ....J I- 0 I- .... I- W ::::> 1= 1= W 0 ~ 0 ~ W 0::: Z ::::> 0::: .... Z r;s 0 W .... W ~ 0::: ~ <{ 0::: u.. I- 0 0 0::: C/) en W >< 0 S :2: S2 0::: W W .... - I- 0 C/) Z C) X W 0::: 0 0::: I- en a.. - a.. .... to W >< 0::: ~ ::J W - C/) 0 I ~ 1= 0 ~ 0 C/) ....J 0 C/) 0 0::: 0 W W 0 ....J Z Z Z W 0::: u.. W I- to W ....J <{ 0::: Z (9 0 0::: C/) 0::: 0 <{ 0 0 0 ::J I- Z LL LL Z ~ Z <{ ~ C/) <{ 0 <{ 0::: <{ <{ 0 0 Z - W Z I- ....J 0 0 u.. .... a.. I - - I- ::2: 0 >- W 0::: :2: 0 .... - ....J - a.. -- <{ <{ C) C/) (9 ....J ....J 0 C/) 0 ::2: C/) 0::: ::2: a.. 0 z C/) 0 C/) <{ W W Z I Z Z ~ ~ W.... en >< ~ I- <{ en to co ~ 0::: 0 C/) C/) a.. N 0 0 W 0 >0::: <{ W OJ 0::: <{ W W 0 <{ Co <{ C/) ....J > 5> .... 0 ~ W 0::: 0 0 OW ....J Z ~ S S C/) 0 (\') 0 ~ <{ LL ....J ....J co 0 0 Z W ~ <{ :2: ::2: :2:~ 0 0 co W Z ~ ~ 0 0 CJ) Z 0::: 0 >< 0 <{ 0 <( ....J 0 <{ W I a.. <( <{ 0::: 0::: <{ ....J I- ....J W W W::::> Z 0 ::2: ~ 0 ..- W W ....J W W ;;,. ~ 0 N ::2: a.. a.. ::2: lD u.. C/) 0 0::: 0::: 0:::0 ::J 0::: W ::2: to ..- (9 (9 0 0::: S N N C"') ..- "<'""" N (\') V LO CD t- co 0> 0 ..- N (\') V LO CD t- co 0> 0 ..- N (\') V LO CD t- "<'""" ..- ..- ..- "<'""" ..- ..- ..- ..- ..- N N N N N N N N '<t - o C'? '2 :::J ~ IDA ro c:: COell O>() u; c:: ,-- oell ..-;2: ceo... 1-- -U) :5 a a a a a a a a l{) a a a a a a a a a a l{) a l{) a a a a a a N a LO a a a a a a a a l': a ("I') a ..q- a a <0 a I'- ..- N ..q- ..q- a a a 0 a a ..q- a 0> a LO LO <0 ("I') a ..q- ..q- ..- ..q- ..q- LO a a a a LO 00 0> N N "!. I'- ("I') LO <0 ..- 00 N a a (f)- a ,a N l{) N ..- ni (f)- C'? ..- ..- ..q- 0> ..- ..- 0> 00 ..- ..- ..- 00 <0 ..- N N ..q- - (f)- (f)- (f)- 00 (f)- (f)- (f)- N (f)- (f)- (f)- (f)- ..- ..- (f)- (f)- (f)- ..- 0 (f)- (f)- (f)- (f)- 00 I- (f)- a a a a a a a a LO a a a a a a a a a a ..J a a a a a a a a <C! a LO a a a a a a a ~ <( CI) a a a ("I') a l{) 00 0 ..- C'? N <0 <0 l{) a a a a a .... (,) "a::: l{) l{) a ("I') LO <0 (f)- a (f)- (f)- (f)- (f)- (f)- (f)- a a a a LO 0 "<t ("I') "!. (f)- (f)- (f)- ..q- a a N l{) I'- a.. (f)- (f)- (f)- (f)- .... :!:: ..- 00 <0 ..- N .... (f)- ..- ..- (f)- (f)- c:: (f)- (f)- 0 ::J W .., 0 ~ N ..- ..- 00 LO ..q- N ..q- l{) I'- LO ..q- ..q- a ..- ..- ..- ..- ("I') 0:: "": C'? 0> ..q- 0> <0 "<:t 00 I'- I'- ..- a.. +:i 0> <0 ..- ..- <0 0> ..q- ..- ..- c:: ..- I'- N CIS ..- :J a :!:: <( >- <( LL >- U. LL <( >-' >- >- LL U. <( CJ) CJ) CJ) CJ) <( c:: ::J W 0 ill ...J 0 ...J ...J ill CJ) CJ) CJ) ...J ...J W ...J ...J ...J ...J W --- I -- (9 + z I'- (; S 00 I + a -- a Z + N (3 S :2: I'- <i o<:S I'- Z a + I- ...!.. 0:: 00 CJ) ~ :2: + ill ..- ...J 00 a o<:S N ~ <( <0 . :2: 0:: ...J Z + CJ) <( 0> o<:S ill I-- 0 I ("I') N 0:: I-- -- e::: ill 0:: e::: + ~ ...J ..q- W W I-- u. ill W N > 0 <0 CJ) --- Z 0:: 0:: ...J + W ...J ill Z N ...J 0 a I-- u. ill ::J ::J ("I') <( I-- I-- 0 Z c:: S 0:: ~ G z <( 0 z CJ) CJ) ill 0:: 0 >< I- <( ill w a 0 0:: +:i <( N (9 ...J LL ill I-- a CJ) Co ~ i= i= ill Z 0 a CJ) CJ) al ill e::: I-- oa::: 0:: ...J Z a.. 0:: ill CJ) <( 0 W ill (,) 0 <( 0 w S 0 <( CJ) e::: w > 0 I/) 0 W I-- i ...J ...J W ..J a :2: CI) (f.j ill 0 ill LL I CJ) ::J a.. 0... e::: > LL :2: z C ...J 0 ill al ~ (9 ill ...J a a w 0 w ::::> 0:: ...J ~ a.. z 0 0 :2: ~ 0 ill a ~ ~ CJ) :::J z :2: e::: z 0:: Z :::i CJ) ::J 0:: 0 ill Z W ...J I 0 W ...J ;:::: e::: ill <( 0 Z ~ > a w 0 ...J Z e::: 0 0 cU W I :2: i= ~ i= ...J 0 W ::J <( ~ ~ ::J Z Z I !::: I- <( :2: a.. 0 ~ Z I-- ...J S !:: <( w ~ 0 a.. 0 I ...J ~ I-- Z 0 0 ~ 0 CJ) w a e::: ...J z W Z ill ~ (9 Z <( CJ) CJ) W W I-- LL ill CJ) s=: I-- Z 0 ::J W z :2: ...J i ::J W <( I-- ill W i= ;:::: ::J (9 Z W ill 0 :2: CJ) ill 0 al ill 0:: 0 ~ ...J ~ 0:: ~ Z Z 0:: ...J CJ) :2: ::J ...J Z 0:: 0 Z <( ill Z 0:: ~ ill ::::> al X I 0:: ...J Z ~ 0 0 al Z W <( ill r-: -- (9 a.. ~ 0 <( ill e::: Z 0 a LL ill 0 0 w w :2: I-- 0 a ill ::J !:e. !:e. ~ :2: :2: ~ w ~ 0 W ill S ill > :2: w 0 0 e::: I- -- ~ ~ (9 (9 (9 i= 0:: ~ ill U ill W a.. W 0 ill ill e::: - e::: z z z Z I-- 0 ...J 0 e::: l- I-- <( () () ...J i ~ CJ) () 0 0 0 0 ...J W U e::: 0 CJ) CJ) :2: 0:: 0 0 W I ...J W a ::J <( Z I-- ...J ...J 0 0 0 S LL LL 0... CJ) >- e::: LL -, N ...J ;s- o w w 0 0 a w N 0 ..- 0 N 0 e::: M e::: e::: CJ) CJ) CJ) (0 CD e::: CD Co CD ..- <( 00 0> a ..- N ("I') ..q- l{) <0 I'- co 0> a ..- N ("I') ..q- l{) <0 N N ("I') ("I') ("I') ("I') C'? ("I') ("I') ("I') C") C'? ..q- ..q- ..q- "<:t ..q- "<t "<:t """ '0 """ x o () Q) c:: ell .r= U) ....: Cl ;2: 'Q' ll: lOA ~ CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Haskins, Inc. ("Contractor") of 10956 Enterprise Avenue, Bonita Springs, FL 34135, a Florida Corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal & 2) Lely Manor Canal West Outfall (North & South Sections), Bid No. 10-5198("Project"), as said Work is set forth in the Plans and Specifications prepared by Agnoli, Barber & Brundage/RWA 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 for Lely Manor Canal 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: Eight Hundred Fourteen Thousand One Hundred Eighty Four Dollars ($814,184.00). GC-CA-1 iflO cl~ t ~ A 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 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.qov/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 the calendar days from the Commencement Date (herein "Contract Time") (specified below). 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 the specified calendar days (see below) 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. Project Substantial Completion (Days) Final Completion (Days) 1) Lely Main Canal 180 30 - Total 210 2) Lely Manor Canal West Outfall 150 30 - Total 180 (North Segment) 3) Lely Manor Canal West 150 30 - Total 180 Outfall (South Segment) 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. GC-CA-2 lOA 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,(see table below) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is 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. Project Liquidated Damages Per Day 1) Lely Main Canal $1,288 2) Lely Manor Canal West Outfall $1,288 (North SeQment) 3) Lely Manor Canal West Outfall $1,288 (South Segment) 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 GC-CA-3 lOA 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. 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: Exhibit B: Exhibit C: Exhibit D: Exhibit E: Exhibit F: Exhibit G: Exhibit H: Exhibit I: Exhibit J: Exhibit K: Exhibit L: Exhibit M: Performance and Payment Bond Forms Insurance Requirements Release and Affidavit Form Contractor Application for Payment Form Change Order Form Certificate of Substantial Completion Form Final Payment Checklist General Terms and Conditions Supplemental Terms and Conditions Technical Specifications Permits Standard Details (if applicable) Plans and Specifications prepared by AB&B/RWA and identified as follows: Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal & 2) Lely Manor Canal West Outfall (North & South Sections) GC-CA-4 Exhibit N: Standard Details (if applicable) Plans and Specifications prepared by AB&B/RWA and identified as follows: Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal & 2) Lely Manor Canal West Outfall (North & South Sections) as shown on Plan Sheets 1 through 130. Contractor's List of Key Personnel lOA .t: "f Exhibit L: Exhibit M: 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: Margaret Bishop/Shane Cox, Project Managers Stormwater Management Department 2885 S. Horseshoe Drive S. Naples, Florida 34104 (239) 252-8192 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: Haskins, Inc. 10956 Enterprise Avenue Bonita springs, FL 34135 Joel Chambers, Operations Manager 239/947 -1846 telephone, 239/947-3857 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 GC-CA-5 tOA 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 Assians. 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. Governina 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 anyone 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. Section 13. Entire Aareement. 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. Severabilitv. 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. Chanae 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 GC-CA-6 lOA 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. **** GC-CA-7 lOA IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: jJ;;'ITtlJlS FIRST WITNESS By: HaSkinS'ln~~ 4~lAc/ f/ASe/NS ft&s~ Type/Print Name and Title ~~ ~ ~O IT SS J~C~ Type/Print Name ~WWIO OWNER: Date: ATTEST,: ' ., . ~)\ ~Pf) Dwig ;'t. ~roc~, @Cjrk' ., ,," ~,'::' \rtC, . BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA ~W.~ Fred W. Coyle, Chairman BY: .~~ -,. ' Att!"$!.'.!:~~..~ thIM , " - ~( ,ft~.ott" . ApproV'~gAs19,f~rm andtegal' SUfflciEmcy: Print Name: .& V .Ac:.c:.icrt'ir;1t County Attorney ~ Rj~ Item # loll Agenda 2L 111 l Date -/ 10 Date '2 J . , ,...... ~ ;:,~. Depu~ GC-CA-8 Bond No. 929497174 Contract No. 10-5198 KNOW ALL MEN BY THESE PRESENTS: That Haskins, Inc., 10956 Enterprise Avenue, Bonita Springs, FL 34135 , as Principal, andWestern Surety Company ,as Surety, located at P.O. Box 5077 Sioux Falls, SO 57117 (Business Address) are held and firmly bound to Collier County Board of County Commissioners as Obligee in the sum of Eight Hundred Fourteen Thousand One Hundred Eighty-Four and 75/100 ($ 814,184.75 ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. EXHIBIT A PUBLIC PA YMENT BOND Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal '.OA WHEREAS, Principal has entered into a contract dated as of the day of .20_. with Obligee for Lely Area Stormwater Improvement Project (LASIP); Lely Main Canal in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to 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 W1T.~ WHEREOF, the above parties have executed this instrument this I~ay of ~p&-r 20 It>, the name of under-signed representative, pursuant to authority of its governing body. GC-CA-A-1 IDA PRINCIPAL: ;;~~ Its: _--------"'---- _ STATE OF ("L. COUNTY OF L E. € The foregoing instrument was acknowledged before me this /BIt. of F~~~ 20 Ie, by _ }tA/U../+AJ H~Sf(,.-J , ,as 1'/Z,l!S I J>E,IV 7" of as ns, Inc. , a r L corporation, on behalf of the corporation.<EteJshe is personally known to me OR has produced ~/ 1<. as identification and did (did not) take an oath, ATTEST: (S~ot~~) ~__u:. Name: J, If c.. e,; b 86 l- 7 (Legibly Printed) Notary Public. State of F t... Commission No.: :P h if 5" 0 ~ if (, SURETY: My Commission Expires: .t~~" JOY~E D. BOLT , i.ti): :.~ Notary PubllC~ State of Aorida \t .. My Comm. Exptr8S Jan. 10, 2014 . ./if..w. Commission No. DO 950896 (AFFIX OFFICIAL SEAL) Western Surety Company (Printed Name) P.O. Box 5077 Sioux Falls. SD 57117 (Business Address) __ ~~~ ~~ (Authorized Signature) ~ ' 1 ' .. n s ~s~ SUrety - - Benjamin H, French, Altaney-In-Fact & Fla, Resident Agent (Printed Name) OR GC-CA-A-2 IDA LMa!f~ ~ Witnesses P.O. Box 90027 Gainesville, FL 32607 (Business Address) Benjamin H. French (Printed Name) 352-374-7779 (Telephone Number) STATE OF Florida COUNTY OF Alachua The foregoing instrument was acknowledged before me this 16th day of Februa~ 20~ by BenJamin H. French , as Attorney-ln:FaCt & Fla. Resident Agen of Western Surety Company , Surety, on behalf of Surety. He/She is personally known to me OR has produced personally known as identification and who did (did not) take an oath. ~ 15a/h (Signature of N tary) My Commission Expires: 06-30-12 (AFFIX OFFICIAL SEAL) MAGEN BAKER Notary Public, State of Florida My comm. expo June 30, 2012 Comm. No. DO 802046 Name: Magen Baker (Legibly Printed) Notary Public, State of Florida Commission No.: D0802046 GC-CA-A.3 Bond No. 929497174 Contract No. 10-5198 KNOW ALL MEN BY THESE PRESENTS: That Haskins, Inc., 10956 Enter rise Avenue, Bonita Springs, FL 34135 as Principal and es em ure om an , as Surety, located at P.O. Box 5b77, 10UX a s, (Business Address) are held and firmly bound to Collier County Board of County Commissioners , as Obligee in the sum of Eight Hundred Fourteen Thousand One Hundred Eighty-Four and 75/100 (:j 814 184./5 ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. EXHIBIT A-1 PUBLIC PERFORMANCE BOND Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal lOA WHEREAS, Principal has entered into a contract dated as ~f the day of 20_, with Obligee for Lely Area Stormwater Improvement ProjeCl(IASIP); tely Main Canal in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat hereof, and is referred to 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 I 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 n does hereby waive notice of any such Changes, extensions of time, alternations or additions to the terms of the Contract or to work or to the specifications. GC-CA-A-4 c1I 'F',' ~ \J ~',J t \ -.:.;J - -' This instrument shall be construed in all respects as a Common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument thiS/g't day of ii:M~1 20 it) the name of each party being affixed and these presents duly signed by it undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the resence of PRINCIPAL: :a~ Rla~e. 4f(/ ""' Its: STATE OF rl COUNTY OF L't E The foregoing instrument was acknowledged before me this If*"dayof P1,.IJ~~ 20~,by HAIUrA-roJ UI'S#C.IIIJ"3>> ,as 1'/l.6$lb~IOT of J.lR.$Jot..IV~ ';v~ a F L Corporation, on behalf of the corporation. C8e1She is personally known to me OR has produced ~/ I( as identification and did (did not) take an oath, - ~.~mmission Expires: .~~ JOYCE O. BOLT f..:, :.\ Notary Public, State of Aorida . :. :,.j My Comm. Expires Jan. 10,2014 . .~ ~ Commission No. DO 950896 (AFFIX OFFICIAL SEAL) (Sign~aryf L-t::t:, Name: J.." ~ e.. 'l> ~ D L,... T (Legibly Printed) Notary Public, state of Fu /V L vA Commission No.: l> J> q ~~ fi' 9' l- GC-CA-A-5 10A ATTEST: SURETY: Western Surety Company (Printed Name) P.O. Box 5077 Sioux Falls, SO 57117 (Business Address) ---- ~~ ~- (AuthOrized Signature) Benjamin H. French (Printed Name) LMPf ~~ Witness as to Surety 'L/JO/fM OR __ ~_~ ---". ASA~ F~ (Attach Power of Attorney) Waldorf' Insurance & bonding, Inc. P.O. Box 90027 Gainesville, FL 32607 (Business Address) Benjamin H. French (Printed Name) (352) 374-7779 (Telephone Number) Witnesses ST A TE OF Florida COUNTY OF Alachua The foregoing instrument was acknowledged before me this 16th day of February 2010 by BenJamm H. French , as Attorney-In-Fact & Fla. Resident Agent of western Sure Com an , Surety, on behalf of Surety. He/She is personally known to me OR has produced rsona nown as identification and who did (did not) take an oath. My Commission Expires: ~(1k:Lt. (Signature of N ry) 06-30-12 Name: Magen Baker (Legibly Printed) Notary Public, State of Florida Commission No.: 00802046 (AFFIX OFFICIAL SEAL) MAGEN BAKER Notary Public, State of Florida My comm. expo June 30, 2012 Comm. No. DD 802046 GC-CA-A-6 Western Surety Company lOA POWER OF ATTORNEY APPOINTING INDIVIDUAL A'ITORNEY-IN-FACT Kn~ All Men By These Present!, That WESTERN SURETY COMPANY, a South DakotacorporKtion, is a duly organized and existing cOrporation h:lving its principal office in the City of Sioux Falls, and ~ of South DKotB, and that. it docs by virtue of the signature and se81' herein affixed hereby make, constitute and appoint Benjamin H French, Paul A Locascio, Sheree W Lewis, Individually of Gainesville, FL, its tJUe and lawful AUOmcy(s)-in-Fact with full power and authority hereby conferred 10 sign, seal and execute for and an its behalf bonds. undertakings anll other obligatory fustruments of similar nature - In Unlimited Amounts.. Iind to bind it thereby IS fully and to the same extent as if such inStruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hcn:by ratified and confinned. This Power of Attririteyia made andcm:uted pursuanllo and by authority of the By-Law printed on the reverse hereof, duly adopted, as Indicated.by lite shareholders oelbc corporation. In WifDeu Whereof, WESTERN SURETY COMPANY has c:aused these proscots tD be signed by ilsScniorVice President and its Corporate seal to be hereto affixCid on this 8th day of October, 2009. WESTERN SURETY COMPANY -;0:~ Paul . Bruflat, Senior Vice President, Stam ofSoutb Dakota County of Minnehaha } ss On this 8th day of October, 2009, before Il1CIpcrsona1ly came Paw T. Bruflat, to me known, who, being by mc duly sworn, did depose aod say: that he resides in the City of Sioux Falls, State ofSautb DaIcota;that he Is the Senior Vice President ofWBSTERNSURETY COMPANY described in and which executed the ~bovc instrumcnt;that he knows the seal of said corporation; that the seal affIXed tD the said iristrument is such corporate seal; dtBt it was so affixed plirsullDt to autbority given by thC Board of Dircct0r5 of said corporation and that he signed his IUUl1C thereto pursuant to like authority, and aclcnowlcdgcs same to be the act and deed ofsaid corporation. My commission expir:es November 30. 2012 +~~~~~~~~~~~~~~~~~~~~+ $ D. KRELL ~ 1~NQTARY PUBLIC~ ~90UTH DAKOTA. : +...........;,........ .......................... + ~ ~.!Pu~" CERTlFICATE 1. L. Nelson, Assistant Secretal'y of WESTERN SURETY COMPANY do hereby certifY that the Power of Attorney hereinabove scit forth is still in force, and further cer!itYlhatthe By-Law orthe corporation printed on the reverse bercofis still in force.. In tcstimony whereof I have hereunto subscribed mv name and affi1t~th~ ~.Qrthe said corporation tltls19th day of January 2010 .... ~ .... ~~ (~~ ~~iljJ ~f!Y WESTERN SURETY COMPANY g. ~~~"'- ...... '- - . Insuranc./ Bond Type 1. ~ Worker's Compensation 2. ~ Employer's Liability 3. ~ Commercial General Liability (Occurrence Form) patterned after the c.urrent ISO form 4. ~ Indemnification 4. [8J Automobile Liability Collier County Florida Insurance and Bonding Requirements IDA Required Limits Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements $1.000.000 single limit per occurrence Bodily Injury and Property Damage $2.000.000 single limit per occurrence To the maximum extent permitted by Florida law, the ContractorNendor/Consuftant 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' ~ and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conquct 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. $ 2.000.000 Each Occurrence; Bodily Injury & Property Damage, OwnedlNon-owned/Hired; Automobile Included 5. 0 Other insurance as D Watercraft noted: $ Per Occurrence D United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. S Per Occurrence D Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. S Per Occurrence D 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. D Pollution $ $ Per Occurrence Per Occurrence D Professional Liability $ · $ 500,000 each claim and in the aggregate . $1,000,000 each qraim and in the aggregate · $21000,000 each claim and in the aggregate Per Occurrence D Project Professional Liability D Valuable Papers Insurance $ $ Per Occurrence Per Occurrence GC-CA-B-3 'if\n --~l \,":J ! ,(~ j 6. 12] 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. 12] Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. 181 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. 181 Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. 181 Collier County Board of County Commissioners shall be named as the Certificate Holder and the certificate must read "For any and all work performed on behalf of Collier County. NOTE: The ','Certificate" should read as follow~: · For any and all work performed on behalf of Collier County. · Collier County Board of County Commissioners, Naples, Florida No County Division, Department or individual name should appear on the Certificate. 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. NameofFirrn ~c. Vendor Signature _~_ ~ J~L.. ~&t?6 Insurance Agency ,&QJe,.l4 f ~.<...I' ~V /.tI' lfRPoU.A../ Date 1/J9Po , ~ Print Name Agent Name Telephone Number 214..../4.$0 GC-CA-B-4 lOA Oct 27 09 01 :55p Haskins Inc. 239-947-3857 pA ACORD,. CERT~TE OF LtABILITY INSURANCE I i:l"TElIolWDIlIYYYY) 5/24/2009 PRODUCel Phone: 235-278-0279 ~ax: :;135/-278-5306 THIS CERTFICATE IS ISSUED AS A MAnER OF INFORMATION Brown &; Brown, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTlACATE , HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3B20 Colonial Elvd., Sui':.e 200 ALTER THE COVERAGE AFFORDED BY THE POLICES BELOW. Fort Myers FL 33966-1C94 INSURERS AFFORDING COVERAGE NAlC# INlSUREIl INstJRERA: Fl"'C"T INS C"r'l ~3472 3aski:ls, Inc. INSl..'RER B: F/"'C T INS CO 01''19 H & K 3quipmen~ Sales & Rental, Inc. 10956 Enterprise Avenue INSURERC: Bonita Springs FL 34135 ! INSURER D; , INSURER E: COVERAGES THE POLICIES OF INSORA.."l':::S LISTID BBLOW HAVE BEBN :S3UElD TO THB :NSURED NAMB;) ABOVE POR THE ?OL:CY PERI:);) INDICATED. YOTWI'XHSTANDING ANY RBQUIREM&:NT, TBRM OR CONDITION OF ~l{ OOKTRACT OR OTHER DOCUMENT WITK R3SPECT TO WKICH THIS CERTIFICATE MAY BB :SSUED OR MAY PERT1\IN, TKE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HBREIN IS SOBJECT TO ALL THE TERMS. EXCLUSIONS Au.D CONDITIONS CF SUCH POLIC:XS. AGGREGATE :.ntITS SHOWN MAY HAVE 3EEN REDUCED BY PAID C'..Jl.IMS. I~~: ~~~ POUCY NUMBER PDLlCYlOFfKTlYE POLICY EXPIRATION ~ITS A J!!HERAL L.lABlLITY GLO:>056582 1/1/2009 7/1/2010 EACH OCCl:RIlE"CE 5 1 "n~ nt"n x... =rMERClAL GENERAL UABIUTY - 51 nn. !'Ion ~ CLAIIISF\4ADE Ii] OCCUR MEC EXP{Alwon.~...nl 55,OOG l"n"t':"r;lll~r'l.R , PERSONAl &AOV II>lJURV 51 000 oeD ! GENERAL"OOREGATE 5 ~ 000 OCO - -;l'LAGGRJ:~ELIMIT AP~ PER: PROIXX:-S - C:lMPIOP "'GO 52 oon 000 Y POLICY Y I ~ Iy lOC A ~lI1O"OB1LE \.I_LITY CAOOO47495 1/1/2009 7/1/2010 ! COIljBINEDSu.lG'_ELlNIT $1,000,000 ~ ANY AUTO : (Ea .<<Id....I) I-- A1.L OWN ED AlTTOS ' BOOIL V INJURY , (Perp_1 $ I-- SCHEDLLED AJTOS C HIRED AUTOS I SOOILVINJURY , (Per ac:ldent) 5 NON-<JWNEDAUTOS ~ , ! PROPERTY DAI'AAOE 5 : lPerac:ident) RO~ LIABILITY ' I\.UT:l OHL'f. EI\.ACCIOEI'lT 5 NoN AUTO , e., ACC 5 : OniERTHAN I ! /l.UTOOI>lL'f, AGG 5 A ~ESSIUMBAEu..e. U"BIUTY UMBOOC67~61 ;/1/2009 7/1/2010 . EM;H OCCUR ~E,'IICE 55.000 oeD : =Cl.:R D C'.......IMSMAOE AGGREG"TE 55. aDD DCa , ! , $ 8 DEOUCllBL.E $ I X RETENTION SJ.O aD:) , $ B WORK!!RS CClMPENSATlCN_1> 54J.91 7/1/2009 7/1/2010 X we S ArU- I IOJ~' eMPLOYERS" LIABILITY E,L. EACtt"CCIOEt.'T $ 1 Don 000 IWYPRClPRIETORIPARTNER.'EXECUTNE . CI'l'ICeRIMI!M1SI!R EXCLUDED? E,L.::1 SEAS;: -I:A EI,lPLO'fa $1 000 000 ~c~~~~~Sbe_ E,L. :iISEASE. POLICY _IMIT S1 000,000 1\ 01MER CMOOO31682 7/1/2009 ;711/2010 Maximum Limit $lOe,CO) Leased or Rented Equiprr.er..t I i , I ! D!SC~PTION CFOPERA liONS' LOCATIONS {VEHICLES r EXCLUSlCNS ADDED BY ENCORSEMENT I SPECIAL PRO\l1S1DNS 1:1 DAYS NOTICE OF CANCELLATION FOR NON-PAYMENT OF E'REM1UM APPLI3S, 30 I::AYS FOR ALL OTHER REASONS. :JM3RSLLA FOLLOWS FORM OVER G)i:NIilIU\L LIABILITY, aUSINRSS AUTO, AND ii:MPLOYERS LIABILITY Jollier cOunty i5 Addit~onal InsureIJ wi~}. ~egards ::0 the General Liability coverage shown above, fo:- 'work perfonned by he named insu~ed. Coll.ier County Board of Co~nty Commissioners 330: gast Tamiami Trail Nap:'es FL 34112 CANCELLATION SHOULD ANY OF :"HE ABOVE DESCRIBED POLICIES !!E OIKCELL.e:O BE1"OaE THE EXP:RATION DATE TH3:REOF. 'IHE: ISSUING INSURER wr;:'L SND&AVOR ::'0 MAIL .30 DAYS WRIT'I'El.:r NonCE TO THE CERTIF:::CATE HOLDER NAMSlJ TO THE: LEF'J', BUT FAILURE TO DO SO SRAu~ :MPCSE NO OBLXGATION CR LIABILI~Y O~ ANY KIND UPON THE 1NSURF:R., 1':'5 AGENTS OR P.E?R.ESBNTATIVES. CERTIFICATE HOLDER ACORD 25 (2001108) AlITliORlZED REPllIiSENTA T1V'-a.- ~~'-fY\~ @lACORD CORPORATION 19BB IDA COUNTY OF COLLIER ) STATE OF FLORIDA) EXHIBIT C RELEASE AND AFFIDAVIT FORM 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.: GC-CA-C-1 tOA EXHIBIT 0 FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water-Sewer District (the OWNER) FROM: (Contractor's Representative) (Contractor's Name) (Contractor's Address) RE: Bid No. 10-5198 Project No. Application Date Payment Application No. for Work accomplished through the Date: (Project Name) Original Contract Time: Revised Contract Time: Retainage @ 10% thru[insert date] $ Retainage @ _% after [insert date] $ = Percent Work completed to Date: Percent Contract Time completed to Date % % Liquidated Damages to be Accrued $ Original Contract Price: $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ Less Retainage $ Total Earned Less Retainage $ Less previous payment (s) $ AMOUNT DUE THIS APPLICATION: $ Remaining Contract Balance $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through _ inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) By Design Professional: Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: (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) GC-CA-D-1 I I I I I III ~I~I~II fiT T I I I I 1 T I eH TTIII111IrTI~TTTI1Tl I I I H I I U I Tl OlOl +- I ~~ I tEiU 1 I .~ ~ 1:)'" r '" c I ~o 8~ 1 c: . I ::3 C c E o ::3 :';::;0 E 0 I - U-11,1 I;~_- ::3 ~ I~ ~ Ol c. CD .!!! ~ Ol Ul '" .- c ~ 'n; - 8~ 2 .~ .cOl I- c ~~ 1 I- 0 Ui ~I c OlI g:5 "'- o 0 '22 <l;.gj ~ ~ ~ .~ ~ ~ - -' , Q) +J ._ T--1 a:g-m Q) c: ~ -c 0 ,- c~~ ~ E c c: 0 <<J E'EU m ~;;~ ..J ocu- <( o",Ol b ~:ii .~ I- Ol Ul 5.~ I I 'il;lf I I-- I I J ~I~ ~I I I J 1 ~I:~ ...JLL ia~ I I- W ffilii o...J ~ ~ I I I I g'~ilj~ ~ I I I- :=1;; 0 _ 8olll- I cCI) w...J D::<( oD:: I-~ L- I-- CJ) <( en I ~ li'l :::!: I ~Ilc w :; {2 mO :3 ~~~ ~ffi <(_11.0'" C a. > II. ~ ~ ~ CJ)lw w ..J ~_ I B I ~ ~w - I en :J~ I i~ I I I I I I I z o i= C- o:: o CJ) w c I .ffi I I II~I! III 11,11, II I III I I I I I j I - I I s- Ol ::3 c :g1 o ~ C (,; I- E ll~' II I II 1 I I I 1 I - I 1 - I I I Tl I I I I lOA N o ~ u (!) .- 1 IDA o co _ .... I + I joBl1 r Iii I II ~ 00 111 I I 0(.)(1) (.) 2"- CD .....c IX: .... - - j ~~Il 11 11 ~ -<"~"B "C ~ CD ~ 0..0::: o .... en CD ... "~ ~ ~~ I I I Iii i I' i 11 T I I II 13' c (\) 0 ::l :s c: ";: :;::; (.) 5 (I) S ~ o ..... :0 :.c >< w - ~III, I I T I I I I I I I ('I') I o .d: () () (9 IDA EXHIBIT E CHANGE ORDER TO: Project Name: Bid No.: Change Order No.: Change Order Description FROM: Collier County Government Construction Agreement Dated: Date: Original Agreement Amount .................. ........ .... ................... ..............$ Sum of previous Change Orders Amount .., ...... ... ... .., ...... .., ...... ....$ This Change Order Amount ...................... .,. ........... ..... ......................$ Revised Agreement Amount ........................................................... ....$ Original Contract Time in calendar days Adjusted number of calendar days due to previous Change Orders This Change Order adjusted time is Revised Contract Time in calendar days Original Notice to Proceed Date Completion date based on original Contract Time Revised completion date Contractor's acceptance of this Change Order shall constitute a modification to the Agreement and will be performed subject to all the same terms and conditions as contained in the Agreement, as if the same were repeated in this acceptance. The adjustments, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of, or related to, the change set forth herein, including claims for impact and delay costs. Prepared by: Date: Project Manager Recommended by: Design Professional Date: Accepted by: Date: Contractor Date: Approved by: Department Director Date: Approved by: Division Administrator Date: Approved by: Date: (For use by Owner: Fund Numbe~ ) Cost Center: Object Code: Project GC-CA-E-5 I (!)i A EXHIBIT F CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. PROJECT: Design Professional's Project No. CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion> is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL 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. GC-CA-F-1 lOA The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: 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 GC-CA-F-2 lOA EXHIBIT G FINAL PAYMENT CHECKLIST Bid No.: Project No.: Contractor: The following items have been secured by the for the Project known as Date: ,20_ 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) By Design Professional: (Firm Name) (Signature) (Typed Name & Title) (Department Name) (Signature) (Name & Title) By Owner: GC-CA-G-1 IDA 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; GC-CA-I-1 lOA 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. GC-CA-I-2 lOA 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. GC-CA-I-3 IDA 4.3 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. 4.4 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. 4.5 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 through out the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to fifty percent (50%) completion subject to the guidelines set forth in Florida Statute 255.078 and as set forth in the Owner's Purchasing Policy. 4.6 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. GC-CA-I-4 lOA 4.7 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. 4.8 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. 4.9 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. 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non-compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 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 GC-CA-I-5 JO~ 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. 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7 . SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. 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. GC-CA-I-6 10ft 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 wiII be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute wiII 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-BUlL TS 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: GC-CA-I-7 ],OA 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and sub-Contractor's personnel; 8.1.4 The number of Contractor's and sub-Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in 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. GC-CA-I-8 lOA 8.3 Contractor shall keep all records and supporting documentation which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later. Owner, or any duly authorized agents or representatives of Owner, shall have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the document retention period noted above; provided, however, such activity shall be conducted only during normal business hours. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material-men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of 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 GC-CA-I-9 101 shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub-subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). All compensation due Contractor and any Subcontractor or sub-subcontractor for field and home office overhead is included in the markups noted above. Contractor's and Sub-Contractor's bond costs associated with any change order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. 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. GC-CA-I-10 lOA !>" 1 0.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty-eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall 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 GC-CA-I-11 lOA for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, Contractor shall indemnify and hold harmless Owner and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 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 GC-CA-I-12 IDA Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 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 GC-CA-I-13 lOA to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resllme 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 GC-CA-I-14 IDA Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore 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 GC-CA-I-15 lOA ~~ the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. 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. GC-CA-I-16 11 (0 [1'1 (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the 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. GC-CA-I-17 IDA 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 specificalIy inspected, tested or approved, Contractor shaII assume fuII 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 shaII 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, GC-CA-I-18 lOA shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design 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 GC-CA-I-19 ';'''''0 '1. ,~ t' t, . cl.,'. A against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit N is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.8, 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 anyone 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. GC-CA-I-20 lOA 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: GC-CA-I-21 ,"' OA l' I' i ~' ,~ .y', 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 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. 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; 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; GC-CA-I-22 lOA 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'. 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 EV ALUA TION 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 GC-CA-I-23 lOA 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 available on-line at colliergov.netlpurchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of 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. GC-CA-I-24 lOA ,., 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 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 GC-CA-I-25 '." L~~ -{t . ~ subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third-party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub-subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on-site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub-subcontracts and purchase orders. 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 GC-CA-I-26 lOA 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 34.1 .2 34.1.3 34.1.4 34.1.5 34.1.6 34.1.7 34.1.8 34.1.9 34.1.10 34.1.11 34.1 .12 34.1.13 34.1.14 34.1.15 34.1.16 34.1.17 34.1.18 34.1.19 34.1.20 34.1.21 34.1.22 34.1.23 34.1.24 34.1.25 34.1.26 34.1.27 34.1.28 34.1.29 34.1.30 34.1.31 34.1.32 Subcontracts and Purchase Orders Subcontractor Licenses Shop Drawing Submittal/Approval Logs Equipment Purchase/Delivery Logs Contract Drawings and Specifications with Addenda Warranties and Guarantees Cost Accounting Records Labor Costs Material Costs Equipment Costs Cost Proposal Request Payment Request Records Meeting Minutes Cost-Estimates Bulletin Quotations Lab Test Reports Insurance Certificates and Bonds Contract Changes Permits Material Purchase Delivery Logs Technical Standards Design Handbooks "As-Built" Marked Prints Operating & Maintenance Instruction Daily Progress Reports Monthly Progress Reports Correspondence Files Transmittal Records Inspection Reports Punch Lists PMIS Schedule and Updates 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. GC-CA-I-27 IDA I 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, Contractor shall be responsible for the costs of providing background checks and drug testing 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 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. GC-CA-I-28 lOA 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. GC-CA-I-29 IDA EXHIBIT I SUPPLEMENTAL TERMS AND CONDITIONS 1. The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. GC-CA-I-30 "un lOA EXHIBIT J TECHNICAL SPECIFICATIONS Provided In Separate File GC-CA-J-1 EXHIBIT J TECHNICAL SPECIFICATIONS In /I PROJECT: LEL Y MAIN CANAL EXTENSION LASIP IMPROVEMENTS ABB PROJECT NUMBER 7599-2 PREPARED FOR: ENGINEER: DATE: COLLIER COUNTY TRANSPORTATION DIVISION ROAD MAINTENANCE DEPARTMENT STORMW ATER SECTION 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 AGNOLI, BARBER & BRUNDAGE, INC. 7400 TAMIAMI TRAIL NORTH, SUITE 200 NAPLES, FL 34108 Telephone (239) 597-3111 Fax (239) 566-2203 December 2009 IDA TABLE OF CONTENTS EXHffiIT 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/MULCIDNG/SODDING ....... .......... .............. ......... ........ ......... .....4 IV. EXCAVATION AND BACKFILL FOR UTILITY SYSTEMS .....................5 SECTION 3 PAVING ........... .......... ............ ................................. ............... ....... ............... .11 I. STABILIZED SUB-GRADE/LIMEROCK BASE .......................................11 II. PRIME/TACK COATS............ ............. ........... ....... ....... ................... ........ ...12 III. ASPHALTIC CONCRETE SURFACE COURSE........................................ 12 IV. CONCRETE CURBS/GUTTERS ....... ....... ........ ...... ......... .............. .......... ...13 V. PAVEMENT MARKINGS .......................... ................................................16 VI. CONCRETE PARKING LOT PAVING ......................................................16 SECTION 4 DRAINAGE .................... ............. ........ ..... ......... ......... ........ ........... ........... ....22 I. STORM SEWERS/STRUCTURES. ...... ..... .................. ...... ....... ..... ...... ...... .22 II. SW ALE EXCAVATION... .... ........ ..... ............... ............. .......................... ...25 SECTION 5 CONCRETE............. ................... .......... ........ .................... ............... .......... ...27 I. GENERAL ................................ ..................................................................27 Exhibit J Table of Contents - Specifications Index I lOA SECTION 6 GEOWEB LOAD SUPPORT SYSlEM ......................................................29 SECTION 7. MEASUREMENT AND PAYMENT ............................................................40 Exhibit J Table of Contents - Specifications Index ii IDA 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 ofthe 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 indefmite 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 ofthe work performed, shall provide suitable drainage ofthe 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 Exhibit J Section 1 Special Conditions 1 IDA adequate drainage will be in effect at all times. Existing functioning storm sewers, gutters, 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 IS-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, fIfe 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 ofthe 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 re- quirements of the governmental agency issuing permit shall be observed. I. 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 ofthe manual is available on the Collier County Utilities website. J. Phase B Milestone Disincentive The COUNTY desires to expedite construction of Phase B of this Contract to minimize the inconvenience to the Royal Palm Golf Club and to reduce the time of construction for Phase B. In order to achieve this, a Milestone Disincentive provision is established for this Contract. For the purpose ofthis Contract, Phase A is generally described as all work within the existing canal right-of-way and easements, staging area, and access pathway off of Rattlesnake Hammock Road. Phase B is generally described as the rebuilding, removal in various locations, and repositioning ofthe Exhibit J Section 1 Special Conditions 2 lOA cart path/access road over and upon the 12th and 13th fairway ofthe Royal Palm Golf Course running from approximately station 41 +25 to station 53+57 of the plans. Contractor shall schedule all construction activity for Phase B to commence no sooner than May 24, 2010. The Royal Palm Golf Club will close the applicable fairways from normal play during this phase of construction and direct patrons around the construction site. Contractor shall complete this phase of construction by June 14, 2010. In the event that the Contractor does not obtain final completion of Phase B on or before June 14,2010, the County will charge the Contractor $715 per day for each day beyond June 14,2010 until fmal completion for Phase B is obtained subject to the conditions precedent set forth below. The Contract Days as used in this Article will mean the number of calendar days established for completion ofthe work in the Contract on the date the Contract was executed. The term "calendar day" as used in this Article will mean every day shown on the calendar. Calendar days will be consecutively counted from June 14,2010 regardless ofweather, weekends, holidays, suspensions of CONTRACTOR'S operations, delays, or other events as described herein. For purposes of calculation and determination of the amount of disincentive stated above, the Contract Time will not be adjusted for any reason cause or circumstance whatsoever, regardless offault, save and except in the instance of a catastrophic event (i.e. hurricane or a declared state of emergency). The parties anticipate that delays may be caused by or arise from a number of events during the course of the Contract including but not limited to, work performed, work deleted, change orders, field change orders, field directive changes, delays, disruptions, differing site conditions, utility conflicts, design changes or defects, time extensions, extra work, easement issues, permitting issues, actions of suppliers, subcontractors, or other contractors, actions by third parties, shop drawing approval process delays, expansion of physical limits of project to make it functional, weather, weekends, holidays, suspensions of CONTRACTORS operations, or other such events, forces, or factors sometimes experienced in cart path/access road construction work. Such delays or events and their potential impacts on performance by the CONTRACTOR are specifically contemplated and acknowledged by the parties entering into this Contract, and shall not extend the June 14th final completion date for the purposes of calculation ofthe disincentive set forth above. Further, any and all costs or impacts whatsoever incurred by the CONTRACTOR in accelerating the CONTRACTOR'S work to overcome or absorb such delays or events in an effort to complete Phase B prior to the expiration date of June 14,2010, regardless of whether the Contractor successfully does so or not, shall be the sole responsibility of the CONTRACTOR in every instance. In the event of a catastrophic event (i.e. hurricane or a declared state of emergency) directly and substantially affecting the CONTRACTOR'S operations on the Contract, the CONTRACTOR and the COUNTY shall agree as to the number of Calendar Days to extend the contract time so that such extended time will be used in the calculation of the disincentive. In the event the CONTRACTOR and COUNTY are unable to agree to the number of calendar days to extend the contract time, the COUNTY will unilaterally determine the number of calendar days to extend the contract time reasonably necessary and due solely'to such catastrophic event and the CONTRACTOR will have no right whatsoever to contest such determination, save and except that the CONTRACTOR establishes that the number of days established by the COUNTY were arbitrary or without any reasonable basis. Exhibit J Section 1 Special Conditions 3 IDA The CONTRACTOR shall have no rights under the Contract to make any claim arising out ofthis Disincentive provision. K. Staging Area Collier County has entered into an agreement with Nassif Golf V entures, L.L.C., the owners of Lot 1 and Lot 2 of Tract "A" of Hibiscus Golf course, as recorded in Plat Book 49, pages 3 and 4 of the Public Records of Collier County, Florida, less the drainage easement land described in Official Records Book 970 at page 1238; for the establishment ofa Temporary Construction easement on said Lot 1 and Lot 2 for the purposes of establishing a temporary staging area and canal access. The Temporary Easement is shown and described on the attached Exhibit A. Pursuant to the above referenced agreement the CONTRACTOR shall schedule his activities such that no construction activity shall take place prior to April 1 , 2010 either within the TCE described in Exhibit "A" (Staging Area), nor in the Contiguous Drainage Easement (Station 19+50+/- to Station 29+80+/-), described in Exhibit "B", attached hereto and made a part hereof, except for an Access Pathway to be available over the East 50 feet ofthe TCE, described in Exhibit "C", attached hereto and made a part hereof. Prior to April I, 2009, the Access Pathway shall be fenced and screened from view of Hibiscus Drive to the extent possible. Commencing April I, 2009, full access and construction may be commenced within the Contiguous Drainage Easement, and the TCE may have full construction activity within the area designated in Exhibit "D". No construction activity shall interrupt usage of Hibiscus Drive, except for curb, sidewalk and paving construction which shall be completed after April 1 , 2009. During such construction over Hibiscus Drive, access shall continually be maintained for Hibiscus Golf Club. The CONTRACTOR shall maintain the existing vegetation along the frontage of Hibiscus Golf Course including plantings along the parking lot. Upon the completion of construction the CONTRACTOR shall restore the surface of the temporary construction easement area to its pre- existing condition. SEC 1 Exhibit J Section 1 Special Conditions 4 lOA EXHIBIT "A" LOT 1 and LOT 2 OF TRACT "A" OF HIBISCUS GOLF COURSE. AS RECORDED IN PLAT BOOK 49. PAGES 3 AND 4 OF THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA, LESS AND EXCj::PTTHATPORTION DESIGNATED AS '100.0 DRAINAGE EASEMENT LAND' DESCRIBED IN OFFICIAL RECORDS BOOK 970 AT PAGE 1238. ~ .. ~t.l '-:0 ~N 2a ~iJl ~. 10., y-"-------------- --' /-- ~ - /~~: .. ~ I '.. li \, I~ '- -- .~.~i ii 3 .-:;r$ ., li _.....- ---------'" - ~~ ;:;w .~~ N. ih:~ ~5 .~-~ o ~~., , tn~1 J fV/lili5 I ~...- 5~: I~ CJI~. I ' ~......_c:::::-)-i: I i'" - 2."'" :~~~~ I'-I,~ r- >-4 ~151:' , i " 9~s~ t 1 0.5'" .1 cn~a~1 P~iB i CJUE} I Q')S~ I ~:~ I Hgg j 1'"'H 15 ~ I. ~z_-Jt ~~ ~I ~o ~I 1~~b ~~, .~lX i~ l~ <(L ~I ~~ I I, I -; I ,~ ", r' , r"! ; I---- / e :a ,,~~~ ~!~i g ~ " , .. ~~ Ii ~ ,/ /' .. !i -i" f , 1 ~ ,. , . I , I , f I , I !L " ~ I l ii I !i :' in ,,11! t ~ H' i ,If ~-::.~ I ~ ',~ ~ --~- , ;!.f. . ~Ii = !, /--::.-- J ,,'1-'U I 111 /--::.-::,-::'-- .,;~. ....--::.~/--::./ ;. ~!!I"P.l- .~ 1~1l-:r.-"'-,:".il;;,;- . . ;1' I~ ~! I! ID ill f r I l L.~t--,,} rr< I, J II i f : i ! J ! ; t ~ S ~==__..J<__ ) __..,__:::c--_ l!'it - - -<:O=:O:O;O:O:::::'~:O::1 :~; j J ::i ."" 1- ~ II ~! I I:lll :; w ~E:~.~ ~i-" JI :g.. ~ I __~__, I f "-T--. _ _ I i -;-l EXHIBIT "Bn THAT PORTION DESIGNATED AS '100.0 DRAINAGE EASEMENT LAND' DESCRIBED IN OFFICIAL RECORDS BOOK 970 AT PAGE 1238, OF LOT 1 and LOT 2 OF TRACT "AU OF HIBISCUS GOLF COURSE, AS RECORDED IN PLAT BOOK 49, PAGES 3 AND 4 OF THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA, IDA EXHIBIT "C" I/' EXHIBIT ell Page--L of .L THE WEST 44 FEET OF THE EAST 99 FEET OF LOT 2 OF TRACT "N OF HIBISCUS GOLF COURSE. AS RECORDED IN PLAT BOOK 49. PAGES 3 AND 4 OF THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA. lOA 1 0......-..--...-. A------ II Jl It !! It It iI Ii II , , " :, H . n i H , II 'I " f Ii ! II ~--i II i n i H ----1 Ii ,1 H tl i Ii 1 1l _...~___ J ; : 1 H ~i i! '! Ii : !! .-...--; il ,i, Ii If ___ I I"') Ji ----I .-.....-.--'., I ! i r ii i r1f 1 il'i ,H I'.' , II : II ! H ; ii' : L I I' ! :I ! II I II i n : H , 11 I II J II , " t :' I 'I I h I .if I lil 1 fl. ---_"_1 _ i,' ! i ~.____J i. I N\ ,I f J' j I! f If i Ii . " : :1' , ' I I I :1 , 'I : 11 I . ~ : H i P : fl : rJ t II I :: , " I 1,1 I II I " 1 Ii // :1 ---- ! i J! il Ii II " II 11 I: H !l I 8 I ! "j ~ tl ".( " -1;. 1 ~. I I W'7'k i //;/ ,""(:/7 , 1[( ., !1:l:a!U !~I!1 I ';/1 iJ If V !I ~1 I lil;:i i-l1rl . III 2fr::-- 1'1--' /~I'gr' \!~ li~~ -'\ I EXHIBit .1 0 " : ~ ,I... " 1-_____ --L.. of i }~ ----..----1 --..i4-.. i Ii II Ii 'I II " iI I' ~! ,/- II n I Ii I: II . II i 'I I II I '1 ! II I II ! II ,I IICN I 1'1r~~.;....;.-._1 II - ,---- ill I 'I' I II I :1 t !l ' 'I I :i.I' I 1 I' ! I, I fI II I L ! II ' I 'I I )j I J' i IILL I' CN I II I 'I I i. t..---~~ Iii I, I ,- d h ii' -----. ,I : j' I :1 f------- !i I II ! I I :I ,1---- II - II I 1/ I I, I , ' II I IJ " Ii r I 'II I I ' II I 1/ " :! :: Ii ! " I " ' :: i II ' , ! Il~!;"/ 'J;d'fl - __ 41-' _ nJ;. - rl:- rl!' i -".1,1-, ~. .i,' F~ II 1 ;~lllf: !~ 'il,! I. ull.l IGi n Jijlj. t;~l!~lh~' l! )))j ~7''/*' ,.~/ .' /--.t~ I : . ,i. 1 ~t"H ~: :, ,,," !l 1,,1 i I "': ~ I~t I t'I: 1 I ill:'1 \i@ Ill- L ;-~----- ~-'=--' --- - _'_ __ I - - -c cc= '- --c cc::: =-::: j i \ \. -- IDA lOA '. .., SECTION 2 SITE WORK I. CLEARING AND GRUBBING A. Scope The scope ofthis 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 offurnishing 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 ofthe 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 3 IDA 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 un- suitable 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 Engineer. All excavated material shall be considered property ofthe 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. Travel-Way and Cart Path Embankment 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. Ill. 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 ofthe 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 4 IDA 570,571 and 575, of the latest edition ofthe "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 fmal 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 com- pleted 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 ofthe 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 oftrees which are to remain. When Exhibit J Section 2 Clearing & Grubbing 5 lOA excavating within 5-feet of the trunk of such trees, the Contractor shall use chain 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). 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 ifused, of8-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, ifused, 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. D. Removal of Water Exhibit J Section 2 Clearing & Grubbing 6 lOA ~If 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 Ahernate 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 backftll 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 I-foot of piping and appurtenances shall not contain any stones 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. Exhibit J Section 2 Clearing & Grubbing 7 IDA 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 oftrench 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 ofthe bottom of the proposed pipe bedding material. Compaction of this material shall be to a minimum of95% 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 ofthe 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. I. Alternate Method of Construction Exhibit J Section 2 Clearing & Grubbing 8 lOA 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 ofthe 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 ahernate 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 ofwork. Subject to all ofthe 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 ofthe manhole ex- cavation. 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 Exhibit J Section 2 Clearing & Grubbing 9 SEC2 IO the lower one-third of the proposed pipe barrel, or to the outside bottom of the 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 circumstances 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 10 lOA ':;;f" SECTION 3 PAVING I. STABILIZED SUB-GRADE/LIMEROCK BASE A. Scope The scope of this section consists offurnishing 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 oflimerock 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) of75 or a minimum Limerock Bearing Ratio (LBR) of 40. The subgrade and shoulders shall be compacted to at least 98% of maximum den- sity 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 ofthe 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 1 000 square yards (AASHO TI80). 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 Exhibit J Section 3 Paving 11 lOA' Contractor's responsibility to notify the Engineer when a phase of construction is ready for inspection. The Contractor shall notify the Owner prior to conducting any test, so that the Owner may have his Representative present. II. PRIMEffACK COATS A. Scope The scope of this section consists offurnishing labor, equipment and materials for the application of bituminous material on all previously prepared base or a clean, existing asphaltic surface in accordance with these specifications and in conformity with the most recent edition ofthe "Florida Department of Transportation Standard Specifications for Road and Bridge Construction" . B. Materials and Application Materials and application of prime and tack coats shall be in accordance with Section 300 of the Standard Specifications. III. ASPHALTIC CONCRETE SURFACE COURSE A. Scope The scope of this Section consists offurnishing labor, equipment and materials for the construction of an asphaltic concrete surface course. The asphaltic concrete surface 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. Materials The materials for the asphaltic concrete surface course shall consist of the type surface specified in the plans. The material, processing of the material and construction shall comply with applicable Sections 310-339 of the Standard Specifications. C. Thickness and Width Requirements The thickness and width of the compacted asphaltic concrete surface course is shown on the Plans. Where the surface course is constructed on an existing pavement or old base which is irregular, the actual minimum [mished thickness of the compacted asphaltic concrete surface course shall not be less than the thickness shown on the plans. Any surface course found to be less than that thickness shall be removed and replaced. Exhibit J Section 3 Paving 12 ! lOA D. Protection of Pavement After the completion of the pavement, no vehicular traffic of any kind shall be permitted on the pavement until it has set sufficiently to prevent rutting or other distortion. E. Testing and Acceptance The asphaltic concrete surface course shall be tested and accepted with respect to compacted density and surface tolerance in accordance with the applicable requirements of Section 330'-10 and 330-12 of the Standard Specifications. IV. CONCRETE CURBS/GUTTERS A. Scope The work covered in this Section of the Specifications consists offumishing 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 fmished until a smooth surface is attained. Final fmish shall be a light broom fmish. When completed the concrete shall be cured as outlined herein. Exhibit J Section 3 Paving 13 C. Placing of Concrete 10 A ... 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 means of pumping may be allowed, contingent upon the adequacy of the equipment for this particular work. The operation ofthe 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 con- crete shall not exceed that used in the design ofthe 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 project- ing 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 often 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. Exhibit J Section 3 Paving 14 2. Contraction Joints IDA 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 ofless 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". 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'). Expansionjoints shall be constructed with PVC slips encasing the reinforcing bars. Expansionjoint 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 [mishes 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 ofthree 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. Exhibit J Section 3 Paving 15 lOA V. SIGNING/P A VEMENT MARKINGS A. Scope The work covered in this Section of the Specifications consists offurnishing all labor equipment, materials and the performance of all operations necessary for the installation/application of roadway signs, and pavement markings. 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 ofthe 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. VI. CONCRETE PARKING LOT PAVING A. General 1. Related Documents The general provisions of the Contract, including General and Supplementary Conditions apply to the work specifIed in this Section. 2. Description of Work The extent of concrete paving is shown on the drawings. For concrete thickness see SITE OR PAVING PLAN. 3. Submittals and Approvals Materials shall be furnished from sources of supply approved by the Architect or Engineer. Exhibit J Section 3 Paving 16 lOA Contractor to submit "Proposed Paving Construction Plan", which shall show the concrete paving joint types and locations and shall include a statement of proposed se- quence and schedule of paving operations with a brief description of motorized paving equipment if applicable. Proposed joint layout plan shall be submitted to Architect or Engineer seven (7) days prior to commencement of paving operations. Unless the Con- tractor is notified of required changes by the Architect or Engineer prior to the scheduled paving commencement date the "Proposed Paving Construction Plan" will be considered accepted and approved. B. Products I. Materials (a) Forms Use forms of either steel or wood, of size and strength to resist movement during concrete placement and to retain horizontal and vertical alignment until removal. Use forms that are straight and free of distortion and defects, extending the full depth ofthe concrete. Use flexible steel forms or plywood to form radius bends as required. Coat forms with a form release agent that will not discolor or deface the surface of the concrete. (b) Joint Material Provide premolded joint filler for expansion (isolation) joints. (c) Curing Compound Use a pigmented liquid membrane curing compound which shall meet requirements of ASTM Designation C309 (AASHTO MI48). 2. Concrete Mix. Design and Testing Concrete supplier may submit his own plant design mix for approval provided the mix has a record of proven performance acceptable to the Engineer and can be substantiated by satisfactory supporting data. Concrete mix shall produce standard-weight concrete with the following properties to be verified by the use of the appropriate listed test methods: - Compressive Strength: 3,000 PSI at 28 days - tested according to ASTM Designation C31 (AASHTO T23) - Slump Range: 2 - 4 inches - tested according to ASTM Designation CI43 (AASHTO TI19 C. Execution of Work Exhibit J Section 3 Paving 17 IDA I. Inspection Examine the areas and conditions under which concrete paving is to be installed. NotifY the Engineer of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until all unsatisfactory conditions have been corrected. 2. Sub grade Preparation Remove loose material from the subgrade. Subgrade must be compacted to a density of at least 98% of the maximum density as determined by AASHTO FI80 before placing concrete. Do not begin paving work until the subgrade is brought to grade and fully prepared, clean and ready to receive paving. Just prior to placing concrete, moisten subgrade as required to provide a uniform dampened surface at the time concrete is placed. 3. Form Placement. Construction and Utilization Set forms to the required grades and lines to allow continuous progress of the work. Clean forms after each use and coat with form release agent as often as required to ensure separation from concrete without damage. Instead of using fixed forms, the Contractor may place concrete with a slipform paver designed to spread, consolidate, screed, and float-fmish the freshly placed concrete in one complete pass of the machine. The slipform paver shall be operated with as neatly a continuous forward movement as possible and all the operations of mixing, delivering, and spreading concrete shall be so coordinated as to provide uniform progress with stopping and starting of the paver held to a minimum. The subgrade and slipform paver track area shall be brought to proper grade and cross section by means of a properly recompacted. If any traffic is allowed to use the prepared grade, the grade shall be checked and corrected immediately ahead of placing the concrete. 4. Concrete Placement Ready-mixed concrete shall be mixed and transported in accordance with the current Specification for Ready-mixed Concrete ASTM Designation C94. Comply with the applicable requirements of "CONCRETE" Section in the Specifications and as herein specified. Moisten subgrade as required to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they have been brought to the required grade and alignment. Concrete shall be deposited and consolidated in such a manner as to prevent the formation of voids or honeycomb pockets, however, do not overconsolidate concrete so as to cause segregation of aggregate in concrete. Consolidate with care to prevent dislocation of joint devices. Deposit and spread concrete in a continuous operation. 5. Joint Construction Exhibit J Section 3 Paving 18 IDA . Construct expansion (isolation), contraction (weakened-plane) and construction joints true to line with face perpendicular to surface of the pavement as shown on Approved Paving Construction Plan. Joints shall be provided in both the longitudinal and transverse directions. Maximum spacing of longitudinal and transverse contraction joints shall be fifteen (15) feet. On radius sections maximum joint spacing shall be twelve (12) feet as measured along the longest edge of the curve. (a) Contraction (Weakened-Plane) Joints Provide contraction joints for a depth no greater than one- fourth (1/4) nor less than one-fifth (1/5) the pavement thickness. Contraction joints must be continuous across the slab unless interrupted by a full depth joint filler and must extend completely through any integral curbs. Contraction joint alignment may be skewed or warped where necessary to reach points of stress concentration. Contraction joints are to be constructed at the Paving Subcontractors option as follows: (1) Sawed Joints Form contraction joints using saws equipped with shatterproof abrasive or diamond rimmed blades. Cut joints into concrete paving as soon as the surface will not be revelled or otherwise damaged by the cutting action. Joints must be completed between four (4) and eighteen (18) hours after paving has been placed. (2) Premolded Inserts Use embedded strips of pre molded filler joint material embedded while concrete is still in the plastic state. Premolded filler must be flush with the surface of the concrete paving. (3) Hand-Formed Contraction joints may be installed in the concrete paving with the use of a mason's hand groover utilized while the concrete is in the plastic state. Hand groover must be of sufficient depth to leave a fmishedjoint greater than "D"15 and less than "D"/4. Hand- formed joints must have a fmished radius along the joint edge equal to 1/4 inch. (b) Construction Joints Place full depth Construction Joints at the end of concrete pours and at locations Exhibit J Section 3 Paving 19 IDA where placement operations are stopped for a period of thirty (30) minutes or more except where such pours terminate at expansion joints. (c) Expansion (Isolation) Joints Provide Expansion Joints to isolate fixed objects abutting or within the paved area. They must contain premolded joint filler for the full depth of the paving slab. 6. Finishing Perform concrete finishing using machine and/or hand tools as required. Adding water to the surface of the concrete to assist in finishing operations shall not be permitted. A uniform gritty non-slip finish shall be provided by brushing the surface with a stiff-bristled broom or by dragging a "burlap drape" over the surface just before the water sheen appears. 7. Curing Concrete shall be cured by protecting it against loss of moisture and mechanical injury for at least three (3) days after placement. A pigmented liquid curing membrane shall be applied immediately after fmishing operation. 8. Paving Precautions (a) Form offsets that are used at radius points to provide continuity in paving operations should be at least one (1) foot in order to avoid slivers of concrete that may be broken off. (b) Construction traffic shall not use the area designated for passenger car parking. 9. Jointing (a) When pavement areas have many drainage or other structures, place joints to approximate the cracking that would occur without joints. Of immediate concern (possibly within 8 hours depending on climatic conditions) are the "critical joints" which are located at narrow areas, interior comers, areas of curving pavement in cul-de-sacs and at fIXed objects within the slab area (catch basins, equipment foundations, planters, bases for light and sign poles, etc). Within the boundaries of critical joints, other joints should be laid out in squares with no joint spacing exceeding 15'0". (b) Joints must be continuous across the slab unless interrupted by a full depth joint and must extend through integral curbs. Exhibit J Section 3 Paving 20 SEC3 lOA (c) Joint alignment may be skewed or warped from the normal grid pattern where necessary to reach points of stress concentration not on the normal pattern. (d) Form offsets used by Contractors at radius points to provide continuity in paving operations must be at least 12" to avoid slivers of concrete that may be easily broken off. (e) Require curbs to be cast integrally whenever practical as integral curbs strengthen pavement edges and are less expensive to construct. (f) Avoid acute angles ofless than 45' between intersecting joints. Joint dog legs or fillets at radius points should be at least 12" long. Exhibit J Section 3 Paving 21 lOA SECTION 4 DRAINAGE I. STORM SEWERS/STRUCTURES A. Scope The scope of this section consists offurnishing 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 ofthe 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 IR. The pipe material shall be formed from aluminum alc1ad coil and conform to the current AASHTO M -197 (and ASTM B-7 44) material specification. The pipe shall have an external helical corrugation of 113" X %" X 7-112" 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 (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 22 J,OAl The addition of masonry cement AS.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 AS. T .M. Serial Designation C-55, Grade U II. They shall be sampled in accordance with AS.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 ofloose rust, scale, dirt or oil, and shall conform to AS.T.M. A15 latest revision, "Specifications for Steel Bars for Concrete Reinforcement". Rebar deformations shall conform to AS. T.M. A305 latest revision. Welded wire fabric for concrete reinforcement shall conform to AS.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 AC.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 ofthe 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 ofthese 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 [mished trenches shall be commenced at the lowest point, with the spigot ends pointing in the direction ofthe 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 Exhibit J Section 4 Drainage 23 lOA modified herein. The pipe shall be installed on select bedding material to the dimensions given on sheet 1 of 4 ofFDOT 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 of90% 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 ofbackfilling and compaction of each pipe run, the pipe shall meet the requirements ofFDOT Standard Specification Section 430- 8.2. E.l 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 ofthe 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-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 alljoints. 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 Exhibit J Section 4 Drainage 24 IDA and backfill shall be made in accordance with the applicable sections of the specifications. Joints between walls and the incoming outgo ing pipes shall be sealed with Portland 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 ofthe grate necessary, or the installation ofthe 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 defmed as those areas that do not include building sites, paving or Exhibit J Section 4 Drainage 25 IDA street rights-of-way. All excess unsuitable excavated material shall be considered 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. SEC4 Exhibit J Section 4 Drainage 26 lOA .'.4 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 31 and C 39, latest revisions. Exhibit J Section 5 Concrete 27 mN 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 ofthe 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. SEC5 Exhibit J Section 5 Concrete 28 r;;;:~ n ~J Ii SECTION 6 GEOWEB LOAD SUPPORT SYSTEM I. GENERAL A. Scope 1. The work covered by this section includes the furnishing of all labor, materials, equipment and incidentals for construction and installation of the Geoweb@ Load Support System, as shown on the Construction Drawings and described by the Contract documents. B. Materials 1. Geoweb Cellular Confinement System 1.1 Manufacturer and Availability: The Geoweb Cellular Confinement System shall be manufactured by Presto Products Company - Geosystems Products A Business of Alcoa PO Box 2399,670 N Perkins Street Appleton, WI 54912-2399 Ph: 920-738-1118 Fax: 920-738-1222 E-mail: info@prestogeo.com Website: www.prestogeo.com Supplied Locally by R. H. Moore & Associates, Inc. 800-330-2333 1.2 Geoweb Cellular Confinement System The Geoweb@ system consists of an assembly offully surface-textured H.D.P.E. sheet strips connected in series, using full-depth ultrasonic spot-welded seams, aligned perpendicular to the longitudinal axis of the strips. When expanded, the interconnected strips form the walls of a flexible, three-dimensional cellular confinement structure into which the specified infill materials can be placed. The system can include: Geoweb@ geocells Temporary Stake Anchors Composite Sub-drains Cell Infill Material Exhibit J Section 6 Geoweb Load Support System 29 IDA Pavement Surface Materials Pavement Subbase Material 2. Geoweb Materials - Composition and Properties 2.1 Geoweb@ Base Material Polyethylene used to make strips for Geoweb@ sections shall have a density of 0.935 - 0.965 g/cm3 (58.4 - 60.2Ib/cu.ft) tested per ASTM D1505. Polyethylene used to make strips for Geoweb@ sections shall have an Environmental Stress Crack Resistance (ESCR) of 3000 hour tested per ASTM D1693. The resin manufacturer's certification ofpolyethylene density and ESCR shall be available upon request from Presto. Carbon black shall be used for ultra-violet light stabilization. Carbon black content shall be 1.5% - 2% by weight through the addition of a carrier with a certified carbon black content. The carbon black shall be homogeneously distributed throughout the material. Presto shall certifY the percentage of carbon black. 2.2 Strip Properties Strips used to make Geoweb@ sections shall have a sheet thickness, of 1.27 mm - 5% +10% (50 mil-5% +10%) tested per ASTM D5199. Thickness shall be determined in the flat, before any surface texturing or other surface disruption. Perforations shall be such that the peak friction angle between the surface of the perforated plastic and a #40 silica sand at 100% relative density shall be no less than 85% of the peak friction angle of the silica sand in isolation when tested by the direct shear method per ASTM D 5321. The quantity of perforations shall remove 19.6%:l:: 3% of the cell wall area. 2.3 Cell Seam Peel Strength Test Cell seam strength shall be uniform over the full depth ofthe cell. Minimum seam peel strengths shall be: 2840 N (640 lbt) for the 200 mm (8.0 in) depth cell, 2130 N (480 lbt) for the 150 mm (6.0 in) depth cell, 1420 N (320 lbt) for the 100 mm (4.0 in) depth cell, 1060 N (240 lbt) for the 75 mm (3.0 in) depth cell. Short-term peel strength shall be tested per Section D. Exhibit J Section 6 Geoweb Load Support System 30 IDA Seam hang-strength test shall be performed on all resin or pre-manufactured sheet or strips for a period of 168 hours (7 days) minimum in a temperature-controlled environment that undergoes change on a I-hour cycle from room temperature to 540C (1300F). Room temperature is defined in AS1M E41. Long-term peel strength shall be tested per Section E. 2.4 Geoweb Dimensions The Geoweb@ sections shall be fabricated using strips of sheet polyethylene each having a length of3.61 m (11.8 ft). Polyethylene strips shall be connected using full-depth, ultrasonic spot-welds aligned perpendicular to the longitudinal axis of the strip. Weld spacing shall be 356 mm::l: 2.5 mm (14 in::l: 0.10 in). The ultrasonic weld melt-pool width shall not exceed 25 mm (1.0 in). The Geoweb@ sections shall be "GW20V6WWLL" sections. "6" indicates the cell depth in inches, "WW" and "LL" indicate the expanded section width and length in number of cells. The area of expanded cells shall be 289 sq. cm (44.8 sq. in). Geoweb@ sections for load support construction shall have the following ranges of expanded dimensions. Sections GW20V61025 Expanded Dimensions Minimum - 2.8 m wide x 5.1 m long (9.2 ft x 16.7 ft) Maximum - 2.3 m wide x 6.1 m long (7.7 ft x 20.1 ft) Nominal Area - 14.5 m2 (156 ft2) 3. Geosynthetic Components 3.1 Geotextiles The bottom geosynthetic layer shall consist ofMirafi 160N nonwoven geotextile. 3.2 Stake Anchors Geoweb@ sections may be temporarily anchored with ATRA@ anchors or ]-hook stakes prior to placing the infill material. The stake layout shall be as required to shape the Geoweb@ sections to the specified dimensions. The stake diameter and length shall be suitable to hold the Geoweb@ sections in tension for the given foundation soil conditions. 3.4 Infill Material The Geoweb@ system infill shall be a mixture of sand/topsoil. Typically, onsite soil can be used if approved by project engineer. Infill needs to be able to support the establishment of vegetation. Exhibit J Section 6 Geoweb Load Support System 31 J. (0) Al The vegetation shall consist of sod (type chosen by project manager) 4. Submittals Submit shop drawings. Submit product data, drawings and samples. Submit current product quality assurance test data and independent laboratory test results indicating compliance with specified performance. No material will be considered as an equivalent to the Geoweb@ material unless it meets all areas of this section without exception. Manufacturers seeking to supply what they call equivalent material must submit records, data, independent test results, samples, certifications, and documentation deemed necessary by the Engineer to prove equivalency. The Engineer will approve or disapprove other manufacturers materials within 60 days after all submitted information is studied and tested. 5. Quality Assurance and Certification Product manufacturers shall provide certification of compliance with all applicable testing procedures and related specifications upon written request. Request for certification shall be submitted by the purchasing agency no later than the date of order placement. Product manufacturers shall also have a minimum of 5 years experience producing products for Load Support Systems. 6. Warranty Presto shall warrant each Geoweb@ cellular confmement system section which it ships to be free from defects in materials and workmanship at the time of manufacture. Presto's exclusive liability under this warranty or otherwise will be to furnish without charge to the manufacturer's customer at the original fo.b. point a replacement for any section which proves to be defective under normal use and service during the 10-year period which begins on the date of shipment by the manufacturer. Presto reserves the right to inspect any allegedly defective section in order to verify the defect and ascertain its cause. This warranty shall not cover defects attributable to causes or occurrences beyond Presto's control and unrelated to the manufacturing process, including, but not limited to, abuse, misuse, neglect, improper storage, improper installation, improper alteration or improper application. Presto makes no other warranties, express or implied, written or oral, including, but not limited to, any warranties or merchantability or fitness for any particular purpose, in connection with the Geoweb@ cellular confmement system. In no event shall Presto be liable for special, indirect, incidental or consequential Exhibit J Section 6 Geoweb Load Support System 32 IDA damages for the breach of any express or implied warranty or for any other reason, including negligence, in connection with the Geoweb@ cellular confinement system. 7. On-site Manufacturer's Representative Presto shall provide a qualified representative on site at the start of construction to ensure that the contractor installs the Geoweb@ system in accordance with the contract drawings and specifications. The representative shall have at least 5 years experience installing Geoweb@ load support systems and have installed a minimum of50,000 m2 (500,000 fP) ofGeoweb@ material. 8. ISO Certification Presto Products Company shall have earned a certificate of registration, which demonstrates that its quality-management system for its Geoweb@ cellular confinement system is currently registered to the ISO 9002 quality standards. The scope ofISO 9002 registration shall be for the entire Geoweb@ cellular confinement system product manufacturing process from incoming raw materials (resin) to fmished product. Earned registration shall be verifiable by providing a copy of the current continuous registration certificate upon the customer's written request. Under the scope of the ISO quality standard, Presto Products Company shall compile, keep record of, and provide for each customer order or production lot, actual and certified values for the following: 1. Resin Lot Number 2. Resin Density 3. Carbon Black content (where applicable) 4. Sheet Thickness 5. Short-term Seam Peel Strength 6. Long-term Seam Peel Strength - 7-day hot box method 9. 1O,000-hour Seam Peel Strength Certification Presto Products Company shall provide data showing that the high-density polyethylene resin used to produce the Geoweb@ sections has been tested using an appropriate number of seam samples and varying loads to generate data indicating that the seam peel strength shall survive a loading of at least 95 kg (209 Ibf) for a minimum of 10,000 hours. Exhibit J Section 6 Geoweb Load Support System 33 IDA 10. Materials Handling and Storage The contractor shall check all materials delivered to the site to ensure that the correct materials have been received. Materials shall be stored on site in a manner that ensures that no damage occurs to any of the materials. Damaged materials shall be replaced at the Contractor's expense. 11. Substitutions No material will be considered as an equivalent to the geocell material specified herein unless it meets all areas of this specification without exception. Manufacturers seeking to supply what they represent as equivalent material must submit records, data, independent test results, samples, certifications, and documentation deemed necessary by the Engineer to prove equivalency. The Engineer shall approve or disapprove other manufacturers materials within 60 days after all submitted information is studied and tested. C. Construction Requirements 1. Examination Verify that site conditions are as indicated on the Construction Drawings. Verify that layout of the proposed work is in accordance with the Construction Drawings. Verify that all required materials delivered to the site comply with the Contract Specifications. 2. Site Preparation The subgrade shall be grubbed and cleared of all trees, brush and root matter. Subgrade soils shall be excavated or graded to the lines and grades shown on the Construction Drawings. The upper.3 m (1 ft) ofthe subgrade shall be compacted to a minimum of95% Standard Proctor Dry Density (SPDD) or as specified by the Engineer. Where subgrade soils are encountered that are weaker than the assumed design strength, the contractor shall excavate the affected areas and replace the excavated material with suitable fill under the direction of the Engineer. Exhibit J Section 6 Geoweb Load Support System 34 lOA 3. Geotextile Installation The geotextile shall be rolled out over the prepared subgrade along the alignment of the road structure. The geotextile shall be pulled taut to ensure that there are no folds. Geotextile overlaps shall be as directed by the Engineer, or as indicated on the following table. Soil Strength(CBR) 1 1-2 2-3 3 Overlap (Not Sewn)mm (in) 1200 (48) 900 (36) 750 (30) 600 (24) Overlap (Sewn) mm (in) 225 (9) 125 (6) 75 (3) 4. Placement of Pavement Subbase Subbase aggregate shall be placed in lifts not exceeding 200 mm (8 in) and compacted to a minimum of95% SPDD or as specified by the Engineer. The thickness of subbase and base aggregate layers, after compaction, shall be as indicated on the Construction Drawings. 5. Geoweb Installation The Geoweb@ sections shall be placed directly on the prepared subgrade or subbase and infilled with the specified infill material. The Geoweb@ section thickness shall be as indicated on the Construction Drawings. The Geoweb@ sections shall be expanded into position at the grades and lines shown on the Construction Drawings. The orientation of expanded sections shall be as indicated on the Construction Drawings. Individual Geoweb@ sections can be held in their expanded positions with steel stakes driven inside selected outer cell walls prior to filling or other suitable methods. Stretcher frames may be used when dimensional tolerances are required. When properly expanded, the typical plan dimensions of individual cells should measure between 224 mm (8.8 in) long by 259 mm (10.2 in) wide (nominal:l: 10%). The edges of adjacent Geoweb@ sections shall be inter-leafed or butt-jointed according to which side-wall profiles abut. In all cases, the upper surfaces of adjoining Geoweb@ sections shall be flush at the joint. Inter-leaf side connections between expanded Geoweb@ sections. Welded edge seams should be overlapped and aligned when stapling. Abut end connections between Geoweb@ sections. The longitudinal centerIines of abutting external cells should be aligned and stapled at the cell wall contact point. Exhibit J Section 6 Geoweb Load Support System 35 lOA Adjoining sections shall be stapled together using a Stanley Bostitch P50-1 OB pneumatic stapler using 1/2 inch SB103020 wire staples (or other approved stapler and staples). Refer to Presto's standard drawings for additional details regarding panel connections. The Geoweb@ sections shall be anchored in position prior to placing infill material by using either temporary stakes, by hand placement of infill material into the comer cells, or by other suitable methods. At catch basins, utilities, or other obstructions, the Geoweb@ sections shall be stretched into position and cut around the perimeter of the obstruction to allow the Geoweb@ sections to slip over the obstruction and placed flat on the prepared surface. 6. Placement oflnfill Soil The specified infill material shall be placed into the expanded cells with equipment appropriate for the site conditions such as a backhoe or a front-end loader. The maximum drop height into the cells shall be limited to a maximum of 1 m (3 ft) to avoid damage or displacement of the cell walls. 7. Sand/Topsoil Mix Overfill the cells and level to a minimum 50 mm (2 in) above the top of the cells walls. A front-end loader may be used to place the infill provided that it only traffics above Geoweb@ sections that have been filled and covered with the minimum 50 mm (2 in) of additional material. The infill material shall be compacted to a minimum density of 95% Standard Proctor Dry Density and the surface graded to the minimum specified height of compacted overfill material. This may be accomplished by back-blading with a straight edged loader bucket. A tolerance of plus or minus 12.5 mm (1/2 in) is acceptable. The infill material shall be vegetated as specified. D. Short-Term Seam Strength Test Procedure 1. Frequency of Test The short-term seam peel strength test (referred to as the 'test' in this section) shall be performed on a geocell section randomly taken directly from the production line each two hours. Exhibit J Section 6 Geoweb Load Support System 36 IDA 2. Test Sample Preparation Randomly select 10 welds within the geocell section to be tested. Cut the strips defining those welds from the section such that the cut is 10 cm (4 in) on both sides of the weld and perpendicular to the weld. End and internal welds require 4 cuts. Edge welds require 2 cuts. Prior to testing, the test samples shall have air cool for a minimum of30 minutes from the time the selected geocell section was manufactured. 3. Short-term Seam Peel Strength Test The apparatus used for testing the short-term seam peel strength shall be of such configuration that the jaws of the clamp shall not over stress the sample during the test period. The sample to be tested shall be loaded such that the load applied shall produce a peeling action on the seam. Load shall be applied at a rate of 300 mm (12 in) per minute and be applied for adequate time to determine the maximum load. The date, time and load shall be recorded. Short-term seam peel strength shall be defined as the maximum load applied to the test sample. Minimum required short-term seam peel strength shall be: 1. 2840 N (640 lbt) for the 200 mm (8 in) depth cell. 2. 2130 N (480 lbt) for the 150 mm (6 in) depth cell. 3. 1420 N (320 lbt) for the 100 mm (4 in) depth cell. 4. 1060 N (240 lbt) for the 75 mm (3 in) depth cell. 4. Definition of Pass / Failure Two methods shall be used to determine acceptability ofthe manufactured geocell sections. The successful passing of the short-term seam peel test shall not be used to determine acceptable ofthe polyethylene for use in manufacturing of the geocell sections. Acceptability ofthe polyethylene shall be determined through tests conducted in Section E. 5. The Tested Value Ifmore than one ofthe tested seam samples fails to meet the minimum peel strength, all sections manufactured after the previously successful test shall be rejected. If all tested seam samples meet the minimum peel strength, all geocell sections manufactured since the last successful test shall be considered to have passed the test. Exhibit J Section 6 Geoweb Load Support System 37 lOA ,.' t When one of the tested seam samples fails to meet the minimum peel strength, another 10 samples shall be randomly selected and cut from the previously selected section. Ifmore than one of these samples fails, all sections manufactured after the previously successful test shall be rejected. Otherwise, all geocell sections manufactured since the last successful test shall be considered to have passed the test. 6. Visual Failure Mode After each sample is tested, the seam shall be examined to determine the failure mode. Two failure modes are possible. 1. Material failure within and adjacent to the weld indicated by material strain and 2. Weld failure resulting in complete separation of the seam and shows little or no material strain. Upon examination, when the failure mode results in complete separation ofthe seam and indicates little or no material strain, product manufactured shall be rejected. E. Long- Term Seam Strength Test Procedure 1. Frequency of Test The long-term seam peel-strength test (referred to as the 'test' in this section) shall be performed: 1. on each new resin lot number if the geocell manufacturer extrudes the sheet or strip used to produce the geocell material. 2. on each new order of sheet and/or strip if the geocell manufacturer does not extrude the sheet and/or strip used to produce the geocell material. 2. Test Sample Preparation A test sample shall be made using four of the strips meeting all aspects of the material portion of this specification. The four strips are to be welded together using a warm welder producing a 2-celllong section of geocell product. The 2-cell section of geocell shall have 3 rows of welds connecting the four strips. The rows of welds are to be labeled A, Band C. The individual welds within each row shall be numbered consecutively from left to right starting with the number 1 (one). The test sample shall air cool for a minimum of 30 minutes. Randomly select 10 welds from within the test sample. Cut the strips defining those welds such that the cut is 10 cm (4 in) on both sides of the weld and perpendicular to the weld. End and internal welds require 4 cuts. Exhibit J Section 6 Geoweb Load Support System 38 SEC6 IDA Edge welds require 2 cuts. These samples shall be cut to a width of 10 cm (4 in). Properly identify each weld using the row letter and weld number. These samples are now ready to be tested. 3. Long-term Seam Peel Strength Test The long-term seam peel-strength test shall take place within an environmentally controlled chamber that undergoes temperature change on a I-hour cycle from room temperature to 540C (1300F). Room temperature shall be defmed per ASTM E41. Within the environmentally controlled chamber, one of the ends ofthe samples (10 samples in total) shall be secured to a stationary upper clamp. The jaws of the clamp shall be of such configuration that the grip does not over stress the sample during the test period. The sample shall be secured so that its axis is vertical and the welds being tested are horizontal as the sample hangs within the environmentally controlled chamber. The sample to be tested shall be loaded such that the load applied shall produce a peeling action on the seam. A weight of72.5 kg (160 lb) shall be lifted via a hoist or lift platform and attached to the free lower end, of the sample. The weight shall be lowered in a way so that no impact load occurs on the sample being tested. The weight shall be sufficient distance from the floor of the chamber so that the weight will not touch the floor of the chamber as the sample undergoes creep during the test period. The date and hour the weight is applied shall be recorded. The temperature cycle shall commence immediately within the environmentally controlled chamber. The test period for the applied load shall be 168 hours. 4. Definition of Pass / Failure Ifany of the 10 seams fail prior to the end ofthe 168-hour (7-day) period, the date and hour ofthe failure shall be recorded and the polyethylene resin and strip material shall be considered unsuitable for geocell manufacturing. Exhibit J Section 6 Geoweb Load Support System 39 IDA SECTION 7 MEASUREMENT AND PAYMENT I. 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 ofthe elements or from any unforeseen difficuhies 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 ofthat 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) Mobilization Measurement for payment ofthe above item will be by lump sum. Payment for this item will be made at the contract unit price bid per lump Exhibit J Section 7 Measurement and Payment 41 IDA sum. Provide/Maintain As-built Plans Measurement for payment ofthe 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. Provide Construction Surveying and Layout Measurement for payment ofthe 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. Bailed Hay or Straw 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. Exhibit J Section 7 Measurement and Payment 42 lOA 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. 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. 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. Removal of Existing Stone/Concrete Wall Removal of Existing 48" CMP's at Doral Circle Remove Concrete Plug from Barrel of Triple 7"X4' Box Culvert Measurement for payment of the above items will be by lump sum. Exhibit J Section 7 Measurement and Payment 43 lOA 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, demolition, removal and disposal of debris, cleanup, and all other work and incidental items required to remove the respective items. 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. Rock 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. 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. Type "B" Stabilization (12" Thick) Maint. Travel-Way/Road Base (6" Limerock) Boat Ramps (Armorflex) Exhibit J Section 7 Measurement and Payment 44 lOA 1 ~ "Asphaltic Concrete. Type S III 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. Geoweb Road (Geoweb/Sand Infill/Geotextile Separator) Measurement for payment of Geoweb Road will be per square yard of road installed and accepted. Payment for this item will be made at the contract unit price per linear foot, which price shall include all material, labor, placement compaction, and all other work and incidental items required for complete installation in accordance with the plans. Geoweb Marker (11" Rubber Tee Distance Marker. Yellow) Measurement for payment of the above item will be the number of each marker installed and accepted. Payment for Geoweb Markers will be made at the Contract unit price per each, which price and payment shall be full compensation for all grading, bedding, materials, labor, and all other work required or specified for the satisfactory installation/construction of each marker. Class IV Concrete (Box Culvert) Class I Concrete (Endwalls) The quantity for payment for Concrete Class I and IV 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, shoring, form Exhibit J Section 7 Measurement and Payment 45 IDA work, placement of concrete, backfill, and all other work and incidental items required for a complete installation as specified. Reinforcing Steel (Box Culvert) The quantity for payment for Reinforcing Steel (Box Culvert) 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. Weir Control Structure with Gates (LCB-OO-S0120) Measurement for payment ofthe above item will be the number of each control structure constructed and accepted. Payment for control structures 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, furnishing and installation of gates and Railing, labor, masonry, backfill, and all other work required or specified for the satisfactory installation! construction of this item. 24"Class III RCP (Storm Sewer) (Round Shape) 24" X 38" Class III RCP (Storm Sewer) (Elliptical Shape) 30"Class III RCP (Storm Sewer) (Round Shape) 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. 273, therefore not including the length ofthe mitered end (dimension F). Exhibit J Section 7 Measurement and Payment 46 IDA 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. 12" ADS Yard Drain 24" Mitered End Section (Side 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. Concrete Curb. Type E (Special 2' Wide) The quantity for payment for Concrete Curb, Type E shall be the horizontal distance, measured along the centerline of the curb Payment for this item will be made at the contract unit price per linear foot, which price and payment shall be full compensation for all material, labor, grading, form work, fmishing, and all other work and incidental items required for a complete installation as specified. Riprap (Rubble) ancludes 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 riprap 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 Exhibit J Section 7 Measurement and Payment 47 lOA for complete installation as specified. 3' Stone/Concrete Wall Measurement for payment of the above item shall be the horizontal distance, measured along the centerline of the wall. Payment for walls will be made at the Contract unit price per linear foot, which price and payment shall be full compensation for all excavation, bedding, base preparation, dewatering, sheeting, concrete, form work, stone, labor, masonry, backfill, and all other work required or specified for the satisfactory installation! construction ofthe wall. Relocate Fence (Chain-link Fence) Measurement for payment of the above item shall be the horizontal distance, measured along the centerline ofthe fence. Payment for relocating 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 relocation of the fence. Relocate Existing Yard Light Poles Measurement for payment of the above item shall be the number of each item relocated. Payment for relocating Yard Lights will be made at the Contract unit price per each, which price and payment shall be full compensation for all clearing, grading, preparation of post holes, posts, electrical wiring, conduits, incidental materials, concrete, permits, and all other work required or specified for the satisfactory relocation of the Light. Sodding (Bahia)(Includes Water. Fertilizing & Mowing) Sodding (Bermuda)(Includes Water. Fertilizing & Mowing) Sodding (St. Augustine)(lncludes Water. Fertilizing & Mowing) Exhibit J Section 7 Measurement and Payment 48 IDA 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 ofproject 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. 6" Yellow CIL Lines (Thermoplastic) 6" White Edge Lines (Thermoplastic) Measurement for payment of the above item shall be the horizontal distance, measured along the centerline of the Line. Payment for Lines will be made at the Contract unit price per linear foot, which price and payment shall be full compensation for all cleaning and surface preparation, materials, equipment, labor, finishing, curing, protection, and all other work required or specified for the satisfactory completion of the Lines. Reflective Pavement Markers Measurement for payment of the above items will be the number of each Marker installed and accepted. Payment for Reflective Pavement Markers will be made at the Contract unit price per each, which price and payment shall be full compensation for all cleaning and surface preparation, materials, equipment, labor, and all other work required or specified for the satisfactory installation/construction of each Marker. 6" Water Main Relocation over Box Culvert Sta.-18+77 +/_ 8" Reclaimed Water Main Deflection under Canal-Sta. 20+87 +/_ 12" Force Main Deflection under Canal-Sta. 39+68 +/- 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, Exhibit J Section 7 Measurement and Payment 49 lOA 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. 6" Force Main (Cut. Cap & Remove) Sta. 32+64 +/- 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 clearing, grubbing, excavation, dewatering, backfill, equipment, materials, thrust blocks, supports, fittings, and for all equipment and all other work necessary to complete the removal as specified. Adiust Water Main Valve or Meter Measurement for payment ofthe above item will be the number of each adjustment made and accepted. Payment for adjustments will be made at the Contract unit price per each, which price and payment shall be full compensation for all clearing, grubbing, excavation, dewatering, backfill, equipment, materials, boxes, supports, fittings, and for all equipment and all other work necessary to complete the adjustment as specified. SEC7 Exhibit J Section 7 Measurement and Payment 50 IDA EXHIBIT K PERMITS Provided In Separate File GC-CA-J-1 IDA SOUTH FLORIDA WATER MANAGEMENT DISTRICT .. LOWER WEST COAST REGIONAL SERVICE CENTER 2301 McGregor Boulcv<ltd, Fort Myers, FL 33901 (239)338-2929' FLWATSl-800.248-1201 . Suncom748-2929' Fax(239)338-2936' www.sfwmd.gov/lwc/ CON 24-06 Application No.: 090415-9 General Permit No.: 11-03008-W November 18, 2009 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS ATTN: JOHN VLIET 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 Dear Permittee: SUBJECT: General Water Use Permit No.: 11-03008-W Project: LEt Y MAIN EXTENSION LASIP IMPROVEMENTS Location: COLLIER COUNTY, S19,20rr50S/R26E Permittee: COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS This letter is to notify you of the District's agency action concerning your Notice of Intent to Use Water. This action is taken pursuant to Chapter 40E-20, Florida Administrative Code (F.A.C.). Based on the information provided, District rules have been adhered to and a General Water Use Permit is in effeetfor this project subject to: 1. Not receiving a filed request for Chapter 120, Florida Statutes. administrative hearing and 2. The attached Limiting Conditions. The purpose of this application is to obtain a Water Use Permit for dewatering to facilitate canal improvements. Withdrawals are from the Water Table Aquifer via three proposed wilhdrawalfacilities. 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. A copy of 1he permit, its limiting conditions. and dewatering plan is required to be kept on site at all times during dewatering operations by the lead contractor or site manager. The Permittee shall not withdraw more than 1,800 million gallons in the duration of this permit, nor more than 10 mimon gallons per day. ~L"IC' I hNX>"''' '"'' ~'" c;.." C1.." RNd, P.O. ",u 24""" W6' P,'hn ",'.Kh, FL '''16-1'''''' · (% I, """""ID . n W A1'5 I-ROO."',"'" lOA Application Number: 090415-9 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS November 18, 2009 Page 2 Date Of Issuance: November 18, 2009 Expiration Date: December 7,2014 Water Use Classification: Dewatering Water Use Permit Status: Proposed Environmental Resource Permit Status: Proposed Concurrently With Application No. 090410-8. Right Of Way Permit Status: Not Applicable. Surface Water From: Water Table aquifer Pennitted Allocation(s): Annual Allocation: Maximum Monthly Allocation: 1 ,800,000,000 Gallons 294.624,000 Gallons Proposed WithdraWal Facilities - Surface Water Source: Water Table aquifer 3 - 8- X 55 HP X 2200 GPM hydraulic Pumps Rated Capacity Source(s) Water Table aquifer Totals: Status Code GPM P 6.600 MGD 9.50 MGM 288.9 MGY 3,469 6,600 9.50 288.9 3,469 f! "'.' /. \;.,.., Application Number: 090415-9 COLLIER COUNTY BOAFm OF COUNTY COMMISSIONERS November 18. 2009 Page 3 Should you object to the Limiting Conditions, please refer to the attached Notice of Rights which addresses the procedures to be followed if you desire a public hearing or other review of the proposed agency action. Please contact this office if you have questions concerning this matter. If we do not hear from you prior to the time frame specified in the Notice of Rights, we will assume that you concur with the District's recommendations. Certificate Of Service I HEREBY CERTIFY that a Notk:e of Rights has been mailed to the addressee not later than 5:00 p.m. this 18th day of November, 2009, in accordance with Seclion 120.60(3), Florida Statutes. Sincerely, '-;1Y~25 ~ Noah B. Kugler. P.G. Senior Supervising Hydrogeologist Water Use Regulation Division NBK Icb Certified Mail No.: 70081140000141141704 Enclosure c: Agnoli Barber Brundage Ine Engineer, City of Naples Application Number: 090415-9 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS November 18, 2009 Page 4 IDA limiting Conditions 1. This permit shall expire on December 7, 2014. 2. Application for a permit modification may be made at any time. 3. Water use classification: Dewatering water supply 4. Source classification is: Surface Water from: Water Table aquifer 5. Permittee shall not withdraw more than 1800 million gallons in the duration of this permit, nor more than 10 million gallons per day. 6. Pursuant to Rule40E-1.6105, FAC., Notification of TranSfer ot loterest in. RealProperty,wlthin 30 days of any transfer of interest or control of the real property at. whichany 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, FAC. Pursuant .10 Rule 40E-1.6107 (4), until transfer is approved by the District, the permitteeshaU 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 AUn; John Vliet 2885 South Horseshoe Drive Naples, FL34104 7. Withdrawal Facilities: Surface Water - Proposed: 3 - 8" x 55 HP X 2200 GPM hydraulic Pumps lOA Application Number: 090415-9 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS November 18, 2009 Page 5 LlmiUng 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 win include pumpagereduction, 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}lnability to withQraw water consistent with provisions of the permit, such aswhen remedial structural or operattonal actions not materially authorized by existing permits must be takento address the interference; or (2) Change in the quality of water pursuantto 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, Pennittee shall mitigate harm to existing off-site land uses caused by the permittee's withdrawals,as determined through reference to the conditionSforpermit 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 relatedsurface 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. lOA Application Number: 090415-9 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS November 18, 2009 Page 6 Limiting Conditions 10. Permittee shall mitigate harm to the natural resources caused by the permittee's withdrawals, as determined through reference to the conditions for permit issuance. When harm occurs, or is imminent, the District will require the permittee to modify withdrawal rates or mitigate the harm. Harm, as determined through reference to the conditions for permit issuance includes: (1) Reduction in ground or surface water levels that results in harmful lateral movement of the fresh water/salt water interface, (2) Reduction in water levels that harm the hydroperiod of wetlands, (3) Significant reduction in water levels or hydroperiod in a naturally occurring water body such as a lake or pond, (4) Harmful movement of contaminants in violation of state water quality standards, or (5) Harm to the natural systemincll.Jdingdamage 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, lo.cal and special district authorizations. 14. The permit does not convey any property righUo the Permittee, nor any rights and privileges other than those specified in the Permit and Ch<:ipter 40E-2, Florida Administrative Code. 15. Permittee shall submit all data as required by the implementation schedule for each of the Hmiting conditions to: SFWMD, Environmental Resource Compliance, P.O. Box 24680, West Palm Beach, FL 33416-4680. 16. The Permittee is advised thllt 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. lOA Application Number: 090415-9 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS November 18, 2009 Page 7 Limiting Conditions 21, Permittee shall comply with turbidity and general water quality standards for surface discharge into receiving streams, as established by Chapter 62-302, Florida Administrative Code. 22. Permittee shall not lower the water table below the following depths: -1 feet NGVD or 7 feet below land surtace 23. A copy ofthe permit, its limiting conditions, and dewatering plan is required to be kept on site at all times during dewatering operations by the lead contraotor 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 iri place prior to project commencing with pumpirig 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 useJ'$. 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 Kort 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: The surtace water pumps used for dewatering are included as Exhibit 4. A detailed map is provided as Exhibit 5, which includes cross-sections and a detailed ohloride monitoring plan. A written dewatering plan is provided as Exhibit 6. IDA Application Number: 090415-9 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS November 18. 2009 Page 8 Limiting Conditions 28. The Permittee's monitoring plan shall be implemented as follows: The saline monitoring plan wHlconsist of monitoring the chloride levers of the project groundwater effluent and the surface water at the LASIP main canal 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 shaH be stored within the canal system. Ground water effluent with chloride levels between 200 PPM and 600 PPM above background shall.be divertecldownstream to the southern spreader lake. Dewatering activities will stop immediately and theSFWMD notified if chloride levers above 600 PPM above background level are encountered. IDA 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. R'GHT 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 seNice of an Administrative Order pursuant to Subsection 373.119(1), Ra. 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 fillal 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 accepl~d. Any person wishing to receive a clerked copy with the dat~ 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 flied 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, Rorida 33416. · Filings by hand-delivery must be delivered to the Office of the SFWMD Clerk. Delivery of a petition 10 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 me 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 lOA Initiation of an Administrative Hearing Pursuant to Rules 2f3.106.201 and 28.106.301, Fla. Admin. Code, initiation of an administrative hearing shall be made by written pet~ion 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. S. 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 modijjcation of the SFWMD's proposed action. 7. A statement of the specific rules Clr statutes the petitioner contends require reversal or modification of the SFWMO's proposed action. 8. If disputed issues at material fact exist. the statement must also inelude 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 oftlme for filing a petition. The SFWMD may, for good cause, grant the request. Requests for extension of lime 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 28.1 06.111, Ra. 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, Ra. 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 IDA Application Number: 090415-9 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS November 18, 2009 Page 9 bc:Craig Boomgaard, P.G. C. Tears - 6862 P. McGary - 6861 Permit File S. Korf - 6861 WU Compliance - T. Schwetje - 6861 ADDRESSES Agnoli Barber Brundage Inc Attn: Daniel W Brundage 7400 TamJaml Trail N Suite 200 Naples, FL 34108 Engineer, City of Naples Attn: Naples 735 Eighth St South Naples Naples, FL 34102 IDA R25 R26 R27 R2EJ R29 R30 R31 RS2 R33 R34 T 46 T41 148 Project Site COLLIER COUNTY, FLORIDA Legend .Application DApplication Sections Application Number: 090415-9 Permit Number: 11-03008-W Project Name: LELY MAIN EXTENSION LASIP IMPROVEMENTS N A Map Date: 5/21/2009 . _..a". . ,..- *.').~ o 10 20 . Exhibit: 1 Mil... c::: ... to tt.' MaplewooCt I ~ KnotWo-od' Marse~e :::Jo.. r-r---r ;~ o~ 9 ~ . GfenWood. ~ C~ :::j ~ !:. ~ -Driftwood. (5' 0 I , COUnty'';'86~~~;!;~~~bc!~-''" Gifbe/"'-~ t~ <A- m ,~ o~ ~ ~A) ~ ll) \1\ va\metto.Ounes ~. ~ . ll)~ ~.... ~ ~(j. ~ . \1\I"J"l"ol ~~. ~, ~ COLLIER COUNTY, FLORIDA Legend C:?ZJ Application Map Date: 5/21/2009 Application Number: 090415-9 Permit Number: 11-03008-W Project Name: LEL Y MAIN EXTENSION LASIP IMPROVEMENTS o 1,500 3.000 I Feel lOA I Roya\~ood ~f ..r~ ~ .::L '0c> n ~es\one lJ \""1- ..~ i$'~~ ~ OA o~ y," $1: N A Exhibit : 2 lOA COLLIER COUNTY, FLORIDA Legend c::::J Application .. Pumps Application Number: 090415-9 Permit Number: 11-03008-W Project Name: LEL Y MAIN EXTENSION LASIP IMPROVEMENTS N A Map Date: 5/21/2009 o 1,200 Feel 2,400 I Exhibit: 3 e :::l 0.. ... CIl .... IU - == .... CIl U W ~ ..J :::l In (/) 0( .... ... 0 c: .9 .... tP 01 ('(I 0.. III 'C U III ~ <:t r-.. <:t 0) N N M M M r-.. <:t 0) N N N N ~ .... .., o en Q N r-.. v 0) N N .... ..- l.: CIl .Q E :::l z: c: o :;:: IV .~ 0. 0. <( .. .Bo. co :::l ~S c 'Iii (!) CIl];t 0. CIl C ._ E E 0.= :::l IU 1II U a. z:::E ~ .g '3 ('(I .. u 0..1: "C CIl III o 0. S CIl 0..0. m~ :Eo. .!!! E )( :::l WOo ,g '3 ('(I .g o...c <:> <:> N O)N:2z .g '3 ~ o..~ <:> <:> N o.)N~Z o o N 0':) N :2 z i" a. ... U)~;t'- .!];t~ ~ U 'u CIl :::l g[f!Q. i 1II 0 >. ....()::E:~ 11)0.0.> e e e 0 .!! :::l :::l ~ CQ.Q.1- M I M j M , 0' > (!) c: z: 0 ~~ U c: 0 ,9 ..J .... ... IU IV > c: CIl ('(I W c: 0:: W Q) ~ 1::;;;; ~ :>w ~:g 1) . ....., :::l 0:: .., (0 '- 0:: W Q) :s;: r-..... Q) W r-..c.o E :> ~:g G3 ~ :.;~ .2 0:: W 1D :s;: r-..... Q) W /'0..(0 E :> ~:g W ......v CD 0:: .., (0 .2 "C o .c .... Q) :5 .u.c en Iii 1:: c: cI) 1II 0 :;:: uWZ: g 34jCi) 0 o CIl cI) U (J) u.. u.. ~ III :::l ! (/) cI) III :;:) C:- ('(I E .;::: n. C:- ('(I E 'C: n. 0) c: ......... .t:: ~'* '2 ~ .- tP :20 C:- ('(I E .;::: n. 0) c: ........ 'C:: 012 c:('(I '2 ~ .- Q) :eo cI) 0. ?: Q) III :;) ... cI) .... IV == 01 c: ...........c 0)2 c:('(I '2 ~ .- ll) :eO ll) :0 ('(I 1-... w~ (O:::l :s;:l6" lOA - o Q) 01 ('(I CI.. Exhibit No: 4 Q) :0 ro 1-,- 1D.$ ro '5 :s:g Q) :0 ('(I 1-... ....Q) Q): ~::) :s:f5" >. "C o lXl ... CIl ~ cI) u ~ ::J (J) 090415-9 ~I 1- b 1:1 II ! -~^ I ~ rr .~ g ! ;/ i\ i ~ If I ~ it ) , 1 ! ~. .- :\ _... - ~ ~ ! . . ':.. ... ~ i~ {; 4) ti S: , ;j it ... h -. II . . II I; A ~! I ;. - -=1 ! - ! , .~ 11 ~ !' .i' i, <'; h .." .4 ;J: _ ~ . .. .. ':'- " , 1! J I W.(# . ~~ ~ @i ~.lt !Iii U bl i~ Is J .~ 01 t ! ffi -~ I ~I I j . ...- ... 11)")$ (Jl {CJ.t - JO"A - - i f i ~ i ~ '" #n ; i Co! ;l! I;~ il~ 1=.15.. IIi ~i~ ~~~~ l! h= a!d ~il ~ .Ii ~I= ~a~ ~, l\: i . .. s ~ ~~I ~:! ~ bl Ullli, ~ nag ~'I f~ el~lJ 3.! II, ~ n Cafi b II Ii h~ t fa~ .. ~. Jle~ u s~ it.! gfl.. a!i ;Z<- ~ ~~ll gi i! ~!h ~Ii 'I 'IJL,1l I .. 11 I a I' I t : I Exhibit 5 ~ . ";: IDA Lely Main Extension Dewatering Scenario The proposed canal excavation will be accomplished by dewatering the entire canal length as a single phase. Construction of the canal will begin first by construction of canal blocks at Rattlesnake Hammock Road on the easterly end and another westerly canal block at the triple 5'x8' box culvert at the FPl easement on the west end ofthe project. Dewatering will then take place by pumping groundwater effluent upstream into the LASIP phase I A canal north of Rattlesnake Harnmock Road. The groundwater effluent will be clarified by use of hay bails and crushed stone sumps at each pump and if necessary, further clarification will be accomplished by USe of Baker Corp. or similar filtration systems prior to discharge into the upstream canals. A saline monitoring plan is proposed and will consist of monitoring the chloride levels ofthe project groundwater effiuent and tbe background level of the surface water at the LASIP main canal 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. K:\7599.2 Roynl Wood Country Club\Corre~pondenees\Applic:llions\lely Main Extension Dewatering pennit\Lely Main E1Itension dcw:uering senerio.doc 090415-9 Exhibit 6 STAFF REPORT DISTRIBUTION LIST lOA LEL Y MAIN EXTENSION LASIP IMPROVEMENTS Application No: 090410-8 Permit No: 11-01140-S INTERNAL DISTRIBUTION X Carmen Quan, P.E. - 4270 X Karyn Allman - 4270 X William Foley, P.E. - 4270 X Laura Layman - 4270 X C. Tears - 6862 X ERC Engineering - 6861 X ERC Environmental- 6861 X Fort Myers Backup File - 6861 X Permit File EXTERNAL DISTRIBUTION X Permittee - Collier County Board Of County Commissioners X Agent - Agnoli Barber And Brundage Inc OTHER INTERESTED PARTIES X Audubon of Florida - Charles Lee ADDRESSES Agnoli Barber And Brundage Inc 7400 Tamiami Trail North Ste 200 Naples FL 34108 Audubon of Florida - Charles Lee 1101 Audubon Way Maitland FL 32751 Application No: 090410-8 IDA STAFF REPORT DISTRIBUTION LIST Collier County Board Of County Commissioners 2885 South Horseshoe Drive Naples FL 34104 Page 2 of 2 SOUTH FLORIDA WATER MANAGEMENT DISTRICT ENVIRONMENTAL RESOURCE STANDARD GENERAL PERMIT NO. 11-01140-S DATE ISSUED:November 12.2009 lOA Form #0941 08/95 PERMITTEE: COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 PROJECT DESCRIPTION: This application is a request for a General Permit Modification authorizing construction and operation of a surface water management system serving a 12.75 acre project known as Lely Main Extension LASIP Improvements with discharge to the Lely Main Canal. PROJECT LOCATION: COLLIER COUNTY, SEC 19, 20 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. 090410-8, dated April 10, 2009. This action is taken pursuant to Rule 40E-1.603 and Chapter 40E-40 . Florida Administrative Code (FAC.). 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 15 Special Conditions (See Pages: 5 - 6 of 6) and 4. the attached 3 Exhibit(s) Should you object to these conditions, please refer [0 the attached "Notice of Rights" which addresses the procedures to be followed if you desire a public hearing or other review of the proposed agency action. Please contact this office if you have any questions concerning this matter If we do not hear from you in accordance with the "Notice of Rights." we will assume that you concur with the District's action. CERTIFICATE OF SERVICE I HEREBY CERTIFY that a "Notice of Rights" has been mailed to the Permittee (and the persons listed in the attached distribution E~t}-,o later than 5:00 p.m. on this 12th day of November. 2009, in accordance with Section 120.60(3). Florida8!91l:ftS~:/:.~;.;;p-' . . .' Y.:/..-.... ......:"...-..-..--.-------."..----..------...-------....-..-.. . BY' ........~-- . ,Rtc~jdt>:;: V~er6~~. _./-~ct-6~}XWc Regulatory Division / . /"C;fl'fiierCCounty Service Center Certifkd mail number 7008050000009951 6914 Page 1 of 6 -- .._~ NOTICE OF RIGHTS I,OA 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 PeUtion 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. \9 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. o Filings by facsimile must be transmitted to theSFWMD 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 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 petilions shall contain: lOA 1 Identification of the action being contesled, 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 substanlial 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 exisl, 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. StaL, 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 IDA Application No.: 090410-8 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. FAC. 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. 0881 B, incorporated by reference in Rule 40E-1.659, FAC. 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.lo0A 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, FAC., 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. FAC.. 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), FAC., 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 IDA Application No.: 090410-8 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, FAC.. 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. lOA Application No.: 090410-8 Page 5 of 6 SPECIAL CONDITIONS 1. The construction phase of this permit shall expire on November 12, 2014. 2. Operation of the surface water management system shall be the responsibility of COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS. 3. Discharge Facilities: Structure LCB-00-S0120 (Exhibit 2.0 page 54 of 62): 1-60 ft. WIDE SHARP CRESTED weir with crest at elev. 4.0 ft. NGVD 29. 1-5 ft. wide X 5 ft. high slide gate with invert at elev. -1.0 ft. NGVD 29. Receiving body: Lely Main Canal. Control elev : 4.0 feet NGVD. 4. The permittee shall be responsible for the correction of any erosion, shoaling or water quality problems that result from the construction or operation of the surface water management system. 5. Measures shall be taken during construction to insure that sedimentation and/or turbidity violations do not occur in the receiving water. 6. The District reserves the right to require that additional water quality treatment methods be incorporated into the drainage system if such measures are shown to be necessary. 7. 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 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. 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 necessalY, to eliminate the cause of the adverse impacts. 11. The permittee acknowledges, that pursuant to Rule 40E-4.101(2), FAC., 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 APP,icatiol.Q9Ao-8 Page 6 of6 SPECIAL CONDITIONS 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 Construction Pollution Prevention Plan and on the applicable approved construction drawings for the duration of the projects construction activities as indicated in Exhibit 3.0. 14. The Permittee shall utilize the criteria contained in the Urban Stormwater Management Program for post construction activities as indicated in Special Condition No. 24 in the previous permit (Permit No. 11- 01140-SI Application No. 980828-1). 15. 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. erp _staff_report. rdf lOA Last Date For Agency Action: December 7,2009 GENERAL ENVIRONMENTAL RESOURCE PERMIT STAFF REPORT Project Name: Lely Main Extension Lasip Improvements Permit No.: 11-01140-8 Application No.: 090410-8 Associated File: 090415-9 WU Concurrent Application Type: Environmental Resource (General Permit Modification) Location: Collier County, 819,201T508/R26E Permittee: Collier County Board Of County Commissioners Operating Entity: Collier County Board Of County Commissioners Project Area: 12.75 acres Project Land Use: Other Drainage Basin: WEST COLLIER Receiving Body: LEL Y MAIN CANAL Sub Basin: LEL Y CANAL Class: CLASS III Special Drainage District: NA Conservation Easement To District: No Sovereign Submerged Lands: No P.f(.'~J'!~I~e'~t;:...\. This application is a request for a General Permit Modification authorizing construction and operation of a surface water management system serving a 12.75 acre project known as Lely Main Extension LASIP Improvements with discharge to the Lely Main Canal. App.no. : 090410-8 Page 1 of 6 erp _staff_report. rdf lOA PROJECT EVALUATION: PR','i)ecT SITE\....c~...d~~~';..... ..:Cll..... ~9~~F~.~ The project site is located south of Rattlesnake Hammock Road between U.S. 41 and Augusta in Naples, Collier County, Florida. The Lely Main Canal consists of an existing 100 ft. wide drainage easement in the proximity of Lely Golf Estates residential subdivision. This canal is the main conveyance drainage system in Lely Canal Basin, ultimately discharging to an estuarine coastal zone along the intracoastal waterway adjacent to Dollar Bay and Rookery Bay via a spreader lake. A location map is attached as Exhibit 1.0. There are existing 48-inch CMP and 24-inch CMP pipes crossing the canal at Doral Circle, and a triple box culvert 7-ft by 2-ft at Rattlesnake Hammock Road. Vegetation along and adjacent to the canal drainage easement consists largely of mowed grass and landscaped trees (ranging from native trees including cabbage palms, slash pine, and cypress to nonnatives including invasive carrot wood, norfolk pine, and fig trees). Vegetation along the shallow edges of the waterway include hydrocotyle, Eleocharis, and various grasses. The proposed project is an element of the Lely Area Stormwater Improvement Project (LASIP, F.K.A. WMD6 Lely and Lely Manor) previously permitted for construction and operation under Application No. 980828-1. The LASIP is proposed by Collier County Government in order to improve the conveyance capabilities for the existing conveyance system and to enhance water quality of the existing linear canals within Lely Canal Basin. The LASIP drainage area (F.K.A. Water Management District # 6) experienced flooding pressures as development occurred In the area. The recommended alternative to mitigate the flooding hazard is described in the staff report for Permit No. 11-01140-S, Application No. 980828-1. Several modifications have been issued to authorized improvements to this system. On April 6, 2007, Permit No. 11-01140-S, Application No. 060921-13 authorized modifications of the Lely Branch Canal. In August 2007, a permit modification issued under Application No. 060817-8 authorized construction and operation of the previously authorized conceptual approval under Permit No. 11-01140-S, Application No. 980828-1 consisting of construction of canal, box culverts, and three control structures with associated maintenance road and side street drainage improvements within the right-of-way. In 2009, Application No. 080317-16 authorized the construction and operation of a 98.82 acre recreational development known as LASIP Mitigation Park, and Application No. 090312-18 authorized the construction of a triple 5-ft. by 8-ft. box culvert east of Station 101 +50 along a portion of the east/west Lely Main Canal to provide maintenance access to a sanitary pump station. f.t~6P()SED The applicant proposes the construction of a triple 4-ft. by 10-ft. box culvert and a LASIP weir (LCB-OO- S0120) at Doral Circle and improvements to approximately 5300 LF of eXisting canal located between Station 13+40.57 and Station 68+92.54 including extending by 20 LF the existing 24-inch RCP culvert, and removing the existing 48-inch CMP culvert at this location. The existing canal bottom width has been reduced to an average of 20-ft and the canal slopes have been revised and tie-ins to avoid a private water management berm that encroaches into the northern easement line from Station 52+20 to Station 62+20. This modification also includes the construction of three boat ramps (A, Band C) for maintenance purposes, 28 LF of 24-inch by 38-inch ERCP crossing culvert at Station 29+60, adding utility crossing details (two 8-inch HOPE DR-11 water main with 100 LF of 18-inch HOPE DR-11 casing, a 12-inch HOPE S011 force main with 99LF of 24-inch HOPE SDR-11 casing), and adding rip-rap between Stations 64+50 and 66+50, and between Stations 68+40 and 68+92.54. The existing triple box culvert 7- ft by 2-ft at Rattlesnake Hammock Road and the existing turnaround at Station 65+50 will be removed. App.no. : 090410-8 Page 2 of 6 erp _staff_report. rdf IDA This project also involves the construction of a maintenance travel-way with widths between 10 and 12 feet, and located between Station 12+00 to Station 68+92.54; however, some areas are off-set from this alignment due to easement constraints and an agreement with Royal Palm Country Club (RPCC). This maintenance travel-way will be relocated to utilize a portion of the existing cart path alignment along the golf course of the RPCC development, to avoid any work to the two existing lakes, and to eliminate the need for additional drainage structures. The maintenance pathways types consists of different materials as shown on Exhibit 2.0 page 4 of 62. The plan and profile, and details are attached as Exhibit 2.0. Based on an analysis completed by the applicant, these modifications are consistent with the LASIP plan approved in Application No. 980828-1. Discharge Rate : No adverse discharge impacts are anticipated as a result of the proposed project. Receiving Body: Basin Lely Main Extension Discharge Structures: Gates: Basin LEL Y MAIN EXTEN: Str.# Receiving Body _. ._. ._-~.. '" ..--- ...-----.-..-..-..-.. LCB-OO-SO Lely Main Canal Note: The units for all the elevation values of structures are ( ft, NGVD 29) Str# Count . - - --...-,.----...------ LCB-OO- 2 S0120 ...___.Il_P~_,_.., .,... ... Slide Gate ...~~~t~.. .~~i.~~~ ...'u 5' 5' Invert Elev. _.._... ._._-._'n_'....u..... .'. -1 Weirs: Basin .-------... LELY MAIN EXTENSION ..~t~..".".~U!!!._. '~~n _........!ype________,.__~~.~!.~_~.~.i~~!...~~~~!'!..., n!?..i~~....'_n.__ ._~J~y..:__ LCB-OO- 1 Sharp Crested 60' 4 (crest) 80120 W~ta~j~UAL.rtY : 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. .Uj..~;ts'~'u~s:. The project site does contain preferred habitat for wetland-dependent endangered or threatened wildlife species or species of special concern. Various wading bird species utilize the shallow 'mud flat' or "pond" areas adjacent to the canal. The main shallow areas can be seen on the aerial (plan sheet 2 of 70 submitted October 8, 2009) largely between stations 40+00-50+00. Observed species in October 2009 included limpkin, king fisher, osprey, little blue heron, white ibis, moorhen, great blue heron, and spotted sandpiper. Work proposed within the canal is not expected to remove these shallow littoral areas, and a majority of the habitat should remain once the project is complete and will continue to provide important foraging habitat for local bird populations. 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. App.no. : 090410-8 Page 3 of 6 erp _staff_report. rdf lOA C$iRfiFll~It".:4r;tQ'_H:t$N.GE' OF'TH-.aiW4'&R~A"'.Nl,$ff'S.M~ 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 (FAC.). 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) FAC. 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, FAC., 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. : 090410-8 Page 4 of 6 "" fJ_'''cllI_' "'fJUf 1.IUI IDA RELATED CONCERNS: Water Use Permit Status: The applicant has indicated that irrigation is not required for the proposed project. The applicant has indicated that dewatering is required for construction of this project. Dewatering application 090415-9 is being processed concurrently. This permit does not release the permittee from obtaining all necessary Water Use authorization(s) prior to the commencement of activities which will require such authorization, including construction dewatering and irrigation, unless the work qualifies for a No-Notice Short-Term Dewatering permit pursuant to Chapter 40E-20.302(3) or is exempt pursuant to Section 40E-2.051, FAC. CERP: The proposed project is not located within or adjacent to a Comprehensive Everglades Restoration Project component. Potable Water Supplier: N/A. Waste Water System/Supplier: N/A. Right-Of-Way Permit Status: A District Right-of-Way Permit is not required for this project. DRI Status: This project is not a DR!. 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 (Please see special condition 12). DCAlCZM Consistency Review: The District has not received a finding of inconsistency from the Florida Department of Environmental Protection or other commenting agencies regarding the provisions of the federal Coastal Zone Management Plan. Third Party Interest: No third party has contacted the District with concerns about this application. Enforcement: There has been no enforcement activity associated with this application. App.no. : 090410-8 Page 5 of 6 erp _staff _report.rdf STAFF REVIEW: DIVISION APPROVAL: App.no. : 090410-8 EMENT: Page 6 of 6 DATE: If 1/0/ e.J I I J DATE: 11,/1 (0) JOJA IDA SOUTH FLORIDA WATER MANAGEMENT DISTRICT ENVIRONMENTAL RESOURCE STANDARD GENERAL PERMIT NO. 11-01140-5 DATE ISSUED:November 12.2009 Form #0941 08/95 PERMITTEE: COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 PROJECT DESCRIPTION: This application is a request for a General Permit Modification authorizing construction and operation of a surface water management system serving a 12.75 acre project known as Lely Main Extension LASIP Improvements with discharge to the Lely Main Canal. PROJECT LOCATION: COLLIER COUNTY, SEC 19,20 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. 090410-8, dated Apri/10, 2009. This action is taken pursuant to Rule 40E-1.603 and Chapter 40E-40 , Florida Administrative Code (FAC.). 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 fited request for a Chaptet 120, Florida Statutes. administrative hearing. 2. the altached 19 General Condilions (See Pages: 2 - 4 of 6), 3. the altached 15 Special Conditions (See Pages: 5 - 6 of 6) and 4. the altached 3 Exhibit(s) Should you object to these conditions, please refer to the attached "Notice of Rights" which addresses the procedures to be followed if you desire a public hearing or other review of the proposed agency action. Please contact this office if you have any questions concerning this malter. If we do not hear from you in accordance with the "Notice of Rights," we will assume that you concur with the Districl'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..b. U~iO n liS. . later than 5:00 p.m. on this 12th day of November, 2009, in acco. .rdance with Section 120.60(3), Florid es. ,,/ . . - ~ /'/ - Page 1 of6 lOA NOTICE OF RIGHTS As required by Sections 120.569(1), and 120.60(3), Fla. Stat, following is notice of the opponunities which may be available for administrative hearing or judicial review when the substantial interests of aparty 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 shoner time periods apply: 1) within 14 days of the notice. of consolidated intent to grant or deny concurrenlly 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. SIaL "Receipt of wrilten notice of agency decision" means receipt of either written notice through mail, or electronic mail, or posting lhatlhe District has or intends to take final agency aclion, 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 Pelition 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 bye-mail will not be accepted. Any person wishing to receive a clerked copy' with the date and lime 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: 3 Filings by mail must be addressed to the Office of the SFWMD Clerk, PO. Box 24680, West Palm Beach, Florida 33416. III 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. III Filings by facsimile must be transmilled to the SFWMD Clerk's Office at (561) 682-6010. Pursuant to Subsections 28-106.104(7), (8) and (9), Fla. Admin. Code, a pany who files a document by facsimile represents that the original physically signed document will be retained by that pany for the duration of that proceeding and of any subsequent appeal or subsequent proceeding in that cause. Any party who eleds 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 shaH be the date the SFWMD Clerk receives the complete document. Rev. 07101/2009 lOA Initiation of an Administrati\le Hearing Pursuant to Rules 28-106,201 and 28-106.301, Fla. Admin, Code, initiation of an administrative heaflng shall be made by written petition tolhe SFWMDinlegible form and on 8 and 1/2 by 11 inch white paper, All petitions shall contain: 1, Identificalion 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 facl. If there are none, the petition must so indicate, 6. A co.ncise 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 pelition unlil 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. StaL, and Rules 28-106.111 and 28.106.401-,405, Fla. Admin. Code. The SFWMD is not proposing mediation for Ihis agency action under Section 120.573, Fla. Sta!., at this lime. RIGHT TO SEEK JUDICIAL REVIEW Pursuant to Sections 120:60(3) and 120.68, Fla. StaL, 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 adon. Rev, 07/01/2009 2 IDA Application No.: 090410-8 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, FAC. 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. 0881 B, incorporated by reference in Rule 40E-1.659, FAC. The statement of completion and certification shall be based on onsile 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 lOA Application No.: 090410-8 Page 3 of 6 GENERAL CONDITIONS 8. 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, FAC., 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. For those systems that will be operated or maintained by an entity that will require an easement or deed restriction in order to enableJhat entity to operate or maintain the system in conformance with this permit, SLJch 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 muhicipalentities, Pinal operation and maintenance documents must be receiVed by the District When maintenance and operatioH 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. 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. This permit does not eliminate the necessity to obtain any required federal, state, local and special district authori~atians prior to. the sta.rt 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 aLJthori~e any entrance LJpon or activities on property which is not owned or controlled by the permittee, or convey any rights or privileges othetthan those specified in the permit and Chapter 40E-4 or Chapter 40E-40, FAC.. 9. 10. 11. 12. The permittee is hereby advised thal 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 iease, 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. The permittee must obtain 8.Water Use permit prior to construction deWatering, unless the work qualifies for a general permit pursuant to Subsection 40E~20.302(3), FAC., also known as the "No Notice" Rule. 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 authori~ed by the permit. Any delineation of the extent of a wetland or other surface water submitted as part of the permit 13. 14. 15. Ji.O~:A' Application No.: 090410-8 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-1.61 05 alld 40E-1.61 07. F.A.C.. .he permittee transferrillg the permit shall remaillliable 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 llotice to the permittee, District authorized staff with proper identification shall have permission toellter, inspeGt, 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 lllJLa Jt~<<f 6 SPECIAL CONDITIONS 1. The construction phase of this permit shall expire on November 12, 2014. 2. Operation of the surface water management system shall be the responsibility of COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS. 3. Discharge Facilities: Str'ucture LCB-00-S0120 (Exhibit 2.0 page 54 of 62): 1-60 ft. WIDE SHARP CRESTED weir with crest at elev. 4.0 ft. NGVD 29. 1-5 ft. wide X 5 ft. high slide gate with invert at elev. -1.0 ft. NGVD 29. Receiving body: Lely Main Canal. Control elev: 4.0 feet NGVD. 4. The permittee shall be responsible for the correction of any erosion, shoaling or water' quality prOblems that result from the construction or operation of the surface water management system. 5. Measures shall be taken during construction to insure that sedimentation and/or turbidity violations do not occur in the receiving water. 6. The District reserves the right to require that additional water quality treatment methods be incorporated into the drainage system if such measures are shown to be necessary. 7. 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 shall be established 011 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 managemer')t 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), FAC., 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 .. -'-fOf-- Application No.: 090410-8 Page 6 of 6 SPECIAL CONDITIONS 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 Construction Pollution Prevention Plan and on the applicable approved construction drawings for the duration of the projects construction activities as indicated in Exhibit 3.0. 14. The Permittee shall utilize the criteria contained in the Urban Stormwater Management Program for post construction activities as indicated in Special Condition No. 24 in the previous permit (Permit No. 11- 01140-SI Application No. 980828-1). 15. 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. erp_stafCreport.rdf IDA Last Date For Agency Action: December 7,2009 GENERAL ENVIRONMENTAL RESOURCE PERMIT STAFF REPORT Project Name: Lely Main Extension Lasip Improvements Permit No.: 11-01140-S Application No.: 090410-8 Associated File: 09041S-9 WU Concurrent Application Type: Environmental Resource (General Permit Modification) Location: Collier County, S19,20ffSOS/R26E Permittee: Collier County Board Of County Commissioners Operating Entity: Collier County Board Of County Commissioners Project Area: 12.75 acres Project land Use: Other Drainage Basin: WEST COLLIER Receiving Body: LEL Y MAIN CANAL Sub Basin: LEL Y CANAL Class: CLASS III Special Drainage District: NA Conservation Easem~nt To District: No Sovereign Submerged Lands: No This application is a request for a General Permit Modification authorizing construction and operation of a surface water management system serving a 12.75 acre project known as Lely Main Extension LASIP Improvements with discharge to the Lely Main Canal. App.no. : 09041 D-8 Page 1 of 6 erp_stafCreport.rdf lOA ;..~ PROJECT EVALUATION: fiaQJECT .SlTE t1es~~pn(!)Ni.' The project site is located south of Rattlesnake Hammock Road between U.S. 41 and Augusta in Naples, Collier County, Florida. The Lely Main Canal consists of an existing 100 ft. wide drainage easement in the proximity of Lely Golf Estates residential subdivision. This canal is the main conveyance drainage system in Lely Canal Basin, ultimately discharging to an estuarine coastal zone along the intracoastal waterway adjacent to Dollar Bay and Rookery Bay via a spreader lake. A location map is attached as Exhibit 1.0. There are existing 48-inch CMP and 24-inch CMP pipes crossing the canal at Doral Circle, and a triple box culvert 7-ft by 2-ft at Rattlesnake Hammock Road. Vegetation along and adjacent to the canal drainage easement consists largely of mowed grass and landscaped trees (ranging from native trees including cabbage palms, slash pine, and cypress to nonnatives including invasive carrot wood, norfolk pine, and fig trees). Vegetation along the shallow edges of the waterway include hydrocotyle, Eleocharis, and various grasses. The proposed project is an element of the Lely Area Stormwater Improvement Project (LASIP, F.KA WMD6 Lely and Lely Manor) previously permitted for construction and operation under Application No. 980828-1. The LASIP is proposed by Collier County Government in order to improve the conveyance capabilities for the existing conveyance system and to enhance water quality of the existing linear canals within Lely Canal Basin. The LASIP drainage area (F.K.A. Water Management District # 6) experienced nooding pressures as development occurred in the area. The recommended alternative to mitigate the flooding hazard is described in the staff report for Permit No. 11-01140-S, Application No. 980828-1. Several modifications have been issued to authorized improvements to this system. On April 6, 2007, Permit No. 11-01140-S, Application No. 060921-13 authorized modifications of the Le/y Branch Canal. In August 2007, a permit modification issued under Application No. 060817-8 authorized construction and operation of the previously authorized conceptual approval under Permit No. 11-01140-S, Application No. 980828-1 consisting of construction of canal, box culverts, and three control structures with associated maintenance road and side street drainage improvements within the right-of-way. In 2009, Application No. 080317-16 authorized the construction and operation of a 98.82 acre recreational development known asLASIP Mitigation Park, and Application No. 090312-18 authorized the construction of a triple 5-ft. by 8-ft. box culvert east of Station 101+50 along a portion of the easlfwest Lely Main Can'3.1 to provide maintenance access to a sanitary pump station. PROPOSED PRO~ECT: .., The applicant proposes the construction of a triple 4-ft. by 10-ft. box culvert and a LASIP weir (LCB-OO- S0120) at Doral Circle and improvements to approximately 5300 LF of existing canal located between Station 13+40.57 and Station 68+92.54 including extending by 20 LF the existing 24-inch RCP culvert, and removing the existing 48-inch CMP culvert at this location. The existing canal bottom width has been reduced to an average of 20-ft and the canal slopes have been revised and tie-ins to avoid a private water management berm that encroaches into the northern easement line from Station 52+20 to Station 62+20. This modification also includes the construction of three boat ramps (A, B and C) for maintenance purposes, 28 LF of 24-inch by 38-inch ERCP crossing culvert at Station 29+60, adding utility crossing details (two 8-inch HOPE DR-11 water main with 100 LF of 18-inch HOPE DR-11 casing, a 12-inch HOPE SD11 force main with 99LF of 24-inch HOPE SDR-11 casing), and adding rip-rap between Stations 64+50 and 66+50, and between Stations 68+40 and 68+92.54. The existing triple box culvert 7- ft by 2-ft at Rattlesnake Hammock Road and the existing turnaround at Station 65+50 will be removed. App.no.: 090410-8 Page 2 of 6 erp _staff _report.rdf IDA This project also involves the construction of a maintenance travel-way with widths between 10 and 12 feet, and located between Station 12+00 to Station 68+92.54; however, some areas are off-set from this alignment due to easement constraints and an agreement with Royal Palm Country Club (RPCC). This maintenance travel-way will be relocated to utilize a portion of the existing cart path alignment atong the golf course of the RPCC development, to avoid any work to the two existing lakes, and to eliminate the need for additional drainage structures. The maintenance pathways types consists of different materials as shown on Exhibit 2.0 page 4 of 62. The plan and profile, and details are attached as Exhibit 2.0. Based on an analysis completed by the applicant, these modifications are consistent with the LASIP plan approved in Application No. 980828-1. WAl'erfQUANTITY : Discharge Rate: No adverse discharge impacts are anticipated as a result of the proposed project. Receiving Body: Basin Lely Main Extension Discharge Structures: Gates: Basin LEL Y MAIN EXTEN~ 8tr.# Receiving Body LCB-OO-SO Lely Main Canal Note: The units for all the elevation values of structures are ( ft, NGVD 29) Str# LCB-OO- S0120 Count 2 Type Siide Gate Width 5' Hei~ht 5' Invert Elev. -1 Weirs: Basin . - - -.-- . LELY MAIN EXTENSION Str# LCB-OO- S0120 Count 1 . Type Sharp Cresled ... ._"-"i~th Hei~ht .~~~gth 60' Dia. Elev. 4 (crest) WATER; QUALITY : An Urban Stormwater Management Program and Storm Water Pollution Prevenlion 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. WildlifE!fssues: The project site does contain preferred habitat for wetland-dependent endangered or threatened wildlife species or species of special concem. Various wading bird species utilize the shallow 'mud flat' or "pond" areas adjacent to the canal. The main shallow areas can be seen on the aerial (plan sheet 2 of 70 submitted October 8, 2009) largely between stations 40+00-50+00. Observed species in October 2009 included limpkin, king fisher, osprey, little blue heron, white ibis, moorhen, great blue heron, and spotted sandpiper. Work proposed within the canal is not expected to remove these shallow littoral areas, and a majority of the habitat should remain once the project is complete and will continue to provide important foraging habitat for local bird populations. 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. App.no. : 090410-8 Page 3 of 6 erp _staff Jeport.rdf IDA e-em,-iiIM""~.!A.W;.~N~N~~~:'Qf:itii:lewA~rii;w.....ltR;tSCli.Efri'.d~EIi.: }~}";~l,,., ,-' '_',.~J~:",:, ,,~/lJttM,f'J-('~iJ;,__ .:<,~~-,.".,,,...----,::~~t,-,,,,-,-,,-Y;';S-~'I.~~'~~J,, ., '~j,?_q;.", .' : ,._~~, 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), Flotida Administrative Code (FAC.), Pursuant to Chapter 40E-4 FAC., 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) FAC, 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 perrnitted with an operating entity who is different from the permittee, it should be noted that until the permit is transfem:ld to the operating entity pursuant to Rule 40E-1,6107, FAC., 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 trow capacity is compromised, flOOding of the project may result. Maintenance of the SWMsystern 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 qualify purposes. If deficiencies are found, it is the responsibility of the permittee to correct these deficiencies in a timely manner. App.no. : 090410-8 Page 4 of 6 erp _stafCreport.rdf 1 0.. ft\ .j'<\ RELATED CONCERNS: Water Use Permit Status: The applicant has indicated that irrigation is not required for the proposed project. The applicant h~s indicated that deWatering is required for construction of this project. Dewatering application 090415-9 is being processed concuttently. This permit does not telease the p~rmittee froin obtaining all necessary Water Use authorization(s) prior to the commencement of activities which will tequire such authorization, including construction dewatering and irrigation, unless the work qualifies fot a No-Notice Short~Term Dewatering permit putsuant to Chapter 40E-20.302(3) or is exempt pursuant to Section 40E-2.051, FAC. CERP: The proposed project is not located within or adjacent to a Comprehensive Everglades Restoration Project compcment. Potable Water Supplier: N/A. Waste Water System/Supplier: N/A. Right-Ot-Way Permit Status: A District Right~of-Way Permit is not required for this project. DRI Status: This project is not a DR!. Historical/Archeological Resources: No information has been received that indicates the presence of archaeological or historical resources or that the proposed activities could causeadvetse 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 (Please see special condition 12). DCA/CZM COrlsistency Review: The District has not received a finding of inconsistency from the Florida Department of Environmental Protection or other commenting agencies regarding the provisions of the federal Coastal Zone Management Plan. Third Party Interest: No third party has contacted the District with concerns about this application. Enforcement: There has been no enforcement activity associated with this application. App.no. : 090410-8 Page 5 of 6 erp_SlafCreport.rdf STAFF REVIEW: DIVISION APPROVAL: ~L SURFAC App.no. : 090410-8 DATE: If 1/0/69 I DATE: Il/'i ~) Page 6 of 6 lOA <: <::) "-0 CI) <: ~~ ~ ~~ e ~ ~ I~i Illio Ai : ~ ~ ~ ~ ~ Ai ~ e ~= ~:J I:t.:j-l ~8 I e:: CI) ~ ~--~ Q.'.~ ,?, Ii: ~~,l!~ ~f ous~,w ,; t&._ ...~~~~~ fl ~l:l-~~~ ~.~~t;.I~~ Q. ~i1Ie~3 ~ 3~q:;;:O:I' 0.. h~';ui" tJl ~~_"~~*Ii ZU ~ ;;;,...... ,j ~z;:izJ-j ll. ~~g'" ;:;1 I :;; ~l l__J ~t..,....;;;. i . .;. . ''4 ...-.....--.--...'.. o N oll ~ ~~ e- u w ... o OG "- 1<- o a ~ <( u o .... v} 6:: u -:r <'J 2",2 o Z .. j:: 3: Cl: <'>0 :;: - , j j .,- .........::::-,;.. 1... .il j .. ~ iii I ~ ~ ~ ;:!j pll~ ii:i a:l:(.~" !(( fl~1 H :U. ~,,, Ie lib a. .. 1 l:! ~hl a. ! Jf~ ~ .t l' ~ : U'Jl lit g ~ ~ g ~ ;;! o o(!!l Q 0( ~ '!Gl ..~:> t 8~~~~gg~~~~~~ ~ 3fljl5~I;;Fe~~t5~~ ;;ii r.~...f~~~5U;:: UQ '" CC(:SDC-<"'''2: .-':l~ >-> Ii ~_"'\'!z...."lJi!<<",,!::!:: ~I ~ e~~~~a~~e8~~gg ""I z~~...ol ~2 ~ -.......'t;~O;:;9.,... ~ Q ......~...;j .Y'. '- ~ i c- Il~1 ~ w ... ~ ~~~<~ ~ I \1 "I OJ " g:j ~ t\ I I Imf Ui I ,.~."""3J I ! !",~ I i L71. I LJ_PI i ~i '& ~ ~ ,r it or ; ~i'5?~e [] D r _m 251 D _ J ~ '" 0:: tLI a v; (j) ~ (f) " 5ij~W~~~; a~~~o~~fi w ~ ~:t~g~, >- S:llb '" E- (... w,........."'\ti z t ". I ~ '-*J ;::l _N~~"" () o ~t;t!ur,t u ,"~i"i~~ ~ ~. 8.lS6:~~ ~ o 8DOGOif 0:: It <( o c:l .. . lot ~ ~'IIl! tG~Q ~~I'" ~~~~ ollh ~1Il it ~~5~ ~!;:8 ;lli !~..e ;:il;;S ~~~p '1("",,,,8 ~ " .... f:wu l-~!: ... :e~ ~~~ ~:I& au"" ~!t5 ...... :!ia ~~~ itSz '" ....'" :it Qa... M ~ .... li~: o ; .~ .-f~ I::: !'~l' :0 i :t ; !G..J. j~ I ~ -.oj . ~ IDA a:> I o ~ "'" o 0) o o Z OCN .0..... ~+=-O ~~~ :9=(1) .c a. Ol Xa.ro lJJ<(Q. __z~ r........tfi1I. ~ ~ i , < ~ ~ "''' ~~~._:;~=~ !~~;~~~~ <6 '"' t\o q . '. I 9 ~ ~ ~ It ~-Q: \~ "I ~ ::l ~ ae~.;;~ti~~ :2S~~~~:2:2 : t .. a . '. J ~ I . lOA i'l . co I o ....... -.;t o (J) o o z oc::~ .-:20 _ro("l iigm :c 8: g' ~<{n. I 'l!~ % ~!;rI-U ~~ 0 &!~!~ ~~ ~ii~ i~ ~oi 'i~!i ~~~ ':Ii ~Il: ! ~~ ,~u !! ~o~ ~..:! SiS ~w Ei~ ~ !~ ~~~ i~ ~Uj ? : ~~ <f~ ~~ a~~ ~ e s~ ~~~ Ilt i~i - i;~ '!3~t~ ~.:(~ ; g ~i ~;; la ~~~ ~~ ~ ~e~ ~5~ ~E ~~~ ~w i ~~w ~~a ~a .!~ ~~ ~ ~~: ~~& ~~ ~~o ;~ ~ i~1 II~~ ~~ !;~ !~ ~::<tll :S:b~:" ~!d ;E!~ -- a ii: .~o~ ~~ t~~ ~~ ! l~~ !;I~ ;~ h~~ ~~ ~ ~~~ Ilu~ t~ w~~; ~!i ~ ~~1 ~~~! ~~ ~w~~ ~u C wU~ ~~~~ ~2 u~.u ~ ; i ~.~ ~u~~ ~~~~~~~ ~d 111lI':S 1'\1 ~w_ - .. i~~lI'i;~ ~i_!!~~; d~~~~t ,..1>>"",4.; ~~~lt~~~~ ~f"~~~:~ ~;!!In;~ II'I:S"-xl!.~ .il._~~9~_ zv1lJ ~:.t"l: ii1Jdi~i ,C.:'w':!:'~~ !4'~~~~~ -- '~I . lJ*'~ J'~o tr.~ t:.1 oc..... !~!:l~wi'8 u-~~J.h ~!:g~,~~~ a . i 4 ~ ~ 't ;o~- ~ <l:t~a eI ~ o~U% 'i :;,...:si ~ Il~ ~ lie; i i~ j :;:~ ! i! ~ ii:i_ ~s ~:t' ! !!€~ ~~. 2g _ .-~I 611~! i :g~~ i~~;; :: i~:S:S. !~ ii ~ ~.!i1~:8~ ..~ ~ "'ii$n Il~ .~~ ~ J:!~i I; h~ ~ l~~~~ ~! 1~~ t 1Il!~:S; i:;; ll~~ ;l; -v~.> -il ".':1 ~< :i~:f ~.. :~.r ~ ~f~~< ~~ ~I'~ i !I''''''l'1\ !I'~ ... g i:l -~l!!-f - < ~ << ~ ~ !? ~ o~ ! ~ ~;~ ~~~ i! x~I;~ ~ii a ~ ~ i$' 1 - - - i'1~ ii- ~~. .~~ ,,~ ~~'S' I;'F. !l;, l[tl:l i.:.t o.=. ~U .1w ;! .w3 3~i1I - ~;!t~ u.~ i~ ~~i ~~l~ ~~ .'" ~t.~ wiiI 5"'t ";1:'\<< ,,'f>" ~ll)l"'o I ~~b ~H: iJ llj~; l!?~1l IS.:! ~~~; ~I:~ ~i~ >I:il'i~ ~. ,z~~ ~'ig ~~'!If,O: _ otJ UM- ;ggJ~ e;;~~ ~Ilt ,.; ~ ~ ~ '1! . II g !d ~t, Q~S~ ~.I!! l!~ll~ ~U! li~~g .Ii~~: ~:;~~~ ...~~,.): .lil~ ~~~~~ lt~I~l'l _..a~ ~e ~. nl~3 3:elllg. ~~~i~ rr:"'&~~ ~i~!~ ;:~~i~ 2 ;- ~ b' ~creg ~cg:'i .i:!~f iill!'.'" )oo-lJllol !!ol.W in~ ~~i~. ~~~.~ ~::ii~ ::~!l~ ~3<.:l ~s!l' -f IS ~ ~~a ~.t.~ 't. ;;...'~b~ -...:s~! h~j~ ii:!ie;"a ~H~. i 30UW ~ i~~1 ~ll!;gu N .j ~~.Ht;g.,~ ~i:~~ a~ ~ ~ii~t~~ ~=-~~~...~ ~ ~ . .''S' g 19 ~ ~)o :; ."~ . p~ ~ ~ t(~sVv ~ ;;~~~~l ~):~w8"'~~ ~gH:~~~ ~UUJ~~ _':II u 0 16 W 3... t$ ,,< i~ -~~ 5~!" 6egW "ii"'~ ~-~: .....ciiS. 11:)::;')- l!... <t- .:ll~ ~I~~ :!1Il1cs ~:j~~ 1B~~~ ii"litr, ~fde ~~i~ a:;..,l; ieil:' r..c",,~ dG8 s!s' i;i! .......wz '.: r ~ ~~ i ~e ;; ~g o. ~g ~~ <3 ~~ n Iil~ ~o ,:j~ f~ ~~ ;:;'11 lo'~ 0.: Wv i5.. ~~ ~ji !Ii i~~~1 o~. uti ~~IQ .is;;; ~~~ ~: a~i ~~* ~i~ \1~; 'i':;!l a~n ~!~ 't~~ w.~~ 5i~ ~i~ ~8:; w" ! g~i s ~ ~ e ;~~~~ ~ i. ~.... ~! l/l\;'ec.!l ~ - d ~ t =~I~IlI; '! :r J)! . ~~~ 'l1"..'.. w U it:.!? ~;!: i~!U ~ i ~ ~ ! ~ .11~""!f?, ~ _ ~ tI !~6l'" :;;:e - ~ ... n 2i~~d ~a j ~ ~ ~ ~ lwij'l~ ~)o , VI>- ~~, i Q.~h2. :(1 !~ i;t~'~ -J ~liJ It~.lo ~'S' .. ua~lv I :!l flil~~. . ~.~ ~v ga~~A. %~ U w.. ~i ~~ 101" ~~.. ~gu" ~~ ~s ~il€ ~@ f ~ u2.<e C. ffi hl"'~U6 ~G J~ ~;~i~ !~ Ii !:;~;~ ~~ ~~ c~l~= 1~ 52 !~u*^~ gl ~ ~o S ~~ -~ ~~~~~~ ~~ f ~~.~i ~~ ~i 8S~;~~ ~~ ~~ ~I.~~ ~- ~~ ~o _~ ~~~j~ ~~ ~~ ~~UQ~~ ~~ .~~~ Ja~~~ v~ _3 ~3 S~~ 1:: ~ ~ ~ N ;1; ~. !~ e !:I ~~~ ,. i ~ 3"'~'t ~ Si :;", 5._ ~~ll ~ ~ g~.1 ~;S;i f ~ 8: ~ 5~i!>- 't ~ ':i~ ~ 51_~:r! oc au 1 ;.J~~~ ~ ~ I;! h;l i~ ~i g~ 'i ~~j! .! ~~ ii ~~ ~i~~ ~~ gi ~~ ;e ;ji~~ ~~ ~o ~::l g::: "B~tl ~g ::li1! ~~ ' ~<>~'f ~g ~~ ~; ~, 1lI1 ., "ill i)~ ,1\ IS lOa ,iI. f-; ~i rs; ~~ !l~ '5 Uil -I ell;' uZ"'. ';I.. ;;;;' ~: .c<~~ Qi 0':;' l.> ..~ ~~~~ ~~ ~3 ~i ~~ "~!t~ ~~ 80 :.~ ~.~f ~~~~ ~~ .:>1 ~~ -~ '^ ..Ii ,.: a:l ~~ j~! ~i~ tl~i 11l$'o o I:~ 11lI~~ ~ ii~i1 ill Ii!ll~ ~ ~::.f ili ~~i i p~ - ~'iI l: ~e~ ! ii: ~ ~ng ; ~i~5 t <"n oJ, ~ :;;; ~ ~> j~~i iollllll :rr~ 5J,,; :~311 i;J!I !!U i...~~ "IV....... ~iiia :Ji~~ ~i~u ~:lti~ i~~~~ ~~~g~ !~~li ~..,lS~ w.,~ :t~:~E ~ ~~ 5 ~~ h "ill ~ fW. ....a 0.01 'f)" lI~Ga i9 ~~ ....'s' g:~ g';<J ~'r ~: 'H'~~ ij ~i ~~ ~~;~ I~ 2~ ~'~ .:if1~ ~. ~~ ~~ ~~~~ ii ~. aa ~~U ~; Ii Ii ~~~i1 ~:i :t~~ U' ~~a:c g;;! ~Uh $:5 ~lSillw ,,& fh~ ..<< i8i( ,~8 ~;~ ~, _~':i 2 ll$ ;~; ~l!! 'f;t~ = ills ~~.. zlit g..lIo .~ 1...... ~l..,. u~3; ~~ ...,~~ II lVlh ~... ~~. ~o ,'i!u~ ~!l .;~ ii'~ wr,h ~~- ~..L:-: "'Vl liIu (II -0- ~{! il'it~~ to c. ~~~ ~a i~,g 5~ !~t l?: ~ ~3i <<~ ~'!3 "l-" > J.tj :is: u1 ~ I ~llr. .:i,~ ~~~ ;!JsS ~ :;J ~j; ~~~ iii,,~ ~~.~ ~.a ~';(i ill" ilJil' il.~ ~;/3 ;;~ 1 t &M .!i~~ !I:~~ )its... t1'CA~ E~~ ,&1' a- ..~Jii!l u-~ Itn(,ld-' ~~~ lj1tl~ ~::!g 15"'.... ~::l~ 'N ttl!' U~ ~~~~ $SB I~r~ ~"'GI: i....'" u~@ .w~lII :l:Su ti5i :; :l 3 Z ~!~ .~ ~~E~ ~~i o.....~ .... ~ '-'IMJ., r21 $-h'" i; ~1i~ilI l:j~ ~i: 'r 10 :i.f.~i !~ ~-"f ll~ iib ~~ Q.~}rti is ~~h ~~ ~ar~ ~~ ;~ji i~ S~3~ ~~ ~~~; ~~ t ~~ ~t: HUf ~o ~~:r; ~~;s E~b~ M38 '" ~ i i h II ~ ~C) a I ~~ ~ I ~~ l~ l~ . ~ ~ ~ 3 ti>tI J i~!in ~ ~ " ~ ~ ~ I w ~ lOA j;,It, co I o T"" "<t o 0> o o ZN oc(D N20 ;!:~T"" :9=()} ..c 0. OJ X 0. III w<(a. MlM J:]V,"VMO H!OOS lSIX] I > ~ ~ OW ;J ~ig i::: ~ " > II ~ b I .., tIj ~ ~, ~ ~ ;j ~ ~ ~, -~- C <II :31 g: 8' ~I I MI. Y.lVNS- Jl_ H.LtK)N 1 DC] . ... .. fill! "'0 8,J 8 .., . =..l~~~o~~ ._'.._ 'u. """"""H ]lfY"",:nll VM ,. oos .. n II 2 ; ~ "' \ "!it I , "'.. \ -l!! \ '.. QO$ > ~ "'Ed ~Rl!! >"'0 .., ) <II ~E~ !Sed:! !i"'~ e;li!~ i(o.... ........<11 E~~ ;j~~ ~~U1 ~~~ i~ ~o "'11' 0:1 E;;; ",.. Ro WCo !~ 2 "'... !!!d /j0 MI. J:l"NlYllO HlOOS lSIX] -"1"-1' ~r~. . -f::~""<<- ; ,.:'i II ~I ? g ~ o... I , -I!! I I \ , ~ 1~ i::: ;13 ~ ~:< tIj ",t; ~ ~~ ~ ~~ c ~~ g: '" > !::I "'g.... h~ ~ ~i ~I ~! ill :3 ~l <II ~:i ~:-~ > .,nO NO. ~ ~I?d ~~l!! a i "".. J:lVN.....O t O ] -1" ...- .-..- HUI 1'I1SJX ~I ~ f!~ ~ Bga ~ "",,,,J.. .M\~~..__.. .', 'OH Jl.JVW1t11",H JWNS.21.11 Vl:i o 2 :> o 5 ~ .. :> :( z ~o~ ~i-~ d~ tilrf5 wo.... Will'" Ea~ ;;;~li\ .....", 15'i!'" "'-5 ) ".. QO$ d> I!! g )1. ( ~..2 i .., ~ eo ; ~ ~~~~ ;.:l!.-;!l: "l~;' ti!l:~~ <5~ol... ~~o~ ?~~a ,.~ i ~ I! ' . ~~ ~~ <:~ (l;~ ~~ r:: ;;j ita 1 ;~~ 1 f ~t, : . i ~Z ~~ \.~:. ...... :o"~." . A~:;~? . mil; "0 ;i:. .2.. rill . .)~t ;\,~.; I 'fb" u : ~ III a '" ~ :;J <'~ :1;0 uil' !;l;! :5i~ Ro "'Co ~t ei. ! ~2h gi i . a f IDA co I o ..- '<t o 0> o o ZN acID N~O ~~N :9=ID ..co-a> x 0- lIJ W<(G. ..: .:~ iof~ ~. W '" <>'" ~:> :;;8 Bg ~ 5 ~ ; / .v~ 3!l~"V~Q I1lnos iSot] -Ti- , ~!;!! I' "0=0 rl>- ... I ~ ,. ~ ~ ~ I ~ a ~ ,! ~ ~ is ~ ~ ii: :; I ~ :!S 0 ., ~ ~ > od I~g ~ \ , ~~~ f.; J ~~ tl II' I I illg~ l >8~ ,"'a I I f .v~~~"lY~Q -,u ..J_.._: HJ.~iSot] . !J ::". '"'' ~g Be =.J.':~l)..,,~~.._..I- "OY x;..ou""V'" ..I~YN:IIJ1l1Y~ ~ z ,;/(; ~~ ~~ z ~lll ><0 we '3 """Q iS~] 'dO~d ----r'-'- '" ~~ .co 0..... Ole f1!!! ~~ M/~ ~~"lY~ l~. g i iS~] iSIX3 -"--r- > ~~ ~ B ~ ~ ~ ~ g ~ ~ ~ ;;,. oll! U u <>~ ~g 5 ! .. <> t .. i? '" z / N e '- )0 ~w tln 13~ ~ .~ ~ ~e .. l! ~ts -trCX1S \ \ ,. ~ I ~i ~ .. lj '" ~ o ~ :::I~j ~ il~ ~ :::g~ ~Sl'" "!;Ig I I ",jioz l ~ e;g~ ' M/~ ~~NlVijQ _.._ ,_:: EI,llI_n_ I iSlOt iSot) ~ 5 u '" R i ~ ~ ; Ih ~o ! ~5t :it! ~ ,.:S l~ t'O; ~'lI uf ,,2 z" till! XO Wt; ~t dB! ~1!!h ar ,;, I' " IDA co , o .... -:t o 0) o c:i ZN oe<D C'iS'O ~~("') :9=(1) .cQ.0l XQ.lU w<(Q. lOA co . a ..- ~ ~ i '<t g 1.1~1~ i' . a i ~ ~ 0> eo; llS- ~ 'J l~ "i ,! g a ! ~- h V :!llij:: "~ ~ ~ I Ih 0 ~ i! ~ 'H' II ~ ZN ~ ~~ I I rU' ~ n acID (/) ~ .... bl- Il 1 'i ~I a II .0- -' I ~ ;1 ~ct ; i I N:i:'O C( ~ ~d 11~.l . ~a ~ ~\U"<t .... ,g,g(1) W ~ n f!l z ~I ~~ 0 j;..; i ~ .1 ~ I I tll 3 ~ .c 0- OJ ?i: III '" xo-\u 3: I fib:I1I ~~i ~~i ~ W<(Q. ~ W h t1fJl: <i! l!I'" ~ !if I ~(),~ a.~~ ....1 ;!: I tn.,:i glii_ ~~lf '\ WI ~ t;. o. i ~ z ~ ~ W " ~ ! ~ .... !~ i!: - .... z ... e ~ ~ " " ~ ' .. ..; t ~~ ... ~ ~I ~ ~ i .Ix i:! ' I~ i ~ i I- " ~~~ ~ i I ~ i! I IIi L"~ T "- ~~ U /5"' ~aI ~~ ~ -,I ~ - ~I ~ ~ i ~iJ z!%"~ ~: I lfi ! wi 3 " ~I ~ -' < I- W o ~ ~ I ~lsl ~i I ~ l ~ ~ g It g: (f) .. j ~I!I i~ ~,.: ~~ ~r 0": ~l'/ -w . ! 11; , ...... .... 0 " ~ ......__.....~I.~.." ~ . -L-l ilu ~I ~e I~ i~U II~ L , ',4~ "- ~ ~ '>- ,-,I .... @~' ::I .r . .i~.~ . ; w~Jt...J)O. I . d:i'~i '- f? ~a ""'h,","~_ -r ,.~ < ~~ i!\:I " i~ ;; :,.. '1<li ~ ~:~ ~ , ,.~ ;,; -",,- .. ~ " < g ~ ~! ~ ~~ '< ,," i!'@ "'Ii! ! ~t: .. ge ~ S' 'I .l- ""- - - \' ;;i~ ~... ~ tSl ~ ,'. : :_~~:--~~~~~,.' .':'V',.. l'. .. . If'f ~ ~',.~ . ~ to.: " of. ...~~;;.~..f) ~ ~ g~\~,~ . '>-, ~ ~ ~ ..~di~:1 ..... <: f..J e~!li_ ~- " :ce. tj..... '., : ~~~ ~",,'l" e-.;....tI) .. ;s~~ :"'<19 tl)Q:l~ I 'y ;' (-<J " '~,:Yo/. 'A'f. ":~v-? y.. - '.............~<.!' ~ ,- , " , ~t-o ... ~,~o" ">" "'-', D <9 _~~ '-. '{2:~.~'~~~.,,-.... ." '../r~:"~,:,~"'o. ~ ". .: ,> '. . ;u,"-." '-- , Q'o " --.....:.. ',"." , ~ ~<X . . '~,-' "'" <:.' " :'9, '~L '....~~Ot)1 g'~...... ....... .....".... . I \ ~. I ;." I"'" ~ ~ V ~ ....... ... " '" 1- ~ I'. 10 --=:;0- Z--eo!!f , ~ ".I.,1IIP'" . '<;. I j J u ill l 5 . 0 <= IS ~ ~ ~ II. ~ u x'" o. g; ~i:: ~cl \ :} Gi;~ ~ "'~ ~.t7t;1:; J rXi'{.. >:II ~ ~ ~- !l. ~ ~- " ~ lllll ;;~ d :":il e~ h "'.. ..,,/,J ,; ~ ~~ ~~ III!I ~., HH:r!H.",'ljH~~ ~ / ~ ~j ,.,. ., L. I w .. a IDA co , o ...- v o 0) o o Z'" oc<D NBc ~~lO B:::::cu .cue> xu(O W<(CL ___Z--<!!!!!!!l "'.~.'''''.'~ . '-'J I"lSJ NJ\fiKI .OC! aN.c ';'.'(3 ..; r---- .O';--r--- .O!. l (KHZ'VJ.S VN ill ~ ~u ~ ~1 g ~~ ~ J ~ t w 5 .6 " ~ " :~ ~ ,,:.. 1jl} ~; ... i l~ ';t ., dii ... z :l ~ , ~ , :tr- 'I ~~ ~ v, :'5' ~ 8:E. . ~ ". z '., ... ,~ ~~ ~" ~d , I!i ~l ,. ~i@iy l:l ? W 1(" ..' :;j~~~" : Ji ~ ~...- T ~ I OJ ,- t wi : .;) ~~ ";' l'g... -:" . ~ 'Ii " ' It' : ~ol ~: " ,;!, ~ ij I 0>+>1 "V.lS3N17H:J.J. '" ~ I i ~ ~ '. II i lli~ ~~ ~! ~ , , , , , I ! I , I :! i ~ ! ~.. . is nli 16 ~I. I ~ 1 ..... ! ! ;:r:'~:":~__ "1 'f .. .. r t' 1 0 A~! ro I o ..... -.r o Ol o c:i Z'" oe<O N2'O :!:::!~<O :9=0) .s::Q.cn )( Q. ro UJ<(Q.. --z-= - HVS3 Iv ,/:to .c;,l. alv..':X3- r .O~ T .r)~ -i O~+9~ 'V 15 'fJNl7K)J. VJ1( . ,1/1I f".I:J1W':K ' ~ "' ~ c ..." " l$::: g ...'" '" ~~ ~ ." "!s! iO " p ~ ...... ... ~~ g ~~ ~ ~~ ~ - '" 1lI ~ ..." g tt~ I '" "'~ '" :a~ . ~ ~~ I ;:: I ~ I ~ ~ r 14- I 'i, ~ I 8""-~ !~. i~U !~ , ~ : \ t ~ :: ~/ ii jig'. i '. . 1M V ;r I l! I, e i!i 0: I .. '-i ...J .. '" " i " .~=m.'~. 'C~l\' "-:'",-_3.'-1 II d ~I~~ I ~~ ~~ ~ ~ ti I~ < "' ~ ~~ z' 'CIl~ ~.n~ i5 >In ~d~ , ."g Vie lii ae ... // / ~ : i5 ~ ~ .. a:i ti> ~d ...... --;:!'" '.f ij 'i/~ :x~ ~lt st ,,- ."3 ~- .' ; .1..... . ~ '" ~.~...-- .. ';/ ::; ~ ~ '8 i. r ! I i: i. I ~~.! : ~a II I 8~i j ~ ! ~l :~ It: 'I;; ~.' w' ~' [~ , I I ~ I I i . & , lOA co , o ..... '<;t o (1) o o ZN oc(!) <'i2o ~~I'-- :9=<D .c a. Ol x a. l1:l W<(G. ----:z.~ ~;'~ s I " '<-fk1 ~ ----- ~ '!l <l ~ i!' .. g ~ I \ i --""-~~ -~-...------- . !! <:l ~ ~ a ... r /rA/H 't..J!~t;Ja .00t :';"1 -:.'..\ J - I JY T .0'. 1 (}()+Zf 'V.lS fINl7H:ll VW .t::A., '61. :a ~ ~; ci: ,. \ ~ gl . ~ -< ~I ~I " __ I '!J .. '" '" ~ . a !! iJ ~ ~ " " ~ ~ ~ 2 R I ~ ~ ~ '3 I , I ! :. t:;;t I ~~ V I ,2 It '1 .I 8 . '" '1 i~ .J ..~ ~~ ~i !~ ",i ~~ ~a a! g ,.~ ~ ,f .. / '( I , , !.~ / ilL! 'I I w . 0 2i t ~4 ...: =y 1 L ~ ~--rJ ~..., :~~Y' ~)} Vf~""'- r I ~ j ~ .,., ~~ d '2 ::-~ .~ a>: t!: ::::1 _: ~ ~~ ", t'J' 8:$ 8 s'i pi of ... ..." ~~ / g c~ . a () .< , a / -< .. 1i .\t ~ j II '/ '\ '" ~~S f I j- ! I ~ ~ah I i ~Ii ;;;TJ:!..$ I~ j fS.,.lil I 21 I : 5 - gE ~ ~~ ~ ~~ <l\ ! , ,", :~ #: ... ~$ . ~-~ ';1.0( <j " ~ ! :1 1:<.:." ;- I I I t I 1/ J ~ ~ I ~ I ! O~+9Z "V.lS BN!71-J:J.LVW is I I~ ~ '1 ..~~ li-- . , " "'''~~~~~ ---1-- .-A+- ---- U fI co I o ..- 'o:t o (J) o o ZN oe<O NEe ~~co :9=11) .c 0. 0> xo.ro W<(Q.. ~Z--= ~---, -=,.'ll',-,' _ , ~ I ~ :ll ~ ~ 0( 1:-.)' l a- , i: ! i ~ 0( " ~ r:l ,.. , 2: .....::..:.:..~J~ ~ 1 - M./~ !>HYO ,DOl :Jt..,l ;;" ; -i ["--09 --I-"~ -j O>+LE "Y.LS ElN/7H:J.J. V11I' I ~I ~ .... ;; I ;; ~ f! J. I ., 8 .. ~l ~ ~ I :f I'''' ~ 18 ~,; 0. t: 5' ~I ~I ~l :>, ~; I ~ I .., 1 :<" I . , I , I :1 i I " b ' I , I , I , I ~ II 'i o ~ ~l ..J '" k"i ;:) ~ , , ;--~ I .......- -.. ._.....i. 3. ,", , ~ , i I 0: ~ .'/;"/ Y . ..~ i ~ ~" I ... l ~ " '" ~ 2 I I!! ... I <:I " ~ 8 ~ . ~ '!;! , ., I ., . '-'( --? I: ~ ", l " . .' J -;l, ""'<Ill to.I i,~1 i :} r 3 i : g l: " "- 8 " " --' ~ , 0 -' z ~ :; . ~ , 0 h ~ ~ , ~<' ,..0 d 0(- ,.. ..~ v' i!; 11'1 ~ ilj~ if.6 ~~ 3 :'Je ~ ~ i :: ~ i i ~ " 't lOA ex) I o r- ..". o (J) o o ZN oeCO C'i2'O ~~(J) -O.~ Q) :Ea.tJ) xa.ro W<(Q.. .......o;;a-z ~ r--.o.~ -M/iI 'mi:JO ,Je,. Qt<..;,,Y ,- ,-.0<; .O~-i (1(}+€" 'V.LS :iINI71I:J.J. YJV i-- ......,- ,....-.~~.,. \ ~~ \ <^ ~" 8 :~ ~~~.~ of) ~! ~~?; "j( 1..,(,,1 ~.. / '>, I . . I ; . ~~ \' ,/.- - !' -&-'- .....-- ..-...,,)' ~=-. ' rl-: H2:"~'::~:~ \; 1 . \1 tf:" h Q l 1 ~l r d l::::.iil~ i~ " :I: I '-f' (. !~. .. :"~'1 .~'-l ~ '}. ( ,~,' ~. i i~If, '" ~ ~-~ '" "'-. v ~.....1 oj'; ~ ._~:: ! 1":' ~ : I ';, i' ~ '>, \ \ -'" IDol , ~~ , / ~ ~ ~ ~ ~ 19W 9LlI ltO )'''' .OO!: ,-, .., \-<4 -:ii'l 3~ sou Ol;-s - "1 .' 3mlF6i:S- -~.t '- r .-r- uO ON 81( :;.. I ~:! ~ w_ ~ l '!l {j >. ~ ~ . . . '" ~ 'i1t ~~ '" " U",I o ~I ~ ~ ~ a: ~! .- - " ~~ I l: ~ ~ I f I J !!!~~ ) I a ,..w- I r) I /I-~$~ 1 . 1 IE:?.... \_. ./v>; I ~:g !f:" 'Cf I t:3~ )<;.:,}..,; l vn,..~ . I . Jl- I .f I if , (I (i , \ Hi 1 i." ~~ t If I.!f; " I ~2 I ,. . 1 i , ' t . I I I I I ~ I Z I ~ I ~ } I '" ~y .~ ..( ~ I~ . . . I I aNn r NOlb3s' I . ~ ~ , a. :~ ~ ~ .. I : I f't :Jw ./ (' / '5 I" I ~ I " j/ g ~ \ OHLf Y..LS ElNJ7H::J..L VW ~~ , ... ~ ::J ~ z a ~ <:J e a ;! ~ . , , . :9 " ~ :<r- /. 'l~ ,.",,' " v. ,/ 15' . lfS . C' . ~ " ,', E 1.:t .' :, ~8 ",. lObS! i5"./ ~,,&; ;e~!< t......{.., '.r "- .. .,. I! , ~ l'? i = . I'? lid ~I ~~ ~~ ~~ ,~ l.. . I 1 Ii! . a IDA 00 , o ..- v o en o ON Zeo ~~o N:;:::;o :!:: ~ ..- :Q:=dl ..c: a. rn X a. ctI LU<(C- __z~ ~.~~ ~, ..c \ ...,~ .. I ~.g ""', I j'" I \ I \ u ~ ~ I ~ i\ I < "' ~ :ioi ;0 I - I I i ~to<t ;;;~ ~ 19 g :i\ .. I i / '.../ i- -,I , I , I ~ . ,,' , '" 8 I OO+fy 'V.lS 3NI7H:::U m , _.~ , S~ j '-" " ~ i ~ ... 2i ~ ~ ~ I . , I , , I , , I , I , 1 I / ' Foil 'I.,N.V;', .GOI 9":.,"1, .:~ T ..-.' l O~+I/t Y.lS:INI7H:J.l.m I ~/ ~~ ~. /! r. '*j~ , "'~i5 .i. I I. II e~} ," I " \ii4.1$: \1 ./1 ~ ~~~ I: I 1./ I i , f ^-, t I I 2 (> b J ;1 I t :. r I ~ I J: i Ii ~ I .:) i5 I l:!l 0; '" I: I au~ ~, : I ~ i i g : J 0: I I ,:i 11 i l~ ':,-< " ~ / ~ <s; () r?~ o V~ , I \ Ci" \ i'~.1 I 'v~, ~ ~r:. \ \) \ \ ('I I \ ~ ~ ~ ~ I ~ ~l 1 & 8: I I . I ., 1\ '. t? I 1\ " \ ~ fl 8: {S( )',,-, ' \.(k{'\. . .1' .~, V~~\ \" .'r~ I <> ~ ."1 i " .r I I /' -- ;;. & . n :t ~ u ~ -, 1_1.~.._~ ~ ~ ~:o ~- u. S' f~ :20 " i ~ .:1_.....~ !i ~! !I ~~ ~ ~~ ~~ :: ~ ~ ~ ~. ... I II ! , !;,.PtJ ~t."ll .~-.' !'~ t. -\.! "'~ I'i-'" ~ H J ~~~H~ 11 · I ~ . m_~ ..~_:l_... '9 ~ ., z, ~1.' . n !~ '!'6J1L:j co I o ....... '<t o m o ON Zen oe..... .00 C\J:.P-r- ~~....... .0 ,- (I) :Clio> x a. CO W<(Q.. --=-;z~ ~,.,., v~":~ 1 ~t i ,,* ~i':v ~'l ..; << " , . ~ ~ ~ \i! ~ ;- M/.!.i N:Vli(l /;0; :i\ _ :;/,'(1--1 . .(H:; 1 ,.t' I OJ : 0 j ~ J~O.; ~ 1~61;H I ~f.~ ...'.t-tt' i~ p., ~.. '.Plt) , I _.V_ ~ -J\ I I :=::::::,:~~~:](:::~\ ~ --1 ,1 .- ~ '" ~ q _~"....J -a.:- "'" ",1 ~: / "" \ e.", \sq I @ i ~ ~ I I / I ,:'1- I, ,/ ~i I ~ ~ 'l!" ~ ~ " I ,~. or' , ~ .. -, ~ S if ~ ;; ~ l i ; '... ,ci ~;..-c- I'f ;;- ? :'~, I w<< \, 1 "'i . ----. I 1 1 I 1 1 I 8 . ~ . \~t; 19; I~h ~ 1 '-...:r' I .l, \ 1<1;. . , ~ i I ~I! I '<-'~ I ~ <1 ~ i ~ " , . .. I, ~.:~) . , . , I '0 . :t:~l '. I I. ~ 1 I <1) rl / ~ J' , \.0 , " I \ ".. r...... " ! ,;1 I "", I :~ ;;; I ;s.! , ~ " 3 a ~ I!l ~ ~ , ~ 'I: ;;; ,~" ~ :;.. - L~ i~ co'.. ,~.... :!::x '^,,'"', i::j!;~ 3::~ ~~~ ~ <II ( I ~ a ;! o .. o ~~ ".. .~~ ~.o~ ~>IJ) "'~- Nw" 'f! . \ ~\- '~- ., , 1 ~~ --~OA :! ~ i . , i · ,! ~ ~ ......L-1 21 d , ~I ~i I ~~ ~~ l ~g \ 3 . ~ ~S' .- UI I '~ . , ., I .. I ~'. , 1\ I t i OS'+8P "V.LS 3NJ7H::J.LVW ~~ . F~ !(:l;f~ ::! ~"f.t:t.. ! I I i U i d i-, l' . . ,f'" ' co I o ..- V o m o ON ZCO ~:5o NPN .....113..- ;.ggQ) ..c a. 0) x a. 113 w<t:o.. --=-Z----e!!!l . a. -.' l'l'f'2I . ~ < . ''\ . ~ -6:~ ""J ~. :~ ~() ~.<:~.......- --~ -., , , , ! I . ,,'li ~ ~ i .::. ,~ ~ ~ ~ ... ~ I . - ~ ~ . ~ g tl e 8 i '" l1 ~ '" "" ';( i' I: ~ I, ~ .. , I I I , I , 8 .., I 00+1'> Y.LS 3N17H::JJ.VW 0' I o ! , I , , I , , I , , I ., t I . , I , , I :.1 : ~. I ~. ; I I ~ : I I , I , , 15 I '.~., I ......~ -j :;;,; Vt i! ~ ~i ~ 1...... ~ ~{! ~ -~~ ~ '" ... 0: ~ i:l ~ .~ (j 5Z ~ ~~ i!; a .., ~ .. ;! ~ u , " , ~ . , i~ <.), lj' 3:~ , d , '~"""-"'-r-"'-"'''-'''''' ., ....., .....-..'t...,.-",...,.....,.. __u._ ... .........,( 'T __"."_..,......m."~. ~ ~ i i ~ ~ ; ~ I~ w I t. IDA co . o ..- <;t o (J) o ON Z(Q ~6'O N:;:::;(t') :t:~..- :Q=lU .c: a. Ol x a. co w<(a.. --=-Z--<!!!!!!I ~-~ -),I/~ N!!f8G .001 D'. ~,'J- l- . (''-, -to . l I .J'~ 09+1'9 'V.IS :INl7H::J.l. V11l ~~ i , ~':<Sl ~,: :~: ..~ ~ g ~!M' _ ~ ~~ !:1 ~ll ~~ !:~ ~1l :f ;) ~ I .;r. ~ I f l lP p <I,.... ! Ct'j{ I " ''5 i 8 ~ e , ~. 4 f { ~ ,. , f f; n 'j , " I " " ~ I " I " , 0 i , ~ 8 N .. j.i I J I I -<>'- ~'<;: 'r I 8 I~ 0 :' i. .. F ~ ,. f- I i. 0 ~tl . ~I ~ 5. ~ 0 I I ~ ,\ s ~ <> :-.l ! I " I ~ ~ ~ a !l d ~ g u " ;( . ! ~ ..,; ...., , , ~ ! '" ~ ~ i ~ I 1 a ~ , lid I ~ h 'ib ~~ ...:1 ~ J1 ~. J; u 1 . ~ 3~ v, . . ~t ~. g s I. " ._-- ,j '"I ~ i" IDA co . o ..- ~ o (J) o ON Zeo ~~O N:;:::~ ~rl"- ,Q=<IJ ..c a.. 0) X a.. ro W<x::a.. ~~ '-iN H ; - ~ 1 ;r~j ff' ~;~~ ~!; --: .~\,. J !in \: : t, J'-~i-~~-- ~= ~ . ~k-~'~'-=~ L_-= -= _'~' - m__ --;~~:!~DVH,~}:~7=-'~-\'~.~~~:- ...... ~ ~ 3\ ~ ;~'~ Ii ..~ ioloC'< ...~""""""~ - - - - - ._j- ""1 '" ./___ I. lool <' _'h_~ if i ~Q .". ':l- liJ ~ ~ 0) 0 + ..... CO..:!fo.,; <:O"'l;U ~<:~ oc:3~ ~ CI) :'l:~~ E-:""O Cl)to.1u 0.0 :; ,<0 .... Ii.. ~~ . ... O:c ~, ~o , )::! ~ ...,.......' ll!'Q:,. ~'of ~'~ ~ q CC"".o , z.. ~ ~~o(, ~ ~~.~ &6; :!'5,j ~ .... ~ ;u " i-- fi ~ ~ i ~ Ii ~ :i-~ 0 I i o t,;~ 8' Zl~ (' , j ~ /1 (J~ Ii::i ,; I .- _" w,. I ~ :i . I ..... ,,_ <I> / ~..l- i 'j ", ~ .... t- ~ ~;. ri! ~-::, ~"l ~ ". ~ _ t _L _ ~ '..,........_ __ ~ '" '" - 3; 3'" u ~ 3 . ~ a ~ ~ ~Ij "'" I "\-" ;;~ ..;;- ~g ; ~ u~ u,~ )(.1 g" :ill:! !D :; ~a ~,~ ~3 g:,:'of' ""'.... - )I" ~-~ ~-~ "4 "~N !!i~ ~~~ "'", >~ ~..: ...~..".,.. ~ ~ i . I - . i' II ~i I ~i!i ~~ ~i . ,~ \ : <1',. ...... ;: ! & ~ .~ I i!il I ~~ i ,11 I it I ~.. . -' . ~ . I . , I~ i . .1 a i IDA a) I o ..- '<t o C]) o ON 2<0 ~50 (\J:;::l1O ;t:!rl"- .0.- Q) '- 0. 0) ~ a.. ro UJ<(Q. __Z-<!!!!!l ..~.......Itl>Jl" /:,/ , , '\ 0: ~. ih ;1 y i ~ ' , I ~ r-J. r'''''''' "';"'" i,~, ~:.......; '. ",,_~"__'-' .. ...l~.~: , , ~ . , , t,;....~..;... ..,,:,,_J I :" I , I i I I ~ .\. I ~ t .j_t - , f1 ( I ..." .>i:e I -, , , , -'lJ.6_!:_ '_ 1 "'- ',./ "- 1\ \ , I I , , I , I , I I , f I I I i.. :' '~ ~i j :::;. ..: '; , I f , f , :) ;or' \ \ 1t"Y.LS fINJ7H:J.LVW I . 'i I ~': II :to if 5 $~ ~;: .! '" ~ t i . i ~ s I I I I I ~ !t i \' ~ ~I I ~ \ ~ $c I ~~ \ /' ~~ '\ \ I '\ ..... ~ ~ ..... ~; ~-..~.l-: C..,...~q: , : " ~; ,; 1 Ii ~. 'I ~:.:I.;-;:. ~ ! I ~ ~ .~~ , i i ~ '" I I I)., III -' . i \ f ;.. Eli \ I~I) 0 ~t'.. \ \ 1')' {1 V{"4. , \ \ r',: 1>1 \ r<1 ~l I V; , . \' ~ ~ I ':a . I~: . 0 '''Ii I N Ij~ f \. ., I J a ~ . a ~ i ! ~ I , . I , I , I r.!f j ....~. : '\c,' .. I '1P: -1 o I 01 ,\ . II ' Ii? ~ \ ;. 8 ~ ~ 11 ~ l , ,..:; ;a i\ . '\' ;!II I I I ~ \ I~ \ _" I '- ~ : c a.. ! 1~8 ~S ~ ;~;. ~~ '.g'!l -w I'~ ~ !lo w_ i: ~: ~. I, f I " " ,; " II " " " ,.: :;, " I' J I 1/ J I I, Ii" I I '\ , I lIle I I I>~:; , I ~lfl II ~~g I , 'al ,I ~gll! I ' ;ai! II wn ,/1 IiI II II II , I II I, II , , I ',' III :1 , ( '. \ \ ~ f a ! G 11 A i ~" ~2 . ! ~$ ~. I ~.~ -~ ~;j ~l? ~1 ~l: i I! ~Iil i! .. ~~~ 0 iff ~ u~e ell ~a-~~ ~2:~,~ ~~~~i ~~C:2~~ g~.1~-:c ~ga~~~ ~~~6i~ wl..."'-? i~!i~i w2~".liiat;. ~~ia!~~ ~~ 18 ~ 1I !~ t ; eo it a g~. i~~ ist ....!II .~. l!?~ ~Zi t:I~", !! ~ I ~ 1 l · ? ~ II ~! ~ ~2 ~g Ii if ~ 5 t .. I " , . , . . IDA ex> I o ,... ~ o 0> o 0<"1 2<0 oc...... .00 N:P<o ~~.... -0 ,_ Q) :.cliO) X Q.l1S W<{a.. -~ ----.;a-;z;~ ~~ ,.I' " .,t" " .' ............- - . , .3 I .,,~: II iH i ! ~\ . l;.'"" (~ "\ / :\~ ~ ,w~ .......~.I to I ...\ I I a' : ..- I ,~ ~ i ; ~ I '....,,-... \. \ .". \ : ~ti I \,1 i !fL;- ~ .\PI I. I :~ I t~ 0 I ;r I 'f ~, i i ~ .. I l 01 ! ~ ~ I I ~ J ~~:.. ~Z I , .~- "',. I 10. ~ : 0 8 . I~o ~ \ :~ I If "l, ~ i' ~ ::-~~ Iii ,: ;;;.:S:~$g - -. ) ....~ ....-.- iO r i -~. lJ. ':"'j"::+:' -~ - !-- ~:~j '1>-:.> i i . y ~ ~ j ;l !~ :a ~ t .:~<:iI '(: ! -;~'" ~ _: 1 _ v _ 5 S "': "'~: I \ .;..z) , ;ij J lr. f i OJ ~. :,{ 1 :if i~ ~~, .' ,,' ". I i ~ I l 8 ;, ~ .~, I ~ I I I II' 8 1-, ,: , il . -$;; , 1 <'? I I . ~ ~ l .,~ ! - ~: 131 ..t:j.. a \ \.1~' ~ ~ ~ I *. ; ~ j <~ f , I a , ',81 ! " . , ~ * L ~ ", l{;) ~ I. . i , r . . :0 11 '. . : 1, , ! .... I. ~r, '0,11 . ~j ~ ~ I . . 8 i ~ 3 ~ ~ j' I '1 I , if: I :- \~: ~~ 'i !\ : ,r .:. I : \' ! .b 8 i " {J(}+87 Y.1S ElNl7H:J.1 YW I ~I -<> ii ,ll "( ~ ~;:, ~ .. ;~tif Q,O. 0 ;g~ ~ .~'" .. u 0 6 ~~;x~,; 'It!,o,-C:F~ ~u~.5~ !~~~(i ~l~~~f~"w -:t~l:3; t1~lJI~"s !:~~!Q ~!~v~o ~'ji:!.~-~ w:l. ~..~o~ E~ ~o~o Z" 1Il0/.fJU '- '. '( - , - - ~ ~ i : ,'~. \ - ''( >- ~ R i - , i ~ , ! I I..~ ~e ~ ~ ~I ~i ~~ ~~ Ii! 1-.1;; t ~ ~ilJ'1 h i j } , ~ t ~. ~I I,. . .. ,. ,.i,h~ ,JMh l~ ,.,'~ f t/f: j .V"-c' : I! " H " jH I f; i ~j!i , ..~ I. S :I!'i: ..111 UI . . ~ ~ e q ~eli ~ii ~ & i IDA co I o ..... ~ o (j) o ON Z<o ~50 <'1:'::;1'-- _lI'l,- .- 0 :9=<1> .co.O) x 0. lI'l w~o.. ~ ;1; ~q' ;~g~ o ~~ '" .c~i:;' ~...~- ;. 0> '" z ~ ~ ~---- ':' >< " o .. ~ tpoL-- + ~ ~iil ;(f~ !lo ~l- g-g 0\ a;..s :; l:)' ..~ Q~ ~~ ~ ?~5~ ::~ ~~.~ f~1~ ~a~~~ S Ii Zi:: BI z ~ ~ i i b l ! hI! ~i ~i ~il!l~ !~~~ S ~~ a ~ --\ ~ '" ~ I '" ~ I '" '0 I il I ~ L. ~ I f . -'-----rOA - IX) , o .... '<;j" o 0> o ON ZCD ~60 01-+:;00 ~~.... :9=<D J:: a. 0) x a. (ll LU<(ll. i,., ~ ~~.... e '<; .... ~ ... itL___.___ ::l I c5... o o o + """ ~ . .... 0: ,!. ! .~ t \ n \ ~.~ l lOP. co I o ..- ~ o 0> o ON Z<o ~50 N~(J) :~ rl ..- :9=(1) ..c a. 0) XQ.\U W<(G. ~ :! ... <> o 'i' N i G ~ , , 0 1J'"l + n ~ .. .. .. 0 N , , , , , ~ :il ::it " .... ! !c -" \ !~ \ bg \ II o ~ ~ " \, ~ ~~ i a <> Inl ~5~~ ~3tl... ~ ~ ). ... r.~ lil " .. ~ ~ " 0 N N , .. 7 . s " I I r " " .... .... ! - - - - - 0: , " ; .. .. ., ~ ::it ~ , lil ~ ! , ~ -r 'I' N 7 0 ~ " 7 ~ ~ .. , , . ~ ii-' . ... ~ Q ~ ~ ... a a a 0 0 0 l{) + + l{) ~ . .. ... . 0 . .. ... ~ 7 ... I I i , I ~ I I , :a lil ~ ~ ~ i - . i .. ;: a ! ~ ~Ih ~I~~ ~~. ~ ~ ~ 0 II .. .. ~ ~ ~ - '----'-"--- >< ~ ~ ~ "- :1 0 " J '. .:\ .'i, ~ " '" "" C't- .....~~- - ~a / / I' :<l 0 " I . .:: 0 ~ . I I .. .. " "- - - '" - -...- 'T , >< >< II II . , ~ , J w . .. " .. ~ ::. . .. " .. 7 I I I I I I i , IDA co I o ....... '<;t o 0) o ON Z<o ~50 <'-1:;:;0 ~~N ..a ._ (!) 1:0.0) X a. ell W<(G. ... ;:: ,.. o o + to !:! j .. I !:! I " " "- .. I " . d I;; ...~-- ~. :=~ 0 \ " \ / . .: ! !:! .. II ... .. l"f cO I t I i I .. "i ~ ... lil o ~ ~ .. I " ~ ~ , .:l t; ...~-- o .. I !i I ~ "- ! 1 ~ ~ ~ I . . i'? ~ i III1 ! i~ !!II ~~ o o o .., + .., ~ I .. , 2 I .. I lil o .. ~i I~ ~ \ ~~ " " " .. lil '. " " _... l'~"- 0 ~ ~ , it d !i ~j! , .....---..- ~Ii I :;: , ~. ....... iil 'i' .. lil' i "i I ! ~ a lOA <X) I o ...... ..q o m o ON Zc.o C!50 N:;:;~ ~~N .0 '_Q) Eo.Ol X a. ('\'l W<(Q. .. !'~ ~ ~ o ll) + r-- ::: .. 12 ~ ~ ... .. 'I :1 o o + r-- 12 '" :!: S! !C' .. ~ '" o ..0 + to ~ ~ ~ ~ i i ~ I ~ ~lIi ~~~~ ig N 'i 2 . l 9 10.A <X) I o ..-- '<t o 0) o ON 2<0 ~go N:+JN ~rJN .a._ ()) :Clio> xa.ro W<(G. "' ~ ; l!l !! '" ~ '" ~ ~ '" ... !:; ~ ~ o:i a '<t z + w 0\ ... 5 > ...J :;) U x o Cll z <3 w '" o o -I- /Xl rI') N r-.: lO + /Xl 1& I II ~ 1Z '" '" ~~I i'; :iI 1I 0 .. ~ ~ ~ .... A ! ~ - - - It tl ti s ... !l 1 ~ !i t . .~ ~ Ii'i~~ J i: ""~' . 11 2 2 2 t~ " . . r d .. II .. .. '" ~~- ~A- - - ~' " 0 .. 1 s 0 . I , ~ ~ .... '" '" , ~ " 1 1I :il I , ~ ~ :a . , I ~ ! '" ~ III! ~ 8~ !~l5! 1 ... ~ tOO - lOA co I o ...... ~ o 0> o ON Zco ~aO N'WC'") :t::~N .0"_ Q) :EUOl Xa.<u W<CQ.. co '0 ~ ~ i i l> ~ ~ :ll ~ ~ ~ '--. -~ ~ -- ~ -:--- ~:-Jllj ~~ e r 0 0 0 l() + + N 0 N !::! . I o o + o N ~ 0 0 N I I ~ ~ 0 I I , .. ~ ..... '" !~: ',-: I =-1 ::-:; ~ 1-,) 1 :it :it !::! 0 . , .' , , . ~ ! -i It ~~ . I o .. :it :it .. ..... ! .. ..... ~ ,. ~ ~ i '1 '1 ~ ~ ~ il . w . d ... ...~:-- 0'1'" 0 ,'0 IV co , o .- ....- o en o ON Z<o ~go NP....- ~~N :9:=(1) .c: a. Cl Xa.ro W<(o. 4 ~ ~ o o + n N ~ <> ... ;;; ... '" ~ ~ I . , i ~ < '" "- .... ;;; ~ i ~ !ili ~I~i ~~ e ~ ~ l(l '" ~ ., 3 ~ .. /I: /I: III .... .... .... c: - -- 0: ! ~ I K ~ ~.i ~ !f ~ ;p, ~ \I <oJ "!<' N~ !:l~ 1'" ~ 2 2 d 2 2 t; ...~.......;..-.-. - 7 ., Ii 2 .. ~I, . . I ~.! ? ~ ~ \I ~~h I , . I ~ Ii ~- --- :i Ii 2 Ii l' . . ~ . . ~ . . . . , . ." :! .. 01 ~ o I/) + N N o o + N N o I/) + N 12 . '2 12 ~ ~ ! ' . I lOA <X) , o ,.- "<t o 0> o ON Zeo Q50 N:OLO :~ ~N .0 -- <1> :Ea..a> xa.m W<(a.. :l :l :l 0 .. !I { ." { ..... -'-- ..... 0: - - 0: 0: - - - 0:_ I , I I " ill >- " " " ....; .. l~. 0 i 0 i . . ~; ~ ~ !<l !<l . w O'\'- 0 ...j- - ~'O- I II 0 ~ 0 H , , I 0 r i S . J , I ~ !I " "- "- ~ 0: , I >< " " ~ 2. 2 $ Q . 1- r' t I , 2 .... l& l& .... ~ .... .... .. ~ ~ '" '" lEI "'. :! ~ ~ o o + U) N o U) + '<t' N o o + '<t' "" . I 12 . '2 lil o ll) + r') N ~ .... ~ ... '" '" "'''' .... i II :& ... I ~ lU~ !I~~ :S 18 ! . I v'.' , . . . IDA ex> I a .-- '<t a m a ON 2m C!50 N'.." m ~. rl N B=G> J:: ~ rn x ~m UJ~a. 0 0 0 0 0 tl) 0 If) + + + + r-- <D <D If) N N N N . . 1a 0 \ II 1ili-: ~ , I l~' b . " 'ii,;' '-.'1.. ll.%~ji II II :l tHiUh \ ~ , ~ ~ ;; ...----L -,. " " '" ~ I I >( >( >( /;l ,..,= en ~ I H $ !l ~~ :::> ,~ ...J U L..... ...J ~ & 0 0 N <:> Z (f)- <( :::>::2: ~W iDO::: -0 It- ~i~ t- <( ~ ~ ~ W I <:> a~. ! 0 ~~h 0: co Ii ~ $ 0 . I I I ~ .. ~ " '" '" 1 , >( >( ~ 0 ~ w "', 0 .1 .' . , , , I I ! '" :! __m___! 0 A 10 ... ... co I 0 ..- '<t '" 0 '" "'~ ()) ~ ~ 0 ON ijl! 2<0 ~ ~aO ('>jPr- ~~N !h~ :9=Q) ~a.o> ~!~I a.ro UJ<(Q. f ~ \It ~ <> ~ ~ '" "l ~ ~ <> l~ e 1'0( ... ::! .. <0 ~ =: '" ;! '" '" ~ IDA co I o T"" """ o Q) o ON 2m ~50 N+;:co ;~ rl N :9=G> ..c: a. 0> xa.<u w<(o.. ~ ~ ..., <0 '" .. .. ~ ~ ~ '" o h ...,~ i · i ..., .. '" Inl ~h~ ~~~~ " tOA ~..., .~" <X) I o ..... "<t o 0> o ON Zc.o ~~O N:wo> ~BN :9=Q) .c a. 0) X a. (lJ W<(Q.. l~ . " '" t.. ;;; ;:; ... III :;:j .. .. __"M'_.~". ;;; ~ i , .. " :! ~ ~ ~ 3 i a I ~ IUi ~I~i ~ ~ 0 0 0 Ii) 0 It) + + + 0 0 01 f') f') N N ~ ~ .. ~ .. {, I .. '. . I w \ I 0,....-..-______ I " ! " "- :II .. . .. .. I..;.~..."...~--jl "- - - - ! ~.~ ~ 11 hI ~ II Z! .~ ~ T I " " $I N . N t d ~ w ... 1- "'aI-..-.- - - " 7 ~ N , " " " ~ i, . .. I I I ;0 ~!Ii "- "'~ /, ii Q 51 ~ .. I I ,; , II ~ I ~ . ~ ~ I I. . a i ~R i I> ... :R .... ... ... :::: ::: .... ... ;:! .... ~ ~ .... ~ '" '" '" 0 0 0 0 I/') 0 + + + N ;;; ;;; t'} t! ., 151 ~ .. ti ~ ., 'S ): .t ~ "'- 0:__ '" - - ._-,..---.... ClC".;..., J , I " ~ ~i >< ,. 1 f~ .'i ~ ~ ~~ \ ~ " " . . N N d 4 Ii; 0- J ...~~- "'a~ - 2 2 2 , I , " 1 i i ~l . , I ~~ I i " , ~ !i .. , . II II II ~ .' ;! l' ~ l' , I . 1111 ! ~~ !~~~ ~ ~ IDA co I a ....... '<t a 0> o ON 2m c:~o N:;::;a ~~M :9:=:Q) .c a. OJ xa.re W<(Cl. i,. Ii e .. ... E II ~' '< :l! ... .. ~ " .... ... .... ~ ;:;. lil "- .. ~ o l{') + l") l") o o + l") l") o l{') + N l") ~ 1ft .. . , :i !! ~ o ~ j' ~ 0: ,\ ,. "- 0: , >< !l !l 1a_ !l ..~,' ~ ,,,--.?t...(.-....,,,". If _ ,~ .\l . ~ ~~ i ~ · :;: 0 II . . " ;;j oj ~ tit .... OIl ...~-- ...~--.- ,-- 0 0 0 N " "I , , ~ 0 i , , 3 i ~ , . 3 3 a ~ l' l:! .. .' !:! ,.. . . . , ! ... :!! Ig~! d;~ ~~~~ f co I o ...... .". o (J) o 0("11 2<0 ~50 N~~ '!:rlM :9=Q) .c a. rn xa.ro W<(Q. '" '" .... .... "- ., III o o + l{) I"} !! . , 3 !! ~ ! ~ ! ~. i. ... "'a'--- - !i , d 2 ... ...~- - " '" .. ~ o l{) + ~ I"} ....i .h I ,," ,I! , , ~ , ), \ \ . d IDA lX) I o .- 'i;f" o m o ON ZCD ~aO N:O::;N ~~("') ,Q::O> .c a. 0).. X a. (\] W<(ll.. iO .. '" ~ .. '" o o + ~ I") . l~ !! . '3 0 0 >: N , , . ~ ~ ~ . . ~ 0:_ i. S ~ :it I , ~ ~. '.,-' II , II .; II 0 r . !! 0 .' !! r' , I I . ~ 0: i. !i !i I<l o N .'" ... ~ ~ i ; ~ ! . . , ~ III! ~I~~ ~~ e i~ .~ 1..__~1 '1'.N' J ~:l;;' f- l. " H i"" 1'- ~.", Ii< "j ~"" lL "'. : .:,~! o II) + <D ,.., ~ I I ,. ~~J_ _ _....---: ~ _...-..._.~...-.... lOA co , 0 ..- v ~~ 0 ~ Q) i · 0 ON I ~ Z<o . i ~~o f:! III; N+:itv) :t: ~ tv) .0._ CI> il~~ ~a.0) 0.<<1 J ~ W<(Q. ~s .. . <> .., ~ " .. ~ :a . :a :a . . d .:: ... .. ... "'i- - ~a~ - ...~;----- - 2 ~ $I I I 0 1 a . . , . lr .. l: ~ ~ ~ ,!. ~ ~ 0 0 3 .. .. I , I o. iI ~ ~ !:! l' ~ . ~ . , , I . ~ <<; ~ ~ <:: o o + <D ,.., o II) + II) ,.., 12 . , :.I ~ ~ ': .. -... 0: ~ 10 " a: ~ i i 2 i 'f" .... .. ; o o + CO r') :! .. .... II< ~ ~ .. ...~-- .. "- '\' )< ~ :ll ~ 'ra ~ .. .. .... '" ~ . -~ i if ,~ I -~i! ? o .. d ~ L.... . ...~- - II I o ~ , .. .... 0: ~ ~ lil 1 ' !! o .... ; o Ii) + r-- r') I I I 2 ~ ...i- - " ~ I 1 .. .... 0: ~ ~ ~ ~ ~ .. a ~ ~ ~ lil ~ '$ o o + r-- r') ~ ,. '1i .. .... '" I )< I I S .i 1 ~ ? g '" I . 7 ~ I 1 lil " ~ I , ~ ~ i - . .- I ~ . fig! ~ ~~ ~~~~ ~~ ~ iil :' lil ~ a lClA to I o ..- '<t o (J) o OC\l Zeo ~go C\I+>'<t :!::~M :9=cv .J:: a. CJ) >< a. t'll UJ<(Q.. i ,.I i e .. .. ~ Q i~ ~ <<=-=-_ __~__-=__~_~~_m o LO + m I') ~ .. ~ '" I " I I' o o + m I') 1l at "- '" I " v . ~ ~ ~ ~ ~ i - 'j i ~ , ;;: ;;: . ci "'~- ~ ",j~- ~ 7 I <> , . , t ., ~ "- IX ._....--- - - ~ 0::._._ ,.- - -.....- Q:' '.~... ~ I ~ ), I h ~ l!.'-':: 3 i:,o I , I ~ lil , ~ ~ l' ~ ., ... .. I ~ 1111 ~~~I .Ji I. ~ .. ~ .. .. .. o LO + CO I') o 1~ , . g ~ i~ at :.. ,4i ~ . OJ ~. . ~. . .': irl~~il i.Hi3h ::! .. 13 !t "- i:t: ....- , " .. ~ ? i~ 1.2~ !!~ v !i 1l Q N I Q ~ ;. . ~al i ~ i' II l' I . I i Of a lOA co , I o .-- "f o ()) o ON Zr.o Q50 N:P1.() ~~(") :9=(1) ..c 0. 0) X 0. lI:I W<(Cl. ~ 3 o o + :;j: ~ ~ a:;.~___ I " ~ "'A~- ~ ct.---r- -. - ----,.:""" ,!. ~ ;. ;;; .. Q :! .., ... o to + o v 'r51 ~ .. "- 0: I .. ~ 1-1 ~J! !: -1----'-. 7 ;1 ~ ~.~ _ _ ...:..--J X ~ I 2 I II ~ I I 'oo ~ ~ 2 ~ .. ~ !:: ~ C1C____- - - __ , " ... ... " 2 o o + o v 12 ~ :ltRi i'; ~ ! .1US , ~~~a !~ ~ ~ " &. t lOA ex> I o ..... .q- o m o ON Z<D qgo N:P<D ~~(") ,Q::;Q) .c c. Cl X C. l"G W<(a. '" &,__m_mm o '" + N ..,. ~ ..... Z--J.- _ _ _ , " Q .., .. <> <> '" .. "" ! "" ... .. .. o o + N ..,. o tl) + ..,. o ~ 10 , ~a l:! il $ i .. -... IX----"';'" __ ,\ .. r-....~-.- -" - ---:...- ~ ~ iii g g ~ :: ~ <1- .. 0-,- 0 "'K~- 0",... 0 ....~ $"0 VI ~ ~ 7 .. ..... I:l::____ ,\ ;, ~ , ~ I .. , ~~ _ -1__ " .. " !~ - ~ - " or , il . , , I \ \ \ ~ "l' I lil o '1 I :il .' , l:! i il ~ '1 I S I ~ ~ !d - 1 !i · ; 01 ~ 1111 gh~ i~ ti ~ I"~ ti iil '1" -. 'f IDA 00 , o ..... '<T o 0) o OC'l Zm ~60 C'l:wr-- :~ rl (") :9=ID .c a. 0> x a. (1J W<(Q. <> !i~i - . i ~ , <> <> C> ::r ::! 0 0 + r') '<t ~ C> <> C> .. ~ II ! . III! ~~a~ r :ll 0 0 0 Lfl + + '<t r') '<t '<t '1 ~ ~ o .. ~ 1! !! !! !! l! 2 i g ~ :il ~i ~- - -- ,:, ~ <r --'--- - -r - >< ;0 ..... ll::~~___ I >< o .. ~ i .. 0 ~ .. .. ~B \ O'l- 0 ~H- ; O*~.. 0 ~~~ O'L- I' a'l n ~'o- ['0- 0 ~ '\ ~ : I 1~ .1 r': 0 " ~~I i , ~. . ~ 7 ~I Ii f. i i i i ~ . .,. ~..,. I , I ~ ~ . ..... or ~ - -~-+----.-- ~--r-- _.~ CI:':____ _ _ ~ I ,. >< x 0 S g .. I I I I I ~ i :il I ; 8 8 8 .. .. i 0 .. i .. i a I I I IDA (X) I a ..- "<t a 0) a 0('11 Zeo ~60 ('11:;::::;<<> ~rJM .0 __ Q) Ea.Ol xa.ro Wod;o.. () on ~ .. Cl ~ o o + lD o;t ~ . CI:_ __ _ _ , >< 13 'i \ , ~ 2 0'1- 0 u-fa 1--0,... Ll'g Ly: ~ ~ ~ a:'___ ,\ i I , , 8 -:i o ~ o U') + U') o;t o 1~ ~ "'-- " ~.;- 0 1: ~ * ;1' ~ t 2- .; , .,. Cl () ~ :2 o o + U') o;t t 'f >< i l'l 3 I :il I i~ '3 i ~ 7 '1 ~ ~ i~ () o ~ ~-'ui 3 gl~~ ~! ~ 'fi ~ );~ ~ - ~~ ...... '" I " ... "'A ~ . fr__.,__ ,\ o U') + o;t o;t 1 3 i 2 O.J- .0 n 2 I '1 1 . .._.;_v., :il I 8 j' I . .. a ---'0-/1 co I o ....- '<t o 0) o ON 2(0 ~60 01+:00) :t::~(") :9=c]) .co.,c> x 0.. tU W<a.. I~ l;J~ ... o ~:~ .}--~ ,.~- :: ~ I !--r- - -- - o o ij o ~ o o + CX) "<t o l/') + l' v o 'S ~ tor: --..l.- ...... _ _ ~ ~ \ \ \ ~ ~B-,*o "'I .. " !_-L .. o. n II ~~ 2 . . 0 tj :1 ~ a ~ :. .,it ~-- ,. 3 ~ I a ~ . 8 8 0' .. 1i I o o ~ S? o o + l' v 1s ~ ~L-- _ _ _ !l ~ q-l'" 0 Uo'~ ~-r 8 o o ~ o l/') + to v .. 's ~ !---~ !l 2 "'a 7 0 0 , lit I ~ 8 1i \ , o ~ ~ i i ~ ; ~ ild ~ g~ ~~I~ ~ \ \. 111 o o . t ii ;. i olJ Pt' : f, { . ~~. ~~ " \ '. !i{li~ ,U~:i'i o ~ UQI ~. ,~~ !'<it:t:;J-;1 !l4-':'~ t I H 2 I 1I I ~ 1 8 ., I ! IDA co I o ..- ~ o Ol o ON 2m ~60 N:;::;O ~r}V' .0 ,_ Q) :Ca.0l x 0. (Il W<(Q. 1-: ... S,., tf-m. , _.Lm_ o ~ ! !---,- I I l ! f f ~ .. <>'A ~ a:: ~ _ _. ......-- ~ <:> ~ a l/) + Ol "'" <:> ;::; i ~ !~-- li :il O'~- 0 U"i_ (-0 8 ~ ~ I ~ ~ <:> :0 a a + Ol "'" <:> <:> ~ .., '" a l/) + co "'" 51 .. o " "- ~- :- - ~- M \ \ li \ li \ \ :il j 0"- 0 Q';;._ ~ 0 "0 S I 0.. ~ ., ~~- '~ > 1 '.; " "- 0:....-- _ ~ __ ~ ~ .ll I r " "- lX'-"'-- _ .... _ ~ . ~ ~ <> '" :e . 's li: o N , i , ~ g . I , ~~ i e ; bl! ~5~~ ~~ ~ ~ ..... I" ,. f i i ~ !: ~. ,. l h\. ..... .', ~ii1i: .arilt ~' ~t I ~ v a lOA co I o ..- V o <>> o ON Z<o ~50 N..,.- ~~v :Q=G> ..c: 0. C) X 0. l1J W<(o... ~ ! ~. j~ i ~ ~ ~ <> .. ... o o + l{') .. ..... tI:.___-...,......... ,\ .. ....~ ---'---' \ \ , \ \ i . ~ :;: t ::! , ! it ~. 1 :. j ..... I Q::~--- ,I ~ <> <> a; ;; o l{') + o l{') ri .. ., .. ..... ~ -..-- "-r 'r- ..-----. >< ~ Sl \ \ \ \ \ I .. I ....B--+- I.. ~- ., . ::! .. ..... a::~_..._._ ,I i I il .1 I ., i I d ~ i i , <> ;; . ':I .. ..... <<.~ ,\ i " " I .. } (#I~~I <> ... .., o o + o l{') . ., I I i I I --r- I I ~ ;. .' 9" , . ~ ~ :;J a c ~lil .,'1>' i I ~ !- - - - il l' <> .. '" ., " 0'1- oro ., ., N I '" . I S I 1 ~ .---.---.----wr-. .. ..... , " . i ~ . , : ~ I i ~ ~ Ini ~I~~ ~! ~ , ~ \ . \ ~ ~ e '. ~!I j g~i I' r 1 co , o ..- "<t o 0) o ON Zeo ~5b N'PN ~~"<t :9=6) .ca.o> xa.ro W<(D.. i,. ~ b~-~=~=~~_~: :: !~ ~ l!' __,_" II . ... 1""_"._~_~_,. .........-v.~~..._w"_.,, o o + I') Lfl !l " "- ,,- ,!. \ \ U'H~ - ~ (lC~ _ ~.~ __ ..\ ::! "- ... o Lfl + N Lfl "$ ~ ~. ~-w.--l- --. -:.-- .. , ~ , \ lil 2 I ~I~ - ~ .. "- !.~_.._-- ~ a ~' ::! ~ ::: riil ~ ~ !--. r- -- ~ o " ~I-- 2 I '" '" o o + N Lfl q "j l' ,t 1,/, ~'1". J~ I' ()' ....,;;t; 1 ~ ., ~~ i ". --.~ ,!. :'":/ ., I iil I I I I o . I ~ iii ~' ~ o ~ ~ i i · ~ o .. " I~M~ ill; ~I~i !~ ~ , :fJ \ . \' 5 '" ~ r3 o Lfl + ;j)- !l \~ ~J___~ ,l, ~ ~ lil o " ...~;...-- - ~ .. "- 'i " -: ~ ~ II '!' ::! iii ~' :I '. w 1 " OJ'. lOA co I o .- "Il" o 0> o 0(\/ ZeD Q60 (\/:p('t) ~rJ"Il" :9:.:(1) .c 0. 0) x 0. co W<(Cl. "'I L- ~ 2 .. '" o Lf) + <t Lf) ~ { '\'~."'T-~ )( t ~ .. '" !!! .. .... o Lf) + r") Lf) " Q ~s ~ "- cr:-__~ ~ \ . i " ., , i .' I ~ !! !!! '" .... .. ~ $I 2 2 ....i~ t; - ...~- - u $I $I 2 I I , ~ g !l Y !l , , .. ~ .. "- "- a:~ - - ~ !- - - - o:~.~_ - - ,I ~ 1 , i i I , !! .. :i o o + <t Lf) . 'i ~ ':! ~ "- !-r-- ""1 - - ~ " . . 'i !l i . ' , .. ... .~ R i - ; ~ 1111 ~h~ ~~~~ ~ ! I t' , ,. . lOA ex) I o ..... '<t o 0) o ON 2(0 ~g'O N:;::;'<t :~ ~ '<t :9=<lI .ca.rn X a. III W<(a. ~,. l~ ... tJ ~,. Irr- ~ TI___:___ o o + <J:J \I) !! '" .... 0:-- ~ t; "'A---- - ~ fie { a: _ _ _ ---..--- ~ ~ !! ., , '" .. l'l '" ~. :i o \I) + \I) \I) . 's !:! .. '" .... !- t Ii i-- ~ , '" ....' r;:----r - - - >< ~ co Ii ., , :ll !!! ; ~ o o + \I) \I) . ':ij !! ~ 0:_ ,\ ~ iil i-- iil , ~ .'/ ;0 .... ~r-----f' - - ~ .. ~ co " .. ~ ~:il ~ ~ 2 I ~ i ~ 1 II .' , ~ ~ I - . i', I ! ill~ g ft~ ~~ ~ t , ~iii~H & hi.... ~ I." .. I: "'\." ~':. ;Hlllj mUll .. ~ J , I ,f ;1 j ~ --..- ....~..~..." I ~ w J II lOA <X> I o ...... '<t o (J) o 0C\l Zco ~go C\l",pll) :!::.q~ '<t :9=lD ~ 2:~ W<(Q. ::! ~ o ll) + l"- ll) '1-- ,. ... <<~,..;.,;......~ ,\ ~ a ,,;' "- .. ~ ~ : o o + l"- ll) . 'a .. ~ ~ <<-.....-~ I .. ~ a N '1.---- 2 , r ,. ..... a:_~_~ ,\ f !! 2 . . , ~ i'; g :il o ll) + <0 ll) 19 z i ~ GC__ .....~ , .. )( IIi' 1 ~t ~ a N ..l---- - II I '1 , .. ..... Q:~-....- ,\ ~ :;! 19 ~ a .... I r a "I a ,,;' .. .. ~~i i b ~ .. l! I~ ~II; ~ ~~ ~~ ~ I~ ! ! " I lOA IX) I o .,..... <<:t o (J) o ON Zco q 5.'0 N+:lCO ~~<<:t :9:=C1) ..co-o> x 0- <<l w<{a.. ~ ~ 0 ,. ... ~~~- ~~-- <1-- u ~ ~ iii I !i !i !i i ;. 1 I I .. .. .. ~ali .... .... .... Q'.~._--- lJ:---L- _ __ (I: --""'- -..l. _ _ , ;. ;. 8!i >< 1 Ii 3 I I .. ,'-.' ... ~ 2 iJ 2 ~ r' ~ i I l:I .1 1 J \' <> '" ~ o o + m If) l:I " .... !~ ~ : ~ >> i ' ~ ~ ::l 2! ::l I i Jh ~h~ l;!t15~ ~:J ~ ~ ... ~ 8 " ?? .. 5:! o If) + co If) o o + co If) + , ~! . i h.li,h t' " : if I :,. .~ ':"s;: 'l;.'\. La,}!: IIl~HI ill ~ . Ig !t !i " .... IX -.....-- _ ---.---. ;. ~ il I !::-~ ~ .. .... ':' .....----,- >< . ...:, llG .., ~~ ~ .' a. n-----.1'(jA.-- ex;) , o ..- 3 (J) o ON 2eo ~50 N+:or- :,:rJ~ .0 '_ (\) :2a..rn X a. (1J UJ<(n. ~ ~ o l/) + o <0 ~ ~ ! ~j~- ~ ~---.,-- - - - H . ~ i o ,,:' ;; ~ 8 '" o o + o <0 is ::! . ..... .. ,!. ~ 2 ... "'a-- 2 I r ~ !~_.._-~ Sl , ~ ., il <> .' I 01 '" ~ o l/) + 0') l/) . 'S! ~ ~ ..~ ,l I: ~i ".1, I . c ~If ~ ~ "'i~ 2 I ~ I t. ! "'~-i+- - -+- ----- Sl , ~ .. ~ . 'Sl ~ 2 ~ ~ i II , i I II ~ ' ::l ~ ~ I i ~ ~ ~ I ~ llh ~I~~ ~~ ~ ~ j i, ~ali ~i.' I . .. a JOI co I o ..- -:t o 0> o ON 2m ~~o N~co :!:::~-:t :9:::Cl> ..c: c.. rn x c.. ltt W<(Q., i:l> e -.:i jl> J-: 0 0 0 0 </") 0 + + + C'4 ;:0 ;:0 to , ~ .. 19 ~ . :. . ! lit · f '0 , .. $ ~ .., t " W '~~ ~~ "- 0: - - - '~~il ii . A H ~ * ~ ~l 'Ii> ~ ~ ) . . ~ ~ ~ d ~ ~ ...~-- ...~~ - ~ 7 0 , , i ~ 0 i ~I . , , , ~ " " ~! Ii -.. "- 0: - - ~ 0: o:~ -- ,\ ~ , Ii x $ i Ii I , I ~- a a a ~ . I ~ ,,;,l ~ l' , .. ! ... ~ ~ ;n ~ i i ~ ; '" ... ... _..._..~ a ~ ~ mOO_m ~Ib !I~i !~ ~ r '" "" .. '" ~ '" .. ~ lOA co , o ,- '<t o 0) o 0('.1 Zm ~go ('.1:;::30) :t: ~ '<t .0 -- CD :CCiOl xa.m W<(Q. ... ... ~ '" ::2 ... ~ o ll'l + I") <D o o + I") (0 :! is .. :! $ 1 >< ~ IX :c: "]-~ !I -~ 1!~ i -l!! ~ IX ~ ~ ~A- ~ cl . ~ ~ ~~~ - ~ ~ i i 1 I ~ ~ " , IX_ .- - - '" ~ ~ . If a a .1 ~ .1 :! I I ") '" ~ '" ::! o ll'l + N <D . t~ :! i . , 'f~- ----r-- >< ~ lit ij. f ..- -Il ~ " N , ... ~~i ill; ~ I i ill~ ;s~~~ i ~ ... .. tt f' . 'S! . !ji!~H .,. ,. II . at I ~ I ~I... \..~ \-' "",,-.. .a.~.{ ~ ~mjh , i II a . N , a . I ~ !;---. . a . , I I w w I t 1I(J) If: ro I o .- '<t o 0> o ON Z<o C!5Ci N:O:::o ~~I.O :Q=<l> ..c a. Ol x a. m W<(Q. .i ,. i ~ i,. ... o ~ ~ 0'" oa + 2 lOG <0.., Q) !! .. jk' .1 .. r -i .Jj l~ ~ \1 ~~ , "'~ ~ Cl:_ , .. !! I.. . ~ , II ~ 1 I ~ ~ '" ;;; ., .. ~ ~ ~ '" '" '" :! ~ . d "'~~ ~ ~ , ~ '- ~ >< ~ II ~' l> o lO + '<t <0 Sl ~ ~ G 13 ~~.- -- ,\ ,.. ~ ...i If ~ ~ 1 ).< -J!! lil .... "'~ 7 ~ I I f ! !! o o + '<t <0 !! tI\ -rs ~ Cl: ,\ II '"'I 1~ ~ lil ~ ~ I 1 i o ~l tOA :6~i i ' ~ In! ~hf !~O~ :.~ - !. H!~h .1' _I If .. ': _. II.\.,;- \:\, iiil~~ m~Ht ...... ...." i...:1i..~ ) ':l't- " II Iii f; ~J',i ..s ,/ "~"!i I, II II P. L I i , co I o T"" '<;t o 0> o ON Z<o ~50 N'- _ T"" ~rJl.O :9= cD ..c a.. C) >< a.. ro LU<(G.. i' l! '" e ~'" 2__._ .. !'l: ~ :! \ \ ) :; o o + ,... <D '" J ,. '\ ~. ~ 0:1_, , . >< ., ... u'j-L '" "- 1r-- !! <- ~ .. '1 O'OQ ~Ii ~~'I ..i..l . ~ :: d ~ a l:: :il - - -+-- co '" .. >') '" co "' o L/") + to to :! 1~ i II s .. . -' l i , ~ a;~ _ -.- -----, " :! ~ ~ '" ~ .... l? o~ o!5 + <.> tOo <DZ w :! ~ . I I a ci " "- 0: t ----,-....,. _ ~ ^ ~ t; ,.; 1 ' lil , .. . , '" ~_. ,\ i.l .. , ~ !:! ~ .... .. .. ~ ...~ . . i ~ i co ... '" ~ il!i ij81 a~~~ !~tI~ .~ ~ '" ;>j ~ ~ o L/") + L/") <D :! ... ?------'-.- " iii ["', .. '" i . ! II g ~ I I ~ ~ i Ii I I i ~ I ~sli ~Ii ~ l' ~ ~--:---r- - - -----, >< !:! .. i.l l' .k' J w tOA co I o ..- '<t o en o ON Z<o ~50 N~N ~~It) :9 ~ (I) .cQ.c:n x Q. m W<(Q. 1 " 1;1 )-:- () lU y_,___ o " ... () o " !'! ~ Q o " ~ Ol ., !:: !!! 0 l.() 0 0 l.() N v 0 + + + " ()) co co <0 + <0 <0 co <0 . !:! . ~2 !:! ~S !:! '2 '~ !:! .. 0 ~."Ii.,...~ ~8,~r ~ f ..~~ r · ",i! . r'~ ! ~'f 0 ",i l:S~ n l:S .., <> uJg~ ...- ~.. ~<r . :1./ ~ ~ J':' ." ~~---o ~~~--1 x T ~ ~ -'--~- .. + ~ !:.: ~ , :;: -~!l '. \ ~.~ Q .T ~ ~4~"~ ~!l O!: -,--- H. -1: o'e a ;V" "'~ ~ ~ 0 7 7 111 :;J N .J;! I .. 3 " ;! *- !:! .. o -:' !:! '" ~r--.-_ __y ~ !:! " ~--l- x o __I !:! Ol ~ ~ I - t i b , :s Ip Jb "'I_,t ir.8~ ..j ~ :~ ~ .. . ili! Ilil !_.--.... " . IDA 00 I a ..- ~ o (]) o ON Zeo aCo -0 N+:lC') ~~1O :9=(!) .,eO-a> x 0- co W<(Q. ..- ...- ..- ...- -- ~~ ~vl ~is ...<~ !---~-- ---- (JO.. ,z,) ayOll 3:}NVrol]1. NI'f" Q _........1____ ~& ;tvl ~is .... ..... $:0 1.;..1 - >t ~~ oj 1--'-'" 2! " 9- '" "1 I ! Q ~ I .... I d I . I ! " ~" -~ ./" .a -I .:\ ~ ~ ~ --~~_. ~1 -r;~~i :5 - V ,-,-- --- K ~ ~ >_ iJ ':I"" '-:<JIi t .....>0 "'(.IQ~ ~- ... '" '1 ~Ri i · ~ ~~ ~i ~~i ~<- ::f!~ 3 \o,~)( >~~ ~a~ "uu III~ IHi i~~ m , <> :il $: LJ 59 " 1-'- z.. o~ 'YU ~'" l.l- \n " \n :s ;. J IU~:'1 :i.~ )-<is :> '... ;-' -~ L :> . ..t i.1 s: ~ I~' -' . ($;/ > ~ ~~ ~ ., -'JI I ~ ~! OIl .. " u iJ)'" .!,;..."., "", ~"-=J ~'lIr~ 52~ .. a t' IDA co I o ..... "<t o 0) o ON Zeo ~ao N+:o"<t ;!::: ~ lO .a._ Q) :CCie>> >< a. III W<(G. -J -J <( 3i: 3: b 5_.'., . . -rt..' Q.. ..... o .' 1- : :~ ~ L V 3:f~ ~ ' ;jll ..~...'. ~,~L ~ r.~ ~ N ~l. H f ~~i ~rr ~~~ 0 a.~ ,. L W Z o I-:J (f)~ VI .... '" ~ s u i >< , c II} '.. .>< ~ \u it ~ _<.,J,O co; t- wg I- w n::: u z o u 2 ~z~ j"''''~lt''';':'~ "tfj i!!t!; ~ll ~~~ (f) ~~g -l :s~ ~ --JW1o- W o. o "'. W" ,-;:: ". . -l '. r,. "t U -:-: .4.--->---f<.-' .-~I~ n::: ~ ..~-tc. '\. 01'+ I - o ~ at.rtO.,>~.J ';'1I -l <( n::: o o o ~ + <Xl ~ ,8 ~~ ~6 ;;., 8.:! ~'" ~ ~ ~.: ; ,100 ~ . ' sf ,....,...-.--L ~ "'1'/ I ~ tr. < .. a t..JC a ~ ~~ j a:: C/l.(ri U": o o~ : ~ OX -< C 00.. 3: ~ ~~ ~ g ~~ ~ :j 5~ i ~ a..~ .- ~ ~lii ~ ;? ~~~tj Ul :(uoz c o..Vl~~ ~~~~~~ ~t.=o3l-~ lI..~~~~.c( ~~::1; ~I Od. ~l.&...a- ~ a. " ~~w:~ Qw liS 'i- ~-J a....:u ~~)- fa.v _<I- .O::J;V141{.~, ~V1lA:j~ o~:it- w.c(~~<-Q.~.2~ ~~5~~25~to~8 ....I~z~t;~ Go <aoa-<u<.)<t~. ~~~~;~'~B~f!~ t3w~t5~~~~5~ O:::CQ zo..Oua. wua.. f? -:::- '" c.ii ~ o z -' .. > o 0: 0.. 0.. .. .... "'~ i \ : ~ ... bii ~~a~ ji t!~ Ji~ i~ a C>: .... .... z a z w f? ;;; ;;'if) r~ ~~ :.r:.r ~~ ~: II~! - ~ I - .-,,~ ~f '~ ~ ~' . _.1.. '~ ;, :~ il o w ~ u'! J t - ---. IDA <Xl I o .... '<t o (J) o ON Z<D oe..... .00 N+:i1O ~~lC) .0 -- (J) ~o..O) w~~ I, I I - - w .... 0.. 0. >- >- t:.. I- .... I .... U I ,I u z z W t .... .... I .... l- I- -1" I , ....J VI VI .... U :J C) ~ Z <Il lj 5 .... u .... C)J: zl- ,:~~ <Il"'.... i<....c ....""m ....lI;!,.. -'...I"l( <:>:r; t-(.)~ 000 j!:!z, 0<0", g:~~g ....~lIId .....z Uz <-< ~em~ ""11I00 QOo;!; ti&Q!ci <.~Ot- Q:Q;laJV) ......~ ;1:0<1>: oz....w U<lIIo. ~NOI.LY.lS !/Nl7H:Jlt711 \' __z-e:s r-:JGi~ ,\ <.:> !l;: z , v; "" <I; 0 I 5 :l.. ;i~ Z lj~ <( ~m -l !:l. ........ ~,o <5 iil2s -I- ~ =(:) Wz Z ~~ 0 u )( I I-W U Z :::II>: 0 xo l- v; <Il<ll z.... 0 02 lr U::; t...J -::- IJS+IC I<<Jll Y.lS fINl7JOI. "" I I I I I I I , I 'II I II I ;1 : pI I :1 : , " .1 ,I, r I I I I 1 1 I I I I I I i. I ~Z-f!!:!! 1';JIj "~f J~ . I I I I I I I , , ~ .... Do ~ lj Z w .... I- .... VI o :J t:!: '" a o , I, ; I' ~ . 1 \ I) I .. <Il W .... <( en ,.. <( J: ~~ i ' III~ II!I !~h ~~ ~ jll! ~~h eii I . a ,..... . lOA ~, CX) I o .- '<t" o m o ON Z<o o Co .0 N:;::;<o ~~LO .0 ._ Q) .- Ci Cl ~Q.IU w<(a.. ~7~ ~ ~ z .... "- ... -' VI ... <.> ::> '" ... '" z o <.> --, - ... I! \!: I l- t: I z J W "- I ... ...J I (i\ ~ ... W <.> z .... "- ~ (i\ >- <.> ::> '" ... '" z o <.> W U Z .... "- E ~ ~ (i\ a z .... '" ~ .... ~ ... .... <.> z .... "- ... -' (i\ g 1"\1 I' & 1" I l~~i:11 1:11 ~ ~: ,il < ,ill I ~,l . ~ '~I ~ , L-. - "Y- \ , I! ~VN <.olE ~!i:;: '" '" -' x..~ .c( WI>: (Xl -'~,.. -L-,< <::> :I: ...u~ UCla ~Z~N 0<;;:0 8:~-c- :f~~~ <( ~ < :I: :ex (/)8~~ ~~g;?; ti&a::ci oc( cr CH- Q:::.o..W(/) '--o~CI:: 8~:;:;~1 ~ / ~ ~ I . 1 i a , Id~ I!~I J~ :~ I ~ - .... Cl. f: .... <.> z I .... "- ! ~ Vi j ~...."..... . IDA ~. ~ CC? a ..-- '<;t a 01 a ON ZCO aCe N~I'- .......COIO :.a .2 G) .- 0.. 0) ~ c. co W<(Q.. iI . 0' I IH~ I h'llh U ~t <to fl- ! ~.~i\, ~ r--~tl 1 ~ . _ I ~ !!i Ii; @~t 1 as. J IIR 'I@ · .... '. I' f!:i ~.. i I l~ '",+ ':t ( ! ~ · (I i .. ~ . I 5' ~i · I ~i I ; ", , ~rr o \;oi I I C ~\ ~~ ..~~..!: . - 1~~~3 .-.:;;;... IUd d! ~ III.t ~, th~1 ~ I ~ a ' 1 . , . ~ 1 I~ ~~ . ~~. ';~ I l" ..! Ut J ~,~ 1 ~ i~, t ~h I hi W l.l~ '"l I ~ ,l .. J+l t ~ '. 1.1 ~! ~ _' JI, ~! ~ .,~ , ~!,~ f,,~l ..,;.t ....::.-::1 )."'~OI illi I ! J ; l ~ " :if a ~~."f mn \' .liP , i It , ~ . I Ii 'i l~ .t !f I 'I ; t, n i:~ S B, ... Ui~ ;=1 i;C ! "" 1 : I . ~ c , I . I.~ ~ , 1~ II , !1 $ if " ," .. , ..' . . ~ .: J~I j hA .. ... ... - ~ 'il ~~f ht ci"" ::0' ~ : ~.. ~Is~ !. 'lit I 'I Ih !(m! !;~! ih1lflt i!;~ I ~~:~ . i'j!li j IJI!I: ildii J J~ll ~!; ~" ~ ~ ..,~! il~if ~ ;'''!~Q~ I~h lo; i, I! l! II .. . ~ ~ l~ i: ~~ ,:c .. ':r . ,'h .~I~. =1 ~ i~ j~dUi!~ ' 11 ..h, af. irA riit,1j!; If . Ii 1.,11 I fln.ip) }1. l!ndU! d! - ! ! ~ & ; II ! J r~ ~.._~ ~'l~ !; ': J :. &: ht . !"l . .. 9 Lilt.': ': a ~I i'l 1 . '- ,,- ~ .. ~ ~ - :5 ! ~ ~ ; i :1 Ji Ij z ~ .. i l i ~ " ! ~ l~ . II '- ~ll ... ~!r~!f3 ~ d k~ ~ ~ ij Z5 I "i A I '16 !: . .I' :. . 1 z ~~ ii :> :;. 1-j ~ }- .~ ':: 1 IS ~i ! t i ~J H ~ ~ ~! d J ~ I, F !~ H H l!! . ':it ~ ch Ir I! . J ri ~n } .: HI ~ ;~ c! I I ~ ~.)' ~v' ~:: ~U ~ -'''''~'-'' ...". ,..... - C~i tot .. ~ 15 ~ <. >I! . J' · ~ .... ~ I }'I r2;! 1 ~ I _I m~ ~m .11 ~ 3 . i ~ '1,d ~ ~ l~,:/ ~ ~ . a \ .~f I Si :~:"" U ~ I : ~M ~ l :.... ~ f ! l it ~l 'w H I .,..f S ' .... ,I :: ; 1 'Ii ~ 11 ! a .f~ ~ R I - . i b i1 III~ ! ~ ~ IN! I i lOA 00 I a ...... ~ a 0) a ON 2m aCe .0 N:POO ....l'\l1.O .- U :9'a.~ ~ a.l'\l W<{Q. · .. ~~ ~!J .' Ifl !I- ~ ~a i!~1 ji", ! ~t ~ g b )1 ~~I aJ ~~ ~ ~~ }~111~ ~ .... a 1& ~ - 4..... ~! i$ ~ ~~; ,~ si II f~~ h ~ ~ ~e~ ~~ ~~ il~ I~~ ~f a- 'g &~~ ::: Ii ~~ a, ~~R ~ ii n ~g ih :; ~~ a! wA ~:;.~ ~1..: ~ "i. f w ~ I <(z u 0 .....- 0:: W <i; :::: 0 ::> . Lo.. X Z ...J0 >- i-) <I: ! <l:Z -We;: ..... U -' (,) Lo.. lXl:=' ,::: Z 0 ~ ~I- ~ ::> in tJ} :::: I ;~," 0 0 0 Z 0:: ..... U ..... I (fiN Z 0 1 0:: Z co ZI <( <( 0..... ~ u...ill~ ::; f--- N --I +f +l co co 10 + + ()'l N >') >') II. .. ., I I Ii i .... ",0 .... i ~ ~.~ 0:: ~ I -:;:l w 0 <(Z ..... -' ~- <( .... <( lH;:? ~ x Z C!:: <.5 >- i-) <( z:<( Z = U Qj - (,) Lo.. Vi] ~ ~ ,::: Z 0 ;,. ::J Ul ~-~ Ul ::; 1 0) 0 0 <(-...J 0:: ..... ~:L Z u ..... Z 0 ~l (/) N 0:: Z co f=!!Z I <I: <( <(Ie> t: ~ ::; ;::: ill :;t 1-.... N --I +f ...... CO + +f N '<t' ~ \0 + N >') ,- =-,,1- ~~~ . I ' ~ ~~ 2 I II - _l,~ - '~:i i .~ ~ ~ ~ ~: 'b' . i ~ ~~ ~' ~'r. ~--- ~ ~' , " ~ " Ii I I ~ ill !~ ~ r I I 2 ~ 2 2 ~ t;; ., "'a~- iii I , II I 'i 3: Ww g l5 ~CD~~;tll. 1."0 ~:::Jw<(aof5~ . .....<z0I-Z..... 0(/1 ~~o~~~~~5~ 5~~~~~~~~~ z$~v;~:!,.,'::1~~ . I II iii I ?, " ~ = ,L._ ;.-' i I i I Ii I If ~ I '! fa I :: . I '" !duo :2~:f ~ ~~~ :i'Z...J i'8a~z~~~~8 ~~~:~~~g~~ 8~~co~~:I:~~~ ~fta:8:>a~a.~~ iii I i I ~. II r I LOA a ..- -.;t a 0) a 0(\1 2<0 ~go (\IopO) ~~1O .0.- Q) :.t:a..rn xa.m W<(a. :.'''f I I I I I I ;, i-ry!~ ~, ~~~I~ iJj~ ~ a t1i 8:~~~i; gl ,~~~i! i ! ~i~.,:.l I"IIE i55t 1I - d ;i~~dth$i~l~f fl ill _! ~$u "d I 1 1 I I L_ t ~ ~o ~~H in~ ~jli ns~i ~li I ;::;::lil~ Sll~1 !:(t(e. !~~!i eefii !o'.~~! U9"1l !;~&g lilit!, ~~ - . i ' ? I "? ~I li- di ~~i ,~ : I' ll~ ~! dl:........ ~a=~ "Iii :~I~ d'ibf ~ I.. Illig ~ e-:;~!d~1 ~a.~..~o'" HIl~:eJ~ !aI~t2eilg, '" '(/ ~!lG:;;'" II ~:: ;~gii; ~: .:: ~! I ell'&! !: .~ t~ i I ~ti i 1=, :! ~r lit . . i ~ ~ J ~ .~ ~ li 3 ~S~ i ~ X ~~a ~l' ~ Is R~r ~ ~ii ;~I~ w"'l H! - ~!Is " gla ol~;~ .13 ~ I i~~ ~ a. Ii'. Iii t~! ~llg ~ 'l( ., fl~ a~1s :ru ~" · i~' llW l ~g' 'l5 :d6 ~ d~ ii i Ii! a~ z ~..~ J ~I~ "a !Il~ h~ , !:11 i ~!i 1~li ~R; J:: ~ ~i!~ i~ ~a IU!!y I~! i'~ I ~ il~.1 \t ".l al, I:>> ~ Iii f: V.! ~!s l~' :ii ~ ~~ h~ <En tb h ~ _ ;i h. , ~ . .. ~~ ~ f~ ~:;, ..~!~ U~! if -1St ~~~I ill hH ~u Wi ~ ~j !~ ~ ~~ r;b ;; ~ ~II~ ~A 1I~ IIIIl"IftIMn It< G.\.t-tt) -zr I . ---I O-A-,~.1m co I o ..- "<t o 0> o 001 Zeo C!50 N'.;::; 0 :=: ~ eo :9=aJ .ca.o> x a. CO W~Cl. i ~ 0 ~ !tIX" ! h!3. . :;; . a . J: ! 1I'j\!l!i . H. ~;!;tI~ ~~ i'O,",;2~ ~ - ~ wllilell 1;1 ~i ~" n s~<l 'H ..c ~tl 1I_~ !!~ ~~ \!l~-~l~ ~I .-\.~ b2 lil i - g ./ d ~~;;:,;i~ lill .....cy-..t.. nll~o~ :r ~ ~~~ih 11' e at' ~ ho h It: i ~i ~~ wllt~ ~~ ~h .....t! J!~ ~~ _ ~~5~ " I .- 2~1!! ~~~ g~i i~ ~-~ . ~i ~~~ .... ~~~ ~h );,,:. V ; l lOA <4 0 """ V 0> 0 '" 0 0> "- - . 0 i l> ! ON II~ Z<D ~50 C\I+'T- 1 i ~~<D :9=<D <51~ .cQ.rn !!~ XQ.ro w~a.. :~ 1 la" Ii rt I!, '" I I ti. I} Itl~ti: iJhlli I .~ -" I <>;1 ~C 01 . .J ~ ~ a' ~ I ~ ;r di! ~eh eii .1 i~ ~.,=1! .v,.. 'a I !~I 11 q I !, . m jrfl r+- , · J. J ilhiJ hllt :Jfb!~ i-It' ~ ! nhg i!'1 ! : :l ,;f.!l ~ !f <~ j ~ I !.. ..1115 ~ ~J i~"f:!: ~ !Pi I in ~ ~i j' PI ! ~ ~ ~th~. ~ I . w ~ t'" ., . os ~ ! . .. . ~ ~ :i ~ i I / ~ l! -.. aa G' ~ ~~ :.111 z _ -- '~L:l ) - ---- I si j;Q !~F wJ~ ijil'w 'i"M 8'41t_ -' ~ ~ "" :l! ... c.. ii: I i r ~ 01 : : ~-i ~ t;~ ~ ~~: 1>- (.) ~2 ii:z. o c>U z -w ~~ ... old 3: .... z ; 3 111 ,,~ 1l~1 !I; ~A ..u ~n ;l'~<J.. ~~IU ~~~;i3~ fitl'lJ ~;ilJi~ QJt!.::!~f !asElIutl R~ I i · ~ i J ~. ~ i~ w -~ ~ e~ s U ~ "'. ii !I ;1 ~J ~,illll id " 0 ~. ~~ ,I~"ie Iliff i III a.!I;f i · ji! r~~lli !at} ; j mI. ~ t ~ '''~ all 18"" ~ f "w.~.'i ll' !h.i;: l ,hi ~ J8 i:hll8i ; ~ vi..!! 50 . III u8~ '" ilr~ ll' ~ ~ ;~~i!d illf!~ : I i:~d!ll \ I 1~~92iv ~IU~J · , .ti'\:~1 1 $ d~iji~ ~~3b~~ ~ f i~,~l!~ ~ ; I :i ~ .. ~ li~la~ · ~ ..~~irh~ ! t I .. ") I I!d~if g!I~I! I j :~~;lli~! I ~-c ! ~ I' ~"!ldllwUii" :. a Ij:i'~~f~! ~ ~ ~..., llJl'I~ Ql:liilf, i I "a' ib :; I if i' I 1~. ,; . .. yl!~;" . i!<lisll." J 9 " ",iD#i~ f'III.I."1 1 .. n<l~~i:L'i! l '" i i :i~I~~I. ~I i~:I: I ~~ iii1h.if" ~ ! <I. ! ~ &iE t!1 i; WIll!:! 18 R!i~~IN; ! <I. i hR~iU if!!!li: g~ !i 'JI;~!!~h H ~ .d~ I ~'t~ . -& ~loi ~; r3-~'3 la ~ _ R fllr ! ~ iz H l.l~h :i !I ~ ~ ~ ~w~~r~:! ~ . ~ I ~ ~ 3 ~l.:g u~~- ~~ii ""2!- 5:!:h~ ~ ' ei'l ~m Ii f3ii ~_.., ' I It i' ,'--- _. IDA '1 <:0 , o T"" '<t o 0> o ON Z(O Oe"- 000 ('\1-- ~~~ .a ._ Q) ~a.0l UJ 0. CO <(0. i! j~ _8 H Ii ~~ ~3 i! - ;;.!l J ~ jl ~- ~ ~I ~ i iI~ ~ ~ 1:1 u a!1! 1 !1,! ,ill ~!~ .3l,i ~q ~!l;' ~" -<i! gliil; u.~p. ~i8 .. z ~, ~;,'i ,.< . ...:&;0.. Za:::1iO 8~e~ ~~~~ LU:I' . 3"'" u oo:ga. u:,;=~ - v - :z g ~ ~ Q.. 911I ~i H g:i~...J ~ i!~ U) ::~~ ill". :5!~ s i~ JS v, C ~ -", "0 liJ :z:.gi ~.~ e .....'" .t~i ~" II ~_ll"i!l ill I~ !~ !!J;; ~ B .. H I f . ~h i ~l; , ~B ! Hill!: "n'li! ifi Ji..~~ ~tV i;~:S ~ ,~-1.,- Hi ~~ J Hliiflr~ HI iil i. ~Jl. !.~t ~F ,h - a i :t i ~~: 1'8,;; ~1:1l. ,.!h ! ~ !i~ ~ ii, !l~ i - v co :i.~ . ' e;; 0.0 ~ ~:a '" So '8, ~~ &.. " C . i ~ '5 C 6 2 " g c! ~ 2 ; '" . :. ~ . " ;; ~ '" ;;; ~ & t 11 .... ll. ~~ =~ 0" o " ~~ ~g 0," 3i! I"a c~i .Q" lG ~~i a!; i,~ ij ~.v 'ag ~ If:.- ~~l 1&! ',,;e n~ !on ..~ ;: . .,,3 ~;.. ~ ~J $! ~ ! 8; ..... ~:t -- l; : Hli hj ii ctEj if ~Ai ~ ~Hh Hnii i'~H~~ ~!oa~::I c-;;ti.ic ~~~-I~ ~i~~'15J 6.515:;:11 ;g&~~~ = {; ~n ai E :: .~~ :1!Sf~~ ~..e.iEg I- -i'~liv8 1: Q ~: -! ~ ,~h.!~1i! i1! ~:lgi5etf ~ ~ g ~: ~ i i ~ ~ ! ~ ~ 8 ai; ~ ~ :.t 2- Z.Q :'-:V:l:~ib 8 e ~!' & ~ t- ~ ~ ~ UJ i;" .., ::11 E >. - O'li.!l.~z~ il'qfi'i,~ e ~c "1i~ "!~~J~; g.~ ~m5';i ... i ~-: 8- o;;;'~f ~l! P~~i! ~18:"~j '<ll8.. 2 ~" ~",,,ol: ~ b i! . ; !'O Hs n~'~ ..... II.. ~iiI i ~ ~ o '" I- 2 o U '" W I: I- o ~H~~ ~ !! ~Hi& ;,"~H s ! Hh2 ~i~aQ. ~ ~ ~iu~.. gS,~~i ~ ~ ~~.!!:I ~t!~Q t ~ GI:I 5 R!~H . .3 q~'R iI_P: li s~~p !,hH ~ ~ ~~;~! H"~.. ~ 'Ii ~li'jn CD "- }; ~ -~i.l: w UiH i ~ tUh ~ Iii!; ! ~ iF~ilj i o,s ; p U 1> i"" ~ 1! , g t -' ;holl ~~ 1! i~i."~" 0 oji'OZl l1s ,c! i9-'~~1l~ eo ~_8~,~. s. H :!.9~~_,1i~ l!"li~ ll.~ P ,1~~~h u ~.21~_ ii .! :,,~8~~~ ~ lij=.ei ~g "B ii llc ~ !"H!o ~l: ;; i!:;~~~t ~ 8~~Hi ~; ~i i!f~Hi ~ ~iH:1~ !l lH '!1li:fo 8 li!!~ n ~. ,i"H<>[ji~ ! i"! ~ ; g 11 ~ W ~ i ~g I ~ !!ah~,H i~th~~t~ f Ii l~H"!. !~I"I~ ~.Iutu ;: 1!lld~j'c flJlutil ;:lIi fa'flii ~h <Uh~ -.1 ~ '" ~ < cr .. " ~ r i;l a ! !w; c v~. ~ li8: 1 : ii~ .v ~ ~. ow <3 8 ~!_ ~ ! ';.i~i ! ~ ~.uE bo . ~iO!: a ! g~H OJ g u-I!E' i"," v~ii'q';i - IiV!';Ae ! i :{;.Ij~ 0. a.S c: . ~.. j Hn~~ ! .t Ii I .Ii . ; E &I i 3 l r i - 8 f-- GlI ~ ::: 3 ~_! ~ ~i l! ~ j ': ~ S!! !l !';; o - it ~ tjf 2i g - 9 e "tl i~"%e~~ ~~ ~25~r;~_~~ Ji!l'ii~S!~ ...'O!.,,:!'Oiilll g ~ i ~8 ; 'Sf S ;; a!'E;ao ~~_ 'Oi:~.lgl:(~.!! C::ai!.aUall'O'Q j7i!~~ ~i! ~ i~ji83~~~~ ~ .. .8 II = 5 i I~ !! I,' '. - U '" ~ 0,0 8 ~ I ~ ~ Jl~ ~ ;; 3 c'l ~~ ~~ .-riM ",11)00"," 8PHi <I) ! ~ H~ih~~! sa i ~ ~ ~ ~ i7! ".~=,U ::> A,- "_ealScC!)<c S~! .!~ ~ sE ~5i!~~ 5 if toO.t ill 0 Ii: EU) a~~" rt -' i}~ IlI.'fli ~ if~ !l!l -lj ~ EH '0. !- w iH -~.6E~8 '< Ji.l!~ ll-i!oj>- t) :J!lh ~ H~ Ill;'" ... <l. '" ~~ i&j8i5 '" :!l~~ 1 ~ai~ ~ g~:Z 1!i,~ c! ... .!~~ ~n~i! E hi ~a.~~E~~!!e6 illi~1!.!l ~ jg~ ~H~H ~I";i ~ u ~~ 'j ~ i1 ~i2Ii!~ ~ t"r; ..! H.!l 0 :ll~ <> "!1:l Z ...u ,."g~u 41 0 !~ 2r~~ :~ ;:: H~ ~o.~ih ~ ~H ,g~l!I-i~ '" ~~~ "~J:oO~!!. ..... ;.0. ~ hUh ~ Hi i~;= .. 0011. :;B1!e ~ .~; iiitfe ~ ~~;! ~g_.; ~~F!j ! I-:_!~ ~~:ij~ 6.iS:E g~gS5 =-i'aB6 hag ;~!i~ l'tl~ae ~~.~a.~ .., 2'11 ~ i 2!.a~...~ '5~I~; ~n-t:lI g~:~1i ~lial 8~~U "!i2~si ~i~li ~!~~i :cr.c eJj ~Ji:; E~~O~ ~~~fi~ E a ~e R i B l!~ i ~ ~ . i II ~ ~ ~ ~~ ~ ~ ~~ ~ ~ ~5 el ~ u~ '" ~ ~~~ ~ ~3 ~ ~ ~ ~ g ~ ~ I::~ ;0 ~.~'ll 2~~; ~~ 1;$ 3~! J 8= ~ I II: PI I :i il 1.1' I ~i I i: i :' ,i i , 111!i I'if.,. ~; I I , IDA ~ co 6 ..... v o 0> o o Z occ.o ("'jgo ~~r- :9=0) ..c: a. Ol x a. <ll W<(Q.. -g ! ; '0 .. 11 c .YJ ti i ~ s ~ [! ji~ ~ ~ .~ 8' ..:i ~ ~ .. 2 ~ !iE8i_iie" ~ Ii'" j,1l!~ Jo" r.! !~ ~ ~ i i ~ j 11 ~'ih !ill~!li!! ;1"";~!1~ gi~ ;~~~~!~ E!~ --g -~.8~~ ",,, ....'i~~ liii t~~;g ~i ":65~ ~a~ ~~"l:>;.. ,!is ~~i;;; .8~ c !P c! 8. c ~.~ 0i;-i5.8 ~@;;!i!l"'-ll." -'~ 111 ~ c: 'j.. ~ j c:"J... 0 Ai 'jH ~~hli~if ij ~~ ~ ~ u : ~ ~ ~ ~ ;; I ~ Iii co....15 11 c,. 8" "'~ ~ Sl H ~ ; i ~ j g ~ i ~ i'~] J i .~ ~ I ;; I ~ dSi;!8~".8 '3:l... ~!!!~8 '" l>>,i~-0"O= &at~u ~ HiP~ii~J; """!Pi; ~~l~~ I~j~. ~ ~:g i~~~! 'i1'l o15:::l i ~ ~ ~ I! ~ ~ e ;; Sc;I:.~"'" <& C1. <n S ~ t=-e nQ. u i~ ~ 1.' ,.... ~ ~ . j....~~.... JJ:~ il E en i 1l .. u~ d: ,!} (I) 8 ~ ~; ~ i ;:)' ClJ ~ fil. ,S'E a ~Ig ~ ~!! ill! Oi; "' 5 ~ 1:.~ 'iij ~ i .1 ~ i ~ ~ ~ ~. "l ~ g~ c: Ii '~ 1 w.S" ~ l'! a ~g ! u 5 ~ '0 il ~ E 11 1ii ~ '" en ~ :g ~ 1 15 ~ ~ o 1ii ~ 'Iii i i ,5 .8 j i ~ H 8~ :(11 ~ ~ $ ~ ~ .2 Ol 5 .. '" II tl i!! 8 .8 Sl 'il o fi ~ i ~ ~ ~ i '" !! 1 & ~ ~ ~ .. '" c a .. ~ c:. ~ C .. l '" h : ~i i h } -r.: j ~'i ~ Ii & 'll:: '" ~~ ~ ~ ~ ! -0- II ~~ ~ ~~ i .8:X ~ ~~ go j ,. ~ ~! 'h :!!tl "8- :;=-,!! ~i 5:i ~'" -g~ :;: .. )l~ 0l1i .S~ -a- U i!-; c... ..~ ;2 ~!i ls ...0 ;,gi ..-9 ~! 'l':3 12 i6 Ii il ~ ~ ~ fit Ol ;;; CO ~ '&J I ,5 ~ :i g> '~ .J! 0. '0 lij 2' '5 !l ~ .. c: ~ ~ '2 '" 2' 1~ <=-~ l!'" g,>- ~~ ....11 .8 g E .g ! i!! Ol 5. o f <( c: 9 ~ .5 {i .. .. ~ .. ~ E .8i 'jii .,l! ~0 ~ a ~i all 11! ~i ~~ .fi! E E -<:3 11 " !!! ~ ~ .. jj s ~ ~. o ti 8., \'it a.. ~5 0i L tt.~ !~ ='2 i'" 2~ !i l~ a..!! H' 0.. ci5.. .~~ "5 '~~ !i 1!~ ....'" c 2 i ~ l! ~ 5 '0 (j ~ ~ ~ 0. e ~ ~ ~ ~ c Iii "iQ '0 ~ Iii l; :; 'i c i 11 j ~ '0 l> .S! :J 'i .!i E ~ ~!i ~d ~H 'C~i ! >. E aie iH ell;;; .!i;; id ~i ~ p~ !!!h iaj fH ~.~ U~ ~ en.. -a"c c: Co._ ::i~ ~g~ .!!-1O s.88 HI [ c ~'iii = I h5~ : .8ai~ : i ~!:>,gt ' ll~ 31 j :g 0. -ll, I ~4)~gl!!i ~ .: = ~i ~j 8 . ~ ~>€1 =~ 5t.!!l.ml <( 0 I'Q. ""11.L1 ~ 11 e !i ~ ~ ~ j ~ ~ o 11 g 'i h 8 ["I.' H .'~ .0 0 a.,.; ~~ ~ t I !l ~ :i.. I ~~Q:~fj o.~g"}l;J l6'2&~: ~ i tij ~ ~, :: l; u! i'i il'. . .a .':2 e 2 !II 'iiI' a., ~ a..., '" c is. a ,3'! g :,2 il ~.1':' 8 i g:~ ~ t: r~ i ~ 'i!!11 .g .2 i~ ~ ~ "S Q. cSJ' 'r: ~ 11 5 ; ,.1i g ;; 'j c: Qj ~ ~ =~"2~'a i ~'~gt:g ; p~ i5 j .c .. ~p 2 rl ~ hi ~ ~ '~ :; ~.s E .j ~ Ii ,-" .9 l; i:i ~H ~ ~ ~ ~~1l~~ .. ..~;.. '~ h~ ~ ~ ~ ~.8 tj go ~ f .5 .~ ~ ~ ~..'t ~>-E 0 4.t 4i i~~ ~ ~ ~ gE-g :; ~ ~ ~.g~ ~ ~ ~ 'Ii"8 -a E ~H i. ~ ~ ~ 8.2 ~-a ~ ~ ~L ;;1 ~ a. -0" j1F"j ~~~I ~Hi 0-..1 - ~.91 .. 8 ' ~~B~ J! ,- .!! i!~ E'i :; 2..25 - iil'.!!l ~;s; i~m -g~Sl ~n EEa; ~gi! -..'" tlg" ~II~ ~:il~ ~ ~4) ~ 1U.!::f .1i''''i! cE.. Eg~ ~''8 ~ ,5 :;1'l, ~~i! i,E~ n~~' 1!l~ =1l ~='5 ai: 191;, ~ ~ i~ -E ~~gl~ ~ ~ '6 g 0.. ;;i! .... "'~ .! ~ -a.. OlC "'9 5<; ;~ 'ii ,5 s~ l!,i!! H ,~ ~.9 H' II fa 8~ "a ~,. " i~ ~~ co. "8 j= l!!. .a:-il i~ .8:' t j ::;.B ~H ...... iig= 5;;~ ~~~ ~ ~ ~ 'S tt (11 a :> 'llc !J ~ 1: ~ g ~ g m~ aie Cl~5,," ?;o8 '~'!!~~i~~ "OiQiJd m.m ~u..Q..U 20 5 . . .. . .. . E 1l .. h. .8 g 11 '8' ~ R ~ ~ 0.. E Z i 0 c ~ ~ ill .. ~ ~ R: .~ E Z 16 * Q Ii 1)!:; ~ S ~ ! .~iQ.~ ~ ~ go::; 19 ~ 'fi f? fti ~ ~ S >- ~ E ~~~= ~ I t ~ i i e ~ - ~ B at __ D to i ~ ~ "! ~ E 5.. '" ~ ~ ~~i~z= ~ C: ~~~2:! 8 "'5_'_0. :>:( Eo~~:2 ! !- . . .. .. ~ R i b ~ ~ ~~ t:::., ~"'::; ;s ~~ ~ i ~::> '" C; :(~ ~ t: ~!! ~ ~ -c!i IQ ~~ ~ ~ ~ ~ f "' ~ >.@" ~:'t: iii"q t~~. ~~ I ~ ;:j~. ' e:;; · \!j '" '" '~'I:I..' "I '.' I I , Illl, fl,.I.1 f' 'I', -, . I ' I : ; : :/ jd." il'i :1] i ,;..;1, ~i, I ' lOA co I o .- -:r o 0) o o Z octO ~2o ,_ ~N :9::QJ .c Q. 01 >< Q. ro w~a.. ~ .ffi l- e) S o ~ .~ S~ Iflrl 1-0 ailf ! ~ z :;) o o Ol: w ::i ",;.;,J o o '0 ~ ~ <l II ~ o 't i5. .. 5 ,5 " .. II ' H 'i' ,,~ ~. H ~- ~ [~ - '~ i~ ~ 6: ti l ~ g :~ ~. g ~~ o l~ .- t; '" Q. .. ~ ::I tJ) E~ !t -g:2 w :.8 l~ ll.. ~?J ~- ,g~ l~ ..~ 50S! 0" ;;5 ~{ 'ii,,. oS-S l!8~ :!!~ !!I!'Q iii ~ '!l ~ ~ .: ! mn .8 c (;!'l ]l H~ ,!l ga:; .. lOcO .R 5 ~~ .~ !~; .. l!!~ Ii 4).. ::J:l "" =~ ...~~~ !.3 -:11 .~~ arJ! ! U) J~ c -g ~ll;: ... <Xl ',l!l ~ ! i! K!d! G,) a a1i:} ] U !!iQ. ~ ~ ,Wj,~ ~~ji~ il ~~~.. I ~~~i z: dh & H'~~ o a ~,. ,! !u.5i '0 sil~" o ~lU ~ z li ~ !l <> 'it 'Ii .. I j ~li .. [j~ li .R i! t ~.~ i ~~ ~ :! I t ~ ,11 'll VJ h ~ i ~t ~ .i= t ~ H I ~ Oiji '3 (J s: .; ~ ~'" 5 ... ~ ~ ~ ~g a"" '!!~ ~l ~ ii -;~ ~ ~8 ~I~ .. .; i III ~ .5 ~~ ~..:i ~ ~ ij.,s ~ E 3 ~ ~~~ is; .~ ~H S:Jt i! jm~ ~lli ~ .8 1 .~ ~ &, ~i ;~ .." il " ~~ ~g .... ~~ .1/- -~ io ,,<: ~i <:\0 !g ~~ ~~ 5'0 ~:i U ~~ ga !!1i 'eo !! j~ n :l:E " o .... ~g :~ !~ ..= I)'::: ~~ 0-" 1Il.. I!~ !ill' .." ;li -Sf) Sm a- j 01. ::to. iH I ~I'~ ~ H~ ~ iHi ~iii ~ i~ 5 ~ II ~,~ ::: v= 10 ~ =:~~ g. c: 10 u "'0 I! = ~ ~E~ B "E- .8 -g .. ~ ii~ ! '5 ~~ .~ ~~i ~ ~ .. ~ 'E .. c i: .. ! g, ~ ~ ~ 0 I ~ ~ ,i! ,. a ! i I" ~ Ii ~ R! ~ "0.. ~ ii 11 1l i'S ~j ~" _5 l~ j~ 2~ 'H Hi "'l! ~;: :1 c .. ...15. " t ".... 0"0 ii r! !! .~~~ ~:o ~iOl! ,- E,Q m"'6 :e g lli~ ,j; ".. ~sl :lig 5:31; j"''! -!it! ;g; i.a-s ~ !,~ Ed: ~ ~..~ ;;-h, '''5 ~~8 -c ...41.... i!~ ~~(J gH '2~~ sH", E~:S g ih:: ,8. u ~.io h~~ 8ah ~ ... ! E ~ o h s:... lls:. .*a g= ~~ =.. a.il' lI) _ ~i.m ~ .." 8:~ ~S1; o~~ =~~ H~ .. "if. 9-,.,v.l 8~"2 "0" .!! ~fu )!:os:. 0 c'" ... " a " ,5 UE~ iis Bat! D~~ :3e~ ii; )!:o-)!:o ~~~ ~Qj~ !!~~ ~~~~ Do.. VI .S:.9 ~ u g'~"''5i~ .ilQ~,g~ ... ~ ~'[o ,~'::: 8l .. go ~ 8.fi o'~ o~~g.;. ~::lI e',:- ~8~;~ ~ifu~~ s'iJO~~ oUll.. a_~ 0: n l;l 3 E~ Ii o~ ~o ;;;8 1:-= E~ E~ 0.< o -.. .. 0 "0 ~- ~i ~~ -5!.c !:~~ 9~~ -g.s s ;;~.8 i~~ 1! ~~ 'i.; .~ CV~ ~g = ~H i -g g. ! ~~ ~~u ~a~ ~~i ~ 5 ~=cag j~~ij "'j"c. hH g s ~~ i8.Zg ~!~i ~~~a !i~i :g;jl K 4l~a'" =1S""J~ .9J!~o jl ~ ii:--11> P- 21'S ~." VlCIl4) V> c: 41 ell c; 8.~ ~ lit ~ !")~t:~ ~~.~g~ ~~g;~ c ~ a. 0 G) ~E~"tJ-5 ~~~~~ l~-g~ : ~~~~~ .~~~~: VJ (Q :> 0 8g;;~ lIJ c."= -a. ~ ~ ~~... j 8arh ~.~~ ~1i ~H .c - (L c'S15 E_= .!loc li!~ s:.Eo. ~ 8." Q~'" ~!~ ~ g=g S aQ. ~f~ ~f!. aa8 ~ilil~ ;;.,x; l;" II gig i E t;~ Q. ~li~ Hi~ a:S1~ t=~a.l.I.. .~ l: 1! ..~i!~ :~!I ~i~3 ,,~~~~ -!..,! ... .~ o..t- !! ~ .'ihQ U.[~f ~U).!iia.. g~159~ U :6 ~ i I ~ ~ ~ is ~~ S ~ ~l..IJ"": '< ~'.t <5 ~ ~~ ~ ~ ~~~ ~ ~!; ~ ~ ~~~ ~ Ii! ::: ~ v, ja ..- ~ 1 i!1 ,,~ ! 1 ~i!' "l,l I II <~" I ~ U!jj I JI 1 jJ '" i::~:: ~~.l 8ln ~.~ f ~ ~'~ \ ~ ~ E '" iI. i J I i I ~ " . ;1 pI msiii: 1! ; ! .l! , "n' lOA co 2> ..... v <:) 0> <:) o z C!6~ M+;::O ==:BC") ~:a~ >< a. co W<{Q.. <Sell' &ihl ~H!.ll ~!f;t ~. filtH .~ ~ hlji Ii: !i!~!.... - lI.ll.l.lil Ii .. <i .. ~ r.ish ..' :1!tu~ ...~ f:.i~1il .~. "':t.d~.! z".Q!, G:.... - ~ ~H~fs ~ W l:="!!' .. a:-ir iI 0 a - ~ D.._ .~;'D~_ '0 ~- _f'!-! a, J f 5.HdJii -' -= <<:d3 II & 6 HH 5 a. !! 8 "!.-l!' 9Ca~~;; ~nf.j~ s,llHJ. ~ ~'''.'' j;!~ -u-:;'Cif(l ~Jll ~.&j nl~.ii:: _~..5~J! i ~ :z: e c .. J >! .3 I! ~.!l g; i:- : ~!!- t~ ii !~ 'a J I ~ Ul !,! h5 F ~;~ a: _!S w -s'S ~j~:i ~ ~.~ = .... 'a_~i ~ j ~ 0 .... ;d z S"~; 8 : ~_~ ~ Hll H~! -oi~1 rf! I!il ~~i sU _a~ 14 " :. 2i I I .. a ~ ~ i x . ~ ~ ~ gi:!~ '" ai....3 :;jH~ ;!.,.. c ~:: ~-j::: u~" ~ l<~:l: ),; i~:it ~ ~_..:~ '" f' '" I J ,. " t;; 'il :..ai t-,I:) ~ ,,;~ . 5"Q 0:111- ~Ui ;;I" ".1 8H ~ .. I; I :-t--r.....- . ~ ; I ; , 'i-rl-;-; IDA co 6 ~ ~ (J) o ci Z ocID MgO ::::; B"" -0. ,_ Q.) :co..o> x 0.. ro w<(n. E (; ... 1:: 8. .. a: B~ c- oO 0:: ~8 .~~ ::EU -g~ ol( c .g o .. C. .. .5 1 , I r r I , 'gl I ~~ I i ! l!...i I I ~ ~I i ! ~ <>1 , I ..a , li- 1. E ill i. "a, - !;i I nT T I a: i ! w ii: "'15J ! - SI I a: g.! f I <( .. .. ~ L w :::;cll I .... <( en.!! l l 'Y'" _~". ".", ....... .. .... -+" - ~ .. ......... I I OJ 0 i z i w 0 l '" .... I I ~ Ui J I I I I I I , I E I I :f I :, I w .... <5 ~ I E a ~ ! .. I ~ ., <:$ Eo 0;:; .l! ...~ ,<; 'C.. i! 0" ~ ~ c.~ '" ~e a ~ .... ~ ~~ c a <( .!<: c.. -"- i-.s s "'C S C ~ C(~ c ca in o~ z "f; ~ 0 ;:: ...... l'i d.'" .." G:. c'" ~ .. - .. "0 C .!! :J 'e ~ 0 ;l '" Vl E 6:: a: Jl! a 0 0 Il " .... l- e Q ~ <.J 'in ~ 0 w !;: "- "- ~g '" '" ;!; '!; a._ i <.J L I ~~ ",' '" ~~; " ~H wa~ :l; ~.?: zlJ) 0 l- I ;l1l8 i13~~ -<'O€ ... 41.2 '" 86 "0 I 88 !:;;; ~ Vl;l ~~ i o~ ! ~ I :( ~ .~ Ii .0 .. 'ii .0 ~ i! ;; 11 c ~ "i .2 "0 !! '5 ~ ~ IDA :2 -~ j , i ~ t) 5, 8, , ~ ~~ t-.;:<:. ~~ ~ ~ ~~...a ~ ..!(> it ~ "ill ::! t: ~~ r-. ~ ..d~ ~<;;;)' w ~.:s >! g; .. g ? "' \ i ~ .g !l. .. .0 o .... , . !gH f; . ,,'I, l ~i!~ !ii~~i~ 1lhHl e .9 B cs c o ,.t ~~. t "H< ei~ ~ ,~ =:1" . 8~q ~ .., ~ i '\l ~ .is ~ '" ,:, .0 ~ E i 8 :2 '~ co I o -- ~ o en o o Z cCO 00..... ("'):;::0 ;o;:::~1O :e'6.~ .c c. CIl tij<l::G. E (; lL 1:: 0, D. .. a:: .. " c: <II c: S C ~ "D C <l: C o .,. " OJ D. .. ..5 E o .... 1:: o a. OJ rr: ..~ gg "'3 Co .!- .~~ :11'" "Os cV) <I: c: o 'l' " .. a. .. ..s z :5 0- Z o ;:: z w > w ~ "- z o ;:: :3 -' o 0- W i= g o w ~ ::; 2 '" II) w o z '" :r u ~~~'. ~~ "'" "t ~",'l !'O ,,- -6;5 .!li ~ <' 'll ~ .B g ffi i lD .0 '" .. w .... w :l; 0: w 0- Z UJ 0 j!; I- '" <( w E e u. Uj ~ ...---- vi UJ o z '" :r u ~ !? C/) 2: o '!l w ~ '-T I r I I ! i I j I I I ..m~_. I I I I i I I I -Ii I ~~:E'!!~,~ ,g! &~~ ~ 1: i! E .~.s .: ......".i5., Q ~~-E~~..,.; E 8..,g c:: CI C ...O~OCJ4J -8 li..'; lilli c:-c:ess ,,~~ o'l;,- ""O!mc-=a. ~ ~ 0..'- ~s :i8.a~ in? 0."0 a d at OJ !~ ~~!i #! no..~-<= !!I~H!!~ ~~o ;.t.~ .t::,,~.t:: E.-!j p,,;88 1a ;,[ji 0- ~.eE'(is& "g"Oe:c:nt!g' ,,~Oai1';; e.lilt-g - C,l ~ 4JIlC\IIlD.CD "" E'Q~~ tf.5i: ~E!.st "O.! ~-:_ !!,~I CJ~' .c0e....ue - 10.0 ,.....0 0 m:iiir."''ii -S._ c: .; 5i '0 ~ 3t.9:': iD.!i .!!! g;"O_g.,!! oc:e~Q)cn :>.lllaH.s \iio:S8..li'~ !~,~ = ~,~ ~,sHi~ c:"'!]--- :t .~ 7i ~ :" 2 ""~>El5~2 t Q.:~~~~ ~~~~.98.;; T r" I I I I ! ! i '''-r- <il -.; E ;;; 0. .?! '" e ;; 0- i! s c: '" '" .. F. ~ ~ ~ i i.? '" )!< ~~ ~ >- ~i1 j i ~~_ i: ~ i2~ ~ ~~ fo.,; as i!:o:~ '" ~~ ~ ~ ct g !'llool V] !l" " ~ ~ '" '" c;; II If !li 1t I .J I ! g~!i I ..~,~ 5::! zl;i z:i iN!! " /I I, <i j (; s ~ ~~ <l~ ",. g~~t ".:II! " ~-~ i ~ ::iH' 8::; - ~ t; I! i I 1 ~ ~ ,. .Q al E ~ 8. 11 a .... IDA co 6 ~ o Cl> o o Z oc:<O cvi-Bo =:gw :9=<1> .ea.0l xa.ro w<ca.. 7Sbp)-;;, Forge Engineering, Inc. Forensic, Geotechnica/, Environmental and Construction Consultants Report of Geotechnical Exploration fen PROPOSED IMPROVEMENTS LASIP Lely Manor Canal West Outfall (North Section) Naples, Collier County, Florida ! I ~ I [, t ~ Forge Engineering Project Number 135-019.01 I .L~___ Forge Engineering, Inc. Forensic, Geotechnical, Environmental and Construction Consultants lOA -'I October 14, 2009 Attn: Mr. Dan Brundage, P. E. AGNOU BARBER & BRUNDAGE, INC. 7400 Tamiami Trail North, Suite 200 Naples, Florida 34108 Phon~ (239) 597-:3111 Email: brundage@abbinc.com Subject: Report of GeotechniCelI Exploration PRQPOSEDIMPROVEMENTS LA$IP Lely Manor Canal West Qutfall (North Section) Collier County Project Number 51101 ' Naples, Collier County, Florida Forge Engineering Project Number 135-019,01 I I I I ! I I 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 ill our proposal dated September 25, 2009 and authorized by you on the sarne day. 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 along the proposed canal improvements site and to provide an evaluation for removal of the encountered soil. Environmental assessments or other studies were beyond the scope of our services, This report has been prepared for the exclusive use of Agnoli, Barber and 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, v. ",".' r P,O. Box 113040, NAPLES, FLORIDA 34108. (239) 514.4100 · FAX (239) 514.4161 · www.forgeeng.com I 5884 ENTERPRISE PARKWAY, FORT MYERS, FLORIDA 33905. (239) 693-7813 · FAX (239) 693-7821 . www.forgeeng.com Report of Geotechnical Exploration Proposed Improvements Lelr Manor Canal West Outfall FORGE Project No, 135-019.01 , 0 A October 14, 200ftl. Project Information Our understanding of this project is based on previous discussions with you, some assumptions that we have made based on our experience in the area, and a review of project plans provided by you. We understand this phase of the project consists of widening and deepening the existing subject canal from Tamiami Trail East (US 41), west to the northwest comer of the Treviso Bay development (approximately 4,300 lineal feet). We understand the canal bottom will be extended to depths of about 9 to 12 feet below existing grade. Site Conditions The project site extends west from the intersection of the existing canal with Tamiami Trail East in Naples, Collier County, Florida. The ground surface on the north bank of the canal consisted of scrub grass and was heavily vegetated. There is a pathway that extends approximately 2000 feet west (FPL Easement) of the intersection of the canal with Tamiami Trail East. The western half of the project site (west of the FPL easement) was not accessible to our drill rig due to heavy vegetation. There is a detention pond northeast of the project site limits. The appended Site Location Map and the Site Vicinity Aerial Photograph and Boring Location Plan present the site relative to its surroundings, I 1 I I Subsurface Conditions The subsurface conditions at the site were explored with four soil test borings drilled to a depth of 15 feet below existing grade at this site. FORGE located the borings as close as practical for access by our drill rig,. The approximate location of the borings is shown on the appended Site Vicinity Aerial Photograph & Boring Location Plan. If more exact locations are required, we recommend your firm locate the borings. An engineer from FORGE classified soil samples obtained from the borings. Boring logs summarizing our fin.dings are presented in the Appendix, The subsurface conditions encountered at the boring locations can be generalized as shown in the following table, I I Page 2 of 4 --.,-, ~--~-~~ ~- ~-- ~ - ~------ - ~ - ~ - ~ ~ .. , Report of Geotechnical Exploration proposed Improvements Lely Manor Canal West Outfall FORGE Project No, 135-019.011 0 A October 14, 2009 GENERALIZED SOIL PROFILE DEPTH (FT) USC(1) SOIL DESCRIPTION FROM TO 0 7 Very Loose to Loose SAND, (Silty SAND with Gravel SP,SM encountered in Borina B-4 from 6 to 8 feet) 7 11 Hard L1MESTONE(Caprock) NA,GW (Soft LIMESTONE encountered in BorinQ 8-4) 11 15 Very Loose to Loose Silty GRAVEL with Sand GM (Weathered Limestone) (1) Unified Soil Classification I 1 j I I I The groundwater level recorded at the time of drilling ranged from about 4.5 to 7 feet below existing grade at the time of drilling. It should be anticipated the groundwater level would fluctuate due to seasonal rainfall variations, surface water runoff patterns, constructidn 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, Canal Expansion 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 silty sand stratums encountered in one 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. The soil borings completed for this project encountered a hard limestone (caprock) layer between approximately 6.5 and 11 feet below existing land surface. Based on the Standard Penetration Resistance Values recorded in the hard limestone (caprock) Page 3 of 4 ~ , ~ x ~ ~ lOA Report of Geotechnical Exploration Proposed fmprovements Lely Manor Canal West Outfall FORGE Project No. 135-019,01 October 14,2009 layer encountered in our borings, it may not be feasible to remove this layer with conventional excavating equipment. Therefore, we anticipate blasting may be required to facilitate removal. 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. Additional Services Although outside our ci.Jrrent scope of authorized. services, FORGE should be engaged to review the project foundation plans and earthwork specifications. We would then suggest changes in the specifications so our recommendations are properly interpreted and implemented, 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. I I I ! f , ; Sincerely, Forge Engineering, Inc. ~1! ,. ' t 1(;0. II). If.{. t> 1 IfIll<<:t:. 'McCo~ ,E. Senior Enginee 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 .. ~ - I 1 1 I , I I I 1 I f' f 1 1 I I J JI..I......l)il}( .0.. ~ , AI j lOA SITE LOCATION MAP Vedfldo Way Park :~ ~.; : I !'NorthiNaples ! ~ II t. 1. !\ ! I FIRE STATION NO. 40 II 851{-'---'- I I l196' r "'f--':~'-'- h' 1\ II II d ~ 1\ ~ FI ~~ !!.. Ii 871 ;, -~ 31 I 1,1_~_.1 ,_,:c='''"'''' 8116 '''''r ] ~. '1\ StUtheast lJntl \ .,~r<~ T__, i ""y R' A~.l.... /f':,'<~,':Naples Municipal Airport !: .... . ' 11~~k\L ,/ '1 DEastN~ples I[i/ I,... _:b~~;j~~::iS"'","O'~'" ],-' "~""~-~.JlI:~=Lo" ,~, ~. .~ 8 i '" bo al, .' ",\_,C,m.. 864 ,eOL ~ I E R ''',/-' 951 Ii 876 896 ! g ;: '(I II L 951 ~~n Blvq ~ Golden jlf Gate , 0 tt! III a- QI' OJ . 886 .....~./ Q. i! II ~ j :1 :1 :1 p j 'I ., II If Tfi~ Eyergfi:!~e$ .OJ <0 .....'-" :.b.. '" IFLORIDA ,,-<i> .-S1' '., tJ'). - ,,=,. _Il> '\~, Gufl GO'ilSl '\~Iy Manllf'9"B1 ~ ,\.. ,;.,~..-. '\. "', "Naples Manor 3 :":0' < ~~. ~, .~ '\ j I ? !/ II ~>. .- "'0\//1 RookelY Bay}" "<,,,, , NafiQnal "" Estaurine RSRY -t"" '" " -l :~, I I ':", ,~ j 951 r I I ! I ! 92 j l i / i Omi 2 3 4 5 Copyright iSl and (P) 1988-2007 Microsoft Corporation andror its suppliers, All righls roseNed, hUp:rN^\w,mic(osa!tcomfstrealsJ Certain mapping and direction data@2007 NAVfEQ, All ligh!s reserved, The Oala for areas of Canada indud.s infonnalion laken wilh permission from Canadian aulhorWes, including; " Her Majesty [he Queen In Right of Canada, cQ auean's Printer for Ontario, NAVfEQ and NAVTEQ ON BOARD aralJ'edomarks ofNAVTEQ, @2007TeleAlIas North America, Inc, All rights reserved. Tare l\lIos and Tela Atlas North America are lrademarks of Tele ,'Uas. Inc. I IDA If SITE VICINITY AERIAL PHOTOGRAPH AND BORING LOCATION PLAN I I I I I I I I r I ~ 'QJ B-1 Number and Approximate Boring Location PROPOSED IMPROVEMENTS I i FORGE Project Number 135-019.01 Forge f~ Engineering, Inc. ; Forensic, Geoteehnical, Environmental, And Construction Consultants lASIP lely Manor Canal West Outfall Naples, Collier County, Florida r - Q;, .c Z .., al 4::' s:5 g; Q -;-- c ~Gi' 1Il C eS ::J ~ '2,/; .""" ;...J ~<g l/le '~:$ "ij aJ' ^. (I). ase -as iii C) &J .~ ,~ E ~ ill ft~~~~ o ~. g.. . '!C) d iii CI1 C) >- ~'. '. >oW ~ '2, iS~=l\l CI1-lC/J(JJ .. ....... .. ,'. -. - ,~ h '*... '5 II) a. o l- ... o l f! C) Cl) N .... 03 0)' c' 'C;: o all 01 Q) E FI 1iJ 'Os:: ~3 "& q::1Il '0' ~... =3 ~ ~ '6'0 II) !i fI) a Be) 0al 8~ -' (Q g .. .. ~ 2i g: It) .::tIir......... ....._ .... .. t.o'.. .......-tr..... .! ;;:' o .... a.; (I). U ftJ 'C ::I B ::I; tJ) " (I) N .- f CD i (!) CI) .... Z w :a: w > o n:: a.; :a: - c w tJ) o a.; o 0:: a.; ni l:lro ::1"0 0';:: -.9. gp.L :=$ -c nJ ::J Co l1u Iii,;. L- OCI) c= nJ- :;8 >. ~ -UJ .3~ 0..0. _co tnZ :3 .!n ~ J., L, H '"" o en T'" o . en ('t) T'" ci :z ... (J Q) '0' ... D- C) C .;: Q) Q) c .s, c w CI) E' o u. .ft i' .. .. .. . .. ~ M it . tf :.te: :tit it .. .. ~ l() " o. .-. ... .. .. ... .. ... .. ... ... .. .. .. ... -#::at:. =at,. *' .. .. u .. ... " .. .. .. ... .-. .... - - - 4II.:-:'iIt:. :ail:::III . .. .. u .. .. .. .. ... .. .'. '.f .. .. 'o. .. .. .:,'. ~ #.:_:IIl ~ 4:: 5 a. o Q '5. .c Z ~ In 4:: 5 a. Q) o .. .. .. .... ,f' .. ... ... .-. ... ... ... ... .,' .. ... ... .. ... 0" ... .. .:. of .. .. .. ... .. .. .. .. .. o 0 N "<f - Do .c Z <l) <l) tXI o l- ..... .... It) ..- ., .. o cd q ex) q .... .... o ..-;' .... r-- ". 1i << .. << .. << -It -------- tI tl .. .." it- 'it . .. o ..-; .... .. .. .. .. .. .. .. ., ., .. .. .. .. .. ... ... .... "" ... *' .. it ... .. .. .. .. .. .~ .. .. .. ... .. .. .. :at; _ ::11:I. =-= ~ _ - - .. ... .. .. .. .. .. .. .. .. .. .... *' '* .... "" .... "'" it .. 15. ..Q z.- ";' In 4:: ;i a. Q) o o N o -oi 'l' 0> a N o "<f al ~ (") <0 .- ... ... ... ... .. u. ... .~ .. ... .. .. .. .. .. .. .. .. ... .. .. .. .i .. ... .. a N a "<f M T'" a r-: !Xl g T'" .,;- a cd a cO a o T'" q ..- T'" .,. .. .fie ..., if .. -Ie' . N . if: -II: .- .. .. .fie .. o ..-; T'" N .r...._*..#...<<<<~...... .. ..:tIt. --= :tar .. =11= _ _ - - - - - - - - - .. .... _ =-= =IIZ--. 41= :tI: *=' ic it ., << . ic It it oil e o l() . l() a l() o r-: . Q o LO b a l() It) <ci l() d ,.. o ..-; T'" (~puooa~:S~jI1\Jlwl 6ujUua JO "let! 8W!.l ;...._~.__.._.."..;.......;_.....o.-.. .................--..._..............._........_.._......_~................._...._.........___............................_......................................_......_~._..........._......................:-.........-."!"-....+.~..................... o o ~ o o ~ o '" N o o ;oj % '''''WI 6IP!\Sllld ~c,'~.~_..~.,....,........_.......,. _...._......._.....,.....,,'............,.....,...,..........,..,........._....,....".".,.........,..c.....,...................._..,._...._._..._.............."............".................~_........_.................... &! % 'lIwn pl/1bn !:.,..............'!';o-.---........-.................................;.......~.....................................-...................<.......;....-........-..............-.......-.....-...............-.....;............................;................'.-_...............................-...................;....... i- % 'lU9!lJOO tiJue6JQ [~~';~~~:~~~~~~:~:~~~:~~:::::~:=~=...,.~~~~:::~~~:=:~~:::::::=~:::~~~~~~:~::::::~:~~~::::~::=~::::~~~:~~::::=:::~::~~::::~::~~~:::::::~:~~::~~:~::::=:~~~~::=.=:~:~~::::~~~,..~ % 'IU31UOO....IBM .-...............................--..,.-.- 0 ...... .................................................-....,..-....-.....-..........,...... "' <> ,. +:-.-.....-...... ~ "', : " " .. "c '" .. ~. ~ '" A '" '" " " "', ~ -+ ............-.-..................--.........................-....-.....--.........--.......-.................................................. " " " , " " " " ~ ii' A " " " '" '" ..' .. .. .. .. .. ~' J &1il ~ 0 eN Z Q '" ~. " .. .. '" = .. .. It o 'Il' ......~_...............~................-.-...,.._.......-_......:...;..-~............._.......-....~.;....;.~..;..~.;......';..'..;'~....'....~.........;........~..;:......_..;.:.:.;...;......;...............~.......;.........._;;,.:....---.;................;..............._..._..........................-.....-....;....,................ zJij i ~, '" ~ ., '" ......................_._.........._.~........ .....~:...:.;...._7:...~:-.-..:.:-~..::...t:.-~T~.-;;..-::...,;~~:-.:::':'......, . #:-~;;.;i;..:;;:..-~......,......;~;.;.;..~~......~.-;..~ii..-.;-.iC~;-..~........;--"-...;;;...._'.........-......-...-.............................. loqw~9 ,. .. .. .. " .. .. .. ... .. .. .. ....., *'*' *' *' "" "" *' ..,.. ..,., ..,.. ..,., - - - - - u: ":'. .~_ .... .. .'. ..~.... .'u_ ,'. .... _,-.:. 4tt,- ..,: ,oft _iii' << .: ".:11 it. ok. .....'...........'............,;........-.......;............ ...............................:...................:.....-............,.....<4..........................-......,,!O.........................................................................-........-..,........-.............._.......................~._........_..:.-:-_.........._........ CU.HSW ..;......-........;,......-..........;.~...................._..~...............;..........._.;;._.__....~...;......-..i.;..........-..............-...;....-.....-.;..........-;,........:i..........................-....~.ofta......._...~;............._...';......-.......-._..................-..._.___.-....i:o.......-................... Jl9!1il10 0- Il) 0- Il) :! C! 0- m ....................-....................-.......... .....-................-.-......,.............................................-...-...-.......................................-..............-...,..................................-.........-.............-.........-.............-.............................. <II g _..............__................._...._......................................i.............................;......-...................,.;......,:........;....;.._..........-....,..."."........................;.....................;...;;.....;................-.........................;.........-..............................-.......;............ JaI9MPUnQ.l!) ~l ...._,;,;......-....-...-..........-....._................... .........;......;............... ...-................... .-........................,......... ........................................................ ......-.................,.........-.-.......,.-......... ..,...........-............-..............-.............-......... I &! ~ o i E ::i ~ J: '" ~ ,~ ....-................................................... .....-.............-..... ...................--. ..-..-....................... ...............................-................-. .......;,.....-.........---~.....~...............- .......-~;...;..........................~.............;.._---_.... ~,1 ' j J ~; .._~J__.j_-1_----------------J-------- j~-~r~-------"-----"-- . · ,; -----l--~---T-------l .......,.., ,.......................'... ......-,-........ .......'...-i"'........[..'......................'......'....'.'..".".... ............'.......,....,..,..........',.,..,.".,......, "..,.......,...-.-..........".....,..,.......,......--....... i;! ~ ~ 1i ! '" 1 OJ S J::i: .... II) ~ 8 'g ~ ~ ~ > .... :if !!! > f!: '...................'...'............!..t-.. _...............,....~................'.....~r..._...................;:jj....................._.......,...............~.............,..................,_..................,~.................................---..............,-, r c: o :p Co 'r: o (/) Q) o 'ffi 'C 2 <U :!! lOA 0) o o d; ~ C5 .... i..: Q) ~ i::i ::I ,gJ Z 'C 0)0 '2 $ o CO coo iij ffi () ... ..... go CO .0> :20 bib Q)('t) .....J ..... 4i E ~ 10 .c Z E t) ::I Q) Z 'g .g n. ..., .. o '!! l;j ~ ,~ g ~ f III .... o ..... 9 ~ en o c: Ol c: 'i:: Q) (]) C o>{g c:: .;:: W..Q LL Q) (If O>Q) o~ u.,z lOA I (Sll\llXlas:.~)riu;wl Il1JIUVO 10 ajll~ aw!.l ...........................~._.....,..._...;......~;._.._..;...;,.,.....a......._...........;....:;;~....-....;,.;..;-....;................;..........._._...................:........;..............................................................-..........................__.....................................--......................................... 8 i:i 8 ~ 8 'i m 0 N 0 N ch 05 C5 .... Cii .0 -0 E ::l ~ Z -c 0) Cl c * 'C 0 en Cl % 'lCaPUI AlPllSald .. l-...'~._~-_.._._,...,........,. .............,....,......-.....,...,...--...-.......,...........,.,......,.,......,......,...,.,....................,...-..-.,.........-...,..................................-.................,..................,..,.................................., ~ % 'IlWIl p;nbn i .....-...,.................."-.."....... ..._..._,...~.....,...~,..,............_-......"...................-...........,~.._"..,...,........,...,..,...........,......_.......'_..........."..,.........,...-........,........-.-..--....."..,........"............. }-O... . ..... a % 'IUajUO:) :l!UB6JO l~~..:.~~~~s~~:::::~:=::::~::~:~~:::~~::::~:~:::::::::~:~:::~=::~:~:::::~::::,:::::::::::~:::~::::::,::::::::~::::=~:~~~~=:::::~~~~:::'::~~~~~~~~::~:~~::::::~~:::.=::=:=~::~=~:~:~::::::::::~~::::::::::~~~~~~~ % 'jlllllUO:l19leM o .. of' .~._..~.,_. + ...............--................--.....-.--.--.......................,-.............-.............-.........-...................- * "- " " " " .. " '" .. .. '" .. .. .. " -:I'l:. ~ .. .. .. .. " " '" " :l\ A ~' :lit " .. " .. i ~ .. " ". .. ~ ! ,~ ~ _.........~.._,......-......._.:. 0'.'.... ...........-.....,..........-............-.........-....................................... '" '" " - ~ I . ~ ~ ~ ~ at: ........,......."..,..,.............,........"....., ...........,.....,...",....,.,..."....,.......~................;;;....."....,...,'...,;;........."......,.......................,..';_.............,_,.......'""""~..-=-,_...~................................".....,....,..,... [IJ U is ~ 0 &'" ; <> o .. ~ .. Z ~ o ziij ... '" ~ ~ ~ '" ... tri- ~ go [lJal :Sa :i!:tJ> (J)(\") -' ,... ~~....~~......,......~~.......-..........~.......~"""";7"':;--;:-..;:-::--;-t~~~:.....:~,..~-::~..':r--.:.r...:7.~;:i"...';:;.*.;;,.-....-;..*~i,~.~...;..+:~..i.......;....~.~~....f;.;;..~;....~.................;.....................;.;;..'..4..0;<..;.......;..... loqW,(S ,. .. ,., .; " ,. .. .. .. .. .. ..... .. "" .... *' "" "" *' - - - - - ...,.. .".. ,.... ...,.. - .i....;._...................';..;'..-.;..;'.;...;...';;.;....;.~..::....t~:':;.~:.:.;'.;::.-.;..~:...~':~~....;::.-..'::...::....:~...J.:;...;.:....:;....:.:..,:!:..~...~.;:!~.~_~~..:..!.....!~...!'.....!....-!....:!...:!.-...!t'..;.~....................._.........................._....................... O.lHSW ~ "" ': ' " . : .' ,', " , ' '. , , , '", ","" , , " " ,'" ,,-, , - - ,--, ", ' , " '" ",,, -. ,"- - ',', ',,',', - ," , ,', .,. - ,', , ............................................,.......,.... ..................................................._..........................................._............................................................................_.........___....---0.-;.................:..........................._" pl!IllUn a. fI> l}j a: U) ::t (9' Qi g ~ Z ~ '0 :::J Cl.l z '2' -g a. .., .........................-...........--....--.- ...."'""..-...................~........""................._..-..........................................._,_.._..__................_.~....,...,........~,......................,:.....-........._..__...._....._..-..................;.;;...;..;..--..... lQ o ......,._....,..,......_......_......,....... ........,....,.,...........~....,........,~..,...,........,".t:".....,.,................".............,...."..........,..._.........,.,..,...."..,..,..."','"...............".,.,.....,................,......,.,...........,..,...",..,..,....""..."......,... .lBlan.punwE> ~I ...;_...-...........'-'...........-...'................ ..,........................... ;................'......... ...................;..................' ........-.............................. ...................;._.........'-...-.;.........~.................. ....t'......................"'.,...................,!....................... ~ .. 0 c ~ ! 0 ... .W 1ii 1 ;' S '0 ... ... i ) l! 3l II: I .c: ~ I'- III '" ~ c '5 m .......--..,.---.....-......-..... .........-................. .......~....-.._.. ..-.....-.....................-. ....................,.....,........'........ ......................-......-.-......-................ .'..:.........;..................;.........~......-....--,;..;.,;;.;..."',;, r ~ i! 1 ;-; ~-~-.--.!_---t---~J ----- -------r----------- ji ---~r----- -----------------r------- ! ,-; ---~ --y-------y-----l--------"j---------- :i m i- ----T---~-r---f-I--------j-T-------- ~ ~ .....,...,.........,.....,....".....'I"!.'...............,.......,......~......".,......"..~.'..'m'........'......""..'...'~I........'..........,........'..._~i............,.................."......,....................,~,..,........,....,...._..__.._,..,....,...............~~ c: o :;:> a. 'S 18 a Iii 'C Q) (ij ~ (spuaoas:salnUlW) g g g BufilllO " ,;; M ._...._..!.~!.:~..:~!:!:,..,.............,...,........,....-........,'-_..,..,""'......,~,.,.._........"""'"''''''''''''''''''''''''''''''''''''''''_'''''''''''....................._,...,.........................~..,..,_......_'..............,.,.................'-,.. 0/0 'xapul ~ltOitseld 3 ' "" '" i'~................,......"..._............. ....,........................_,.....~..,............................,......................,.............................-....,..,....,.................,.........."............,...........................-.....-...-.............-...........,...,.. 0: % '1!UJ!l Plnl>!l ~..............,~....,......,....,....,..,~.... ....-...........,.............."..........................................................'..............,...................................,............,...........--...-......................-....,................................................-.... t::- % 'lUlljuoO "11le8JO '@ .....-------..-.....'.........' "..,....,......................,..................,."..........,.....-............................,........",..............................,....,..,.,................,........_-,..........................,...-..............,.............,.............. ~ ....,~..:~~:~::.~."......... ,.......,_...........,.........,..,.,....,.."...........".._........;...........................".,..~..........;........;,...;..,....,....,.....,.....,..................,.."...................,....-....,..................,..,.,....,......,........, % 'l11olUG:> lBleM ..........-.................................. ~'__.. ."'.*.;i.......'..;............;...:...._..~;;.._.........;....................._.........................................~.... ~ ....lq.........7"..................................................._..._...._,....._..._,.........."'...-...........~:---<........_..._...- .. A .. ~ .. .. .. .. .. .. .. ~ ~ 2: 0 : ~ ~ ~ ~ - o ~ ~ ~ ~ ~ i ~ ....,......,.....,...'~......~.....,.............. ....m................................~.............~.....,..,...,........................................................,.._.........,..'.................,_.....'................'.......~...........,~.....~....._-,""................. ~ Z~ CO 0) :: ~ ~ ,.... 0' .. :; o o 't:. ~ 8- i~ ....';.'..~.;..;_._._....;.........._.....;...'.;..;..................-:-................!._..."'.......~-..:................_................~..................~~....._................-..-~....-........,................~....."'.-..;,:.;.;;;.~.~.~.;....;;.....;....~.........~..;;...........;...;.;,...:..;;.;;;.......;~......,....\..;.~.......:.;....';.....~............'.. ioqw'<s :; ::_ _::: ':: :'::;. ;; ::' :: :: ::. ::: .::. .:::; .:: :': == =:: :: !.. :!...~"~ ~:'~ !.- ~..........._......_...___..........___....... ......::;~.:~:;:.;:.:.';.::....;::.;..::.'.~::.....::.;;.~.~~'..:.::.~..::....:.:...:.::.-.~t~:.:...:;;:._::...~._~..:!';.,~...~..~..;.~L...'t_.~.~...!....!..'..;~;.,~.!.....~;...............................-..........-.....,....'t"................. OLHSW .......................,....,;.........."'.....~.....,........ _........~.........._._............~,..................~...~..................;.-~._....___.~...;;;...........~.;;.."'...........,...~~~.'..-...u....~.;...;;;........-.....;...:.........'...~_.;..;o;....-~.........................;......................"............,.-..............__.....-... P'lU/un lL Ul lL Ul ~ ~ fI) :0 '" .........--.--.....-...........-.............. .........;.'.........~.;...;....................,..;..............~...."""..._...._.......,..............................._._.......-....-................................-...........-...-........................,......;...;..;.;......:..-~;.;,.....;.;.;.;;~..;:...;...:;.....;.... JOlfMpUndJ9 lD .......,~"...._...,..~,......,....,...........................,......,........,',..,........__,_..................,J~..............,.....,.,........"...,.........,.......;.,.,~.,;"',....;................~.......,',..._..........._.....,..,..C.....;,.....,........."..,....,.."._........... "'i ~- .........................,-.,...-........::::...... ..........".,.............. _..._..~~- .............'_....., ..,....,.....,.,."....,.. ,.....,...,.,.............,.,........' ........."......,...._...........~........... ..-..,..~,..........,.,.....',.........,............_,-... 0:: <:> ~ 1i ~ ! E {!!. f I fi :!: .f ... ~ ] ~ '" .c 11 .. J: 3 ....-..-.........................~.................... ..........-............._..., ...--................ ........................... ...........-............-... .~~._........._.................... ..._...~...........................,........._..... .................._......................."..~............................ r ~ J t 1 t ~ ~"=j "C,~t"""l-----~--r-~"--"~--- ~ ---"---~--l----T--------------r-------- : -i~ --~----T~~-r----,---------"--I-"------"--"- -i m T --~--;rr----r~I---T----~------------ f~ ........._,.........._.....,.....~..f...'.....,...,...............~~_....,............~i......'......,.....,..~...................-~f.-'..._..'mm...'.........~........."_.,...............,................~i.'.'.....""".,..........".........'....".."'...............'.....og. ~"'" r r LLz c: o +> C- 's III Q) a 10 'C 2 (II :!: 1 6i,A.. et ~. 1. 'f \..i t'~ 0> 0 (") 0 . ~ co 0) 0 .,.... (jj .c -0, E ::::l, ~ Z 0 01 c: 2 'C 0 (11 co a ... .... 00 aim :2C; .z.tb 0)(') ....J .... Qi i...: E, Q) 10 .Q Z E ~, ~ .~ .0 a.. ~ ... '0 ... Gi III cB [SPUCl':las:SajIlU]W) 6U!1ll1O JO&JI!lI9W!.L ._....~............?-""'".._.._...~...._. ~.;.........~......::.....__~;...............;.....;,_;........;,.........;............;......i._"'-___._.....................;.;......_.....................;..........-.-...............-............-.....-...............-.........................-.'" o o ~ 'l\ 'l(SPUI .l!IOAseld ~"..;..,.............,..........,.,......,... ...............-.-...,-.......,............'..........'.........-'-..............,....,......-,....,........,......,............'...............-...-'.................,...........,...................,....,..,...,........,.........-,.... .. ~ ~ 'l!Wn P!IIbn : ,................,...,...................,...... ............_,.~...,......,'.......,..............'_............................n'_......'.............,......._,...,...".................._.....................,...........,.................,....,...,.........-.................... i. % '\UaIUOO ::I,Ue610 ~ ....~........_..~..._..__.~..... ......H.............~..;.;.;;.;.....;;.......'..;....;.;........~.:-......................;......................................................_....-........__...__...................~-.-.-....__....................-......-----.-......................... !% 'IU9IuoO sau,:! ... ,..........~....._......-..~_......u.., ...--..-..-........----.......-..........-..................................-........-..............-...-......--..........,.................................-...............-.-............................--..-.....-....................... % 'IUll\uQ3 J918M .___......-........................ 0,'''''' .......................';..__...........:..._.......,........;............-........................ -+- ,,_........_......................._........................~..._...._.~_.._.........................'"'f'..~...-.._.,_......-......._..._..................... ~ ~ 1I .. l! l! .. " ~ " .. " .. .. ~ .. .,. .. .. ~ o .. a o - <> ~ '" 0. l~ .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. z <> ... .. .. .. " .. .. ~ l! .. ~ .. <> .j.....;,...................~......_........;,...'.........,...;............................:........,...--.,................,.............._.......~..__.-............_-_..~......._..........................._.............-..........._...........-..-............................-............................................................... zlli ~ .. g ~ .. m ...-..-...........'-'...:..o.<........_.;;........."...........'o..~....~:';,..:.:....:7w:.;..-:.:..:o.::.,...:.;....:~:....;r..:r-.:;-;:.,.....-..-.-~...'i...t...:..';O';'~;~.~;..;.~.....~.......~..:i.~.i...u;;.,.~..~.~;..~.:..;.~.....:;~......:...;........._....._.........;. 1Oll1ll~S ~' .... .. .. ":'~ ... .. " .. '.' " .. .... .. .. .. .. ., -- - - -- - ....-- -- -.............:.....-.;':"'...~....,.7.~.._..~..~..~..~.....~~:~;....~:.~;.:;.~-"::-..;..;.:i...~~.~.:.:~;~.;:.:...';:'~.;...::~:~:...~.;.,:!--~...~....!~..~:t...'!;....!~...:!....!.;...!:....!......!;;...!.....!...;.:e...~.:!:_................~...........:..._..,......-_........,..:.....,...... OJ.HSVV ......-...~..........!..................~_.......~~.. ........~.........~.-..:.~.~~,_~....~~.~~........."':.........~,~.';....;.....;...>....~.~,..;~'~~~~.......;.....;..~~~;..;...;...........'.............-..i.....;.....;...................;,....-..............~..........................-.....:................,.;......,......... pamun 0.. tJ) lli ~ C1 ~ ::li C1 n. tJ) ...;.i............................_............._.,.;. ....................0.;.;.'-'-'-........................................................-...~._......................................._......_........................~.............___.............._.._.........;..;,..~...__._............-...................__.... J&1l1MPurtOJ9 m ..,..,;~......................._"..,.......,....... ...".......~,.."............,...."..,.,..,.,....,.~....._............,.._......J~.._...."....,......,......,....,.........,...,';......"...,........_...;_,_.,~..,'_,....",..,.....,;,.........,..;..........,....,.......__,...,....'...,..., >- =-- dl~ ~._.......-...~.....1...~...-..~.~t'.................. ....~,~'''':...~...~......._... ..........._........... .............."":"......~. ............. ........... .........-............................. ..........,.........i......'........_.._........ ......~...........!..__........._............._...................... j .. ~ ~ f J J to .~ .i ~ ~ ~ 1 ~ ." & ~ ........._.........,..........-...~..._....._..... ......-.......-........... ................!........ .-.,..,......-..-....... .'............ .......- ........-...-........................ ..................-.......---............... .....:.....................-.......................--.-................. r i; -_l._-l-J.-jT.--1---.;--_._-_.- .~ -.--....-- .--T--.~...-T--T---._. g -;;---T-~ ---IJ -r-.-..--r.--..-r------~-- i- -.-~-l- ..-;1lT,r----i.r-..------ .._...........,.......,..'...'..'i"I..-'..'._-"'._.....~.....__...........'~r....'......_........:j'......-~f-....:;;i--...........,......"...~_...._._,........_........'-~i.............._,...._.,.,.................,...."..__..,..." 0- C 0. 5. 'C U <n Q) o (ij 'C $ 11l :a IDA OJ 0 "t 0 r::! co OJ 0 ..- Q; .c i::i I: :;:J Jg z 'C 0'1 0 C $ 'C 0.' (II co 0 (ij c: '" <-> 5 0"- c: coo) 2E .?:o.m 0).(') ...J ..... CD E t.: ~ ~ .1: ~~ .~ .0 n.. ~ '" a ~ OJ j ,~ E .. t- .!!' (; tD .... 'l5 ... Qi Q) .c: en 0> c: 'i:: Q) W c: '51~ c: ';:: W.2 LL W .. o>m L- - o ~ LLz J\l~IO %. !!l 'll$P~1 ~1P'.S"ld ii, .................-.................,. ~ % '1!l1ln p;ni)!1 ~. ,....__.._.....~._,:.._............-... ..- % ~ 'IUDIUO:> "I085JO J...........'..............;;............ .9 l~alu<>:) saul:! iJ ~ .S ",g g,~ vt' ~ ~Q; 'ii.!! ..... ~ lil gjj ! -~ :l f~ Q::g3. .~ ,Ji ~ g..; J!i ~.. - If! U)z;li ~ o. a E iil '" Ss " '8;& ~ !:::~, g,.~ ~:.!: !: ~ ItS &2 ~.'. t ~..~ ~ 3 :l: t i:3'i:l % wa;uo:l JaleM ..-.!......~...;........._.....:.~ ~ .~... 0; ... 1i .g 0 .~ (f1 OJ a. I~ ~<> ... ....._.............~.........,....................... zlJj z ~ ... l ~ loqw~S 01HS\IV pawuf1 r J9[tt.\IlIlnOJE) ..,..:..........oi4oJ.............................. . ..... :;;. -.: ~. ~ ~ ];; i II: .............;..;:.;.'.~................;.......;.. '", !! <> o u c: o ;;:3 c. .;:: u III o iii .;:: Ql 10 ~ i 8: <Ii ! c ~ <> ~ :-2 .. ~ s ~ "" ;g 15. :<i <> u .~ '5 "-i. S E .. to : c::; '5 to i5. .. '0 g '" '5 -g (; i .. r ,. .. ~ c o~ 3 I 'D ~ J~ '; j 5 '" 3 :::I g 6 a.."! .ii .. I l!! lii,O ...J - ~. .. ~ };5 -g ,(!J ~ il- ~ .. III ~ ~.~ .Q :s ::J .. ) OJ l< 'C c OJ -8 ". e .. c ~ :Ii S 1:! 8 ::J 0 u ~ U <J ~ :9. ! J! .. .. ;, ~ c j :! .. ::i It it 5c lL j.'----:ou. I I ~n.:~;> % .lO:........ "6 . 0 ,0 0% W , .D ~ .... CI) -0 w.~ il: g;!.o CQCE .~~ow .~%~S~.~\;'~W"%\;'O ". ~ ~ 0 ~.:g ii'!:f ~..~.g: 8~ ~ ~ -lJ# g~ u ^ .. III i. ~..;:: . ';a J5 (3 U)o. S '_ =-. ~ EE ~ ;s ~ ~ .UJ. 00.' "E!,'E., '2 B "O.1;;.'"E ~.C:'oo_-UJOOOOCl)C:'C:'.~.rorom _~~UJUJ~~ ~~~~~~~I ._>> >> ~~ ,g g ~ ^ lL UJ1.. . 1111ll5l111. >'~ O~. ~ c c cc ~,~ m ~ ~~W~ '. ~~~mmmCCCC ,,0.08'8 1115l5:510000", VJ m ~ Q) l!l _~~~~oo8oEEEE~~oOOO ....u~~C:'~33~3~~2200C:'~~ .~>~l!l uiii ~~~>l!l en>> > ~:a:a~ 5 '" c: ~ U) 0+ ~ON~~~~~~~~~g~~~g~~ ....."..'..'...-..'...'......'5.0.....' g.~ C- \.....:....-,......... ,,' _d__~_ l :1 ab ! Sf.. .'~ <II ' 15 i!.':'~.Q !! o....~, tic;: U)(J) ;t _~ _~;~ ~.!!! li. 'iil'.. . :II "'. BoO ~~~ 11. g ~ ~.. J:_~ i~::> c: J l !! '" .. .0 i;- S !! .. 'C , :g c ;,; j ~ !!j' 50 ",.0 .~ g .!: ~ miii '<:.0 "': ~ 8. > g! .. c: .~ -~ _: 'D o C s 3 g.'g Cth. ~I ! ~.~ ~.a- ~~ ",$ .~ e Sic; :: ~ .sI 8 ~ e ~ ~ e E ~ ~11.:': .. .. ~ ,~~ ~ > "I:i l:: ~.!! 8 6 ~ .8 c '0 iiii ~ 2l ~ .. ; ~ ~ lit .9 -.= .g ~ ~ a. D 8 Ii! = c c ..: :::I to .9 <Il c: m ~=~=~=~~~ ~E ~ t}aJ"-$:c8:$~, ~ c5J,~ ~ ~ .;:~, >t:, E_ '2. j!. ~ ~C:'~~~~C:'C:'aijISI!!~ ~~IJIJJI II I 'li ! .. .. g:g A.; ~ '0 .a ~ III -0 , .. ti '" !:i i -= ~c ~. J ..2 I.... i..li. ~ ! .~. .02t; ml~ I'" .. Eg:-.: '.~ 'S '. (!j .:is-... ,C mi ....Jcn !!~~9 .. ~ ! .. ~ tl " , .C '0 '0 C C g 1! ~ :f3 g .. SlrJl ~ ~ ~ J ..E ~: 8 ~ 5 !j "QNB~>c ~. .~ .; E j'" ll.' B fa- if Z:l L:o.:... '" c, 8 co ~ .~. .~ ON 0, l! ~,:Io':,'_ ,1il tl ~ l:j , e, lA' f.i 14 '0 "2. .~, Xl .~: Of: &:j i ~- 'Ii ~ ~ ! g ai'~ ~' '" g~~~J:a~:g ~.a~~il~Al Q 'j '0; _e i = > ill ~. ~WE ~.~ Ea.'>...c..........ud 5l2:q2il~g, 4)-.,,300.....5 ,,~-!2.q~~ ~g.g~~!i6 :!1--1:EZZ::iU wW ~e1jg o )olii:g9:i ~..-~WzlliCl ;a~d~~~~ lOA c o ;::; ns u .-: ~ fD = (3 C'J o ..J C'J c: .C o lXI o I- >. CD ~. cJ c C) c 'S:: Q) Q) C .- <U C)-c C '\:: W.Q U. Q) . C)~ I- - oar u.z Search Pennit Results Page 1 ofl 0 A .. . . . [APplication 8L.e~rf11i~ (rlfo1'l11ation Database . 01'1 the fa$ttr'ac/i: tdpei'rnit1Mb Home I Login I Application/Permit I Help South Florida Water Management District AU .Permits Issued and Applications Received by SFWMD for COLLIER If documents have been electronically attached to the application or permit file, they will be available by clicking on the Appl No#'. New Search Download Results -..-..----...._-,.o.-,_...____....-----...-~~___,.._____. Itolofl .....--...__.._..__...._~----~-~._..__...___~..____....__._..__....._...____..__M__._____......,.._.__...........__ \I) (f) First Page Last Page '~..,._'_'~___~_........~__.._""'w..~..;;,..~_..."'_~.._....~,."__....."""...."'.....,,~,.....-~--..""---_..--_...,..._______.........,_.._._.._,....w...__....~.......__,.__.........-____ 090925.8 FTM New Water Use (General Permit) 08-Jan-2015 Project Acres: 1 Lely Manor Canal West Outfall North Section Collier 519, Landuse(s): Dewatering 30/T50/R26 Applicant: Collier COunty Board Of County Commissioners John Vliet Attn: John Vliet 2885 5, Horseshoe Drive NaplesFL 34104 Agnoll Barber & Brundage Inc Daniel W Brundage P E 7400 Tamiami Trail N 5te 200 Naples FL 34104 Appl No#: Issuing Office: Permit Type: Expiration Date: Project Name: Location: Permit#: 11-03087.W Approved Date: 17-Pec.2009 Water Source: Water Table Aquifer Agent: --~...-_.------.-.......-...,.~......."..,-...-.._...._~"--........_---..~-.-.........-..._--- ........-.------....-~',......-...__..._.._-....,."""'...---~ Itolofl -_&.....-~.^"....~-,..-.._-~-.,...........-_....~...'-....,.....-............_-.,---...--.....,----_.~-~.'---------___"--...._____.,._~_...__..._....._~"'.......,...~._~._....v,_.._ (f>, First Page \I> Last Page .'-'.------," ._.,._._~.,.....,. ...._...."._~."..._... "H'_'_ .... .....'..,......,. ..". . ......H.......__......___u...,......_......_.. ~~..._ ..._........_.._... ._........_ _......_.__....... _...,.____... New Search ... '. . -.-, ... .,... h._....."......._ ..... ........ . . ._...w...... ...'....._wu,.._.._.........,u_.__..___.______.__._._._...._,-.-__._.......__...,.._.,....,...._.._.,........,....._..._.____._ ~ ~ Privacy Policy I Disclaimer I User Survey http://my.sfumd,gov/ePermitting/SearchPermit.do 12/17/2009 IDA '" PROJECT SPECIFICATIONS Lely Manor Canal West Outfall Collier County Board of County Commissioners 3301 East Tamiami Trail Naples Florida, 34104 D'lTA1NC. CONSULTING .&.. 'L' , ..L .a. o Planning . Visuali,:zatioll ,Civil Engineering-Surveying & Mapping 6610 Willow Park Drive Suite 200 Naples, FL 34109 December, 2009 Lely Manor Canal West Outfall DIVISION TWO 02080 02230 02260 02300 02630 02741 02800 IDA RWA, Inc, Project No, 080104.00,00 TABLE OF CONTENTS TRENCHING AND BACKFILLS SITE CLEARING EXCA VA TION SUPPORT AND PROTECTION EARTHWORK STORM DRAINAGE ASPHALT PAVEMENTS SODDING, SEEDING, SOD, AND MULCHING S:\2008\080104,OO,OO Lely Manor Canal\0014 Bidding Phase Services\SPECS TOC,doc Lely Manor Canal West Outfall RWA, Ine, Project No, 080104,00,001 0 A SECTION 02080 - TRENCHING AND BACKFILLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A, Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section, B. Division 2 Section 02300 " Earthwork" C, Division 2 section 02630 "Storm drains" D, Division 2 Section 02260 'Excavation support and Protection" 1.2 SUMMARY A, This Section includes the following: 1. Excavation of Trenches for Pipes and Utility Structure. 2. Bedding for Pipes and Substructures. 3, Backfills for Trenches and Utility Structures, 1.3 DEFINITIONS A, Trench is any excavation below final grade to accommodate buried structures, B, Backfill is any material used to fill a trench or excavation adjacent to a substructure, C. Bedding is any select material used to seat pipe and provide bearing surfaces for buried structures, 1.4 SUPPLEMENTAL REQUIREMENTS A, The requirements in this Section are the minimum for this project. Any additional requirements stated in the Contract Documents or otherwise specified by the manufacturer or any governmental agency in a permit, code, or ordinance shall take precedence over the requirements of this Section. 1.5 SUBSURFACE CONDITIONS A. The Contractor shall be responsible for determining the subsurface conditions in areas where excavation can be anticipated, The type of soil, depth and thickness of rock, ground water table, and other factors that affect cost shall be evaluated prior to submitting a bid. 5:\20081080104,00,00 Lely Manor Canallool4 Bidding Phase Services\2080TRENCH.DOC Lely Manor Canal West Outfall RW A, mc, Project No, 080104lo0 A B. The method used to determine subsurface conditions shall be the responsibility of the Contractor, Soil borings (if provided) only supply information in the exact location of each boring; therefore, on-site exploration of the subsurface is the Contractor's responsibility, All on-site exploration shall be scheduled with the Owner and coordinated with jurisdictional agencies and utility companies, 1.6 PROTECTION A, All excavated areas or trenches shall be backfilled immediately after work is completed, Where a hole or trench is left open at the end of a production day or because of some other construction requirement, the entire perimeter of the open hole or trench shall be protected from the workers and the general public by barricades, fence, signs, lights or other devices required by the Contract Documents and/or local agency installation codes, Protection shall also be in accordance with Section 02260 "Excavation Support and Protection, B. Pavement, sidewalk, driveway, curb and gutter, and other structures shall be protected from damage during excavation and as directed in the Contract Documents and/or by the Jurisdictional Authority, 1.7 QUALITY ASSURANCE A, The Jurisdictional Authority, Engineer or Owner will inspect the excavation and backfilling. However it is the Contractors responsibility to provide quality assurance for all work preformed and warranted by the Contractor. PART 2 - PRODUCTS 2,1 BEDDING MATERIALS A, Crushed stone bedding material shall be crushed, washed, and graded in accordance with ASTM C-33, gradation 67, B. Sand bedding shall be clean sand, free of clay, silt, debris, roots, vegetation, or rock larger than one-half inch in diameter, 2.2 BACKFILLING MATERIALS A. Suitable Backfills I. Select fill: Materials excavated from the limits of construction or imported that conform to AASHTO Standard M-145, Groups A-I and A-3 and free of rocks or gravel larger than one-half inch in diameter. 2. Common fill shall be material that conforms to AASHTO Standard M-145, Groups A-I, A-2, or A-3, free of rocks or gravel larger than six inches, B. Unsuitable Backfills 1. Unsuitable material is wet fine-grained soils, organic matter, and rock larger than 8- inches in largest dimension, and roots larger than I-inch in diameter, 5:120081080104,00,00 Lely Manor CanallOO 14 Bidding Phase Services12080TRENCRDOC 2 IDA Le1y Manor Canal West Outfall RW A, Inc, Project No, 080104,00,00 PART 3 - EXECUTION 3,1 PREPARATION A. Investigate existing conditions and identify line and grade stakes as applicable. Arrange for placement of materials required to minimize the duration of open trenches or excavated areas. B, Install well points or other approved methods of dewatering as required so that the discharged water complies with all pertinent ordinances, codes, permits, or requirements of the Contract Documents, C, Implement traffic control and protective devices as maybe applicable, D. For pipelines placed above the natural ground, embankment shall be placed and compacted to an elevation of at least two feet above the top of the pipe and to a width equal to four pipe diameters prior to trench excavation, The minimum side slopes shall be six (6) feet (horizontal) to one (1) foot (vertical), 3.2 CLEARING AND GRUBBING A, Prior to trench excavation, the existing surface that will be disturbed by the excavation operation shall be cleared and grubbed in accordance with Section 2230 Site Clearing. B. The limits of clearing and grubbing for this Section shall be as, shown on the plans or as otherwise specified in the Contract Documents. Where the clearing limits are not shown or stated, the limits of clearing and grubbing shall be the smallest area that will facilitate the construction of work specified. 3.3 TRENCH WIDTH A. Trenches for pipe construction shall be excavated to a width that will provide enough working space next to the pipe and facilitate proper compaction of backfill material around the haunches of the pipe. All such trench excavation shall comply with the manufacturer's recommendations for the type of pipe used, B. Excavation for structures such as manholes, inlets, pump stations, etc, shall be large enough to provide adequate working room, A minimum distance of two feet shall be provided between the outside edge of the structures and the side or wall of the excavation to allow for proper backfilling and compaction, 3.4 EXCAVATION A, All trenches shall be excavated by open cut unless otherwise indicated ill the Contract Documents, B. The length of the open cut trench that is excavated ahead of the pipe laying operation shall not exceed half of the normal daily production length, The excavation and pipe laying operation 5:\20081080104,00,00 Lely Manor Canall0014 Bidding Phase Services\2080TRENCH,DOC 3 IDA Lely Manor Canal West Outfall RWA, Ine, ProjeetNo, 080104,00,00 shall be coordinated so that all pipe laid in one day is fully backfilled except for the last length of pipe in an Wlfinished run between structures, 3.5 ROCK EXCAVATION A. Where rock is encoWltered during the performance of work specified in this Section, the rock shall be excavated in accordance with Section 02300 Earthwork, 3,6 UNSUITABLE MATERIALS A, Where materials unsuitable for backfilling are encountered during trench excavation, these materials shall be separated from the suitable materials and disposed of off-site or utilized on-site in embankment areas as authorized by the Owner's Representative, 3.7 REPLACEMENT MATERIAL A, Where Wlsuitable material including rock larger than 8 inches is excavated and hauled off-site, replacement material shall be acquired from on-site excavation as provided by the Contract Documents or as authorized by the OWNER, Where replacement material is not available from the site, the CONTRACTOR shall furnish fill material from an off-site borrow source, Only materials that conform to Article 2.2 of this Section may be used for backfilling Wlless otherwise specified in the Contract Documents or authorized in writing by the Owner's Representative, 3.8 PREPARATION OF TRENCH BOTTOM A. Where rock is encountered at the bottom of the trench, the trench shall be Wldercut to a depth of at least 6 inches below the bottom of the pipe to allow for bedding cushion above the rock, B. Where muck, roots or other organic materials are encountered at the bottom of the trench, the trench shall be undercut to remove the unsuitable material to the satisfaction of the Owner's Representative. C. The Contractor shall dewater the excavation operation as required to provide a dry trench bottom. 3.9 BEDDING A, Where the exposed material at the bottom of the trench meets the requirements of Article 2.2, the existing material may be used as bedding, provided it is compacted, B. Where the bottom of the trench has been undercut to remove rock or unsuitable material, the bottom shall be brought up to grade by placing and compacting bedding materials conforming to the requirements of Article 2.2. C, In exceptionally wet conditions, the Contractor may request permission from the Jurisdictional Authority to lay the pipe in water. If that request is authorized, the Contractor shall undercut the S:\20081080104,00,OO Lely Manor CanaII0014 Bidding Phase Services\2080TRENCRDOC 4 IDA Lely Manor Canal West Outfall RWA, Inc, Project No. 080104,00,00 existing bottom a minimum of 6 inches and replace with "crushed stone bedding material" conforming to Article 2.2, This bedding material shall be tamped and consolidated to provide a solid and unyielding base for the pipe. During this operation, the Contractor shall continue the dewatering process to facilitate adequate installation of the pipe or structure and to permit observation of the process by the Owner's Representative, The additional undercut excavation, crushed stone bedding, and other associated costs shall be at the Contractor's expense and no extra compensation will be allowed, 3.10 BACKFILLING A. Backfilling of pipe trenches shall be done in three stages as follows: 1, First Stage: Material above the bedding and beneath the haunches compacted in 6-inch layers, 2. Second Stage: Material along the sides of the pipe up to at least 1 foot above the top of the pipe compacted in maximum 6-inch layers, 3. Third Stage: Material above the second stage up to the bottom of the subgrade or the finished surface as applicable compacted in maximum 12-inch layers, B. Backfilling of structures shall be done in maximum 12 inch compacted layers up to the top of the completed or partially completed structure. C, Materials used for backfilling shall comply with the requirements of Article 2,2 or as otherwise authorized by the jurisdictional Authority, For backfilling of pipe "Select Fill" shall be used for the First and Second Stages. "Common Fill" shall be used for the Third Stage of pipe backfill and for backfilling structures. 3,11 COMPACTION OF BACKFILL A. The compaction requirements for backfilling pipe trenches and around structures are listed below under the following two categories, 1. Under asphalt or concrete pavement: In a cross-section view this is the area under the pavement and within a 2:1 slope downward from the outside edge of the shoulder or back of curb or sidewalk as applicable, 2, Not under pavement: Any area outside the 2: I slope referred to above, Under Not Under Pavement Pavement Bedding 90% 90% First Stage 90% 90% Second Stage 98% Equal to 90% adjacent soil Third Stage 98% Equal to 90% adjacent soil The above are the minimum relative compactions determined by ASTM D-1557, B. The Contractor shall add water or dry the material used for backfilling until the moisture content is within two percent of the optimum moisture prior to compacting the backfill layer. C. A density determination shall be taken for each 300-foot section of trench or part thereof for each layer, Each layer shall pass the compaction requirements before the next layer is placed unless otherwise authorized by the Jurisdictional Authority. S:\20081080104,OO.OO Lely Manor CanaJlOO14 Bidding Phase Services\2080TRENCRDOC 5 ~'IO I~I.' I a "~ . It Lely Manor Canal West Outfall RWA, Inc, Project No, 080104.00,00 D. A density test shall be taken for every other layer for each structure. Each test shall pass the minimum compaction requirements before the next layer is placed unless otherwise authorized by the Jurisdictional Authority, PART 4 - METHODS AND MEASUREMENTS OF PAYMENT 4,1 All work required by this section will be included in payments for other sections or as noted in the Contract Document or Accepted Proposal. A, The cost of rock excavation including blasting shall be included in the contract unit price for pipe or structures unless rock excavation is specifically established as a separate pay item in the Contract documents, When rock excavation is paid for separately, payment shall be made at the contract unit price in accordance with Section 02300 Earthwork. END OF SECTION 02080 5:\2008\080104.00,00 Lely Manor Canal\0014 Bidding Phase Services\2080TRENCH.DOC 6 Lely Manor Canal West Outfall 1.1 1.2 1.3 RW A, Inc, Project No, 080 I 04,00,00 SECTION 02230 - SITE CLEARING PART1-GENERAL RELATED DOCUMENTS A, Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section, SUMMARY A, Work specified in this Section consists of Clearing and Grubbing within areas specified in the Contract Documents or as directed by the OWNER'S representative, Work under this Section includes removal and disposal of all trees, brush, stumps, grass, roots, and other such protruding objects. Also included is the removal and disposal of buildings, structures, existing pavement, other existing facilities, and debris not required to remain or to be salvaged that is necessary to prepare the area for the proposed construction, CONTRACTOR shall notifY all utility companies or utility OWNERS (both public or private) of their intent to perform such work and shall coordinate field location of utility lines prior to commencement of construction, B. Other miscellaneous work considered necessary for the complete preparation of the overall project site is also included under this Section, Work includes, but is not limited to, the following: 1. Plugging of wells encountered within the project limits, which are to be abandoned. 2, Leveling and restoration of terrain outside the limits of construction for purposes of facilitating maintenance and other post-construction operations, 3, Trimming of certain trees and shrubs within project limits for utilization in subsequent landscaping of the project. 4, Plugging or sealing of culvert pipes or other structures to prevent erosion or collapse of adjacent soils. 5, Protecting existing trees, shrubs, groundcovers, plants, grass to remain. 6, Removing existing trees, shrubs, groundcovers, plants, and, grass. 7, Clearing and grubbing, 8. Stripping and stockpiling topsoil. 9, Removing above- and below-grade site improvements. 10, Disconnecting, capping or sealing, and abandoning or removing site utilities, 11. Temporary erosion and sedimentation control measures, C, Related Sections include the following: 1, Division 2 Section 2300 "Earthwork" for soil materials, excavating, backfilling, and site grading, DEFINITIONS A. Topsoil: Natural or cultivated surface-soil layer containing at least 1.5% organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or S:\2008\080104,OO,00 Lely Manor Canal\0014 Biddiog Phase Se,,;ces\2230SITECLEARDOC 1 lOA Lely Manor Canal West Outfall RW A, Inc, Project No, 080104,00,00 red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2 inches in diameter; and free of roots larger than I-inch in diameter, toxic materials, or other non-soil materials, The material utilized as topsoil shall be suitable for plant growth and free from appreciable quantities of hard clods, stiff clay, hardpan, gravel, brush, large roots, refuse, or other deleterious materials. The characteristics of the material shall be such that it can be adjusted to have a pH value between 5,0 and 8.0, or as approved by the Engineer B. Tree Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by the drip line of individual trees or the perimeter drip line of groups of trees, unless otherwise indicated. 1.4 MATERIAL OWNERSHIP A. Except for stripped topsoil or other materials indicated to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.5 QUALITY ASSURANCE A. Regulatory Requirements: Comply with governing EP A notification regulations before beginning demolition, Comply with hauling and disposal regulations of authorities having jurisdiction, B, Standards: Comply with ANSI AlO,6 and NFPA 241. 1.6 PROJECT CONDITIONS A, Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations, 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction, 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B, Salvable Improvements: Carefully remove items indicated to be salvaged and store on Owner's premises where indicated, C, Utility Locator Service: Notify utility locator service for area where Project is located before site clearing, D. Do not commence site-clearing operations until temporary erosion and sedimentation control measures are in place. S:\20081080104,OO,OO Lely Manor Canall0014 Bidding Phase Services\2230SITECLEARDOC 2 Lely Manor Canal West Outfall RWA,Inc, Project No, 080lJ,O A PART 2 - PRODUCTS (Not used) PART 3 - EXECUTION 3,1 PREPARATION A, Protect and maintain benchmarks and survey control points from disturbance during construction. B. Locate and clearly flag trees and vegetation to remain or to be relocated. C. Protect existing site improvements to remain from damage during construction, 1. Restore damaged improvements to their original condition, as acceptable to Owner, 0, Prior to clearing, all existing vegetation not within the limits of construction shall flagged to be preserved. The Contractor shall install envirofence or equal beyond the drip line of the retained vegetation and along the limits of the clearing, The fence shall remain erect and maintained through the duration of the construction activities. 1. Do not store construction materials, debris, or excavated material within fenced area, 2, Do not permit vehicles, equipment, or foot traffic within fenced area, 3. Maintain fenced area free of weeds and trash. E, All clearing shall be done in accordance with the jurisdictional authority permit requirements, 3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL A, Provide temporary erosion and sedimentation control measures to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways, according to requirements of the Plans and jurisdictional authority. B. Inspect, repair, and maintain erosion and sedimentation control measures during construction until permanent vegetation has been established, C. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. 3.3 TREE PROTECTION A. Do not excavate within tree protection zones, unless otherwise indicated, B. Where excavation for new construction is required within tree protection zones, hand clear and excavate to minimize damage to root systems, Use narrow-tine spading forks, comb soil to expose roots, and cleanly cut roots as close to excavation as possible. 1. Cover exposed roots with burlap and water regularly. 2. Temporarily support and protect roots from damage until they are permanently redirected and covered with soil. 3, Coat cut faces of roots more than 1 Y2 -inches in diameter with emulsified asphalt or other approved coating formulated for use on damaged plant tissues, 4, Backfill with soil as soon as possible. S:\20081080104,OO,OO Lely Manor CanallOOl4 Bidding Phase Services\2230SITECLEARDOC 3 lOA Lely Manor Canal West Outfall RWA, Inc, Project No, 080104,00,00 C. Repair or replace trees and vegetation indicated to remain that are damaged by construction operations, in a manner approved by Engineer. 1, Employ an arborist, licensed in jurisdiction where Project is located, to submit details of proposed repairs and to repair damage to trees and shrubs. 2. Replace trees that cannot be repaired and restored to full-growth status, as determined by Engineer, 3.4 TOPSOIL STRIPPING A, Remove usable sod and grass before stripping topsoil. B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials, 1. Remove subsoil and non-soil materials from topsoil, including trash, debris, weeds, roots, and other waste materials, C, Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust. Do not stockpile topsoil within tree protection zones, 1, Dispose of excess topsoil as specified for waste material disposal. 2. Stockpile surplus topsoil to allow for respreading. 3.5 UTILITIES A, Contractor will arrange for disconnecting and sealing indicated utilities that serve existing structures before site clearing, when requested by Contractor, a) Verify that utilities have been disconnected and capped before proceeding with site clearing, b) Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: c) Notify utility agency not less than two days in advance of proposed utility interruptions. d) Do not proceed with utility interruptions without Utility Agencies permission, B. Excavate for and remove underground utilities indicated to be removed on the Plans, 3,6 CLEARING AND GRUBBING A. Clearing and Grubbing shall consist of complete removal and disposal of all items stated in Section 1.2, which are not specified for removal under other items of the contract. B. Unless otherwise shown in the Plans or Contract Documents, Standard Clearing and Grubbing shall be done within the following areas: }, All areas where any type of excavation is to be done. 2. All areas where any type of embankment will be constructed. S:\2008\080104,OO,OO Lely Manor Canal\OO14 Bidding Phase Services\2230SITECLEARDOC 4 Lely Manor Canal West Outfall RWA, Inc. Project No, 0801J,,(J A 3, All areas where any type of structure, including pipe culverts or pipelines, will be installed or constructed. 4, All areas where any type of pavement will be constructed, 5. Other areas designated in the Plans or by the Specifications, C, Depths of Removal 1. In areas listed below all roots larger than I-inch in diameter and other debris shall be removed to a depth of at least one foot below ground surface, The surface shall then be plowed to a depth of at least six inches and all roots exposed shall be removed to a depth of at least one foot. All stumps including subsurface roots shall be completely removed to the satisfaction of the ENGINEER. Trees shall be removed so roots are pulled out rather than broken or sawed off, Areas requiring the removal methods stated in this paragraph are as follows: a) Excavation areas where the excavated material is to be used in embankment construction under permanent structures such as but not limited to pavement and buildings, b) Embankment areas under permanent structures such as but not limited to pavement, buildings, sewage treatment facilities, bridges, etc, c) Excavation areas where roots or similar vegetation in the top one foot would interfere with disking, harrowing, or finish grading operations prior to seeding or landscaping, d) Lots and building areas, 2. In all other excavation areas not listed above where Clearing and Grubbing is to be done, all roots, stumps, and debris protruding through or appearing on the surface of the completed excavation shall be removed or cut off below the excavated surface, 3, In all other embankment areas not listed above where Clearing and Grubbing is to be done, all roots, stumps, and debris protruding through or appearing on the surface shall be removed to a depth of at least one foot below the surface but no plowing or harrowing will be required in these areas. D. Trees to Remain 1. As an exception to the above prOVlSlons, where so directed by the Owner's representative, desirable trees within the clearing limits shall be protected as noted in 3,2 above E, Boulders 1, Any boulders laying on the top of the existing surface or otherwise encountered during the Clearing and Grubbing shall be removed and disposed of by the CONTRACTOR in areas provided by the CONTRACTOR. As an alternate to off-site disposal and at the CONTRACTOR'S expense, he may elect to utilize these boulders in berms or as riprap approved by the Engineer, Any breaking or splitting of boulders that may be necessary to comply with size requirements for embankment shall be incidental to the cost of Clearing and Grubbing, No boulders or rock shall be left or placed in building pads, or streets, or paved areas, 3,7 SELECTIVE CLEARING AND GRUBBING A. Selective Clearing and Grubbing shall consist of removing and disposing of all vegetation, obstructions, etc, as provided above except that in non-structural areas where the Contractor so elects, roots may be cut off flush with the ground surface. Stumps shall be completely removed. S:\2008\080104.00.00 Lely Manor Canal\OO14 Bidding Phase Services\2230SITECLEARDOC 5 IDA Lely Manor Canal West Outfall RWA, Inc, Project No, 080104,00,00 Undergrowth shall be completely removed except in areas designated by the OWNER'S representative for aesthetic purposes. B. Desirable trees, that are designated by the Owner's representative to remain, shall be protected and trimmed in such a way to avoid damage to limbs during construction during clearing, 3,8 SPECIAL CLEARING AND GRUBBING A, In certain areas that are inaccessible by machines or are considered environmentally sensitive, ENGINEER may specifY Special Clearing and Grubbing, Where listed as a separate pay item, Special Clearing and Grubbing shall consist of removal and disposal of all trees, brush stumps, roots, debris or other objects protruding through the surface by cutting off flush with the ground surface, The use of any machinery that would disturb the original ground surface condition will not be permitted. 3.9 ERADICATION OF EXOTIC VEGETATION A, Where listed as a separate pay item, eradication of exotic vegetation shall consist of removal and disposal of Australian Pine, Melaleuca, Brazilian Pepper, Florida Holly and other species specifically stated on the Plans or specified herein. Also included shall be the removal of the subsurface root system for each exotic, B. In areas where removal is modified to permit cutting off flush with in the ground surface, stump and root system shall be treated with an agency approved chemical herbicide that will ensure the eradication of the root system. C. Within the limits established for the eradication of exotic vegetation, all other trees, brush, etc, not classified as exotic shall be removed, unless designated in the field by the OWNER'S representative to remain, The removal and disposal of non-exotic vegetation shall conform to the provisions of Article 3,1, 3.10 REMOVAL OF EXISTING PAVEMENT A. Work specified in this Article consists of the removing and disposing of existing pavement surfaces such as, but not limited to, pavement, sidewalk, curb, and gutter where shown in the Plans, or required to be removed during construction operations, or as required by the ENGINEER. 3.11 BURNING ON-SITE A. Unless otherwise stated in the Contract Documents, burning will be permitted within the project limits provided the burning operation complies with all applicable laws, ordinances, and other regulatory agencies. All permits required shall be obtained prior to the start of burning and all permit regulations strictly adhered to, All burning shall be done at locations where trees and shrubs adjacent to the cleared area will not be harmed, S:\20081080104,OO.00 Lely Manor Canall0014 Bidding Phase Services\2230SITECLEARDOC 6 IDA Lely Manor Canal West Outfall RWA, 1nc, Project No. 080104,00,00 3,12 DISPOSAL OF MATERIALS A, Timber, stumps, roots, brush, boulders, rubbish, and other objectionable material resulting from work specified in this Section shall be disposed of off-site in locations provided by the CONTRACTOR. 3,13 OWNERSHIP OF MATERIALS A, Except as may be otherwise stated in the Contract Documents, all buildings, structures, appurtenances and other materials removed by the CONTRACTOR shall become the property of the CONTRACTOR, to be disposed of in areas provided. 3.14 METHOD OF MEASUREMENT AND PAYMENT A, General: For the various items of work specified in this Section when listed as a separate pay item, payment shall be made by the unit price or the lump sum amount as established in the Contract Documents, Where no separate pay item is established, the cost of all such work shall be included in the various scheduled items of work specified in the Contract Documents, except as provided below, B, Clearing and Grubbing: Measurement of Clearing and Grubbing shall include only the areas specified in the Contract Documents that are required to be cleared to permit the construction of the various items of work, Areas that are cleared for convenience, access, or other purposes that are not a requirement of construction will not be measured for payment. C. Selective Clearing and Grubbing: Measurement of Selective Clearing and Grubbing shall include all areas shown in the plans or designated in the field by the Owner's representative, This measurement shall include the total area within the limits of Selective Clearing and Grubbing and no deduction shall be made for areas in which desirable trees and brush are designated to remain, Where the limits of Selective Clearing and Grubbing are shown on the Plans or otherwise established in the Contract Documents but no separate pay item established, the measurement of such work shall be included in the quantity or lump sum amount of "Clearing and Grubbing". D. Special Clearing and Grubbing: Measurement of Special Clearing and Grubbing shall include all areas shown in the plans or designated in the field by the Owner's representative. This measurement shall include only actual areas cleared by the hand method and shall not include areas cleared by other methods or areas that remain in their original condition, Where the limits of Special Clearing and Grubbing are shown on the Plans or otherwise established in the Contract Documents but no separate pay item established, the measurement of such work shall be included in the quantity or lump sum amount of "Clearing and Grubbing", E, Eradication of Exotic Vegetation: Measurement of Eradication of Exotic Vegetation shall include areas shown on the Plans or designated in the field by the Owner's representative, The measurement shall include the total area within the limits established for Eradication of Exotic Vegetation and include the areas within these limits where non-exotic vegetation is removed. Where the Owner's representative has designated desirable vegetation to remain within these limits, no deduction of area shall be made for the "saved" areas, S:\2008\080104,OO,OO Lely Manor Canal\OOI4 Bidding Phase Services\2230SITECLEARDOC 7 lOA Lely Manor Canal West Outfall RW A, Inc, Project No, 080104,00,00 1. Where limits of Eradication of Exotic Vegetation are shown on the Plans or otherwise established in the Contract Documents but no separate pay item established, the measurement of such work shall be included in the quantity or lump sum amount of "Clearing and Grubbing". F, Removal of Existing Pavement: When a separate pay item is established for the Removal of Existing Pavement, the quantity to be paid shall be by the square yard for the actual quantity removed and disposed of off-site, For curb and gutter, slope pavement, and other irregular areas, the measurement shall be generally taken as an approximate horizontal surface. Where lump sum payment is provided, such payment shall be compensation for the removal of areas shown on the Plans or otherwise specified in the Contract Documents. 1. Where a separate pay item is established for curb, gutter, or curb and gutter removal, the measurement shall be measured by the lineal foot at the flow line of the gutter or at the top of curb where there is no gutter, Where separate pay has not been provided for curb or curb and gutter removal, the measurement shall be included in the area for pavement removal as stated above. 2, When no separate payment is provided for the Removal of Existing Pavement and no applicable item of excavation or embankment covering such work is listed; the costs of this work shall be included in the contract price for the item of Clearing and Grubbing or for the pipe or other structure of which the pavement removal is required, G, Removal of Existing Structures: When separate payment for Removal of Existing Structures or Removal of Existing Buildings is provided; the work shall be paid for at the contract lump sum price, When direct payment is not provided, the cost of such removal and disposal shall be included in the contract price for Clearing and Grubbing or if no Clearing and Grubbing is included, in the compensation for the other items covering the new structure to be constructed, H. Burning: Unless otherwise specified in the Contract Documents, and where permitted, burning shall be considered, as being part of the process of disposing of materials and the cost of such work shall be included in the item that requires the disposal of materials. PART 4 MEASUREMENTS AND METHOD OF PAYMENT 4,1 General A, Prices and payments for the various work items included in this Section shall constitute full compensation for all work described herein and shall include all removal, disposal, protecting, trimming, breaking, plugging, eradication, or any other items specified in this Section, B. Pay Items: For all work specified in this Section, payment shall be made in accordance with the list of pay items established or as otherwise defined in the Contract Documents, The description of a pay item in the proposal section may vary from the descriptions stated in this Section, END OF SECTION 02230 S:\2008\080104.00.00 Lely Manor Cana1\OOI4 Bidding Phase Services\2230SITECLEARDOC 8 Lely Manor Canal West Outfall RWA, Ine, ProjeetNo, 080104.00'7 0 A SECTION 02260 - EXCAVATION SUPPORT AND PROTECTION PART 1- GENERAL 1,1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this Section, 1,2 SUMMARY A, This Section includes requirements for temporary excavation support and protection systems, B. Related Sections include the following: 1. Division 2 Section 02080 "Trenching and Backfill" 2, Division 2 Section 02300 "Earthwork" for excavating and backfilling and for existing utilities, 3. Division 2 Section 02630 "Storm Drains" for excavating and Backfilling Storm Drain systems. 1.3 PERFORMANCE REQUIREMENTS A, Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and temporary and permanent surcharge loads. 1, Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified professional engineer in accordance with The Florida Safe Trench Act and OSHA requirements. 2, Prevent surface water from entering excavations by grading, dikes, or other means. 3, Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. B. Support and Protective equipment supplied by manufactures with recommendations for safe usage may be used at the contractor's discretion and responsibility, In the event the Owner, Engineer or Jurisdictional Authority require substantiating evidence of stability, the Contractor shall furnish such information to their satisfaction, 1.4 SUBMITTALS A. Shop Drawings for Information: Prepared by or under the supervISIOn of a qualified professional engineer for excavation support and protection systems. 1. Include Shop Drawings signed and sealed by the qualified professional engineer responsible for their preparation, S:12oo8\080104,oo.00 Lely Manor Cana1\0014 Bidding Phase Services12260EXCAVDOC RWA, Ine, ProjeetNo, 080\(10,0 A <I Lely Manor Canal West Outfall 1.5 2,1 3.1 B. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Project-Site Information: A geotechnical report has been prepared for this Project and is available for information only, The opinions expressed in this report are those of geotechnical engineer and represent interpretations of subsoil conditions, tests, and results of analyses conducted by geotechnical engineer, Owner will not be responsible for interpretations or conclusions drawn from this data, 1, Make appropriate additional test borings, as required and conduct other exploratory operations necessary for excavation support and protection. C. Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor; establish exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1, During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations and positions for comparison with original elevations and positions. Promptly notify Engineer if changes in elevations or positions occur or if cracks, sags, or other damage is evident in adjacent construction, PART 2 - PRODUCTS SHORING A, Only materials suitable for structural shoring shall be used, B, Use of previously used materials shall only be allowed if such materials are not damaged or unsuitable for the intended use. PART 3 - EXECUTION PREPARATION A, Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection system operations, 1, Shore, support, and protect utilities encountered in a manner, which will not cause distress, 5:\2008\080104.00.00 Lely Manor Canal\0014 Bidding Phase 5ervices\2260EXCA V.DOC 2 IDA Lely Manor Canal West Outfall 3,2 4.1 RWA, Inc, Project No, 080104,00,00 2, Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities, 3. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and Jurisdictional Authorities having jurisdiction, 4. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction, B. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded, c, Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable, D. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures, Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities, B. At the discretion of the Jurisdictional Authority, support may remain in place if excavation support and protection systems are removed to a minimum depth of 48-inches below overlying construction and abandon remainder, c, Repair or replace, as approved by Engineer, adjacent work damaged or displaced by removing excavation support and protection systems, D, Excavation support and protection systems may be permanently left in place, below 3-feet of finish grade if approved by the Jurisdictional Authority. PART 4 - MEASUREMENTS AND METHOD OF PAYMENT METHOD OF PAYMENT A, The work specified in this section will be paid for as part of the Utility Section specified in other sections of this specification, B. No other payment will be made for the work specified here, END OF SECTION 02260 S:\2008\080 1 04.00.00 Lely Manor Canal\OO14 Bidding Phase Services\2260EXCA V.DOC 3 lOA I~'~~ Lely Manor Canal West Outfall RWA, Ine, ProjeetNo. 080104,00,00 SECTION 02300 - EARTHWORK PART 1 - GENERAL 1,1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section, 1.2 SUMMARY A. The work included in this Section is the rough grading to be completed prior to utility installation, paving of streets, sidewalks, and driveways, and landscape grading. B. This Section includes the following: 1. Excavation and filling to the line, grades and contours noted in the project drawing. 2, Preparation of ground to be filled and conditioning of fill material for designated compaction. 3, Compaction of all fill soils as designated in this specification and the Geotechnical report, 4. Placement of topsoils on designated surfaces to be landscaped. 5, Preparation of graded surfaces and drainages to mitigate erosion during site preparation, 6. Compaction of subgrade surfaces to receive concrete drainage structures, 7, Removal or conditioning of unsuitable soils in accordance with the Engineers directions, 8. Rock excavation, if required, and as directed by the Engineer C, The Earthwork Contractor, if not responsible for final paving and landscaping, must coordinate the earthwork task with the Paving and Landscaping Contactors to assure continuity and compliance to these specifications, D, Earthworks required after Rough grading will include the following: 1. Preparing subgrades for slabs-on-grade, walks, pavements, lawns and grasses, and exterior plants, 2, Excavating and backfilling for utility trenches, 3. Excavating and backfilling trenches for buried utility structures. E, Related Sections include the following: 1, Division 2 Section 02080 "Trenching and Backfill" 2, Division 2 Section 02230 "Site Clearing" 3, Division 2 Section 02741 "Asphalt Pavements 1.3 DEFINITIONS A. Backfill: Soil material or approved low-strength material used to fill an excavation, 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe, 2, Final Backfill: Backfill placed over initial backfill to fill a trench. 5:\2008\080104,00,00 Lely Manor Canal\0014 Bidding Phase 5ervices\2300EARTHORK,DOC IDA Lely Manor Canal West Outfall RWA, Inc, Project No. 080104,00.00 B. Base Course: Course placed between the subbase course or subgarde and asphalt or concrete paving, C. Bedding Course: Course placed over the excavated subgrade in a trench before laying pipe. D. Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill, E, Drainage Course: Course supporting concrete slab-on-grade that also minimizes upward capillary flow of pore water and conduction of ground water, F. Excavation: Removal of material encountered above finish elevations and to lines and dimensions indicated, 1, Authorized Additional Excavation: Excavation below finished elevations or beyond indicated lines and dimensions as directed by the Engineer, Authorized additional excavation and replacement material will be paid for according to Contract provisions for unit prices. 2. Bulk Excavation: Excavation more than 10-feet in width and more than 30-ft. in length. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by the Engineer, Unauthorized excavation, as well as remedial work directed by the Engineer, shall be without additional compensation to the Contractor. G, Fill: Soil materials used to raise existing grades, H, Rock: Rock material in beds, ledges, unstratified masses, and boulders of rock material that exceed 1 cubic yard for bulk excavation or % cubic yard for pit excavation that cannot be removed by excavating equipment and requiring systematic drilling, ram hammering, or blasting to excavate. 1. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials, J, Utilities: On-site above and underground pipes, conduits, ducts, and cables, 1.4 SUBMITTALS A, Product Data: For the following: Controlled low-strength material, including design mixture, B. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, C, Blasting Plan and Permit: For record purposes and approved by authorities having jurisdiction. D, Seismic Survey Report: For record purposes; from seismic survey agency. E, Preexcavation Photographs or Videotape: Show existing conditions of adjoining construction and site improvements, including finish surfaces, that might be misconstrued as damage caused by earthwork operations. Submit before earthwork begins. S:\20081080104,OO.OO Lely Manor CanallOO14 Bidding Phase Services\2300EARTHORK.DOC 2 Lely Manor Canal West Outfall RWA, Inc. Project No, 080104,00,00 lOA 1.5 QUALITY ASSURANCE A, Blasting: Comply with applicable requirements in NFPA 495, "Explosive Materials Code," and have a Blasting Permit issued by the jurisdictional authority, 1.6 PROJECT CONDITIONS 2.1 2,2 A, 2.3 A, A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing; Then only after arranging to provide temporary utility services according to Owner or jurisdictional authority. B. Demolish and completely remove from site existing underground utilities indicated to be removed, Coordinate with utility companies to shut off services if lines are active, PART 2 - PRODUCTS IMPORTED SOIL MATERIALS A, General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B, Satisfactory Soils: ASTM D 2487 Soil Classification Groups GW, GP, GM, SW, SP, and SM or a combination of these groups; free of rock or gravel larger than 3-inches in any dimension, organic debris, waste, frozen materials, vegetation, and other deleterious matter, C. Unsatisfactory Soils: Soil Classification Groups not listed in B. above shall be considered unsatisfactory . 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D, Impervious Fill: Clayey gravel or clayey sand mixture capable of compacting to a dense impervious state, CONTROLLED LOW-STRENGTH MATERIAL Controlled Low-Strength Material: Low-density, self-compacting, flowable concrete material as follows: 1, Portland Cement: ASTM C 150, 2. ASTM C 33, %-inch maximum aggregate size, 3, The Engineer will consider other low strength materials submitted by the Contractor, CLASSIFICA TION OF EXCA VA TION General 1, Included in the excavation under this Section are materials of whatever nature encountered within the required limits of excavation (except material during clearing and grubbing), Determination of sub-surface condition effects on construction costs is the sole responsibility of the Contractor, Sub-surface conditions between soil borings that may vary greatly from those conditions found at the boring location, 5:\2008\080104,00.00 Lely Manor Cana1\OOI4 Bidding Phase Services\2300EARTHORK,DOC 3 IDA Lely Manor Canal West Outfall RWA, !nc, Project No, 080104,00,00 2. Locating existing underground utilities shall be the responsibility of the Contractor, In the event of any utility conflict, the Contractor shall immediately inform the, Owner and the Engineer of the conflict, Contractor shall be responsible for the immediate repair of a utility lines damaged during construction. Contractor shall notify all utility jurisdictional authorities, both public and private of their intent to perform such work and coordinate field location of utility lines prior to commencement of construction, 3. Where separate classification is provided in the Proposal, excavation specified under this Section may be listed as any ofthe following classes: (1) Regular Excavation, (2) Swale Excavation, (3) Subsoil Excavation, (4) Rock Excavation, (5) Lake Excavation (unclassified). 4, For any of the above classifications not specifically listed as a separate pay item in the proposal or included as part of another pay item, all excavation of such type shall be included under the item of Regular Excavation, If the item of Regular Excavation is not listed in the proposal, all costs included in the excavation of roadway, swales, subsoil, rock, lakes, structures (including utilization or disposal of materials) shall be incidental to the general cost of the project and no additional compensation will be allowed, B. Regular Excavation 1, Regular Excavation shall consist of excavation of materials necessary for construction of roadways, ditches, sidewalks, building pads, retention ponds, and other surfaces as shown in the plans. Excavated material suitable for embankment shall be utilized in areas requiring fill with all excess material spread or stockpiled on site where shown on the plans or as directed by the Owner's representative. C, Swale Excavation 1, Swale Excavation shall consist of excavation of swales and ditches as indicated on the Plans and shall include the utilization of suitable excavated materials in areas requiring fill with all excess material spread or stockpiled on site where shown on the plans or as directed by the Owner's representative. D, Authorized Additional Excavation 1. Subsoil excavation shall consist of the excavation and off-site disposal of unsuitable excavation, or any other material that is determined to be unsuitable by the Owner's Geotechnical Engineer in its original position and that is excavated below the finished grading, If provided in the plans or Contract Documents unsuitable material shall be stock-piled in areas on site designated by the Owner, E, Rock Excavation 1. Rock Excavation shall consist of excavation of rock and boulders necessary to attain finish grade, 2. For the purpose of classifying rock excavation as a pay item, the rock strata encountered shall be of such thickness and hardness as to preclude removal by using a modem 3/4 cubic yard hydraulic backhoe maintained in excellent operating condition. F, Rock Blasting 1. All blasting conducted under this contract shall strictly comply with the provisions of all laws and ordinances, All required blasting permits shall be the responsibility of the Contractor and in accordance with requirements of the jurisdictional authority, S:\2OO81080 1 04. 00. 00 Lely Manor CanallOO 14 Bidding Phase Services\2300EARTHORK DOC 4 Lely Manor Canal West Outfall RWA,Inc, Project No, 080104,OJ:O A 3.1 A, G, Rock Crushing 1. If Rock Crushing is listed as a pay item in the Proposal, rock shall be crushed so that at least 97 percent (by weight) of the material shall pass a 3 1/2 inch sieve and the material shall be graded uniformly down to dust. The crushed rock shall have an average limerock bearing ratio (LBR) value of not less than 100. H, Lake Excavation (Unclassified) 1. Lake Excavation (Unclassified) shall consist of excavation of all material necessary for construction of lakes according to the depths, dimensions, side slopes, and in the locations shown in the plans, It shall also include the utilization of excavated materials and the disposal of unsuitable materials in accordance with Part III of this specification. All materials excavated shall be considered as "unclassified", 2, Contractor shall be responsible for any investigation of subsurface conditions and subsequent determination of the amount of rock, roots, and other materials to be incorporated into his price. Contractor shall construct the lake banks in strict accordance with the ordinances or laws governing the excavation, All slopes must be equal to the specified slopes. The bottom of the lake shall not be excavated below the specified depth without prior written approval of the Owner and the Jurisdictional Authority, PART 3 - EXECUTION B, unLIZA nON OF EXCA VA TION MATERIALS General 1. All excavated materials suitable for embankment shall be utilized in the embankment areas shown in the plans or as otherwise specified in the Contract Documents. After the requirements for embankment to meet the lines and grades shown on the plans, the surplus suitable excavated material shall be deposited in areas on-site as directed by the Owner's representative, unless otherwise specified in the Contract Documents, 2. On projects where excavation does not provide enough material to satisfy embankment requirements, excavated materials shall first be utilized in the roadway or other permanent structure embankment, then into other embankment areas shown in the plans. Classification of Materials 1, Material shall be classified as "suitable" if it meets all the requirements of this Section, A rock stratum that can be blasted, split or screened to meet the requirements shall be considered as "suitable" for embankment. 2. Material such as muck, or any other material containing excessive amounts of organic, silt, clay, or other deleterious materials shall be classified as "unsuitable" for embankment unless otherwise specified or classified by the Engineer, 3, The term "unclassified" simply refers to material that has not been defined as suitable or unsuitable, If a dispute arises over the classification of materials, the Engineer shall make the final determination, C. Rock and Boulders 1, Rock and boulders shall be utilized on site as embankment unless otherwise specified, If it cannot be utilized in its excavated state, it shall be used as Buried Rock. If that is not possible, it shall be disposed of off-site and replaced with an acceptable material. In all cases, the alteration or replacement of excavated material shall be at the Contractor's expense unless otherwise provided in the plans or Contract Documents, 5:\20081080104.00.00 Lely Manor CanaJIOOl4 Bidding Phase Services\2300EARTHORKDOC 5 Lely Manor Canal West Outfall RWA,Inc, Project No. 080104,00,001 0 A D, Burial Rock 1. Work specified in this article consists of excavating and stockpiling of Rock, hauling and placing rock into the excavated area, covering the rock with overburden from the stockpile and utilizing all excess overburden, The proposed rock burial areas shall be as shown in the plans and/or as designated by the Owner or Engineer on-site. 2. After completion of the clearing and cross-sectioning of the proposed rock burial areas, Contractor shall excavate the overburden material down to the top of cap rock or as shown in the plans or as directed by the Owner's representative. The excavated overburden shall be stockpiled nearby for use in the covering process, The excavation area shall then be cross-sectioned by the Owner's representative, 3. After cross-sectioning, rock and boulders from previous excavation shall be loaded, hauled, and placed into these areas, During the placement of rock enough fine material from the overburden stockpile shall be deposited and compacted between individual rocks or boulders so as to completely fill any voids that may occur during placement of such rocks, The top of the deposited rock shall be a minimum of 3 feet below the proposed finished grade or as otherwise specified in the plans, 4, After the rock placement is complete, the stockpiled overburden shall be placed over the rock to a minimum depth of 3 feet to the specified elevation and in accordance with the requirement of PART III of this Section, 5. After the finish grading is attained, all excess-stockpiled overburden shall be utilized in other embankment areas according to the provisions of PART III. E, Existing Pavement 1, All existing asphalt pavement including the base course shall be utilized on-site as embankment unless otherwise specified, The pavement structure shall be scarified or similarly broken up to satisfy the requirements of embankment. Care shall be taken to utilize the broken asphalt pavement and base course in areas that will not adversely affect future landscape plantings or building pad related work such as footings, rough plumbing, electrical, etc, 2, All existing concrete pavement, sidewalk, curb and gutter or similar ridged surfaces shall be disposed of off-site unless otherwise specified or directed by the Engineer, At the Contractor's option and at his expense, he may break up the concrete and mix with enough fines for incorporation into embankment areas, provided he follows the same conditions required for the utilization of asphalt pavement. F, Muck 1, Although muck or other material high in organic content will not generally be permitted in embankment areas, certain conditions may require or permit its utilization, Muck will not be permitted in embankment unless specifically stated on the plans or specified herein. G, Top Soil 1. Where top of the existing surface is high in organic content, it may be necessary to strip the topsoil and reuse it or dispose of it. Topsoil shall be stripped and stockpiled on-site for later use as a layer under sod, grassing, or in landscaped areas. When an item of topsoil is not listed as a separate pay item in the Contract Documents, the placement of the stockpiled topsoil shall be included in the item of Clearing and Grubbing or Excavation. When topsoil is listed as a pay item, it shall be placed in locations shown in the plans to a specified thickness and to a finished elevation that will allow for the placement of sod, ground cover or other landscape related surface, S:\2008\D8D104.DD.DD Lely Manor Canal\DDI4 Bidding Phase Services\23DDEARTHORKDOC 6 IDA Lely Manor Canal West Outfall 3,2 3.3 RWA, Inc, Project No, 080104,00,00 2, The material utilized as topsoil shall be suitable for plant growth and free from appreciable quantities of hard clods, stiff clay, hardpan, gravel, brush, large roots, refuse, or other deleterious materials, The organic content shall be at least 1.5 percent. The characteristics of the material shall be such that it can be adjusted to have a pH value between 5.0 and 8.0, or as approved by the Engineer, DISPOSAL OF EXCA VA TED MATERIALS A, Disposal of Surplus Materials 1. The Owner shall retain ownership of all suitable excavated materials unless otherwise stated in the Plans or Contract Documents to be surplus material, When so specified the surplus material shall become the property of the Contractor to be disposed of outside the project limits, The cost of the disposal and furnishing the disposal area shall be included in the item requiring excavation and no additional compensation will be given, B. Oisposal of Unsuitable Materials I, Unsuitable excavated material as defined in this Section shall become the property of the Contractor to be disposed of outside the project limits. The cost of the disposal and furnishing the disposal area shall be included in the item requiring excavation and no additional compensation will be given. EMBANKMENT A, General I. Embankments shall be constructed true to lines and grades shown in the plans or authorized by the Engineer. Material used in embankments shall be obtained from on-site excavation and/or from off-site borrow sources secured by the Contractor, B. Site Preparation I, Subsequent to clearing and prior to placement of embankment material, the existing cleared surface shall be scarified, moisture conditioned and compacted 6 feet beyond the all building and pavement areas and in other areas shown in the plans or stated in the Supplementary Conditions, The existing surface shall be compacted at moisture content such that the specific relative compaction requirement can be attained, Soil one foot below the compacted surface shall attain relative compaction of 95 percent of the maximum dry density as determined by the ASTM-D-1557, Field density tests shall be conducted in accordance with ASTM 0-1556, D-2167, 0-2922, or 0-2937 (latest revisions) by a certified Engineer laboratory or Soils Engineer approved by the Owner, The location and number of the tests shall be determined by the Owners representative or Soils Engineer, C, Requirements for Embankment Materials I. Embankments shall be constructed of material containing no muck, stumps, roots, brush, vegetable matter, rubbish, or other material that will not compact into a suitable and enduring roadbed or similar foundation. Material designated as unsuitable in the soil borings or as classified as unsuitable by this specification shall be removed from the embankment and disposed of in approved locations or off-site, Utilization of material in embankment construction shall be in strict accordance with the Plans or as approved by the Engineer, 5:\20081080104.00,00 Lely Manor Canall0014 Bidding Phase Services\2300EARTHORKDOC 7 IDA Lely Manor Canal West Outfall RWA, Inc, Project No, 080104,00,00 2. The maximum size of rock that will be permitted in the completed embankment are as follows: a. In top 12 inches - 3 1/2 inches maximum b. 1 foot to 2 feet below finish grade - 6 inches maximum c, 2 feet and below finish grade - Not to exceed the compacted thickness of the layer being placed 3, When and where approved by the Engineer, the Contractor may place larger rocks outside the 2 to 1 slope of any structure embankment. Where such rock is utilized in any embankment, enough fine material shall be deposited and compacted between individual rocks so as to completely fill any voids that may occur during the placement of such material. Rock larger than 8-inches shall not be utilized in any building pad or paved area embankment. D, Borrow Material 1, The use of borrow material shall be limited to areas when sufficient quantities of suitable material are not available on-site. When borrow is required the material shall conform to the requirements PART 2 and shall be approved by the Engineer prior to placement. Borrow material shall be obtained from areas furnished by the Contractor at his expense, Borrow sources shall comply with all local requirements applicable for the excavation and sale of fill material. E, Construction Requirements 1. Embankment material shall be placed in horizontal layers not to exceed 12 inches thickness measured loose. Each layer shall be leveled; moisture conditioned and uniformly compacted to a relative compaction of at least 95% of the maximum Dry density as determined by ASTM D-1557, 2, Where the material is deposited in water or on unstable ground that will not support the weight of hauling equipment, the Contractor shall consult a Soils Engineer for recommendations to stabilize the subgrade to be filled, 3, When embankments are constructed on a slope greater than 3 horizontal to 1 vertical, the slope shall be "stepped" so as to permit the embankment to be placed in horizontal layers and compacted as stated above. Upon completion of the embankment steps on a slope, steps shall be dressed to conform to the specified slope, 4. For any embankments not covered above, the Engineer prior to placement shall approve construction methods. F, Compaction Requirements 1. Materials shall be compacted at moisture content such that the relative compaction can be attained. If necessary, water shall be added to the material, or the moisture content shall be lowered by disking the material and allowing it to dry, as is appropriate, Each layer of material shall be compacted by the use of a smooth drum vibratory roller or other method approved by the Geotechnical Engineer, 2. Relative Compaction shall be determined by Test method in accordance with ASTM D-1556, D-2167, D-2922, or D-2937 (latest revisions) by a Certified Engineer Laboratory or Soils Engineer approved by the Owner. S:\2008\0801 04.00.00 Lery Manor Canal\OO 14 Sideling Phase Services\2300EARTHORKDOC 8 Lely Manor Canal West Outfall RWA, Inc, Project No, 080104,00,00 3, Relative Compaction determination requirements shall be as follows: Embankment Area Minimum Relative Compaction Building Pads 1 95% Pavement Areas2 95% Retention Areas3 95% Other Areas N/ A 1 Includes future building pads and lots, 2 Includes any permanent pavement structure such as curb and gutter, sidewalk, roadways, shoulder, driveway, or any other similar surface, 3 Includes earth berms, water retention slopes, dikes, and other similar areas, Frequency/Lift 1 Eal2000 Square feet 1 EaI 1000 Square yards 1 EalI000 Square Yards N/A 4, Contractor shall be responsible for scheduling of all soil testing, These soil-testing costs shall be borne by the Owner, except that in the event of a test failure all subsequent retests required to validate recompaction shall be at the expense of the Contractor, The Owner may deduct this expense from the Contractor's payment or request payment directly from Contractor. 3.4 FINISH GRADING A, General 1, As a final grading operation the surface of the earthwork shall be shaped to conform to the lines, grades, and contours shown on the plans. For cuts or fills where plant growth will be established, surfaces shall be left in a roughened condition as approved by the Engineer. Hand dressing will not be required except as necessary in confined areas where equipment operation is restricted, 2, Contractor shall take necessary precautions to prevent erosion of slopes before and after finish grading. Any erosion of whatever consequence shall be repaired at the expense of the Contractor until final acceptance of the project. B. Tolerances 1, In final shaping of the surface of earthwork a tolerance of 0.1 foot above or below the plan elevations and contours will be allowed with the following exceptions: a. In areas where sod, ground cover or other finish landscape surface will be used, an allowance shall be made for the thickness of sod, etc. that will result in the finish landscape elevation to be within the above tolerance, b, Earthwork shall be shaped to match adjacent pavement, curb, sidewalk, structures, etc. with applicable allowance for sod, etc, Ditch bottoms may have a higher tolerance as approved by the Engineer provided that no water will be impounded. PART 4 - METHOD OF MEASUREMENT AND PAYMENT A. METHOD OF MEASUREMENT 1, VOLUMETRIC - When payment is made on a volumetric basis, calculations shall be based on the method of average end areas or the grid cell method, unless the Engineer determines that another method will provide a more accurate result. The existing elevations shown on the plans or field survey taken by the Engineer shall be incorporated into the volume calculations, Should any of these existing elevations appear to be in S:\2008\080104.00.00 Lery Manor Canal\OO14 Bidding Phase Services\2300EARTHORK,DOC 9 lOA Lely Manor Canal West Outfall RWA, lnc, Project No, 080104,00,00 error, the Contractor shall notify the Engineer in writing and resolve the dispute prior to disturbing the existing surface in question, Once the existing surface is disturbed by clearing, excavating, or any other construction, the Contractor's right to dispute the existing elevations shown by the Engineers will be nullified, After the excavation or embankment is completed, the finished surface shall be measured in place by field survey and these cross-sections shall be incorporated into the volume calculations. 2, LOOSE VOLUME - In special cases as shown in the Contract Documents, payment shall be made on a loose volume basis as measured in trucks or other hauling equipment. The volume capacity of each truck shall be measured and recorded by the Owner's representative, Before unloading on-site, the Owner's representative shall compare the loaded truck to its recorded capacity and record the actual volume on the load ticket. Only load tickets that have been so recorded and collected by the Owner's representative at the point of dumping shall be included in the quantity for payment 3. LUMP SUM - The proposal may contain items of work that are to be paid for on a lump sum basis, Additionally, the Contract Documents may provide for a lump sum payment for the entire project. The lump sum payment for individual items or for the entire project shall constitute full compensation for the completion of all work specified in the plans and specifications, 4, PLAN QUANTITY - When cross Sectioning finished surfaces is not feasible; the Engineer may specify the final pay quantity of any item to be the original plan quantity, When so specified in the Contract Documents, such quantity will be revised only in the event that it is determined to differ by more than 10 percent of the original plan quantity. Such revisions will be determined by calculation of quantities from the plan sheets as applicable. Field measurement will not be considered except to verify that the work was accomplished in substantial compliance with the plan dimensions. B. Regular Excavation 1, Measurement of regular excavation shall include only the net volume of material excavated between the original ground surface and the surface of the completed earthwork. The pay quantity shall be the plan quantity in accordance with article A, unless otherwise stated in the Contract Documents. C. Swale Excavation 1, Measurement of swale excavation shall include only materials excavated within the line and grades indicated in the plans or as directed by the Engineer. Measurement may be by volume or lineal as called for in the Contract Documents. D, Subsoil Excavation I, Measurement of subsoil excavation shall include only material excavated within the lines and grades indicated on the plans or as directed by the Engineer, Where the limits of subsoil excavation are not shown or vary from the limits shown on the plans, the pay quantity shall be determined by cross Sectioning measurements in accordance with the volumetric method described in article 3,06.A, When the final pay quantity is more or less than the original plan quantity, an appropriate adjustment shall be made to the applicable pay quantity for imported fill so that the loss or increase is compensated provided that the unsuitable material is to be disposed off-site, A lower than plan volume will require less fill replacement and a higher than plan volume will require more fill replacement than originally calculated, However, if the subsoil excavation is displaced by on-site excavation, a quantity adjustment will not be made, Where no separate pay item is included in the contract, all such work involving the excavation and disposal of S:\2oo8\080104,OO.00 Lely Manor Canal\0014 Bidding Phase Services\2300EARTHORKDOC 10 lOA Lely Manor Canal West Outfall RWA, Inc. Project No, 080104,00,00 unsuitable material shall be considered incidental to the cost of the applicable excavation item, E. Rock Excavation 1. When rock excavation is listed as a separate pay item in the Contract Documents, measurement of rock excavation shall be by cross-sectioning method prior to and after the rock layer is excavated, Contractor shall allow sufficient time between operations to facilitate this field survey work. 2. If Rock Excavation is not listed as a separate pay item in the Contract Document, the cost of all such work, including blasting, shall be included in the unit price for Regular Excavation, Swale Excavation, Subsoil. Excavation, Lake Excavation (Unclassified), or other items which may require the excavation of rock or boulders, 3, All rock and boulders shall be excavated to the width and depth that permit the construction and installation of the specified work. Unless otherwise specified in the Contract Documents, governmental codes or ordinances, and permit requirements, the method used to remove rock and boulders shall be determined by the Contractor, 4. The Contractor at a location outside the project limits shall dispose of all excavated rock that is not utilized on-site, All such material disposed of outside the project limits shall become the property of the Contractor and he shall therefore be responsible for any liability resulting from the ownership, hauling, or disposing of such excavated material. F. Rock Blasting 1. When listed as a pay item in the Contract Documents, Rock Blasting shall be paid by the cubic yard, or lump sum for the actual quantity of rock blasted, When Rock Blasting is not listed as a pay item, any blasting or splitting of rock necessary to facilitate the excavation of rock shall be included in the item of Rock Excavation. If Rock Excavation is not listed as a pay item, any such blasting or splitting shall be included in the cost of whatever work that may require rock excavation and no additional compensation will be provided. The Contractor shall comply with any governmental agency blasting ordinance applicable at the time of construction. The Contractor shall obtain all permits required before the removal of overburden material, drilling, or delivery of explosives, G. Rock Crushing 1, When listed as a separate pay item in the Contract Documents, Rock Crushing shall be paid by the cubic yard on a volumetric basis. Prior to crushing, the existing surface of the proposed stockpile area shall be cross-sectioned by the Owner's representative, After crushing has been completed and with the crushed material in a stockpile, the stockpile shall be again cross-sectioned by the Owner's representative, The volume of the stockpile shall then be calculated by either a grid cell or average end area method. This volume shall be used for pay purposes without consideration of shrinkage or expansion, The Contractor shall be responsible for scheduling the Owner's representative for cross-sectioning and shall allow sufficient time in his schedule for the completion of such work. 2. The utilization of crushed rock shall be included in the cost of the excavation item requiring rock excavation according to the provisions of this Section, H, Lake Excavation (Unclassified) 1, Measurement of Lake Excavation (Unclassified) shall include only the net volume of material excavated between the ground surface after clearing and the finish slopes and bottom of the lake using the VOLUMETRIC method as described in the first paragraph of 3.5. The Contractor shall be responsible for scheduling the Owner's representative to 5:\20081080104,00,00 Lely Manor CanallOOI4 Bidding Phase Services\2300EARTHORKDOC 11 lOA Lely Manor Canal West Outfall RWA, Inc, Project No, 080104,00,00 cross-section the existing surface of the proposed lake after the clearing has been completed and prior to commencement of blasting or lake excavation. The Contractor shall allow sufficient time for the Owner's representative to complete such cross-sectioning work. Any unauthorized over-digging or excavation below the plan bottom elevation will not be included in the measurement for payment. 2, If the initial expense of the lake sectioning is to be paid for by the Owner, the Contractor shall not request said sectioning until he has notified the Owner that he has shaped the bank slopes per the permitted design slopes and depths. 3. If the Sections indicate that the depths or bank slopes do not conform to the permitted design slopes or indicate that they are steeper, the Contractor shall correct the deficiency. Further, the Contractor shall pay for the expense of re-sectioning the lakes to document that said correction has been accomplished, 4, Owner shall have the option of deducting the re-sectioning costs from the Contractor's payment, or the Owner may request separate payment directly from the Contractor, I. Structure Excavation 1. Unless otherwise specified, there shall be no measurement for structure excavation, The cost of structure excavation shall be incidental to the cost of the applicable structure and no separate pay item will be established, J, Rock Burial 1. Measurement of Rock Burial shall be on a volumetric basis unless otherwise specified in the Contract Documents, Payment shall be made for the neat volume of material excavated below the existing elevation after clearing, The Contractor shall be responsible for scheduling the Owner's representative to cross-section the existing surface after clearing and to cross-section the burial area after excavation, and sufficient time shall be allowed for this purpose, 2. Payment shall be by the cubic yard at the unit price established in the Contract Documents, Such unit price shall be full compensation for all excavation, stockpiling, loading, hauling and placing rock, overburden replacement over rock, and utilization of all excess overburden, K. Pavement Removal 1. Measurement for pavement removal shall be by the square yard as measured in place prior to removal unless otherwise specified in the Contract Documents, When no separate pay item is included, the cost of such work shall be incidental to the item of clearing and grubbing or excavation as applicable, L. Topsoil 1, Measurement for topsoil shall be by the square yard as measured in place in locations shown in the plans or as directed by the Engineer. Placement of topsoil shall be to the thickness specified in the plans or Contract Documents, and it shall include the cost of furnishing the material as specified in Article 3,2 G. If enough excavated material is not available to satisfy the topsoil requirements, suitable topsoil shall be imported and the cost of furnishing and hauling this imported material shall be included in the unit price of the topsoil item. M. Embankment 1. When there is not enough suitable excavated material to satisfy the requirements of embankment, a separate item called Embankment or Borrow may be established in the Contract Documents to facilitate completion. Payment will be made only for material S:\2008\080104.00.00 Lely Manor CanaJ\0014 Bidding Phase Services\2300EARTHORKDOC 12 lOA Lely Manor Canal West Outfall RWA, rnc, Project No, 080104,00,00 required to complete the embankment to the plan dimensions and elevations. Material placed beyond the limits shown on the plans will not be measured for payment. 2. For Embankment, the pay quantity shall be the plan quantity unless otherwise stated in the plans or Contract Documents. The measurement for embankment shall be the in place volume of material placed above the original surface elevation within the dimensions and elevations indicated on the plans less the neat volume of excavation, No allowance will be made for subsidence or shrinkage. 3. For Borrow, the pay quantity shall be made on a loose volume basis unless otherwise specified in the plans or Contract Documents, The method of measurement shall be in accordance with LOOSE VOLUME, N, Berm Construction 1, Measurement for Berm Construction shall include only materials excavated within the lines and grades indicated in the plans or as directed by the Engineer, Measurement may be by volume or lineal as defined in the Contract Documents, 0, Finish Grading 1. Measurement for Finish Grading shall only include areas that require a change in elevation to meet the new design grade, Placement of sod to an existing elevation would require finish grading to facilitate placement of sod. If there is no pay item for finish grading, the cost of all such work shall be incidental to the applicable item of excavation or embankment. 4.2 BASIS OF PAYMENT A. General 1, Prices and payments for the various work items included in this Section shall constitute full compensation for all work described herein and shall include excavation, hauling, placing, compacting, and dressing of the finish surface, Said payments shall also include the following items when no separate pay item is included in the contract: a, Removal and disposal of existing pavement b. Clearing and grubbing c. Providing disposal areas d, Furnishing of borrow areas e. Permits and waiver costs B. Excavation and Embankment 1, Cost of utilizing suitable excavated materials and disposing of unsuitable excavated materials shall be included in the cost of the applicable excavation item, unless otherwise stated in the plans or Contract Documents, 2. When separate classifications of Excavation and/or Embankment are listed as pay items in the contract, the quantities determined as provided above shall be paid at the contract unit price per cubic yard, square yard, lineal foot or lump sum as applicable. Such payment shall constitute full compensation for all items as described in this Section or as stated in the plans or Contract Documents. C. Rock Excavation 1. The cost of rock excavation including blasting shall be included in the contract unit price for each work item requiring rock removal. S:\2008\080104.00,OO Lely Manor Canal\0<l14 Bidding Phase Services\2300EARTHORKDOC 13 1Jn'~ ~",t" Lely Manor Canal West Outfall RWA, Inc, Project No. 080104,00,00 2, Where the disposal of rock or boulders creates a deficiency of backfill or embankment material the cost of furnishing replacement material shall be included in the work item requiring rock removal with no additional payment allowed, 4.1 PAY ITEMS A. For all work specified in this Section, Payment shall be made in accordance with the list of pay items established or as otherwise defined in the Contract Documents. The description of a pay item in the proposal Section may vary from the descriptions stated in this Section, END OF SECTION 02300 5:\2008\080104.00,00 Lely Manor Canal\0014 Bidding Phase Services\2300EARTHORK,DOC 14 lOA Lely Manor Canal West Outfall RWA, Inc. Project No, 080104,00,00 SECTION 02630 - STORM DRAINAGE PART I-GENERAL 1,1 Related Documents A. Drawings and general provisions of the contract, including general and supplementary conditions and division I specification sections, apply to this section, 1. Division 2 Section 02080 " Trenching and Backfills" 2. Division 2 Section 02300 "Earthwork" 1,2 Summary A, This section includes gravity-flow, non-pressure storm drainage within the project area, with the following components: 1. Storm sewers 2, Junction Boxes 3. Culverts 4, Crossing boxes 5. Catch Basin 6, Inlet and Outlets 7. Pipe end treatments 1.3 Definitions A. PVC: Polyvinyl Chloride Plastic. B. RCP: Reinforced Concrete Pipe. C. CMP: Corrugated Metal Pipe, D, CPP: Corrugated Polyethylene Pipe 1.4 Performance Requirements A. Where standards such as ASTM, A WW A, FDOT, etc., are referenced, such references shall be the latest edition, B. All work will be completed in accordance with the Jurisdictional Authority and Southwest Florida Water Management District Development Regulations, 1.5 Submittals A. Cut sheets shall be prepared prior to construction for each pipe run by the responsible entity staking out the pipeline, The cut sheet shall be prepared based on pipe installation using laser equipment. Four copies of the cut sheets will be submitted to the Engineer for review. After review two copies of the cut sheets will be provided to the Contractor, 1.6 Delivery, Storage and Handling A, Protect pipe, pipefitting and seals from dirt and damage. S:\2OO8\080104.00.00 Lely Manor Canal\0014 Bidding Phase Services\2630STORMDRAIN.DOC 1 Lely Manor Canal West Outfall RWA, Inc, Project No, 080104,00,00 IDA B. Handle prefabricated Junction Boxes, catch basins and stonn water inlets according to manufacturer's written instructions, 1.7 Project Conditions A. The project will commence onsite and tenninate in an offsite drainage system approved by the Southwest Florida Water Management District. B. Do not interrupt existing stonn drain service to facilities unless pennitted by the Engineer and then only after arranging to provide approved temporary drainage services channel and appurtenances, PART 2 - PRODUCTS 2.1 Manufacturers (Not Used) 2.2 Corrugated Aluminum Alloy Culverts (Not Used) 2.3 Corrugated Steel Pipe and Pipe Arches (Not Used) 2.4 Reinforced Concrete Pipe A, Reinforced concrete pipe shall confonn to Section 941, FDOTSPEC. Lift holes will not be pennitted in any reinforced concrete pipe, Storm Drainage, Contractor shall only use pipe joint lubricates supplied or recommended by pipe manufacture, Joints for round reinforced concrete pipe shall be made by "O-Rings", meeting the requirements of FDOTSPEC Sections 430-7, B. Round reinforced concrete pipe, unless otherwise specified shall meet the requirements of ASTM C 76, Standard specification for reinforced concrete pipe, Class III, wall thickness B. Elliptical reinforced concrete pipe shall meet the requirements of ASTM C 507, as required in Section 941-1.3 FDOTSPEC. C, Reinforced concrete arch pipe shall meet the requirements of ASTM C506, except as specified in FDOTSPEC Section 941-1.3. D, Field joints for elliptical and arch pipe shall be made with a prefonned plastic gasket material meeting the requirements ofFDOTSPEC Section 942-2, Material shall be "Ram Nek", manufactured by K.T. Snyder Co. or approved equal. 2.5 Corrugated Polyethylene Pipe (Not Used) 2,6 Mortar, Concrete Block and Reinforcing Bars A. Mortar used for plastering junction boxes, catch basins, drop inlets and junction boxes shall meet the requirements of ASTM C270, Contractor shall either Portland Cement- Hydrated lime mixture or a Portland Cement mixture with masonry cement added to improve workability, A single mixture shall be used throughout the project. Mortar material shall be as follows: 1. One (1) part Type 1 Portland Cement - ASTM C 150 S:\2008\080104.00.00 Lely Manor Canal\OOI4 Bidding Phase Services\2630STORMDRAIN.DOC 2 IDA Lely Manor Canal West Outfall RWA, lnc, Project No. 080104,00,00 2, Three (3) parts Sand - ASTM C144 3, Addition of masonry cement, ASTM C91 to improve workability B, Concrete block used in construction of drainage appurtenances shall be Portland cement meeting the requirements of ASTM C 55 Grade P II and Section 02751. 2.7 PVC Pressure Pipe and Fittings (Not Used) 2,8 Drains (Not Used) 2,9 Junctions Boxes A, Standard precast concrete junction boxes shall be manufactured in accordance with ASTM C478 and the project drawings, 1, Joint Sealant: ASTM C990 Bitumen or Butyl rubber. 2. Grade Rings: Reinforced concrete rings, 6 -9 inches total thickness, to match diameter of manhole frame and cover, 3, Junction Box Frames and Covers: Ferrous; include indented top design with lettering cast into cover, using wording equivalent to "STORM SEWER", B. Cast-In-Place Junction Boxes: Construct of reinforced concrete bottom, walls and top as indicated on the Plans. 1. Ballast: Increase thickness of concrete, as required to prevent flotation. 2. Resilient Pipe Connectors: ASTM C923, cast or fitted into manhole walls, for each pipe connection. 3, Steps: ASTM A 615/A 615M, deformed, No, 4 steel reinforcing rods encased in a STM D 4101, PP wide enough to allow worker to place both feet on 1 step and designed to prevent lateral slippage off of step, Cast or anchor steps into sidewalls at 12 to 16 inch intervals, 4, Grade Rings: Reinforced concrete rings, 6 to 9 inches total thickness, to match diameter of manhole frame and cover, 2,10 Metal Castings A, Casting shall meet the requirements of ASTM A 48 for Class 30 grey iron, Casting shall be free of blowholes and porosity, well cleaned, with fine and sharp edges-ground smooth. All frames and covers or grates shall be machined to prevent rocking. Frames or covers, as determined by tests, before and after installation, will be sufficiently cause for rejection ofthe frame and cover, All covers shall have concealed non-penetrating pick holes and have the name "Storm Sewer" cast in them. 2,11 Concrete A, Work specified in this article shall consist of finishing all concrete, reinforcing steel, ties, forms, labor, material and placing of all embedded pipe sleeves, fixtures, anchors, etc. necessary to complete the work shown on the project plans and specified herein in accordance with the Southern Building Code and the American Concrete Institute Building Code requirements for reinforced concrete (ACI 318), S:\2008\080104,OO.00 Lely Manor Cana1\0014 Bidding Phase Services\2630STORMDRAIN.DOC 3 ~o ,1 & r. r Lely Manor Canal West Outfall RWA, Inc, Project No. 080104,00,00 B, Admixtures for air-entrainment in concrete are permitted unless admixtures give abnormal field results as evident by erratic or excessive air contents. C. All bars shall be deformed reinforcing steel meeting the requirements of Section 02751, C, Polymer-Concrete, Channel Drainage Systems (Not Used) 2.12 Plastic, Channel Drainage Systems (Not Used) 2.13 Catch Basins A. Precast Concrete Catch Basins: ASTM C 487, Precast, Reinforced Concrete, of depth indicated, with provision for sealant joints. 1. Joint Sealant: ASTM C 990, Bitumen or Butyl rubber. 2, Grade Rings: Include 2 or 3 reinforced-concrete rings, of 6 to 9 inch total thickness, that match diameter frame and grate. 3, Steps: Fiberglass reinforced plastic ladder, or ASTM A 615/A 615M, deformed, Y:z inch steel reinforcing rods encased in ASTM D 4101, PP wide enough to allow worker to place both feet on 1 step and designed to prevent lateral slippage off of step, Omit steps if total depth from floor of catch basin to finished grade is less than 60 inches, 4. Pipe Connectors: ASTM C 923, resilient, of size required, for each pipe connecting to base section. B. Cast-in-place concrete catch basins: Construct of reinforced concrete; of depth, shape, dimensions and appurtenances indicated, 1. Bottom, Walls and Top reinforced concrete as indicated. 2, Channels and Benches: Concrete. 3. Steps: As indicated above, C. Frames and Grates: ASTM A 536, Grade 60-40-18, ductile iron designed for A-16, structural loading, Include flat grate with small square or short-slotted drainage openings, 1. Size: As indicated, unless otherwise indicated. 2. Grate Free Area: Approximately 50 percent, unless otherwise indicated, 2.14 Storm Water Inlets A, Curb Inlets: Made with vertical curb opening, of materials and dimensions as indicated on the project drawings, B. Gutter Inlets: Made with horizontal gutter opening, of materials and dimensions including heavy duty frames and grates as indicated on the project drawings. C, Combination Inlets: Made with vertical curb and horizontal gutter openings, of materials and dimensions, including heavy-duty frames and grates as indicated on the project drawings. D. Frames and Grates: Heavy-duty frames and grates according to utility standards, S:\2008\080104.00.00 Lely Manor Canall0014 Bidding Phase Services\2630STORMDRAIN.DOC 4 Lely Manor Canal West Outfall RWA, Inc, Project No, 080104,00,00 IDA 2,15 Crossing (Conflict) Boxes A. Crossing boxes shall be constructed at the locations and depth indicated on the project drawings. Crossing boxes shall have invert with at least one (1) foot clearance between conflicting pipes and bottom of structure as shown on the drawings. Boxes may be constructed of mortared concrete block or cast in place concrete with top surfaces plastered, 2,16 Pipe Outlets A. Head Walls: Cast-in-place reinforced concrete, with apron and tapered sides as indicated on the Plans, B, Riprap Basins: Constructed as indicated on the project drawing using sand-cement riprap specified in FDOTSPEC Section 530, 2.17 Dry Wells (Not Used) 2.18 Storm Water Disposal Systems (Not Used) 2,19 Miscellaneous Materials (Not Used) PART 3 - EXECUTION 3.1 Earthwork A, Excavation is specified in Division 2, Section 2300 "Earthwork". B, Trenching and Backfill are specified in Section 2080" Trenching and Backfills" 3,2 Piping Installation A. Corrugated metal pipe shall be installed in accordance with the Handbook for Steel Drainage and Highway Construction Products, published by the American Iron and Steel Institute, B. Concrete pipe shall be installed in accordance with the Concrete Pipe Installation Manual, published by the American Concrete Pipe Association, Lying of pipe in finished trenches shall be commenced at the lowest point, and shall progress up-grade, All pipe shall be carefully laid, true to the lines and grades given, with hubs upgrade and tongue end fully entered into the hub, When pipe with quadrant reinforcement, or circular pipe with elliptical reinforcement is used, pipe shall be installed in a position such that manufacturer's marks designating "top" and "bottom" ofthe pipe shall not be more than five degrees from the vertical plane through the longitudinal axis of the pipe. Any pipe that is not in true alignment or which shows any settlement after laying shall be taken up and re-Iaid without additional compensation, Pipe and joints shall be kept clean at all times, 3.3 Sand Cement Riprap 5:\2008\080104.00.00 Lely Manor Canal\OOl4 Bidding Phase 5ervices\26305TORMDRAIN,DOC 5 lOA Lely Manor Canal West Outfall RWA, Inc, Project No, 080104,00,00 A, Where the Plans and specifications call for sand cement bag construction bags shall be made of burlap. Paper bags will not be permitted, 3.4 Pipe End Treatment A. Where stone drains connect to a lake, location of the headwall or end section shown on the Plans shall be adjusted to fit the slope of the lake banle Length of pipe at each end treatment shall be adjusted accordingly, and the quantity of pipe paid for shall be the actual length installed, Headwall shall be constructed so top of the headwall will intersect the designed location and slope ofthe lake banle B. If mitered ends are called for on the plans, mitered end section shall be constructed so that the top of the pipe end will match and intersect the designed slope of the lake bank, and the concrete collar slope shall conform to the mitered end detail. C, Storm drainage Contractor and lake excavation contractor shall coordinate the location and installation ofthe headwall or mitered end section to be constructed at the lake bank, All "field adjustments" to end treatment location or elevation shall be approved by the Engineer prior to construction. 3.5 Joining Elliptical and Arch Concrete Pipe, A, Joint Design - Pipe manufacturer shall furnish the Engineer with details in regard to configuration of the joint and the amount of gasket material required to affect a satisfactory seal. Joint surfaces, which are to be in contact with the gasket material, shall not be brushed or wiped with cement slurry. Minor voids may be filled with cement slurry provided that all excess cement slurry is removed from the joint surface at the point of manufacture, B, Primer - Prior to application of gasket material, a primer of the type recommended by the manufacturer of the gasket material shall be applied to all joint surfaces which are to be in contact with the gasket material. The surface to be primed shall be thoroughly cleaned and dry when primer is applied. C, Application of Gasket - Prior to placing a section of pipe in the trench, gasket material shall be applied to form a continuous gasket around the entire circumference of the leading edge of the tongue. The paper wrapper on the exterior surface of the gasket materials shall be left in place until immediately prior to joining of sections, The gasket material shall be checked to assure it is bonded to the joint surface, immediately prior to placing ajoint in the trench. Plastic gasket material shall be applied only to surfaces that are dry, A hand-heating device shall be kept at the job site to dry joint surfaces immediately before application of the plastic gasket material. When the atmospheric temperature is below 60EF, plastic joint seal gaskets shall either be stored in an area warmed to above 70EF, or artificially warmed to this temperature in a manner satisfactory to the Engineer. S:\20081080104,OO.OO Lely Manor CanaIlOOl4 Bidding Phase Services\2630STORMDRAIN.DOC 6 Lely Manor Canal West Outfall RWA, Inc, Project No, 080104,00,00 IDA D. Installation of Elliptical and arch Concrete Pipe - Handling of a section of pipe after the gasket material has been affixed shall be carefully controlled to avoid displacement of gaskets or contamination of gasket material with dirt or other foreign material. Any gasket displaced or contaminated in handling of the pipe shall be removed and repositioned or replaced as directed, Pipe shall be installed in a dry trench. The bottom of the trench shall be carefully shaped so as to minimize the need for realignment of sections of pipe after they are placed in the trench, Care shall be taken to properly align each section of pipe to the gaskets coming into contact. Realignment of a joint after the gaskets come into contact tends to reduce the effectiveness of the seal and shall be held to a minimum. When pipes are joined, the entire joint shall be filled with gasket material and there shall be evidence of squeeze-out of gasket material for the entire internal and external circumference of the joint. Excess material on the interior of the pipe shall be trimmed to provide a smooth interior surface, After the pipe is in its final position, joint shall be carefully examined to determine the gasket material is satisfactorily adhering to all surfaces of the joint and the entire joint is filled with gasket material. If a joint is defective, the leading section of pipe shall be removed and the joint resealed, E. In addition to the required gasketed joint, a filter fabric jacket shall be included, The filter fabric jacket shall conform to FOOT Miscellaneous Drainage Detail Index No, 280 Sheet 1. 3,6 Placing of Concrete for Structures. A. Concrete shall be deposited in clean wet form 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, Beams and slabs shall be poured monolithically unless shown otherwise on the Plans, All structural concrete shall be mechanically vibrated, B. No concrete shall be allowed a free fall of more than 4 feet or allowed to strike against a vertical or inclined surface or reinforcement above point of deposit. Placing by 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, C, Placing of concrete shall be so regulated the pressure caused by 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. Joints between the junction box and manhole walls and incoming and out-going pipes shall be sealed with Portland Cement Mortar to form a watertight joint. All pipes in junction boxes or catch basins shall be sawed off flush with the inside face ofthe structure and sawed ends of these pipes shall be grouted with Portland Cement Mortar to a smooth uniform covering with no steel exposed, S:\2OO8\080104,OO.00 lely Manor Cana1\0014 Bidding Phase Services\2630STORMDRAIN.DOC 7 '"1 f" A ....i,) Lely Manor Canal West Outfall RW A, Ine, Project No, 080104,00,00 3.7 Cleaning and Flushing, A. Prior to other tests, storm sewer lines shall be cleaned and flushed with a sewer cleaning ball or high velocity jet. 3.8 Infiltration Tests A. After completion, storm sewers shall be tested for accuracy in alignment and gradient as herein specified, Gravity sewers will also be tested or gauged to determine the amount infiltration into, or exfiltration out of, the sewers, with a maximum limit of two hundred (200) gallons per inch of diameter, per day, per mile of pipe. 3,10 Final Inspection of Storm Water System A. Each sewer, upon completion, or at such time as the Engineer direct, is to be cleaned, tested and inspected. All repairs or alterations shown necessary by these tests shall be made; all broken or cracked pipe removed; all excessive infiltration or exfiltration corrected; all deposits in pipe and junction boxes removed; and the sewer left clean, true to line and grade and ready for use, Each section of pipe from manhole to manhole is to show a full circle of light from either end, Each manhole shall be to the specified form and size, to the proper depth and watertight. 3,9 Adjusting Existing Structures A, Existing junction boxes, catch basins, inlets, crossing boxes, monument boxes, etc" within the limits of the proposed work, that do not conform to the finished grade of the proposed pavement, or to the finished grade designated on the plans for such structures, shall be cut down or extended, and made to conform to the grade ofthe new pavement, or to the designated grade of the structure if outside of the proposed pavement area, The materials and construction methods for this work shall conform to the requirements specified above, Where junctions boxes are to be raised, the adjustment may, at the Contractor's option, be made by the use of adjustable extension rings ofthe type, which do not require the removal of the existing manhole frame, The extension device shall provide positive locking action and shall permit adjustment in height as well as diameter. The particular type of device used shall meet the approval of the Engineer. B. Existing surfaces or property improvements damaged during the construction of work specified in this Section shall be repaired. PART 4 - METHOD OF MEASUREMENT AND PAYMENT 4.1.1 ~easurement A. The quantities of storm sewer and pipe culvert to be paid for under this Section shall be the lengths of the various types and sizes of pipe satisfactorily completed according to the Contract Documents. The pay quantity shall be in linear feet measured along the centerline of the pipe with no deductions for junction boxes, inlets, crossing boxes, or catch basins. S:120081080104.00,OO Lely Manor CanaJlOOl4 Bidding Phase ServicesI2630STORMDRAIN.DOC 8 IDA Lely Manor Canal West Outfall RWA, Inc, Project No. 080104,00,00 B. For pipe other than the main line where the pipe connects to a junction box, inlet, crossing box, or catch basin, the measurement of the pipe shall extend to the center of the applicable structure. C. Where a pipe terminates with a mitered end section, the measurement of the pipe shall be in accordance with Index No. 272 or 273 of the FDOT INDEX BOOK, D. Where a pipe terminates with a headwall, endwall, or other end treatment except the above mentioned mitered end, the measurement of the pipe shall extend to the end of the pipe. This method also applies where pipe connects to a control structure, weir, or cast in place structures. E, The quantities for junctions boxes, inlets, crossing boxes, and mitered end sections paid for under this Section shall be the number ofthe various types and sizes satisfactorily completed according to the Contract Documents, F, Where the pay item description for a manhole (as defined in the proposal section of the Contract Documents) specifies a depth; the depth shall be measured from the top of the frame and cover to the invert elevation as shown on the plans. G, The quantities for headwalls, endwalls, control structures, weirs, or other similar structures shall be either by the volume of concrete or the number of the various types and sizes of structures satisfactorily completed, The method used will be defined in the proposal section of the Contract documents, If the volume method is used, the quantity shall be in cubic yards based on the volume of concrete as calculated in the plan details, H, The quantities of existing structure adjustment to be paid for under this Section shall be the number of existing junction boxes, inlets, crossing boxes or other similar structure satisfactorily adjusted, unless otherwise specified. 4.2 Basis of Payment A. The quantities, determined by the methods described above, shall be paid for at the contract unit prices established for each pay item, Such payment shall constitute full compensation for all work specified in this Section including all labor, materials, equipment, and other incidental costs required to construct the work defined in this Section, B. Unless otherwise specified in the Contract Documents, restoration work shall not be paid for separately, The cost of any such restoration work shall be included in the various work items that necessitate the restoration, C. The cost of rock excavation including blasting shall be included in the contract unit price for pipe or structure unless rock excavation is specifically established as a separate pay item in the Contract documents, When rock excavation is paid for separately, payment shall be made at the contract unit price in accordance with 02300 "Earthwork". D, Where headwalls, control structures, and other cast in place structures are paid by the cubic yard of concrete required, the contract unit price for concrete shall include 5:\2008\080104.00.00 Lely Manor Canal\0014 Bidding Phase 5ervices\26305TORMDRAIN.DOC 9 Lely Manor Canal West Outfall RWA, Inc. Project No, 080104,00,00 the cost of reinforcing steel unless reinforcing steel is established as a separate pay item to be paid by the pound, END OF SECTION 02630 S:\200810g0104.00,OO Lely Manor CanallOOl4 Bidding Phase Services\2630STORMDRAIN,DOC 10 lOA Lely Manor Canal West Outfall RW A, Inc, Project No, 080104'OO'O~ 0 A SECTION 02741 ASPHALT PAVEMENTS PART 1- GENERAL 1,1 RELA TED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section, 1.2 SUMMARY 1.3 A. B. C, D. E, A, This Section includes the following: I, Hot-mix asphalt paving. 2. Hot-mix asphalt patching, 3, Limerock Base 4, Limerock Stabilized Base 5, Prime and Tack Coats 6, Subgrade Preparation B. Related Sections include the following: 1. Division 2 Section 02300 "Earthwork" DEFINITIONS Hot-Mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of terms. FDOTSPEC: Florida Department of Transportation Standard Specification for Roads and Bridges, ASTM: American Society of Testing and Materials AASHO: American Association of State highway Officials MUTCD: Manual on Uniform Traffic Control Devices, U,S, Department of Transportation, Federal Highway Administration 1.4 SYSTEM DESCRIPTION A. The work covered by this specification included: I. Preparation of Subgrade and Subgrade stabilization to receive Base Courses, or Asphalt or Concrete Paving 2, Importation and placement of Base Courses to receive Asphalt Paving. 3, Placement of Asphalt or Concrete Paving 5:\2008\080 I 04,00, 00 Lely Manor Canal\OO 14 Bidding Phase Services\2741 ASPHP A V.DOC 10~ if \~ > }, In Lely Manor Canal West Outfall RWA, Inc, Project No, 080104,00,00 1.5 SUBMITTALS A. Asphalt Concrete Mix design and aggregate gradations, B. Limerock Base source and gradation Test report C, CONTRACTOR shall submit documentation from the sign suppliers, which identifies the reflector grade of each sign, All materials shall meet the requirements of FDOTSPEC 1.6 QUALITY ASSURANCE A. Prior to award of the Contract, CONTRACTOR shall submit proof from a State Certified Testing Laboratory that the materials and mixes meet FDOTSPEC, ENGINEER may require additional tests from time to time and CONTRACTOR shall furnish said tests, Costs of said tests shall be incidental to construction and borne by the CONTRACTOR. B. Regulatory Requirements: Comply with Standard Specifications for Roads and Bridges of The Florida Department of transportation, C. Review condition of subgrade and preparatory work. 1.7 DELIVERY, STORAGE, AND HANDLING 1,8 PROJECT CONDITIONS A, Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp or if the following conditions are not met: 1, Prime and Tack Coats: Minimum surface temperature of 60 Degrees F. 2, Slurry Coat: Comply with weather limitations of ASTM D 3910. B. Pavement-Marking Paint: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40 degrees F.; and for oil-based materials, 50 degrees F, for water-based materials, and not exceeding 95 degrees. PART 2 - PRODUCTS 2,1 ASPHALTIC CONCRETE MATERIALS A. Asphalt Base Courses shall meet the requirements of FDOTSPEC Section 280, except as modified, B. Prime and Tack Coats shall meet the requirements of FDOTSPEC Section 300, except as modified. C, Type S Asphaltic Concrete shall meet the requirements ofFDOTSPEC, Section 331, except as modified, S:\2oo81080104,OO,OO Lely Manor Canall0014 Bidding Phase Services\2741ASPHPA VDOC 2 Lely Manor Canal West Outfall 't:lA RW A, Inc, Project No, 08~4,~O D, Type II Asphaltic Concrete shall meet the requirements of FDOTSPEC Section 332, except as modified. E. Type III asphaltic concrete shall meet the requirements of FDOTSPEC Section 333, except as modified, 2,2 ASPHAL TIC CONCRETE FRICTION COURSES A, Asphaltic Concrete Friction Courses shall meet the requirements of FDOTPSEC Section 337, except as modified, 2.3 LIMEROCK BASE MATERIALS A, Material for limerock base shall meet the requirements of Section 911 of FDOTSPEC, B. CONTRACTOR shall pay for and furnish samples of materials to the approved testing laboratory for physical and chemical analysis, together with optimum moisture and density relationships of the base material. Test reports and samples shall be required of every limerock supplier furnishing material for the work. The source or sources of materials proposed for use shall be designated and shall not change without written consent of the ENGINEER, During the course of construction, ENGINEER may require additional tests if any visible variation occurs, C. Limerock shall be obtained from pits from which all overburden has been removed, prior to blasting. It shall show no tendency to air slake or undergo chemical change under exposure to weather, Limerock-Miami (or Ocala) formations shall be tested to meet the following requirements: LIMEROCK BASE GRADE #1 LIMEROCK STABILIZED BASE GRADE #2 Minimum Limerock Bearing Ratio (LBR) Minimum Carbonates (Calcium and Magnesium) Maximum Liquid Limit Maximum Plasticity Index Maximum Percent passing 270 sieve 40 40 70 35 Non-plastic 3 70 35 10/less 3 D, Grade #1 Limerock as placed shall be well graded, crushed material from either Miami or Ocala formations with at least 97 percent (by weight) of the material passing a 3-I/2 inch sieve and shall be graded uniformly down to dust with the fines consisting entirely of dust of fracture, E, Grade #2 Limerock will conform to the above except that 97 percent shall pass a 1-1/2 inch sieve. S:\2OO81080 1 04. 00,00 loly Manor CanallOO 14 Bidding Phase Services\2741 ASPHP A V.DOC 3 Lely Manor Canal West Outfall IDA RWA, Inc. Project No. 080104,00,00 2.4 SUB GRADE STABILATIONMATERIALS A, General: Materials to be used for stabilizing shall be commercial limerock, limerock overburden, and crushed or local shell meeting the requirements of Section 914 of FDOTSPEC, B. Limerock and Limerock Overburden: For limerock and limerock overburden, the percentage of carbonates of calcium and magnesium shall be at least 70 percent and the plasticity index shall not exceed 10 percent. The gradation of both commercial limerock and limerock overburden shall be such that at least 95 percent (by weight) ofthe material will pass a 3-1/2 -inch sieve and not less than 10 percent (by weight) of the material will pass a No. 200 sieve and the material shall be graded uniformly down to dust. C, Crushed Shell: Crushed shell shall be mollusk shell (Le., oysters, mussels, clams, cemented coquina, etc.). Steamed shell will not be permitted, Shell shall meet the following requirements: 1. At least 95 percent (by weight) ofthe material shall pass a 3-1/2 inch sieve and at least 50 percent (by weight) of the total material shall be retained on the No, 4 sieve, 2, Not more than 15 percent (by weight) of the total material shall pass the No, 200 sieve by washing, 3, In the event shell meets the above requirements without crushing, crushing will not be required, D, Local Shell: Local shell shall consist of a naturally occurring deposit which is essentially broken mollusk shell, The gradation of the shell shall be such that at least 95 percent (by weight) of the material will pass a 3-1/2 inch sieve and not more than 20 percent (by weight) of the material will pass a No, 200 sieve by washing, The portion of material passing the No, 40 sieve shall have a liquid limit not greater than 30 percent and a plasticity index not greater than 10 percent. 2.5 PRIME COAT MATERIALS A. Material used for prime coats shall meet the requirements of FDOTSPEC 300. CONTRACTOR may select any of the specified bituminous materials for use, unless the Plans or Specifications indicate use of a specific material. Types and grades of bituminous material other than those specified above may be allowed if it can be shown the alternate material will properly perform the function of prime coat material. B, COVER MATERIAL FOR PRIME COAT 1, If emulsified asphalt is used for prime coats, the cover material shall consist of a sand-bituminous hot mix or screenings. Sand-bituminous hot mix shall contain from 2 to 4 percent Asphalt-Cement, viscosity Grade AC-20, and fine aggregate consisting of a clean sand or screenings, Sand shall contain no more than 10 percent (by weight) of material passing the No. 200 sieve. The gradation of screenings used along shall be such that 100 percent will pass the 3/8-inch sieve and not more than 10 percent will pass the No. 200 sieve, 2. If material other than emulsified asphalt is used for the prime coat, cover material shall be either sand (bare or hot-asphalt coated) or screenings, at the CONTRACTOR'S option. Sand shall be non-plastic and free from any appreciable amount of silt, clay balls and root particles, and from any noticeable sticks, trash, vegetation or other organic matter, Screenings shall be Miami Oolitic rock screenings. S:\2008\080104.00.00 Lely Manor Canal\0014 Bidding Phase Services\2741ASPHPA VDOC 4 IDA Lely Manor Canal West Outfall RWA, Inc, Project No. 080104.00,00 2,6 TACK COAT A, Unless a specific type or grade of material is called for on the Plans or Specifications, material used for tack coat shall meet the requirements ofFDOTSPEC 300, 2,7 AUXILIARY MATERIALS A. Herbicide: Commercial chemical for weed control, registered by the EPA. Provide in granular, liquid, or wettable powder form, B. Joint Sealant shall meet the requirement s of FDOT Section 932, PART 3 - EXECUTION 3,1 EXAMINATION A, Verify that subgrade is dry and in suitable condition to support paving and imposed loads if subgrade stabilization is not required, B, When stabilized Subgrade is used, The subgrade soils shall be moisture adjusted to allow proper mixing ofthe stabilization materials and bladed to an appropriate grade 3,2 CONSTRUCTION OF STABILIZED SUB GRADE A, Stabilized subgrade shall be constructed of roadbed soil and sub grade stabilization materials in conformance with the lines, grades, and cross-section shown on the Plans, Prior to beginning of stabilizing operations, the area to be stabilized shall have been completed to the lines shown on the Plans and to a grade parallel to finished elevation of the stabilized subgrade, Before sta- bilizing material is added, the elevation of the roadbed shall be such that subgrade shall con- form to requirements of the typical cross-section when the work is completed, B. Stabilized Subgrade Minimum Bearing Value - Completed stabilized subgrade shall have minimum limerock bearing ratio value of 40 (LBR40) unless otherwise stated on the Plans or amended in the Specifications. C. Incorporation of Stabilizing Material and Mix-in I. Spreading and Mixing: Stabilizing material shall be placed on areas to be stabilized, and spread uniformly, Stabilizing material shall be thoroughly mixed with the soil with rotary tillers or other approved equipment, which is capable of achieving a satisfactory blend, Mixing shall be done as soon as practical, but not later than one week after stabilizing material is placed on the road bed. The area to be stabilized shall be thoroughly mixed throughout the entire depth and width of the stabilized subgrade, 2, Maximum Particle Size of Mixed Materials: At the completion of mixing, all particles of materials within the limits of the stabilized subbase shall pass a 3-1/2 inch ring. Any particles not meeting this requirement shall be removed or shall be broken down to meet this requirement. S:\2008\080104,OO,OO Lely Manor CanaJ\0014 Bidding Phase Services\2741ASPHPA Y.DOC 5 IDA Lely Manor Canal West Outfall RW A, Inc, Project No, 080 I 04,00,00 3, Planting Mixing: Mixing of the soil may be accomplished by the central plant-mix method in lieu of mixing in place, provided that a uniform mixture containing the proper amount of water is achieved, 4, Depth of Mixing Stabilizing Materials: Stabilizing material shall be mixed to the nominal depth of Stabilized Subgrade shown on the Plans. The following tolerances over or under the specified depth will be allowed: Plan Depth Tolerance 8" or less I" Over 8" 2" In the event the measured depth of mixing is less than the minimum specified above, Contractor shall remix the stabilized sub grade until stabilizing material is distributed throughout the subgrade course to the required depth. ENGINEER may waive the above requirements for remixing or addition of stabilizing material and remixing for Stabilized Subgrade which serves solely as a working platform for concrete paving equipment, if the sub grade as originally mixed is firm and substantially unyielding. 5, Compacting a. After mixing operations have been completed and requirements for uniformity, mixing depth and maximum particle size have been satisfied, subbase shall be shaped and compacted, Minimum density acceptable at any location within the entire limits of width and depth of the sub-base will be 98 percent of the maximum density as determined by AASHTO T-180. b, In the event Contractor elects to shape and compact the subgrade that will be underlying curb and gutter separate from the rest of the sub grade, additional density testing along those curb and gutter lines will be required at a minimum frequency of 1 test per 500 lineal feet. c, Engineer may waive the above density requirement for Stabilized Subgrade which serves solely as a working platform for concrete paving equipment, if the subgrade as compacted is firm, substantially unyielding, and no areas of excessive moisture are evident. 6, Finish Grading a, Completed stabilized subgrade shall be shaped to conform to finished lines, grades and cross-sections indicated on the Plans. Subgrade shall be checked by the use of elevation stakes, or other means approved by the Engineer. 7. Requirements for Condition of Stabilized Subgrade a, After stabilizing and compacting operations have been completed, subgrade shall be firm and substantially unyielding to the extent it will support construction equipment. All soft and yielding material, and any other portions of the subgrade which will not compact readily, shall be removed and replaced with suitable material and the whole subgrade brought to line and grade, with proper allowance for subsequent compaction. 8, Maintenance of completed Stabilized Subgrade a. After stabilized subgrade has been completed as specified, Contractor shall maintain it free from ruts, depressions and any damage resulting from the hauling or handling of materials, equipment, tools, etc. 9, Preparation of Un stabilized Subgrade a, Embankment Subgrade Soil: If the subgrade consists of embankment soil, Contractor before undertaking this work, shall shape and compact the subgrade to conform to the grade lines and cross-sections required for the completed work, Unless otherwise shown on the Plans, subgrade limits shall extend through the pavement area to one foot beyond the curb line or 6 feet beyond pavement edge S:\2008\080104,OO,OO Lely Manor Canal\0014 Bidding Phase Services\2741ASPHPA Y.DOC 6 :fl ,~ ft ~UH Lely Manor Canal West Outfall RW A, rnc, Project No, 080104,00,00 where curbs are not employed. Unless otherwise shown on the plans, sub grade thickness shall be 12 inches. b. Undisturbed Subgrade Soil: In-place soil under Group Classification A-4 through A-7, according to AASHTO's Soil Classification System, shall be removed and replaced unless ENGINEER directs it remain in place. Any replacement soil must be acceptable to the ENGINEER. 3.3 CONSTRUCTION OF LIMEROCK BASE A. Limerock (also referred to as "rock") base shall be constructed on the prepared subgrade in accordance with the Specifications and with lines, grades, and cross-sections shown on the Plans, Construction shall meet requirements ofFDOTSPEC Section 200, Limerock Base. B. Transporting Limerock: Limerock shall be transported to the point where it is to be used, over base rock previously placed if practical, and dumped on the end of the preceding spread. Hauling over the subgrade and dumping on the sub grade will be permitted when, in the ENGINEER'S opinion, these operations will not be detrimental to the subgrade or base. C, Spreading Limerock Base 1. Method of Spreading: Limerock shall be spread uniformly. All segregated areas of fine or coarse rock shall be removed and replaced with properly graded rock. 2, Number of Courses: When the specified compacted thickness of the base is greater than 6 inches; base shall be constructed in two courses, The thickness of the first course shall be approximately one-half the total thickness of the finished base, or enough additional to bear the weight of the construction equipment without disturbing the subgrade. D. Compacting and Finishing Base Course 1. Single-Course Base: For single-course base, after the spreading is completed, the entire surface shall be scarified, and then shaped so as to produce the required grade and cross-section after compaction. 2. Double-Course Base: For double-course base, the first course shall be cleaned of foreign material, bladed and brought to a surface cross-section approximately parallel to that of the finished base, Prior to the spreading of any material for the upper course, density tests for the lower course shall be made and Engineer will determine that required compaction has been obtained. After spreading of the material for the second course is completed, its surface shall be finished and shaped so as to produce the required grade and cross-section after compaction, free of scabs and laminations, 3, Moisture Content a, When material does not have proper moisture content to insure satisfactory compaction, wetting or drying will be required, When water is added, it shall be uniformly mixed by disking to the full depth of the course being compacted. Wetting or drying operations shall involve manipulation, as a unit, of the entire width and depth ofthe course that is being compacted. 4. Density Requirements: As soon as proper conditions of moisture contents are attained, material shall be compacted to a relative compaction of not less than 98 percent of maximum density as determined by AASHTO T 180. Minimum relative compaction which will be acceptable at any location outside the traveled roadway (such as crossovers) shall be 95 percent of such maximum. S:\20081080104,OO,OO Lely Manor Canall0014 Bidding Phase Services\2741ASPHPA VDOC 7 IDA Lely Manor Canal West Outfall RW A, Inc, Project No, 080 I 04,00,00 E. Testing Frequency: At least three density determinations shall be made on each day's final compaction operation on each course, and a frequency of one test per 1000 square yards or fraction thereof of surface roadway with a minimum of three tests on each course or roadway section requiring a break in the rolling pattern. The Engineer may deem additional tests or greater frequency necessary. F, Checking: Prior to application of any bituminous materials, base shall be checked for grade, cross-section and thickness, Where excessive deviations occur, scarifying, adding additional materials, blading, rolling and re-bonding shall rework base until such unsatisfactory condition is corrected, In general, deficiency in thickness shall be interpreted as anything in excess of 1/4 inch for the entire work or of 1/2 inch in isolated or limited areas. Deviations from straight edge laid parallel with the centerline, or from cross-section template, shall not be more than 1/16 inch per foot from point to point of contact. Deviations from grade shall not exceed .OS (five one hundredths) foot and in no case shall such deviation vary from one extreme to the other within less than 100 feet from low to high. 3.4 PRIMING A, Prime coat shall be applied only when the base meets specified density requirements and the moisture content in the top half of the base does not exceed 90 percent of the optimum moisture of the base material. At time of priming, base shall be firm, unyielding and in such condition that no undo distortion will occur. 3.5 MAINTAINING A, Contractor shall assure the true crown and template are maintained, with no rutting or other distortions, and the base meets all requirements at the time the surface course is applied. 3,6 CLEANING BASE SURF ACE AND PROTECTION OF ADJACENT WORK A. Before any bituminous material is applied, all loose material, dust, dirt, cakes clay and other foreign material that might prevent proper bonding with the existing surface, shall be removed for the full width of the application. Particular care shall be taken in cleaning the outer edges of the strip to be treated to insure the prime or tack coat will adhere, B. When the prime or tack coat is applied adjacent to curb and gutter, valley gutter or any other concrete surfaces, such concrete surfaces (except where they are to be covered with a bituminous wearing course) shall be covered with heavy paper or otherwise protected as approved by Engineer. Any bituminous material deposited on such concrete surfaces shall be removed. 3,7 WEATHER LIMITATION A, Prime and tack coats shall be applied when the air temperature, in the shade, is above 40degrees F, and when all other weather conditions and the condition of the surface are suitable. S:\2008\0&0104.00.00 Lely Manor Canall0014 Bidding Phase Services\2741ASPHPA VaDC 8 Lely Manor Canal West Outfall lOA RWA, Inc, Project No, 080104,00,00 ~ I'l 3,8 APPLICATION OF PRIME COAT A. Rate of Application for Limerock, Limerock Stabilized, and Local Rock Bases 1. For these bases, rate of application shall be not less than 0.10 gallon per square yard, unless the ENGINEER directs a lower rate, B, Sprinkling: If so required by ENGINEER, base shall be lightly sprinkled with water and rolled with a traffic roller in advance of the application of the prime. C, Partial Width of Application: If warranted by traffic conditions, ENGINEER may request that the application be made on only one-half the width of the base at one time, in which case positive means shall be used to secure the correct amount of bituminous material at the joint. 3,9 APPLICATION OF TACK COAT A, General 1, Where a bituminous surface is to be laid and a tack coat is required, tack coat shall be applied as specified herein below. 2, In general, a tack coat will not be required on primed bases except in areas that have become excessively dirty and cannot be cleaned, or in areas where the prime has cured to the extent that it has lost all bonding effect. Generally, a tack coat will be required on hot bituminous base courses before placing the surface course, B. Method of Application 1. Tack coat shall be applied with a pressure distributor except that, on small jobs, if approved by Engineer, application may be by other mechanical devices or by hand methods, The bituminous material shall be heated to a suitable temperature as designated by the Engineer and shall be applied in a thin, uniform layer. C. Rate of Application: Rate of application shall be between 0,02 and 0,08 gallon per square yard. For tack coat applied on concrete pavement, which is to be surfaced, the rate of application may exceed the upper limit, if directed by Engineer. D, Curing and time of Application: Tack coat shall be applied sufficiently in advance of the laying of the bituminous mix to permit drying, but shall not be applied so far in advance that it might lose its adhesiveness as a result of being covered with dust or other foreign material. E. Protection: Tack coat surface shall be kept free from traffic. 3.10 ASPHALT PLANT A. The plant and methods of operation for preparing all plant-mixed hot bituminous mixtures for base and surface courses shall meet the requirements ofFDOTSPEC Section 320. 3,11 CONSTRUCTION EQUIPMENT A. The equipment to be used in the construction of the asphalt pavements and bases shall meet the requirements ofFDOTSPEC Section 320. S:\2008\080104.00.00 Lely Manor Canall0014 Bidding Phase Services\274 I ASPHPA Y.OOC 9 1 Lely Manor Canal West Outfall RW A, Inc, Project No, 080 I 04,00,00 3.12 GENERAL ASPHALT PA VMENT CONSTRUCTION REQUIREMENTS A. The general procedures for plant hot-mixed bituminous pavements and shall meet the requirements ofFDOTSPEC Section 330, B. The placement of asphalt base courses shall meet the requirements ofFDOTSPEC Section 280. 3.13 ASPHALT JOINTS A. Construct joints to ensure a continuous bond between adjoining paving sections, Construct joints free of depressions with same texture and smoothness as other sections of hot-mix asphalt course, 1, Clean contact surfaces and apply tack coat to joints, 2. Offset longitudinal joints, in successive courses, a mInImUm of 6-inches. Offset transverse joints, in successive courses, a minimum of 24-inches, 3, Construct transverse joints as required in FDOT Sections 932 and 320 4, Compact joints as soon as hot-mix asphalt will bear roller weight without excessive displacement. B, Sweep and clean surface to eliminate loose material and dust. 3,14 QUALITY CONTROL A. Owner shall select and pay the Engineering Testing Laboratory for required testing in work performed under this Section, Should retesting be required because offailure to pass, Contractor shall pay for additional testing required until specification requirements are attained, Contractor shall either promptly reimburse the Owner for said costs or shall have the amount deducted from the next month's pay request and all subsequent pay requests. In such case the Owner shall promptly pay the Engineering Laboratory for all testing costs. Contractor is herein required to schedule and make test arrangements with the Test Laboratory for making the required tests, Test patterns and frequency will be at the direction of the Engineer. Frequency of tests shown below shall be considered a minimum, 1. Subgrade - Bearing: One Limerock Bearing Value (LBR) test for each 0-5000 square yards of subgrade plus one test for each additional 5000 square yards or fraction thereof, plus one BR for each change of material. One subgrade in place density determination for each 0-1000 square yards of base and one test for each additional 1000 square yards or fraction thereof. 2. Base Course: One Limerock Base Course in place density for each 0-1000 square yards of base plus one test for each additional 1000 square yards or fraction thereof. PART 4 - MEASUREMENTS AND METHODS OF PAYMENT S:\20081080 104,00.00 Lely Manor CanallOO 14 Bidding Phase Services\2741ASPHPA YDOC 10 lOA Lely Manor Canal West Outfall RWA, Inc, Project No, 080104,00,00 4,1 4.2 METHOD OF MEASUREMENT A, Quantities to be paid for under this Section shall be in square yards, of stabilized Subgrade, crushed limerock base, asphaltic base and Asphaltic Concrete, completed and accepted. B. In determining the area of base to be paid for, length to be used in the calculation shall be the actual length measured along the surface of the completed base. Width shall be the actual width of base constructed within lines shown on the Plans, not to exceed the width called for on the Plans. C, In determining the area of stabilized subgrade to be paid for, length to be used in the calculation shall be the actual length measured along the surface of the completed base, Width shall be actual width of stabilized subgrade that does not exceed the width called for on the Plans, BASIS OF PAYMENT A, Payment shall be made on a unit price basis in accordance with the accepted contract. Owner reserves the right to add or deduct from the Work, Such additions or deductions will be made at the established unit prices, Said additions or deductions shall not exceed twenty-five percent (25%) ofthe base bid without consideration of an adjustment in the unit price. 1. Compacted Base: The quantity of base, determined as provided above, shall be paid for at the contract unit price per square yard for this item, Such price and payment shall be full compensation for furnishing, hauling, spreading, compacting, and surface finishing the lime rock material; furnishing and placing asphaltic prime coat materials on the road, removing same, if necessary, and incidental items shown on the Plans, all performed in a workmanlike manner in accordance with the Plans and Specifications. No separate payment shall be made for bituminous material, sand or earth applied as a curing agent. 2. Stabilized Subgrade: The quantity of stabilized subgrade determined as provided above, shall be paid for at the contract unit price per square yard for this item. Such price and payment shall be full compensation for furnishing, hauling, spreading, mixing, compacting, and finishing the subgrade material, and incidental items shown on the Plans, all performed in a workmanlike manner in accordance with the Plans and Specifications, 3. Asphaltic Concrete: Payment for all work specified shall constitute full compensation for all work described herein. The cost of prime or tack coats and bituminous materials shall not be paid for separately, but shall be included in the contract unit price for the limerock or asphalt base, or the asphalt surface specified. Payment for asphalt base, surface, or friction courses shall be for actual quantities constructed in accordance with the plans and specifications measured in square yards or tons as established in the contract document 4, Owner reserves the right to add to or deduct from the scope of the work, and such additions or deductions will be made at the established unit prices, Said additions or deductions shall not exceed 25% of the base bid of the successful Bidder or Bidders without consideration of an adjustment in the unit price, END OF SECTION 02741 5:\2008\080104.00.00 Lely Manor Canal\0014 Bidding Phase Services\2741ASPHPA V.DOC 11 Lely Manor Canal West Outfall RWA, Inc, Project No, 080104'OO'O~ o. A SECTION 02800 . SODDING, SEEDING, SOD, AND MULCHING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Work required for B. Related Work Specified In Other Sections Includes: 1.2 DESCRIPTION A, Establish a stand of grass within the specified areas, by furnishing and placing sod, and rolling, fertilizing, watering, and maintaining the sodded areas to ensure a healthy stand of grass, B. Establish a stand of grass on slopes, shoulders and specified other areas, by seeding or by seeing and mulching, Perform seeding and mulching, fertilizing, and wildflower seed application as required, and maintain the grassed areas until the completion ofthe project. C. The Engineer may eliminate, at his discretion, any of the items of work covered by this Section, PART2-PRODUCTS 2,1 MATERIALS A, Meet the following requirements: 1. Sod", "....""".",.""" ,,"" ...,Section 981-2 - FDOTSPEC 2, Fertilizer, Type 1..........,....... ..Section 982 - FDOTSPEC 3 , Water.. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ,Section 982 - FDOTSPEC 4, Grass Seed,..,......................, Section 981-1 - FDOTSPEC 5, Wildflower Seed.,.....,.. .,..,.. ,..,Section 981-1 - FDOTSPEC 6. Mulch."","".""..."'.,.,...."'. Section 981-3 - FDOTSPEC 7, Water.." ...,."" ,.""""..""." ..Section 983 8, Compost..,......,.................... Section 987 B. Prior to planting, furnish the Engineer a certification from the grower stating the age of all seed, l'(f)rA , Lely Manor Canal West Outfall RWA, Inc, Project No, 080104,00,00 2.2 CONSTRUCTION METHODS A, General: 1. Do not seed or mulch when wind velocities exceed 15 mph, Sow seed only when the soil is moist, Do not perform any seeding when the ground is frozen, unduly wet or otherwise not in a tillable condition, 2, Whenever a suitable length of roadway slopes or adjacent areas has been graded, prepare the area and perform grassing in accordance with the Contract Documents, Incorporate grassing into the project at the earliest practical time, 3. Complete all grassing on shoulder areas prior to the placement of the friction course on adjacent pavement, unless the friction course is to be placed directly on a non-asphalt base, B, Sequence of Operations: 1, Perform the operations in the following sequence: Apply finish soil layer materials in accordance with Section 162, prepare the area to be seeded, seed, spread and cut-in mulch and fertilize, 2, In preparing the ground for sowing of seeds, disk-harrow and thoroughly pulverize the soil to an average depth of 6 inches, Make the soil true to grade, not compacted and free of large clods, roots and other material which will interfere with the work or subsequent mowing and maintenance operations. Do not begin subsequent operations until the Engineer has approved the condition of the prepared areas, C, Placing Sod: 1, Place sod immediately after ground preparation, Do not use sod which has been cut for more than 72 hours, Stack all sod that is not planted within 24 hours after cutting and maintain proper moist conditions. 2, Do not sod when weather and soil conditions are unsuitable for proper results, Pre-wet the area prior to placing sod, Do not place sod on eroded or washed out sites, 3, Place the sod on the prepared surface, with edges in close contact, and embed it firmly and smoothly by light tamping with appropriate tools, 4. Place the sod to the edge of all the paving and shrub areas and 1 inch below adjoining pavement with an even surface and edge, Place rolled sod parallel with the roadway and cut any exposed netting even with the sod edge, 5, Roll using a lightweight turf roller, Provide a true and even surface without any displacement of the sod or deformation. 6, Where sodding in drainage ditches, stagger the setting of the sod pieces to avoid a continuous seam along the line of flow, Ensure that the offsets of individual strips do not exceed 6 inches. Tamp the outer pieces of sod to produce a featheredge effect. Lely Manor Canal West Outfall RWA, Inc, Project No, 080104,00.00 JO:A. 7, Peg sod at locations where the sod may slide, Drive pegs through sod blocks into firm earth, at intervals approved by the Engineer, 8, Remove any sod as directed by the Engineer, D, Seeding: 1, While the soil is still loose, scatter the seed uniformly over the grassing area and immediately mix it into the seed bed to a depth of 1/4 inch using the specified seed, 2, Thoroughly dry-mix the separate types of seed immediately before sowing, Do not use wet seed, 3, The Engineer will allow the wildflower seed to be included in the grassing operation or performed separately from the grass seeding operation in areas shown in the plans, 4, Ensure that the wildflower seed is uniformly planted by drilling or placing the seed into the soil at an average depth of 1/8 inch, but not exceeding 1/4 inch into the designated area at the specified rate, E, Mulching: 1, When areas require mulch, as shown on the plans, apply approximately 2 inches, loose thickness, of the mulch material uniformly over the seeded area, and cut the mulch material into the soil to produce a loose mulched thickness of 3 to 4 inches, Do not use harrows, The Contractor may use compost meeting the requirements of Section 987 in lieu of mulch, 2, When mulching on steep slopes, where the use of a machine for the cutting-in process is not practicable, secure the mulch after the seeding operation by either using an erosion control fabric, or; spread a string net over the mulch using stakes driven flush with the top of the mulch at 6 foot centers and string parallel and perpendicular with diagonals in both directions, F, Rolling: 1, Immediately after seeding, roll the entire grassed or mulched area with a cultipacker, traffic roller or a horticultural roller, Make at least two passes over the entire area. G, Watering: 1, Thoroughly water the sod immediately after placing, Do not water in excess of 1 inch per week for establishment, 2, Provide a vehicle for applying water to the grassed areas equipped with either a calibrated tank or an approved metering device installed at such point on the vehicle to measure the water at time of application, Do not water newly seeded areas to force the seed germination, Do not apply more than 1 inch of water per 10/ Lely Manor Canal West Outfall RWA, Inc, Project No. 080104.00,00 week for sustaining the grass growth. Use water only on vegetated areas when permitted by the Engineer, H, Fertilizing: 1, Spread the fertilizer over the grassed area four to five weeks after the grass seed germinates in one or more applications as specified below: I. Spread an initial application of 265 lbs/acre of 16-4-8, II, If the project has not reached final acceptance in accordance with Article 5-11, spread subsequent applications of 135 lbs/acre of 16-4-8 approximately 60 calendar days after the initial application without mixing into the soil. lIl, The Contractor may spread the fertilizer by hand on steep slopes or other areas where machine-spreading may not be practicable. 1. Maintenance: 1, Maintain the sodded areas in a satisfactory condition until final acceptance of the project, Include in such maintenance the filling, leveling, and repairing of any washed or eroded areas, as may be necessary, 2, Mow the sodded areas to a height of 6 inches when competing vegetation height exceeds 20 inches in height. 3, Monitor placed sod for growth of pest plants and noxious weeds, Ifpest plants and/or noxious weeds manifest themselves within 30 days of placement of the sod, treat affected areas by means acceptable to the Owner at no expense to the Owner, If pest plants and/or noxious weeds manifest themselves after 30 days from date of placement of sod, the Engineer, at his sole option, will determine if treatment is required and whether or not the Contractor will be compensated for such treatment. If compensation is provided, payment will be made as unforeseeable work as described in 4-4. 4, Maintain the planted areas as an acceptable stand of grass until final acceptance of the project at no expense to the Department. Include in such maintenance the filling, leveling and repairing of any washed or eroded areas, as may be necessary. 5, An acceptable stand of grass is defined as a 1 by 1 foot area containing a minimum of 16 live, viable, healthy wildflower and/or grass seedlings, 6, The Department will pay for replanting, as necessary, due to factors determined to be beyond control of the Contractor, 7, Mow the planted grass areas to a height of 6 inches when competing vegetation height exceeds 20 inches in height. Do not mow wildflower areas until at least three weeks after the peak of the bloom period and do not mow lower than 6 inches. Do not use selective herbicides in wildflower areas, 2,3 METHOD OF MEASUREMENT A. The quantities to be paid for will be fore the following items, completed and accepted: IDA Lely Manor Canal West Outfall RWA, lne, ProjeetNo, 080104,00,00 1, The area, in square yards, of sodding, 2, The weight, in tons, of fertilizer, 3, The volume, in thousand gallons, of water. 4. The area, in acres, of mowing, 5, The area, in square feet, of seeding. 6, The area, in square feet, of seeding and mulching. 7, The weight, in pounds, of grass seed, 8, The weight, in tons, of mulch material. 9, The weight, in tons, of fertilizer, 10. The volume, in thousand gallons, of water, 11, The weight, in pounds, of wildflower seed, 12. The area, in acres, of mowing, B. Area Quantities: 1, For the quantities paid for on a square foot basis, no deductions will be made for the areas occupied by turnouts in rural sections, C, Seed: 1. The quantity of grass or wildflower seed will be determined from packaged weights or by other appropriate methods. D. Mulch Material 1, The quantity will be determined by weighing on truck scales, or by other appropriate methods, The Contractor shall advise the Engineer of the time and place of such weighing, Weighing will be done in the general vicinity of the project, PART 3 - BASIS OF PAYMENT 3.1 GENERAL A, Prices and payments will be full compensation for all work and materials specified in this Section, and the satisfactory disposal of excavated material, except the furnishing of the fertilizer, and the furnishing and application of the water, B. Fertilizer and water will be paid for as specified, C, Payment will be made under: 1, Item No, 104-4 - Mowing - per acre, 2, Item No, 570-5 - Fertilizer - per ton. 3. Item No, 570-9 - Water for Grassing - per thousand gallons, 4, Item No, 575-1 - Sodding - per square yard. Lely Manor Canal West Outfall I Cl'iAt RWA, Inc, Project No, 080104,00,00 3.2 SEEDING A, When mulching is not specified, price and payment will be full compensation for all work and materials not specifically included in the items of separate payment shown below, The item of Seeding will include specifically all preparations of the ground, the application of the seed, the rolling, tilling or other specified work. 3,3 SEEDING AND MULCHING A. When mulching is specified, price and payment will be full compensation for everything specified in 570-6.2 and, in addition, will include the cost of applying, cutting-in, rolling, and anchoring, where required, of the mulch material, but will not include the furnishing ofthe mulch material. 3.4 SEED A, Price and payment for Grass Seed (Permanent Type) and, Grass Seed (Quick-Growing Type) will be full compensation for the furnishing of the seed, at the site of its use, Price and payment for Wildflower Seed will include furnishing, applying, and mixing the seed into the seed bed, 3.5 MULCH MATERIAL A, General: 1, Price and payment will be full compensation for the furnishing and spreading of the mulch material, at the site of its use. B. Water: 1. The quantity of water, ordered at the specific time of its being applied and which is actually used, determined by the specific metering device or by calib rated tank, will be paid for at the Contract price per thousand gallons of Water for Grassing, Such quantity will include all water authorized by the Engineer, which is used until the time of acceptance of the work. 3,6 PAYMENT ITEMS A, Payment will be made under: 1, Item No, 104-4 - Mowing - per acre, 2. Item No, 570-1 - Seeding - per square yard, 3. Item No, 570-2 - Seeding and Mulching - per square yard, 4. Item No, 570-3 - Grass Seed (Permanent Type) - per pound, 5, Item No, 570-4 - Mulch Material- per ton, Lely Manor Canal West Outfall RWA, 1nc, Project No, 080104,00,00 6, Item No. 570-5 - Fertilizer - per ton, 7. Item No, 570-9 - Water for Grassing - per thousand gallons, 8, Item No, 570-10 - Grass Seed (Quick-Growing Type) - per pound, 9, Item No, 570-12 - Wildflower Seed - per pound, I.VA lQfA EXHIBIT L STANDARD DETAILS GC-CA-L-1 IDA EXHIBIT M PLANS AND SPECIFICATIONS Provided In Separate File GC-CA-J-1 lOA SECTION 01010 - SUMMARY OF WORK PART 1 - GENERAL 1,01 THE REQUIREMENT A. The WORK to be performed under this Contract consists offumishing 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 Lely Main Canal Extension improvements as shown in the approved construction documents, The work shall be constructed in two phases designated as Phase A and Phase B. Phase A is generally described as all work within the existing canal right-of-way and easements, staging area, and access pathway off of Rattlesnake Hammock Road, Phase B is generally described as the rebuilding, removal in various locations, and repositioning of the cart path/access road over and upon the 12th and 13th fairway of the Royal Palm Golf Course running from approximately station 41+25 to station 53+57 of the plans, lOA The WORK may include but not be limited to site preparation, earthwork, demolition, storm drainage, maintenance travel-way paving, watermain modifications, and forcemain modifications, 1.03 STANDARD SPECIFICATION A. Except as noted, all materials and workmanship shall meet the requirements of the 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 ofthe 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 ofthe 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 lOA 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 ofthe COUNTY or forces of other public or private 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 ofplanned 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, 0, Ifthe project is to be completed with various Phased substantial completions, then 1.0 A 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 fo llowing restrictions shall be maintained: 1, The CONTRACTOR shall provide a detailed phasing and Maintenance of Traffic planes), 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 lOA 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 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 ofthe 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 within180 Calendar days of the Notice-to-Proceed, IDA F. Final Completion: Project Final Completion, as defmed in the General Conditions, shall be achieved within 210 Calendar days ofthe 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 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 often (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. lOA 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, 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 oftraffic 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. I. 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, 1. The CONTRACTOR may be required to reposition existing traffic heads in order to maintain traffic flows at diverted intersections, Ifthis 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 lOA under construction and construction activities that may impact vehicular and pedestrian traffic. 1.09 TEMPORARY STRlPING 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. Ifthe 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 lOA J 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 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 adjacent to the project site are being provided by the COUNTY as shown in the construction plans. Any 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 lOA 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 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 ofthe CONTRACTOR. All repairs made by the CONTRACTOR are to be made to the satisfaction ofthe 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, Embark (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-BuiltlRecord 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: lOA ''f (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). 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. Note that staging areas adjacent to the project site are being provided by the COUNTY as shown in the construction plans. Should the CONTRACTOR require additional storage sites, it 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 MATERlALS 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. IDA .. 1.20 EXCESS MATERlAL 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 ofpreconstruction color audio video tape documentation. The electrographer shall furnish to the CONSUL T ANT 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 CONSULT ANT 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 Media: 1. DVD media shall be new and of the 'gold' high durability format. DVD shall be 4.7 GB capacity with a minimum speed of 16x, DVD +R format, 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. lOA 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. The color video camera used in the recording system shall have a horizontal resolution of300 lines at center, a luminance signal to noise ratio of 45 dB and a minimum illumination requirement of25 foot-candles. 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 ofthose subjects. 3. lOA The rate of speed of the vehicle used during taping shall not exceed 10 miles 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 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 CONSULT ANT 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. lOA 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. 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 fmal 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 lOA 't 1 1.26 APPLICATION FOR PAYMENT FOR STORED MATERlAL 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 sub grade 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 automo bile 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. SFWMD Dewatering Permit 2. Collier County Building Permit(s) 3. Collier County Right-of-Way Permit 4. (N.P.D.E.S.) Construction General Permit C. The CONSULTANT will furnish signed and sealed sets of Contract Documents for permit use as required. lOW., . '/1 D. The CONTRACTOR shall furnish to the PROGRAM MANAGER and the CONSULT ANT 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 oflabor, 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 ofthe 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 ofthe 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 - lOA 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: MOBILIZATION 2 PROVIDE/MAINTAIN AS-BUILT PLANS 3 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT 4 MAINTENANCE OF TRAFFIC 5 BALED HAY OR STRAW 6 FLOATING TURBIDITY BARRIER 7 STAKED SILT FENCE (TYPE III) 8 CLEARING AND GRUBBING (12.6 AC) 9 REMOVAL OF EXISTING STONE/CONCRETE WALL 1 0 REMOVAL OF EXISTING 48" CMP'S AT DORAL CIRCLE 11 REMOVE CONCRETE PLUG FROM BARREL OF TRIPLE 7' X 4' BOX CULVERT 12 UN-CLASSIFIED EXCAVATION 13 ROCK EXCAVATION 14 EMBANKMENT 15 TYPE "B" STABILIZATION (12" THICK) 16 MAINT. TRAVEL-WAY /ROADBASE (6" LIJvlEROCK) 17 BOAT RAMPS (ARMORFLEX) 18 11/2" ASPHALTIC CONCRETE, TYPE S-III 19 GEOWEB ROAD (GEOWEB/SAND INFILUGEOTEXTILE SEPERATOR) 20 GEOWEB MARKER (11" RUBBER TEE DISTANCE MARKER. YELLOW) 21 CLASS IV CONCRETE (BOX CULVERT) 22 REINFORCING STEEL (BOX CULVERT) 23 WEIR CONTROL STRUCTURE WITH GATES (LCB-OO-SOI20) 24 24" CLASS III RCP (STORM SEWER)(ROUND SHAPE) 25 24" X 38" CLASS III RCP (STORM SEWER)(ELLIPTICAL SHAPE) 26 30" CLASS III RCP (STORM SEWER)(ROUND SHAPE) 27 12" ADS PIPE 28 12" YARD DRAINS 29 CLASS I CONCRETE (ENDW ALLS) 30 24" MITERED END SECTION (SIDE DRAIN) 31 CONCRETE CURB, TYPE E (SPECIAL 2' WIDE) 32 RIP RAP (RUBBLE)(INCLUDES BEDDING STONE) 33 3' STONE/CONCRETE WALL 34 RELOCATE FENCE (CHAIN-LINK FENCE) 35 RELOCATE EXISTING YARD LIGHT POLES 36 SODDING (BAHIA)(INCLUDES WATER, FERTILIZER & MOWING) lOA i'~I':'1 37 SODDING (BERMUDA)(INCLUDES WATER, FERTILIZER & MOWING) 38 SODDING (ST.AUGUSTINE)(INCLUDES WATER, FERTILIZER & MOWING) 39 6" YELLOW CIL LINES (THERMOPLASTIC) 40 6" WlllTE EDGE LINES (THERMOPLASTIC) 41 REFLECTIVE PAVEMENT MARKERS 42 6" WATER MAIN RELOCATION OVER BOX CULVERT ST A. 18+77 +/- 43 8" RECLAIMED WATER MAIN DEFLECTION UNDER CANAL STA. 20+87 +/- 44 6" FORCE MAIN (CUT CAP & REMOVE) STA 32+64 +/- 45 12" FORCE MAIN DEFLECTION UNDER CANAL STA. 39+68 +/- 46 ADmST WATER MAIN VALVE OR METER 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 lOA IDA 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 lOA 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. 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 - IDA IDA 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. IDA 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. IDA 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 - lOA 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 layout, 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. IDA 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 FI. East; 4. Shall be based on design drawing format (sheets, profiles, x-sections). 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 offield 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 - lOt! 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 - IDA 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. 10A!~ 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 - 1.. Uf"';: h l~: 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 AlA Form G702 and G703 as provided in Exhibit D (FORM OF CONTRACTAPPLlCATION 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. lOA 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 - lOA 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: ] 1''''' ", /....., l': . ~ :1 " ...~.~ 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. lOA 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 oft-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 - lOA 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. All schedules shall be prepared using Microsoft Project software. 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 lOA sequences to the CONSULTANT and/or the PROGRAM MANAGER as part of the 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 11 (', k '-. sole discretion, the priority between the WORK performed by the CONTRACTOR and 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 lOA acceptance of the Construction Schedule by the COUNTY or CONSULTANT and/or PROGRAM MANAGER. 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 CONSUL TANT, 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. lOA 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 '11 ;'0,\ n I' 'I) ,. " i \ Il. \", 1"'1 L:_-, .~.; ij:, 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 .]1 ,'Fo. \ I" /l ;4 n .! . t ~ ',I ,~. -.t!. "..;' 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 shalf 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 lOA IIf' 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 IDA 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 IDA 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 FLOATTIME tnA ,I ~~ i 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 - IDA 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 lOA 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. lOA 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 FURNISH AS SUBMITTED, formal revision and resubmission of said submittal will not be required. E. If 3 copies of a submittal are returned to the CONTRACTOR marked FURNISH AS CORRECTED, 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 "FURNISH AS SUBMITTED" or "FURNISH AS CORRECTED." 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 fabrication and/or shipment of any item prior to receipt of requisite acceptance, it does so at its own risk. lOA 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 "FURNISH AS SUBMITTED, "FURNISH AS CORRECTED," or "REVISE AND RESUBMIT." The distribution of processed shop drawings shall be as follows: 1. Shop drawings marked "FURNISH AS SUBMITTED" or 'FURNISH AS CORRECTED": 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. 9. Identification of deviations from the Contract Documents. 10. Identification of revisions on resubmittals. 10i 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) PART 3 - EXECUTION (Not Applicable) IDA - END OF SECTION - 1l0A 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. IDA 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 - IDA 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 IDA 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 lOA 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 - 11'11 lb U 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. lOA ,~.~ 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 MANAG ER. 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. lOA 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. Fumish 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 - q] :f1I~ :~ S :\'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 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 - l~' : . (J i~ 10h 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. 4.0 A 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 CONSUL T ANT 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 - lOA'; 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. IDA 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 - 10'" .. · . i:a 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 surveyor other permanent marker points that will be disturbed by the construction operations have been properly referenced. , . '. A J 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 IDA 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 1, r\ ,; t, I: , ~;'i 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. lOA 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 - IDA 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 lOA adjoining areas. D. The COUNTY has obtained the SFWMD Environmental Resource Permit Modification, SFWMD De-Watering Permit, FDEP Watermain, Forcemain, and Reclaimed Watermain adjustment permits. 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 MANAG ER 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. B. Initiate and maintain a specific program to prevent accumulation of debris at construction lOA f 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. C. Periodically inspect earthwork to detect any evidence of the start of erosion, apply IDA 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 CONSUL TANT 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 - lOA 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). lOAf 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 - IDA 'f 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. 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 lOA 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'!';! F'). .~ Jt lJ J J 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. IDA 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 ~ J A ". 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 - 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. .LOA IDA ~ 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. IDA 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. lOA 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 - IDA 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 - lOA 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. IDA 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. lOA 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 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 - IDA IDA 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. 10 A 4 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 - IDA 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. lOA 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. IDA 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 (Le., 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). IDA 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. 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 - 10/ IDA 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: IDA 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. lOA ,~ 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. lOA . . 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. I 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 lOA 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 - IDA 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 SPECIFI ED 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: lOA 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 - Q ~ ! ~ f '" c ~ ~ < o '-t CI) < ~~ ~~ "-4~ ~t ~:: lj C =, :a. 2S~ ~~ ~e ~~ "-4.. kl~ "-4r..l I ~ CI) ~ ~ oll "'u ?? ~~ e4;~ 5 t7i ~ ;:: ~ 0: uo l;j ~ fi--" '!f ~. ,-'. l. ~ o z o 1= -< e..> o -' ....... ~ ':=0 = ( "" ~i tJ..' z~ '? I .i: ~~~~ ~1 ~ ~~:~~*I Q ~~~~;~j ~ ~~z3i~~ i -< Q:<<~~Q , c.. ~:J!i3~~ I ~ ~~~x~~~ Ca. ~<~S~~ ~ t3~g~~' j ~S;~oI)Z~; ",z",ill ...,. a.. Q.g~"l 21 . ... U L__~/ \1 \~ Ir-~- ._._._~ ~~ ~ !!!/ CIC. <5 '. II: ~i ~~ i!i ;;.; ~!'j ~ e; i;; '" ~" ~" ~. Q ~.:: ~ ~ ~ Hi f>1H::~ l1fh -< .! l 1 0.. ",. . ~ thl c.. ! - j! ~ ~dl1 .. ...." j -' ... "'~" c.. < ~il :J f:f ~;. .1 I.~ i iil~!I~ I I ~ · .!!h :"1 ! ~ :~j .td -' '-< '^ ~ ~ v. ~ ~. ~~a ~ " ~! "'25 b ~ m ~~-' c 5~~ia~ cnr..JQ~j ~~ ~ ~o~~~e~~~e~~'-< t -'~<Jg:~13~'^!!!<Q"J;; ;: "'~..l <o(~St.1~i t,.;O ~ ~~~~~~~~~~~~5t c e~~~~~~~eg~~~~ ~I ~I ~I ~I ~I i.1-"-:~~2;'~~ ;. LI~ J I ~ lur t . r~'~r~t\ G i'~11 Vi I.-.~ ~ , I 1;;;4,.1 _I..., .,; .,; Vi .;; ~ :>: " :>: .,; < 7- ~ ~ ~ .r :\ .. .. K g ~ .. s ~ 0 iii 1~ " o ,.. .. . GwU -o,!: :~CIi u~ ~~~ ~:fg ~uC !;~15 ".... .. " .~C3 l&l~::i . ~a~ ~ ~ Do. ~ c; 7.> ~ g u e OO~D-C[] ~ ! t 0'1 I~I i Ii e ~~ e;i 'I I I i I Ul l'<: ~ ~ ~ en ;S Ul '" Si 5 ~~w<: A~~ZF~~ o14J:~o~~ u~!:::~8a >- 6:~li';:e VI l:...l C1L1i-b.""ii- :z:' . I , ~ ::> - NI"'H,. '0 ~ o ttit:Guo. {J~~~~(f~ ~ 5~2n~~~ ~ 80000 ! l:t: '" -< o lXl ~~ ~ "'.! tie"'Q ~~~'" ~If,,~ e~h Q-.! l:!~~~ ~Ii:l! ~flr i~t!~ i:~Ii~ '"ill ' ~!I!~P "lt1o;~B ~8 . - ...... e..> w ~ ~I~ L.. ~!~ o I ;::: .0 12 'w ;_J ! UI1 , u 10,1 co I o ..- -q- o 0> o o Z oeN ...:2'0 ~~..- :9=a.l .c Q. OJ XQ.ro w<(o.. --z~ r-:oor~ '" ~:-"i_. ~&.. ~~ ~~r;;~~ " :g ~ i::. ~ ~ (\0 ~ . r .. :1 ti ri Vi ii: u _ 0.... ... a: Cl.. Q, C\t ~ i - t ill, i, ~ ~i i ~~ =: .~ r , I..:, ' ..":.- ....I~ ~~..... 1:4~ ~ e ~ ~ ~ g ~ ~\ .-..'~.1 . " ;.. '., ,; "'., ,..-~) :t: ~ ., -. '" ~ " ~ .. .., ~~- '. G : : : , , . " " - ... g = ~2 ~,;;(.::.-:~~ tt: (,/) u ... ....._, al!:<1a_~".... ~~; I w - IDA <Xl I o ..- '<t o (J) o ci z oc~ '.Q 0 :::roN .- 0 .0 '_ Q) '- c.. rn ~ 0.. ro w.q:a.. H IDA co ._-~_._-~-._.. ----_. -- -. I 0 ..- "3" i 0 .., ~ (J) ~ ~ w~ ~ i i~ r~ ~ 0 ~~ r~ ~~ k _5 '" ~u 0 0 ul>l ~~ ~u~8 "'~ l; 00 !~ r , Z ~g b~. ~~ ~g~~S~i ~"'~ II C'\l w z~~ wi c CD '" ~ ~a ~l?~ ~d~ll~'iS ~l~i 0 ~ wU ~~u ~5 ~ N 0 - . <w ii~ ~~5 ~;~i:C:1~ u......u :;:; 0 ~ ! :~ ~w ~~= .~i3~i~ ~:~~ ~ ...... lU ~. ~os 0~ :.0 .2 l> ~'" ~~J 6V1,^a:~ ::I ~ :~;; I (]) Jl$ c~> ~i u-% ~!~5 ~~ ~~!2~ I g5 Ci 0) ~ ~ ~< ~~: ",0 '"~O~-... .c );5 "0" ~~~~ >< 0- lU % i'l"~ ~e !!I",.J ! "0 ~G:~ S!. 2~c ~~g::~ W <( a.. i1 !!Il>I '!3~ /:~ ~~g ~ui~~g~~ ~~~~ . ~~ ~& J" . is S! yi~ U~U ~:l"~5!~~~ i~:; 1;/ if ~ 'If,, i~ !~g ~:gez ~~ ~i~3 r ..~ c2~ i~~ 3-3- ~!i~ 1'"'~~~~!Ca ..r f =~ ~sw ~8e t!" Q:~~ i!<<~~~~~ ::o~& ~!!I );!;;C !"j :!~~ ~~:5;>-%~~ i~g~ l>I. 'O(t!li t;~ g ~~! . w ~:; ;~~ i~w~~o- ~~-~ }- ~~~cri % %w ~;8l: l:li!li ;;~;S!~i ~ .-, ~:3 '" ~::~ ~~~ U ~t~ ~~'i~ -.: jj.oI:' ..S !:' i~~ ~:~~e~~~ i .oc::t ~:;~c1 ~ !i' '.. -- :.:!j~ ~S! il ~i; ....3u.; Uw ~:~g~;!:~ ~i~il 'l'C ;8i:,; :!& ~ ~~i5 If;i~ ;~ ~~~~~~ig ~~~~ ~., :G 2~i' ~3~O ~!l>~ i5~ ~ \lO ~;;f. ~~~~:~~~ ~"iS:i '. -. ~ .; ~~ ~a~ ~u~ ~Ii ea..~ (,)...,!C,)::.....O~ gi!~~ . - ~.. ~!~! ~~ gw1~ !;;~i~;_ - . ~~i! :.:.: :.e. :~ oJ " ~~~!t :z.: wu" C....Q.UI "" '!::IlOU ~ :lI :Ii :1j !i '.; tiS;' " . - -/-- " , ~ i' i a !~ ..ii ~ U . ~ i ~~ ~oz- ~ l> Ii! ~ .E ~ Z U ~" W <tiSil 15 gw! ~..,.Jo is. J !s~g ~ ~ 8 ~ Ii 1"" . !so O'<U% g ..u ~ ",'" << % otJ 5~ ;~~i Uu i::;.~~ i~ f~,< :;;; 0 ~~ ~~g ~~ ~~i~~ ~ ~ II! 'l. S!~ Il '" ~<\ 'I! , ~.. :i~ ~w ~lIlllt~ l!~ ~lo'"" ,,~gf ~ g lI!t~CD g~ i~ is di~ ~ ~;i CD:!'''':.t ..8 o~ ;~~.33 ~ ~~ ~!!I g:~ . " ". t-~W ~d ~ii ~ c<l ,,~ ~:: ~w ~ " ~ .... ""::, ;::uil-~ ,,~ ~~i&! ~ r " ~ ~; ~ ~ ~:>: ~'lI Ell ~ ~5 ~o ~~ ",,-'.Jli .:.u bi ~~i~ i~1: ~~:)~ % , t!!t ~~~i5 \l~ ~ ~ li~ ~~ ~ S! " -<t:::~o H ~ i f~ il ~ t~ 1!4(.:J~ ~G10~ uw o('5~c>~ ~ ~% a.~e lIj~ 2~ ~ i~~~ "Ii!~~ '";: U ~~ ~ ls lSg 8~~ " ~" Q.g<~a ~ . w~ -~:j~ ,,'" ~ ~a~~ f~ d~ I~i!g ~<It~~ l;lo C% ~;E~u ~ fi ~Ol ;!.. ;!!> ~ ~ 0'" 'l~ 5.ii! ~ '" "11 ~~~.. ..", ~'" ~<l ~iii ia~!~ ~;t B~ ~~ ~ . ~u ~~ :~ f~3f5~ ~~ ~~ U\:!! :: ~ " 8iJiS~ h . i~!~ " ia '< ::I~E:'lo..~ .....1.31...\01 ~~a: w.... '-:t.-g....~ ~" i lo' . . iJii! ~iH ~~ i 8 p: ~~ !tf~~ l;l:'Oo(IU w.... ~ ~ -.. ~g ~ ~~~~ ~ti'!~~ gg :~5~~ ~> ~"' ~~: ~ ill h~ ~::" ~ %0 ~~;~~ :~~~ ~~~ ~c "'''' 2~l:l'l' g~ J'!. ~ ~55 I~ ~~ s; ~ [50 ~~i 'o! II I; ; <<3 ~3u :~ ~~~Il!~ :~ t;~~~~ ~~ ~!~- ~ :f .. " ~~~~~ ~~ I~ii~ '" ili f~ l!i< 8 ;l g ~?< h~ 5~ :~ " ~.. g~ H _.~ z.. ~g~~f :: ::Je::l ~~ 2~ .~ ~::I~:( i~~ ~ ~ ~ij~~~ s-: ~a &~~t:t~ lE~i~a ~~ a~ l!:!i VJo~"'8 ca iti:ts ~ l' ~u.= w o.~Q. A~~~i f!~ ~::. ....U ~S~ ~~o=3 o~ "'" ~S~:1~ ~...~:S~ ;~~ ~ 0 . ~~ ~~ u< i3~~ ~!! ~ ~u ~~5~i1 15~ ~3~~ f~ ~~ .> .:~ 2 ~ I~~!f~ J'i !!Iig l(~~~i r~ lSiKlA~Vl ~::: u~ ~ ~~ ~:;;CI: < ~: uiVi~i ~~ ..,~u~ li~ < " ~iit~ ia5 ~~ i~l-- ~3~ ~~~i~ ~e~ ~bf~~~ 1; +- 0<<< ~" ~~ 0 .. :i j~z~~ ~t:i ~S!~~ii ~~ w ~ :!~ g:g~~a :;~~ ~; n:l~u~ ~~ /:s; ,~ Zl>! u~f5~ ~: .li~- ;i ~2g ~ @j~~ 1i~ ,,~ ~~5; 3=; . S 5~ 5~~h ~~g ~~~~~ ~~ ;sS! i1~ "l!s ili ~~~~~ Q~ ~H ~rlig ~~l~i ~% 05 !i~~;~~ ~~ !:;: ~i :iu~ ~! i3jf~ ~ 1I~ 5 ~if~~ !iw- ~S!~~g ~~~ ~i~ &lIlfli!i' 5- 8gui~E ~~io c'w !!i ij~i crt/') of.,) ~a :f ~~ ili~ t!< ~.. !:~Oo I l'~ ~ ~~a~< gl!: ~~g~i ~i~8i s;"'~ ~;:1II~~ ~~ 6. ~l" ~~ ~u~~ =~ ~'l>l ~3 ! l i~ .~uci..h.: "< '"'....~ ~~& ~~ uz)oou~ il~ w:!~ ~~~~.... ~a::i(~ ~< ~ !~ ~Bgd is o!!, -1i:~ :: . g~ ~;;; ~ vol ~< ~g !i' ~~~~f uo~..Cj <~u ~u.. ta,."lS .is :! ~~ ... ~:Oi:t ..do " .~ ~ ::: !i ~ Ii! N :::: ::i ~ t:: ~ '" ~ :I: Sl " ::: ~ ~ ~~ '" .. ... 1Il- w~ lI/ ~o ~o .~ ~ ~~ ~~i; ;~~ j O. o~" z ~ -~l!s "tjw ~~ .... is..,,............, j~@~ ~ i! S! a:~ o~~ ~~~ ~o2~~~S ~ ~~2 ~~~ 0 ~ ~ "'" ~~~: ~~S -~ ~i~ . .t! ~~ ~.!.~~:;;::f.A ;iJ ~ j ~~ ~~~ :!i: UU ~~g =":j'i" .... GO or) 0 ... 10 _ g ~i~~ 8.~ ~ . iii~~~~ i;~i & g: ::.'" <<c f ~~ ~2' ~~ ~ ~~i wll!:t~ ~~ ~~~ ~~~ '36 -'g;i ~ ~~ 3~u~ i!'l. ~; ~!::.e.~:..!.e S~i36 ~ '45 !!I ll...z; "! ~"::r .!o~~ ...!~ r ::U~ ~3; J~ ~;!i 'l!r5 \,/ ~ c.... ~ ~.~: U;t b.zVl'" i~ ~~~ ti ;;~~ r ~ i~~3 w ~ -~~~ i ~~ 0 I:j:i!:g -"'~ ~~! ~",!!I ~li; % ~~~.. 'l. ~~e ~ili~~ o~ ~~. , !!I ~ o~ ~~ ~=o a:l2'w~ ~ ~:j ~~w 0:; ~d;I u .. ajl~~ oC~.n % i!i 5~ .~ 7_ g i" ~~ ljo u " IJ~ ~~" .ilS7 ~~d l:l~ ~~ai ~,!: I!!J:: % ; ~~5 W~3! ja~ ~...! .l:l ~ "l;( ~~ u~ ~Z ~5 ~L.l~ 85)- 2 .. e;;i~i :(~ "'~ ~~ ;:;.~ ~ ;~e~ I~~ 5rilt- .~ ~~ ~~ l1g ~~~ ;;;~{ ~" il;~ tG~ ~~~~ !~ ~....>~ ii~: ." d!;tz ~" ~fj)- ~:.; ;:;::t:' "'. !!I:tSa ~~~ r.U .. ~:~ ~. ~ ~~ B~ ;~ iliw!s ii~o ~~ 5g;i~ 3-~ ie~ ;~~i 1::0 ~i 1lI '"f :Di~~ !Ii!.... r!i::S ....i!Q.~ . ,ji: ~g~ !~~g :!5"U ~u~~ i;'~ ~ ~ ~ w ~ ~g~ti ",< o;j 5w oJ ~:J~ ~~~'" ~~ 5~fI u og ~< ~i!: ~~: ",~i~ )-~ ~ Il!o '^::! :: ~~~~ f& ~ili o. ili ~i... ~~~~~ o~;;f.- ~~ ~~- =....W'''' ~I a l . <. U ~it a~ ~.. ~ ~~~ uCiY ~~~~ ~~ilii ;6~9 ~!~&. ~~~~~ ~ ~g~~ "w g: ~~ 0 " ~~~rg :;:~~ ~~ z~ e 3r!:~ S 3~ ~.... ~ul ~~ :;.1il~~~g~a. ~": ~" ~~ c'" ,,~ ilieo ~1: I W_lI!" ~Oci ~~~!i ..J ~g 2~ "- ~~~ i~~~~ 11! ~-j~ :1f~~~ i3i~; ~~h ui' ~~ ili~'" j/:/:"'ll"'''~ ~~ ~~ ~! ! !! '. ~3 ! ~ z~r~~~~ u;;g: ~~ ~.~ tj; " i!'o ~~ hg~ 5~;~ ~w!!l gg~Jw~~ ~~ :~ w~~ li~~i ~ g l:(~lI!8 ~~~~ -w E~g :0 ~ rZ ~o ti~i... f;~ ~~ ~" '" ~o~~ g<"'~ ~~~C a';!d 1::11: <( 0 J'" If,l g~~~ "'Ill ~~ l" ,~ ~~ . 2~~g &-~ ~_.... ..2w o~~ <~...~ )-...., ~ 0 cz: a. < I:l~ ; :: c.:~~ ~~~; -"'~= ~tl1~ u:.(3 ~::'35~ 8u u!tYe :~ oa ~f ~le'(\ ~tj~~: ~~~ ~~e ~g&; v::r-Z.... ~~~ ;ig8~~~~8 ~~;f ~- ~i ~~ ~t . ~~i~ ~e,::~'; C" ~~3i E~~~ N -; .. .,; .. " .. .. ~ - ~ ;! ;! ~ MlH 3:l'tNIV1lO H!noS 1S.)(3 > ~ ~I ~ 0'" '""5 t:: ~ 1\ <~~ ~ ~. 0 I U ~ ..., ~ i3 fa Ii! ~ ... ~ ~ ~ ~ z '< cr l:l 0 ~ ~I '" 0 ~~~ :>: ~"'g a ~~...I '" '" t;"'5 -' 3~~ < '" ~ ga~ 9 0( z ~:~ " ) z gffi~ '" '" iXifi1 8 u .. GaS )- H~ ~ ~ ~ ~ -I" \ \ \ I \ \ \ I ... oos ~~ ~; "'- J... ",CD xo '-- ;c \/ > ~ (/)ew !~g o u MlH ]:l'tNI'tHO ~_.L.j___._ HUlON !SO<3 . .. " z'" "'~ BS 8 .., r _.j_.~~~~~.._.--,- 'O~ >OOftrcvH ]WI\Q.:J ~J.VH '" ~oa 0 f5....~ z :> ~S~ 0 '" " (;;cr:3 -' sed""'" < '" ~jg~ ~~ i? 0( "'&", ~g z ;;j:bl ) "'O:l:l ~.. :5io !!!5 uI 5 1:\" MIl< lD'tNIVHO moos lSlX3 )- ~ l ~ 2 c..!, ~ ~ ! -eo ~ ?~ 8 ~:a ~ ~i:s ~ "'''' fa ~~ ~ ~~ C ~~ ~ "'''' > ~ ",0'" ~;5 >~eo a u )- ~ I ~ ,!. r " Ii IS 0( z '< cr o : ~~ -...:a ~~~ ~ ~ ~g5 ~8e: "'g ( MllJ l:l'tNIVHO HUlON !S1X3 l-- U_ ----- , I & ~~~ I g,! ~ -~,,;:~_:- .. oos ... oos \ \ , 5> ~ U II' I G! ~ e; ~ ~~ ~ ~~~C::; :>~"'Il: ~~~~ ~I=~ 8 ~~ . ea ... ~ i i ~ i~ ~ ;!~ ~~ U~i ..~ ~ " .' , ii:.... .. li;ii II 11', ~I I' ~~ \~ ~t: ~~ ~~ ~ "~.i~ . ~);.:'~ ~ JIHh q Z ~ " ~ ::J <!~ ~o u'" .. ",a ~w ",CD Bg I . ~ {OA , a T"" "<t a m a ci Z01 acID N.g'O ~~01 :9= a> .c: a. 0> xa.ro W<(Q. it II H ~ !3 ;i w ~ '" .. " 2 ::> 8 ) i:l <> M/H 3tlYHlVH<l ...--.---..- I-Ilnos lSIXJ 0 z 13 ~~ ~ <>~ > ~~ 13 I I ~ I ",od ~i5 ~ > I!' )0- S ~ B ~ ~ 0 ~ Vi ,.!. l2 is ~ ~ " ~ ~ ::!: ~ .. z ~ ~ 5~ ~ "'tz ",. ~ 0: ~~ ~ ~I ~. ." ~ > ",,0 NN II. W i > f' 1:)112: ~~I!' ~~hJ~- ;1 ~ "n. ~8 ~~ w<.> ___J._~::~~~..___I__ 'Oll >oontWH 3>lVNS31U v~ ;is ~~ <.>If <>;! z FW ",m xo We ;;;- 0 Obi z ~B a '" Uu 0 ~... t ::;g '" i? x .. w z ) N i2 .- ,.. ~~ on 13 ~~ >- ~ ~~ "'ill '"01 h ,; .. .... co - ~ 0'" '" I~ OOS N "!!! .... ~ ~ ",ow ~t-<5 _._~~~ > t5 <> 'J',,-V-O lS~3 . dOHd M/H J!)~Hl't'~O .1SV3 .l.SIXJ ~ )0- el~~ ~ ~~~ r 6 ~ ~ ,!. l:i ~ ~ " ~ ~ ~ .. > z ~ ~ ~::!~ ~ ~ 0 <> ~8~ .. >",~ ~ u ~ ~~~ ~ ::;5" lA/y l!l~HlVYO > Bliil! lS:>'A lSIXJ ---- '--. ..-.-- O!" 28 h wu ..,~i ~ b rl~ ~i ~! ~~ ~., ~ , . ,~~ ~ (". 1':1.: " . '< 2. <:' ~~ ~ ~:;:~ lC - L." ~ ~ :.Ll5: zi ~ <z ..J5 ., . !n~l~ ~. ,:1 ~..; .. I ~~' ~~ ,--.. -- c~~.:-4~ i:h~~J; 61; I :; , .,~ t ~,h.: ! ~~~~ ~ t~ ~~ <>.. <>" z- fill! Bg I ~ . a II lOA co I o ~ 0) o ci ZN e<D ~O- N:;::O :!:~('t) ;Q:=;([) J:: 0. C> xo.ro w~a.. en ...J ~ W o >- ~ ...J w > ~, I- W U' Z ~' W I- Z ~ ~ ~ .... ...J ~ w o ~ ~ 9: g tt: ~ ~ ~I <illS ~ I o .. W I!: tt: "" ;:) I- U ;:) a:: I- en ~8: ;1;- 10lli lli'" ~I 'i " T .. J ;<'i!/ ~g ~,; ~~ ~ ~ ~ ... ~ '< 15 8: :;: - ~ ~ : ~ T lie '" .. ~ ~ i! ~ . a ~ ~ ~ 5 ~ ~ i '< ~ ~ ;: g ~~ ~~ lo~ ;;~ ~ ~~ U aw jll ~.. ~~ ~ ~ ~ ...JI ~ - 1~1 ~ ~ ; ci.: g (2''''''''' z~;~1 a:: w ~ ~ W l Z I!: 5/ "- UI - ~ It i [ . i I ; I ~ 1ft ..II J wi: .. ;;ii'x1 < I I ~ I I ~": ~. J ~~! ~~ .'~:~"~l i.~cll. ~d~H~ 'J I t~~1i <. .,$t Hl~~~ ~ ~ ~~ ~.. %12 lo~ j:;!!l -" " .. ! "-, ~~ I: ;ill !~ :,. h n 0,", &!Q ~I;j ~ a g' . IDA 00 I o '\""" "<t o O'l o o ZN oe<O .0- ('\J:;::O ;!:!Cll"<t ,egQ) .co..o> X 0.. Cll W<(CL - ',:/~ Nllt(j( ./0i ....1,.. ',.). - r .h T ,,j, .... OHSI YJ.S HNI7H:J.LVW ,. , ~,~~':' ,-J,: ,u ;" ~~! l'- . .:'~;,.:,.~: 't ~' '0 ... .~ ~').../J\;,fo .... ~ ~ g:~~,'fl' -:t111}/t '- C (.)~ ~ ~ l'" f.. ~ ~ e::~fi-i~ I " _ ~ ~ 12~~~:e:: I ~ c:3:::J ': <:) ~ I E:: ~ CI:l ....,.... ~~~ :"~"<> tlJCI:lC,,) I , .?'~ "",~O...... "",,<.r<,)/> , '<'J~ 8 , v<<! ;!: '- <S'~- ~'-"''- '~O<,) '- '- '-..........1/,,(" :' '--... "-" " ';>-<5'r "'~' ". .. ij-QI' ~.,~:' ._,-<~ ~, ".;>-~ ,/ , . <..~, '- " '-..< O<yO .' '-'':-;'' -'"",."... "'---' <Y<x: .~, ""-. '-~' ...~..' , '"\~g .... .... .'\.." -~'''''' '".......~ "". ". 1 " :; :>: t ;! .;.... ,,8 e ~ ::i . , 0' ~ 8 .. ~ + ~~- ,- ~ '" 'i- , , !' " ""I- , ", \ e ". '-I "\ (a.', '-. ~ ...... .... ;".- '':/f I \ .~ :'S $?~ .' I :.~ I 0 " g ~;: 19 ~ 5 " ""-. ~, ~e 'I .. I ~ ~ .3 a II 8 .~ ~z~ . .r...1 .rJtI:XS "1 ~ , I I ~ ~ , >- TI~. ~'5; ~ . '7 ~ U~ .I..... .. ~~):::~ f.. O:>a'....:~ , 1:-..." Of L- tr. -~.sg --..(k.I- r ~~ ~~ ~~ ., ~~ a ~.~ ~ ~ ~.' . '. -...- i! 8$ ~ 1o!12 ~ ~~ lH~ 1- ..._ - .. ,.. i I ~ t ~~ ':< .... ~ '" :>: 'l '" X.I ~ .. ~@ . l l:! '" ~ r/ , , '- ~. "1"':. "',- "', "\'" ~ t '. '.. 'I- 1\ ..,. f'f. 'I- , .. , .";:~;~C, "- ~ "- -<~:~::: ... 0 "- e ~ . ~~ - -.--" ---'I I~ !~ b~~ ~o ~~ ~~ .. ~ !~ ~~ Ii! f' ~ 7 ~. ~\ ~ ~ g@l ~ .. " .. ~ ~ !i ;., .. " ~ ~ z ::; ~ " ~ .. ~ ". " ;;( ~ ~ 0. .' . . -d .,.. !i~; '7 r-;;------- '\, c o "t ,. .''9' "l" -: I~ m'~ ~~I~r! w .. ~ e :g ~ Co " ..'" ~; ~l 12~ \.; '" ~ ~~ ~ff ~~ ,.. / ,/ < 6:t ..... ~ .- I w lOA 00 I a .,..... '<:t a Q) a o ZN acID o- N:P 0 ~~LO :f!=<u ..cum XU(\) w<(a.. " !! , , ~ , .. z w i5 , :x . , g ~ ," , ..." l\1 5:: " , a u'" 5 <J ~~ a ~ ~~ ~ ., " . ~ ~e "-....., ,', ~ ~" cr ~ ___Z--e!!! '- lriS3 NlVtJO ,OGI 91\ _ ;':(3-' r .O~ --r-'--- .O~ I OZ+lZ Y.lS flN/7H:J.lVl'l I! ~ II . , I ~'';'II :-1+.1 I - '1J'.41~' z C '" LA. -""- ei .--, .. (; ~ eZ~ a~!:;h,; ~ ~Eiu- . _ -1--= 'i ==~~2 -7=--h - . :~~::~*/\ I .: ~~ i~ Z." ')j 2:1 ~ ~ ~: 8::5 :nl 2l.J ; ~ ~ i!i )..A~ \.--' :;;1:1 ~~ r of) 3: ~ I , ~r@:\? ~ ~ ~ ~ ::;!!o<3~ . r ~ ! " ~ ~i :;1 "' . -""- i f-' ~@ .' .. ~ ~ :,~ , -""- --.1 ~: Co "', 4 ~ ~ ~ i b ~-_._.- lid ~o i~ :z:~ 1~ Oa: ~ ~PA ~~ ..~ ~ ,. , . !i l ;1 ;~., 'It I ~; ~~ . \,.~. ~'- i)( ,..g~ ~~~ o.;~a .' ,:,~ i .a'~ I ~.; t:~ ~ " ii ~~ >eo '-0 ., i I I I I~ ~ ... :>: ::; ~ ;it"" ~3 <.>. " ~ '-' 2j' If$. .' < ?; :>: ... !:1 \!> ~~ ~""''' I, "":', ~ ~~ o.~ -.{ ..I '" T ., .. lOA co I o T"" '<;f" o Q) o o ZN oc<O N.Q'Q .- "N <0 .0._ <1> :E:o..o> x a. C\l w<(a. ! Is '''l- ii I~ .T,/ s -: I i ,)~~ I f I ; \ . ~ j w ! :t ..,.. 2 0 'j. ~ 'f. ~ 2 , t- " .!- < :>: ';;/~ ~. z" a:.'i ~-' u. ~;,; ~~ l<l::J Oo- l-I ~..4'., :* /' I , ::< i I '" . a...u . "5::: ! ~ ~ ~~~ e: ~ ~2 ~: I ~. ~ ~~ I.~ ~ i! , " 2:0- I.. I", w", ,,- :;:j'" ~" I~ wOo r 'I ~~ r ",.. .:>~ ~- -1 -1 ~L_ oj .., .._n_~n of .---- ---z---= - HVSJ '" .,'&0 ,C';. :)1\ _ :l\)- ,0" -i . ~ ~.I .J1'r;)S . r .0; T OS+9Z 'Y.LS'ilN/71D.LVW I ... '" '5 " ~" " 5:: - ~ ~~ S el;;! ~ ~~ ~ ~Ie g ~~ ~ il' il: ... \ I ". :? ':n " I -, ) (' ;;:. ~ ~ f :.~ / ,!~~ ~~ . ~ 1 . ~~=~~" .~ 0 -i ~) ~ . 2 , . ~:.; It I ,~-;' '" ~ g ~ ,., I!."; " ...:..... ~ ...u <I::J ',' ... u.. g ~~ g + .. ..~ ::J " ~~ i;! ., ~ ~ " '" I, ~ I )' y' 8 i. ../ ~ ~ 'i- ~ .) , ,.. ~ -, , ~I I ~ -< l! Ii ,.: I! " z 'l Ii 1 " !:! i I I OZ+lZ 'V.LS aNI7H:J.LVW rJ '" '" ... i b , , -I=:~~ II ~! ~a I: ~ li~ ~;; II j! ~I t~~ .1 .~ ~ ~~ zj; ~ 0-('01 Ooli~ ~>t; V')~.... NW-< ~'- z_ . .t_ ~g xii::, .... ~.. "u ..'" Wlo .... ./ l;I '5 a ~~ ~ ii a ~~ i " ,,;,. ?".. ~ lOA IX) I o ..- '<t o ()) o o ZC\I oc<D 0J2'O :::flt-- :9= a> .c0..0l x 0.. <1l UJ<(CL ~z~ ~ I < , '-- ~ .=:... '- ~ ~ d J- .\1. '".:-1 "1\117.;1() .OC! :. i: ,X I - r--(~(' .. I ,0<; 1 ~;-:,..riWX--' OO+Z[ YJ.S :IN.rm::JJ. VW 1 .., _ ,.J , -{5-r- s ,. ~ ~ '<-8:'- lIS --...: ~ : '" " CJ >- ll; ~ i ~I ~~ u' 1~'~'1 < g ;';. r; J ~~C:I 2, "" ~ > '" >- E!; ~ ~~ re.,.'St ~ ~u ....u o::l ~ u'" ~ ~~ ~2 ~ ~ ~ '" 'f % '. ~~ "'01 ;:<<t " 9 '" ,E <. z; 'f ./ ~I. Q ~ ;1 gl ~I ~ r 1 ~ '" / / '/ I I 12 I~ ! I '"'.' ~ , ' gl ~ ~12i "- " I" I , , I, , , I '^" K" I J/ ( , , I , , !.~ / il~ j : I w I '0 ~ "i '^ ~ I,. 8 ~ pi ~, I 3 I I , ,/ 0: o ~-:''' 1-1-1,8:\\-;":.' ~y ~.' ,t t'{ -{ ~' 1)../ ,.,;....,/101..1;. t "< .- ~~ 11 ~ ~ , II ~ I I ~ ; , - I ... I ~.; I .' , I( I, 'I' I: ~ S ~ r J i>i '" e Lo. ~ .... ~,;; g ~~ i:l2 ~ ~~ , '^ ; i '\ 8 ~ ~ ~\ ,-y.. I ; ~\ I ~ I :"-, ~ ~ I . ~ ~ u 3 ~ ~ ~ ~ .... o '!! CJ >- e; ~ ~ .. ;! o .. / f; e; .. ~ . '"' d k~ 5Z ~~ N.e " o . " v> ;::; . ._--~- II ~! ~O ~~ ~Sh J ~ i;! r' . fi( ~. . "Ci:,I Jt.~ .~I 8 I' ~~ ~: g I ~c cC ~~~ri!~ ~ ~tt,i I; . ..~ ;fi?~ ! ~ , I'~ ~ :':.;: g, Ii ~ III - 2 :', ~ ,j 1 I. .', \ OH9Z YJ.S :INl7H:JJ.VW -. s: ! i ! g i ~ I ,~ il: I i 1st Ii; r I L.2L:! lOA co I o ....... -.;t o (J) o ci ZN o5~ N+-O :t::~co f!:.:Ql .c a. rn >< a. (IJ W<(Q.. ~...-40. ---z~ - M/<I .";</;)0 .001 !Jt...: ;',~ . -j I'V~---;--..- .OS ., OHLf YJ.S :INl7H:J.LVW , , ,De< ..I..3~ ~ -Q,J-- - . ~-"'1 ~I ~I x \1 I i 'i ti ~ "' ~ < 8 ~ 8 ." I ~ ~ ~ 1 8; I" g I ~ ~ . ~ .. l5 ,I!' ~ .::; ~: ! 8 ~ ~ I ~ i !!1 <:J ... , e; -----' ~-"'- >- :1 I ~ eo i z 8 !:' ~ J .', ...!..- ~,.-):: ~; ~ " ",' ., 12, 12 ~ ~ 8;' '" .. 8 ~ .. ~ >- ~ to: ''''' .. '^ ~ .!. ~ \ "" / I! ..: 1 ~ 0 z '; !:' ::l <;..) + I ~ - &! -:."":' ~ ~ < l'i ~ " !!l <:J ! " 7 o ~ ; ; (;; Ji & 3 a t: I:;: I; '0('1 ...8 ~ '- ~~) . 'l~!! r i I I,lo i. I ~i' L~ 1_ , lns3h"3NllcUlYir":dY . :-.. .-...:- I I , J I I!'( I ~ I ::; . t. ,. . , -1 lI'~ &oJ ;t....J ,- v' -<<I ; , I ~ , I e ': '- ') ~ ", ~/ " I < 1 , , I , , I , , ~ I .. ... , ~ , '" I ~ !!1 , ;j , ... ~~ I e g Qi , ~~ , ~ ~~ I ~ , ~ I j', ii1 I' '" , o. I ~: ,/ ( l__~r' ._~!) --i ~ ;< ~ :t,... ~3 u, SO I!'S ::: ~ i . i b I d JI~! ~ ~~ ~ ~ :::; ~ ~ ~~ '1 \ .. "'.~. ~. . " . ;: Jii;!:-1 : '. !:&: Z 18 ~. , ;'u ~ ~!! :l f. I t~ t: I . .~ .'N '.- " ~ Ii' lOA to I o ~ "<t o 0> o ci ZN oe<D N:2'O :t::~0> :9:.: Q) .cO-OJ >< 0- <tI w<(c... if n Jl! --=r-Z-= .Or ".1 ~ r... . ---- , \ \ \ \ \ ..... ~'2' \ ,t/ ....~ \ '11' \ \ , d~ '\ ,/_ - B:." - ,-= ._ i ~ ~ '" ;} . I / r-- ,r~ I, V /'-"1 / '. -f. / :;1 .'0'- /. I.. I I ',"~ "I 81 I ,/ ~--, .~I~I 3 I ~o. ; ~ I i 0, ~ ~. ~,~I8:. :> 3 '" '" n ~ , , . I ! f' ":1 ~. Q ii: : , ~ I J - .... '",- ,-, I _':S"..( " Z l~', , ::.; I .. ~Jls~J ~-(... ~~_}'1 ~t~ i F' -II , c: ~l I 39nrSOUOZ-S - - ~-II / ani scs.i6i--S-- ---=,-- 19 ~d 9111 ~ '3'n ,at ,. " ...... r ~ -3:rl'5 T' .." ., \ ,..{' j \ ~2 8~ ~ -.:> ...:C) ~ ~~ a w~ ~ " .. "T :>: ;} .. ~ ~ 151 :; . ~ ~ If \ J, -__ ~_ e if. , W III I '-' ;1 " - lit/oS Nll"81J .'.1.. ~"l .SIX'-- 1- -.0<;. .O';-j OO+f/? "V.lS FINI7H:J.lVW ~ 8 ~~ . - t- &5.' if- fV I J I <' I I~ I ~ / i:. <g.i (~: f.. I . ~. I ~ I I' (I (I I" i s [..... , 1 ~",,; I ; .J~ I "j~""". I ....~<""' f /' ~ ~~ " I ~~~ ,..J3'.; I :;:~:;; .. i? e; il' ,0 " o o .. :;; I , ~)' IX . i~ =~ ~I I.. I I o. .. ';:'e: "\1-1 ~ i; I I a fl: I~ ~l > ti \ .~ ;;- 0 .. '" 1- N:&- i , , .. " z " ~ I:l ~ ~ a ~ d ~ e; ~ u ~ ~ " x < :I ~ :;; " / j, ..r( 'i: I" I . , , 3 ~ ~ ~ () '" ~ ~ il' , / , ./ ,. t" i ::: I ~ I; V 8 ~ '" a ~ ~ :;, .!;, lr 1/8 :, " j : '" r-' 1 " OS'+Lf "V.lS FINI7H::J.lVW , , . I , , . ..../''', ,,'....J' \ q " <:; " ~ :3 - 8 ~g .~~ a~.c ~>t; ~d:C i \ , ...b. __ _ _.1" ~'" "'~"'\~. ~ ~ i i ~ ~ II~! ~I ~~ ~~ ~i ~~ , , . , , . 3 '" ~ ~"' ~~ ~~ ..!::- ~ g J!l'i ! ~. ~ I:~ ... '. if. ~ f ~ ~ " lOA ro I o r- '<t o 0> o ON ZeD ~g'O 0.1:;:;0 ~~r- .0._ Q) :Cc..0l >< a. n:s w<t:;Q.. --z~ , .0. -.1 .7lw':K"""": ;, -("\ L-")~ i cl v ..........., fl ~g I \ J" \ I \ ,\ ;;; / \ I ~ , ?~ I I ;~ "" 2 .;; / I I / ......- I Y' -""- $. i ~ '" ~ ~ ::! ~ i Q ~ ~ ~ " ~ 8 r Mild "'\',.... .0:,(</ ~'~.:.>>3-1 r'J, T'-'. I 0;+91' Y.lS FINl7H:J.LVW I I 0, ~ ~ / 1 i~~i~ , I 3: ti:l:O II . J I ....';(} :.< I I' ~Q.g \ 1 'I iije.:! ~ ~'I , J g f3 : - I :>: I , I I I , , I I I I o I I , .";.. I (v: , I t~') : 'J .<."""\.. 1 \'Sl! '1- '- , I ~ r-' "- 1-. o I I , , I "'~ " . , l 8 I OO+fv Y.LS rINl7H:J.LVW I --l 1 , , :-: I ~. O~ ~~ I " ~ ~ if ~ I I ~ l 0 ,,,. " I., I I 'n 2 .:.;. \ '.0 I ::.f ~ \ 05 '" I"~ \ " I ~.. Q:. \ V \ a '" I \ \ l~'-, : , ..J' \..\ I t 7 v- , g ~ ~ ~ 2 ('>1 ~ If , ., . 1 ., 1\ ~ ~ I .~ ~ w o ~ .'" ,. ;. ~ ~ ~ ij .. I!;. ~ ~ Q. ~ c '" ~ z .. b ~ , , ~ , , l ., __..':!L.._j w Z " ~ ~~ '-" S~ Il'<=. ~I ::l <:> "- i ~ lid ~I ~~ g i~ ~ a ~; ~ \\ 11 ~ il H ! I , ., 3 I:~ . ~: tic " CC ~'hl~~ ~:H"H~ g '.' ii, ~ ~ ~;}~'i ; il ,II Ii! ~ ~t ~~j! ~Iil .. i I ~ , '9~ .. a, lOA co I o ..-- -.;t o 0> o ON Zm ~50 N:p~ ~~..-- .!:l._ (i) i:um X 0. (\J W<CQ.. --=-. Z-<!!!!I .0. .. ,f .7W:JS .......... . - ---..., ~.., j v. U .. ~ k 'SI ~ " [--lUll N,v::JO ..';,/ ;;\.$/)(,--1 r ,(l~ .0'; I r" I 'rO : 01 IgO' :~ ~ Ill: f')lI -....../ ~ I '...: I ", ,.-:': " , .J ~. ~ ~ ~~~. - - -j -J\ : ~~~ ~~~~~~~~~~~.1~~~ ;'- ~~~ r' ;l w << :! 3 ,__.-J -0:"- ....-...1 I __ _ ~.J ,. l~' \ I'~i' ,. ".,& ;;0 I w:: ~1 . .I'" I e'", : " " 'v l5" ",:> d / .. ~ ~'-> '" .. / I / / 1- /-G:l- I / (/ ~! ~~ ~15 "'''' " .. ......,. ~~;.e-:; ..~ i:', ~ :2: 1: ~~,. ~ \. ~ I ! I , , " I c:-' : ,,~ I ~ .... """ \: ~ . ---. I , . I , . I 8 * , ;1 o o + :;j v- i? ~ Oo , ~' , ~ ." Ii:) : , ~J , ~ I J, !!OI I~J : 1) v. ~ :;. I ;; ; , :~ , b I I. , . . r I . :t:; I, ~ '. f 1::''1 ,. ,~.;. I ~ .... V, , , J , , I I " · r" I o / , . i l- I /~);' 't,_." \ z "' 13 ~ ~ '" .. w I '"' ., 0:. , .~ " , .- 'ti; I ~ ., I ~.. ;}, \ ,,- \' ~ i ~ 0>+8; Y.LS BNI7H:J.LVN ( , I I ~..; ~~ ~.. ~~ ;;!:l! ,~ ~~ ~~ \1 ::: ~ ;;: l!s ~ c! >- 0 i!i ~~ g Z" 3 I~~ ~ ~=~ ~ lCd~ ~ f' I ..! ! ~ ~R ~ .. -I ~~ lid al" ~ Jl~~ ! ~ ~~ ~"i ~~ Oo- I ! !~ I I! ~ l' . a i" IDA <:0 I o T""" ~ o (J) o ON Z<o ~50 N:PN ~~T""" :9=<<> .c 0. rn Xo.ro W<(D. lOA ~ I o ..- "<t o (J) o ON Z<o ~go N+::>(") .....ro..- :.o.~ Q) :co..o> Xo.ro W<(Q. ~~ i ~ . . --"1/~ Ni"t'aC ,Out :if\.._ ';.\"]- <'G .1.'''3-. ------z---= ..0. ..'.1"11'35 . lid ~I ~l 8 ~3 ~ ~ ~ fi ~ ! . 1\ I , 0 , I I .,1 1 -I 0 I~ ~ , I .",.. .-, , , , , , I I , I i[o' , I , 10' , , 8 I I ~ , 0, i 81 , 1 , I 01 , , I 01 , , I , , '~1'. ! 0' ,-' I ~ , , I ~ I .... ~ ~ 9 ~. l!i ~ " ~ s: ~ - f I ~ i:l ... ~ ~ I ~ ~ is I ~ ~~ -:t.~ ZO t;j az ,,-, , u, ~ ,. ~~ ~~ e; ~ ~e.. ..~ 3 ~ ;!: ~ '-' o I 0, 8 . ~ 2 ~ 01 .. , ) I ~ :::! ~z~ v,,). . J :.. ~ ! I r~ '" I ~(; i ~ I ~ : I I , I I , I , , I I , ~ . I ~,; ..... , . , . · r' ..0--- ..., I , , , , 1 8 :. I ~ I I~ ~ .. i~l ~eli eii ~ ~ ~ g < ~ ~ is ~ ai ~ " ~ ~ ~ '. I 0' ,.15! ;H: ..'.. 'i ~~ ..~... -..'" ~~~ a;~Q '"53 Ul~", , " \ ,I i ;~ ~ 'if '<9 , . , I ~ .~ , 1'1'"" g OO+~ "Y.LS JINI7H:J.L VIV ~ A>, , ~=3.:::~~_?[:. ~-il~"""] . a t ------Z-<!!!!!l ~~ -M/~ NlV!10 .001 ';'. ~ '<]-_ .O~ ,:].;J' ':iNI01111E! ~ ~ " i ~<5t .~ ~~i ~~ci ~~~ . ~ e~ I... f~ ; ~ ~a ~/ ~ I ~ Pi J, :~ ;1 ~:?i ~ llj / , , ~ , " , '" , ~ .. , ~ :: " _J ~ " ~, ~ 0 ~ , " , .. . -[1:1- ~'S,,- ~ ;; ~ i ~ 0 ~ ~ ~ 0 I ~ ~ 0 I ,. ~ 0'11 8 "+ 00 ~.. 0" .- ,- o o I : ~' ~ ~l 8 + ~ ~ ,,' li! " ~ I .y. o , I . , j , , I , , j tD · : ,g ! i , I ~: V I'f.-. ! I I I I _.1 "' x, ", \ I I i\ I' ~ l~ I~ ./ I ,. I I , 0' I I i O~+6~ Y.LS 3NlTED.LYN I~ : l!".;" I ~~ J T- V , , I , . I , , I , . I ~ ~ ~ is '!l i:1 >- I!: ~ l> ~ ~ ~ ~ ~ ~ i ~ b ; lid !Ih ~! ~~ t~ ~ --. ~ ... -, z ::. -: ~ ~ ~~ <- .' u. " ~ . ff~ ~ ;;; .. .. ~ , 1& I . ';> ;a~ i!5~ ~~ ~~ ~ a i' lOA ro I o ..- '<t o (J) o OC\l Z<o oC'O .0 C\l'P'<t .....Ill..- .- 0 .0 ._ Q) i:a.m x a. III w<t;a... ! r ~. ~. ~ ~ " t- ~ '~:'" ~ E;:; .~ ~ , L .1', ~. ~ :11 ~iN~ '1 11 t~. , ~~;f:'~ ~. .:~..l .:' ~i4..:> .I , , ..; , ,-~ci_-: _ ~~ 1 ~X I ~:n I ~a~~ :' __ ... ~ , l ::'.-=_ -Q._ . -or- .::: 'CL k----_---=C~""--- - u _m ;:i~~r;~~s;~ .,,;~;~"'~'" '" Q., ;Z . , "'" to CI.i ~ Ol 0 i- ..... C::O....;:e... <:O:-o;l;.) ~:;;.:~ O(j~ ..... e...~~ ~:C:O CI:lr.:l;.) t:~: ~g~ :; RArnr......: ~ I '" :' ~ =={~i=~=~=~,~~~d:A~ ---f ~ ~.r-:-:' J io ?: 0.0 ~:: .., oi~ Ii~ ~: ..< 0,% I' ~S ~r ED ~~ . ~o. i ~ 1: IS ~ o ~ z :>: ~ ~ ~~~~ B;~g.J r"-' -- ." " z ~ 0. 8 < w , \\1 I " I i: '8l fi' 155+00 i . .. ;~ ~ $~ I I / / / _/ ..,t.... ~ '''' ~. .. 12- ..--:1. 'Dt.A\'Et..-WAY <>' '" i5 ~ "''' ~:> S~ "'::1' !~~ '.", ~ ~~< ~ Sffi~ 0. ga; ~M ~ : -'. --., ~ ~ 'l- 3 ~ ~ :>: ~5 ~> ~;j .~~ ~z~ !/f;. . ~~~ g~ -='\-_. ;;;~ S'u 5~ u:;; ~5 IOU ~~ E;fi ~w.. ~< 0,-, 33 "'0. :i0' 5'~ 33 ~ 0. 0_ ~~ 0. 0 ~::=. ~ . \!! ~ o~ ;". ..... : <Z .., ~~ i i b . ~ "i ~I i! ? ~i ~~ ~ ~~ ~! .;1 ~t 8~P ~~J I iq I ~ 's ., I. .$ I ~ ~ ~ ~ I I 2l::: U f 3 I . ~ a I g! !~ '" d I ; :' .-1 , . --.1 , '" " , lOA co I o ....... '<t o 0) o ON 2<0 Q60 N+::lC) ......ro..- ;g,g Q) .c a. OJ xa.ro W<(a... -------z~ . .DC -.I-7)oa' . , , f _0__" ~ ; 1), L.. ___ __~_4 I ....--, , , , . , > ih : z ~ -"-1-. I "........; 1\ I : I , . , , I I , ./ ~I 00+# 'Y.LS FINJ7H:J.L'VW . ! . ~ I ~ ~i .\ I v !~ : I :r . ~ I -' I ';~ I ~ 85 ~~ r 8 ~ " ~ d " ~ ~ ! ~ . r i '1/ v :j t;~ 5 i . I k 'l ~ ::; ,.: I I , I . I I , I I . i ~ , ' .-, 1? -CIIoI__. ~ ::~.~ \it -~ ~ c:::__::. -it t ! ~' .1' e ~l 1 of'- i '1: :; ,)i-'::,iji;~'" ~ /f :p: "oj: (:.._-: '}:~I ? ~; ~~t: I / 1/ ~I~ _ l< ~ ~ r":~ ~. 11< ~f' ./ .~~ \ \ \ j I '" as ~ . " .. I~ ~ :~ I~: ..( I.:{I: 0, ;; \' ; a H , I'~" ~~ o '''',c l.;j. , I~ ..... I I . . I I , I , ~~, . I l . ,~, ' '-~j 1-' - ~" ~~ \ - \ I~~ 0 \ .. , \ .') , \ \ ~~ ~: ~ r a ! <j as ;Sl i ~ ~ I , , I I . I .' ,\ . - " \ 2 ~ ~ ~ .. ! , ," / 1 ~ 1? f ~ I \, , I,' : lis II I : l'~ . 'I : 'r 'I III ~il .J I II '-'1'-\. ,\~)~ /: : j ,I! i~i ~i ff I I' g . U2 I b..a ~lS i~ t I ~- ~ m ~g~ c ~f~ ~ j<h IA ~~5~~ >- ll.!~ ~ti~tH:1 , ..,t-D; ~~:~~a :a..~a:O=..... :~~~~~ ~O" <> o(O:o:;;:U)~ 2Z....~.!2 i~~:s~~ o(E.!t:t:SJ~ lOi:lx..t;ot; ~~~~~~~ ~i J 8 Q ; ~* j ; ...0 l!f e Bi ~H ~~ ii'l o::c:;t W3~ ~o .... i b Ig ~~ ~~ ~i? !I ~i !! ~! ;1 ...., . a '--- , t ~iHII : f, 3 .. . e, ~ I ~I I.~._.- ~~ ~ ~:~~ :!~nh ~...... j - IDA 00 I o '""'" ~ o (J) o ON ZW oe'+- 000 N~<o ~fl'""'" :9=GJ .c a. OJ x a. ClI W<{Q.. i! " 1! fa .fH i 'ob'l ^ ,., ~- ~. I ". ~~ ----z-~ ~. ~g ~jl.y-'I :~ a~ . i I ~ I~ o. .. . ,f ~ I il , I ~p #tJ. , ~. " <I:>~. ." -- ~ t ~ " '\ . '-- ' . .....~ ; :8 i b..~ i;~ ..\)....... - . !.:.~ ~'I . -~.\ ~. if s . 1 ~ i ."----. \, .':0....... ;, <<\ ~~; ~;~ ! ::~ 8 ;. , ~ if \ . 0' ~-,.,... I ~~ a' ~ ~ ~~ ~ ..< ~ f .' 0, ~ 0 '\ I!O :& I ~llf_,:~ ..,~ !'.2 ..' ~~ ._~- I '0 r :~:~:j:;~~~';. --. .!..-- I . ~ il -.: i ~~~ S' !U~ ~ . ..- L_..._ ( c)\ eI ., ~~ '\ ;:\'&~ a . " ~ ~ ".. ;;,f :! " ~~ ,..... ~~ \.'\~ I , i ~ " a ! ~ ~ :;: ~ - I 8 ~ .. I ~h t'<Y :4, I : I :~ r& I. . . r :6 I~ '. I J ,I. i;i : )'" ; '~:r. II r ~.' ! :3 ~ ~ i :~ --~- k...... : \ ~~y\ i .. ' · r' , 1'-- - I ! I 1 I ~ t '''1 ~: I .. . .~ 12 I . :i " i\ ! ) ,I' \ \, I 8 00+81' "V.LS flNI7H::J.LVW % . ;~ ~e 1- 0 ~~ ~i e:~ ~~ ,~ '''[ (~) .~ ~o :J: .. ~~~ ~ll ~ ~~~..I~ ~~:.~;- >-~:~~ ~~~g~ ~~~~~~-- ~o.~uF..~ t-:i;!b3~ tj~,^a::....o ~:~~~~ ~~~i~~ <C -~'::t- w2~"'U)OIl) ~~ia~~g ~ ~ ls ! <I > ~ ~ . ~ ~ ... , :~ ~. ~ .. .. \ \ .'< ". ',. ~. .,' I .% j .I ?!~ i b ~ Ii ~~ 5~ ~e ~~ ~, ~ill ~!I ~~ ~~ d ...1:; f ~ ~ ; I ~~!i ~ as ~ I ~ w a ilOA Q) o ON 2m ~5'O N+"t--- _l1J~ :.0 ,!:! Q) :.ca.0l x 0.. ro w<(O- ~ " '-- ':' " ;i ~~.~ :a_N ~?!~- --o~KP Ult;15.S1 ~ ~ f:\~_.~ ...~ '0' ;(~E' . t;;ue~ ... 9---- .. l<~' ~~ Ill... ~. G' - 5l,!!i;;l .. :.<l~'" .. .. , o-i C N_ I() .c~b' I.Ci l;;(,.I~~ v,w- - + '" '" " "- 'f-- " ~ ;!OA . I co I 0 ...... .q 0 I 0 .....~ (j) i · 0 ON II!! Z<o C!5O N+:;co ~ G~ ~~..- :9=<1> Jl!~ ..c a. C) X a. I1l ~~ !~ W<(ll. ~. ~ q~ ~ " ;?- - - - ,!.. ~iHI: <> ... ,. .3 "- I ~~. ~~ .... I U Cc 'J;(~=.~i ~ JHiJi Ii,~':. ll! 0 :,;" 1 i(';';'( ... :;'''-i;: ! ~ c;&-t- <> + i ~ ~jg ~~~ j~ ~.~ i~ ~ :egg"g .;O~1"i fill I :;10' ~ fi?ct ~ 0 ... I ~ ":' ~ i l " :;~--~ ~ I ~~ I i .ulP'1 icl!l~ ;)- Ii o'::il~ ~ .. ~,.-.itT~ 0, ~ ..~ ~I I -., ~. Ii ~~:;;~o:: ~ I . I . I . ~ I' i,. 1;' ~I ~ 1;'< '" ~ ~ ~ ~ ~ . Q Q itl 3 I ~ 1(1 Q 0 o o + q- ~ T .. I N I .. I "' " ! !t ~i I~ ~ I \ 2!;' \ ~r; " " ;0 " 0: ,: ~ v o N I 0 ll) + "., T .. N .. ~ I I , ~~ i · ~ ~ !I!i ~h~ IllItl,c ...:5 ti .~ : il ::! il o .. ~ ~~ - .- ---- - - II ' -I: \ i , ~ \~ \ ~ ~ .. o .. o . is [if;; j o N , " ",- ~_~o 0) C'St- o N '" ~ I ;0 " 0: I " .. .. , o N I j ;. ~~Ii ~~i ~ .. ~- . o I o .. , ~ ~ I w ~ .. N .. 0 ::! T .. N .. il . I I , N I 'j I . I ~ .. a f lOA co I o ..- '3' o 0) o ON Z<o oeO -0 N:;::;O) ......ro..- .- 0 :9=<1> L:a.0l Xa.ro W<(Q. '" ~ ~ , . '" ~ ~. -- - - - - ". I I )( )( 3 i I I 2 2 , I I ~ . .. N .. lil ~ "( .. " .. 0 I I .. , I i , " I , Ii,. ! .., e "" '" ... .., '" o ~ .., '" ... ~,. ~ II .:l"", o o o o o + If) 0 If) + '<t . .. " .. 0 I i " I , I . I " , o " , ~ .. , ., I lil o ., '" " " , x It " '" I )( .. ...:;i !..!t II ,,~ \~g .. II 1 i ~ , ~ " '. ... "'~~- -~o " ""1- .' ""~~O , 8'.L-' / Y ~ I .., ~ ~ ~ i i I> ~ o II~! ~ ~ ~ ~ ~~~i .S = \ ., lil i r~~i~il o " ~ I k a ~. lOA co I o ..-- -.:t o 0) o ON ZeD ~60 N ',p 0 ~~N .0 "- <ll :co.o> X a. ctI W<{Q. 0> .., '" " o o + <D ~ r ~ ""- " , x . d I- ...~-- ~ ""- Cli::_ ______ ,!c ., ~ ~ , ., I N ~ I i ':-~o ... Lrg-. , "\ ) ., I 2 ~ I i i '" ~ '" :il :il ~ ""- 0: I X l! I ~ 2 . d I- ...~-- o I ~ I ~ ""- 0: ,!. 1 '" '" .., o o LO + LO r ., , i~ ~~ ~g " ., " . , ., , , r:t- -~o L't'- N ~ I I / N i ~ i ~ :il 2' I :il o ~ ~ 2 ~ o ~ o ~ , ~ ~ ~ i i ~ c IIII ~ 12' ~ g~ ~~ ~ ;1 \ -' , , ,. t,( Ii H'''I,II , t' ; .. P l ~~ ~~ ~ .~ " I ~ :-;; 'i:t 8.:t~ ell ~ t1;tih ! ~ a ! . lOA co I o ...- '<:t o (J) o ON Z<o ~5C N:.;::ic,- ~r5N .c ._ Q) :Cue> X a. CO W<(Q. ~ ~ o 0{) + ,..., :l '" ... '" ;! '" '" '" ~~ i b ; I ~ ~Ih ~I~~ ~~ e ~ N 'i '" '" '" ~ li i i .. .. ~ ~ ~ 'f~ - -~ 0: - - -,-- " 1 1 " .. ~ >< >< ~ ~ ~~ ! !:~ !~ * .. * . I ~~ ~~ \':!~ "\ .. 2 2 N . ;J d 1--. t; _~o 1:--- H- .. .. 2 N N 1 1 1 ~ 0 ~ . 1 I I ~ , " i i i ~ I I I II i i :l .' .' ~ . .. N' , , I I I I . ~ '" '" l2 ~ o o o + ,..., o 0{) + 1.0 ia ~ .. . . .. . .. ill b a t lOA co I o ~ -q- o 0) o ON 2<0 ~go ('\I~('\I :::~N .J:l __ Q) 1:o..Cl X a. <<l W<(o.. ; o '" t') '" N ~ cO Cl V z + .... m 0 1'l,l o .. $ l<l <0 '" .., ... :::! '" ., t') N r-- (!) + 00 .... '" ~ ::> u >< o III Z 8 III $ * ~ ~~ t "'~ :1 I~~ I II II o " ~ 2! '" ~ ~ o o + 00 !:! ~ "' , x ~~ ;Is! ~~ l! 1 ci ... <>'~-- !:! 1':;: II o . l<l o " I o . I II I J I ~ ~ ~ i i ~ : '" '" '" ~ rl ~~Ii ~Ir ~~ i t " :sW::-;'" \0 qlt/I' :' f ;1' I ~-: ~~ I u Cc ..::;....l: ii~~iii ~~li , ..\Ii H!ji; ~ ~~! ! ~ah ~ii I ~ ~ a i' IDA co I o ..- -q- o (1) o ON 2m ~50 N:P(") :::rlN :-9=Ql .r:: a. OJ x a. <<l w<(O- lOA I 0 ....... -.;t 1,. '" 0 ~ C) :& .... C) (J) ... "- 0 ~ i ~ j 0> '" !::: ON E~ .. '" I ~ Zco '" --.---. ~ 5'0 '" '" ~ '" ::!: 11'1 N:o-.;t :::~N ; ao ~ :9=CI.l "' ! I~ .c a. 0) >< a. ro J ~ w<t:o.. f ~ 2 iii o o + N o It) + o N o o + o N !:! .. I . I "'f ~ ...... " , >< ,. ....i ~:!r ~!l! ~~ \ ~ .. I >< ~'--- u' . ,;j . ,;j ~ 0: ,!, ~ ~ II 1 ~ ~ , i't~it~ II " 2 2 II !:! .. :;; O.l- 0 ",[-- 0',- 0 "'~- - . 11'0- <'0 II II II , , I ~ !f ~ I I I ~ " ,!, iii 0 iil . .. , . I .' I I I ~ ~ ;?, , >< I " . 3 9' . i,. i '" E '" '"' I.U .~: ,. l .. " ~ ~-< g c ... 0; '" " .., ;;; :1l '"' ~ ~ '"' '" :!: ~ ~ 0 0 0 0 0 tl) 0 <0 + + + + n N C'l N N N C'l 12 ill !:! .. 12 ~ a 0 2 iii 0 -t ~ -t '" " - - - " - - ~ I ~ ~ " ~ ~ ~ ~ .< ~ ...:~ ~ ...:;: 'i~ ~ l!. Ii ~ . ~I ~ ,,~ I ..~ ~ "'!f N~ I \ "'!f !!~ \ -! ~~ \'! 0 2 ~ 0 N , I , N d d d ~ ~! ... ~~-- ~A--;.----, - ~ ~ 2 2 I , 1 , ~ ~ ~ ~ 1 I , , ~ ..- ~ I I S S 3 Iil .' 0 .1 !:! .' !:! ~ I , I , 2 " '"'~ i ~ ; ~ 'n! d~~ ~flIri~ ~~ e iA \ . ,~~ -~1 j= ! .. a w' lOA <X) I o ..- "<t o 0) o ON Z<o ~50 <'I+::I{) :!:::~N .a._ Q) :Ca.C) >< Q. ro W<(a.. i " e'" '" Sf""7---------- e- "l( S! '" (r--- ~ .::.., . :l I.l 0 0 !Pi:i .. .. ~ ~ ~ < , . ~.. ~ '" --- " - -- a:_ ... , I ,\ " X x ",i ll'l-" I t.'l.:l ~\. II! I! .~~tJ~j 0 !;! 1 t.!. !;! ~ .u !;! I2h it; . "!I' ,,,,< -l! ~ ...,~ 2 2 lil lil ii!~I~ ! ~ _! r ~ ... . " , cl '" ~l ... ...~~- ...g-- ...~- 0"1- 0 .,0- c.> lil lil lil 0 N , 1 , I 0 ~ !;! ~ . , 1 , I ~ ~ ~ .. '- '" '" a: a: ,\ 1 I , X >< X :l 0 :l fl w . 1 .' ..' .' , , I I o o + l/) N ~ ., ..~ i II 0 .., I ~ -------. ~ .. Jh ~ ~I ~ ~ ~~ J ~ II '(' 0 l/) + f") N ., <0 ., <0 o '" ~ '" ~ ... .. '" .. <0 .. :ll " ~ ~ o L() + ~ N o o + ~ C'< 1 'rll 1ll o ., 'ri ! i lOA co , o ...- -q- o (j,) o 0", 2<0 ~50 C\I~<o :::~'" .0 "_ Q) :.Ea.0l x a. CO W<{a. \ ~ lil lil ;0 \ ;0 ~ ?~ -.. - ..... 0: --- 0: " ,\ ~ ,\ 1; !1 .~ ~ ~'" ;0 CD ~ I !-!. i 1 .!. ~ .~ !$ ::> ~g ~ ...J 0 ~ lL. -: ...J ~ .. ~ 2 0 <:> . z ;i (f)- ::><( O~ t; (f)w 0-1- iDO:: ~~--\ (TO- I:? I- <( ~ it 2 2 lil W I I I C) 0 I~ I i 0:: CD ;' ~ 0 ~ . I , I .. ;0 ;0 .. ~ ..... ..... ..... '" -~ -- 0: 0: I ,\ I " l< 0 Iil r .. "'I .' l' . . I I ! I ~ '" '" ~ '" 2> "., o ., .., '" <0 '" "., '" ::> !!'! '" ., o o o + r-- N o If) + If) N o If) + <D N o o + <D N 12 12 i lil '" '" "'~ i to ., .., tu! ~h~ ~~~~ :S lOA 00 I o ..- .;t o 0) o 0('>/ Zm ~6C ('>/+::1'- ."!::: ~ ('>/ :9=(1) .c: a. Ol x a. m W<(a.. II <> <> ~ N N I I I !i !i !i ~ j;l . I I I ~ ~~Ii t< , " Ii s s $ S I , I I lil i lil lil ~l ~I ~I ..' I I I I ! i~ '" ~ '" ~_. .., ::! E. "" I<; ~. :>- 0> ~ :t ". u co .:l"" '" ~ ~ ::: :e '" co ~ '" .. .. ~ .., '" ..., ~ 0 0 + OJ ('oJ ~ cl r:;l ) 0 0 U) 0 + + IX) IX) ('oJ ('oJ rs : r:i "', .. \ o U) + r--... ('oJ c\ \ .,\... 1:i \ I ~ . 'f---- " ~ I 0:;.........,-___ ,\ ~ cr-r --- )(. .~ ~ i~ I . '".~ , ~:~ ~ 0: I " e ~,~ " ~) :':~ . ~~ <>i- u !i !i !i ~ ~ .; II II II . d '" ..... 0:_ ,l Iii. I "'i5-- u . d . ;:J Ii; "'i5-- u .... ...~-- !;' ~lOA 0 ..- --q- <> 0 '" .... 0 0> " 0 i b OC\l lul 2m .., C!60 .. C\l+:;CQ '" ~rlC\l ~h~ .0 ._ Q) :20..0> x a. (IJ l~tJ,. w<(a. .. t; ~ !i I !;i~" HI '3' .. t ~~ I.",,,) I~~*'"lt:i W\.jH o N ~ a i,. t ~ I e "< \oj 'L ~"< ~ ::l o to + o t'") ~ -t " '" !. I ~ Ii; ....~-- u ~ "- '" ~ <0 0> 0> ". o o + o t'") . , ~ g I l 1- I" ~ ; I , '" "- ". ~ >t; ~l .. ~~ 1 ~'! '\ ~ ~ lil t,: .. .... ....~'----- - 7 o I '" "- 0:- ~ I II I ~ i ~ 00 lOA t ------ 0 ..-- '<:t ;; R i 0 .. "- 0> :! ~ 0 i b ~ ON ". ~ i ~ 2m ._--- ~5b '" ~ Ue 0> N:;:>o> ~ ~ ~~N .. :9=ll> '" !I~i ..c: a. Ol xa.ro w<(a.. :~ o to + en N . I i .... ~ Cl ~ ... ~ ... \ Or--T""------ I . Oo ' o ~ -t ':' >< ~ ~ -'I ., . o N o ~ . d ti ""a""'--- - u o N , o N , ~ I ~ , o ~ , ~ o " , lil I v , ~ ! . I ~ 3 f ... .... ... .., '" ~R i ~ :Jl ~ :::J "- ..... ;:! ~ lid !~~~ ~ "- ~ "- Q) ~ 0> on 0 0 0 0 If) 0 + + + N ;;) ;;) I"') ::! 12 ::! 0 1ll ~ 1ll ~ '" ~ "- '" "'. --- '" - -~ ,!, ,!, I ~ ",:f " ~5-1 !i ~ !i ::I~ ~g '1 , \ . ~ 0 2 0 . N . ... ~ .:! ~ ... ti ~j-- In ""~~'- ~~--- - 2 7 2 , , ~ 0 0 ~ ! . . I. , , , <t IS Ii "'- / " ii " II 0 ~ . , , ~ 2 2 2 ~ .' ::! .' ~ .1 , , , I ~ . ~ lOA , o ..- '<t o 0> o ON Zm C!60 N:PO ~~('I') ..0 ._ Q) :i:a..0l X a. <tI W<{Q.. l'" si-T- " e "l; Ii< .~ '" '2 ., .." ~;"( ~ co '" o (() + I"') I"') ~ ~ '" ~. '" '" :>l ~ "- '" o o + I"') I"') '~ ~ ~ '" I >< ~ IDA (() . o ..- ..". o 0> o ON ZeD ~60 N+=~ :::~(') .0 .- <ll ECirn X 0. m w<(o.. ... '" .. ... ~ o (() + ('oJ I"') Ii ~ Ii '" '" ... ...~ ~ ~ ~ 0 . .. .. d d t; ~j- "'~-- ~ 0 N , ~ I Ii! I Ii! ~ 0 ..' !:! </> , ;< ~ I >< ~ ...i i i~ ~ ~~ to< ~ I ~ !II! ~I~~ ~~ ~ ~ t' ~ 2 ~ ~ ~~-- o N I o .. , 0 ~ .. I I ;< r- iil Ii! r I S Ii! .., ~ ,.. ..' I , ! w a 11 0 0 0 0 Ll) 0 + + + Ll) '<I" '<I" I'} I'} I'} :! . :! .. :! . I $ '$ '$ ~ ~ ~ -- - --- " /, , I )( X 0 ~ ~ . 0 II I': . " . . ,;j d d .... .... .... ...~-- "'!~- ...~-- " I 0 II 0 " " , , , ~ ~ ~ i ~ I , I I !O ;eli ,,-. "'- , Ii )( 2 2 2 I , , ~ lil .;, lil .; II ::! . I :! ..' :! .' I , I I , '" '" l!l '" '" <0 ... ... "'~ i ~ :0 ... ... ... '" III! ~I~I ~! e ~ "- Q) ~ ;l? ~ ... '" .. & 10 ~ ex> I o T"" ~ o 0) o ON Zeo ~60 N:o=lN :!:::~(") .0 ._ Q) :Cum x 0. (IJ W<(Q. i~ ~ I _ 6-..----..---------- ~~ ~ -y-----.-...--.----..----- ~~ ~ j-- .. ~~ ~ o l{) + <0 .., ~ .. '12 I " ( ~_I__- ,\ ~ ,\ li: , ~ . ;:d o .. ... "'a-- ~ 0 .. , ;0 .... '" ,\ 0 .. I il 1" ~ ... 001- ...~~ - 0',- 0 0'. 0 l'O li: R I I !;l !;l , I t 0: , )< Sl a "' , I " ... ~ a .. !:! ! I I I " " '" '" ... o o + <0 .., ~ " .... ! ~ .-1 1 i'!' ~ ~! ,-~ . ci ... ...~~ - o co ~ .. I :l o ... ... ., III ~ :::' o l{) + l{) .., ~ .. I a o ~ - '" -- ,\ i~ ~ !;l "'J ."~ ~II \ \ ~ a . .. ;:d :!lo i ~ y I ~ ~II~ ~l~~ ~~ ~ .~:g if: ("" ~ -.J f ., co I o ..- "<t o (J) o ON 2<0 ~go N:o::(W) :!:::~(W) :9=G.l ..ca.OJ xa.ro W<(a.. '" '" ... III ~ i co .. .... i ~ . ---- . .... 0 ~ .. .... III! ____..._____n_ ~:> <0 Iii III '" 2 ].L :;: :;: ~ ~h~ -_._---._~.- ~~~~ ;J . '.,;,. t::: :. ~~n , .2; 0;' '" 0 0 0 ;;i~ 0 If) 0 .. iJ i. + + + -.;;;> ~ ~ to I"'- I"'- ._-W 1"1 1"1 1"1 ~ T2 ::! . !:! . I 's I 2 1 I I ., ~ I ~ I .... '" --- '" --~ '" , , I " " ~ ...:i " 0 l' I~ 0 i . . '. '" '", ~ l ~:!: .. .. . Ii ~ 1l Ii: ~ '" .i .... ...i-.- ...~-- 0'1- 0 <J fO u J I: ~ ~ I , I i i i , , I ., <t l< .... .... " '" '\' , ~ " >< i i i , I I :; i 2 2 ~ 0 .' ::! .. , !:! .' , I I i w ~ a t' IDA co . o ..- "<t o 0) o OC\l 2(0 ~50 C\l+i"<t ~~('t) :9=C1> .J:: a. 0> xa.ro W<{Q. i i E ,. ... IS .., E " .~ .. ~ ~R ... .. 1-- ., ., Vl o It) + Ol n :: ~ '" * . ;:j . , ~ ~ o N ~ !? ~ '" Vl o o + Ol n ;t "- .. ,!. K ~ .. . . d ~ ~ 2 d ... III o ""5-- u o N , .. .., '" '" ~ R i i ~ ~ " ... i ~ ll!l ~I~~ i~ ~ ..::$ .. f '" '" ... ., ~ o It) + co l"') . 's ~ . 's ~ a: ,\ ~ ~i ~ i' I .2~ ~~ " o . i ~ 2 d ... ""~- - 0 N I i i ~I , ~ali s Ii I il .1 1 I r ~ IDA co . o ..- t!; 0) o ON 2co ~go N+::L{) :t::~(') ;Q=(1) ..c a. Ol Xa.ro W<(o.. i e '" ..1(_________ _ e '" j", E= ~"'{ ;;; :1l "- ... ~R ~ ~ ~ N ~ r; 2 o :! "- 2 <<> .... <<> '" o o + ~ !:! ~ Q:'~_._- ,\ <<> ., o to + o v o o + o v .. 'g ~; hi.! ~f, ~I I: ~~ ~: f,~~)~i ~~J~,~ f; ~. . . ..i~ i:t~H ~ .. , :;: !:! 'g ~ '" ,\ ~- - - - ,!, t 'J -' io!, I ~! . ~! 2 , ~ ~ .. ~ ~ :a :a , d cl Ii; ~R~ crl- 0 ~8-- 1-- 0'0- 2 :a , I II. ~ ~ II ~ i! I I , ~ ~ ~ ~sh Q;'~--- a: _ _ _ ------: a::~__.~ X ,\ . ,!, Ii :;: If 0 . I . ~ i lil lil ~ "" 0 ..' '. ~ , ~ ..' , , 2 ! ~ a t' 101. ro I o ..- "<t o (]) o ON Zeo ~60 N~eo :!:~('t) :9=<1l ..c a. 01 X a. (IJ W<(ll.. i "I " i ... , <0 """ .... ~ ", \? . r ~ "- a:~___ ,!. <> <> <> '" ... .. '" :!: .., ... .. '" ... .. 0 0 0 \l') 0 \l') + + + N N ::;: '<t '<t ... !:! ri !:! ~ , , i i s: :il -t llI::____ ,!. ~ " 0::---- ,!. ~ o ... 2 Ii: Ii: ~i 0'1- 0 ~- ~~- 0 a.o ~ 0 ~ N , , ~ ~ ~ , , , ~ ~ ., "- "- "- - '1'- --'- "'- - -- 0:-..,. - ~ I ,!. " " ~ II r , I \ i i il i , !:! i' !:! '0/ ~ , , il ~ ~ ~~i i b ~ .. ~ i ~ I~~ ~i8; ~~~~ a...l'J1:! ~" ~ ..:i .., ~ I k " ~ w' IDA co I o ....... '<:t o 0) o ON ZCO ~50 N:o::lr-- ~~(") :9=(1.) ..c a. Ol Xa.ro W<(a.. lOA co I 0 ..... """ C) 0 C) 0 C) ... R 0> - , .0 i - ; ON C) C) C) III! Zeo C) ~ ~ qgo ... N+,co ~~M III .... :::! ~hl :Q=G> .c a. 0> ~~O! Xa.ro 0 0 0 W<(a. 0 II) 0 + + + r -q- l"1 l"1 -q- ~ -q- ~ -q- ~ , ~ I ~ I ~ ~ ~ 0 N ~ \ ~ ~ \ i 2 i o ~ o ~ o ~ :0. ~. -'- ,!. ~ 0:::__....;-_ ,!. ~ ~- - - ---- ,!, o ~ ~ ;' fl 0 fl N ~I "'1_ ... I \ O:~- 0 ~ O"l- 0 ..,~~ O"J- 0. ." ["0- ,. ("0- ~ 1'~ fl n fl fl N I , , t, 0' ..,. ~ ~ ~ , I , ~ ~ t !- - -.-+-+- l:t:_____ _.~ !--'- - - -- ,!, 2 Ii 2 I , , I , ~ 2 lil lil , , I 8 8 ~ w ~ I 'i , 1 ~ 3 I o '" ~ o o + <D '<t ~ tr____ ~ o .., ~ .. .~ ~ ;0 "- '" ~ o ~ o l() + l() '<t 'rs !i o ~ o o + l() "'" ~ '" ~ o 5 1:i ~ o 8 '" o l() + '<t "'" ~-,,-- - - ~ '" . I X o ~ .. I i ......- o :; ~ i i b ~ ~ 1111 ~Id !~ ~ t1 o .. .. ; lOA co I o ...... ~ m o ON Zm ~go N:;::;m ;O:~M .0 .- (J) :Ec..e> X a. <<l W~a... Ii,. ~ ~r----.- .!j"" c ,~ ,. v-l u__ " '" "'~ :: o o + Q) "it ~ I !~ -- \ \ 0 N Iii ~~ l-l . 1 :;: I II I 8 '" ~I I c o ;:; '" c ~ o If") + ...... "it 1$ ~ Of ----L.- _ _ _ I " $ o c ~ ~ o o + ...... "it 's: s~ _ _ ~ ,:, $ l'l ...g u l-l , ~ I ~ ' ~?' ~- - ..- ---.-- I X Ii! I ~ 8 ~I I o c '" ~ o U') + <0 -.r 1$ ~ 0::____ ,!. $ l'l 0'1- 0 c.,t.l~~ctl" (:) r-c 8 n , , ~ ~" l-l I $ I Ii! I ~ 8 1i 1$ ~ $l l-l I Ii! I ~ 8 ~"i , c ~ ~ i i ~ ~ ., '" '" lid ~ ~~ ~I~~ ~~ " i ~ ~'H !. :1, ~l . h _~ I~ : ~ "" .~al1~~ iB~H~ mil ' !\~~~ 11 ~: . I w '" a IDA co , C> ~ -.:t C> 0) C> ON 2m ~60 N:;::;o ~~-.:t .0 0_ Q) :.cum x c.. CIl W<(ll. i:.. E ~------ E '" '" ~:.. ~ 8 ~'" o '" ... o U) + (]) '<t ,. I ..... I r---I- i ~ I I I Iii "'~ . I II o ;:; ~ 0:::_ _ _ ___ * ~ .. ~:~- 0 uJ~_ :! T~~ ~ 1 '" "- ~--....,.-.-.r-'--'- * II . , , ~ I ~ I ~ ap---.- x II I o :; o o + (]) '<t O'l- 0 t.o '" i -r I o o :ll ... '" o U) + co <t . I 51 ~ <<- -- - -- * ~ \ \ ~ \ , ~ ~ I 1 ,. !~...I.':"'~ ~ o ~~ - 1 i b ~ '" ~ II~! ~I~~ ~~~i tl r . , .ll ~ t;tt !;iif; ~ I ~ I ~ L i .' I I w ~ a i- . IDA ro I a ,.- '<t a 0> a ON 2<0 aC"- 000 N~~ ~~'<t .0 ._ Q) :2o..Ol xa.ro w<(o.. <:> '" '" o o + to !! ~- -- ~ I >< >- ...~- ~ G<_ I >< , " , , I c iii ~ '~ Eo ..... a::~~_. I >< i o ... <:> ;:; o It) + o It) o T~ \ \ \ \ . t- I 0"1- "'~-+-~O :! r~ ' o ~ .:!.. :f JJ. ~ !l I I _ .J ----' !! o ... I o I Eo ""- ,,- I " o ~ I 2 ~I I c c iO '" "1 o o + o It) !l o i i I I ~~ - -/- >< I I i o ... I >- I ...~-'- I ;' f'~ .~ o 0- i: ,," (;. ,.,. ~ <<- ~ o ~ I a ~I I <:> '" '" 2 CII'l- 0 If<l l\l I !l I o ~ I . , a , :~ i ~ bd ~I~~ ~~ ~ Ii I . k a ~ lOA to I o ..- "<t o 0> o 0C\l 2<0 oC'Q .0 C\l:;:;C\l _ClJ"<t .- 0 ,Qa~ ~ a. ClJ W<(Q. .~ ;:.. "2 " " .:;.. J '" U) ::; !::: () '" ~ 0 0 0 0 0 Ii) 0 Ii) + + + + 1'0 N ('.j ~ Ii) Ii) Ii) !! 12 ::! 12 !! 12 !! ~~'-- ~ ~ ~ I 'f~'- -- !-r- - ",-----..I\. - - ~ ,!. " ,!. ~ ~ ~ ~ \ \ ~ .. " :<l \ :<l [il '"' \ .... Iii ~i,--- " ...~"-- - ~li- - () ~\ ~ " 1 ~ Ii: " , I ~'---'--- - - - ,!. !: !::: ~ '" I " () ~ R i i ~ ; ;g !::: .. !::: lu; ~I~~ !~ ~ !1 ~'-'-'~ -\..... .....-\ ~: '.' z-: ;:>.-" '" = ~'~~ ~ ~ :;';"hi , I Inill. ... 1 t-. l' 's I' ~~ ~~ l.~:_:: It(~...~~~ ih~m ~ I "- co '" on ~ ~...... . il Ii! i Ii !! l' l:! .1 ~ .' ::! .1 , I I ! ~ I ~ 1 ,.-f ~'i 1- j ~ ~1_ ~~, ! ~ '" ! I i I I I t 1I:t~___ I " lil I S I ~ a " IDA 00 I o or- ..;t o 0) o ON Z(!) ~50 N+:;C") ;t::~..;t ..0._ Q) :Ec..e> Xo..ro W<{fi. ~ " '" o u') + -q- u') ~ ~ 'f- ;- -- --,-- >< " '" ... .. .., ~ ... " o u') + n u') . ':;: ~ o::_......_~ ,\ 12 ~ ... .., ~ ~ i i as ~ ~ [1: .... ~ ~ lul ~I fti ~! ~ f '" '" o o + '<t u') 1S !:! ~ '~ 2 !l !l .. Ii; Iii ...~- - ...~~ - ...~-- <.> <.> !l 2 0 ~ , I I ~ :; .. ~ 0 ~ . 0 , I ~ '" '" "- "- "'~ - -~ "'- - - - "'- - -- ,\ . ,\ >< 51 2 Ii 0 I , ~ !:! '" "- 1--'- "1 - - o . ~ o "' ..' o 2 ..' o !:! !:! 2 .1 I I . a i IDA CO I o ..- '<t o (j) o ON ZeD ~50 N+::'<t :!:~'<t :9=G> ..c a. 0> X a. <<l W<(Q. " .. ,. ~ .. l;'" ... j! ,.: ~".-- 31 I ~Ioq:! --..1...-.L--_.___ ." '" '" ., o o + co 10 ~ { ,,- I >< '" .. o '" 0\ ~ '" 0> '" .... .., '" ~ ; ~ ~ 0 0 10 0 + + 10 10 10 10 ~ -r~ ~ r:;j ~ I:;: ~ ...... ,,- I X ",i 5 ~ ~_.l ,!. ~ ~ o ~ I ~ 2 :;a :a ~ ~ ~ ...~-- ~-- ~-- U Q u ~ g ~ 2 2 I I I { a::---... _ _ ~ ,:: : ~ 2 ~I I { !---r - - - :;j I ~ ~ I ~ I { !~- i I :;: I :;: ~I I ~ 2 ~I I ~ R i - . i b ;: I ~ ~Ui ~U~ ~!I~I:: !::! ~ t ., ~niid p, ;H l ~~ ~~ I. ~:~~: K::l~1::~ IHHi .~ . ~.'~ i~t:; J ;~I'(;:,! " ~ --..--'"t'"" I . . & t IDA co I o ...-- .q o CD o ON 2<0 C?60 N:;::;LO :::~.q :9=Q) ..c a. Ol xa.ro W<(o.. "- ... .. ..., ::l :!' ~ ~ ~ .. '" ~ :a ~ II> ~~~ - ~a~ - 0 ~ l'i , , ~ a ~ ~ I , " -t '- -'- '" ---.---- - - o:~ - - I ,;. >< 0 ~ .. , o t{) + l"- t{) ~ ;Eo '- !.-- ~ o o + I'- t{) ~ ':i: ::! ~ ~ !~ -- !l i~ I..~ ~ ,..I!' i ..' I ::! lil r' .. .... '" o t{) + lO t{) rlil ~ ~ "'- I >< ;:~ . .<. .~ i~ ~f ::!~ ...~~- ~ ~~...I-~- , >< ~ lil r' 10 ~ I I , co I 0 ....... '<t ~ ~ i 0 ~ 0> i ~ ; 0 0('\/ 1111 2m <0 ~go ~ C\l+:lm :!:::~'<t ~u~ 09=Q) .c a. 0> ~~~~ xa.ca W<(O- f . ". rlil '. ~;;'i i If ~ I;, III . 't. a. tit ~,:, ~~ ,~::;~, ('::::t."~:lI iam~ ~ o N ". ~~, · -~:i! jl~~r' f .... ~~~ e " -I h 1H j 1~ l'i l'i , o I ~ ~. ~e I i eii lil I . l i lil ~ IDA co I 0 .- -q- '" 0 '" :::l "'R 0> .... i · 0 .... ON '" Inl Z<D ..... 8 ~ 6 '0 ~ '" N+=<t-- ~ ~ 'V ... ~h~ P-=Ql S? .c 0.. OJ .--- a;~t!~ xo..m ~ ~ W<(Q. '" .... '" ~ S! S! ~ ~ ~ o o + (}) I/) o I/) + o::J I/) o o + o::J I/) !' r ::! .. '[jl ~ .. '2 ~ o:~ ~ ,. ~ ;, 1 ~~ ~ !- -- ,. ~ iI I -:1 ~ "'~ , >< l': l': 0 N .... "'~~- ...g- - "'!-- u u 0 lil li: N , , , !l 0 ~ i ~ I ... , . , ., ,. ~ ~! I i ..... ..... 0::._.___ Q::---L- _ _ _ Q:: --..J,... .....J.. ..:- ----' ~ . ~ , 81i >< ~ 0 [jl .. . I ~ 2 2 i ::! r' ::! .., ~ .., , , I . 1" i~ Etr- ~ _m__ ~ '<L-u________. ~ ::! o l!) + o to ~ ~ !. ...g~- u ~ !:- - - - ~ "' ~ ~ '" o o + o <D r:'jl ~ "' "- 0: ,!. ~ ~ ~; I 1~ N: \-~ o ~ 2 2 , ~ , ~ !~--~ s , lil ~, I t! '" '" ~ '" <> '" o l!) + Ol If) ~ 's r$l ~ ~ "'- ,!. ~ "'~ 1~ ~ ~ o N !i I I': 7 I': I !i , ~-,--,+- - + - ,!. . S I r 2 .1 1 ~ lil ~I , ::l <> .,c "- ~ ~ <5 '" I ~ ~Ih ~h~ ~FAt\:'( ..:I t; r " l~:H' .. il;, iH I ~ -.. t:~~i i~ Inri ~; . .~~ i~r. J Il-flf~~ ~ l'OA co I o ~ -q- o 0> o ON 2eo ~60 N+-co ~~-q- .0._ C1) :.2a.0l xa.ro W<(O- i,. ~r-r-- 15u ei<l{J I .~ ,. \!r'--..-.' .-.-..- 3! ~'" 0 0 0 0 It) + 0 + ;0 + ;0 N <.0 t .. ~Pi ~I .. ~ 0 's ~ ., ~ .. ~ 'ii: ~ .. 0 's II ...: -. It. _. ~ : l.~. l.\. 0:_ : - - im~i: , >< ~Hij~i ~ ~ 0 .. li: ::: 0 N , , d ~ .... '" - "'S- O 0 N , 0 , N , ~ ~ ~I ~ , ~!I i !i , , '" '" "- - - ~i ~ "- ,,~ '" ~ '" I I >< S >< II , II , ~ , ... .. Ii! Ii! Ii! -r' ~ 1" ..' ~ ~ , I . .... :! '" '" .... o ... ~R i a ..., ... .... Inl ~i ;c; ~:iB~ ~~ :<: ..J t; ~ '" ~ '" '" '" 5 '" .... :! ~ .. a 1 IDA CX) , o .... -q- o 0) o ON Zeo OC'Q .0 N~(j) _l1l-q- .- 0 .0 ._ (!) '- Q. Ol ~ a. l1l UJ<(Q.. .., on ~~ i b on .., iil '" ." .., '" '" on .. I ! !Ul ;S~el~ i ~ ... '" t;f f' ... :2 '" :! '" ~ 0 0 0 l/') 0 l/') + + + n n N <D <D <D l:! '(I l:! . l:! .. ~ '(I ':il ~ ~ ~ 0: >= - -.-- << --- ! --- :.. ~ .~ :.. >- ..,i ~. ,~ ~ .-:~ il! 1 ~ I i.!. Ii I It $ ~J!' ~~ ~; ~i 2 2 >l . . cl cl ... I Ii; ...~~ - ...~- 0 0 11 .. N , , ~ ~ -I $ Ii $ IS I i , , I ;i " ~, ~, "- ! Of---- .. x :.. '" ~. 0 0 0 ,. .. .. , I i i li! ~ " ~ . , !:' .' , , ~ ; ro10A I o T"" "<t o 0> o ON 2<0 ~50 N:;:::O ~~I.O ,Q=a> .c a. 0) xa.ro W<(a.. ~ e'" "" 15 -0 e .. o .~ ". t----- @ ~ ogj ou + z LOu <ow OJ !:! ~ 0: ,\ I, ..:i .~ Ig ~ " !i~ '" ;:; ... ~ o LO + .... <0 . , s :!! ::! ., ., iQ ... .., :! o o + .... <0 ri !:! ri ~ l'l ~ :ri ~ i i b ~ ~ ,,- ,\ >- '" ~ ~, 3 ~ I ~~ :a ~ "- " ,\ >- ~ II~ 'i~ .-~ ~ ... In! ~hl ~!~~ ~ i l'l .... .... on "'~ ...~ 0 l'l 0 N , N , , T ~ ~ I , ~ .. ~ "- ., ! ., , ,\ I;" ~ >< 0 , 0 "' ::: v , , i 2 i .' I .' :!! !:! T' !:! , !:! , ~ t':' . IDA 00 I a ...- '<:t a 0> a ON Zeo aCo .0 N~~ .....rol{) .- u .0=0> :c a. Ol xa.ro W<(a.. L. ~ I '(L -=-_ ~"" !_.-.- " .. ,::'( ~ o o + I' CO ::! , \ I '" .., '" .... :g 0;; o lC) + <D <D ::! .. '2 ~ lil .!;, If ....., >< .. .i "'S-L ~ ~ li: d , ~ J' ~ .. .,. v a I ~ ~ . r "- - - .!;, o:~ o:~ - , >< .. ~ , ::! '" ... Ii: '" :! ... ~ o~ o~ + u COo coz w -e ::! . 1 ! :il ~ 0: , ----r- >< '" ... ,.: "'a li: . i , .!;, ,,- t >< S I :! ~ ... '" ." ... .. '" '" ~ o lC) + Ii') co ::! . I ... ~ -- --,... Q. :i o " ... o ~~____ ['-to ts q i ~ li: ~ ' d ~ g ~ . lil .' , ~ , x ~ '" ;:!; R i , i .. <0 ;;; III~ ~i8t ~2tl~ ~~ ~ ~ o N 2 I ~ i ~ I lil .' I I w . OJ w a IDA co I o or- g 0> o ON Zeo aCo .0 N+:>N .....roL{) :0 .2 Q) .- a. 0> ~a.ro UJ<{tl. l" l~' oQ e .. '" <:> -~ " l ~ .. <:> '" co "- co <:> <:> "- ~ Ie <:> <:> lOA co I 0 ..... '<1" ~ ~ I 0 '" 0> '" 0 i b ; ON '" I i '" 2<0 --.------ ~60 :& llh N:;::;('f) ~rJLO ~ .0 ._ Q) Ene> -- i!~~ x a. (\J W<(O- ~ ~ "- ~ ::: 0 L{) 0 0 lO N o:t 0 + en + + r-- + 00 00 to 00 to to to 1'i !! 0 .. ~ 1'i !! 1'2 ~ ':;: .~g~ ~ ~3'S!~ ~:f , ~ . ~o ~ 'V'- ; , ~ J~~. . 0:::____ , 0 >< .. I ~ no S1: "'i i~ I ~ " ~ d ,. l? g. o N , ~ .; '" ;c- --....- - I >< --1 r ~ no n i: o N r II ai ~ d .il. ~ 0 !-----l .. t ~ ~ ~-~i.J:-----~ :tiC ~f i3 "J , " , ~ 0'1 o.t 0 "'~ 0 :V'l o.t :a :a I t ~--1- _ _'~T >< l' ~ !I .. , ~ I w ~ a " ~ ~ --- Oy",,(lIl,. ,Zl) )IN'YNJ,1NIVr; o --I ,,/ -< ~~ :(;;1 gh 3: !L ~g:.; I h~ ~i ~ l..:" J.1 ~ '" 0 !l, (:J a: (j) ~....,... --- )tCII:~ -_..:.-- ~i~~ 5~~ IDA co I o ...- ~ 0) o ON _2 <0 oc- N.Q 0 .......q- :::COIO :Q .Q Q) .c 0. OJ X 0. CO W~o.. -l <( 0::: o o _ n:~ -lli. ~ " ~~ ~~ ,,~ '" 0( :I: w~ U zz ::> ~< ~ tr.ui tr. ::; a~ ~ tr. t-I ::t. ~ ea: ~ Vi <r~ ~ ~ c( ~ o ~w x e :J~ w -J a::m I...... ~ ~~ ~ w g5'.~ a l.t..z~....., t- OO~U (/) ;CU~~ o Q.V:VlQ: ~~ (Og~ ~ ~'=OdI~ ~~t-2t- 5:J-t-;E:w wrt:: z(/};;(::;o~ cr~ 8~~~~:I: 'ffit:~ (j::>wt.o...<u!:j :f5='_ z...J~..JQ~~~~u F=<Ui-i~:S~ ~f.n'cr; ~~w;i~g~wg:n w :::tt.r.~>-l5a:::a ~l5<r~~o--'>-ou b.~ ~t;~(f)to ....IoO:Z-<UO<(1- ~<ugE~ti~~o:: ~o..3:O::J:z<(~zQ ~~~~o8[ts8g: g :::J 0( a 0( o <r -l -l <( 5: t rr r ~~ ~ ~.~ ~~ "'- ~ ';t ~rrl ~~; 1- ' o "':1l..<J ~~~ t ~ -:;-~ w Z o I-~ (f)<3 '" ~g w~ I- W 0::: o Z o () ~ 5 <..l ~ <xl '" .>< c .... c;: fg ~ c::; Iii w o z ~z-e!S ~.~.~ l! ~~ ~~ ~~ l;ll;! Uso !iita f;! 8~ ~~ (J) -l ~ 1------ ~g - J ":':r' :'A-(:. . --I ~ "tt. ~.....' .. ~~I:) () -'+---t--__+_ 0::: ~ ~~~+-l--. 4 ~ O~ . ~!ln:/...,1I If; .II o '" + IX) ------l I I I I I I ~ f. " . . . . . 'H~~ '8 -.--_._~ ",- .... ~ o Q: n. n. 0( '" o "- :;; ~ i i · II i~ ~ e~ ~~ ~~ ..~ ~~ l~ e Q: w w z <3 z w g " " $ ~ . _I.. .~ :$ I " . ~ " a I IDA co I o ..- '<:t o 0> o ON Zm ~50 N:P1O ~rJlO ...a._ <1l 1:0.0> >< 0. CO W<(Q.. It If n ..,i!' ~~~ v>"'.... x...... < wo::'" ....J l>! >- ....0....0< <::>:I: I-Uo:: UQO ~z, 0<0('1.1 . g:~ ~2 :::f~~d <;!;;<z Via "'x w"'w l!5~g~ b&~ . <xo~ o:::o..W(I) I- '" ZO-o:o:: OZI-W U.c(V1Q.. w n. >- t:. w U Z W .... I- ....0 Vi o z w .., '':'::l <.:l ~ Z (7j 0:: <( '-' z :r: 0 :l.. ....0 <", Z wz u-o: <( z", ...J ~.... :l. 1-0 ,dn. 0 "'0 I- J::: =0 I- wz Z S':-= 0 ....!!! <.) X I-W U Z ::>0:: 0 :>:0 I- (7j ",t/) zw 0 OZ a::: u::i W ~NOUY.lS HNI7JUlYH --=-z.........,.". . ,GO. -.' J'hI~ . I I " ) ..':7- <L t. , = w '~ -I- W U Z W .... I- ...J Vi r - ( J i\ d I I r ~"-. " ). -- [ ----- , < ,- <:: ..:... ~.. ~ /JS'+6CNOUY.lS !1NJ7JUl1?\' I' I I ,I I I ~z-<:= I '.0)1 a.1 TtIt:x , I j I I I I '\ , I ,I I I , II i'l I ~ t:. , i I w n. >- I- ~ Z W .... I- ...J VI l- e ::> 0:: l- t/) Z o u w ~ I- W U Z W "- I- ....- Vi I- U ::> 0:: l- t/) Z o u I I . I <Il W ....0 < CD >- -0: :I: ~ ~ i 1 ~ b ill~ ~ni ~f~ :~ I I :I ii r...: 9 .alp" }r,~1 I ~~ !' l.~__,_ H',,~ n ~ mm~ g ~l ~S I i ~!i I Ir .. a , IDA co I o ...- ~ o m o ON Zm ~60 N:;::;m _roll) .- u ..c .- Q) :C'Ci0> Xo..ro W<{Q. -' /' -' , / -' '-, -' It ,..-/ . '! I'J I I I I ' I I I I ~ , ' I '. I I \ I I t! z w "- ..... ...J Vi ..... o ::::> ~ <Jl Z a o I -' vii -' : / " I. . i : :! II Ii : : ~ ! --+. .i ,. I i I : i I ~ I I! ! -! i ~ t:. w n. >- ..... w o z uJ lo- ~ '1/\';' ~'I'il: · t ;i I :j: -- " I I I I I , I I -=-Z~ ~~ .1(, I - w ~ uJ 0 Z W ... - ..... - W ...J W "- Vi n. >- >- ..... ..... ..... w 0 w ::::> 0 ~ 0 z z w Vl W lo- Z l0- a ..... u ....0 Vi w u z W lo- ..... ....0 Vi o Z w (!) W ....0 l -d (!)~ ~:i ~ ~~ ;i ts~ :0 ::l~~ "':::::>:1: to- (.) ::t:: ~o~ I-~~N o 20 g:~ c(- ~~~g ...:2:;...: 0i8~~ Ct::rJ)oz 000_ ~ a. Ct: . O~oe ~a. ~(/) I- 0 <0:: 5zt-w 0< (/)a. ~ / ill ~ ~ni ~f' ~ ~ I ~ '-,.- " ~ A i lOA = CO I a ..-- '<t a (J) a ON Zm aCo NEt--- .....COl.O :0 .g Q) i:&:W ~<(a... lOA 00 I a T"" ~ o 0> a ON Z<D aCo .0 N:;::;oo .....<ll1.O .- 0 .0=0> .- a. Ol ~a.co W<(a. il , .L!- ~ (H. . i'i !~i .~-~ fi' ~ I " , . ~ f~ l, ~ i . , i , ij~ l, ~ ,jt~ I ..1 I @"'l .t Mal ~ I!: ~II is mi ~h \ 10; l~ "=I=I~ I t \ ~ ~ II I . I ~ i I '" ~a "', !.j :: ~]5 Z ~ if! ~ - .' .~ I ! ::i Ii-I ii ,I ,_' : 1. ~i2 .. ~ if ., : ~ .F ... I I~:~ rt ; ~ iA ~ gj b1r · d}' ~ j .: .. i ~! )I . j. ~ t " ~.! ~ ",1' :. . I' 'i j~rJil!!~ . Ii l ~~ J' ... . ~ .Ill ..f. lOt . .J '-':'} l!!~ Ii i: t! ,litl1f .' . . I! ~ '" 11 .1'1 . !!! !~ .1 · ~ I,,; J h.l~Ud~ . d. '.' r 15 .ft t :; 1 z ~j . .. CD ~ . ~ .. ftl J i- li I !! u H g ~ i - , i., : i ~~I::H~ l!.. ._, .to.f~" t' I!i~ ~ ~ .. ;dn · ,\. ilrl! , i ~. i It II'~~ ~ ~~ ~ ~~ ~~~i !i -i If Ii It d II B . ,'J ~I < !l n !l . h n H!I Ut'" "1 fA ." I ft-. , l' a . i . l . 5 . l-~ ~ .. i " . , . 5 ~ i i j I ; I, ~ I ~f ~. I-.--~- :!&~;1:!~ ;mH~ ... . , .,,~, J I " ~~ (~~! I~..~~ "UM 4"'"~'J I .......04.' illal i d- i if J ~ I ~ '~h~l! I .... H ~~ ~ ~ i Ii_ i .!~ ! ~H i ; . ~ ~! ~s ~ d~ I ~ J!~ I .. J I 1... - Fi' lfA ~ I ! I;( 1.1 ~! t I ~. ~ ~I ! - !; -j l~a 3 il! ~ k\ HI j i~ ~ Hi ! ~~ c! I I ~ ~~l · !I~~I ~d ~ ......1', ~.. ~w... ~ . "'.! B : :~ . ~I I I .-: ~ i:::~ i . ~ ! 8 . ~I ~ M J,! ~!~ : j : ~ < ~l . r\ . ":J. e 01 : ~ d ~~ . . ~ ~! ; i :1 h H ! f . f!d lht " - ~ ~ 'll l@{ Jt! li't :'>J'~' t ;;; to- f ~ 10:..';. il . . ... .. .... CIt . ,I ~ $ I C5 ~ , i ) ~ ih ~ 3 t?t II ~ ,1 '! jJ 3 ~.... II ~G . /.II;r; I!! ~:JJ. tE . '" :.... ~ U i.~ ...~ .....,..~ . ~i' -";,111 .,...... 1.......0 ~, ~~~3 ih! I ) !, .rl~ !!r ~ j~ ~~ i I I! I n~ !c:di hi! ~hWI m! I H~~ N~. P, i!l}= ~lili i t~ I \-.t ~ 3 t Jt ~ftr ; u..l~! 'ra.." ~"""I,e~J::s 4~!"'~~ el!~, ~ t I I t,_ Ii It l' . ;i ~i ! .i 1] tt . 'I Hi IP ~ J! 3Aa ,-- ~ ill ; !' s .: III 1M ~ ~ j!! Iii I "'~ -It ,t J ~i ~ :~ ijrl UJr\ .. ~k A I A~ l~ ~I 'l!~ ~ ~~ l!J iI~ ~ 2'" -.;~ a I! ~ ""'1o,lI. ~~ i~! is~ I~ ~~: ~;i l~ ~~ ~~ i~! ~ll: ~ l' ~~ ~,j~ :5 ag ~~! .":: ~~ ::... ..., ~~I ~'!":t!i ~tI l!" ~i.. ." ~fI! ...1 $! tsl~ f. ~i ~i iA ~t;t~ ~~: ~ ..; .. I . to, . ~ '"' .! I: Ii Ii- .~~ 't II ~J II .. " a i. II w ~ U 0 gj w <i' u. :r: z ;C 'r") (j c..:l LL ;::: Z 0 ~ Vi Vl ::0 (; 0 0 Z X t- Z U 5 IX Z [Xl <( <( :;:: ::;; ~ N ----1 +l co <D + O'l r0 "' ! II. , >' .: " ;, ~ ~ ~ ~ ~ <#'~L...--- _ 81 ~ . ~ i I ;.. 1 +l ro + N r0 . , s " r ~ " ~ " z it i :;: , d ... .. o <#'15-- t.J << ~ Iil , J :., ~ I ~ i .... 3: z 0 a: ~~Ow~ :=0 ~ ::j~~~~~:i . ~~5~f-5:W~~ Li~wo~~~~~&> o~~~~bfZ~~~ Zt-::l(/)>~""-JI,/)Q.. x 3: w 0 ~ :J <( 3: :r: z ;C i<) (j o LL ;::: Z 0 ~ ill (/) ::::; 000 z X t- Z U 5 IX Z lD <( <( :;:: :::;; T ..... 1 ~ N ---1 +l <t <D + .N r0 s i :i ~ ~ :;: -~ ~ ~ ~ . d :;;, o <t'~r---=-- t- .;' .; '" ~ ~ I o .. , if ~ ~ i a: ~~8 ~~~ .~ wuu~ Oa;(Ln J:8a~zZ~z-8 ~~~:~~~g~:g wl1. mO..........x:u...JQ. 5~~o:5So~l2~ 20-0..-><..:12000. ~ ~ ==1, . ~i~~ __ -L, ~ ~ o="'o '. 1;:<r. .. ~ ~l hr-: ~ ~() ~ , . x ~ ~ o N d 1;;. <#'a~- !i r ~. Iil I :t iI1. ~ ~ ~ I i - . ;..J ~~. /; ~r'--~ ~~. . ::> U : S I f lil , ~ +l r-... CO + N ( O' ~ ~ I ~ b I ~ h ~I fj ~~ ~ r o ... u ~ ~ :;: ~ ~ I ~ lil i' I w . a i IDA co I o ...- '<;f" o 0) o ON 2<.0 ~60 N+:oO) ~~lO .0.- Q) :Eo..Ol xa.nl W<(o.. I I I I I I ~l! .j~~ ~~~ ~~~ ~~!iaojl~! !! yy i;~~~j~ '~i .~~~;~ I~~ ~wi~~~~I~:~~la~ ~wl ~ .~Ii~ifid[h.U~"~ ~~ ~ ~! uwu ~L I 'ff '-"I ... , ~w ;~i ! I;, i~ !a :!A;; in i ~l! ~~l. !~~ ~j: .. g~l i ~ij" I~ i~a Ii.i - ljia ~ ~25 du afi i.~ 'I! ;lj ! 5R::. j~ . U~ 3~~ ~:g i ~~~ 1Il~li !l! :ll :!& ~ l!~\j ji r 6,'& i~li ~~~ w ... E I~ 5 i it !It . ~Jlw~ I ~~i !ij::! ~~:lI I,,! J . ~'! ~I laI iSX" ;I~~ !I i1~~ lid ;1: li~ ,.~~ J: ;\j~ inl ~~~ :i~ t;; m P iU .rh M .lii!1 ! ,5 ~ .. ~~.. ~ .. .. I I I I I L_ ~ ~ ;> ~ " 15. . t>1 ~ ~ ~~ ~[u~ ltf! ~~ ~g I~~ FiJiAi 1I~ Iii I I ~f ~ il 5tf I I '8_ I ~ I IL _--, I I I I I~ I I -1 ... ..... ~ .. .. ~ !'~ x~ 1l!~5 il~~ i?!, _" ~~ ~ ~ =~~ g~ li~~ wli..~ .::l5a~u R'i't:ll !i(".i. ~h- ~tlm Jll~" ;Ol" u lii~1 mb !l'. 11 ~.:: ~ ~ lIlJ . is i!~ i1~ ;: g~' . Ie l ~_l.~ " !!o 2 u~;a ~~ IWS~ w III-it: ~~. VA ~ i~g!t "'~, ua~ . lj; I .~ 1010 ..~; gli~ ~~I: I~~~ \.. 5_~ ~ tl::'8~='.1 ~!illl:~:=;; 3!1l~!lt~ . ~ ~I::,r~$!i!'l .. .. ~ eggl!lO~ . ~ t~~~~!a;; ,"%z=i'" .I'v ~ib!:iHii' < :g~ - . ~ · l' [ I,c ~ ~ II~ J~ "~ = I l' ~I 1")1 i II ~ :: *~:: I ,10 !; ~i ~~e~l~ 'Ill~l ; , ~ I 1$: 1$ l.h,,, IIt~ll~lII~ W;H~ E~t . . ..,~ i,,;'~ I ;j~1~' ! if " H Iii ~i;l .lI~;! i5:i~JH ii J. . Ill' ~ j . 0;1 !. ~~ ~! Il'~w lOll! ~d~ 3~ i ~n~ ~~ ~. I w . ~ i IDA (() . a ...... '<t a 0> a ON Zeo aCo .0 N:Pa .....('(leo .- 0 .0 .- <l> .- a. 0) .c a. ('(l Jj<(Q. i ~ a " ! , . ~ , ! I ~~ :s ~ ~ s ~ - .,..-.-t.. . . o ~ll ~. "0 :~~ .tj..." ~b~ ~~~ !n~ ~~ ~: ;~I: s~~ ~8~~ 5...~ i~~ ia3 i i:!i15~~ ~ ~kat;;! ~. ~!~'S::.,; i!~ iOu~oz .~ ~Ui;~ ~ I: ~~ !!i~ if =~It~~ !i ~t:>.i3 ~- UI:I~o~ ~~ ~oit!ilg ~.~ ~ he~~5 ~: ~lo.~J~~ 'lI:~ :z _ :lI91551 '" _0-... -I . "I b~ Ilr I ~ r;' g Vb I Ie - - ;I'i I. - - - J!M r- i t~ <C .t-.r <{I <rf 01 ~i tl S f!~i! l.qK j J .' :bin~ Ij!1 i j ,,!;il sD ~ I- ~ i' I ~ u ,i.. I ~ I :>" .. II . Ii ; ~~ i~llf;!: <I .j ~ 1.1 r ~ ii;!H,'i. I .If. r ! ~~~'~:.: lOA 0> <00 "- i " Ii (i ~~~ ~I~ ..h ,s ~. i . ~ a I Q) I o ..- "<t o 0> o ON Zeo OC'+- .00 N+:i~ ~~eo :9=(1) .c 0. 0> X 0. m W<(Q.. \t ;j ~ it .. . e g 5 ~ i;! ~ " ~~ oil d !;J:::!\ ~ :.. "- Ii!!: --:.. .'.:"~:":1 ) ---- i 12ii lif ~;i$ r.g u!i~ & I i ,J -' ~ o < ..... :I: ..... a.. ;;: ~ i r lz 01 : ~ ~i t;;< .....t; /Xo II- U ~2 ;;:z o CU z ;::'" ~~ w ~ 8 ll' tf~""~ -i~~ ~~~~l<i~ ...,~ iJi 3: R!,J~~I;! ~,;~r>ia ~~:;'Lf ~:ils!;ih ~~ i b : = ~ ~ w Z ~ ~ ~ o ~ ! . II Ii .Q B~ ~~ il l!i.~ id ~.. Ii E' 5~ ii(~i~ 1~~ll ~ · ~..r~Jti. !h f~"II'.. ~:!}I ~ I Ign~ ; t S !v! S~~ 11;1;1 j i ~iiilM ! I ~h" ti rll~ !j ~ hlrig9.3 i g i~~f;d !i!Clae f I ill~ldllll 5 e !'l!t~U i=! ~, j llilll:!' 1 .. ;~ti~;i .d~~~. ; 2 dD~1 JE ~ ~ :il~F I' -lil-~i " , ." oQ. ~ - 1!11r'!l :.illl i : '!lilll! I l !li:I!li i!lid := i li.d~i~ ~ i il~=ii~ ~.irl~.! . ~:;!tl"ii; I ! !ilii~fJ~ ~~.!~il! ~ ~~~I. ~I~~l; ~ .1~~fa5 !~i~ If ~ 5.. l~i ~lll~~; K !llit~lli!IZh:: IW !xJ3~i~i: g S J ~t ~U~!i. d i Ida" dll · i dl!~!I.I:'i:; ~: !I !!:I~m~! i: j _ ~ (~i~! _1I I, J!~ ~I~I~ ~I - ~ . .. ~r,,~n:~ ~ i I I I . I ! ! 7- a a <.:l' ! I I I i ~ ~ ~ II~ i ~3 u ~- !!ii ~;:~ ':! .. ! .. I " -.. .. IDA co I o ~ "<t o (l) o ON Z<D cc:...... .00 ('\I .- ....('\1 =:1ll<D ,g,gdl ..c: c. 0> XC.lll W<(a.. IIi i~ iiJ ,so; l~ "-8' .It~ ;;'3 -" Iii ~ ,g = Sl - gq 8 e.u _a... g iH! 1- S.; oo~ t5"'~~~ <.> .8~~ ~H '!~I ..,~." .!!fl! .3~.~ ~e ~~ ;);" ~<l ~~~ ~!! ~H ~ ~ '" ~ ~ g ,..... . ....3:0. Z<<-ao :)"".~ 8~;~ <<~%I.L. tal:! . . 3o~=! ~... (JII)"::t f-- ." C ~. i t='; ~., .Ii. ~. ~,H 0_ ~;"..J ~. ~~ ~ ~ en f~;8 ..;: . . iIl;f~ :j....,... i; ~l> a . -'! " , c~ ... "I; i-' %ci-::i' ~H ctd::l ~'2 H .: a; G! :;;. = .. " ~ .,. i' it ! ga. '5 ;;8'li j"g"co .g sf!~ ~ ~H & ~Hii ii'l ~i ~ U ii~~ ~.5j !!~~ o.lii:I:2 !~~ ~:;l ~li "'!l~ .l!B 1-3~ ii! Ili - ~. c:.:J l;;~ 11" :i8~ -I 5:0- ~fh IH~ ...:: "nla !~ ~H 13! ~~El rl~ l!'.!!; I"-c IISg.~! ,sh .'" cs .~ "2 ll-" 0.0 ~ ~~ 1'0: ~ ~f ~;:':... ~ co ~ ... rr w " ~ " ~ is .. c .. f '0 ;! 0> ~ ~ ;; ~ B ! r ~ - ;; 15 ;; fi z. -; f !? . ~ .". ll. ~! cO> <.;: 2. H !?i' 8;; ~i~ ~~- ~e.2 c2 g ~.= 'c~ S .. i ~.! ~ ~gi :ij~ ~! ~ ::~ .~., 01 ia~ ~~~ H." , c.. c ; :..g I liH' .~;~ ~:i; ~ ..~:! '~:J U~ ;.:~ "" J . j~ ; n"=' ;:: iti~ ~~i c me" '''I ~ai i~ ~~ ii dl:Sjl.; ~~~:;:2< :&!~~~~lj '" ..J o 0: .... Z o o 0:: W J: .... e ~H~.~ .It !; tHl:l5 BPBh tJ) H S~5~~ E :: Hh~ HHjj~ ~ 1!~ 1!i~~o. 0 ii o. !'!~%e~ ~ ~~ "'~h! ~. 'E :H~-t' ~'!:.u~ ~I. 11~A5 = ~~~. cE~-S v ~ ~a!f t f i~.i~- .a~:iU ~ ~ =iili- 5 u l~&=~ ~"n_~f-.ll~ ~ i! ~~..o.5 (1.) CI '0 .J~a ~.~. g ttE IE':"2"'8 15 a ~~.tsE !t~a_",~.. -' j!,,~ -.~z ~ u ~"'l=-~ ~-:'R.!.,.. ~ ~;~ U.!!E} ~ ~~'lIH f3 UjiP 0;( l!r~ ,j~i.;; i ~ iUH ~ iHi o~ ~ i;!i Ii: i_I ! B 1l:'.8 U ~ ~ g H ~ H ~ ~ g ~ U ~ ~ i ~;'i td ~ hit t! ~ j ~~ !I~~i H L ,t~hil ~ fiBtl1 @ 5i~ .sHd ,,;; I ~ JHHH g 1~~15-,,:i ~ ~~. 11"'_.. - lie ORU'h'" .ln~" ~ il~ ~:=8'~" -. 1~~l!g''''J e ;a.~~d : s~~ i~ih~ Ii a ,I~HH ~ j~H~i ~ t~~ !:ii~i U j~ l'Uilil ~ HiU~ ~ ~d 8.~~l:1~ ..! J~.. ;H1;Il!~ ;HfU 8 lu .!J~~lfd .!15 z. :r,~l!rH! U.!JI~~ I- iFhp ei ~~'8:I~l~d ii~~ J 151~1I Ill" jI~~:S!lhl:;i ~:iiJrigj iif; J ~ in ~. e~~j'B -- ;c~;~":5 ~ ~n;tiiJ I:R! ~ !lhn 8. U if ~ijHH! n:,. il-@. E !~~ i" ;sh~B -~ Ul~'s<>'~c.ill 3!,~ - --- H.lfU~H ~E 'f~i~5'~S~h~ .siliH.!i ~ ~!~ il !il '" .. ~ , ..c "'"2 E ;eiol i 1:. u~ ~ . H~ Ii: i ~... ~ ~ 8 ~~~ . ..;. ~~ g ~ i 1'D~E . g 'fi -" e ~ Ii : ~~.~ - a .<li"'" 'it " O>-~1i 101 Hi!~1l ~t:!~g~:~ i'~i :'7i.a~~ ~'H~!'aii 8gS:~'i';j. . 0:; .. - - !- d: i [ J; I i I :: ~ j Z f ~ k 8 - :fH~H ~;! b-ll: ~ c. e":' i-ii: i: '~sJ;! r .~!!~'lS ~ . 6.!tlS - ~ Q. :~~~!~~ ,He'5,;'g ;,;i I~~ -.. c -,g 0_ i1i~i~3 - ;ia~n~ ;: ~ ! ~(Q .. '6 2' .E ~t~!.!=~~ en ~~ ~i!fl~~i is ~t .t!!lii ~q e: {9O e:i ~ ~ S ii-- 5 ~o g:-:,h!a o 2 ~;i!~~~i W i!. .. . :: -= e >>- _ u;:!~a~!.o :~'j: li'ii~ ";..s~5~ ~~f~~; . g.;;~j!-5! ''""".lea:&' 's1ii~.d ;!:! ~i~ I ~'8:lIli ~ 8:i~i liE- 'titll a I!! . ~ :'0 I nEn~{ . ~.':&'l:ilg. ~ li ~ ! .r; ~ .s lIS ~ ii:~ i~ c: 8=' Wt a,s .2 i J ~ ll.?? !5 ""'0 E e~ ii ~''I;g'~ '0. g2l~8;;15. liS ~~~'S!.~.5~ :a~ :1 Ot~ i~ii J,., ~ :a~.B:i"i'1., ..../!'Uliil! ~'~l!;~~!:; .~J~.~g:~o i..~~~~a;~ i~j!8~Ji~1 . ;.8 ~l J1 w ~~ ~ .2:- "'1il ~i ~ .. Jl~ _NM ....110.0,.. H.U " .~o Gi Q"ilS; = .!~11 ~~lifi . ~'"5;~f U~;.. e~ ...... ~lII~l~ !fb,X€ 2:c.;~1ifi '2 c llfj ~ li"15.E g~~~! ~ i-a8 ~ !~g!;i ~~~i] l>~H~ J~€ge ,i ~ '0 ~1: tIl ~JI(s~ ~ a,g l; ~ '0 ~,!.II 3 !~-r .. ~!I"'ti l> . .2" o.~ ~'Il-' :aE~si ~ '2 ~B; ~iig~ ': Oi~~ gli.!'8l1 ,i;; g;~ ~ J i: ~ c~:;O.1:- !~-.si~ ~ lIIlI &_ & E" c:~ E llIl!ii:JI ;0 ~ i t i b ~ ~ ;";.,i:: ~St =t ~ ~... :j3 ...~ " .. ~~ ~ =-t ~~~ g c~ 0-; 't ~~ ~ ~ ~3 ~ ~ ... i2 f '" ~ ,~ J::<:> ~ :,:"" "''''It 8~~; ~Q:: ~ I;:( :l~ i j 8~ ~ ~ t; ; 11 ! I j i . IDA co I o ..... ..,. o en o ci Z oc:<O Mg'O ......l\'l..... .- 0 :9=Ql .e0-0l X 0- l\'l W<(Q.. ,g (5 l5 J!! u 'ft ~ '0 0- "" c .. .2 .. U ~ ~ Il 8:8. t fI) j ~ ~ s lP r~ ~ 11m iH . iH ~ i · "~"..""'.. ~ i i ~ t -I. ~ ~ u ~ C h III iili ~;. ~ ~~ u c: ~~ i i ~ : 0) UJ cnti .E,g ~! j! ~~j;i~.8 .u ~I'~ 2 ~ al ~ "C l :. ~I ti & '6 ~~ en ~ ~ '~!15 ." ~ ~cJ:g ~ ~J "8/.2 .. ,d!8i~ .CI) I I I I ij E '6 CI) .. .~ ~ 13 to &: .~ 2l ~ ffi .5 2.f '~I ~ ::0,- "Oli ffil ~ c'.8 01_ ~i! '" ~:5 o 8 ~U c l! o Q. Oil C fi III C E .. :at: Q) '(i C/) E -gl~ m 5 .~ ;;;~ ~ .~ I~ . .... ..15 ,!-'= ...e , <b .. "" u .S '" .,; '0 "E ~ E c; 11i ~ C> C ~ :g ~ i 'fi 11l ~ 10 to .91 1ii '2 ~ 5l- s, .. .0 .~ e ;; to .. E g$ H. <8 'ii " C .. C :O~ ..:> ~ " .20 ''"is .86 ~~ ~a ~~ ~to .2~ " .. ~g UO; 1Q'2S E';) <& C o ~ " to 11 g 8 1l 8 ~ " .5 '0 E '" ii "" .. .5 >= .. ~ o a! .c: 'h ~ ~ x. j :c '" ~~ 50; 2'~ ~: ;:1; '8 ~ .~ o c 0 0)(0 .:: Ji= ~ o E !! = .. ~ i- ! C .!!l ~j .!!.. C<b "3 ; 8 ~.!i !~ 2! 0; ~1! H. =..,. "5 -(" '" " c .. r! .. c 'i! 8 0> ~ ! i ~ It) "' ~ I E 3 j ro ! ~ =0 '5 D 0. _ ~!:?! i i[ ~ :~ I ~ I i - ] ~ :5 :l .8 ~ -3 ~ ~ : S ; i ~ .~ ~ ~ 8 ; 1 ~ 0 u .2 :2> j ~ ~ is "0 a i ~ .~ ~ 'CEil .~ .8 i6 E ! g ~ ~ jl~l't ~ 8 m =>> .. I:. > U ~ ~ ~ om ~ .g .c i 0.. (I) ~ :t .. 1ii a o :s. Q. .. g .9! ~ Jl "0 ii ~ " i ~ t 11 C J! ,!! " 'C .c <! .. .5 "" .8 !~ '~ 2 e CJ) ~; i ~~ ~ ~f :ij i'! l _" "0 ~~ ~ 0.[ ~ ~w i .2 ~ E ijj-:i; !. ~~ ~~ ,- .. Z~ 30 ;:- ~~ .... ~l .8 ~ "l" .. E '5 II g- 1 '6 "0 C .. ~ ~ g ! i K .. 2 ~ ,S; l' g -g ~ 'C .Ed ~~ " 0 'j;) a: ~ g I-"E . ~ '" :r: "0 Iii vi -g ~ ~ yj o ~ .. ~ .9 "i i .S -g .. 2' h ~2 l!!C> ~~ ..::l I-.c 0> in a ~ ;;; ~r- ~ '0 1l !:! E .2 8. e! .. .s '0 ~ -( c i '" .S; 'fi to .. ~ 'Ii .. "0 .. E ~-g !~ 8.~ f -,: ,~t log c., ~;. m.o .U C Q) -Ai g- ~8 E ~ .;;.; 8. ,! is .5 !.; .~ E : ~ ~ e 8 ~ g >- tV & ~ ! ~ ~ j ~ 1! i ~ e (i g ~ ~ Ie "j Xl ~ ell ~.ffi ~ :; ge ~ '- R ~ ~ ~ g'~ ~ ! S (0 ~ I i ~! ~ !! 'i _~ .. "' j ~ ~ (,) 0 .2' ~ ~ 0 .. "' . .. .c: ... .. Q. !! "0 Iii ~ ~ E ~ vi c o 13 f~ ~~ u '~ ! g~ r~ =~ 'j ~ B-2 ~i l!'1 ,2'QI "O.c: c- -;g>> C'';:: 0" :E~ &8 ~.e 'i~ .... H 0'" ~~ ..... .2 c' t ~ ~ ~ u ~ t ~ E ~ !i .. iii ~ .. ~ .~ J!j 5 'g l ~ E ;Q 15 .8 i 'i, h i' .8~ ~! -;; Q) ~ u ~;; ~ !E -~ '6 l', g 16 e.",- ~~ ~ g!~ ~fj 'E "8:"8 0.. ~ GJ 5..! d: ~ ~,f[E '" 5. -g!~: ~i . "8! ;igl 0:1 ~ ,: ~I g- o. ..* ~~ ...2 .5~ Ell e~ g.~ 'c III 'f! Il ..-u ,2: ~ ~~ ~ ~..: '" ~~-2 ~~o ~E~ 0 ;: 5l-~ ~ .e Xl ~.-'8 .. eo 11 i 0 ~ " :ij ~.!; E ~ ~~,~ .s ! '<6;;; 6 ~ ~ E"')1 0 E "2,6 <ll Z ~ ~~~ ~ 0'.. e ~ l!s ~ '~~i ~ il'il I; tl .. .c: ~i-g i ~.g~ - G;jiJl i g.g ~ ~ ; %Gl t~ a. ~ == 'UJ'':: ;;8. - g ~~~ ~ig g~~ e~~ 2liE ,,~ ~ ~.. ~ r- I'lt~~ .h~ E,~M ~i.1 'i ~ E !'~~ o.C.c: ;'3i 6, a! 11 ;1:5 '~~1 ....9.. ~~,~ iH .;~~ sEll H~ ,gl'l,~ ;i ~H~ I Zl5.iSJ j ~ S.gi Ig ~ 21 I ~:!~! ! !! G.i-g 8l ir.ij !! ~ ~ -ei ~I a.'L 10 lQ! '_I ~';~il~ ~'O ll;;;Iu.., ... ".c: ,91- , ~"2~ AI.c. ~, ~ ""': o ~ i' Iii ~2: ~ ~ ~t- ~';;;; !i .0 .. e="(i ~!! !I1...c :0 W.!! $'ll~ ~~s ~je E E ~ h1! ~"'.. !lIO" c- .ll il;_ ~ 8.~ ~!~ "c.si 'Eo;; ~i~ c"" -- CD.a ~5i go", 'D:5 :' '!!!i= ~~ 'E~ 010" ..3 Hiij ~ ~~ll," ~~~ E ~'E g '(ij tL~ Q a.. ai 0.. ii~ !!'~ ~:g .~ ~ ..,,,, O>C .0 .2 OU cs H i"; =~ ..~ u~ .n; ~~ H' i'E 5~ .,... !'Q h c" f,~ "0 Ii 1iig- "l!a. ;:.8 ~~ ;:8 ~~ Q) Ui wi .c>-co _" 0 j ~~ ~i~ H~ llu;- ~E~ .. "is ! -6 f1 ::; ~ e ~ -" 1S Q.U) .0 g ~ ~i *{t ~ c ci'l-5 o~ "" 3..E(J) iDlJ -i1 ~ Qj i ~ ~.... ~ ':5~e'~~5o ~ ~~;f~~~u li ~ a e~.'g....... ~ llW ij ~c~g;'f is g EZ .8 ~ ~ i~' s '0 .. .2::l I j'ii~>< ~ is ~ -g .~. i tv ~li:ait ~ ~ ~ i i~ t ! i i I r~ ~ i &i~~-~ i I I ~ ~ ~ ~ E ~ ~ (D.!!! i ,g ~ .!! ~ CQ1;16-- , i ~ ~ I~JII :>Q.=>:;( 1! ... ~ ~ i ~ . ~ a t!t::t; '" ~~::i "'( ~~~ ~ ~~ ~ g ~~.... i:i ~;;: ~ ~ ~~~ ~ )..-JClC a.; ~ e t' '" i' ~ ft hiUt i ~ IC! I ;, lit ! ~~ ~~ r.~.;_ ~. lI;l'~~;~il~ t;1i;:i I~ , " ~ '" , ~ ~~ ~ ::5>: ! l ~~ X S ~~n R~ ~ ~~ . :s t;. -j !: t I ~i i I' : jJil ~ I ~ ! ~ IDA <0 6 ~ v o Cl) o ci Z oem M .Q'O .....CON :cgQ) :c a. en x a. ltl W<(Q. -"<<1- It z ::) 8 ffi :3 -'"' o <> l 'J:' ~ ~ ~ 'g ~ c: .t; (5 ffi.8 ~ ~ ~ <fJ -'"' 0: (/) ~ :8 ." ., ~ .. ~ :;;: u .. ., .. =-8 ., " 'i~ -g~ ..<Xl Cia; ~~ .~ i 0.<: .. 0 ~z " '" ., g li >- c: " o U ~ "0 u '0 w c .!2 ~ w , o 'S " i5. " '" .5 ~. ,,"- :n~ '6 ~ 130 H aa i'E E ~ &[ h E~ liL9 ~l "0 c- " " g-;:; '0.'3' ~.~ JI 'g.~ ",3< epg =..2 0" -;;:5 it ".. ..s;5 "" c.ll w ;3~ ~:a'2 1ij,~i 'O=~ "..w w-" ~~~ !'~E ~lU= ~~g '!I~ Jl.." ~ i ~ ~ii~ "'~:g ..-" gr~ ""s'C ,," c :2i: l:!:g" i.~] ()~~ e'" ~iJl j~~ ~ ~.~ ~ ~" .s ~ -0'2 i ~c~~ :Q!:g~ ~ ~~~ :J17l.E "2sl-g " -" 'Et)!!U/ ~~~~ ::.U.!!m Z " i .. ;:; ~ ~ H U~ .9l~ 15'" ~.~ :; E !!>>- "c -" .1lI 0 11- H B!l- ,,'ll cil. "", 4!;! Ii;: " " .~ ~ .5 ; ~-g sg ~i .~ .. ~1l ...Ii Ql~j '~l'~ ~~iO' ~~~ ~ U) ~ (/) " .0 " C !i(tJ .~~ " . !!iI; ";0 CJ:= S~ ..... - " j~ ..'" ~t E~ .S en 0..(1) ":i" ~ i! i I 'j i [ 'is ~~~ ~ :~S cu ~O~ ~ ~"~ .. ~:B = &. .!2 ~ 8. 11 !3; a ~.~ ~ : ~~~ i ~i~ "2 ~~~ : 5-Eca fJ ii~ ~ ~H ! '~.~g ~ ~g! ;;: j ~ c :;; ~. .. .~! ~~ ~~ .... &.f! ~" ;:" "" ~~ ,,- ij o.c ~~ va ;:c 0..Q ~g B~ "'" " c E .. H " " iill Eu E !;! 00. ~ " ~'" fo "" :5li H "" c" .... ::OE !! " 'li .: " " " ~ ~ .. '" c a .s. u "..'" ""c i~:~ 5~ : 01'0 :- .5 ct_ -geo ~i~ ~~'6 :18 .~~~ ~~ ~ E :lCo ~ €a:: ~ -..," ~ j.li 1 i iji '" _~ 11_~ ~ .sIc co ! ~ .~ ~ fQ~~ ~ .1;,., 5 '5 ~~8 '" 19"1> '0 &~~ g !!2!U ~ ~E.~ ~ -g4ii6 ! S;iJ:=i i ~~s~ .2 S51'~ ~ I> ~ ::;; 0. = '" ~ o 8:a.s&> l! ~ ~ '0 C .. ! .ll. e ~ ~.; .!!'" =~ .1!- tl _.!!l'6 iigi e,,- ~8.~ ~b~ ~~~ ~~[ ~.~ e ;g~ g ,jj S! g> :c "0 u " ~ e 0. ~ ~ "- 0. '" l;; " ~ ~ ~8 a~ .. .. ~.o !~ "0 liiiS "", j~ i~ "" r~ _u o..llI J1c " 8 i~ "'e:- ~:~ lli ,,> ",,, ....5. Ii- c ~ go c " E E " r; en ] o " ~ ~ .. '[ ~ 0. .. ~ .2 'lil "" o 0. 1!! " .0 j ]! I> ~ o :> o '0 !q<D '3-" "'~ 0.11 u:::: 'x 0 00 'ii~ ~E E~ ~~ >>-~~ g~~ 03<'" o~e "sg "'jl" '0 ~ ~ :Eo H~ !i 0.... 8~~ "'8: .~~~ c....u.. " " Be:S ~l!-g ~ [~ -" g1~ S =_0 ~~~ ~~!' ~ U) 5 O"~u ~;.~ i<iS~\i oEu ''5J .sECt> .~~~~~ 1 (Q ia,g ~ .... E !i'" 0 ~.g~~g- l!l !iN is ';;; o 2;o.g..- ~ S 5.~g.~ ~~~s~ !! ~:b 1i' Ii:! s'l5o~?ii oou. C"~ '" " 1J ~ E~ g~ '6.'5. .. 0 -" i~ -c .. 0 :S~ -." ~~ "" 5.< gaj !3 ;:Ii:i ~= ,,~ 'Q .~ "1!! . ~!~ 0- " i~~ ~ ~~ i~~ " 0. '" .0:::1:= H~ co ~ a.9 ~ g~ ~ Ii" 0. ~fi~ ~~~ ~~~ "8" t:~ij 5 s ~~~~ ioso -gj~~ :o;~~ .~ 8 8.! ;~}l~ 0. "" O!!E~ i~B! ~:E ~ X 'OOu0 .$p~ ~u;~[ ~~~~ -t'O~.... s*~o ~ 6s~ ~ ~ ~ll:~'~ O"'CCD 0 ii~~.~ ~~ ~ri~ ~~:~~~ ....fti=!!Q ~~~~~ *8~~~ 'i g.1:J -B (G g-~fi~m :~.Qam :~ ~~; ~g!!~ f! ai 'a o...!! 'E~"'~~ ,h~H 1'~8't:tJ r-~! :toE "0" iga: 0.88 h~ g~~ ~~o. o8."E a~fO =-c g:lg b:!l:> ~~~ :3 ~o.. ~f~ ~~~ lJBo ...~Ci5ui iVitlU' - ~= ~ ~fig ~Ett3 c.g.i!~ g & ~~ 8 =~~ csn..ll.. ~Jui~ Q)~~~ :]iE " 0>.. ~ ~:E~~ c..I!!="'5 -" '" ncnll):,).... ~ !~ ~ .; HllW~ B,E'ei!!C: 2~~~R: '\iiG.l::ctIs: g~'i5g(l) U ~ ~ i ~ ~ ~ ~ . ~ ~ ~ c ~~s ~ ~"-i '"-1 :s :;;~ ~:- ~~ :c ~ ~~ ~ ~ ?;:;:~ ~ ~3" i ~ )...::) C('_ ;;! ~ r' '" _i! -:1 !. ~,:hi i ~ i ,: ~ -f! ~$ ~~iiia~ ~a~il; i ~ ~' ~;; "'. -? =: i- 8{i~ ~~I~ ~~-~ 8"' ~ ;;; '" ~ '" , 1111 ! ; ! ~I ;, i I i ji Ii: i 'I : i ~. ; t I'H~+ IDA to I a ...... """ a 0) a ci Z acID (").Q '0 roc<> :cga> :c a. Ol xa.<e w~n. ... J 5 >>.E 'D i-!~ ~li.~"S l,ii:"r ~!5~~ e ~&ot !i i 2 2. . ~ f [ii~.~ ~ ~! ...g~1! ;( l!' C ~ . ...Q '" ll.S ~ .. > .1L "" G Ii " go ~ ~HHl ~ !1~~=2 S i: ~ X.l5 c: iii, HHil ~. H~~ E~ i==tII5-~E 'Z :.s.s-:;"2 \!:! i,! t,si: ~ 1:~5rE':; ~. e. '0 ., 8 "0 '2 8"O:i'2~ .0 ",~~"li<;; g ~h~~~ ..... !."'1S~~ ~ -HH~ 0:. j! ". hg> '0 ~.S !! Ji '6 ~l' ~]fI 8.~~~1c' ~c"c",-g~ .-", "l1 g'~;~&5 ~'~~~'ic: 'E!l ~ "!'- 2a!~~! .. E :'l c c Oo 1 <i; .; " .... ~ Ii I I~ z o ~ o iL ;:: rr: w o (1) it: o ... ~ .... z o o s ~ g " .. 0: ~ " ~ " I ;; ~ ~ ~ i i · ~ ~, ~ ;S!! S >. !-'~ -J ~ ~H~ ":::0 Qc: 0 ~;: ~ ~ d~~ ~~ ~ ~ ~...:. D::: c:..: ill e r '" .. ~ ~ ~~ ;: i::.':l ' ::S~=i 8~p (l):lj . ~ ::l'" i ~ 8~ ~ ~ ~ .:d I!: Ii: I: ' I, 1 : ~ ! ; Ii I I 1 I a I ~ : I i . h IDA co 2> ~ "<t o Q) o ci z ~c:(j) M .2'0 .- B "<t ~'5.~ xa.ro W<{Cl... -- .. ~ T 1 ... . - ""l '"' . T .... 'tii I ; ~.~ i I I I g ..91 I ! lJ':"l , I ! !i I I I i ~ I ~ ,,: I I ~~! i ! I 3; ! i i ):("-.: ! I I Ol' ~ ~1 I i (f)i5.i I - c:: i ! j nl ; I ... :;; I I I =- m. lJl.!!. .. ... - m: I I ! I I {!. i I I I I I i I i I I i E I I I e I I I I "- i I I I ! I I E o ... t:: o ", .. 0:: g~ ~8 :E~ '"- :it.> 'OS cU) < " o .~ "- II) E 0:: W ii: 0:: ... III w .... ... III ~ .. '" W o Z w ... I- .... iii ~ < o I I I I I 5 '" " -S I I .f;: U) <> I E- I ~o 0"" ...~ I ~ 1::" I .s! 8.~ Iii I '" ..s ';;: .. o::e 0 I '0 ., .. g'O c " jj 0. E -< .E~ ~~ -g'i <"2 " " in o~ z ~~ 0 ..~ ~ Q.~ -< 11)", u c ,. G: -" ::; 1i 'b -< !l ::> .!& "is. 0 l! E '" ~ 8 Ii ex: " g g g <:> U (,) ~ w w ": ~ Q. Q. lJl '" ,..'" ;; ;; ..u o~ c I I .2 I ~ 0. I u I il I I 41-5 ! ~>: i '" I ! ~8 I I I I .~- I !I I I I llg . I I ~€ ~a i ..-"I I 00 I ! -- " I ~~ "'... ,&0 I ..- o:il .... I 1 ~ I I i < I I i U> W 0:: ::> ~ ::E z o i= ~ .... ~ l- ll) ~ R i ~ b t ;; 5. }i ~ ~ "'~'" ~~::J ~ g~~ ~ ~o ~ ~ ~~ ~ ~ ~~ ~ ~ ~3 ~ ~ ol ::? f ~ 1; c 0. ~ .. 'E ,g .. Ii ~ iil !l c s .~ .2 " !! t- .5 [ II " E ~ ~ c 0. ~ .8 ~ 0. ... e ... .2 ~ 8 '-@ ;; 1; lj ~,. , '" a . 8~f~ ~~ I i 8~ i ~ ~ ~! I ~J 111 11 ! I II , , ~ >- II I I' .0 Ii .., '5 ~ II ~ -J .., .g .. Ol I:! ." 0- 'is .8 .. {!. ih !j I I ~ 1 !iI' . lOA co I o ,.... '<t o (j) o ci Z oe(O ~2o ~~1.O :9:.:Ql .s:: 0. OJ xo.re W<(ll.. E ;; .... 1:: o '" .. n: .. u l: .. " .! " 'i;j ::l: ... l: <I: l: .2 ~ "- .. .s E o .... t o '" .. n: ..-"2 g,g .. :5 ~~ ~~ ~~ l:(/) <I: l: o '" <> Q) "- ., .s k <t !! "' ~ ::..~ ! t::-~:: B ~~ t! 5 o~~< ~~Sg ~~ ~ $ ,..::-t.. ep is ~ ., g .. .0 i Ii; ]1 1il .1; Iii 0- S ! I: -0 !! ~ ' I ',; I, I 0- al !! E 1l .g I c: .. ! c ; ~ .8 , i 'ii {: ! ::; i ~I I ,; z :5 0- Z o ;:: z w > w lr 0- Z o ;:: ::> .J ...J o 0- W i= g o W 0:: 5 o w 0:: <Il w <!l z <C J: U ~ ~ ~ .!i~.5 21! ~~~ ~ 1i ~ ~ 'E ~.6 ~~~i!~ e!OcCUE 4i~!~tE g ~ g~ i.~ ~ ~ ~s s ~ a.~o.!;:; a-g:5;.~fi G)~~.gEGI f~ 8.~~~ ~~5~i; ~:SO';; a.~ U i!!.~S ~i! :I~~~'C& ~=';,i:i ti ,g E i s~ 'g"'C I::. Qftl 0 ft)! 0.... ~.~ c: .2,g S II ~ ~.. "';l! co u "-88l.,,,.,;.~ gE"'2i:.5~ "O~:e~'if~ ~G;]e~€ ii~i~"@~ s~d"j j?J~~f.!! OC"~C::lDQ ~1?:S n~ ~ ~ ~ ~ >.15 ~c"OgE~ .g'~.!!:2~ ~.Q~o~...u) ~.~ i j ~ ~ ~ ~g~t~~~ _""'(00__0.> ffi C> Z <C J: U 0:: o u. <Il Z o lJ) <C w 0:: I I I II ] ! ! ! 1 w :;: o ~I '1 , - . - '-r r r. 1 r ] T ,,- I. I -~ i I I 0- i i I gB I I I ! ] I i i .. .c I I I -04> I I I .~ ~I I !! 01 J , J~ 1 I I i "'~ i - .. ! i .. i ; :1:1 , f I , <-- t I ~ i I I J5 i I t:l ! I I E i I ~ I .. ! i , ! I ! i ! T T I ; ; I i ~ I / 1 i i i i i i ; ! I i i I i i I ~ I I I ] I i u: I I ! I I i i I i I i ! :!! II: lU lD II: ILl lU :!! ii1 ILl 0- Z ILl :I: 0- 0:: ... ILl :g ~ i i ~ ~ ~ ~ ~~~ ~ ~"'.., :<; ~~ ~ ~ :<0 illl;! ah~ ~'" ;> ii;i < ~ ,)..::S Qc: ~ <a C t"' !;; .. 1i o .. :; ~ en u; IDA co o ~ '<t o Cl) o ci z C!~(O (Y):pO .....l\J(O ;ggQ) .c a. OJ x a. m w~c.. 101. EXHIBIT N CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT GC-CA-N-1 lOA , MEMORANDUM Date: February 24, 2010 To: Rhonda Cummings, Purchasing Contract Specialist From: Teresa Polaski, Deputy Clerk Minutes & Records Department Re: Contract #10-5198: "Lely Area Stormwater Improvement Project (LASIP) - Lely Manor West Outfall (North & South Sections" Contractor: Guymann Construction Company, Inc. Enclosed is one original contract, referenced above (Agenda Item #10A), approved by the Board of County Commissioners on Tuesday, February 9,2010. The second contract will be kept in the Minutes and Records Department as part ofthe Board's permanent records. If you should have any questions, please contact me at 252-8411. Thank you. Enclosure (1) ITEM NO.: lOr t>~c...~ Dluc,o lOA FILE NO.: : -""'. I I ~. --' c '1"'II'lr-,.- -"., . ,'; ~ ~> DA'TE RECEIVED: ~& rIo' REQUEST FOR LEGAL SERVICES ~':;;~ ps Ii.- ~ 6~L +~ ~ .t"t> ~t- ~.~ :>-/,;..,/ )"I? \\0 <' \?J'1 S~ y \)vY ROUTED TO: DO NOT WRITE ABOVE THIS LINE Date: February 16, 2010 To: County Attorney's Office Jeff Klatzkow, County Attorney From: Rhonda Cummings, FCCN, CPPB, Contract Specialist Purchasing Department, Extension 8941 Re: Contract: #10-5198 "Lely Area Stormwater Improvement Project (LASIP) - Lely Manor Canal West Outfall (North & South Sections)" Contractor: Guymann Construction Company, Inc. BACKGROUND OF REQUEST: This Contract was approved by the BCC on February 9,2010; Agenda Item 10.A This item has not been previously submitted. ACTION REQUESTED: Contract review and approval. OTHER COMMENTS: This is a standard contract with no changes. Please forward to the BCC for signature after approval. If there are any questions concerning the document, please contact me. Purchasing would appreciate notification when the documents exit your office. Thank you. C: Shane Cox/Margaret Bishop, Project Manager ~ \,,-i0J ~ \Y \~\ ",,,\lO MEMORANDUM lOA' _~i~~ ..J tfr.y~ ~{[' TO: Ray Carter Risk Management Department FROM: Rhonda Cummings, FCCN, CPPB, Contract Specialist Purchasing Department DATE: February 16, 2010 RE: Review of Insurance for Contract: #10-5198 "Lely Area Stormwater Improvement Project (LASIP) - Lely Manor Canal West Outfall (North & South Sections)" Contractor: Guymann Construction Company, Inc. This Contract was approved by the BCC on February 9, 2010; Agenda Item 10.A Please review the Insurance Certificates for the above referenced contract. If you have any questions, please contact me at extension 8941. Thank you. dod/RC C: Shane Cox/Margaret Bishop, Project Manager HLsll_je-Pf'C- OI~9o CHECKLIST FOR REVIEWING CONTRACTS 11 /I (J EI/lity Name: _~lA..~\ Le,' J r:~'J_L"'I.~J- Entity name correct on contract? ./ Yes No Entity registered with FL Sec. of State? J.__Ycs No lOA Insurance Insurance Certificate attached? / Yes No [nsured registered in Florida? ___LYes No Contract # &/or Project referenced on Certificate? ~.._ Yes "* No Certificate Holder name correct (BCC)? v_Yes No Commercial General Liability I I Genera! Aggregate Required $ 2 1'\ \ L Provided $_ ;;L \.-\. \ L Exp. Date ) I I I Products/CompVOp Required $____ Provided $__M-'-'--_ Exp. Date _l~ Personal & Advert Required $__ _ Provided $ ( tv\ l h Exp. Date j \ Each Occurrence Required $___ Provided $ I "" \ L. Exp. Date~-'-'-- FireIProp Damage Required $_ Provided $ 100 ~ Exp. Date ___---'-'-_ Automobile Liability I /, J. Bodily Inj & Prop Required $_ 02 1.0\ \ \..- Provided $~i'i,l'=, Exp Date ~WL Workers Compensation ('"', -\: / / Each accident Required $ >t,,-~,:--,-\i Provided $_!:Oo It:- _ Exp Date _._~_iJ.. Disease Aggregate Required $_.___ Provided $ I' Exp Date ---"-__ Disease Each Emp! Required $__ Provided $ . .. , Exp Date _------.'!~ Umbrella Liability / I Each Occurrence Provided $_/0 111l::: Exp Date _L-'----'.J Aggregate Provided $ / 0 ~IL Exp Date -L/-.ill Does Umbrella sufficiently cover any underinsured portion? Yes No Professional Liability ,J I k Each Occurrence Required $_ Provided $ I e- Ill' Exp. Date Per Aggregate Required $ rJ Jtr Provided $ - -', ~ 'L_ Exp. Date __ Other Insurance Q. { S'1 c (f- - '10 ':f Each Occur Type:.f3..ui~ '1 Required $ <! <' 51~_ ProvIded $.) Exp Date frb(\'oc""^\ / ""'^'".,~-\: f2" '* County required to be named as additional insured? Yes No County named as additional insured? ""7 LYes _No -?, :r:::",s (~,.+ <;h__-\E'S wire <;f'?<':~ r:;..e,l\€\O--\ cr-tJ C.....f1 J!J [H' k / cc:.. { t ~ -J Indemnification Does indenmification meet County standards? Is County indemnifying other party? ? -"_Yes Yes --~ -\-6 L""\;.'\'\-j Performance Bond Bond requirement referenced in contract? If attached, expiration date ofbond _. Does dollar amount match contract? Agent registered in Florida? /Yes LYes Yes No No No Signature Blocks Correct executor name in signature block? Correct title of executor? Executor authorized to sign for entity? Proper number of witnesses/notary? Authorization for executor to sign, if necessary: ~___ Chairman's signature block? Clerk's attestation signature block? County Attorney's signature block? I I Yes ~Yes 7Yes --L Yes No No No No --------t'- ----.-- '11'_ Yes No -rYes --No I._Yes -No Attachments Are all required attachments included? ~ <:. Yes No v::. Reviewer Initials: +._ _~ C / ""e .--~1 II 0 04-COA-0 1 030/212 w'VW.sunbiz.org - Department of State Page 1 of2 Home Contact Us er~vi9US ql} L.l~J lOA , E-FillngServices Document Searches Forms Help No Events No Name History M!l!!:t on List Return To List IEntity Name Search Submit I Detail by Entity Name Florida Profit Corporation GUYMANN CONSTRUCTION OF FLORIDA, ING Filing Information Document Number P94000046879 FEIIEIN Number 650507332 Date Filed 06/22/1994 Stale FL Status ACTIVE Principal Address 305 SW 3RD STREET CAPE CORAL FL 33991 Changed 01/23/2008 Mailing Address 305 SW 3RD STREET CAPE CORAL FL 33991 Changed01f23f2008 Registered Agent Name & Address MANN, JAMES l 305 SW 3RD STREET CAPE CORAL FL 33991 us Name Changed: 08/02/1994 Address Changed: 01/23/2008 Officer/Director Detail Name & Address TilleP MANN, JAMES L 305 SW 3RD STREET CAPE CORAL FL 33991 US Tille V J RUSSELL, FRED E 305 SW 3RD STREET CAPE CORAL FL 33991 US Annual Reports Report Year Filed Date 2007 01/26/2007 2008 01123/2008 2009 02/12/2009 Document Images 02/121200(;1.:: ANNl JAL REE'DRT OJJ2312DQ8::-.ANNUAL REPORT 01/26/2007 ANNUAL REPORT 09/12/2006."" ANNUAL REPORT 02/11/2005 - ANNUAL REPORT 05106/2004 -- e.NNU6LREPORT 0111612003.. ANNUAL RfPORT 0.512812002 --ANNUALRE:P08T 0.3/12/2001.. ANNUAL REPORT Q.3/06/2000 ,- ANNlJALBl;:P.ORT 02/2011999 - ANNUAL REPORT 02117/1998". ANNUAL REPORT 0211711997 nANNUALREPORT 04124/1996 -- ANNUAL REPORT 05/01/1995-- ANNUAL REPORT View Image in PDF format VieW image In PDF formal View iniagein PDF format View Image In PDF format View image in PDF format View image in PDF formal View image in PDF format View Image In PDF format View image in PQF format View image in POF format View image in PDF format VieW Image in PDF formal View Image in PDF format View image in PDF fonnal View image iil PDF format http://www.sunbiz.org/scripts/cordet.exe?action=D ETFIL&inq_doc _ number= P940000468... 2/12/20 I 0 www.sunbiz.org - Department of State Page 2 of2 Note: This is not official record. See documents if question or conflict lOA f'_~!ous_~~_t".i_ll:~ Ned on list Retl,l_m_JQJ,,~_t No Events No Name History IEnlity Name Search Submit I I 1I,,,,,c I Contact ,,' I Uocu",,'nt 5eclrLll~; I c- il",,, ';~Ivi,~, F""n, I 11-,;" C"PY"911t ~1ll1 P'-iVMY PollCie, C:opyngllt 2001 St~!e of f1orida. LJepclrtmenl 01 SLote http://www.sunbiz.org/scripts/cordet.exe?action~D ETFIL&in~ doc _ number=P940000468... 2/12/2010 lOA mausen_g From: Sent: To: Cc: Subject: RaymondCarter Thursday, February 18, 2010 10:43 AM CummingsRhonda DeLeonDiana; mausen_g: cox_s; BishopMargaret Contract 10-5198 "Lely Area Stormwater Improvement Project (LASIP)- Lely Manor Canal West Outfall (North & South Sections)" All, I have approved the payment and performance bonds in addition to the certificate(s) of insurance provided by Guymann Construction Company, Inc. for contract 10-5198. The contract will now be forwarded to the county attorney's office for their review. Thank you, Ray ~~ Manager Risk Finanace Office 239-252-8839 Cell 239-821-9370 Under Florida Law, e~mail addresses are pUblic records. If you do not want your e-mail address releas~~d in response to a public records request, do not send electronic mail to this entity Instead, contact this office by telephone or in writing 1 eo'frer County Administrative Services DIvision Purchasing Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal 2) Lely Manor Canal West Outfall (North & South Sections) COLLIER COUNTY BID NO. 10-5198 COLLIER COUNTY, FLORIDA Design Professional: Agnoli, Barber & Brundage (AB&B)/RWA G) ~'...,," Purchasing Departrnent. 3301 TJmiami Trad East. NaplDs, Fcrida 34111 . VlVi'..' co!liergoVJ:;BtpurCh8sing lOA 1 TABLE OF CONTENTS lOA ..., A. PUBLIC NOTICE/LEGAL ADVERTISEMENT (PAGE 1 ONLY) B. INSTRUCTIONS TO BIDDERS C. BID, BID SCHEDULE AND OTHER DOCUMENTS D. AGREEMENT E. AGREEMENT EXHIBITS EXHIBIT A: Performance and Payment Bond Forms EXHIBIT B: Insurance Requirement Form 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 AB&B/RWA and identified as follows: Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal 2) Lely Manor Canal West Outfall (North & South Sections) as shown on Plan Sheets 1 through 130. EXHIBIT N: Contractor's List of Key Personnel lOA eo1tr County ~,,-.- Adninistrative Services Division Purchasing PUBLIC NOTICE INVITATION TO BID Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal 2) Lely Manor Canal West Outfall (North & South Sections) COUNTY BID NO. 10-5198 Separate sealed bids for the construction of Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal 2) Lely Manor Canal West Outfall (North & South Sections), addressed to Mr. Steve Carnell, Purchasing Director, will be received at the Collier County Government Complex, 3301 Tamiami Trail East, Purchasing Building, Purchasing Department, Naples, Florida 34112, until 2:30 P.M. LOCAL TIME, on the 19th day of January 2010, 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, Purchasing Building "G" at 3:30 p.m. LOCAL TIME on the 6th day of January 2010, 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, Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal 2) Lely Manor Canal West Outfall (North & South Sections), Bid NO.1 0-5198 and Bid Date of January 19, 2010. No bid shall be considered unless it is made on an unaltered Bid form which is included in the Bidding Documents. The Bid Schedule (GC-P-1 through 13, GC-CA-B3) 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.collierQov.netlbid. 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 cashiers 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 fifteen (15) calendar days after the receipt of the GC-PN-1 10 A 1 Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys-in-fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within the calendar days listed below from and after the Commencement Date specified in the Notice to Proceed. Project Substantial Completion (Days) Final Completion (Days) f) LelV Main Canal 180 30 - Total 210 2) Lely Manor Canal West Outfall 150 30 - Total 180 (North Seoment\- ~) Lely Manor Canal West Outfall 150 30 - Total 180 South Seamentl 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 18th day of December 2009. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Stephen Y. Carnell. C.P.M. Purchasing and General Services Director GC-PN-2 lOA 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 GC-P-1 to GC-P-15 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 Collier County Purchasing Department, Purchasing Building, Collier County Government Complex, 3301 Tamiami Trail, East, Naples, Florida 34112. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another sealed envelope addressed as above. Bids received at the GC-IB-1 location specified herein after the time specified for bid opening will be r~uQe8to the "1 bidder unopened and shall not be considered. Section 3. Bid Deposit Reauirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashiers 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 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 120 days from opening, unless otherwise agreed by the Purchasing Director and the Successful Bidder. 3.2 The Successful Bidder shall execute five (5) 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. Riaht to Reiect 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. Section 5. Sianina 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. GC-IB-2 lOA ~ 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 Sid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 7. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 8. Interpretation of Contract Documents 8.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing, addressed to the Purchasing Department, to be given consideration. All such requests for interpretations or clarification must be received at least ten (10) calendar days prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued, shall be sent by mail or fax to all known Bidders at their respective addresses furnished for such purposes no later than three (3) working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 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. GC-IB-3 lOA ~,' 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 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 Reauirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non-responsive or irregular if such materials are not specifically named by Bidder. Section 11. Bid Quantities 11.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not 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 GC-IB-4 10 A 1 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 25% from the estimate at the time of bid. 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 Agent 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. Because of the need to complete these proiects in a short timeframe. separate contracts may be awarded to two vendors for the followinQ: 1) Lely Main Canal and 2) Lely Manor Canal Outfall (North and South Sections). The County will have the option of awardinq all proiects to one contractor if it is in the best interest of the County. Bidders must submit pricing on all three sites to be considered for award. 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 GC-IB-5 IDA i..J '. 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 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. 12.3 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. 12.4 Certificate of Authority to Conduct Business in the State of Florida (FS 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.orq/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. GC-IB-6 IDA Section 13. Sales Tax 13.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner's policies and procedures. Section 14. Exclusion of County Permits in Bid Prices 14.1 To ensure compliance with Section 218.80, F.S., otherwise known as 'The Public Bid Disclosure Act", Collier County will pay for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. 14.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 15. Use of Subcontractors 15.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall be "qualified" as defined in Collier County Ordinance 87-25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements and has the integrity and reliability to assure good faith performance. A Subcontractor's disqualification from bidding by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are "qualified." Bidders on any service related project, including construction, must be qualified and directly responsible for 30% or more of the solicitation amount for said work. 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 Bidders 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 GC-IB-7 lOA acknowledge and agree that the subcontractors identified on the list is not a complete list of the subcontractors to be used on the Project, but rather only the major subcontractors for each category of Work as established by Owner. Bidders further acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner's review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner's prior written approval. Section 16. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. Section 17. Public Entitv 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." GC-IB-8 lOA Co~ County Email: BrendaBrilhart@collier9ov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 Adrrinislrative Selvioos Division Purchasing ADDENDUM Memorandum Date: January 15, 2010 From: Brenda Brilhart, Purchasing Agent To: Interested Bidders Subject: Addendum #4 -ITB #10-5198 - "Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal and 2) Lely Manor Canal West Outfall (North & South Sections) The following clarifications are issued as Addendum #4 identifying the following change for the referenced bid: CHANGE: The Due Date for the bid has been extended until January 20, 2010. ADD: Revised Bid Schedule for Lely Manor Canal West Outfall - South Section - bidders must submit addendum bid schedule to be considered for award. ADD: Specifications for As-Builts - Attached. CHANGE: Attached are changed plan sheets for Lely Main Canal and Lely Manor West Outfall (N). Q: Clarify the Rip Rap/FDOT requirements. A: Rip Rap does not have to come from an FDOT source. They rip rap can be obtained from local sources. Q: Will "Or Equal" substitutes be allowed for proprietary items? A: Bid the specified product and if a substitute is suggested, provide details on a separate sheet of a paper- if an alternative is going to be considered it must be reviewed and accepted by the County. This will be managed post award. All bidders should be pricing requested item. lOA " Q: 20-week lead time for Waterman gates could make the schedule difficult. A: Waterman currently has a 90-day lead time for producing gates once they have received approved shop drawings. They need about 3-4 weeks to produce the shop drawings. 90-days within the 180-days to substantial completion should allow adequate time to complete the work. In addition, Whipps, Inc. gates have been used on another LASIP weir control structure. Their lead time for ordering gates is less than Waterman at approximately 8-weeks. Q: Large Trees on the Main Canal site - will these all be removed? A: See details in notes on plan sheet - and the awarded vendor will meet on site prior to any plant material changes to determine which trees are to be removed. Q: Can Box Culverts be pre-cast? A: Yes, as stated at the Pre-bid meeting. Q: Fabric on West site - encapsulated - one layer, is the quantities doubled to account for this? A: The Mirafi Filterweave (500 woven) was already doubled. Please refer to the plans. No change for this comment. As a separate change the MCF 1212 fabric quantity has been updated. If you require additional information please post a question on the eBid site or contact me (contact information above). c: Shane Cox/Margaret Bishop, Project Manager Enc: As Built Specifications Bid Schedule Plan Sheets 2lPage .,. '" :< :J " Z w " " <i c .g u ~ ~ -5 " 0 ~ -fj " "' " ~ '" ~ ~ ~ ~ :;: 6 ~ " c ro U " c ro :< > 0; ~ ~ in :S lOA 1 ~ o ~ ~ 05 ~ ~ ro i'" ro :< " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " " <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"> <I> <J"> <J"> <J"> <J"> <I> <I> ;;; ;;; ~ ~ 0 0 .... .... '0 .. ~ ;;; ~ ~ .. .. .. .. u .. .~ c: c: ~ - - ~ l>. .. .. .. ~ ~ ~ '" ~ ;;: ;;: 'c ;;; 'c ;;; + ::> ~ ::> 0 ~ .. .... 0 ~ ~ .. ~ ~ ~ ~ .,. .o N " " " " M " VI " " VI VI ... VI " " " " N " N " " .D '" " M ... N " " " " " " " " <Xl '" '" ~ ... " " " " '" N " VI .o .o ~ " " N <Xl " " " " VI <Xl ... ... N .o M M <Xl ~ VI " on ~' 0' ~' .,.' VI' .o' N' ...' .,.' ",' N' M' ,,' 0' <Xl' ,,' ,,' VI' 0' 0' >- ~ ~ .o N M N N N VI .o N N ~ N N >- M ~ N a a ~ u -5 ~ 'c VI VI V> VI ~ ~ >- >- >- >- <i >- 1;; >- >- ~ ~ ~ ~ ~ >- >- c 'c >- u ~ >- ::> ~ ~ ~ ~ ~ ~ <i u u u u w V> V> VI VI V> VI V> VI V> VI 0 ::> u <i ~ U :< ;e N N E E " " E .~ M c ~ .~ E E ~ E ~ ro '0 ." 0 '" ro 0 ~ u i" ~ c c 0 ~ " 0 0 1;; V> C .. .. '0 <i' 0 ro ro 'p u c: c .2 u ro ~ '0 '" '.. 'w ~ c ~ '0 Jl! ~ 'x 0 << VI ro '0. c. ;; .. .. '0 E ~ '" VI '0 VI - ro c .~ ro u c: ~ ~ ~ 0 c: u ro "" B 0 " ~ "" '0 0 0 ro '0 ~ <Xl B ~ .., a. 0 " '0 ~ ro '" ~ c. ~ > ro " 0. Jl! E - ~ ." '" ro " 0 ~ ." '0. " ro ro c ~ '" c '" " ~ c '" u u '" ." E ~ .~ '0 u - ~ " .E ~ u 0 u <i' .. c c " '" ~ " c: .. B c .. c ~ Q ro ro ro u c .. '" ~ Q " '0 ro ~ is c c u ro Vi' C N '0 0 V> " c ro ~ '" ~ " 'p u C M >- ~ ~ '" E '0 " << c ~ ~ Jl! ~ " ro ro ~ ro ~ "' ~ c ro ';0 ro ~ N '" '3 ',. c 0 :0 " '0. 0 u > ~ ~ u ro " ~ ,~ 0 ~ ';0 "' is ~ 0 '" .9.' .2 E .0 ro ro 0 ~ '" ~ :< v; .. ~ u '" U :;: u ~ - :< ~ - ro c u " ~ 0 u c ro ~ ~ ~ " "" ro ~ " '" > " ro 0 '" " ~ '" " :c .9.' u ro Jl! c <i V> u ~ c ro '0 c ~ c E ro " ~ > << c ~ ~ '0. c iE u 'p u " ~ V> 'p '0 " '0 u " '" 0 ro :r: i" u 0 c x U ~ ~ '0 ~ C :;: '" '" ~ '" :p ';0 0 ro .EO ~ '" w c 0 'x ro ~ ~ 'c u '" ~ u B " c u '0 ~ .., != - 'x c - c ';0 ~ w '" i;;, " " :E .~ " 0 <to = 0 c u w :0 ro c .0 " :;: ';0 c '" ~ c :0 ~ '0 ';0 ~ c ~ 0 ~ " .0 u > ro 0 > :u c ~ 0 '0 " VI ro 2 - u '0 .0 C ro is '" .0 u :< 0 c 2 ro 0 'p ro VI " t ~ ~ ~ z " " ~ ro .. .. ro 2 c '" ~ ~ u ~ ro '0 VI '0 N ro ~ ... ro c ro ~ " .. " 'p > u i" ~ " z '" '" u ~ ~ C '0 c u ~ u co '0 ro c 0 " '0 '" " " :;: " :;: c: > ro co ~ 'p u 0 c c > " ro '" " " u VI u i" ~ " c E ro ~ ro c 0 ~ ... " u c 1! ro N co '0 '" :u u "" ~ "' 'x :p ro U ro ro '" ro E x '" ~ e " ~ 0 ~ '0 " X ~ ro c v; c '" u w :0 i" 0 .0 ~ 0 ~ w ro v; w " " 'Vi x '" ~ :0 " u: '" u ~ '" '0 ~ ~ ~ c C '0 ro U ." " VI ;;; ~ c '0 '" '0 '0 '0 ~ w ~ E ~ co ,~ c ~ '0 " '0 ro ro ~ c ~ ro " '" '" '" 3 ~ '0 " ro ," :0 '> '> c c VI ~ '0 ,." " .. '" ro U '" .0 " ~ ~ ::J ~ :0 .~ .~ .~ 0 " ~ " '" ro '" " ~ ';0 ';0 u VI ~ .... '0 ~ '0 0 0 0 ~ " c: 0 E u N " ro " c 0 ro '0 ::> u ," " ro ~ ~ :< 0: 0: :< :< u x x ::> :< :< x -5 ~ ~"" VI :J '" w w W rl 00 Co " u Co co u: VI '" <i - w U VI ~ .. ~ ro ~ N M ... VI .o "- <Xl '" " ~ N M ... VI .o " <Xl '" " ~ N M ... VI c: <i '" U " ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ N N N N N N ~ ~ ~ ~ ~ .. ~ ~ ~ ~ ~ << << << << << ~ '0 ~ 00 :< "2 ~ 10 A ~ COLLIER COUNTY TRANSPORT AnON SERVICES DIVISION STANDARD FOR DESIGN AND AS-BUILT ELECTRONIC DRAWINGS PURPOSE: To establish standards for electronic design drawings and as-built drawings for capital improvements within County road right-of-ways that allows efficient migration of the data to the County's geographic information system (GIS). INTRODUCTION: Microstation and AutoCAD are the accepted software for electronic drawings for design and as-built drawings because they offer statewide or national standards, including layering of information. The intent of the layering standard is to promote consistency between drawings, and maximize the reusability of drawing data. The effective use of layering standards also facilitates the efficient transfer of data to shared graphical information for display, editing and plotting purposes. Layer/Level naming conventions must be followed for approval. 1: Standards Information: · For Microstation: Refer to the Florida Department of Transport (FDOT) standards for Microstation standards at: http://www.dot.state.fl.us/ecso/ down I oads/pu bl icati ons/CriteriaH and Book/ * For AntoCAD: Refer to the National Cad Standards (NCS) for AutoCAD files standards at: http://www.nationalcadstandard.org/about.php for latest edition and layering guidelines. 2: Requirements: The deliverable must follow Map Projection, Horizontal and Vertical Datum requirements as below. * Map Projection: All projects, independent of approval date, must be submitted in the correct coordinate system - The Projected coordinate system is NAD_1983_State Plane, Florida East FIPS 0901, US feet, Projection is Transverse Mercator and geographic coordinate system is GCS__North_American_1983. If any as-built is submitted in a different coordinate system, or no coordinate system, it will be rejected and deemed as an unapproved project by the Transportation Services Division. It will require further manipulation to meet the standards required for as-built electronic files before reaching approval and signed off status by the Transportation Services Division. * Horizontal Datum: D North American 1983. * Vertical Datum: North American Vertical Datum - NA VD 88. * Data Set Accuracy: Specifying one set of numeric accuracy values is not practical for all construction methods. Therefore, each set of drawings must specify and attest to the accuracies being provided within the metadata. · Data Development Applications: Accepted software applications: Microstation V8 AutoCAD Land Development 2004 (or higher) or AutoCAD Civil 3D 2007 (or higher). · Data Delivery Media: Acceptable delivery media: CD (Compact Disk) DVD (Digital Video Disk) Unacceptable delivery media: Floppy disks and Zip disks. If data is submitted using floppy or zip disks, they will be returned as incomplete project submittals. 10 Af 3: Drawing Composition: * All AutoCAD / Microstation drawings shall be purged of empty, unused, or non-essential drawing data prior to submittal to Collier County Transportation Services Division. This includes all unused layers/level, linetypes, blocks, fonts and entities. * AutoCAD / Microstation drawings shall not contain any unused trozen layers /Ievels. All unused entities on frozen layers/levels should be erased, and the empty layers /Ievels purged. * AutoCAD / Microstation drawings shall not contain multiple overlaid lines or lines with multiple segments unless the overlaid lines or adjacent line segments are assigned to different layers. * Survey data shall be included in the AutoCAD/ Microstation drawings and placed on the appropriate layers. (Survey points must use the _ PNEZD comma delimited format). * Survey reference points and benchmark data must be clearly labeled with their coordinate values on the plan set. 4: Entity Properties: To ensure the integrity of the original drawing when viewing or printing, it is essential that AutoCAD / Microstation entities are created following these standards: * Entity colors shall be defined by layer /Ievel, not by entity. * Blocks shall be defined (created) on layer /Ievel 0 (zero). * All attrihutes shall be defined on layer /Ievel 0 (zero). 5: Model Space (for Auto CAD) / Design Models (for Microstation) and Paper Space (for Auto CAD) /Sheet Models (for Microstation) Usage: These guidelines are suggested for using Model Space / Design Models and Paper Space /Sheet Mode]s effectively: * Place title blocks, schedules and general notes at full-scale in Paper Space / Sheet Models whenever possible. * Label scaled viewports with the appropriate scale in Model Space / Design Models. * Do not place or draw mode]-related blocks, tags and objects in Paper Space / Sheet Models. * Draw all Model Space / Design Models objects at full scale. * Scale objects using Paper Space / Sheet Models viewports - Zoom viewports to the appropriate scale. 6: External References -XREF's: External References (X REF's) contained in AutoCAD drawings created outside of Collier County Transportation Services Division can result in content discrepancies in the delivered drawing set. ]n some cases XREF's may be permissible, however this arrangement must be worked out in advance with Collier County Transportation Services Division. To ensure the integrity of the drawing set, and minimize potential problems: * AutoCAD drawings submitted to Collier County Transportation Services Division shall not contain any XREF's. * XREF's shall not be "bound" to drawings prior to delivery. * If drawings contain XREF's, they should be inserted as blocks prior to submittal to Collier County Transportation Services Division. Layers contained in XREF's inserted as blocks shall conform to Collier County Transportation Services Division standards. 7: AutoCAD Drawing Support Files: Drawings created using non-standard AutoCAD fonts, linetypes, and hatch patterns can result in content discrepancies in the delivered drawing set. To ensure the integrity ofthe drawing set, and minimize potential problems: * Only native AutoCAD or AutoCAD Land Desktop fonts, linetypes, and hatch patterns or the CAD Symbology provided by the National CAD Standards are allowed. * Custom fonts, linetypes, and hatch patterns, including those provided by 3rd party software, shall not be used. 2 10 A t · Only these TrueType fonts shall be used: Arial, Courier New, Times New Roman. · Postscript fonts shall not be used. 8: File Transmittal: The content of electronic drawings provided by the contractor must match the delivered original hard copy set as closely as possible, if not exactly. To ensure the integrity of the electronic drawing set upon delivery to Collier County Transportation Services Division: · Ensure the drawings adhere to the guidelines presented in this document. Review the procedures for preparing drawings for submittal as detailed in the preceding paragraphs. · Include a hard copy index containing filenames and sheet numbers for each submittal. This ensures the completeness of the drawing set and assists in archival procedures. · Include a transmittal sheet with all submittals indicating Collier County Transportation Services Division project number, Collier County Transportation Services Division project name (if applicable) and complete listing of all materials submitted. · Include AutoCAD .PC2, .PCP or .CTB plot configuration. · Include all field survey data as indicated in Drawing Composition, Section 3 above. · Submit hard copies of original contractor "red line" plans and specifications. · All hard copies of civil and site plan must be sealed and signed bv a Licensed Survevor or Professional Engineer and c1earlv marked. such as "90% Design"...As-built" etc. 9: The following documentation shall be delivered to Collier County Transportation Services Division at the following project milestones: · Design - Schematic/Preliminarv/Working Drawings Collier County Transportation Services Division requires a complete set of Review Documents in AutoCAD on CD-ROM, in DWG format for Auto CAD / DGN format for Microstation and in PDF hard copy format for review of conformance to these CAD Standards by Collier County Transportation Services Division. During the preliminary and design phases ofthe project, Collier County Transportation Services Division stafI'that review the design may use the DWG format, DGN format and PDF format to provide design/conceptual comments/questions. · Pre-Construction CAD drawing files in DWG format for AutoCAD/ DGN format for Microstation, as well as specifications in electronic (PDF) shall be submitted to the Collier County Transportation Services Division Project Manager on CD-ROM * Record Drawings contractors shall submit, on CD-ROM and hardcopy format, approved As-Built Documents to Collier County Transportation Services Division at the capital project acceptance meeting. The CD-ROM shall contain the as-built information on the project and is to include DWG format for AutoCAD / DGN format for Microstation and PDF formats of the drawings in accordance with the Collier County Transportation Services Division CAD Standards, as well as electronic (PDF) specifications. 10: Digital File Index: Each project, when submitted, must be accompanied by a project file index. The index can be submitted in Word, Excel or WordPerfect formats. Each index should contain the following- I. Organization/company name. 2. A contact name and position. 3. Street address. 4. City. 5. State or province. 6. Postal/Zip code. 7. Country. 8. Phone number. 9. Fax number. 10. Email address. 11. Technician's entry end date of the dataJdesign. 3 a lJ.J V) ~ o ct Q li. o V) ;-, <( --.J Q .... u 0 '" ~ N 0 Si ~ '" ~ ~ 0. ~ OW ~ ~ N "" Vi ~ w 0 -' Z I 0 '" ~ z Z 0 z ~ '" ~ 3 oc 0 en " 0 ;:: '-. w r '" '" u '" 0 ::> -' .... ." Z '-' en ~ a ........ CI] ~ ~ ~ z o c " " ~ ~ j is " u 9 '" rn 0 nDDD~D " z 5 " " o SO' ~ ~ o ~ ~ LO " ~ ~ C5 ci ;:: I- o lJ.J C3 a:: Q >- I- ;-, ::J o o a:: lJ.J ...J ...J o o ~ z " < , > r " U 5 ~ ~ >., ~ ~ ~ I :::: CI] """'1i ~ en Z o " en > ;; Z6 w ~L3 [0:: ~ is , u-<( " wO om I' Ii li ;: ~I I z --=--=- _ J r~ " " t5 t3 - ~ ~ [5 <( .. u ~ :;1 ~ >- ~ '" :ii >- i:Q ~ it = c.: Q [:i d ~ &l ~ ~" Cl ~ ~if ~ if 51 0. "' '" 0. ~! H !! ~ : ::;.;"' ~~ "" ~ ~i ~ l! C -,q "; ,d ~ ~ ~ ~.[~ i ~ ~ ,,-8 ~ c.. ~ ~ ~:~ ~ ~ ~ ~g ~ ~~~::l ~;l; ~ ~l:" ..... .. .0 ~ ~ .......... OJ 0 '" .. .... ""i ::5E55::: ~ ~ " - .......~ ~ I w c- ~ "Z rn 6:: ><.~~ ~ o 8~~~ ~ ~ ,,-,0[1=:3.;-6, Q ~V1::SWS'~ ~ ~~~~~~ ...: ..o:::ww-<(u... c.. ~~~~~ ~ l:> 000 p:; ;P5~:I:~~ P.. ~~ ~~viOO lfJ l-i;::cr6~~ z OOWV1"-cD j 3e,~U)~~ 0... :I~~~ ~ "" N L~ en Z j "' z ., ~ Q, /, ~ " o " " o " t --l ~ ~ ~ d o <( en'" ~ ~5 .,. f:: :s::!~ ~~<E ti b:l -'i;::~ ~:;: f-<~ Q ::;V1~V1>~t; ~tj::S:L B ;:5~~~5~9~Cl62~ f::", ~z...:~t:~!-o~W;i~~ b:l-l =--lu<>::i::..:~E);,GCl~7' .,-:::;: ~u-<(~~<OG~--l~Cl~O~~ ~~~u~~~~",ou<>::~~cn ?~~~j~~~~~~~~~~C ~~o~~c~~e8g~g~~~ ~ o ~ z " w o '<'l~~;::,~";~;,:.~~i 3 x w o z " " ~ I J J J I I ;; ;; ~ "".::' c o z S " ~ z S " " g " z S " " oc w " o o " ~ "" zl'-. i~ B~ ~~ c:"" 3~ o~ 0~ "" "~ ,~ cO ~~ "e C2:f 1-0:: ;;it ~ .~~~ ~~~! ~~~" e~.~ .~.~ l!:!~~l! !~ii ~tl m~ ~~ CC;:/: Of) '" '" z o '" ~ <" ~ ~ ~ ~ :'5S~W<l:: ::s ~ <{Z 5='~ '=' o IZOW n: U <{:.:~06 tr; ~ ~::>:oo 0 ~ gE;?E~ ~ z I I I I I::' ~ _N"J"'u'1;; 8 ~t;t;t;t; g: g: ~~ C2 ii2 ~ ~ <!,'M/\tr;tr; Z 000000 W A BDDDD ~ '" ~ '" " o '" lOA " w r < o w r ~ . " !i u z ," - ~~~ <0 ~:z.< p.;ii~ =t;~ -. -, . S~~ " . :~~ ." :ils:i <wO .zz 000 .w< " ~ c- u w o ~ t;::! c, o I c- " z w ~ ,;:t; < , ~ u o iO ~ ::; 6 ~ ~ u o iO ~ ::; ~ 8 ~ ~ ~ il o < "- " " " on (f) --' ~ w o >- ~ -" w > ~ f- w' () Z <( Z w f- Z :;: ::; u " ~ '" ~ 00 ~ " ~ '" t:=Io <0 ~- <' g~ ~ ~ ~ ~ < ~O' ,,~ iE " Q ~ . " co ~ ~ " ~ Q '" " G o to ~ ::; . . "~ ~~ <2 ~" ~> o. ~~ ~ ~ ~8 ~- ~ ~~ :i ~ ~ < o ~ 6 " ~ ~ , .9 S - ~ > T 1i" ~ " ~ ~ ~ ~ 8 o s < ~ < 6 ~ ~ ~ < m < o o ~ " ~ ! ! ; ! '" '" " :>; " o ~ ~ to on iE ~ ~ o u 00 ~ " .~o~~~~~~~~~~~~~~~ ;;;~ > " ~ ;3 i3 i3 ~ i3 +;;~ ~~~~~ ~~ ffi~ffi ffi~ffi ffi~ ~o ~@~~~~~~~~0 c~~~~~gffi~ffigffi~ffigffi~ 8~~sss~~~~~~~$~$~ ~g~~~~~~~~~8fu@~8~ ~D~~wm~~~0~~~0~000 jj . ~ c . 2 o . lij(j) ~ B "iij .~ " . "' 1 M I --' :;: f- w o (L <( 0:: cL iY w (9 0:: ~I <(z I () (f) o w 0:: ::::J f- () ::::J 0:: f- (f) "" o ~~ >. o. :"~ Om "m ~~ o ~ " ~~ w. ~" 5w "oj ~~ >. o z , , ~~~ ~~@ ~~o ..~ wWo eO. z. ". " . o -;;;:u..i ~~ "0 Oe ." E~ . M ~I o (L ~ cL iY z 0:: ::::J t: 0:: w Z 0:: o () ~:i$~io.~1(lo.~';:~~~:3 ~;;ctgg~r!~g~~~gg~ + + + + + + + + + + + + + + W ~~~g:~~~~~~~;1;;2;\2 <o.M:i$:;!:io~~<=!C!~1B:eo.:3 ~gi:;:g2g~r!~g~j,;igg ;td;6j;J,C:;:'':!;;!:ci;(t.,:!;+~.t; ..-,....NN.....""'<T'<t'<l"'<I"tDlO~<O<O ! o ~I! '0 i 8 ~ I C M 1 I " " ~~ ~!i o. :z~ Om "m , " ". " '\ ~ " " ffi~ Ie. ~~ i5:') "m zm -" >. o z ;;:'u..i U "0 0" .. ox ew . " I ~ ., E ~!~i aoHi-lIi;; ";I!I-' 'j-' h ;~~~~~lSl i;-f1'i1 l!li]'l,: ."-l "- Ill,'!!j, ~~I-: ,!.~ "'1~"1' "iL ;~i~ ~ jl; "11 lil'iilli "l'!,~th~~ u ~ II co lM'l-;' ..,..:~vZ._ll'd ::il!l~lrlt.~ ~ ~~ -~ .!!:.~ o I " o , < ~ --' ~ w o (L ::; ~, f- c3 ([l X, ~: u-' o::! II <1 ~ "! ~i o c!'" 7 g ! < ~ ~] ~l ~~ ~ o . ~ ~ , 6 ~ ~ i ~ ~ ~ I ~ ,n .e 15~~ n::~[;j ~~~ ~o~ ~H(j ~ :;: Z ~ 2 o ~ woo o~ 3l?~ VllJ) Z ~tJ~ oow OCU' ~~~ i Jo g E~ g ;<J . ~l ~9~~ ~~~~ ~'" ,~ " 'I", , "~~ ~"" ~ ..oN"'; I >z ~(} Ow 00 ----J e 0'0 :r;~~ xxO 00" eo" <"" """ [5@", eoo I I . I' ue OW eO '0 0< " ':)i~ eo uo ~o Z. DO UW i Jo ~ ~ ~ , , , . Ii :i ~~ ~o "'e ~~ ~1ll ~3 ~ J'j , ",0 0: ~ =.;- . > ~ . '" < > 0 ~ Z ,.. ~ ~ c. ~ . ~ " ~ ~ co w Z d P l:~ -- i! I" " ii J: ~ 8 ~i ! 8~ I'! ~~ i ~~ i u~ g ~ !ii i-, :~ ~:;: ,0 ~ i > o '0 ~- ~ ~ ---:-:-z,;::"", t~ws~)"N!V~':I~O~"~~SCX':1 az+[[ 'V,LS iINI7H::J,LVW -~~';( :!.'" ;:-' ~( &Ic'!~g f-E .( Uig~ ~~ ~ -J\~~ i -- - -~ -;-c ;-;-,3; (~ ( , I ~ i ~~I~; (:~ '-' (;.j ifol:l j x~ (~(f)~.J','LJ 8 ~~ ~ V) t: 2 ~ 'f ~ N ?:s! " i . a~ :!i~3i 0 n~ -"=: ,~ 86 N ~ -:,-( ~~ ~" ",l:!':'J ~ ~~'" cL i5~~ ~ ~10~ .:!:~I .>~ ~~~ "" 1 \ mf.l U)CL i?i'." 2~- , > rn i2 , c y ~ , . L '\ L ~-:-- ." ~~' 1~~"t ","''0, ~~~ C:'.~~ '--. '" 311 ,OL I ~~ LI ~~ 'r-'/ ~. II ~E~ ~^~ : I g~g: ^ B ~ g k 2 ~ ;;c I ~ <l1:JlV<lOa g ~f_~~'~ o --;j': ~ST 1 ,,,'!:: ~Llo'-x--", r~ ~ '? I '" G ~ ~ e \.~I U) "''''~ .: @ ~~.~1S~~1 _" , i!'o",13..J <';I?&~~ , o " B I ~I " I_V-; : ;~J.J OJ ~ " I ::; ; ~(~,>: '?~I~ " VIW 0~ I'~~ d ~ 1_ L ' '~'" II I ~ :; ( " ~ !,. ~j I, ? ~@ '0 'eI C " ~ ann 'V,LS ilNl7H::J,L VW >1 . r=-.:.L~oL --;r-'71'-4' \ ~ l ~ , l 5 , I ( ( < ( , 5 I 5 I'~I '~:::~3' _oL~u'!,_-!r i.. ~~'O; :,; .~ "> Bd~ ~ o z ., I" 00 ~> ~d iJ ., ~ '1.'",\ fl: ~':~ Q'" ';; 0" _J ff~'cj L o s- 'c ~ ~ o z .. IN O. ~~ NO 'J' ,x f) , a ~, w c ~ . " 0 a z ~ 0 , 'n::::i:l1J "I:) lV~OO \lll"OG ~'J " ~^ a .~ ~ ~e~ 0 '. :~~ ;~ 'e , ~~~ ~~ j ~Q~ "'123i ~~ , 2~~ ~8~ < f" w 0 :I~ , ;Q~ @ ~ ""'.Ii,,, '0 ~,. ~ ~ " 0 " [3='----- , , .' = ~ 10" O~' e;~~ &~.., ~~$ , ' \: ," IJ::i' ~i;:; '0 -0- ~ ~~ ~, ~~ 0" ~~ .I 'I :1 6." /zC:.i z o ~ J.;- 70 <- U' ~> II g:~ '!( ~I" UZ, , < 00 'f,-' U] '" ~ i < ~ II i~ A ~c ~ ~ ~ Gll:::: ~3 ~~ ~ Q.;~ .. 1'i ~ '" ~ ~ ~ ~~ ~~ ~ 0 ~ 7 (-5. ~ o ~ ~ 0 ~ 8 L ~:;; ~d .- ~~ ~~ -~ ~ ~ ~I d ~ ~ ~: ij ~ I ~: :; ~;; l ~;0 ~ ~ <>t~~-t~~ ~H~H~ ~n~ ~ . , ~! c!~~~_~ ~'~~:~~ ~ ~gl~~ ~ i' .i ~ e'l ~H "" 1;; 1 JU :; r:l e~;; o 0; ~ it~, z 0Ii "'~r ~ j ~l ~ ~I~ ~~q ~~ Ii aii l' '" 6 ~ ~ ~ ~ ~ ~ I ~ " :! .., ",,-+, Q-., " / ~" , < m ;>,. :$0 " W o I X 7 " c: -'(..0 '_r ~(" 5:"0 w' - " :> " w CL;;i 0:'; f--- ,~ ~ (;, '-- c~ 8;~ 3~!i"'D ~~:11.~~"i '""~~~--F. ~~~;;::B;:~ ~~C!i~~ ~~g~;w ..l;..",..~:, (Jaw. ,It) OVOIJ 3~N\lN31Nll;1~ ~" Z< <. a:'~ u eo. ..0 Wee >~ " ~ '" G~J,~ ~:oo~ ITl1<,--, ornl4: .:~~g ~~ISg 7<L".ITICL<t "0 -I "' "0 o " " " ~~ '" , 0 ~- ~" "0 ~~ Zo ~...: 01 " " _LL- " Co o 0 ;!' 'j, ~ -'- u " . ~ < ~ ~-'~~- + ji:S 6 ~~ ~-l " " ~ ~I ~ ;,., ~l . u . o '~ o o -II --~- - ~ .~~~ ~':ri ~~F w 3' ~-,--- X "0 Q N ,. o ;::g " ,0 "0 i~ 5 I ! "'2 ., "" ~ <i ~-, w" Ow w>", ~f-:Z l.')Z'j if" ~ 7. e' o '1- u, u< z. ~~::S ~~3: ~<<:. <'N >eo ,--> . 2F='y '" ::<ii!<i' ~ ~~~ ;- ,.-uu .;: ~ 3 "0 o N " < .~ >--..0:- <.z U . 00 Un ~...:(/\ . "e !i;!~ 3~~ ~[ " f-'.- Zw Oo! o:~ LL ~T I +- I I I I I ~ I e I ~ ~ I 0 <( " I " I ~ t~ I f-.- I,: Ii'" <( I I' ... ~ ~_) II 3',~ " I > ~ I g I I I I I I I , I U /1-L-, 1/r-' I :.;:~ (/> [L ;~'-) I ~;:: ,~ I~; Ill'- I ~~ 1"0 0 I ~"- / '7 "" --,0 0" zu H um " 5: w "--. '0 ~ o '0 o m ... ~ ~ 'x :, o ~ ~ ! }si "0 x '0 CSL_ ~ 'jg;;: ~<t~ ,. sa S "<:':." "0 iii ~~ " . . :> .u ~ oz , ,- ~ . iii c, l( 0 " ,< 0 Cj ~ L u m (f] ---~- ~(!;:y:.: ii~~~ DO, ;S~5\ o (f) I usO o I OJ U -.J W DC "::J f- U ."::J ~ DC ~ <"'- f- , (f) ~ ~ A i ~ ! ~i ~~ ~p~ ~3 ~~ "~ ~ , o N '0 ~ ~ ~:! ~~ ~ ~ ~ . "' c. ~ " ~ ~ ~ z Ii 1 I! ~ ~ ~ } ~ !;, ;; !~ Ii:!: ~a'! ~ ,,;,111 !i!~B !! H cr: w 5: i , Iii , " 1 II I 1, . ~oiIlll I "' ,I "~; ~i;; o al il.!'U 0... (f) <t -.I Ii; ~: , ~ ; ~ ~ !~ '. ~ ~.~! g~ ~ 0 A ~ ~ z' r " . ~ UJ z II :2' ::t -::J C' z 3: , '" 01] co Z 7' <1: >- 2 C <1: is ,- -, z :2: Q :> Cj rY LL L 6 0 U] <1 ~O U, :::J Le, c= ,~ rr ~ ,~ Z , ,~ [( f- U ~ G1 C) :::J .c; ~et f- Ld <( 0 C., LeJ f- > " L ~g 'C VJ 0 ~, 'et ILl , <: ~-') ('; ~ () > rn " rn z n z 2 , ,~ ,~ ,CJ >- Z :--J (~I' Z :2 'f 0 01] , , 'l: en ,~- L __J W f- ,~ Q' <1: <( <[ 0 oJ c= <1: , = .;: ~ rY 0 , 1 5 <f 'I 0 () rn <r. ~ ) UJ " <C ~ ~ 0 u t:J ~ 0:; ,oj i r.r ,] - "j u :so I ::t u 0 f- 'l: ~ J W 0 W <( 0 LL en z >- ,] <{ Z u 0 ~ '" ,~ Gl , "7 0 ~" Z ::J C1 (fl .2 ::t '" 0 C :2 rr:: , z u ,- w ~ C U 'l: Z CJ 'l: <( <( 0 > :2 'J 1- " -----I -H 00 '" + m n -H ~ '" + N n . 0 , ~ lL II II 'I . . , . o g > < ,< z, ~~ 2'f" > " o if2 ~ -, . ,",N>!> ""-.-t " 0 UU"'" ;1CS@ ~ ~i ~ ~ g o ~ o z "0 ,':;2 ;l; ;>.<r''''' II Y':;';" rr II II -"'H " Ii I o . , 0 II . , '" 0 I! , I' 'J"ll . ~ , 0 x . . , , 1---- CJ -I -H r-- 00 + 0 N . . . , , o g 3: u:- ~ ~i o N cJ o ~ ~ ,,"z o u ~ , o . , ~,Ij p;; 5 ~': <, ~'-' :, :;.'i .. ~~i3 "',\V1 o . , z o <1 ~~ ~~ . , ~ , ,6:F. '" '~ I~ lJ VI " w ~wOGm f w~d 8 ~~WO~~~O ~()Zrn~~ 0 > '07 VI~QDZ1 y~ OWlY i- :::; Vi s: ::.J I, ,;C :L J i- --.J _ _ .d 0 0::: Z 0 6~I~~O:::W~~~~t~@o~wg~~~~c~ ~~:d>5:~;;~J8-LJ6~U;i::SVI(U Q d~ :~ ~~GJWO~yn~VlOVl ~l ~1WG~<~ ffi~z~j2j~~~~6gd~~b~~~~~~ (j lfJ 00 <l:.c(j ---1 (/1 (L -: () <:( 7: II" (J C'~ 2 (I,D ~ U ~ ~ <J: O.J -i BwuJ4 ~ <:l U!() (1.,> L Z_J (".j2cL2Cl ~8~~Clr~; ,Oct: l'j ..LJ(t'QC5~..1 ~Cr:I-'-''=-')=J 2::cif-;;O<l wCl. n::: ~ <[~I () ..JCLU f--WIl::Vlf ,_ LeJ_,JO(i o I 4: "": VI ~ 0 ~ Ct:: Il:: >-- ..<':f.-U(, ~ U7nnrll- .,-:-;; ;..:: "" ~ ~. '" iil ." 0 ~ .., a j g ,! I ~ ~; ~ ' ~ ; ~ ~ ~ I, ~; ;; !I,~;,;~ ~~~~,,~~ ~Hn~~ ~ Ii ~ o , ~t ~~. 8~' ! ~~h 8~i s ~ o . , ~ ':' o . , o . , ~ ~ !;' ~ ~ ~ o , '" " ~ '" ~~ ~ '" gi=' o ~ ~~ o ~ ~~~ 0_ Ln 1 ,_, lEI I w' &LI' ~ i 1 '0", \-- --"d Or,,,!!? ~~~1: ~2~~ !H~~ G~og ~O"'O ~...g,~ :tit~ G~:l ~I~~ ~~I~ " o~~~ ~,gl:;~<t ~~~~~ 5!~~~~~ ~~OOO~ ~5j~:~ ~~~~b6 ~~~~:~ ~~~~.i~ ~t!~i3:='Q wi':'ij>-.;:;~ ~1S~d~~ U~~~@ jij~~~g ~::iih~(] ~' W,~"~e" .i1i"-Vl--'OV> t; z _ i , o ~ ~~ w, ::"::J ~ o > w ~ ~~~ i~~~ ~~~~ ;~t~ U~~ ! ! w, ?~ ~ \ n\ it ~ 1'i':J~f if '" ~h:; ~ 15 [;<>:i ~ - ~ g~~ & i >!i ~ ~ , , i < " ,0 :~ Ww ~m _ w I g: D< o :r: ~ u ~~~ '" ""z 1-1- W ",,0 W "'-' ",,-' c:: 0", Wu >"" ""rn (L z ::> ~~ '0 Zo 86 '0 OW ", Ow '. ,0 ~: Wo i o < I ,. w ~~ , ! I; w . ~ " g;ct ~~ . ~~ z~ ~z . W', j ~~:'" 'd"'~ltl;i e~~~~ 2;';5~~ s . dJkb"", IFi H ," III ~: III IlL''',)', ~II lb "Tf'i4 f'F dJ , o I ~ i '~ l. ~~ 'i~ ~'" .. "'~ ':'f~ ~ ~~ ~ ~ ~~ :/IW! ll, .0 ~~o ~~~ o;;t"' ~~~ ~~8", i 3[~@ ~Ql::j ~s~~ "-~"' "" ii~'~ ~~:,t'; ~~~ ~ C:~~~3 ~!il:O,=o 6~~::;~ ~::lO ~'" ~~~i~ ~~f~~g :sg,',~ g~gH I ~~ ~i~i :,:~ ~ ~., ~ H ~ WO E!;;: ~ . X g . c , ':JH ~ ;;I~if%>- ~~1~ti:~~ "'0>: 0"''''''- i~~~~~~!; ~ ~u ~ "-un_i<u,,,:!;Oc> I ~6 g~ \ -" "" 1-. < " -bl ;:'~ /"", -'''"~" o~ ;~:,""';~ ~8 . '0 g~ .' ~f5 .~ " ,8 .. o ..J ~E :3; D~g;~~;;i'J! ~~~~~!i~~ 0 ~'" i ~~f5:; j , 8~~~ ~i~~ <0(1)1::> W N'~" ]J~0~~16!2- d 00 ..n"'~'N .\(-" ~ ;;' l" i$!~~ ?i~~_ 2~~ ~@'5 ~~~ , "' ~~ 8~~tt ~~I!'''' '< H~~ ~ S~ ~~ "'5;:'~ Ii;!, ~ _,,0..'" , . 0 -I:"'t--~ ','t",< ~ 'tt, ! _:m~ <I' ..n~,",~ ,,'l r< ~ ~ , > , , > , . ~~ ~ ~~ 5 !i n " ~ c~ !'i!.! ~i~~ ~~ ~~t'!~ ~~ "P~~ !l!i ~3'53 g", "" .~l ?~. 101'" 11 o "," " ~ i , , iiQ ~ ~ ~~ ~~ ~ J ~ I " :o:~ ~~ ~ " ~ ~~ z " , . > '" . "'. > , " Z ... . "' ~ ! '" 0 !: ~ " . W Z W U ~ E' ',' ~ ~, ' . ~ ~ ~ p ~ I . o. ,. ~I ~~ . . ~- z~ , b ~;:: o z i << i I ~jl I ,H! I J, U< . . '1'1 I ....1 " olI!:i.!. ~ ~ ~liil . ~. , . ~. , 3 ~ . ! ~ , ~~ ~ ~~ ~~ " Ie i: I! l ;t ~i i~ 91 I;~ J~ i~ i _ ~ ~~~:g ;~ ~ I I ! i~~ ~ "'~ ~ ~ i ~~~ t~ ~~ u ~ m :: ~j~ ~~ G~ S: ~~i ~~ l~ ~ ~ ~ III II II I I I ~ ~~~~; ~~ 2~ ~ ~ ~~l:~ ~~ ~ ~ ;~!: ~~~ ~~ , , ,I, '0 "'S1w -001 ::J'" ,., ". '1 :~:i ~~~ ~"e h~ 5~g ~~~ ..n..'.....o, u ~~ ~ :3 ~i ~ ~i ~ \; 1 , Ii ~ y ~ , ' ~ i -' "" I- W ZO ::;:{ c.:>~ "'zZ "'::: Ww ~(f) "'''' W 01- WW ",,,, ""0 -'z ~"" "'w > -' "" > , ! I ! * i ~ <3 ~t 8~! ! ~~h ~~ i ~ ~ 'I' ",1:. j' " " !; '" i~ t:! ." <3" l'?' ~ ~ ~~ 8m "~ 0< ~I ~:i o~ Wo ~ o~ o~ O=>ui g::;~ ::J~a. tfl:;t:?c 6>0 ~~E g:~3 w~i) ~~, o<w "" > > , Cl Z C) ~ I o . r -" {j Z ~:'1 ;g o L Cl n ~ p < ~ ~ OJ o ". " '" ~DDDDBO ~ 2222'2 ~ z tfltflVlVl(fl 0~~~~~ noono ;S 4-4-4-4-4 i2 (J'-!>l-lN ~ 8 I I I I I .... '-~, ---<~, <:) vi ~~~i!ff 000 z Z ~ ~g~:: s ~~~~ ~ o~> ~ > :0: 8\Q::t~ ~~GO:: <3<0"1<: ~~~~ <:;>13:<:- It''''''l.1 ~~~~ Cl ~"<~ 0::l6;"':;1 ~-<:fii<:i ~'ri!':G ~~~~ ~~8~ 8'::;2;=1 i:~8:t ~ :?::; ~ n o c:: z ..; "' n o 0:: 0:: Ui ~ o Z '" '" CJl DII'JDDDDD '0" 000 zzo .~ ~ ~ " "~, :~~ ~~;l ~t;;?" g:SlE: ".' ~z!'1 i;tz " MO - .. z g: ~ ~ !:15.~ . ~ o ! ~ g " 0 " 0 " " > " , " 0 0 0 0 0 , ~ > ~ . . . , z C z ~ ~ w ~ z ~p o -. -f>.;;i " IOO r , o '!'g o~ ,0 8~~ fTl:;j!:"1 5 ~ :S ~ ~ o z CJl ~ 3' In:::::: ~ ~ '" ......... z ~ n "' ......... G " ......:=e= 0 o'...~ M !;-:r~m c;1 ~ , x " 0 a ~;:-:>j ~ ~ g :'1 ~ ~ I; ::r c: to t-' ~ g 85 S ~ '-' , N~~~ "Cl " a-. "';>> OJ ~ iil ~ z;:: r; , i ~ ~.~ 11:' r; I Z<Jd>~h >- ~~(J]MSfjf; ~ z l r]. ~ z '^ '" '1f;;@;l)---<g . .-:0 ?;.If):I!i:~_''J 'i:l lO ~. ~ OJ " , '" ~~:r:S:~>:: ~ :~ '" ~:.i:;i{f){; "'0 OJ -.,~~~~i: ~ : ~ [ ,. " , 00'" ;:,,"~=.()ili tr:l 0" ~ ~ ~ 1'" ~ 2 N ~g:=;:Zi:' t:l " " ~~ 1 ~ o~ iGi20lJ2' >-:.j ,~ 0< -:;;:>: OJ I 3'~5:g;J 0 ~ 2: ::: ~ ;$i---<\!:l~:;:O ~ ~ ~ :;j~ ~ ~- ,~ .~~ ~~ p.!:;J ~g m c, n ~ 0 ~ ~ " ~8~<=~t> ~ " Z o lnll ~ V)t--< o "3 ;J:.. o V) r: a ~ 111C:::: ~ ~ I ~ ~ t--< ~ t-< '- ~t-<~ ]--...,~ 2<: ~a ~ -I ~ >--" ~ '""-3 <. () ........a ~ ........ ;0 oV) ~~ Q C"") ~~ at--< ~ CJl '" '" 0 Z n i': ". ". ~ ..; 0 0 ..; 0 ~ ~ " c:: > z is '" Z z ~ z ~ ~ ~ '" ~ ""- 0 CJl ." ~ ~ '" 0 ~ ". ~ ~ '" 0 0 0 0 ~ > ;; > > > 0 M M IIIIIII ;:;~(')~O~--j0;>>C: 8 t'1~b,..,~>~!ili.J< ~, 9....~;;~~~~~;iJ ;;J g~~~~;:;;;~~ ; ?;;;jg~~~5~~ ~ ~~3i~~r;:;i3i'-;:; L;2 o~"'3i e r- me:: ~ c""'''' " 5~;;' ;:: L ""f.i -- ~ ;2 " < n z ~ < > ~ OS ~ ~ "1 ;1" ~~ ""1 =-- ~ lJ r- }> < V> o .." lJ ;Q o lJ o V> 111 o , '" !01 0 i ;~ ,< ~ i'.1 . < 'g ~ )> ;>J ;;: 0 ;>J " r m ~ X rn !!I~ I~ 0 )> --i ,I ~8 ;>J )> h ~ ;;: ~I "1J 0 m --i ~ r 0> ~ ~~n~ ~;;~~ ~ ~~~ j' ~ ~ ~ ~ ~ zo , l; S,. " ~ '0 '" ;; ~ z ~ c < t~ - - . - ;..~ ~ :" o ~ ;~ ~ ~~ ~ ~~ ~ ~i 2 ~~ ~ j~ , ! ~ t ~ o z 5 > S ~ 00_ .0' ~~~ ~s~ 8~6 ,~ , < ! o r ~ ~ I l o J"".-;::; I~!ll !f;1"'1ll'" !~,!, ~~5~ 19 , ,1 i "I , Gl , ,III mrn )> ;g F;;g ~ ~r;1 ~ ~q~ 2J~~ )> 1; Jlo rii~)> z:fJ(fl .::~;u (j) ~::o8 m-is;:.' o <0 zrrl o Fiie;g ujAl '" Q o ~ "7 ~ , I & , ! I l ! ~ ! f~ 0 , ~ h ! , :f . 1 OA " ;;: ~ z <I --i m " m " ~ ' m . Z ~g ~ " ~ )> ;" Ii' '" r:-g Z ~ "0 ' . 0' 0 <5~ ' < 0 . U1 ~:to- m . 2- (,;,2fil ;>J eI ": <l ": 0 m '1 m )> " ~ " '/ 0 ~ " ~ . . m 0 . , . , m . 0 ~ . --i , . , ~ , , , , a r m < (f) ~ 0 'I 'I e 'I 0 " > :g<= ~6rT1 <g:);:o g)~~ m<' " o<m c em' w )>ZI ~ ,- --10 -r , m 0 " " '" 0 ~ , , 0 ~ , w > > z " z ~ ;>J ^ 0 ~ 0 "1J . , :00 '" " , ~ )> N Q 01" ~ ~ :.... "1J ~ 0 r" 0 '" m g m < ~ --i Q 6 ~ om' ~ "" 00 " r " m" m C mm m W m< i ~ m> m o~ wo < ,m 0' , OVl ~> zm ~z ~ mm Oz <~ , m "'."li' .;~hj .~ ~!~~, !f..~ '~l ;;~u lll!;/ill ;-l,if!lii i'il..!1! !l,l~i'll Ihlfl'i! il" j~ !~_ "llUl,' : '1..' :'I:IU' [!il~-J ~!~il~''l ~!I~.I: ~~~l!~~ s.' , , ! , n , ~ ! , , , i ! I ! i I ! 0 g I ! , z )> --i <: m "1J r )> Z :j z Gl (f) o m ~ r m z o 0 c " ~ , C/Hll IUlOOI ~~6E96 O~mO~m ~~ ~~ +.., +-1 ....)> "':J> 0-1 0-1 -16 --10 Oz Oz m"" mN Zo z.... 0+ 0 + ~? ~ ~ :r" I'U j;lp j;r,t;: gs~ ~~ otj otj m ~ "';;P;::~~~~~ .."'~~;::~;-;: ~.::.::t~!:;~~e. ~;;~i:"~~e2 ~ i:I :.:j ... :::. e;::. ~ - ~~ S.~:: i::: ~ ~ ::: ,., ~;:;- ~ '" a _.~~~[~:. ~ ~~ ~ - , ! :;;. l"W:::~$!b'g=(') g.;.;'~~;i~e 8::~~~;i~~ ., <'t ==:; ~ ~ 1\1 Q.~"~~"'~~ ~ ~ ~ a ~ ~ '" ~ >- ~ . < . ~~~~~ ~ ~~~ z o ~ m m" I~ ~z ~ ~z mQ <m >, ~I 0" zm " m . , 8m - , o z o m z , m " if "" . ~ :c " .; lOA Co~Cmmty_ Adninislralive Servioos Division Purchasing Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 ADDENDUM Memorandum Date: January 11, 2010 From: Brenda Brilhart, Purchasing Agent To: Interested Bidders Subject: Addendum #3 -ITB #10-5198- "Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal and 2) Lely Manor Canal West Outfall (North & South Sections) The following clarifications are issued as Addendum #3 identifying the following change for the referenced bid: ADD: Borings Report for Lely Manor Canal West Outfall (South Section). If you require additional information please post a question on the eBid site or contact me (contact information above). c: Shane Cox/Margaret Bishop, Project Manager Enc: Report I I I I I I I I I I I I I I I I I I I GEOTECHNICAL ENGINEERING SERVICES REPORT LEL Y MANOR OUTFALL WEST Collier County, Florida Allied Project No. 48-6681 Prepared for: Mr. R Shane Cox, P.E. Senior Project Manager Storm Water ..a.....nt Dep8rtn1ent 2885 South Horseshoe Drive Naples, Florida 34104 December 30, 2008 lED 5850 G& it! lOA 1 I I I I I I I I I I I I I I I I I I I I I I I I I J10A ;'1:;,\:,-'; 5'::(> ( 'qq)1ndr;~)H \ il",L 1,"1 \h',-h. j iur;d~i JYiO';: L., i'd':'., ;\iH "". ,:':"'j ,_q,U-LB i:J<J;I',~-(dd" F\\ Hi.' I'v \' \iii,:I'!"-';':II\(jJing,',YIi\ December 30,2008 Mr. R Shane Cox, P.E Senior Project Manager Storm Water Management Department 2885 Horseshoe Drive Naples, Florida 34104 239-252-5792 239-659-5790 Fax SUBJECT: Geotechnical Engineering Services Lely Manor Outfall West, Collier County, Florida Allied Project Number 48-6681 Dear Mr. Cox: Allied Engineering and Testing, Inc. is pleased to submit this report for the geotechnical engineering services for the above referenced project. The scope of our services was outlined in our proposal No. 08-2138R2 dated October 8, 2008. The following report presents the project information made available to us, our observations of the existing site conditions, the subsurface geotechnical information obtained during our exploration, and our recommendations for geotechnical design parameters. Also included with this report is a boring location plan and the results of our field and laboratory testing, The assessment of the site environmental conditions for the presence of pollutants in the soil, rock, and ground water at this site was not included as part of our services. We appreciate the opportunity to be of service to you. If you have any questions regarding the information contained in this report or if we may be of further service to you do not hesitate to reach us. Sincerely; ALLIED ~fGINEERING & TESTING, INC. ~'J I; , 1 ," / s~rsana R Chilakala Staff Engineer P~I J D.LE Florida Registration No. 59716 Copies Submitted: 3) Addressee I I I I I I I I I I I I I I I I I I I lOA , Lely Manor Outfall West CL: Stonn Water Management Department Allied Project No. 48-6681 December 30, 2008 TABLE OF CONTENTS INTRODUCTION Page 1 PROJECT INFORMATION ...... ....... Page 1 .,.. Page 1 SUBSURFACE EXPLORATION ..... LABORATORY TESTS .. Gradation Tests. ..",. Page 1 Page 2 SUBSURFACE GEOTECHNICAL CONDITIONS ".".,....... GEOTECHNICAL EVALUATION ................... Suitability of soils as Construction Fill .. ,. Page 2 .. Page 3 Page 3 FOUNDATION RECOMMENDATIONS ...................................................... ,..,. Page 4 Spread Foundation... ...........................,....... .................'. ...,....... ........ Page 4 Sheet Pile Weir ......,....................,.................."...............................'...... Page 4 BASIS FOR EVALUATION AND RECOMMENDATIONS .................................. Page 4 Figure 1 - Soil Vicinity Map Figure 2 - Soil Boring Location Plan Figures 3 through 4 - Soil Boring Profiles Table 1 - Summary of Laboratory Test Results APPENDIX A Soil Test Boring Procedures Classification and Symbols APPENDIX B Gradation Tests J:\Gcotechnical Engineering\Gco Projcct\2008 RepQrts\48__6681.. uly Maoor Canal\4&+6681__Rl"pIYI.wpd I I I I I I I I I I I I I I I I I I I IDA , Lely Manor Outfall West CL: Stonn Waler Management Department Allied Project No. 48-6681 December 30,2008 INTRODUCTION Collier County Department of Stonn Water Management retained Allied Engineering & Testing, Inc. (Allied) to perfonn a geotechnical engineering evaluation for Lely Canal flow ways including proposed Weir Structures on flow way. The project is located in Collier County, Florida. Refer to Figure 1 for a site vicinity map. The purpose of the study is to evaluate subsurface soil and groundwater conditions and to develop geotechnical related design criteria and recommendations for the weir structure foundations and site preparation including the evaluation of the suitability of the excavated soils for filling and compaction. The results of this study are presented in this report. PROJECT INFORMATION Based on the infonnation provided by the Collier County Stonn Water Management Department and the surveyor drawings, the proposed flow way canal are approximately 3,700 feet long. One (1) weir structure is proposed between station points 2 and 3 Boring Location B-1 on Lely Lane flow way. SUBSURFACE EXPLORATION The subsurface conditions were explored by drilling four (4) Standard Penetration Test (SPT) and four (4) Hand Auger borings. The SPT borings were drilled along the center line of the canal berm. The borings extended to depths of about 16 feet to 24 feet from the actual ground level. The Hand Auger Borings were drilled to a depth of about 5 feet to 6 feet. The soil borings were perfonned in general accordance with the procedures described in the Appendix A. The number, depths, and locations of the borings were designated by Collier County Department of Stonn Water Management. The Boring Location Plan (Figure 2) illustrates the approximate location of the borings. The borings were drilled in December, 2008. The subsurface conditions encountered at the test boring locations are illustrated on the Soil Profiles (Figure 3 through 4), The test boring profiles represent our interpretation of the soil conditions encountered based on the driller's field logs and visual examination of the soil samples obtained in the laboratory by a geotechnical engineer. The stratification lines representing the interface between various changes in soil conditions I types are approximate. The actual transition between strata may be gradual. LABORATORY TESTS The laboratory tests were conducted in general accordance with ASTM specifications. The laboratory test results are summarized on Table 1, The ASTM method number for each test and the number of tests completed are presented in the following table. J:\Gootechnical Enginccring\Goo ProjlX.1\2U08 Rcport,>\48",668 I ~ Lcly Manor Cana1\48-6681 ... Report wpd Page 1 I I I I I I I I I I I I I I I I I I I tr I 04 \ 1 K4: ~ ,~. t"t\i;f Lely Manor Outfall West CL: Storm Water Management Department Allied Project No, 48-6681 December 30,2008 Test Description Number of Test ASTM Test Method m Soil Classification 48 D-2487 and 0-2488 ~~ I---'"----~-"-~--"-- - Gradation Analysis 3 D-422 --- "-- !-"- Percent Passino No. 200 Sieve 3 0-422 and 0-1140 Gradation Tests A total of three (3) gradation tests and three (3) percent passing the No. 200 sieve size tests were performed on samples obtained during the field exploration program, Material passing the No" 200 sieve is considered "fines" and will be either silt or clay. The percent passing the No, 200 sieve ranged from 19.5 percent to 25.1 percent. The particle size distribution curves are presented in the Appendix 8 and the test results are summarized on Table 1. SUBSURFACE GEOTECHNICAL CONDITIONS The subsurface soils have been grouped into 6 strata. General descriptions and depths at which these soils were encountered are presented on the Soil Profiles. Strata 1 Soils consists various shades of brown and gray clean fine SAND (SP) with traces of roots and gravel. These sands are very loose to loose based on the SPT N -Values. They are encountered from existing ground level to a depth of 8 feet in boring 8 -1, from existing ground level to 2 feet in 8 -2, from existing ground level to 4 feet and again from 12 feet to 16 feet in B-3, from existing ground level to 2 feet in 8 - 4, from existing ground level to entire drilled depths in hand auger borings HA -1 to HA - 4. Strata 2 Soils consists shades of gray lightly cemented to well cemented coarse SANDS (SP- Cemented) with trace of gravel and shell These sands are very loose to very dense based on the SPT N -Values. They are encountered from about 10 feet to 14 feet and again from about 16 feet to 18 feet in B-1, from about 4 feet to 8 feet in B -3 from existing ground level. Strata 3 Soils consists shades of gray weathered LIMESTONE (WLS) weathered to fine silt, sand and gravel, trace of shell. These soils are very loose to very dense based on the SPT N -Values. They are encountered from about 8 feet to 10 feet, again from about 14 feet to 16 feet and from 18 feetto 24 feet in B-1, from about 6 feet to 16 feet in B-2, from about 10 feet to 12 feetin B-3, from about 4 feet to 16 feet in 8-4 from existing ground level. Strata 4 Soils consists of gray slightly clayey SAND (SP-SC). These sands are very loose based on the SPT N -Values. They are encountered from about 2 feet to 4 feet in 8 -2, from existing ground level. Strata 5 Soils consists shades of gray and brown very silty SAND (SM). These sands are very loose to medium dense based on the SPT N -Values. They are encountered from about 4.5 feet to 6 feet in 8 -2, from about 8 feet to 10 feet in B-3, from about 2 feet to 4 feet in B - 4 from existing ground level. J:\Gcote...imical Engirna.'I'1ng\{Jco Projoct\2008 R..."p(lrts\48,.6681nLdy Manor Canal\48-6681.Report.\\pd Page 2 I I I I I I I I I I I I I I I I I I I lOA ."" Lely Manor Outfall West CL: Storm Water Management Department Allied Project No. 48-6681 December 30. 2008 Strata 6 consists of a gray LIMESTONE (lS) layer, encountered at about 4 feet to 4_5 feet in B - 2, this rock layer is moderately hard based on SPT N-Values. Groundwater was encountered in all the borings at the time of drilling, the depth ranging between 4to 5 feet below the ground surface. Fluctuation in the groundwater level may occur due to rainfall patterns, seasonal temperature variations, and construction activities. The soil layers containing a high silt or clay content that could be considered as confining layers were not encountered in our investigation program, GEOTECHNICAL EVALUATION The geotechnical evaluations for the proposed construction site are based on the subsurface soil and groundwater conditions encountered during this study, the project information made available, our site observations, and our experience in the vicinity. The test data has been evaluated using established correlations between geotechnical parameters and N-values similar with those recorded at this site, laboratory test results and the observed performance of similar soil types. Suitability of soils as construction fill The near surface sandy soils, Strata 1 through 5, may be excavated with normal heavy earthmoving equipment such as large hydraulic backhoes. It is possible that excavation of hard limestone layers (stratum 6) may require blasting or trenching, if thicker than 3 feet layers ael be encountered during excavating. The strata 1, 2, and 4 soils are suitable for use as embankment and structural fill materiaL Roots and other organic material encountered during site development and excavation should be removed from proposed fill materiaL The soils extend below the water table and should be allowed to dry prior to placement and compaction. This can be accomplished by stockpiling the material and allowing it to drain, or by spreading it in relatively thin lifts on the surface to be filled, and allowing it to dry prior to compaction_ The strata 3 very silty, sandy and gravelly weathered Limestone layers (WlS) are not suitable for backfill or structural fill, This strata of soils may be washed or screened to improve suitability. The strata 5 materials consists of high percentage of silt and clay fines_ The material with higher percentage of fines may be readily mixed with the cleaner sands to improve the workability of the soils_ The limestone layers (Stratum 6) were encountered in only one of the boring. The depth of these limestone layers are between 4 feet to 4.5 feet depth from the existing ground level with the thickness varying from about 0.5 feet. Trenching and blasting may not be required. Typically rock in this area consists of moderately hard "caprock". This rock is typically found as large fractured boulders. Based on previous experience with projects in this area, it is our opinion that this rock may be excavated with large track hoes. However. the larger boulders may be too heavy for small track hoes, backhoes or drag lines, J:\Geotcchnical Engineering\<ko Pmject\2008 Reports\48,. 6681__ Ldy Manor Canal\48-6681__Ri.--port. wpd Page 3 I I I I I I I I I I I I I I I I I I I IDA '1 Lely Manor Outfall West CL: Storm Water Management Department Allied Project No. 48-6681 December 30, 2008 FOUNDATION RECOMMENDATIONS Based on the information provided by Collier County Storm water Management Department, One weir will be constructed at the boring location B-1, the weir would be either the conventional concrete weir with spread footings or by driving a steel sheet pile wall with or with out a reinforced concrete cap will be placed on the top of the sheet pile wall. Spread Foundation The recommendations included here are based on the information available now, since the weir design information like the difference in water levels on either side of the weir or the weir top level and weir section detailS are not available. Our recommendations are based the soil profile at the proposed weir location. The loose sand supporting the weir structure may settle and allow negligible loads to be applied on these soil layers. In order to provide the spread foundation for the weir structure, we recommend the soils below the foundation level to be completely compacted to a density of at least 95% of the Modified Proctor Dry Density (ASTM D-1557) to a minimum depth of 6 feet below the existing ground level. The spread foundation system may be designed for the proposed structures, after the site has been prepared as discussed above, with a maximum allowable bearing capacity of 1500 PSF. Sheet Pile Weir The sheet pile walls need to be driven to depths sufficient to resist the lateral pressure imposed by the differential water depths. The piles should also be driven deep enough to reduce the potential for piping oflhe near-surface soils caused by the upward seepage forces. Based on the foundation requirements for the similar projects and the soil profiles obtained in bOring B-1, the piles should be driven to depths of at least 20 feet below the proposed respective canal bottom levels to resist the lateral pressure and minimize the risk of piping. The sheet pile wall should extend a minimum of 10 feet into the canal banks. The exact sheet pile wall weir design parameters could be derived only after knowing the actual weir and water levels in the canal both upstream and down stream, The retaining walls for the case of a vertical wall and a horizontal soil surface should be designed for an active pressure coefficient K"and passive pressure coefficient K". Walls that are restrained from movement should be designed assuming an "at-resf coefficient of lateral earth pressure, K". A triangular stress distribution should be assumed. The estimated values of pressure coefficients are presented in the table below, J:\GeQteclmical Ellginecrillg\GCOProject'2008 R~\48 . 668 J. Lely Manoc CanaJ\48-668! __Repod wpd Page 4 I I I I I I I I I I I I I I I I I I I , fLn ..1J~ t_~1 ,>i t, '1'.1" Lely Manor Outfall West CL: Storm Water Management Department Allied Project No. 48-6681 December 30, 2008 Moist Unit Internal Coefficient of Earth Pressure Weir at Elevation Weight Cohesion Friction >-- Boring No. (feet) (pct) (pst) Angle K. K. K, (0) - ---.-..-" ----- - 0-11 105 0 29 0.50 0.347 2.88 .. - -......-- ---. B-1 11-18 110 0 30 0.50 0.333 3.00 18-24 115 0 32 0.45 0.307 3.25 Please note that no rock was encountered in boring (B -1) the weir location, however additional borings may be required across the canal at the weir location to confirm the same. BASIS FOR EVALUATION AND RECOMMENDATIONS The evaluation and recommendations of this report are based on the information provided and the soil conditions encountered at the specific boring locations. These recommendations apply only to the specific project and site. If there are any changes to the project information discussed in this report we should be contacted to review the changes and modify our recommendations, if necessary. The construction procedures and geotechnical conditions encountered should be observed by experienced geotechnical personnel. This is necessary since the conditions encountered in the soil borings performed for this study could change between the borings and the conditions may not be the same as those anticipated by the designers or contractors. Additionally, the soils could be altered by the construction process. If changes in the soil conditions are encountered or if the procedures are not adequate, this information should be reported to the design team so that timely recommendations can be prepared to solve the problem. Based on Allied Engineering & Testings' familiarity with the project, the subsurface geotechnical conditions, and the intent of the recommendations, we recommend the owner retain our firm to provide the necessary site observations and testing. We wish to remind you that our exploration services include storing collected samples and making them available for inspection of 60 days after submittal of our report. The samples are then discarded unless you request otherwise. J:\GeQteclmicaJ Engineering\Geo Project\2008 R.eporls\48_ 668 1 ,Lely Manor Cunal\48-668 1 , Report.wpd Page 5 I I I I I I I I I I I I I I I I I I I a.. <( ~ ~ z o > UJ I- (J) en Ci ~ 5l _ 0 ~ ~ ..- UJ 0:: :J C) LL. <:l d-~ ;"; : s~ .'- .. r~~ '0: - / ii: "1' ~ ~j, '"0 cr: ~ <0 (..) o E E 'C,I :t " ~ '1;. ~ '" 21 'ii cr: ~ lD ~ ~ '0 ~ :> .. I ,! 0; ~.. ;;. ,<O~ s ~ 5 " o '" "' no E j! ,.... Bayshore Dr lSUJ8:;j (jj I _ ~PAjg JO'\l03 o -"" " " I PAle l.b" "<J'101 ~-s.\ ~ " i ~ ~ IS 1P\J '* i< <t.'\i t\;""" ' '1 0 O~~'\ " I .~ is a f 1\1 i< '%> , ~ <b~ .5 <'" 'is-"'' o ~ r; ~ ;;; ill ~ ".. m co ';;:;.8 ~~ c,,~ Jo """1<>0 "'it> J>~ 'll ~ "Jo~ '.h >_ !Ve X" "~ ....lE'" J: E~ .,. ~" -<f.~~\ -J."''' ." <i;Jb-"'" 0: ~ (j TallO , o ~ ~ "Io~ Ii :;,:- lOA , g (j -f Z_l C) . Z~ I- (J) UJ I- ~:! o ~~ Z ~"1 <( ~~.. ~L ~ C) 2' ~ Z n.tf~ _ E 0:: " UJ ~ UJ :g ~ Z ~ $ ,n f .. 1;; V 0:: ~ Q)l'G Z .- E:i::g w wic7j~~cL ~ .2::'0 Z;; o R g...c:: UJ~OO;:) ~ u fij8 ...J .~ ~ ~ 2 - <i! ~ ;3 ~8 8 (; ~ ;, ~ i. <0 ~ ,~~ i3 ~ < '" ;;; Q .... l\l CJ N ~ ~ " ~ m ~ , ~ il ~ ~ => .co b >= " ~ <(WI- ~ o '" o :;; ,.~ 08 ",N ~'" 0'" !l!1O ,," 1-'" "'I- OW ",w <<10 ,.'" w W b z z 1 0 A '~' ! () ! ~ z . a ~ , ~ " " ~ ~ 'l' C9 i z I- , j (J) i , LJ.J I- !~ Cl ~~ z i ~~Zt <( ~. ; ',-, ' i"'" ',' ", '? ~ C9 ~, ~., .0t4.~ 'ii'" Z ., 1,::_: ' Q~~9~71>,i~c~;; a:: LJ.J ~ LJ.J Z . C9 i ih w z . Ui ~ii:. ~ LJ.J ! , cO Cl , , c, 0 00 LJ.J ~ " Ii" 0 Qj:iGi :J Ji '3~'5 -' I "~,, <( " 0 I ~ ! ! , ~ z :5 CI... z o I- <( () o -' C9 z a:: o I1l I~WI-I '" W W ;!: U. U. << ~ '" W ~ o 0: ~ >- e- z :> o <.) '" W ::; ~ Z 0 60<.) ~ ~ ~ <.) 0 ~ S ~ 0 '" W ~ UJ ;5; (t g ~ 0<<'" '" 0 0 e- z u. u. << << WI" .....0 in w e- O z ,8 ------------------- N LJ.J a:: ::::> C9 u:: TOA' ~ II , , , g I ! I " , I' , t 8 ' . ! ~~ e~t ~ I "'O~ ~8; ~ P ~~~ , , ~ ~ ~ ;'Ii l ll!" u I . : ~:; ~ ro !1',,""AS1l0.:'" , ~ ; M $ , ~Iil~"&\ Z 0 '" i j .. % " ! i ~ !i: ,; Di> , ,. ~ (9 i v . , ~ i :! * I I, T ! co: ,~ w g Z ". to:,. ~,." ii I- Ig wffig ,!!!l ~ , 0 , l ! (f) ~ . ill [ l- II 1 f~ ~f ! ~ 0 H' ~H '-H o'i , n , z !>:ilSl '1- ~ ~2 , E~ fH h! , " , <:( "- ~ ~ . .,' !! , ~ I In JQa 'II ~ I, I (9 ~, i I" " hi " z , I H <ill gl' ~ ; 11 ~ !H :.~h u2" !~ 0:: 1 ~ i ~ ~ ~:- ',"' So L~' l ill I Hi ml r . , Ii ,. ;;it ~ , ill ~ " ""'- ('i.H. , . 1">'1 CJ - m1!iJ 1-=-=1 I!RHJI z ~ ~lro e @ e '" e e (9 E U w g~~ Q, z I (I) ~lL ~ ill "Si , c c ~ 0 , il " , 00 ill ! " f;i" v~1S ::J t '3~:a -' " ~" ~I <:( 10 8 I ~ i u . r ocr 1<( W ....1 rWO N li:;j~~ ~",...<i. :!j~~if! ~: ~ ~I I - - " m re . " . . , "f ~&l! I !".'<I::::dWHIII~nlWHIU~nlWH[~~llIHlIIWjjll.ll1l ell ' "0 ~~~ e @[)j @ ~ " ~ r 00 i=~6"" N a.",Io::z ~f-,";l! ~~i=~ ~ ~a ~r-- -, - - . . " ~ . " , . C'l g~~ I I "l , . , .1::c':mllmNl~\ ' I ell iI:o'l?U . ~i5g e [)j @ @ @ e JJD'iS . r ocr rWO 1--'0"" N ...=It;~ ~~~<t ~~iE r ~ J!I... -'l ;1 I - ~ , . . ~ . N "',;UJ (f) OJ/o; I I ~:::IIUHIII~NIIIHIIIHIffiJlIIIIHlIIUHlllijNI_ , ;:;UJ::;; ill ell b'l?U -' N' , e 0@[)j@ @ l.L. ~~~ 0 0:: D.. r -' 00 rWO I-..JOo<: 0 ~. ti </ Q.=cr:~ wor ~ (f) 00' g:~ ~I I . , ~ " ~ ~ n~ ~ ~ ~ , ~ ~31~ m N , I I" . IIII~~~ . IDHIII~MI ' mAIII~NIUHIII~NIUHIII~W C"'"J co ~~~ ,..... , llJ beE e [)j @ @ @ @ @ ~",g 0:: ~ ~ ::> (9 l.L. 133:1 Nt Hld30 I , 1 I , I , I , I , I , I I , I , I , I , I , I , I , I I , I , I , I w..L" I , I , I , I I I I 1 I I I I , , , , , , , , ., ~ <0 ~ '" M N ~ 0 '"' 'l' '? 1" "I 'I' ';' or '\' 0 ~ N M ;;: <0 <0 ~ '" '" 0 '" M '" , '"' , '"' '"' ';' '"' ';' ')I "I ')I ')I ')I ------------------- 'I; " t, I" "II '!' it, :i: ~ d~ 3 111C1'l"^~1'OS:'" ~ .,. . ~ t ~ t. ~ ~ ; to! ,. I! = , , .' , II ~ ~~~~~~~ ii! ":l ~ ~ !O c , , 1 ~ . " ~ j : , ~' . ;;; ~ ~ ~ ~ ~ ~ g ~ ~!, ~~? ~ 1 i 3 @ H~' iB ~!. !'_ iH ~i~ ~P- i ."~ S!< I~~ ~~~ ~ ~! if' III Iii; H 21 nl"1 .,. " !~Ji Uj? ~u 1f ~, r l-l! II a 8 ~ -" e". .. ~ ~ II D~ fl'J::1I ~iL ~o ~~~ ll! ~ Ii HH ,i[ m " I' ,'<I c:.:J !IIIllIIIll1!!iI!iI!!!I1",'1 [tJ.Jlljj e @ @ 0) e e ~ , I ~ ~ v~ , > <(~ I~ ~ ~ , '" 1; , ~ <( ill I " 0 , , 0 en w ...J LL o cr.: ll.. ...J o en ~, N ~" <C ~~ I ~~ . 0 ~0 o ~ " ~ w' J: 10.2 ~ I ~i w " cr.: ::::J (9 LL 1 o '7 ':' '? " I !~ do ~ '" ,:"-,, ~ fu ~ .;.~," ~ ~ II ~ ~~~ ~ B3, NI Hld30 I I -; u;> , 1 ~ ,! " lOA I [ U! 00 ~f~~~ C> .. " .,. ::; z! f- en LU f- Cl Z <C <.9 z cr.: LU LU . Z " <.9 ~ t5 ! Cl !i LU ! ~ I ~ L ~ , . I i 1 II w ~ o ~ b ~ " 5 . I I 1- ~ I~w.-I "I ------------------- I I I I I I I CIl~ I- .;: ...10 ~u:: li!~ 1-::>.... CIlOm I!:!U<o ... ' >-.!! ~ ...0::= wOOO ..Jl-UZ ~~lf1) I-~~Cll LL.I>'O' ... ~~~ o6~ ~:s<i <(I: :;;'" :;;:;; :::>.2- CIlCll ..J I I I I I I I I I I I I ~ g lOA - (f) " ~ -' (f) 3: ....J :;; II) ~ (f) ----- -- -, , II :; "' &!;;; ~ ;;.: c"' 1-"' <> 5~1~ i~1 ~ '0 f-.-- l!! Cl c: o :;:; Q. 'C " .. c Cl '15 en u c: ""0 '" c: "0 I .. w~ ! ~ g::d I ~ ~ i t) -(;5 0-- E'~ I:;~ ::i ';; .s.g "0 - I....J 0 <U "0 u- 03~ ;~~ '0 .r.: CD _I ., ~ c: co:EQ") .c.<P-: ro om> t;J:5C1} f./} :>0)(0' mm> +>3:5> $~l5, ~ g___ _ _OJ N o z ---~ o ,..; ("oj ~ .,.; ("oj "" .,; ~ -f--.---- j --- --'"-- : ~ o ' ~ ~ <.0 co ,..; '" t~-,~ r-- N '" u:> N (") --- co ci .... ro uj '" u:> .,; '" -- ---- <> N ~ ;0 ro ..0 .... ~ i. -~---~ o z <> ... ("oj 0"- <<> Z t- 0 (() u:> ..0 ~------I----- -.... o ro .... -' Z ~ ('") 0 .... uj co :5;- 0.. c.:!! c- e-~-- . . Q.. fi~ <n - "" c: . .\:: 0 cilZ ~ N ~ o ~ o ' N 0 - - ------- .._--~~ co ~ ~ , u:> '" (f) --- e-,- -. (/) (f) ~ N '" m m m I I I I I I I I I I I I I I I I I I I IDA Lely Manor Outfall West CL: Stonn Water Management Department Allied Project No. 48-6681 December 30, 2008 SOil TEST BORING PROCEDURES The soil test borings for this geotechnical study were performed in general accordance with ASTM 0-1586 standard specifications. In the Standard Penetration Test a 1.4 inch 1.0., 2.0 inch 0.0., split barrel sampler is driven into the soil at the test depth with a 140-pound hammer falling 30 inches. Dependent upon the soil conditions encountered. the boring is advanced by rotary drilling procedures or continuous sampling. With either method the borehole is stabilized with a viscous bentonite drilling fluid. The number of blows necessary to drive the hammer 18 inches or until 50 blows results in less than 6 inches of penetration is designated as the Standard Penetration Test. The number of blows for each 6 inches of penetration is recorded. The first 6 inches of penetration is considered to be a seating drive and the remaining 12 inches is the Standard Penetration Resistance Test Value (N-Value). Upon completion of the penetration test, the sample retrieved from the split barrel sampler is classified in the field by the driller and a representative portion is placed in a sealed glass jar. The samples are then transported to the laboratory for visual classification by a geotechnical engineer and further laboratory testing, if necessary. HAND AUGER SOil TEST BORING PROCEDURES The Auger borings (AB) were advanced with a 4-inch diameter continuous flight auger. The borings were advanced by slowly twisting the auger into the soils. The auger is then pulled up vertically to expose the soil strata along the auger flights, Samples were then removed and classified by an engineering technician. The field log was prepared by the technician. Representative samples of each soil stratum were returned to the laboratory for further classification by the geotechnical engineer and laboratory testing. J:\Gootcclmical f.:ngineering\.(iw Projo..1.\2008 Rq>orts\48 _.6681 Lely Manor Can.1.l\48...t)68) ".Rt.lX'fl wpd I I I I I I I I I I I I I I I I I I I Lely Manor Outfall West CL: Storm Water Management Department ii A r Allied Project No. 48-S681 December 30, 2008 SOIL CLASSIFICATION CLASSIF[CA TION N- VALUE - STANDARD PENETRA TlON RESISTANCE TEST V ALVES. BLOWS PER FOOT CORRELATION OF N-V ALUES WITH RELA nVE DENSITY AND CONSISTENCY CORRELA nON OF N-V ALUES WITH HARDNESS DESCRIPTION COHESIONLESS SOILS SILTS AND CLAYS LIMESTONE RELATIVE DENSIlY VERY SOFT SOFT MEDIUM HARD MODERATELY HARD HARD MODIFIERS slil!htlv sandy s[iehtlv l!rayely with sand with erayel sandy. l!ravellv RELATIVE N-VALVE DENSITY N-VALUE CONSISTENCY N-VALUE 0-4 VERY LOOSE 0-2 VERY SOFT 0-19 5-10 LOOSE 3-4 SOFT 20-49 11-30 MEDIUM 5-8 FIRM 50-100 DENSE 9-15 STIFF 50 for 2 to 5 inches 31-50 DENSE 16-30 VERY STIFF over 50 VERY DENSE 31-50 HARD 50 for 0 to 2 inches over 50 VERY HARD MODlFIERS APPROXIMATE FINES CONTENTS APPROXIMATE SANDI GRAVEL CONTENT MODIFIERS 5% - 15% sliehtly silty slightlv c1avev 5-15% 15% - 25% with silt with clay 15% - 25% 25 - 49% 25% - 49% silty. c1avev J:iCJCOtedmical Engincering\Geo P'roject\2008 Repom\48~ 66&J __Ldy ~iaoor Canal\48-6681. RepoIt wpd ,,,,--- . ..-- I I I I I I I I I I . .............:.. . .~"M".n.."'m........ I I I APPENDIXB ' Gradation Test Reeuua I I I I I I I I I I I I I I ~ I I I ~ I I U.S. SIEVE OPENING IN INCHES 6 4 3 2 1 5 1 3/4 1123/8 3 4 6 U,S. SIEVE NUMBERS B 10 1416 20 :30 40 5060 100140200 I I . T II I I I I I _._-- ~ 1\ ~ 1------, ~ \ \ \ - \ \ .\ I~ " 100 95 90 85 90 75 70 I- 65 :c !2 60 ~ >- 55 '" '" w 50 z u:: I- 45 z w ~ 40 w Q. 35 30 25 20 15 10 5 o 10 01 0,01 0.001 100 I COBBLES I GRAIN SIZE IN MilLIMETERS ~~ medi:~_~_ fin:-l SILT OR CLAY GRAVEL coarse I fine Specimen Identification . B-1 5-11 20'.22' Classification eathered LIMESTONE, weathered to fine silt. sand and gravel (WLS LL PL Cc Cu PI >- c ~ Specimen Identification z t;. B-1 S-11 20'-22' ~ !f w o w ::: .. 060 1.217 030 0.163 010 %Gravel %Sand 0.0 64.6 %Silt %Clay 23.0 0100 4.75 IA ~E z ~T w " GRAIN SIZE DISTRIBUTION Client: Collier County Stormwater Management Oept Project: Lely Manor Outfall West Location: Collier County, Florida J b No,: 4 1 Allied Engineering & Testing, fnc, 5850 Corporation Circle Fort Myers, Florida 33905 239-334~6833 . FAX 239~690-1582 I I I I I I I I I I I I I I I I I I I 1- -~. U.S. StEVE OPENING IN INCHES 6 "3 2 1 5 1 3/4 1/2318 3 " 6 U.S. SIEVE NUMBERS 8'0 1416 20 30 40 5060 100140200 HYDROMETER I I I I I I I I -..-- I I \ \ .-- \ \ - -- -- " 100 95 90 85 80 75 70 I- 85 J: Q 60 w ;: >- 55 lD '" !;\!50 u:: I- 45 z w ~ 40 w 11. 35 30 25 20 15 10 5 o 0.01 0,001 100 0.1 10 COBBLES GRAIN SIZE IN MILLIMETERS SAND SILT OR CLAY medium fine PI Cc Cu Specimen Identification Classification LL . B-2 5-6 10'.12' eathenld LIMESTONE. weathenld to ftne slit sand and gravel IWlS PL <') g 8 '" Specimen Identification z i;;. B-2 S-6 10'-12' i" '" z w a w :; -i. ~ ~ " %Gravel %Sand 0.0 48.6 %Silt %Clay 25.1 0100 4.75 060 030 010 1.911 0.17 ~A ~E z ~T 00 => Allied Engineering & Testing. Inc. 5850 Corporation Circle Fort Myers, Florida 33905 239-334-6833 . FAX 239-690-1582 GRAIN SIZE DISTRIBUTION Client: Collier County Stormwater Management Oept. Project: Lely Manor Outfall West Location: Collier County, Florida J No,: I I I I I I I I I I I I I I I I I I I us. SIEVE OPENING IN INCHES 6 -4:3 2 15 1 3/4 1123/8 3 -4 6 u.s. SIEVE NUMBERS 810 1416 20 30 40 5060 100140200 HYDROMETER I I ' I I I I I I I 1\ \ 1\ \ \ >- - - .- \ ~ 'III " .. . - -- 100 95 90 85 80 75 70 65 >- :J: 52 60 '" ;: >- 55 lD '" '"SO z u: >- 45 z '" ~ 40 '" a. 35 30 25 20 15 10 5 o 0.01 0,001 0.1 100 10 COBBLES PL SILT OR CLAY PI Cc Cu LL Specimen Identification . B-3 S-5 8'.10' Classification Silty SAND (SM) ~ \' b g Specimen Identification z Ii. B-3 S-5 8'.10' w ~ '" z w o w ~ 030 0.203 010 %Gravel %Sand 0.0 68.5 %Silt %Clay 19.5 Dl00 4.75 D60 1.075 ~ '" !A ~E z ~T w " Allied Engineering & Testing, Inc. 5850 Corporation Circle Fort Myers. Florida 33905 239-334-6833 * FAX 239-690-1582 GRAIN SIZE DISTRIBUTION Client: Collier County Stormwater Management Oept Project: Lely Manor Outfall West Location: Collier County, Florida J b N .: 4 1 lOA .... eo'tt,. County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 Administrative Services Division Purchasing ADDENDUM Memorandum Date: January 5,2010 From: Brenda Brilhart, Purchasing Agent To: Interested Bidders Subject: Addendum #2 -ITB #10-5198- "Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal and 2) Lely Manor Canal West Outfall (North & South Sections) The following clarifications are issued as Addendum #2 identifying the following change for the referenced bid: A non-mandatory pre-bid conference shall be held at the Purchasing Department, Conference Room A, Purchasing Building UGH at ~ 12:00 p.m. LOCAL TIME on the 6th 7th day of January 2010, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. If you require additional information please post a question on the eBid site or contact me (contact information above). c: Shane Cox/Margaret Bishop, Project Manager lOA .,. Co~er County Adrninislralive Services Division Purchasing Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 ADDENDUM Memorandum Date: December 18, 2009 From: Brenda Brilhart, Purchasing Agent To: I nterested Bidders Subject: Addendum #1 -ITB #10-5198- "Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal and 2) Lely Manor Canal West Outfall (North & South Sections) The following clarifications are issued as Addendum #1 identifying the following change (s) for the referenced bid: Additional bid documents were added via Addendum #1. If you require additional information please post a question on the eBid site or contact me (contact information above). c: Shane Cox/Margaret Bishop, Project Manager j I ) J J J I cJ ] ~ J I I lOA Forge Engineering, Inc. Forensic, GeotechnIcal, EnvIronmental and Construction Consultants , June 1, 2009 Mr. Dan Brundage, P. E. AGNOLl BARBER & BRUNDAGE, INC. 7400 Tamiami Trail North, Suite 200 Naples, Florida 34108 Phone (239) 597-3111 Email: brundage@abbinc.com Subject: Report of Geotechnical Exploration PROPOSED IMPROVEMENTS LASIP Lely Main Extension Naples, Collier County, Florida Forge Engineering Project Number 135-015.02 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 April 24, 2009 and authorized by you on May 4, 2009. 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 along the proposed canal improvements site of the canal widening and to provide an evaluation for removal of the encountered soil. Environmental assessments or other studies were beyond the scope of our services. . This report has been prepared for the exclusive use of Agnoli, Barber and 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. ------------- P.O. Box 113040, NAPLES, FLORIDA 34108. (239) 514-4100 . FAX (239) 514-4161 . www.forgeeng.com 5884 ENTERPRISE PARKWAY, FORT MYERS, FLORIDA 33905. (239) 693-7813 . FAX (239) 693-7821 . www.forgeeng.com lOA Report of Geotechnical ExploratIOn Proposed Improvements FORGE Project No, 135-015,02 June 1, 2009 Project Information Our understanding of this project is based on previous discussions with you, some assumptions that we have made based on our experience in the area, and a review of project plans provided by you. You also provided a "Location Map", dated December 2008, prepared by your firm, which depicts the desired soil boring locations, J :1 .1 I We understand this phase of the project consists of widening and deepening the existing subject canal from Doral Circle to Rattlesnake Hammock Drive. We have not received any information pertaining to the proposed box culvert/weir structure, although we understand it will be located at Station 19+50 along the canal alignment. We have not received any specific structural design information, although we assume the structure will exert a soil bearing pressure of 2,000 poundS per square foot over the foundation. Site Conditions The project site extends along the existing canal approximately 300 feet south of Rattlesnake Hammock Road (between Stations 10+00 and 68+92,54) in Naples, Collier County, Florida. The ground surface elevation on the north bank of the canal was approximately three to six feet higher than the south side along a majority of the canal, The appended Site Location Map and the Site Vicinity Aerial Photograph and Boring Location Plan present the site relative to its surroundings J .J J I Subsurface Conditions The subsurface conditions at the site were explored with four soil test borings drilled to a depth of 15 feet below existing grade at this site. FORGE located the borings in the field as close to the existing canal that could be accessed by our drill rig. The approximate location of the borings is shown on the appended Site Vicinity Aerial Photograph & Boring Location' Plan. If more exact locations of the borings are required, we recommend a registered surveyor be employed. An engineer from FORGE classified soil samples obtained from the borings, 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. Page 2 of 7 I , - -~ -~ -""",' ~ lOA Report of Geotechmcal Exploration Proposed Improvements FORGE Project No, 135-015,02 June 1, 2009 I I I '1 GENERALIZED SOIL PROFILE _._~- DEPTH (FT) FROM TO SOIL DESCRIPTION USC(1) 0 4 SAND, with variable amounts of Silt or Gravel SP,SW SM 4 8 Medium Dense Silty to Clayey SAND with Gravel and SP,SC, occasional Roots SM 15'"' ' . 8 Hard LIMESTONE (Caprock) NA 13 15(3) Very Loose to Medium Dens Silty GRAVEL with Sand SM,GM (Weathered to Soft Limestone) (1) Unified Soil Classification (2) Encountered beginning at 6 feet below land surface in Boring B-4. (3) Encountered in Borinas B-1 and B-2. on Iv : I :1 , I ., The groundwater level recorded at the time of drilling was about 7 feet below existing grade at the time of drilling, It should be anticipated the groundwater level would fluctuate due to 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. j , ,[ ,. J 'I Canal Expansion Our experience with similar subsurface conditions in this area indicates the relatively clean sand layers encounterec;t 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. i , ! I' Page 3 of 7 """""""""""'i'i'iiiiii~ lOA ',. Report of Geotechnical Exploration Proposed Improvements FORGE Project No, 135-015,02 June 1. 2009 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, I '1 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. :1 ~ I :J I The soil borings completed for this project encountered a hard limestone (caprock) layer between approximately 6 and 15 feet below existing land surface. 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, we anticipate blasting will be required to facilitate removal. J :J .\ I Drainaoe Structures Based on the results of our geotechnical exploration and our experience in the immediate area, a conventional shallow foundation system can be considered for support of the proposed drainage structures along the canal. However, at this time specific structural information (bearing elevation etc...) was not available. Prior to final design of these structures, FORGE should Be contacted to provide final foundation recommendations. We anticipate that dewatering may be required during removal of loose bottom sediments and placement of the structural fill to raise existing grade in the canal to . finished subgrade elevations. The specific method of dewatering should be determined by the contractor and submitted to FORGE for review prior to initiating fieldwork. Recommended soil parameters for the near-surface granular soils above the caprock are presented below: Total Unit Weight, Ww At-rest Soil Pressure, Ko Active Soil Pressure, K, Passive Soil Pressure, Kp = 1 051bs/ft 3 =0.50 =0.33 =3.00 _I Page 4 of 7 I ~ - ~- - ~ -= - ~ - ~ ~, Report of Geotechnical Exploration Proposed Improvements FORGE Project No. 135-01502 June 1, 2009 lOA 'f I ) I I Coefficient of Sliding Friction, f =0.40 The remainder of this report presents our recommendations for foundation design and site preparation. Preliminary Foundation Design Recommendations The following summarizes our preliminary foundation recommendations for this project. . All shallow foundations for the structures should be designed using a maximum allowable bearing pressure of 2,0 ksf. This bearing capacity assumes the foundations are bearing on compacted clean structural fill. .1 Site Preparation Recommendations We recommend your foundation and earthwork specifications include site preparation sections similar to those presented below: . Remove all loose bottom sediments and remnants of deleterious materials in the canal for a distance of at least 5-feet beyond the perimeter of the new construction. :J :l J I . Compact/proofroll the existing site soils until they achieve at least 95 percent of their Modified Proctor maximum dry density (ASTM D- 1557), . Soil backfill shall be sand with a Unified Soil Classification of SP or SP-SM. . All soil backfill shall be placed in lifts not exceeding 12-inches in thickness. Each lift shall be compacted until a density of at least 95 percent of the modified Proctor maximum dry density is uniformly obtained. J :J I .1 . All footing excavation bottoms shall also be compacted until at least 95 percent of the modified Proctor maximum dry density is uniformly obtained. . . Field density tests shall be made after compaction of the existing grade, at the bottom of the footing excavations, and in all backfill or fill to verify the specified degree of compaction is obtained. . The test frequency within the structure area shall be at least four tests for every 2,000 square feet of foot print area, per lift, with a minimum of four tests per lift, I I .J Additional Services Although outside our current scope of authorized services, FORGE should be engaged to review the project foundation plans and earthwork specifications. We would then Page 5 of 7 ,j ~ "~ " ~- -~~==~^'-:=~~~ ~r I -I q :I I .J J J .1 I ___J Report of Geotechnical Exploration Proposed Improvements FORGE Project No, 135-015,02 June 1, 2009 suggest changes in the specifications so our recommendations are properly interpreted and implemented, FORGE should also be employed to complete the construction materials testing on this project and visit the project during construction to observe the site conditions encountered and the construction techniques used. Our observations would then be compared with the parameters used in our evaluation Page 6 of 7 lOA j ...",'. :;"'1:1;1) <iiE+L;ilm%h2Eilli;~jjnjBlj1jjgh1g;j;jDi00;;Jlgjn/j:mz4ffijmjillj:: Report of Geotechnical Exploration Proposed fmprovements FORGE Project No, 135-015,02 June 1, 2009 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, I Forge Engineering, Inc. ~F~C~): 6_J-OCj Senior Engineer Florida Registration No. 54834 .J .1 .l \ 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 .J .l .1 J .1 J' lOA ~, Page 7 of 7 ....,.......:..."'.:~ I ~ ) . I '1 I I I I 'I : I I APPENDIX I. I , \ . ) .I , I \ ii I I J lOA '1" 'I J <1 '\ I 1 I ::I: i, !Xl :c- o. ~ ::J - ~ '<ii ~ 9 I Catalina Ct !;? () I!l- ~. '" :ii o f! :l ., -' ;;: '"C .a: OJ IV ~ ., 'S; n: Menton Ln I Rattlesnake Hammock Rd <ll 13 iJ "C Q ~ "" <S>~ "0 ft, \ I iP" Q; 9- , J <'~ Dr W 90 ~ I ::T 41 ~ 0. SITE LOCATION MAP o o c: ::J Cynthia Ln ~ !Xl 01 3 C ~seme <:l ;0 ~l1e c. '11ilgne Blvd c, o <ll !i c: IV .c: U Green /ov o 8: o :::::;" Il. '" 884 ~ ... (.) o (0. 0 ilV>rq e \.a~ *notwood Ln Ivywood Ln Glenwood Ln Driftwood Ln lOA Whitaker Rd ~ 'i'J(jJC/ Blvd Ro'l2i Cob~one Ln )> a ~ "t WfJ- ~<l'1 ~o') e;. ~-J> ~cfA OJ ,.. ,0 0:: Buttonwood Ln Rattlesnake' Hammock Rd 'Sto~ q; Augusta J! " ... (.) ZI f ~ .J >'l! .~ (j ~?,f {. ~.i '?,.. -? ~/ (' : f!oposed l",provements I . ~ ;:s..~, '\. is'~ ,tto Dunes CiIOe Q, \.' ~ ~ ~~ ~ '" 1< o ~ ;:j>....'l> ~ <94tr ~ ;f ,Lely Dixie Dr Confederate Dr l S BI'Icl 51 p.nclre-N :z .,,,,, "'0') II). <e>' 0'l>~ ~ ~" 0"". ":! ~ ilk '" O~l~ 9;. % <e>'-\ -s;P~ ~ c:; ill< .. o mi 0.2 0.4 Copyright \0 and (P) 1988-2007 Microsoft Corporation and/or its suppliers. All rights reserved. http://wwwmicrosoft.comfstreetsl Certain mapping and direction data C 2007 NAVTEQ. All rights reserved. The Data for areas of Canada includes information taken with permission from Canadian authorities, including: e Her Majesty the QUe&n in Rlght of Canada, 0 Queen's Printer for Ontario. NAVTEQ and NAVTEQ ON BOARD are trademarks of NAVTEQ, 0 2007 Tele Atlas North America, Inc. All rights reserved. Tele Atlas and Tele Atlas North America are trademarks of Tele Atlas, tnc 0,6 I 'j \ .\ '1 I I '1 , I lOA SITE VICINITY AERIAL PHOTOGRAPH AND BORING LOCA nON PLAN j I \ lit Number and Approximate Boring Location .1 ;.,' I I I I I I ,l J ------ Proposed Improvements i iForge I:'i Engineering, Inc. ,. Forensic, Geotechnical, Environmental, And Construction Consultants Lely LASIP Main Canal Extension Naples, Collier County, Florida FORGE Project Number 135-015.02 I .! '" " C) C .- ui 0 '2 .... ;; S c: C) ~ E 0 <1l . D. '(jj 10 ::J C '"[J .., '0 -0 II) c: .<;: .... .. ~ " (I) ~ 0 ~ ~ C (.) E u: c:i .c g '" ~ .. C ~ (I) UJ z :s ~ 'C ~ ;i- s: "~ 0 (ij .... 1 -' all ::s c: <: u ~'5 01 ... <1l ::l Gl III C. 0 0' Cl ~ .Q) en Q) .c () () J:- E E ... OJ l!! _-=s i=J ::s <: ~ 0- ..c::J!lC) tlW - en 'Cij ~ Cl 000 .c .. :2 '"6 c - 0 ~ l!! J "0 .c "C ~a:: aiClJ" '5 a "C Gl ll. (.J 'C o.&::0 >u..c::...J c Q) (I) III Gl P~g~J~ ",-0 rn '" Gl ~ ~ .!::! 0 :5 ~ c o~(jjj~~ffi 'C ~ c. '61 "0 ;0 ~ Q. ci !G'ooo(jj >- o~ >,lll C ~~~~~~~ .. ~ (I) Q. Q)Z w .. ....J (1')(.) ...Jcncn .3 " C Gl (I) Cl .. .. .. .. . 00 lD ... .. I --. . '" - .. en l:! C) 0 .. .. .. .. .. .. . 9 LL al 0 :g- ... '" g ~ '" z "' "' "'f .. .. .. .. .. .. .. .. .. '" .. .. .. '" '" .. .. .. .. .. .. .. .. .. .. --. --... .. .. .. .. .. ... .. - - - - al .. .. .. .. .. .. .. .. ... .. .. .. .. .. ... .. .. .. .. .. '" 0 0 0 0 0 .c N ~ <ri ~ .,; a ~ al - g 0. ~ ... '" ~ ~ .0 Z ~ "' '1 .. .. .. .. .. .. .- .. .. .. .. .. ... .. ... .. '" .. .. .. .. . . . .. .. - - - - .. .. .. ... .. .. .. .. al .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. '" 0 0 0 "' 0 .c N -i <ri .,; .,; ! al :g- . g '" '" ~ g z ~ "' "' "I .. .. .. ". .. .. .. .. .. .. .. .. .. .. .. .. .. .. ... ... .. .. .. .. .. .. --.--. .. .. .. .. .. ... .. ... .. .. .. .. al .. .. .. .. .. .. .. .. .. .. ,. .. ... ... .. .. .. .. .. .. '" 0 0 0 0 .c ~ <ri .,; .,; a - ~ al 0 ... :g. '" '" 12 .... '" ~ z iil ~ .. .. .. .. .. .. . . . '" '" '" .. .. .. .. . . ril .. ." .. - - - I I .. .. '" '" .. .. .. '" '" .. .. .. .. .. .. .. .. .. . . . '" .. .. '" '" .. .. . . c .c 0 0 0 0 0 0 a N -i <ri .,; ..; .,; ~ - - 0 :1 J J I I I J lOA ~ :1 Uj J I I J (spuc:oas~!w) Bu!U1JOIO~E!~aul!.l % '"Xepuf~.P!lSeld , v 8 8 8 8 ;:::! ~ it> a a ~ lOA ~" m o o m g on . ." ...",.,..,. ,.,..""....,.. ......-... ..','.....,........,.,. ...",.....'. ..,. ............ ......", ",."..,." .."", ., ,....",.,. ,.,..",...... ..".. ,...,., ",.......,.... .",.."...".,...,.. ,.. ."",.....,..... ..".....,...._,... ""'......,.-...,... ...,'... ~ % 'lIwn ptnbn i ,..."'............-"....--"..,..,.-.. ".....,.- ,.,..---.-..-.......,.,.."...-. ".............,-..,.--.....-..,.,. ........."--..-..-.. ... .,.....-....-..-.....-.."..--_..._......_..._..,.._.. ."'..........,.___.. ~ %'lLJalUo:):!!ueliJo ~ ... "".,..,....,........,...-,.......- .,.,...,..............,........-.,.....,.-....- .,',.,.......,..,-....,.-....... .'...,..'...'...........,...,-".....-....-,.....-,.......,..-...,........-......--.......-.......-..,....".- .-.,.."'.,- ~ % '~~O:J Sll\J1~ ~ ,*,'1U~UO:JJQlIM ....M............................... ............. m......_ ...................._........__..........._.................._.h...m_ ....._m...........................____.............__..... ............_....___........_.................._........_____._.._.....__..__..._ ~ ! , , , , . , I I , " ...._..__.._.._..._...~.I------_._.__:_-_._....:-_..__:..._.--.----.....-....~-_.._--.-........._.__._._-_.._.-.--._-....--.-.---.....-___ III ~ ~~ ~ 8.:;: ~ a 8.1:'1 2 , , , , , : o - 2 ~ . ~ ............. ...'..m......;;~_.......... ._..::..::...:.:_.~..~_~._;:...~:.~:-~.....~~: : -= : = .:_:_~~_..__...__.__..___________._._..__ ........-...-......-...-.........-.-.-....:.:....::......:.:.-:.:....:.:...:.:....::--::....!....~...!._.~-~..~-~._"!"...!:.~...:!'-!.__._............._..............__._.......-..-..-......-.-.........-....---...-.--.--. Olf<SW ...".,............. ...... ..... ."'......":.,....".._;".._.~._".....,.~....".....,.....-...,.........,.. ".,-....,-........,-.---..--.........-...-..............-........--.-"""""-'''-......-- p9Jllln CO (I) r:i. Cl ~ ........ .............-. _..........__...._..-......_.__._.~......._............._....-....._-.__.._.... .......-.......--......-.. .................................-.....-......... ............_._._..........._.._..._............_.~._. ~~w~ ~ g ..'....'-.-.-.:...;::.-...-.-.------..........--....'-.-'-....-.............'....-.-...........-..--.-.-..,........".....--...........--.....-.....,.-......-....,...- ~ i We .............. ...... ............................... .... ....-....... .......-- .....-........-......... ........-.-.............-..........-.-.......... ..-.----...-.-..........-.-...---.....-------.-......-----.. ..,........,-....,.........-.--.-.......,. ..-.......- .--- .,.... ....,..........-.- ,.......,.........-....,........, ,...-.... ..."'........-..........-,-...,..-..................-,.....-.-.--........,...'...............-,...-........ ! ! ~ ~ -llfi n ur---------- ..-..l-jl.-..-J---..--....TJ...-..-..-.-.------..---. -..--~-~ ~.........~......-.........-..ll...............-......--.. .... ..--- .. .. .. ......-....---. -""'-'-n~-~-li ..-- ....--..-1 i ..........----... --------..--..----- ~I ~ ~r----..-..-.--;T.-.~--...-..----..-...-..----.-....-.....--..-------.- . Ii _....- " * ~ . /!. ^ co 0 '" -.....- 0. '5 " on . . Ql ~ 0 0 " on , 1ii .~ ....--. 1U ::. " . ~ ~ .t ........-..~-l:.-. -- ~ e " a . . . ~ j - - i . ... -2 i i I ~ "0 . ~ i f E - .. . fi fi ~ E ~ ~ ~ . ;. "' , '" a 1! ~ 5 a ~ :'l " E -0 ::J ~ ~;5 " " 'E 11i In 0 '" E CD E CD > o -'" ~~ - It) 0..;; (J}' :s~ ;; ~ ~ Z E 15 => Ql Z '0 .0 a ~ o c OJ C 'C <D <D c OJ{l c -;:: w2 u.. <D .. OJgJ .... - o g. LLZ '] .\ I OJ ] J . J .J \ J " " (SpUOOes;S8lnU!l.U) l5u!lllJa !Oele~ltWU ........................._..HU.m........... ....._.......... .....M.............. .............................. 8 g 8 N aI CO) N Ci % ')(~pUI AJpnseld n ].._.._...~.:;;:;~-.;~~I~.._.._... <; j!!.'..........-...........--.................. ~ '" '1U9IUO~~!UellJo 2 S .."..".. ,..'-.......... ..",..........'. j o/a'\U8IUOOS9UI::l % 'lU81uo:].I8!8M ...........0...... .. . : . . . ; . : . . : ; . . . . . . . . o . ~ i:;: ~ 0 :[~ z ~ : : . . : . . o z ~ m ~ .. .. ...M..':.....::_..:.;....::.._:: ...::-__.':.....::.........._...._............_.._......... ..... ............. ...........u..... ...... IOQwAS "........ .................. ................. .............M..........._.. ......:: ..'.:m.:.:....:.....:: ..:.:...:.....:.: ...:.:....::m.:.:...:!....~..~_~...:'!..~.._~ .. .. .......... ................_......... ............ .... ...... ~ ~ . OlHSW p8!i!Un ~ 00 ~ '" ...... ...._...~....... ........._.-...~_...... ..~...~.........., ..-.-.............................-..- .......... ......-.......-...... ...........-...... ................................ ........- ..............-. ~............. .....................................- ~ j ~---~~1-- j;.------..--.-....J""....--....M- i';-"-"- -;..~- ..- ~.-......--- i'... ..,..--.. .-.......1'1'.. .. ~', 1"-'-" ~ ...._~................. ...... o 00 JilIRMpUnwe> m o ...1:::-..... ~ - w l . j ~ ci I c: o a 'C: " '" " o 1ii 'C: 2 '" ::; .....i.:........ . J 0- ~l , : . : . . . : . . : , . . , . . . : . . l' =]~-~~~~~--=---=- ~ I ~ .............?.... lOA " m o o '" ~ riJ .. ~ "' :ri E i:j ::J .91 z :c ",0 '2 ~ ~ 0 Ul "E '" E '" > o ~'" ~~ _ l() a.Ci en' :)~ i1i E is '" .c Z E tl ::J " Z 'e .0 ll.~ = o ~ ~ 15 1 j ~ Ul i () c: Ol I-~_~~-~~~~==_- t C "t: LU.2 u.. (1) .. Ol~ -.......-............................................................................-..-....................................... ~- ~ 0 g. u.z ) I 'I '1 : 1 I :1 : I I j :1 .J , (spuooss:ii6\nuJw) flulll!la jOOiJS!:I9Wll 'l!,'X&pl.JI-<lI:lIlSleld ~ :'.'."......'...'....'...'..". a:: %'IIW!l p!nbn . lD'-.... ...................... .......... .... i 'Yo'\U31uO:JO!Ue6.to I '_...~....l:~~~;.~~.!~.._. ,*,'lUEIlUOOJ8jBM ................... 0 ..... . " ~ 0 !. " ~ ~ " Z ~ ..........m~..M,..._._..................M............'M.....M............., +.. , , , , , , . . , . : . . . . . . , . , , , , . o . o . . z ~ ~ . : : ~ g 8 g ~ .;,r N ~ o +.................. . . : . . , , . . . . . . , . . . . , . : . . ~ " ~ m..................._ .... .....::.....;;....:.:....:: ..;';..-;:-.".:m..._.:.."...;:-..:.;..-::..........M,;jjt..........M........._........... ...M............... JOQw.l:s .............. ..----*"*"...... ..... ......................._.. 'M ..::....:.:....:.:....::....::....:.:..........:.:....:.:....::....:.:....:.:._~_.~.~_.'!.:.;!.n~_..'!"_:!,............... ..............M.._.. ~ ~ ~;-1~ -'r- ~-- f~ ...... ...... """"""';"'''''''''''']''' !~~J]I :i ~ ~ 1l .'...".'.'....:'j..... .::1. O.lHS~ P9U!U(l ~ w ~ ~ ~ ~ JaleMpUl1OJ~ m ...-.................-.......?.........- H W~ ~ . E . '" J " o ~ '[: o "' '" o 0; .~ 1ij ::;; ~ f ~ . 8 ~ ~ ~ ~.......~... I J .....5....5...... ft.! o ... .....................1........................................ ......... ! ......! ......r........-.................... ................- ...?...........................?..... ..~rm ..................- .........................- ...................- .................................................--..... ,. "' I ~ . .... o z ..._~........_.- . ~ ....~.... ""'~I ; lOA I" en o <") 1<: cO 0 ~ on :ri ~ ij :J ~ ~~ -2 $ o '" III 0 '" - c: '" E '" > o ~ N ~~ III 0..0 rn' ~~ ;,; E i.,; '" ~ Z E 1:5 " '" Z 'e- .0 a. -Sl ~ o ~ - 15 " ~ . < Ii .... ~ e o "' 1ii . ~ '" <..i c Cl c 'r:: Q) Q) C Cl{l C 'C UJ..Q u.. Q) - Cl:ll ..... - o g- LLZ I i I I I' ] . ] :1 j .J , , (SJ:luocoas:salllU!W) fiu"I\.lO ..............~~.~~~~.~~:!:...._.. %'XapUI.(j!=l!ISBld ~ ~_ m.............................. ~ %'I!W1l p!nbn 888 cJ:i <i;i ~ g 8 ~ ~ ~ 0 IDA 0"> o l' ?'l co (0 N ;0 ..'M'" ......_.......... ... ..... ............................. .... ........ m...._...... ......... ,'. ............m......_................ ~.... ,...,................, ..,.......,.... ...."...,.......... ,......,.......-....., .. ."............ ,.,.,.,'. "......",."...,..', ~ .f' % "Ui8IIUO:)::!IUIiBJO <\1'...............................-............. .', ....... ........n..__.......... ...M....... .............. ............... ........... ~ % 'IU3IUO:)S3UI:! %'lU9jLlDJ.JaI8M .... ~...... +..............+ , , . , , , . , . , * : : ~ . , . , , . , , . , , , : : . , , , = : : ' : : ~ L 11 " j ~ "" Z ~ . , , , o ......................... ........ .................. M............ _............. ......_...... .....-... ......................... -............. z ~ ~ ~ ~ ~ .................,............. ............._..... .--.::.... .;....::-.:;....;;-- ::.......-. ::........-.............p,.;.......:.;....;.;....::....:.;................ IOQUI,(S .. .. ., .. .. ............. *' ... ... ... .... .. .. *' - - - - ............... ...................................... ......::....:.:,...:.._.::....:.:....:.:....::....:.:...:!..~...~...~...~...:!'....~...'!....:.: ..:.:....::....::................. OJ.HSW Q; ~ -c :J .!!! z :c: ",0 .f: .ffi o C1l co 0 j!l t: <D E ~ o - N 0.0 E . -"" o.~ _0 en' <(~ ...J ~ palJlun ~ ~ ~ ~ " ~ ....................................................... _.._........................ .....m__ .................... ........................ ............... ......-.. ..................... .................................. .................................p.............. ......... ....... ........-............ ~ '" Q; E :ri C1l .c Z E 13 :J " Z 'O.D a: ~ ...............-..... .............................. ..................-. ............ .-...... ... ............. ..... ...............................- ....... ........ ............-. ................... ...................... ..._................. ................ ........................................ J81IfMpUnOJ€) m o .......................1;::......_...................... ~i W~ ............ ........ .....-..... ........-.. ... ...................... ................... .......... ......-............................................ .... .. ............... ................. ................. .....................................-...............-.. ..................-.................. I ~ i . = I ! ~ o :; ,. u I f - o - Ii ~ <f) j .......... .................. ............-...- -................. .................. ....... ........ ................ ........................ .................-..... ................. ........................... ..................-..............--..........-.......... .......................... ,........m1......... "........J ...m"'''''' _...~...- c: o li '~ " o m 'C: '" 15 ::iE ! I I !~-llT-U- T~....._..m........... .mJ" "'Y""''''''''' ~~J]Ju_~ <; J ~i" ~~ _........:'i...._..~ u . ~ 10 . > .......~.. ~ ~ 10 . .............?.... $ 3 Cl ,'.,..._"",..... ."_m..".'.,__",.,.,..,..._..,..,'. ,'. ...",.".....,..., .,'..'.....m..".....'.'...m',..... c: "C Q) Q) c: .................................... .................-... C) ~ C'i:: UJ.Q Ll.. Q) .. Cl<f) .......................................................................................................--. L.. ~ o g. LLZ l! o 3 .. > ...~.. c..i c: -I 'j -] I :-1 ] : I 1 1 J . J I _I I _I J..c~C " ii 11 ''0 xSCU1Mpl!SelO % 11lJ..;ll pmb'"'l , III .......................... 1- % ~ lu~IUO:l ~1,Jl:~fuO 'iii.................................. ~ % "IUB!UC''JsOOI;i 5 ~ 'lUS1UQJJ<Il~M .........................:;;..... IOCiW~S OlHSW oaY1un j..I~MpUnoJ~ " ,Q 9- t; on Q} o ~ W 1ii :;;; .j; g' ~ . . g ~ ~ - ~i ~~ i ~ in J ~ i i ~ ~ - l . ~ a ; 11. C :;; i 11 ~ ~ !;; ~ U? Z c . ~ 0 ~ M ~ ~ " 2 ~ 2 ~ z &; ~ we ! ~ ; ~ g a ~ . 5 . ~ ~ . " f ~ ~ ,~ ~ :0 o U 15 ~ ~ '0 <l3 ; ~ i j 5 ~ . . ~ iiae t ~ ~ o ." I ~ ~ - ;" IS! .: ~ ': , ~ fil S - . ,I " ~ L i ~ ~ ^ " ~, .~ ~ " > ^ , E E o . ~ i " 0 i ::! ~ ~ 8 :t ! ; " ; > ~ ~ II ~ " . - ~ ~ g ~ :;; ! H i i , ~ '~ ~ ~~ ~ ~ '0 '0 i~ 2; g on " , ~I g' -, o Z ~ g ..::: 'B -: u: (/) C. ~ : H ~ " . o U . " o '" . c o ;; u c b'l -"':~<I=<l:'<l:'=<l:'<l:' ~QQOOQQQQ iZlU)(/J(/J (/Jr.n!ZlU)'15'5 'E-5.e' t/l~~c:2:"~~c:C:'rntnr/)U)~ ~.~~~~~~~~~ ;...) i ~ . ~ ;; . . o u . ~ ~i ~ ~t ~ ~ , , . a 5 ii 01 g -I - H ~ . o U o " . o 05 -__~ Cll.l... I I...JQ. (..Y~ > ~ ~ U.J ~1-1J.j ""6 5 uoztiJ ~u:I I-U') ZOlU 0::: IX <=>0 U)rr I-<CO::~uUJ t')<CZI-~~.al...J<r~~>ZI-~Q C::c(=...J:=::W::::!u.JO::~<(O 0 ~rJ)tfJO...JOu.a.O...Jo..o > ~~'E'E oD"''''';::': -E:: ~ ~~ JS ...=~~ ~ Ui ol~.... . . g" g" g" "g ~ ~ ~ 15C3 rf)UlU! ~-..~;.~-;,888 l:;l _ '- ~ _ .....i .....J ...J ~~~~~ ! '" .~ 1212 m m ~~~~:;: J::t: .... ~ ~~ t;;: E E:e _::e::e::e U5 (j;? 1::"E 'E l:;l U u:u:t)t5t5t5~~~~~~~~ ~~ Q.l W W III ~ ~ ~ ~ ~ ~ ~ $ ~ aa 0 0 m ~ ~ ffi ffi ~ 8~~~~~~c;;.~D .....J ::.;; ,= :: a 0 '- '- '- ;:: "Ouu-n <llWClloll Q.l (l) 1Il oll :> >:> > ~~:.2:;: Nr"1V '_,:;::) CJl;2 ~ ~"'~O~Q QO~ (").. Ii": ,-, <!; 0 0 . ~ '" . . 5 " iii v; ~ ~ '" a 15 , Si ~ ~ 8 ~ ~ ~ $ i ~ !.lii .:i .::I ~ ~ ~ w ~ ~ ~ it ~ 5i ~ ~ "2 ro ~ ~ ~, 8 ~ ~ . _ 0 i ~ ~ 1: v; ~ .2! ~ E ::l ~ .. ,. " E ~ o l K \~? ~ ~ ~ ;:" $ ~ .,UJ Ji ~ o-{ ~ ~ t l .e "'" ';! ~ I:>. ~ 9 2 ~ (;; ~ .~ ~ ~ ~- ~ Q 0' " w w ~ ~! p o ~ w ~ . ~ E ~ .; . "- ~ d ~ " ! ~ ~ E ;;;''0 " .~ . iii ~ E , I ~ l ~ Q 2 q 2 II c ~ :,' , w ~ g "6 ~ 8 ga . , 0;; H " . ~ ~ ~ ~ .1 , -j o ~ c , o . . o . ~ > ~ l . r :g . ~ ~ i E a 'E i . . ~ il . , ~ ~ ~ J1 E S . a i; ~ Iii Qi . .I IJL ;!; .!i c:l 0 <:: III ~ gj g (!l 9 m ! o $ . ~ ~ ~ . ~ - . , ~ .!!l 13 -= ~ i. Sl j ~ .~ 0;> ~ '- !i -~ ~~~~~~!i ~ z <U 0 ~ .1:l <>. u ~~;1J~5.c_' ~o,.. ~~~~~i~~ -~1Il[_,_~-1d ~~~~~~~~ ~ :i -a <D ~ ~ 1!l 1ii "l" -... "<::]1 i ~o~g!~5~ ~~1iiie~:;~ - ~ ~ Cl Cl :ll it ~[;.~~s;~'li w~i~~~~,! a:~a~~~gl! ~~~~~~3 o > ~ g d UJ ~ lI: ~ ~ ~ u in rg II: ~ ~ ~ ! ~ :::; (/) ...I 0 IDA ~ c o :;:; l'Cl U 5 In In .!!! o Cl o ..J Cl s:: '0: o m o i- >- CI) ~ u s:: 0).f!J c 'C .C 0 WG: W ~ s:: '" 0)>- c ::;; W " Q) !,!, CliG .... - o g. IJ..Z Search Permit Results Page 1 of 1 IDA "1 Application & Permit Information Database On thefast traCK to permit info Home I Login I Application/Permit I Help South Florida Water Management District All Permits Issued and Applications Received by SFWMD for COLLIER If documents have been electronicaHy attached to the application or permit file, they will be available by clicking on the Appl No#. New Search Download Results Itolofl ~ (Il First Page Last Page 090925-8 FTM New Water Use (General Permit) 08.Jan-201S Project Acres: 1 Lely Manor Canal West Outfall North Section Collier 519, Landuse(s): Dewatering 30/TSO/R26 Applicant: Collier County Board Of County Commissioners John Vliet Naples Fl 34104 Agnail Barber & Brundage Ine Daniel W Brundage P E Permit#: 11-03087.W Approved Date: 17-Dec-2009 Appl No#: Issuing Office: Permit Type: Expiration Date: Project Name: Location: Water Source: Water Table Aquifer Attn: John Vliet 2885 S, Horseshoe Drive Agent: 7400 Tamiami Trail N Ste 200 Naples FL 34104 ltolofl ~ ~ First Page Last Page New Search In~- 'pr \) Privacy Policy I Disclaimer I User Survey http://my.sfwmd.goY/ePermitting/ScarchP ermi t.do 12/17/2009 a Lw V) o Q o ~ Q ll.. o V) ;;: <l: -J Q < a ....... Crj < ~ ~ "1 ~ G ~ ~ ~ "1 k1 "1 I ~ V] ~ "1 o N '" ~ w 2' ~ ~ v;-Q; t5 z Z ~ ~ 0 g~oc E=: DO ~ ~...J I- U ~ 0 ,.., ~ ~ o ~ ~ l() ci ;;: l- t.) Lw C3 ~ Q >- I- ;;: ::J o t.) [( lJ.J -J -J o t.) ~~ Qz~ ~ ~ ~0~~ ': ~ ~~~gs~ p. ;::::i~~;;';:;5 ~ :X:S!Z<ll~,,- 0::: "'>wwo < 6::~;3iQ~ ~ ~z~~~~ P::< 22<CIvico 0... ~~::1';':J~ f-t>:OCLUJ ~ ~~~~~~ j ~~~~ ~ p-. (Lf": g; 8 Vi :: o n," ~ co "'"' ~~ 0_ ,"en 0. ~ z c < , > z eo > en Z o ti3 ~ - Zo ~ Scs IV 9c is -i:i-o:: :::Jg ow ~ r-;~-IT " ~" -c "" <{ ~ <C :!l ~ 1~ ~~ !;~.. .. ~ & =i eo ?c~ ;;.-. .- ~ "- ~. co <i 30 t, q ~ lj "-..... i,u'" "',. P.~i ~~ -g~a ~[f 2i "- l.u ~"1 ;: ""-II ~ ~l' p.., ~ i U) ~ -a.... ~ Z r<id~ j ~~~~ p... Z~n ~~a.. g~i $l g ~ ~ ~ . -ef"' ". /. o E " ~ "' 0 z ~ ~ 0. " -;;: ....l ....l f- :;? :;;: ~ tj:15 C ~ ~"'~ ~~~~ ~ ~ ~':2~, <>:;:5~= :2 ~ ti3t;:;F ~1'Sz25tj """">c:::"'lsW-l ;;::<>::0.. j:;: ~i;3:<!~;2L1i~~r::CfS~z tit; ~l3Z!i:~<>::0";!="'<>::Cl:<<:2 no .o:z25;;::~<~~5C"';::!.2 '"'i: ;::~~~~~~~r::~;:~~ 5~ ~~~~z~~;;::~5~~~~5~ 6~C3~~ct;;~euOCL"'CL w,,"\J~ o 2 ~ ~ o ::;; z '~~;'~:?'M~~'~~'~ ,.., ." '" en "- '" '" '" f-o ." Z '" on I I I II j "ww8~~ ~ l- ~ <C <C C> <C <C 000 o 0 ",. , ~ Z 5 c " o o ~ g ~ .- ~~~ "~ ~ · z . 0 ::::t;~ -. -- . ~~f:i ~ .. r.;~~ S~:i ..0 .zz g liES:il o o o ~ ~ Z o u LIi Lf1 ~ 5 ~ :3 " " c t:3 ~ ~ DDDD~D o ^" om o ~": ,. 0." 0_ z ~c w z ~ " o rn I 2 en '" ~ V) o ~ on , ~ V1~ <l; r- ~ ~~~~E ~ ~ <::::r:386 t/i o <("'IOU Ci U ~:i::;:~::;;.Vl ;;.-. gE2.....=o t; E-< I I I I I ~ Z Nr"l"<f> c<: ;:; t-f-I-f-[L o t;uu,=?~ Vl U [i~~g:g: S; t;r.. ~~~[5i5 ~ DBDDDD~ '" " '" ." o '" ~ 7. :'i ~; ~" I-f:; ::i~ '" "'I- -'OIl c" ~" 0;:::> me o '-':;J "" '>-t;; !...J "0 "" "e "'"z ~8 ....01; ~ ~ ~~ d~! ~~~" O,,~ ~~~@1 ~~~i "~~I ~~. ~~~ , . c, "i'~ ,,~ ~ . ~ cg , ~ C" o w ~ o rr lL , I" LL "", o :r: c- '" Z w ~ ~ " 0 ~ < e; ~ u " ~ " ~ 0 ~ '" e; '" 8 bfCi' " ~2 '" ~ :0 '" U <0 ~ , 0- a- vo " t3~ 8 .. ~ < ~ G " ~ g~ " 0 ~'- < ,~ ~ < ~ < < > '" , " 0 < "' ~ 0 vo CI) -' ~ w Cl >- ~ -" w > r2 >- w l) z <( z w >- z ;;: :2 ~ " ~ 2 S ~ . ~ e S28 . "2 < , " Q ~ " is .~ ~ ~ ~ '" 0 w~ < ~ e; ~~ u <0 au " " '" " .' :0 ~ ~ g[ , ~ ~ ~ ~ < 0 , u . u S Q < ~ ~ < =1 ;:: W Cl Q. <( '" ! d. ~ (2 s W I " < '" ~I' <C.z <> I w' o 2' CI) g o ~, ~ ~ :::J o ~ :::J '" >- CI) '" E E1~;$ < ! ~ Pi I'!i"" " ~ ~ O',,!I<O ~j ~ 'j< . " < . I l ~ ~fi\,~i~ ~j "-jl!!l 'fl' , "i ~ ~ ;.hU' ". ~ " I' - ~ i " 'lll~), n ~..J-~":; o.e m llilWlI w Z ~ ::2 Ih!' '1' o ~ ~ ~~~ vo I ...{I 0" ,;I<;J 11 cowz Or vo "w 81Y~ , gtlHh- ~~a i'5 Ull/l Z ~ 111P "6 ~~5 < lJd i ' r"'", ._Hi ~2! dO. Ouw " .c~1l.. -"I '~ --,t;~ "'uo ~ ;l'rp I. "'" " e; !f,J;; !]',o2 m ~ ~ ~ ~ " ~ , . ~! ~ '" . ~i !'.' iil~'rj ,03 ~ ",'" l\'s ! Ili~ ~ ..c,"" , , 11-..- " ~~~ .>0 wx" -~" x"" <wx 5~c.: "00 --' ~ W < Cl < B Q. ~ B ~~ ~~ :2 -,' >" r2 ig;, -I 00 00 ~I 'w >- < 'w ! ' ~ w~ ~ , ~ .0 (!j .0 "0 r_,"; "0 ~~ n' ~ii! a:l 9 " ~I 5: " Lt x' ~ ~ '>" W 5 -' , Q. . )' u.. ~ 0 . , '" 1i' r N ,..:~ " 0 < 0 z ! :21 '" :::J ~I ~i I ffi~ ~~ W Co z . ~. ~~ '" I Bw "''' Bw 0 ,a oi" l) _0 ,. ~gJ 0 >0 :;;:w , 0 U " , . , cO . 0" "" 2~ ~ " 1 . L_ _/1 U cO 0" "~ ~~ X~~~~~~~~~~~~~~'~b ~~ >'- " ~ ggggg I'- =:l =:I =:I ~ ::J !~ ~ ~ ~ ~ ~~ ~~ WocW WocW w~ ~2ococococ6~~~6~~~0~~ 8~~~~~~~~~~~~~~~~ ~~xrIIWO~OWO~OWO~ ~o~~~~~w~w~w~w~w~ 10~romoo~0~0~0~0~0~ . ~ c <l) g g .l!l .'" ~ B E c . 0 " ~ Ui ~(g~i~~~n~o:o:~$~~G ~;;~~g~i:!:8g~$~~g~ J;6.t,itJ;:'-,j;,tJ;,t,~~~.t,w """NNNMVVvVIOll)ll)<J)<J) <J)~l&;!iC!~~C!o.~$;eo:~ ~8;;$~8~i:!1Bg~~;;!~g '!it6.t,ct~,!;:;;!:ttct,j;~~,t, """~NNNMVVVVll)ll)IO<D<D I< w' wW ,0 :5< >z ~8 _0 wo ~< z< 82 ]" ~ 8 ~n~ 1.::-'] f.~J ft , <0 ~ I , . I~ ~ ~~ ~~ ~~ ~~ ~3 ~Uj 11 t '" 0 0:0 = or' c:f 1;: ~ < > , << Z ~ . .: ~ il < $ ~ 0 ~ z ! ~ ~ ~ ~ ~ ~ p _ ~ ~ I !" " t~:a~~ ~~~~~~8 ~a~H~ i;a! ~" .,i! ~,~~t~ ~ ~i~~~; ~ ~IBn ~ " " I !! i ,!I 1 I;; I 11 0, i ~!'II . < , . c[" ::i '" Z 's ~t ah ~~Ii u~ ~ , ,! !~ ~ :;; .0 ~i ~ , -----=~~ 1--"l!''15'i ~NIV::J()/)Oi :Jt\l!l,SiX3~ r c. _ "".,,-'" 1-- 0', ---- oc;---- . . vO ,- , ,_ OU[[ 'V.LS ElNI7H:J.LVW <1 > Q:~>< R;l ~ &I'::'~g it;; ct n~o\l <1\0 ~ -.1~' c~ ___ __-.l. --~I Tn::; ,<;1---.1/ it co r' ~ ~ ll~! .~~ (3 '-' ~~ ;'~i <..> ~ j if~ x<t ~, ":l "-~~ ,,"\L.J 8 ~?; \ ;t) li)>- o 'z ~ :;z ~ ~ I 1fl , I~ 1 uJ "- U Vl.,_J \j if (J) Q:; b-J /))~8~:W ,,/-<-~~~:~ V"7''"i 07~ -0='-- 3n,OL ,- a' g ~~" " .o~ , ~ ~ ~( ~ r ~;. < m \ h ;f,2 rn(~, "" If) ~~ x g, 2;- 2'~ 2 :;''i:j<> 1 " .'< i~ ,,, 0' ~ Q<!:~ B F,' g: ~~~ t,f I "'~, I :"'l~ ~:; , '~ ~{i ',~ ,. 0 ,"-' . 0 ,\ " ~e~"t: ~ ~~vl ts!!i~ ~- . , ~~ L ~~ 'G ~ If, ~~L II ~~~ : I ~~~ < , 'i' I 1- \C3-8"~J<;-'- i- ~--~-J1. I I , :;:- <II:) l'1'lJOQ ~~ ~9 o~ m, . tJcC::J ~ i ~ '" ~ :i~ iw ' __ _oL;~ - ~ -x'.-"-- l--',~ , ~ ~ ~ i . g, ~~ ~~ 00 ~J:j c6 t;i~~ - ~a~ c. ~"A \ " "A c ~~~ ~"'l:j "~. ~;~~ "''''oj:!: Ih~ ~? ( " & '0 I ~I . : : ~IW ~ ~ Ij; ~;@ 1JW(Y ;': 5! j \r! _J ~ v, I~CL ~ ~ )-'.:J : I"::?\' c- ~ f-- '~-~ 'I I ~ , " ~ " ~ ~" , 'I- '0 < ,~@ " o Q I ~ . )- >-.<lo' ~~ ~0~@ ~'jL o~ ,,~~~ d~g OHH 'V.LS [fNI7H:J.LVW _'L:: 1;1<'" ~~~ ~ .~ B~~ ~ o z ,~ zo 00 ~~ NO 3 .~ ,~ <::) ~ ,. 2 ~'" c 0 ~ ,0 " ~[~ 0 0 " z c::."'5' ~'$ ld-..JI >~ ~~S. ~(i ~ 00 0 ~> i?i3~" >-" ; oco ~~ n,u _ I I , \ \ ':':J \ ~~; \ e_ en:;- :i.... ~ a ,~ go ~"~3 , . :, I>"" :'zo z -:J ~ z ~ < ~,1 ~ <~ 70 0- 0' i';'1 " ' ,,--S B ~ ~ o .. ! rN 0'; .: ~ ~ ~ \~ 1 l I \ ~ \ ( ( ~ , ~ 1 , i < --{ ~IU L-l-~~1--~r o , = . l'->~ " ~~'" ;.,'->~ &'0,"-' g:;$ ~ l~ ,.~ . -. ~~:8~:2 5if!!!'~ ~~~~s !~ o. 00 '0 "c 1 A (Q ~ ~ ~ lJ . ~ N ~~I ~ "'.. ~E " "'c ~c A.; 'f li~ <Id~ ~~ ~E ,~ ~ ,~ ~ 0 ~ '" ~ ..r:^ ~ <.: 4: ~ 3 ~ - ~ ~ ~ ~ z ~ Co ' '''-1': ~ " ~~~~d ~ ~ d ~ & ~ - ~ ~ ~ ~ ~ :'; L;,;, :-H~~~'~ ~Hnh ~ J~~ 1, ~~ 1~ t:i~Jj <<1-<:. ::; [:l ~~! ~::l ;;j!i \.l'" ~i " " II f ~t ~~, . 8; Ii ~~ i E ~ ~ ~ " ,c ~ ~ ., J~ ~ :s: '0 w~ - " > '- [L~ Oei f- ~> ".;@ ,..// 5;.:0", ~<'I~~~"i .. ~o."'i3i! ~~~~~~ ;i:!~i n~H!~ w o 1--------- x (301M ,ZL) O\;fO<J 3:)N'tN"31NI'tr/ " -.I "0 w _r o u . " o ",en ~i ~w xO .. o :?:Q - --,wo "S "'l'U&~ : I I '~~,,:Jl I " ~ I = " " o .0 w ~ ~ o ~ o ~ .~ ." " o . 31 = . N '0 w ~> u~~[ ~:6 ~t3~ ~F w o I~-- x .' o 0 N N , ;;;~ .!~ ~ ~i ;1 o ~ , . ~- l :;;8 ,,2 00 - "~ "" zx X" 0:'2 o eO" ".0 We" >" 0-' '" i3~J, XX g'f~--, oml4 '-0"'6 ~~:~~ Ow I _~o zct: ffiCl. 4 8 o ~ G~ ""l -, 4' W~ 0'< w LLJI> ~'f-~ 02.;.; ii!l ~ , , :s: w >';0 " f-'_ ZW O;:i CLbi LL ~l-n Ox Ox ". z'w ~r;:j9 ;;;::;;:0: <{""-N >e~ -~ b o N ""',0 \~ 01 rJ "'j_J f'\ < X 'J ....:o"~ ~<.rj ~~'i? OX" " Ie ~~~ U. '2 " " " o w o , '" ~ ~ ~T e x u o ~ in " o o w o , x :s: l.lJ '6 c " liJ o iJ) " " o~ "0 ~~ cj "' u m 1" u o L > II '" Q: .... -~ ~~~~ eo" ()~.:;; \ I .--~,~ '--I~\ I' ~g~ ~'<~ e ,J 00 _0 " ~w >- ~"S C1: 4(10" L;j ~~~ ~ wO" "- ::LUU -;i . 3 /~I - " --'i~ I I I I I I . I 0 . I " 0 I 0 0 I " I X u x I 00 . e I ~ X I I e 0 I . I > I " 0 I 00 I <i z I X u I I I I I e X w" o' S~ "" '0 ~. 0" 0 xx ZO ..<0:<( 00 w X " , o " w < . " o ~ '" a N ~ a iJ) I '-=:' a L- a j I " co " U 'I} -.J ~ ~ W , 0::: " L :=J Uj f- '" U u :=J " ., 0::: ., f- 2 iJ) ~ f:! i ~ \'s OA Ii I~ ~p~ ~3 ~~ ,~ ~ , oJ 0 ~~ 0:(" ~ '" << > 0 ~ Z ~ . ..: Ii . " 0 ~ , fa ~ ~~~~~ ~~~~~ _.! ~ z !;. " I" .. ~.. ~ ~ w, ~:~~!~~ .I~h~~~ ~i~ ~I~ __ ~ I ,n 'I."" , ili~~! ! ~I~h.. ~ " .. ii 0::: W :s: CL iJ) <( -" ~t ?i~, . 8~ Ii g~i ~ ~ ~,~ ! ~I ~ ~I' 'I :j l , . ~ ~ f4 ~ LJ 3: I <f U C) f- er -" ,~ w 0 LJ <f 0 "- m L >- "" <f Z f- U u ::J CO 'c 01 c- Z 0 .~ Z C) (jj CO .2 ::t u 0 0 > Z L >- U W Z 0 u er L QJ er <f 4 0 3: :> [, I- ,~ --I Z C? l/l "'- :;> 0 CJ L <f 5: , l/) () 7' <f >- ~. 0 < 0 z ::;:;: ? .-" [J) c- -" er oj <" 0 (7j z 0 W 0) m I..u (f) , ,- lY , ~ ..:J (') LiJ """J < 0 0 <( LJ f-- 3: r<-) "- lr l/) 0 <f U ,,( " < C? <') m u m 3: z 0 7 ~ C) z c< Z 1_,,1 (f-I 0 (f) 1- L I 0 0: ::;; l/) 1--- _0 T W <f < e. 0 CL <f 0 -" f-= <) l :> 3: -" 0: CJ _J l <il 0 [0 <f ") :s 01 <f l ~ 0: U ,- '"" Iw er L:) +1 +I 0Cl ... (() (() + + m ('oJ n n I < . 0 1 , 1 0 > 1 . I < ~ I 1 1 rL -- " ~ 1 < II J.. < II q :=\ ., -~ ~ ~ 0 'I I . <, ;::'~ ~ 31 > , 0 ~ " " ~ 0 " N < , g ~ ~ , ~ o o N , ~ , o , I' I; __J II " > , - g - , , i I 0 . ~ , o , g , , z o C" z ~ << 0 8wlLJ:: _~ .0( l.fJo... LX'> L/.I ~'~O:::~)Cl ~8;;~n~) ~O::,~ ~Lj 2:!iYg~bL, U [L~'~' J.:~-,7 t; =, ~;:, f-w 0:: ,;;1-- - w=oo 3?~;S0??i3~6~2E~ "" N1 ~J lfJ I., l.LJ ~~Oom ~ ~~~ 8 I-~~f-~o::o <2~~f-0:: 0 ~ f-~~~~2~ .~~~~~~ =~~o::~rn~ ~~I~20::~~~~~~3o~LJg~~~~ct; ~~~>3~~~8~6~~~I.fJ~u~0::6~j& 2~WWOWy~[LI.fJOI.fJ~~ I'J[LIIJ()Z~f- ffi~z~j~~~~~o~~d~~b~~~~~& (l.l.fJoO<"'~.JIJ)ii -~u<r:~_Jknr'; ;>rnc7u T <zt 1 1--- C) ---I +I " 0Cl + 0 ('oJ . . " , , ~dlOA ~ 15 ~ ~ ~ ~ ~ ~I ~ ~o 6 ~~ ~ ~~ ~ ,~ ~ '1 , :.J = ~~ .i ~ ~ ~ ;: i '" " '" -< 0 ~ '" o c ,-,-,'" g ~ " ., ~ o , ~I! 8~ l! ~~h ~~i e '" o < , g , >-S " g , , " , I o~~~ ~ ~~~~~ ~ ~~~B~.,; .. :g",l~~t;;; ';!ci ~~~~g~ ;2'~ Oi~~~~~ ~ ~ ~~"'~~~ S~~d;l~ ~~~~~~ ~1:i;;J>,~~ "'z~:38"- ::l2<,1oo>~ 1o;O'lf:i5.1g ~~8'>~ i m~n ill : " ~ ~ ~ w> r-:::J ~ o o ~ ~ ~ ir "'0 " ~ ~~ '" B~ >0 ow "" g:r " :r: u Z W=:!IC' '" ..,,, >->- W "'0 W "'-' "'o! W- Oo<: Wu >", "'co "- Z =0 w, ~: '0 , ~~~i g~\:;'i G~~: "'0"-1- i;:!woo ~~t5~ ~ ~~~E <f> w!j2o-'~ '" ~~~~~ ~ he T' &f l \---- ---~~~ >-0,,-_ ;J'~~ j2ii:~ """"'10 [;:"''00 ~~~g ~6g;~ ~8;~ to:~ T0t:i;:! zdi5'-' uff:::JS i;![;j"" Z:; CI t- ,,<['" ~8~i;:! , ~ 1'i~ ., , eo" ,. ~~~ ., . . I ~~ ,,~~~ ~ ~~ ~i 11;'1" - i >- ::~/:i5 ;;; ~~ ~~ ~ ~n~ x Zw ~~ -- \ I U!'!E ~i . ~ ~ ;&~r d~ - ~ to i!; "'<>:;' ~ .;:' "- '! 'I;, i. ~ >-10 w " o z o "'3 :l",,,"w tjt~g'~ eg5~g e~~~~ j a rr; ..I.l rt"= -ill 11111 II I ~I I II L ((<;;~ -.J II lb 9"f">4 f'F dI 'iN ~ ~5 ., .z ww iL ~C It -y Co ~ I .' ~ - > , , 0 I J ~ j '::ii '!'~ l. ~~ jf~ '. ';- '!~~ I;; ~~ - ," i II :::..--"I! l , I ~~ ig ~L ;" Vi~~ II! . '" lie'" g ~ 0';;' <[ wc;o <'<", ~~,~ "- ",a ;~w ~~~ ~ 8~~~ 3if~g ~gc~ ~g~~ "C: --~ ~H i~~~:!i~ :81~~~~l!:~ "G ~ ~~~;~~'=~~ w w'" ~ " '\",000,01 ::J:~ :: i c /~ ~/"," ~,:,'" ;::~ :+Z\)'~ ~~ 1<~h~ o-,~i S,L,o 28p; <8" t~s ~iS ~~~:~ ~iL ,,,<- ,~ <c5;5;;lt;", z'" ~8t~~ ~ 9 U~:;1 ?J'" '1~ <; .,,~. <> 'gfQ ~~ , ! NIV~2}~~I'l~~O 11 .,,--L. ~~ ~I~; II'!!; eeC"I' ~~~ ~ ii:;~ ~ ~8~ :11 ~~~ ~@~ ~~~ c 1'1 . ,~ 2z~:: Ij!~ Ci~~~ ~,-,~.s w~~~ :, ~i i'"" ^ ~",g~ ~ "'>> . ."',1, 1['(l,".!i t;;~ I"~"~ ~8gg 8~ ""'.' J-!:';~" ~~ o ~ . o " ~ ~~ I~ > " "', ~ o ~ ;~ ~ u ~ vi '. ~I ~ ~ , ~ ~~ z. "e ~ b ~::: o z~ ~ <-0: . ~ ~: ~<i > 3 ~ mz 0" 0" "ffi Om 0< ~I o~ m- ~ u" ~u Oe a~ O::Jvi :i;;:~ ::;~CL m.o 0>0 o 0 G3~lL. g:~8 0> wwO eeo O<w z." OA l " ~ ~ i , ilU ~ ~ ~c ~ ~~ i J i1 , L.r.i:;! ~.; :i- ~ > 0 = 2 ~ . ~ li ~ << 0 ~ , o . " Z ". , ~ ~ q ~ i ~~~~~I , , !., " !" ~ ~:; ~~' ~~.~~" ~ ~~hH~ '''!hl '" "I '," I .Uii :~!~n ~ !B~~ ~ li ~! i , tll ! ~; i Ii I J, ! ~j'l ! ~ ~IJ~ - II: i1 ;l 5 i :J lj is !I " I, ~t 8~ 'I! ~~ i ~~i e '" , ~ . ~ ", L ~. . '<;;J ~ ~ , i . ~ *i , lOA , COLLIER COUNTY TRANSPORT ATlON SERVICES DIVISION STANDARD FOR DESIGN AND AS-BUILT ELECTRONIC DRAWINGS PURPOSE: To establish standards for electronic design drawings and as-built drawings for capital improvements within County road right-of-ways that allows efficient migration of the data to the County's geographic information system (GIS). INTRODUCTION: Microstation and AutoCAD are the accepted software for electronic drawings for design and as-built drawings because they offer statewide or national standards, including layering of information. The intent of the layering standard is to promote consistency between drawings, and maximize the reusability of drawing data. The effective use of layering standards also facilitates the efficient transfer of data to shared graphical information for display, editing and plotting purposes. Layer/Level naming conventions must be followed for approval. 1: Standards Information: · For Microstation: Refer to the Florida Department of Transport (FDOT) standards for Microstation standards at: http://www.dot.state.fl.us/ecso/ downloads/publ icati ons/CriteriaHandBook/ * For AutoCAD: Refer to the National Cad Standards (NCS) for AutoCAD files standards at: http://www.nationalcadstandard.org/about.php for latest edition and layering guidelines. 2: Requirements: The deliverable must follow Map Projection, Horizontal and Vertical Datum requirements as below. · Map Projection: All projects, independent of approval date, must be submitted in the correct coordinate system ~ The Projected coordinate system is NAD_1983__State Plane, Florida East FIPS 0901, US feet, Projection is Transverse Mercator and geographic coordinate system is GCS ~ North ~ American ~ 1983. If any as-built is submitted in a different coordinate system, or no coordinate system, it will be rejected and deemed as an unapproved project by the Transportation Services Division. It will require further manipulation to meet the standards required for as-built electronic files before reaching approval and signed off status by the Transportation Services Division. * Horizontal Datum: D North American 1983. * Vertical Datum: North American Vertical Datum - NA VD 88. * Data Set Accuracy: Specifying one set of numeric accuracy values is not practical for all construction methods. Therefore, each set of drawings must specify and attest to the accuracies being provided within the metadata. · Data Development Applications: Accepted software applications: Microstation V8 AutoCAD Land Development 2004 (or higher) or AutoCAD Civil 3D 2007 (or higher). · Data Delivery Media: Acceptable delivery media: CD (Compact Disk) DVD (Digital Video Disk) Unacceptable delivery media: Floppy disks and Zip disks. If data is submitted using floppy or zip disks, they will be returned as incomplete project submittals. lOA ., 3: Drawing Composition: · All AutoCAD / Microstation drawings shall be purged of empty, unused, or non-essential drawing data prior to submittal to Collier County Transportation Services Division. This includes all unused layers/level, linetypes, blocks. fonts and entities. · AutoCAD / Microstation drawings shall not contain any unused frozen layers /Ievels. All unused entities on frozen layers/levels should be erased, and the empty layers /levels purged. · AutoCAD / Microstation drawings shall not contain multiple overlaid lines or lines with multiple segments unless the overlaid lines or adjacent line segments are assigned to different layers. · Survey data shall be included in the AutoCAD/ Microstation drawings and placed on the appropriate layers. (Survey points must use the _ PNEZD comma delimited format). · Survey reference points and benchmark data must be clearly labeled with their coordinate values on the plan set. 4: Entity Properties: To ensure the integrity of the original drawing when viewing or printing, it is essential that AutoCAD / Microstation entities are created following these standards: · Entity colors shall be defined by layer /Ievel, not by entity. · Blocks shall be defined (created) on layer /Ievel 0 (zero). · All attributes shall be defined on layer /level 0 (zero). 5: Model Space (for Auto CAD) / Design Models (for Microstation) and Paper Space (for Auto CAD) /Sheet Models (for Microstation) Usage: These guidelines are suggested for using Model Space / Design Models and Paper Space /Sheet Models effectively: · Place title blocks, schedules and general notes at full-scale in Paper Space / Sheet Models whenever possible. · Label scaled viewports with the appropriate scale in Model Space / Design Models. · Do not place or draw model-related blocks, tags and objects in Paper Space / Sheet Models. · Draw all Model Space / Design Models objects at full scale. · Scale objects using Paper Space / Sheet Models viewports - Zoom viewports to the appropriate scale. 6: External References - XREF' s: External References (XREF's) contained in AutoCAD drawings created outside of Collier County Transportation Services Division can result in content discrepancies in the delivered drawing set. In some cases XREF's may be permissible, however this arrangement must be worked out in advance with Collier County Transportation Services Division. To ensure the integrity of the drawing set, and minimize potential problems: · AutoCAD drawings submitted to Collier County Transportation Services Division shall not contain any XREF's. · XREF's shall not be "bound" to drawings prior to delivery. · If drawings contain XREF"s, they should be inserted as blocks prior to submittal to Collier County Transportation Services Division. Layers contained in XREF's inserted as blocks shall conform to Collier County Transportation Services Division standards. 7: AutoCAD Drawing Support Files: Drawings created using non-standard AutoCAD fonts, linetypes, and hatch patterns can result in content discrepancies in the delivered drawing set. To ensure the integrity of the drawing set, and minimize potential problems: · Only native AutoCAD or AutoCAD Land Desktop fonts, linetypes, and hatch patterns or the CAD Symbology provided by the National CAD Standards are allowed. · Custom fonts, linetypes, and hatch patterns. including those provided by 3rd party software, shall not be used. 2 lOA * Only these TrueType fonts shall be used: Arial, Courier New, Times New Roman. * Postscript fonts shall not be used. 8: File Transmittal: The content of electronic drawings provided by the contractor must match the delivered original hard copy set as closely as possible, ifnot exactly. To ensure the integrity of the electronic drawing set upon delivery to Collier County Transportation Services Division: * Ensure the drawings adhere to the guidelines presented in this document. Review the procedures for preparing drawings for submittal as detailed in the preceding paragraphs. * Include a hard copy index containing filenames and sheet numbers for each submittal. This ensures the completeness of the drawing set and assists in archival procedures. * Include a transmittal sheet with all submittals indicating Collier County Transportation Services Division project number, Collier County Transportation Services Division project name (if applicable) and complete listing of all materials submitted. * Include AutoCAD .PC2, .PCP or .CTB plot configuration. * Include all field survey data as indicated in Drawing Composition. Section 3 above. * Submit hard copies of original contractor "red line" plans and specifications. * All hard copies of civil and site plan must be sealed and signed bv a Licensed Survevor or Professional Engineer and clearlv marked. such as "90% Design"."As-built" etc. 9: The following documentation shall be delivered to Collier County Transportation Services Division at the following project milestones: * Design - Schematic/Preliminarv/Working Drawings Collier County Transportation Services Division requires a complete set of Review Documents in AutoCAD on CD-ROM, in DWG format for Auto CAD / DGN format for Microstation and in PDF hard copy format for review of conformance to these CAD Standards by Collier County Transportation Services Division. During the preliminary and design phases of the project, Collier County Transportation Services Division staff that review the design may use the DWG format, DGN format and PDF format to provide design/conceptual comments/questions. * Pre-Construction CAD drawing files in DWG format for AutoCAD/ DGN format for Microstation, as well as specifications in electronic (PDF) shall be submitted to the Collier County Transportation Services Division Project Manager on CD-ROM * Record Drawings contractors shall submit, on CD-ROM and hardcopy format, approved As-Built Documents to Collier County Transportation Services Division at the capital project acceptance meeting. The CD-ROM shall contain the as-built information on the project and is to include DWG format for AutoCAD / DGN format for Microstation and PDF formats of the drawings in accordance with the Collier County Transportation Services Division CAD Standards, as well as electronic (PDF) speci fications. 10: Digital File Index: Each project, when submitted, must be accompanied by a project file index. The index can be submitted in Word, Excel or WordPerfect formats. Each index should contain the following- I. Organization/company name. 2. A contact name and position. 3. Street address. 4. City. 5. State or province. 6. Postal/Zip code. 7. Country. 8. Phone number. 9. Fax number. 10. Email address. II. Technician's entry end date of the data/design. 3 lOA b , I111111 ~ d~~d~~~~ u . ," - 0" . zoo << '~ 0 " z " 0 ;::t~ <~ol:! ....1i1;~ ~~~ "c" ,z < ,<" " ~S:i <"0 .zz 000 .0< '""' .", '" Ul '-- '" '" ~ E-o .", Z " en " ~w ~ ow ~N ~ri:w ~ - 0 Z ~ I Z Z ~ < 0 ~ ~ a:: e: u 0 .", '0 ~ ~ U 0 '""' ~ ......:jC) :"'l:h ~C,j G~ ~ Crj a ~ ~ ~ ll) Cl C)~ ci UJ <: U) ~~ I- a Q ~ a~ 0 er ~a Q lJ.. >... '-~ 0 ~ ......:j >- U) <: ~......:j ~ " -J ~:"<: 6 Q I k, (j her a...~!:! ........ C) j Ct)h8 ~Crj ~~ ~ z o i 8 w ~ ~ ~ ^ w z z z z < z < ~ < " ~ " g Q " ~ ~ 1>1 " "0 ~E:: ";:: " DDDDDrsJD -, \ Ul '" '" 5 Vl ;:; en " if) [/)~ <r :i :S:3~~~ t; ::E ~~sL;g ~ 8;i~~~8~ z '<l:::;;:w::;; Vl >- gES'E=;t Eo-< I I I I I "5 Z _"''''J<t<f'> ~ ~ t-I-l-r-r- D- o uouu',,> VI U~~iH~g:t- Vl(fl(fl~~ i3 ~ CiCiCiClCl [f) o BOODD ~ o w '" " .", o '" ~ z o < > ~ z U 5 Ul Z o - 5 Ul " - Zo ;> Oz ~ ;::w o:;Q,g ~4 u.J Q om '~, :, ~Uil' I 2iS1 0_ z _\ ~ ~ ~:~ ~ ~ w ii Q - ~ft " < [S<I' <0 ~ ~~, z z 0< Co <. ,. ~~ ~ ~. e.. ~ I , w ~,; I 00 :;;!"" "0 ~ i il 90_, o. '" 0 w ~ ~ < ~ ~ z "0 ] f: P:: [;' d Ow .", ~" 1 0- l' '" l'2....g '" ~ .! ~ 0- ~ 'il t ~ ~ :.: "iL~:>: z << Z ~ E ~ ~ ~ j .Id "",--: "- 0- ~ ~.s ~ ~ ~ :l ~ ~ ~.d 0 o ~~ "'J,; x ~~ ~ ~~ w 0 lOC ..." I :;; . ......::l <3 :::::5555 ~ j J :::::_~.~~_ ~ 8 ~ . W" '" ,,; w ~ " ~ " N ~zi3 ~ ":Lo:::,;..., Lfl 0:: [/)0:Y> ': ~ Q)~~~~~ <>:[/)1'Sw:i~ Q I-th-'i"'~ ~ ~5Z[/)<(u... ~ 0ffi~~~ 0... ~[/)t5gsQ t.:J ::;Z<(IG:'~ 0:: ,~~~"";;; 0... U:<l::::>'=:>w I IJl ~~cr;~n:'~ z ~~~C()~': j ~!;2o::~ ~ 0... '-<{~'" ~ lr~ ~ C I- ;: ~'" 6 2 ~:;;; 5 ~ !3t.-, ., <r 1-0 5:<:: ~""~ifj~~,",,c..:J ~~i=dr=;;;6:;j~ ~ :';:~::':;C3~oF~6 ~ ::i-''':~'':ia~~~ 0;: -';i ::;:~~<",,~W-l ~ ~2~~~::;:~86~ p 8~~~i~?;e:;;;~ c- u w ~ o ~ ; ~ LL .::;.; o I c- U Z w ~ :;;;i1:: ~ i!:f;]~~ >-\.)>-'" \.).~",L"j ~~~~ '" klt\ ~i$,,~ e~iS~ ""~",,,, ~:ig:!S ~~~(5 c;'=!:g~ ~~~"" ~3Cl;:~ ."Q>-t: ~~<ll0 t::~.u ~~ ,,~0<..> o ~ -",<'j:J:!:~~l ~ ,.. ::: " ~ . o ~ o-:>-:x I ! I " ! i! ~n ! i 1 Ii'i i::.-:.,,>':~ " > o ~ "" -' ~ w o [fJ l'J z i= z <( -' 0- W > ~ z a ~ i; l l'l t ~ f :z ~ ~ c ;: ;; '" : ~ '" <:> c 011 "0 <:> !l ;; I$: Sl .. ::: ~ E c .... ... <:> '-' e= ~'5::iii-;:"I:l <:> <:> ;.. Ol .. = 01 = U ~ j 2iS ~;~.~ ~ w w ~8 ~8 ~(/) izllJ ::;=:; ~~ ";-~ ~~ g, ~, + 0 + 0 r-z OZ NW "'w 6;2 52 f=o i=o .,;:", <:(v 1-+ 1-+ (/)r- (/)0 2~ 2~ LLizQwzQ ~ffiB~ffiS J:(J)W:r.:roUJ " " . 0 o 0 z W . w " z w o z o ~8 "' w" WZ .0 ~~ 2 ~ a !;:i:il III !z ~ :z ~I ow w " o Z a o s 0 " w "0 w, Ww ~~ zo Wz :<:Q,. "I: ",0 IO We O' om m a:h1 Zw z , " ~ ~W Wm WW 'm " '0 " oW ~. -' m 00 <( m ". Z , wo 0 LO l- e W < > u w '" 0 "IS 0 ~ ~ ~ 0- 0 <( ffi "' '" n:: w , " ~ 0- B " n:: < z ." z . 1 w~ < m 0 " ~d. " 0 N ,- ~ 0 .' 0 J i5~ " 0"" "m I 'm IZ. <0 xWo ,. w,O ">w 0 '~O 2 ..w " ffi~6 " "2. 0& . . 0 " " " 0 ~ [fJ 0 " m -' 0 Z <( Z , , , ~ , I- ~ . ~ " W , " , 0 ~ ~ " m < < G ~ 0 ~ ~ ~ ~ G <( ~ ~ " 0 :> m m \, 0 ~ n:: '-' ~ ~ big ~ \, ~ ~8 . w 0 ...: ~ l('j m U " m" ' ,- ~ (5 ~ 6:;'t<i; f' z on , < g~ < <( ~ " ~ ~ '" ~ Z 'j' 0 ~ , m ~ W '" ~ m 0 ~ I- '" Z <( :;; " E !~l i;:~i!g ;l~ ioZ.,,~.B' .!!~!"J5 ilO_,;ll'l 'ij'" . ' . , lIt" ," "f ~tIU!~ ~ li:li{!ij iilii!llj lil!II!1! "1!1.1,-' " 'I" l1,J'j-'i ..~!l~l..~' ;il'fl'[;': :f~ .. _o..~ I . , ',I:! <. ~i d ~!f ,0 " ~ " ~ ~ ! ~ ~ oj ~ ~ ~ :!. u m .e .WZ wl--- W ." <t~~ >_Il::~ ~o. ~tIi:::.;: '" 7 ~ 2 b ~ t:':{c, 8:i~ ~I.f)~ ~~a .u. .<. II , , , , ~ II: , !. ~:,~~ ~~~i "' i:",,~ Ill!! ~ .eN'; ~ C>~o ~~~ w:'\g: ~[5~ ~~~ ---" J <l -' <( I- W o 0- :;; <( n:: I- <( o CD X W -' U- n:: o :;; n:: <( lOA"" "' ;: ~ i' o o [fJ :'!: I <( CD~ I" I-z ~ CD W S o w l'J ~I ~ ~~ 6 ~~ ~ ~~ ~ 3~ ~ !~ ",0 a.::;a - - ~s > " = 2 ,.. < "' ~ ~ ~ ~ ~ " . ~q ! P ~~ ~~ " ! w w W w ",Ill e < Z U g " ~ e < o ~ ~i I ~ ~i ~ ~ ! 19 '~ . .' q g CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA lOA '" Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal 2) Lely Manor Canal West Outfall (North & South Sections) BID NO. 10-5198 Full Name of Bidder Cn"~~~""'-(~-~\'" (v-,) '~h <...i.f.b C)/" \"'\. l="\ (' r ..;Ao.. I~')(. I Main Business Address 2, < t'(".:;, 0U0 ',:S iT~ -C)'\-r'~~ Place of Business Ce>...{"e (:.,::.;"""(:.\..1 ) ~\ .ssriC,\ ( Telephone NO.(}.':!I) S-P-j - ~I\ 7'-1 Fax No. ().-'ff) 57'-\- >10'1 I State Contractor's License # C u..C () >i P,s3.3 State of Florida Certificate of Authority Document Number1)94oo004-io'61'1 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: NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. GC-P-1 u c u:: '0 c Q 13 2 1;; c o U c c ro E >- ~ CJ rn c a:> ro ~U "' c 2, 'm ~:;; "'''- f--- -(f) :"i x o U Q) c ro .c (f) ci, :;; "e "- 10 A I' 0 0 0 0 0 0 0 0 0 0 0 co 0 0 co co ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 co 0 0 0 0 <t 0 '" <t 0 '" 0 N 0 0 <t 0 N 0 0 0 0 0 0 cx:i 0 0 ...t 0 0 0 0 <t '" ~ oi ,.; ~ 0 co 0 co '" 0 t-- '" 0 <t 0 ~ '" 0 ~ <t co 0 '" t-- co m m t-- co '" <t '" '" 0 '" 0 <t co co 0 m 0 0 t-- 0 '" N N 0 ~ co m co_ co_ N ~ 0 N t-- 0 <t_ m_ 0 '" 0 t-- co co ~ ei t-- <0 ",- V> N t-- .0 oi 0 ~ t-- '" ei ~ m N '" co N <t N '" N ~ N V> N V> ~ ~ V> V> N V> ~ V> t-- '" N V> N N V> co V> 0 ~ co V> V> V> V> V> V> V> V> V> V> V> V> V> V> ~ V> V> l- V> 0 0 0 0 0 0 0 0 0 0 0 N N '" co co t-- 0 0 0 0 '" 0 0 '" 0 0 0 0 0 0 '" 0 t-- 0 0 0 0 N <t <t <t co <t '" ~ 0 ~ '" 0 <t t-- 0 m .. 0 0 0 cx:i r--: co 0 0 0 0 0 '" 0 N ,.; <t ~ t-- co 0 '" 0 0 <t '" 0 <t " 0 ~ '" 0 V> V> V> 0 '" t-- co V> N V> V> V> co V> N 0 co V> <t '" co t-- ~ .;: 0 0 t-- 0 0 ~ co m V> V> V> ~ '" '" V> V> V> V> D- ei ,...: co '" '" '" 0 ~ V> V> '" - N V> ~ ~ N V> ~ V> co ';: V> V> V> V> V> V> ::l ~ ~ ~ ~ ~ co 0 co ~ ~ ~ ~ <t 0 <t co co '" <t N <t 0 0 ~ co co 0 0 co co t-- co '" t-- '" t-- t-- <0 N N co co '" N <t co :;::; N '" co <O_ N '" m N t-- <t ~ '" c 0 " ~ CO '" N cD .. ~ ~ '" ::l 0 :!::: (/) (/) (/) (/) <( U- U- (/) (/) (/) <( >- >- >- >- >- >- >- >- <( >- OJ <( U- U- U- U- c ::l -' -' -' -' W -' -' -' -' -' W 0 0 0 (/) (/) (/) (/) (/) W 0 -' W -' -' -' -' Ci: ~ >< 0 0 0 I- -' OJ <( -' w i;- 0:: W <( >- 0 0.. >< 0.. 0:: <( f- W N I W ~ W (/) l<: 0 (/) I- W -' W 0:: (/) W -' W ::l -' 0.. -' <( 6 <( 0 -' 0 0:: Q i= :2: 0 0.. 0 0.. >- -' 0:: >< , <( ~ (3 I- 0 W W OJ <( I- <( -' u- 0 I- 0 0 I 0.. I -' 0 0:: 0 z 2 (/) -' (/) 0 <( -' Z W 0:: -' W W <( (/) 0 !!:! 0 c I- W :2: l') I- W Z Z 0 <( W 0 - (/) i'i :;::; l') 0:: 0 0:: -' rh ::J 15 I- ::l ::l C- o 0:: -' i= i= <( 0 W 0 ';: (/) z G I- <( SZ ~ l') ~ S ~ " >= Z <( OJ W u- W 0:: 0:: Ul Z 0 W 0.. Z W I W <( W <( (/) :2: 0 >- I- W W I- 0:: 0:: .. -' > 0 D- (/) 0 > > W (/) W C 0.. 0:: 0:: CO liJ 0 I <( I- 0:: -' -' ~ S :2: S =: N :2: 0:: I- OJ Z W ::l ::l I- ::l W ::. Z 0 U- Z W <( OJ 0 0 W W 0:: W -' (/) - 0 N 0 X- I- (/) 0 0 0:: 0 OJ 0:: (/) (/) ::l Z 0:: W l') I- ea l') i= ::. <( W <Ii ::l >< >< ::l I- U- 0.. (/) ::l 0 W 0:: 0 0 :2: ~ :2: OJ 0 <( >- Z <t ~ Z -' 0 W 0:: I- 0:: rh U- OJ l') l') -' 0:: U- S ~ ~ 0 0:: i= <( S t: OJ 0.. 0 Z ~ 0 0.. 0 - 0:: ~ ::l <( 0 0:: <( >- OJ Z Z W <( i= >- 0 0 0 W -' I- 0 l- t: W ::l i= i= 0 ::. 0:: z ::l I- 0:: 0 I- Z ~ <( :2: 0 W I- W I- ~ 0:: ~ <( 0:: U- I- 0 0:: (/) (/) W >< 0 S ~ 0:: W W I- 0 (/) z l') X X 0:: W 0:: 0 W 0:: l- (/) 0.. 0.. l- (/) OJ W 0 i= -' ...J ~ i= 0 l<: 0 (/) -' 0 (/) 0 z W 0:: 0:: U- 0 W W 0 ~ ro 0 z z z z W I- W -' <( 0:: Z l') 0:: (/) 0:: 0 <( 0 0 0 ::l I- <( U- U- 0 Z <( > (/) <( 0 <( 0 Z 0:: = <( - W i= :2: 0 z >- I- -' 0 0 U- <( W I- <( 0.. I 0:: :2: I- - -' = 0.. <( l') 01- 0 (/) :2: 0.. 0 0 0 liJ <( l') (/) -' -' (/) :2: 0:: Z (/) (/) ~ W Z I Z Z ~ ~ Wo:: (/) >< l<: I- <( (/) OJ OJ ?: 0:: 0 (/) (/) 0.. 0 0 W i= 0 >w <( W Z O:l 0:: <( W W 0 0 <( ea <( (/) ::i ;; ;; I- 0 W 0:: 0 0 0> -' l<: <( r.: S S (/) U- -' '" -' 0 ro z W <( l<: <( 0 W Z l- (/) 0:: 0 >< 0 0 0 -' 0 <( W :2: :2: :2:-' , 0 OJ 0.. <( ~ 0 0 <( z <( 0 0:: 0:: <( <( -' I- -' W W W::l Z 0 :2: >- <( 0 ,- W W -' W W " " b N :2: 0.. 0.. :2: OJ U- (/) 0 0:: 0:: 0::0 ::l 0:: W I- :2: OJ ~ l') l') 0 0:: S N N '" ~ ~ N '" <t '" CO t-- CO m 0 ~ N '" <t '" <0 t-- CO m 0 ~ N '" <t '" CO t-- ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ N N N N N N N N N '0 u E u: '0 c o U 2 1h c o U c c '" E '" ~ <.9 ro c <Xl '" "'U U; c 6 "(ij ..:2 <Do. f-- -Ul :5 x o U '" c '" rc Ul rn :2 B 0: lOA " 0 "- a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N ~ N ro 0 0 ro "<t 0 0 "<t 0 0 0 0 0 0 0 0 0 ro 0 0; ci L{) ro <ri ..= 0 0 ci <J) ~ N ci ci ci 0 0 L{) "<t "- N ro (>') N L{) "- a (>') (>') "<t <D N L{) L{) "<t L{) L{) L{) 0 ~ 0 ~ N L{) ~ L{) 0 (>') "<t <D N L{) V> 0 "- "<t_ L{) <D L{) ii ~ ~ ~ ~ ~ "- ~ N L{) ai ~ V> V> c:i ~ ~ ~ N ~ - V> V> V> V> L{) V> V> V> (>') V> V> N ~ V> (>') V> "- 0 V> V> V> V> V> "- I- V> L{) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ...I 0 0 ro L{) "<t "- N 0 0 N "<t L{) 0 0 0 0 0 0 0 c( .. .,.; "- 0 N ci <J) ro 0 N (>') (>') ~ (>') .,.; ci 0 ci 0 L{) I- " ';: ro "<t ro (>') (>') "<t V> 0 V> V> V> V> V> V> L{) "<t L{) L{) ro 0 L{) "- ~ V> V> V> L{) 0 "- "<t L{) ro c.. V> V> V> V> I- :!:: ~ 0 "- ~ ~ l- V> N ~ V> (>') <: V> V> V> () ::;) W .., 0 N ~ ~ ro L{) "<t N "<t L{) "- L{) "<t "<t 0 ~ ~ ~ ~ (>') a: ~ "<t (>') <J) "<t <J) <D "<t ro "- "- ~ c.. ;> 0; <D ~ ~ <D <J) "<t ~ ~ <: ~ "- N .. ~ :> 0 :!:: c( >- c( LL >- LL LL c( >- >- >- LL LL c( (/) (/) (/) (/) c( <: ::;) W 0 W -' 0 -' -' w (/) (/) (/) -' -' w -' -' -' -' w - , t') + z "- (9 ~ ro , + 0 + 0 z N G ~ ::;; "- <( oil "- Z 0 + f- , 0:: ro (/) + ~ ::;; ~ w -' ro 0 oil N <( c( <D ::;; 0:: ::J f- Z + (/) c( <J) oil W f- 0 , (>') N 0:: f- + 0:: ::J w 0:: 0:: <( W W f- LL W W "<t f- !:::! > 0 <D (/) W Z 0:: 0:: -' + -' -' w Z N 0 0 f= LL W ::J ::J (>') c( f- f- 0 Z <: Z ~ (/) (/) 0:: ~ 12 G z c( c( 0 w w W 0:: X 0 f- 0 0:: a ;;;: N t') -' LL W f= 0 f= (/) w z 0 0 0::- f- (/) f- (/) (l) W 0:: f- ';: 0:: -' 15 z a. c( w (/) c( 0 w w " 0 :'f w S c( (/) 0:: W > Ul (j) 0 W f- f- 0 -' -' 0:: W -' 0 0 ::;; .. w 0 LL ::J a. > z c 0 w W I c( (/) -' a. 0 w LL ::;; ::J 0:: -' a. (l) :.:: t') S w 0 0 ::;; :.:: 0 w w 0 -' ~ z ::J 0 ::;; 0:: 0 Z c( ~ (/) (/) ::J Z 0:: Z 0:: W S z w -' -' 0 w s:::: 0:: W c( Q z oil 0 > w 0 -' , -' w ::;; ;;;: f= 0 Q c( Z 0:: 0 0 W I f- a. -' w ::J ;;;: c( ::J Z Z I t:. f- <( ::;; 0 c( Z f- -' S t:. c( w > l!:! 0 a. 0 I >- -' ~ f= z 0 0 >- 0 (/) w 0 0:: -' W Z W ~ t') c( (/) (/) W LL Z f- f- Z W ::;; -' f- ;;;: W (/) ?': z 0 ::J W Z f- ::J W f- W w f= ~ ::J t') Z W W c( 0 ::;; (/) w 0 (l) W 0:: 0 ::J > 0:: ~ Z 0:: Z 0:: -' 0 z (/) :'f ::;; ::J ::J c( S Z 0:: ::J (l) X I 0:: c( -' w Z Z ;;;: 0 w z W a. 0 ;;;: w 0 (l) c( w ..: - t') ;;;: ;;;: 0:: Z 0 0 LL W 0 0 w w ::;; f- 0 0 w W ::J 0 ~ ~ ~ ~ ::;; ::;; ::;; <( !!. w w S w w S 0 0 0:: f- UJ f- f- t') t') t') f- 0:: ;;;: W 0 W W <( c( 0 W 0:: - a. z z z z !:: 0 w -' 0 0:: f- (/) !:: 0:: c( 0 0 -' W f- 0 0:: (/) c( 0 0 0 0 0 -' I c( 0 >- (/) ::;; Z 0:: f- 0 0 0 0 0 w S -' S w 0 LL ::J c( a. (/) -' -' >- LL 0:: LL --, N -' " 0 w w 0 0 0 W N 0 ~ 0 N 0 0:: '" 0:: 0:: (/) (/) (/) <0 <0 0:: <0 <0 <0 ~ c( ro <J) 0 ~ N (>') "<t L{) <D "- ro <J) 0 ~ N (>') "<t L{) <D N N (>') (>') (>') (>') (>') (>') (>') (>') (>') (>') "<t "<t "<t "<t "<t "<t "<t N '0 N U E u: "0 c o "ts 2 ;;; c o U c c '" E >- ~ <9 ~ "i "'0 "'- ~ 00 "' '" ;:'S OJ" t: ~ u <; c '" ::;; >- Qi --' ~ (f) :'S C- o ~ 00 iii ;; :u e> '" ::;; <j, ::;; B 0: lr c o ts '" (f) ~ " o Z 0 0 0 0 0 0 0) 0 CO '" '" 0 '" 0 0 0 '" 0 0 '" 0 0 0 0 0 0 0 ... 0 ~ ... ~ 0") N 0) 0) 0 0") 0 ~ N 0 N 0 0 '" 0 0 0 0 N 0 0 N 0 "" N CO '" 0) CO <0 ~ r-.: '" .,.; 0 0 I'- 0 '" '" 0 ... 0 I'- "" I'- 0) N 0) "" 0 0 0) N I'- 0") N "" 0 ~ o. 0) 0") "" "". 0 0") ~ N N. ~ CO CO I'- '" N CO CO ~ 0) "" ~ "< iii 0 en ... '" 0 en I'- '" ... 0 0") <Xi '" N <Xi '" '" ai N N ri ~ N - N '" ~ ~ N 0") 0 CO '" 0 ... '" '" '" '" '" '" '" '" N 0 I- '" '" '" '" '" ~ ~ '" ~ '" CO '" '" '" '" 0 0 0 0 0 0 0") 0 ~ '" '" 0 '" 0 0 0 0 '" 0 '" 0 0 ...J 0 0 0 0 "" 0 ... CO 0") ... N ~ "" "" 0) 0 0 0 0) 0 0 0 ~ '" 0 0 0 "" 0 0 00 '" '" ... 0 N ~ ~ ci r-.: .,.; '" '" .,.; 0 N (.) 0 '" '" '" '" 0 '" ~ '" '" 0") '" '" '" N 0") 0 0) ~ "" ... N 0 .;: 0 0) 0") 0 '" '" '" '" '" '" '" '" 0) '" I- '" '" 0.. 0 '" ... '" ~ l- N '" ~ N '" '" '" '" '" U e W :;) ..., 0 Il: 0 0") CO 0") 0) 0) '" 0.. ~ ~ ~ 0") ~ ... ~ I'- "" 0") ... 0 '" N 0 ~ 0 '" 0") 0") 0") 0 0 "" 0") 0 0 N 0 '" '" ~ '" ... I'- 0) 0") "'0 ~ N '" ... ~ ~ ~ ., 0") " r-: 0 ~ 0") 0") 0") ~ e ~ 0") ~ N ca ::l a '" CfJ CfJ CfJ u.. u.. CfJ >- >- >- >- >- >- >- >- >- u.. >- >- u.. <( <( u.. e :;) ....J ....J ....J ....J ....J ....J U U U CfJ U CfJ CfJ CfJ CfJ ....J U CfJ ....J W W ....J iY 0 G ~ z w ~ 0- 0 W W CfJ I- ::;; W w W ::::> oil ....J ....J ....J W 0 Q' a:: '" '" i= 0 ~ 0- >- U W w ~ x <( ~ <( 0 N W I ....J Z :J a:: a:: I- CfJ <D 0 a:: 0 i= w w 0 ~ e Z W l- I- I- W 0 0 ::;; CfJ a:: ~ <( t'J z w ., <( :J w ?: :::J ::l I- W c. t'J t'J u.. 0 ~ <( u .;: z I ....J Z (.) CfJ Z ..., fe- ci I u: ~ t'J :;: is t'J 52 w W III Z U W W z !:: u.. u.. '" ::i w <( 0 l- I I a:: en ~ <( c > CfJ W <( 0 W I- W ><: I'- <( ....J 0- Il: a:: := '" ?: ....J <( z ?: ....J W Z ....J Z CO '" <( ....J !:: I- ::l W ~ Z CfJ Z Z <( W ~ W W ....J ....J CfJ 1i: 0 0 w CfJ 0 0 CfJ CfJ X I- t'J ....J Z w t'J <( w in t'J <.( ::::> z a:: i= 0 0 CfJ CfJ ::;; W Z Z '" 0 <( 0- Z 0 ::::> <( w 0 w i= ~ I ~ ~ a:: ::::> <( a:: ....J rh i= '" m ....J ....J W w ?: z u.. t'J z CfJ u '" - u u CfJ CfJ 0 !!!. a:: z 0 <( u ~ >- z 0 I- ....J ....J W ::::> u z ?: 0 i= >- >- z ::::> u a:: z <( ?< ~ w w ~ w ::;; ~ z ~ a:: 0 x 0 ?: > 0 Q I- Z Z ?- m z t'J w w ~ 0 ....J 0- W Il: 0 CfJ :> :> w i= ...J ....J U ~ Z CfJ 0 0 '" w 0 a:: ~ z z z a:: u.. ~ I- W '" I ~ ~ <( a:: u ~ ><: ><: <.( ::::> z w '" <( CfJ U U 0 0 I- Z ~ 0 z w i= ::;; U I- ....J <( u.. W ::::> ~ CfJ CfJ a:: - 0 0.. 0- 0 ::i <( t'J en t'J en u ::;; ~ t'J t'J CfJ ::;; 0:: ....J ~ ill w X t'J '" U 0 '" '" z z CfJ ><: I- z z en ~ 0 0 0 1i: <( w Z 0- Z w ::i - CfJ a:: :J ~ w f-C ~ i= i= ?: CfJ I I :> :> ....J ><: <( is ~ 0 ~ 52 52 '" 0 0 ><: <( u u '" z 0 z z 0 u CfJ <( 0 ~ w Z <.( 0- ::i ::i <( I I 0 a:: a:: ....J ....J 0 ::;; 0 w in ....J 0 N N ::;; 0- 0- u.. en U ::::> a:: w ::;; 1i: CfJ 0- 0- t'J ~ U '" ~ ~ <D <D ~ N 0") ... '" co I'- "" 0) 0 ~ N 0") ... '" co I'- "" 0) 0 ~ N ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ N N N - o " u " .s :;; ~' :J ~ 0 a z w 0 0 0 0 " <( u ~ 0 0 u 0 0 ro E > 0 '" 0 0 "' u . ~ '" 0 0 ~ ~ 0 DO 0 a. ~ ~ ~ .. ~ :;;: 6 ~ -;;; 0 ro U ~ 0 ro :;; > ~ ~ Vi <( ~ 0- o ~ ~ '" ~ ~ ro 1" ro :;; C M :;; "2 ~ lOA M~ 0 g 8 0 0 0 0 0 g 0 0 0 0 0 0 0 0 0 N 0 0 0 0 0 0 N 0 0 0 0 0 N 0 0 N '" 0 0 0 0 0 0 '" 0 0 0 N 0 '" DO 0 0 0 0 0 0 '" 0 0 ci 8 0 '" <i 0 0 ci 0 0 <Xi '" M 0 0 vi ...; g 0 <Xi 0 0 vi 0 ... 0 0 0 '" '" ci ~ ... N 0 '" 0 0 '" 0 0 '" '" 0 '" '" N '" <Xl '" N '" <Xl 0 0 " 0 '" <Xl N 0 0 ~ ;;. " '" '" '" N ~ <Xl <Xl <Xl '" '" ~ '" 0 N '" ~ " N co 0 ~ 3 co 0, " 0 '" ~ ",' ,..: N' ",' <Xl' ",' ,,' on ",' ",' a.' ",' ,,' <Xl' ",' ",' ",' 0'" ",' ",' ",' ",' ",' ",' ",' 0 <Xl' ",' 00 '" .. '" ~ ..~ '" ~ '" co <Xl .... N co ~ '" '" '" <J> ~ co N ~ <J> co N " <J> .; .. <J> '" '" N .; '" ~ <J> '" '" '" ~ '" <J> <J> <J> <J> <J> " <J> '" <J> <J> <J> OJ> 00 0 <J> <J> 0 '" 0 '" <J> .... ~ N .... ..1 .... ..1 '" '" '" 0 ele; 0 0 '" 0 '" co '" 0 0 ~ <Xl '" N 0 '" co 0 '" 0 0 '" 0 '" '" 0 0 '" .. " 0 0 <Xl '" 0 0 .... .... 0 0 ~ ~ 0 m 0 '" co '" m 0 0 '" 0 iii ~ 0 <Xl "! ~ ~ " ci 0 0 0 0 M vi .0 <i 0 '" 0 vi 0 0 0 " 0 0 0 .. .. .~ lil g ~ ~ N N N ~ ~ " .~ ~ c c 0 0 <J> <J> 0 <J> .... <J> <J> N '" '" <J> '" '" <J> '" <J> <J> <J> <J> <J> '" ~ <J> '" '" <J> to to ~ 0 ... " 0 '" '" '" .. ~ '" ",' .....'" 'Cf'" N' m' ",' N' '" m' ~ ~ ~ ~ ;;: ;;: ';: m '" .... <J> <J> <J> <J> .. ';: <J> <J> '" .. + => .'.' ~ => 0 ~ " .... 0 ~ ~ .. .... .... .... ~ " '" N 0 8 0 0 m 0 '" 0 0 '" '" " '" 0 0 0 0 N 0 N '" 0 .0 '" m " 0 0 0 0 '" 0 0 <Xl a. ~ ~ " 0 0 0 0 ai N 0 ~ '" '" N 0 N <Xl '" 0 0 0 '" <Xl " N '" m m <Xl '" 0 '" ",' ~' ~ a' ..1 ,,' ",' ",' N' ,,' ,,' a.' N' '" f"-" a' <Xl' ",' ",' ",' ~ a' a' > ~ ~ '" N m N N N '" '" N N ~ N N 5 m ~ N a ~ -E ~ ';: '" ~ ~ '" ~ ~ u > > >- >- <( >- >- >- >- ~ ~ ~ ~ ~ >- >- 0 ';: >- u ~ >- => ~ ~ ~ ~ <( u u u u '" '" '" '" '" '" '" '" '" '" '" '" 0 => u <( ~ u :;; <= N N E E ~ ~ E E M 'c -;;; 0 E E " EO .. .. ~ '0 "" E .. E '" .. 0 u C 0 "- - 0 .. 0 ~ '" c ';0 :;:; ~ ro ~ '0 ~ 0 u .. :~ u 0 .2 ;0:: .., .. ~ '0 '0 ~ c ~ I;;; '0 .!!! ~ 'x 0 ;;: ro 'Ci. ;; " :;:; '0 E ~ '" 'C '" - ro 0 :~ ro u C ~ S ~ 0 c u ro -" 0 0 " " -'" '" 0 0 .. ~ "" '" 'C - ~ <Xl E ~ .., Kb g; " ro ro .. :;:; .!!! E ~ ~ '" " - " .~ - !S 0 ~ ~ .~ w c 0 'Ci. .~ .. .. c '" ~ 0 w u 'i ~ 0 .!E u '" 0 ~ "0 u ~ ~ u 0 u ~ ~ " c:: c " .. ~ .. c " E 0 ';0 0 <> l!1 l'\) ro u c:: .. "" ~ <> " 'ii ro ~ Q "" 0 c .., u ro ;;; C .'~ N '0 0 '" " 0 .. ~ u :;:; '0 c:: ~ " ~ <( .!!! 0 ~ m ~ " ~ ?: ro .. ;;: ~ .~ c ~ 0 ro ~ 'm .. .. !I N ~ .. ~ " "" 'S 0 :Ji .. 'Ci. 0 u > ~ .c: u ro " ~ 0 ro "'" c; ~ 0 '" .!c" .2 0 .0 .. 'm E ~ 00 <: Vi ';0 u '" U :;: u ~ :;; ro ~ 0 u ~ 0 u 0 ro :c " ,OJ .. -" :;;; - ~ " .. .. .!!! ro <( ::1 "" > -g ro E 0 " E ~ 0 a: :;;; .. E t:I.O ] u ro 0 V1 u ~ 0 ro 0 .. > ;;: 0 I~ ~ 'Ci. c i: u :;:; u .. ~ ';0 '0 .. ~ u 0 ... 0 ro ;r ~ 0 c ~ "" x g ~ E ~ ~ '0 ~ ~ c:: u :;: '" E I~ u '" ";0 '3 0' ro ~ '" 0 "x ro '" "" ~ u .. 0 u 'ii .~ .= 'x c:: 'm '" "" :u, .. .. ~ c .~ 0 "= E c:: '" :0 .. 0 .0 .. :;: 'm c ~ 0 '0 'iij .. c c:: ~ 0 ~ ~ .0 u > .. 0 > '~ ~ 0 'ii .0 .. '" ro ~ '0 u '0 .0 ro ';0 ~ ~ .g .. ro c; ~ z 0 -'" " .. " ';0 .0 u "" ~ ::! 0 2 0 ro " ~ ro ~ 0 ~ .. .. .. u :;:; ~ ro u '0 ~ l' ?: '0 N =- ro .c: 1;; ro i9 .. c ro C .., C > .. '0 ~ QJ ~ Z :;: "" "" :;: u > ~ :;:; -g c u ~ u '" '0 ro 0 '" ~ ~ 0 .. c:: ro ~ -" 0 8 c c > .. .. w ~ .. u '" u c E ro ~ "'" o<l .. u .. N '" !'S to u o<l ~ ro :;:; .. ro ro "" ~ E x '" ~ e .. c ~ 0 ~ 'ii '0 X -" 'x ~ ro 0 Vi 0 "" '0; '" '" ~ :0 l' 0 u: '" u ~ .0 ro "" 0 .::1 ~ '" ro I :>! 5i '" ~ ~ ~ ~ ~ 0 C '0 :J :0 .. u u .. i9 '" '0 .. ~ '" '0 ~ '" ~ E ~ c c ~ 0'0 '0 :0 'S 'S 0 .. 0 '~ ro ro ~ 0 '" ro .. "" IE "" "" ?: 'ii ro ., " ~ ";:: OJ ro u '" ro U -'" .0 " ~ i:;; ::; ~ :n .~ ~ .~ 0 .. E :g ~ .. '" ro '" .. :.s 0 l! 8 'iij u u ~ '0 U U ro :J .. 0 !}. E x x N =- ro .. 0 0 ro '2 x :.s .. :J "- :;; Q,; (L :;;; '" :;; U :J '" '" '" ~ 00 "' 0 u :;; "' :;;; :;;; '" u: '" '" <( - '" u '" ~ <= .., " , ~ .. ~ N '" " '" '" '" <Xl '" 0 ~ N m " '" '" '" <Xl '" 0 ~ N m " '" c <( '" u <> ~ ~ ~ ~ ~ .... ~ ~ ~ .... N N N N N N to ~ ~ ~ ~ ~ ~ ~ ~ ~ ;;: ;;: ;;: ;;: ;;: ~ o ~ MATERIAL MANUFACTURERS lOA 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: c-..,...,. . 'V'I-..o.V"'I.Y'l ConS;-'c\.A.ct-)'c,^ C!;>\;-' F>} ~ fie . Signature: ~~'- ~~",C^-A...._ Date: -U"}..() I U~ 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. Company: Signature: Date: GC-P-3 lOA i' LIST OF MAJOR SUBCONTRACTORS THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications, The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are "qualified" (as defined in Ordinance 87-25 and Section 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, including, but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be non-compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Work Subcontractor and Address 1. So~ Get::: Se'H'-''>, C"'y \0'''\ T"L -C",<-\e- Co"'(.e~("I="\. M1'-~ \:'L J 2. y~o/(~ ',,, ,,?\"'l< CQ"'CV.~~ 3. 4. 5. Company: C:r~,""""",,,,,, cO-n";l-......c\-) O^- O\- >rl ,l'(\"( Signature ,~r- ~ ~"::- r~c~ Date..Jz..c I "Z.C>1 0 GC-P-4 lOA STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. Project and Location 1. Pass Hydrologic Project Phase I, Matlacha Restoration Lee County 2 Westwind Mobile Home Park Water Distribution Project, Naples, FL 3 1-75 Widening Project (IROX) Drainage and Box Culvert Subcontractor, Lee and Collier Counties 4. North Central Loop Utility Extension- Nelson Rd, Cape Coral, FL 5. Master Pump Sta 540 and Force Main Extension, Cape Coral, FL GC-P-5 Reference Tildon Copeland, Lee County Division of Natural Resources PH: (239)533-8139 tcopeland@leeQov.com Email: Diana Dueri, Collier County Public Utilities PH: (239)252-4218 Email: DianaDueri@colliergov.net Felipe Jaramillo, ACCIIAPI JV, Project Controls Manager PH: (239)313-4600 fja rami II@ajaxpaving.com Email: Phil Tunnah, MWH Construction Manager PH: (239) 573-1188 Email: Phi I ip.a. tu n na h@us.mwhqlobal.com Phil Tunnah, MWH Construction Manager PH: (239)533-8139 tcopeland@leeqov.com Email: 6. SW-5 Utility Extension- West Central Area, Cape Coral, FL Dated 1/20/10 GC-P-6 lOA Phil Tunnah, MWH Construction Manager PH: (239)533-8139 tcopeland@lee~ov.com Email: Guvmann Construction of FL, Inc. Bidder ......----.. _ i / -\ (-c BY: r -., ..l~_:::;;\ '~'_oj" Aaron Hunt-Branch, PM IDA TRENCH SAFETY ACT 1) Main Canal 2) Lely Manor Canal West Outfall (North & South Sections) 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 Measure (Description) \ro?~ "S\,~\~ 1. a.lo\d 0" ,>\o~ 2. Units of Measure (LF,SY) Unit (Quantity) Unit Cost Extended Cost IF 300 - ~,()0_ \ 'BaU ,"" ) --'-J.-io' 3. 4, 5, TOTAL $ L Boo .G J . Failure to complete the above may result in the Bid being declared non-responsive. Dated \ /LO 17-0 \0 BY: b~\M.nv,,,, Co,;,>-\..u\ ,~"" 'O\.. ~\..", ~a j:f",< "".~~,r ,n' ,~ ~-,.A; / L, /'/1 Lv \:.:~ ~"',><,e\.\- '-1,<," \''''> GC-P-6 Co~~ County ~---- AdmnistralNe Sef"lllres DIVision P~:r,:hasinQ lOA , Affidavit for Claiming Status as a Local Business BID #:10-5198 (CHECK ApPROPRIATE BOXES BELOW) State of Florida (Select County if Vendor is d~, ribed as a Local Business D Collier County )2S, 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 "Iocal 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 DCollier County orR! Lee County: n'e."3, Number of Employees (Including Owner(s) or Corporate Officers): Co ~ Number of Employees Living in ~ Collier County or [2g.Lee (Including Owner(s) or Corporate Officers): Ss 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, Veo", ",m, .~iC W-''''^ Slgnature,'--( /'. ~ - Tv-o ~,,-~<,e STATE OF FLORIDA n" tl , ,{\(. Date: ',/1-..<: /Z-o\(; Title: '-J"e ~.<"~"V\-\ D COLLIER COUNTY ~E COUNTY ~worn to and Subscnbed Before Me, a Notary PubliC, for the above State and County, on thiS .JClIlUtl nl ' 20~ ~Ptf~OJ /Vl.X- ~ - , , otary Public 1Ia\. Notary PubJlc Stota of Florida / / ~ .. .. Kelh SAd_me (1 I.... "0/3 . '1c '~ MyCommlS$lOnOO904t595 " My Commission Expires: . I ot. 1 c<- ~ .....,,"". Ex""a. 09':,:u2013 ~ :) 'f-" (A. I [) Day of (AFFIX OFFICIAL SEAL) GC-P-7 lOA Co~er County ~ AdminlslralNe Services OMsion ourchasin'J Immigration Affidavit Certification Bid # :10-5198 Title: Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal 2) Lely Manor Canal West Outfall (North & South Sections) This Affidavit is required and should be signed. notarized by an authorized principal of the firm and submitted with formal Invitations to Sid (ITS's) and Request for Proposals (RFP) submittals, Failure to include this Affidavit with proposal will delay in the consideration and reviewing of vendor's proposals and could result in the vendor's proposal being deemed 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 abide by Collier County Employment Eligibility Verification System requirements regarding this solicitation. Company Name Cr";"'-<-'\'Ij>;"'<\'1"\'V"'\ C.r>.""":'-\-"l\.CT-,t'_1I..... (:'~. 1=-) )V\( Print Name Signature f';"~"<'d\ fl) ~...-/ llLl~~,", Title Date V,'v. '/;"1...:- 1l..L:lc' STATE OF F/oY(cJ.c,-- COUNTY OF Lee... The foregoing instrument was signed and acknowledged before me this 20l2.....,by ,..t\.-~ ,).0 day of :.rO'.......""""-O....1 ~'.,,) "R.......s,,.o_,l who has produced (Print or Type Name) "- ~",_~,.-;..:,~l....... V""f'.,..o..)''''- as identification. Type of Identification and Number) ,..--"' Notary Public State of Florida Kelli S Adflme My ~ommialion 00904595 EXPIres 0811212013 ~ ~ c dal Printed Name of Notary Public DDClO(/SQS C{/{;)/~OI3 Notary Commission Number/Expiration ,.....'" (\~j ~;.' 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, Collier County reserves the right, at any time, to request supporting documentation as evidence of the vendor's compliance with this sworn affidavit. GC-P-8 lOA 1 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 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 the calendar days specified below, 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 specified consecutive calendar days (see below) after Substantial Completion, computed by excluding commencement date and including the last day of such period. I Project ___~ Substantial Comp 11 Lei Main Canal 180 2) Lely Manor Canal West Outfall 150 North Se ment) 3) Lely Manor Canal West 150 Outfall (South Se ment) letion (Days) Final Completion (Days) ,., -- 30 - Total 210 30 - Total 180 30 - Total 180 Respectfullv Submitted: State of +.= County of \-'':'1': ~e ~ ~%s.e \\ 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. ~vt:. ~ ~",,>.,e \\ , 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. , being first duly sworn on oath GC.P.9 lOA ' (a) Corporation The Bidder is ~ ,-, d..o- Cc.,.....-<:"~~C.*".l'''^- a corporation organized and existing under the laws of the State of which operates under the legal name of c:""';rv-.c,,,,,..., ~ VL. ; n<.. , and the full names of its officers are as follows: l ., President ~r.fV'.<..S Mo,,,,,,, Secretary Tv<-~~,^",,< \\ Treasurer "',<..< \>\-,.;\~""\ Manager ~o.""'e '> Mo"", T,,, ~ K\.l,~~<: \ \ The is authorized to sign oonstrLlotion Si9E: and oontraots for tho eOFA[:lany by aeti0A of its Board 0f Direet0Fs talwn , B Ecftificd cof5Y of'vvl=lid" i3 RCfCt6 sHeeRed (3tfiIH: aut tl9is last SCRtCR6C if Rot sf:lf:lliesslc). Co-Partnershi 's a co-partnership consisting of individual partners whose full names The co-partnership does business un r the legal~f: " , (c) Individual The Bidder' an individual whose full name is under a trade name, said trade name is , and if ATED df ?7A legal entity BY: " INC. Witness ~~~~~~, Wrtness GC-P-10 My Commission Expires: i'~"t\. Notary Public State of Florida - .",.' ) . . KelhSAdame ) ~ c ,Z My CommiSsIOn 00904595 )> ~OI,.,." Expires 09112/2013 .. ~... ' (AFFIX OFFICIAL SEAL) NAME GC-P-11 ( ig \:! {i. L l \ C;. Ad ClfYlf _ (Legibly Printed) Notary Public, State of F (On do.... Commission No.: \A; ('IVy Cll.2 IDA 11'"1" ~ 4 .',! ;'1 ..<""4 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Guvmann construction of Florida, Inc. (herein after called the Principal) and Hartford Accident and Indemnity Com"any , (herein called the Surety), a corporation chartered and existing under the laws of the State of Connecticut with its principal offices in the city of Hartford and authorized to do business in the State of Florida are held and firmly bound unto the Collier County (hereinafter called the Owner), in the full and just sum of Five Percent (5%) of Amount Bid---- dollars ($ ---------------- ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as: Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal & 2) Lely Manor Canal West Outfall (North & South Sections) Bid No. 10-5198 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 i7s~ance, if the PRINCIPAL shall pay to the OBLIGEE h <: d f $Flve Percent 5 . , t e "Ixe sum 0 (:'f llnnnt R;i! ted 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 h day of Januarv , 20 10 GUYMAJ)/N C NSTRUC OF FLORIDA, INC. Principal BY (Seal) - ( .' f"'",,~ ~~.,,,\\- \I'e" I'\."-"~-"'\ HARTFCRD ACfIDENT AND INDEMNITY CCMPANY . ~ , '\ Surety Jay E. Wood , Countersigned Local Resident Prod 4110 C n Po' (Seal) , Florid3. Resident & Woody t (239) 275--82LO GC-P-12 Direct Inquiries/claimJ:O A THE HARTFORD BOND, T-4 P.O. BOX 2103,690 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 calf: 888.266.3488 or lax: 860-757.5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 35-355032 ~ Hartford Fire Insurance Company, a corporation duly organized under the laws of the State or Connecticut c:K:=J Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana ~ Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut D Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut D Twin City Fire Insurance Company, a corporation duly organized under the laws of the Stale of Indiana D Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois D Hartford Insurance Company of the Midwest, a cOfl1oration duly organized under the laws of the State of Indiana D Hartford Insurance Company of the Southeast, a corporation duly organized under the laws ofthe State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: POWER OF ATTORNEY Jay E. Woody, S.P. Humenchick, Wendy L Hingson, Dawn Onzo 01 Fort Myers, FL their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by [81, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. ~.".~ &::::-.. m~)(~:~\ .{-;' \"\'.'~li '~;.\ l"?fl"".! '; I.',' ,0:.,'.....-;''7 ~~'" .~ ''''~ ,.t..... "':.>:.:._~. feu...-O Q{ ~ ~~ Paul A Bergenholtz, Assistant Secretary M. Ross Fisher, Assistant Vice President STATE OF CONNECTICUT} 5S. Hartford COUNTY OF HARTFORD On this 3rd day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. ^ _r::.-' /7 -<~c.:'tlr2'./ /~ CERTlFICA IE Scott E. Pascka Notary Public My Commission Expires October 31, 2012 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of 19th day of January, 2009. Signed and sealed at the City of Hartford. ~"'!tO f#l IfJ', ,0./-fyt;. f~ I. t , , l Gary W. Stumper, Assistant Vir.e President 1 o.~ I'~ 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 8. Certificate of Authority to Conduct Business in State of Florida 9. If required, the amount of Bid bond has been checked, and the Bid bond or cashier's 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 Center Purchasing Building 3301 Tamiami Trail, East Naples, Florida 34112 12. The mailing envelope must be sealed and marked with: <:>Bid Number; <:>Project Name; <:>Opening Date. 13, The Bid will be mailed or delivered in time to be received no later than the specified openinq 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 ~\W""'\t-. C(),^c,\"-lt~,~ ,S. \="1">cJ,, Bid~er,~am~, ~ -t-------t ( ( I "-,../ Signature & Title Date: ;:,,,,,,- 28 1.0 I:) , . IV\( /- - ,,( "< \;>~'" GC-P-13 lOA Colfer County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX (239) 252-6697 Admnistral:Jve Services Dlvlsicn Pun::h8slnq ADDENDUM Memorandum Date: December 18, 2009 From: Brenda Brilhart, Purchasing Agent To: Interested Bidders Subject: Addendum #1 - ITB #10-5198- "Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal and 2) Lely Manor Canal West Outfall (North & South Sections) The following clarifications are issued as Addendum #1 identifying the following change (s) for the referenced bid: Additional bid documents were added via Addendum #1. If you require additional information please post a question on the eBid site or contact me (contact information above), c: Shane Cox/Margaret Bishop, Project Manager ~ll't_.. OoOlll'fHUBflBOl Sf !!L8Ill8A. 1Nt:, 305 SW 3RD STREET CAPe CoRAL, Fl 33991 --j C' v ~.....~~_~,-" ~'<"M\\ --Jlc< V.., . .y-" - .--( ( , ~e.\ lOA ., Colter County .AdninistrslJve Services Division Purchasing Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 ADDENDUM Memorandum Date: January 5,2010 From: Brenda Brilhart, Purchasing Agent To: Interested Bidders Subject: Addendum #2 - ITB #10-5198- "Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal and 2) Lely Manor Canal West Outfall (North & South Sections) The following clarifications are issued as Addendum #2 identifying the following change for the referenced bid: A non-mandatory pre-bid conference shall be held at the Purchasing Department, Conference Room A, Purchasing Building "G" at ~ 12:00 p.m. LOCAL TIME on the 6th 7th day of January 2010, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. If you require additional information please post a question on the eBid site or contact me (contact information above), c: Shane Cox/Margaret Bishop, Project Manager GUVMANf\i '_'I ;t\lFT\~UCTI()f\t Uf FLORIDA. INC 305 SW 3RD STREET CAPE CORAL, FL 33991 ~.:p...." ,~\ rr, 1,,-.-__"_ .' \ ~I...v~ 'F",~ -s."""e ~\ - ", c. \""'\ :IDA cJter County Aclmnislra1lve Services Division ::'ur;:haslng Email BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX (239) 252-6697 ADDENDUM Memorandum Date: January 11, 2010 From: Brenda Brilhart, Purchasing Agent To: I nterested Bidders Subject: Addendum #3 - ITB #10-5198- "Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal and 2) Lely Manor Canal West Outfall (North & South Sections) The following clarifications are issued as Addendum #3 identifying the following change for the referenced bid: ADD: Borings Report for Lely Manor Canal West Outfall (South Section), If you require additional information please post a question on the eBid site or contact me (contact information above), c: Shane Cox/Margaret Bishop, Project Manager Enc: Report GINMANN ClJNS:1j~UCTfON LA- t.UJ~IWl..< iNC 305 SW 3RO STREEl CAPE CoRAL. FL 33991 -r-() r r (.. ('^"^'~.~..- ~~ ~ ~~"C \\ - -J\u \\.,,- lOA Co~er County Email: BrendaBrilhart@colliergov.net Telephone (239) 252-8446 FAX: (239) 252-6697 Admr~slralrJe Services DlVisicn Purdlaslng ADDENDUM Memorandum Date: January 15, 2010 From: Brenda Brilhart, Purchasing Agent To: I nterested Bidders Subject: Addendum #4 -ITS #10-5198 - "Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal and 2) Lely Manor Canal West Outfall (North & South Sections) The following clarifications are issued as Addendum #4 identifying the following change for the referenced bid: CHANGE: The Due Date for the bid has been extended until January 20, 2010. ADD: Revised Bid Schedule for Lely Manor Canal West Outfall - South Section - bidders must submit addendum bid schedule to be considered for award, ADD: Specifications for As-Suilts - Attached. CHANGE: Attached are changed plan sheets for Lely Main Canal and Lely Manor West Outfall (N), Q: Clarify the Rip Rap/FOOT requirements. A: Rip Rap does not have to come from an FDOT source. They rip rap can be obtained from local sources, Q: Will "Or Equal" substitutes be allowed for proprietary items? A: Bid the specified product and if a substitute is suggested, provide details on a separate sheet of a paper- if an alternative is going to be considered it must be reviewed and accepted by the County. This will be managed post award, All bidders should be pricing requested item, i 1"",1, ~ ;i~ Q: 20-week lead time for Waterman gates could make the schedule difficult. A: Waterman currently has a gO-day lead time for producing gates once they have received approved shop drawings, They need about 3-4 weeks to produce the shop drawings, gO-days within the 180-days to substantial completion should allow adequate time to complete the work, In addition, Whipps, Inc, gates have been used on another LASIP weir control structure, Their lead time for ordering gates is less than Waterman at approximately 8-weeks, Q: Large Trees on the Main Canal site - will these all be removed? A: See details in notes on plan sheet - and the awarded vendor will meet on site prior to any plant material changes to determine which trees are to be removed, Q: Can Box Culverts be pre-cast? A: Yes, as stated at the Pre-bid meeting, Q: Fabric on West site - encapsulated - one layer, is the quantities doubled to account for this? A: The Mirafi Filterweave (500 woven) was already doubled, Please refer to the plans. No change for this comment. As a separate change the MCF 1212 fabric quantity has been updated. If you require additional information please post a question on the eBid site or contact me (contact information above), c: Shane Cox/Margaret Bishop, Project Manager Enc: As Built Specifications Bid Schedule Plan Sheets GIIVMANN CoNsmucr'ON Of '-lORIDA. INC 305 SW 3RD SmEET CAPE CORAL, FL 33991 -n O/"". <...--;"',.,....... (../, I --_// . '---------->- ..::.--- L \-:J\) ~e e \,"-us<c\\ - '/"c \-, \ 2lPage www.sunbiz.org- Department of State lOA pag~f2 Home Contact Us E-Filing Services Document Searches Forms Help Previous on List Next on List Return To List No Events No Name History Detail by FEI/EIN Number Florida Profit Corporation GUYMANN CONSTRUCTION OF FLORIDA, INC, Filing Information Document Number P94000D46879 FEIIEIN Number 650507332 Date Filed 06122/1994 State FL Status ACTIVE Principal Address 305 SW 3RD STREET CAPE CORAL FL 33991 Changed 01/23/2008 Mailing Address 305 SW 3RD STREET CAPE CORAL FL 33991 Changed 01/2312008 Registered Agent Name & Address MANN, JAMES L 305 SW 3RD STREET CAPE CORAL FL 33991 US Name Changed: 08102/1994 Address Changed: 01/2312008 Officer/Director Detail Name & Address TitleP MANN, JAMES L 305 SW 3RD STREET CAPE CORAL FL 33991 US Hie V RUSSELL, FRED E 305 SW 3RD STREET CAPE CORAL FL 33991 US Annual Reports http://sunbiz.org/scriptsJcordet.exe?action=DETFIL&in~ doc.. number=P94000046879&in... 1/20/2010 www.sunbiz.org - Department of State Report Year Flied Date 2007 01/2612007 2008 01/2312008 2009 02/12/2009 Document Images 02/12/2009 -- ANNUAL REPORT 01/23/2008 -- ANNUAL REPOf'n 01/26/2007 -- ANNUAL REPORT 09/12/2006 -- ANNUAL REPORT 02/11/2005 -- ANNUAL REPOfn 05/06/2004 -- ANNUAL REPORT 01/1612003 -- ANNUAL REPORT 05128/2002 -- ANNUAL REPOFn 03112/2001 -- ANNUAL REPORT 03/0612000 -- ANNUAL REPOfH 02120/1999 -- ANNUAL REPORT 02117/1998 -- ANNUAL REPOfn 02/17/1997 ". ANNUAL REPORT 04124/1996- ANNUAL REPORT 05/01/1995 -- ANNUAL REPORT IDA View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Note: This is not official record, See documents if question or conflict,l Previol,Js on List Next on List No Events No Name History Return To List Page 2 of2 http://sunbiz.org/scriptslcordet.exe?action=DETFIL&inlLdoc_number=P94000046879&in...l/20/20 1 0 lOA " CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Guyman Construction of Florida, Inc. ("Contractor") of 305 SW 3rd Street, Cape Coral, FL 33991, a Florida Corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal & 2) Lely Manor Canal West Outfall (North & South Sections), Bid No. 10-5198("Project"), as said Work is set forth in the Plans and Specifications prepared by Agnoli, Barber & Brundage/RWA 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 for Lely Manor Canal West Outfall (North & South Sections) 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 Nine Hundred Fifteen Thousand Eight Hundred Twenty Nine Dollars ($1,915,829.00). GC-CA-1 lOA 1 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 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.Qov/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 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 the calendar days from the Commencement Date (herein "Contract Time") (specified below), 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 the specified calendar days (see below) 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, Project Substantial Completion (Days) Final Completion (Days) 1) Lely Main Canal 180 30 - Total 210 2) Lely Manor Canal West Outfall 150 30 - Total 180 (North Seqment) 3) Lely Manor Canal West 150 30 - Total 180 Outfall (South Segment) -- GC-CA-2 lOA 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,(see table below) for each calendar day thereafter until Substantial Completion is achieved, Further, in the event Substantial Completion is 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. Project Liquidated Damages Per Day 1) Lely Main Canal $1,288 2) Lely Manor Canal West Outfall $1,288 (North Seqment) 3) Lely Manor Canal West Outfall $1,288 (South Seqment) 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, GC-CA-3 lOA -f 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. 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: Exhibit B: Exhibit C: Exhibit D: Exhibit E: Exhibit F: Exhibit G: Exhibit H: Exhibit I: Exhibit J: Performance and Payment Bond Forms Insurance Requirements Release and Affidavit Form Contractor Application for Payment Form Change Order Form Certificate of Substantial Completion Form Final Payment Checklist General Terms and Conditions Supplemental Terms and Conditions Technical Specifications GC-CA-4 IDA ...., Exhibit K: Exhibit L: Exhibit M: Permits Standard Details (if applicable) Plans and Specifications prepared by AB&B/RWA and identified as follows: Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal & 2) Lely Manor Canal West Outfall (North & South Sections) as shown on Plan Sheets 1 through 130, Contractor's List of Key Personnel Exhibit N: 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: Margaret Bishop/Shane Cox, Project Managers Stormwater Management Department 2885 S. Horseshoe Drive S. Naples, Florida 34104 (239) 252-8192 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: Guyman Construction of Florida, Inc. 305 SW 3'd Street Cape Coral, FL 33991 239/574-4174 telephone, 239/574-4091 Fax Fred Russell, Vice President 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 GC-CA-5 lOA " 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 Assians. 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. Governina 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 anyone 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, Section 13. Entire Aareement. 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. Severabilitv. 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. Chanae 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. GC-CA-6 lOA ~'1 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. **** GC-CA-7 lOA IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: 1WO WITNESSES: ~~l{(;QJ-~ F RST WITNESS By: ~i~iOnOy' Inc L_-, Y' ' Y:-\r<:'~VZ,-,..,,><:.\\ -'-1;0.<' \"..", Type/Print Name and Title Date: &1 aL\ \ZQlO OWNER: ATTEST: ~~\ - f<r ~,,.. ~~~k ,'.. 41~~".,~ Approved A~To Form ,. ". ,.,\. and Legal Sufficiency: P,;,'N,me ~+1? LL L\ic;d~Fl! Cou Attorney ~~ BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA ~Lv. C~ Fred W, Coyle, Chairman- BY: Item # .li2t1- GC-CA-8 BOND # 35B::':ro 7614 Surety: Address: Hartford Accident and Indemnity Company One Hartford Plaza Hartford, Connecticut 06115 Phone # (248) 822-6456 This is the front page of the performance/payment bond issued in coml'liance with Florida Statue Chapter 255.05 Contractor: Guymann Construction of Florida, Inc. Obligee: Collier County Board of County Commissioners Address: 305 SW 3rd Street Cape Coral, Florida 33991 Naples. Florida Address: Phone #: 239-574-4174 Phone #: Date Issued: February 16,20 I 0 lOA ., Amount: $1,915,829,00 One Million Nine Hundred Fifteen Eight Hundred Twenty Ninc and No/lOO Project Description: Lely Area Stormwater Improvements Project Contract #: JO-5198 Project Address: Legal Description of Property: This is the front page oCthe bond; all other pages are subsequent regardless of preprinted numbers. lOA EXHIBIT A PUBLIC PAYMENT BOND Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal 2) Lely Manor Canal West Outfall (North & South Sections) Bond NO,35B::SF076l4 ContraclNo. 10-5198 KNOW ALL MEN BY THESE PRESENTS: That Guymann construction of Florida, Inc. 305 SW 3rd Street, Cape Coral, Florida 33991 , as Principal, and Hartford Accident and Indemnity Company , as Surety, located at One Hartford Plaza, Hartford, Connectlcut 0610101 (Business Address) are held and firmly bound to Collier County . as Obligee in the sum of Ole MilUm Nine H..ln:lrnd FiftEffi Th::::us3n:J Elght fJun::lrro 'l\€nty Nme & tb/lOO ($1,9lS,S29.00--) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the _ day of 20_, with Obligee for Lely Are3 StOJ:11Wlter Irrp:oveTEnts ProjErt in Chllipr !"hntv 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 instrumellt this 16th day of F'ebru3rv 2010, the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. . GC-CA-A-1 lOA Signed, sealed and delivered in the presence of: PRINCIPAL ClJYMIlNIl cr:N3IHXTICN CF F1ffiI]}'\, IN::. ( -(, ( \ ,...>' r-r--- is:....i.~ BY: NAME: ITS: , \<..< STATE OF Florid3. COUNTY OF Lee The foregoing instrument was acknowledged before ml'l this 16th day of F'El:ruarv 20 10 , by FrB:J fussell , as ~dent of GJ;<rann ctnstruct.im of Florid3., Inc. , a Florid3. corporation, on behalf of the corporation, He~ is pRr!':onr'llly knowlL to mR OR has produced WA as identification and did (did not) take an oath. ___ My Commission Expires: L Signa NAME: o4,JI-'t P~I Notary Public State of Florida ~ ~' 'f. Wendy L Hmgson ;, ,-,'; My Commission 00870744 9?Of f\.'&f Expires OS/23/2013 ..,,-....-....-....- > > ~ > L. Hirga::n (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Flcdd3. Commission No.: JI:i370744 ATTEST: SURETY fJ!'R]J'rnD I'iJ:::IIl'Nr AN:J ThLEl'NITY c:r:MP1'NY (Printed Name) Ch2 H3rtford Plaza H3rtford' ctnnectiOlt C6l55 (Business Address (Authorized Signature) Witnesses to Surety (Printed Name) GC-CA-A-2 IDA OR 2.:. As Attorney in F ct (Attach PoweJ 0 Attornev) Jay E. Wxdy, Attomey--I'rH"act an::J ['locid3. Resident A:ja)t (Printed Name) . Valenti, 'Il:d:ec & Wxdy 4110 Center Ibint lXive, &rite 215 Fbr:t Myers, "'lonca 3.Hlb (Business Address) (239) 275-8226 (Telephone Number) STATE OF Flocid3. COUNTY OF LEe My Commission Expires: instrument was acknow~:~~d before me this 16th , 20 10, by Jay E. of H3rtford Ao:ident an::J :rr-rnmity O::rr]:any He~ is personally known to me OR has produced ~dfitatlOn and who d'd {i:lid not) - ~ L day of , as The foregoing F'El:xuary Att:orney<- In-Fact Surety, on behalf of Surety, WA take an oath, iJ"~YI>~ Notary PUb..fie State of Florida . . Wendy l Hlngson ~ .. i My Commission DD870744 ~Off\OW' Expires OS/23/2013 ~ r Name: \\En'Iy. Hin)s:n (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Florid3. Commission No.: r:r:B70744 GC-CA-A-3 lOA " EXHIBIT A PUBLIC PERFORMANCE BOND Lely Area Stormwater Improvement Project (LASIP) 1) Lely Main Canal 2) Lely Manor Canal West Outfall (North & South Sections) Bo.n d No. 35f!:SE'D7614 CQ'ntract No, 10-5198 KNOW ALL MEN BY THESE PRESENTS: That 0J]rrBnn O:nstructim of Florid3., Inc. , as Principal, and H3rtford l<ccident arxl Irdmrity Cl:rrp3ny , as Surety, located at Q1e H3rtford Plaza, H3rtford, O::nnectirut 05155 (Business Address) are held and firmly baund to Cbllier Cb.nty , as Obligee in the sum af Q1e Millim Nine,Hurrlre:'l Fifteen 1h:us3rd Eight ($1,915,829.00---) for the payment ~~rgof\tv&-lbb<Xa' 8'u'fs~v~T. our heirs, executors, personal representatives, successors and assigns, jointiy and severally. WHEREAS, Principal has entered into. a co.ntract dated as of the day of , 20_, with Obligee for Lely Area stOrrTMBter Inpro\IElrEnt Pro"ject in acco.rdance with drawings and specifications, which contract is inco.rporated 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. Perfonms 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 Co.ntract, including, but no.t 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 o.r noncompliance with any formalities connected with the Contract ar the Changes do not affect Sureties obligation under this Bond, The Surety, far value received, hereby stipulates and agrees that nO changes, extensions of time, alterations or additions to the terms of the Contract or other wark 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 bf any such changes, extensions of time, alterations Dr additions to the terms of the Contract Dr to. work or to the specifications. . GC-CA-A-4 10 A ~f This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond, In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument thisl6th day of FEbnBry , 20 10, the name of each party Deing affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the resence of: PRINCIPAL """'" =:.:'"' '" rorom, "". -. ~/ BY~'( ,.' "'~~./' ',-''oJ, NAME: ;:..~ ~\\.'>~, \ \_ ITS: "..<.< \>'rJ'~'''\\ STATE OF Florid3. COUNTY OF Lee instrument was acknowledged before me this 16th day of , 20.lQ, by Fra:J Rusgell , as of G.Jyrrarn O:nstructim of Florid3., Inc. ,a corporation, on behalf of the corporation. He~ is known to me OR has produced WA as identification and I not) take The foregoing R:hn1rl1ii Vice Prasi t Florid3. personally My Commission Expires: """!<o. .o,~' 'f, Nota, ry PUb, ,'ie Stale of Florida . , . Wendy L Htngson '~),:. I My CommIssion DD870744 Ot f\cF- EXPires 06/23/2013 .',.''''''"''''',.....,-, N am e: W=n:ly . flirB9:n (Legibly Printed) Notary Public, State of: Florid3. Commission No.: ID370744 (AFFIX OFFICIAL SEAL) GC-CA-A-5 lOA . '1 ATTEST: SURETY: HARIFrnD mI'. jlJ\]) :IN:EMmY a:MPANY (Printed Name) Cl1e hartford Plaza H3rtford, O:mectirnt CXi155 (Business Address) (Authorized Signature) (Printed Name) Witnesses as to Surety ,-p~.u.~ OR r-- , :2.. As Attorney in Fa t (Attach Powe of ~ttorney) Jay E. W:xxly, ttCJrl'E'y'-:rn:Fact am Florid3. Resident Jlgmt (Printed Name) ValErlti, 'Itc:b2c & W:xxly 4110 CErlter Fbmt Dnve, &ute Ll::. Fort Myers, Florid3. 33916 (Business Address) (239) 275--82LO (Telephone Number) STATE OF COUNTY OF Florid3. I..€e The foregoing instrument was aCknowledged before me this 16th day of Fei:nErv , 20 10, by Jay E. W:xxly , as AttCJrl'E'y'-In-f'act: of H3rtford Jlo:::ident am rrmmity ~ a H3rtford, Cl::rnEti:iOJt Surety, on behalf of Surety, He/~ is personally 0 me has produced NlA as I cation and whocf an oath. My Commission Expires: ~ .~..y ,. ." .... . +oV""~-(l.~ Notary PUb. he Slate of Florida . . Wendy L Hlngson ~ "My Commission 00870744 "'->OFf\.O Expires OS/23/2013 (AFFIX OFFICIAL SEAL) Notary Public, State of: Florid3. Commission No,: rn970744 GC.CA-A.6 POWER OF ATTORNEY Di;~t~n~u:~btl0: BOND, T-4 PO. BOX 2103, 690 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 calf: 888-266-3488 or fax: 860-757-5835 Agency Code: 35-355032 KNOW ALL PERSONS BY THESE PRESENTS THAT: ~ Hartford Fire Insurance Company, a corporation duly organized under the laws ofthe State of Connecticut c:K:=J Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana [!:=J Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut D Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut D Twin City Fire Insurance Company, a corporation duly organized under the laws oCthe State of Indiana D Hartford Insurance Company of Illinois, a corporation duly organiLed under the laws of the State of I1linols D Hartford Insurance Company of the Midwest, a corporation duly organi/,ed under the lav,.'s ot"the Slate of Indiana D Hartford Insurance Company of the Southeast, a corporation duly organi/.ed under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Jay E. Woody, SF Humenchick, Wendy L. Hingson, Oawn Onzo of Fort Myers, FL their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one IS named above, to sign its name as surety(ies) only as delineated above by 1:83, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney ~)~1l \,'\ to7~ff ~~~/} \.::::;# ~V f ru-O C\ ~JJ/ r:-~ Paul A. Bergenholtz, Assistant Secretary M. Ross Fisher, Assistant Vice President STATE OF CONNECTICUT} ss. Hartford CDUNlY OF HARTFORD On this 3rd day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. ^ C;7/) -<'_.) cAZ-c!- /~ Scott E. Paseka Nolary Puhlic CERTIFICATE My Commission Expires October]] 2012 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of 16th day of February, 2010 Signed and sealed at the City of Hartford I!tl"~~ a...~... ~.. ~''''''''). lif~;~ (![#>>:~....,~;~\~ \\.,..'.7~p '~;\l07{jJ.)i ,":'",,>~,-'l :\..........., ''''~ "'''.'''''' /~~/ :\;\,.... I' l I ~) \ I. Gary W Stumper, Assistant Vice President : lilslirimce)l;lond TYIl~" ", :: 1, I2J Worker's Compensation 2. i:8l Employer's Liability 3. [gJ Commercial General Liability (Occurrence Form) pattemed after the current ISO form 4. i:8llndemnification 4, i:8l Automobile Liability Collier County Florida Insurance and Bonding Requirements IDA .'f .:.,:Requiredlh'ilils.::',. ..... ":i ",,"''',..'.' . Statutory Limits 'of Florida Statutes, Chapt~; '440 and all Federal Government' Statutory Limits and Requirements $1 000,000 single limit per occurrence Bodily Injury and Property Damage $2000 000 single limit per occurrence 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, $ 2,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non"owned/Hired: Automobile Included 5. 0 ,Other insurance as 0 Watercraft noted: $ Per Occurrence o United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence o Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work, $ Per Occurrence o 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. o Pollution $ $ Per Occurrence Per Occurrence o Professional Liability $ . $ 500,000 each claim and in the aggregate . $1,000,000 each claim and in the aggregate . $2,000,000 each claim and inthe aggregate Per Occurrence o Project Professional Liability o Valuable Papers Insurance $ $ Per Occurrence Per Occurrence GC-CA-B-3 Jo A ~,' 6, I8l 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 Cierk, 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, I8l Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the 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 ungerwritten 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 1 0038 8. t8l 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. t8l Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. I8J Collier County Board of County Commissioners shall be named as the Certificate Holder and the certificate must read "For any and all work performed on behalf of Collier County, NOTE: The "Certificate" should read as follows: . For any and all work performed on behalf of Collier County, . Collier County Board of County Commissioners, Naples, Florida No County Division, Department or individual name should appear on the Certificate, 11, t8l 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 G.JYMllm ~ CF FI.ffiIDI\//F. ( -~H' Vendor Signature ' " t:-,,~ ~~~t\ - "",.... .~vt I Date F'€bruary 16, 2:10 Pnnt Name Insurance Agency ValEnti, 'I\:d:ec & Wx:dj Agent Name Jay E. Wx:dj, Telephone Number (239) 275--82LO GC-CA-B-4 1 () .. '. .. \.tA~MIDDlYYYY) .A CORQ, CERTIFICATE OF LIABILITY INSURANCE 02/16/2010 PRODUCER FAX (239)275-8837 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Valenti Trobec & Woody, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE. HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 4110 Center Point Drive, Suite 215 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Myers, FL 33916 (239)275-8226 INSURERS AFFORDING COVERAGE NAIC# INSURED Guymann Construction of Florida, Inc. INSURER A National Fire Insurance of Hartf rd 20478 305 SW 3rd Street INSURER B Continental Casualty 20443 Cape Coral, Florida 33991 1--- Valley Forge Insurance CQ~any ~oSC'il INSURER C 1-- INSURER 0 American Casualty Co of Reading, PA 20427 INSURER E "'....."', . A , cnVERAGES I I KJI.,I 1\ILlT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDlTION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE lSSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND COND!TIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS IIN$': ~~'?;r lYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY 208 399 7962 01/01/2010 01/01/2011 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 100,000 I CLAIMS MADE []J OCCUR MED EXP (Anyone person) $ 5,000 A X Includes: XCU, PERSONAL & ADV INJURY $ 1,000,000 X PO Deductible 1000 GENERAL AGGREGATE $ 2,000,000 ...:..:. 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMPIOP AGG $ I POLICY m r;~8T n LOC AUTOMOBILE LIABILITY 103 177 7042 01/01/2010 01/01/2011 COMBINED SINGLE LIMIT ~ $ X ANY AUTO (Ea accidenl) 1,000,000 - ALL OWNED AUTOS BODILY INJURY X $ SCHEDU.LED AUTOS (Per person) B X HIRED AUTOS BODILY INJURY X (Per accident) $ NON-OWNED AUTOS X Hired Phy Damage PROPERTY DAMAGE X $1000 Comp/Coll (Per accident) $ GARAGE liABILITY AUTO ONLY - EA ACCIDENT , ==j ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG , :JESS/UMBRELLA LIABIliTY EACH OCCURRENCE $ OCCUR D CLAIMS MADE AGGREGATE , , R DEDUCTIBLE , RETENTION $ $ WORKERS COMPENSA110N AND WCl07 369 2304 01/01/2010 01/01/2011 X I T,,)(~~Tt;,~~ I IO,I",- EMPLOYERS' liABILITY 500,000 C ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT , OFFICERlMEMBER EXCLUDED? E.L. DISEASE. EA EMPLOYEE $ 500,000 If yes, describeundar 500,000 SPECIAL PROVISIONS below EL. DISEASE. POLICY LIMIT $ O~ER 103 177 7039 01/01/2010 01/01/2011 Leased/Rented Equipment In and Marine D $100,000 Any One Item 2% Deductible-Min $5,000 DESCRIP110N OF OPERA110NS I LOCA110NS I VEHICLES f EXCLUSIONS ADDEO BY ENDORSEMENT J SPECIAL PROVISIONS 'For Any and All Work Performed on behal f of Coll ier County" :ollier County Board of County Commissioners is added as Additional Insureds with respects to :;enera 1 Li abi 1 i ty C "~'nc" -, , "T,nN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEllED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER Will ENDEAVOR TO MAil ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE lEFT, Collier County BUT FAilURE TO MAil SUCH NOTICE SHAll IMPOSE NO OBLIGATION OR LIABILITY 80ard of County Conmn;ss;oners OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. Naples, FL AUTHORIZED REPRESENTATIVE --+,c~ Jav Woodv/V510 ACORD 25 (2001/08) @ACORDCORPORATION 1988 - ..- ACORQ. CERTIFICATE OF LIABILITY INSURANCE l ~ R~TE (MMJDDfYYYY) 02/16/2010 PRODUCER FAX (239)275-8837 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Valenti, Trobec, Chandler Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1175 West Long Lake Road, Suite 200 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, Troy, Michigan 48098 239-275-8226 INSURERS AFFORDING COVERAGE NAIC# INSURED Guymann Construction of Florida, Inc. INSURER A St Paul Fire & Marine Ins. Co. 24767 305 SW 3rd Street INSURER B Cape Coral, Florida 33991 INSURER C INSURER 0 INSlIRER E TIn I "" I t.. I ^ I COVERAr.:ES VI\J J I J\I J4 I 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 CERTIF1CATE 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS I~i: ~!1!I:~ TYPE OF INSURANCE POLICY NUMBER P~AL~~ EFFECTIVE POLICY EXPIRA nON LIMITS GENERAL LIABILITY EACH OCCURRENCE $ - DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY $ I CLAIMS MADE D OCCUR MED EXP (Anyone person) $ PERSONAL & ADV INJURY $ - GENERAL AGGREGATE $ - GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ I ,nPRO- n POLICY JECT LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT - (Eaaccidenl) $ ANY AUTO - ALL OWNED AUTOS BODILY INJURY - $ SCHEDULED AUTOS (Per person) - HIRED AUTOS BODILY INJURY - $ NON-OWNED AUTOS (Per accident) - - PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ~ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESS/UMBRELLA LIABILITY QK02101000 01/01/2010 01/01/2011 EACH OCCURRENCE $ 10,000,000 o OCCUR 0 CLAIMS MADE AGGREGATE $ 10,000,000 A FOLLOWS FORM $ ~ ~EDUCTIBlE $ X RETENTION $ 10,001 $ WORKERS COMPENS4, TlON AND 1 TVXS,ST~T,~;, 1 10J61- EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE EL EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED? E_L. DISEASE - EA EMPLOYEE $ If yes, describe under SPECIAL PROVISIONS below EL DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS 'For Any and All Work Performed on behal f of Coll ier County" ~ollier County Board of County Commissioners is added as Additional Insureds with respects to ~eneral Liability C IF T CA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Coll ier County Board of County Commmissioners Naples, FL EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES_ AUTHORIZED REPRESENTATlYE- /" Alan Chandler/ / . ACORD 25 (2001108) @ACORD CORPORATIO~n'988 EXHIBIT C RELEASE AND AFFIDAVIT FORM lOA "'" 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 [monthlylfinal] 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 ,~~ ,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,: GC-CA-C-1 lOA "1 EXHIBIT 0 FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water-Sewer District (the OWNER) FROM: (Contractor's Representative) (Contractor's Name) (Contractor's Address) RE: Bid No. 10-5198 Project No. Application Date Payment Application No, for Work accomplished through the Date: (Project Name) Original Contract Time: Revised Contract Time: Retainage @ 10% thru[insert date] $ Retainage @ _0/0 after [insert date] $ = Percent Work completed to Date: Percent Contract Time completed to Date % % Liquidated Damages to be Accrued $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION Original Contract Price: $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ Less Retainage $ Total Earned Less Retainage $ Less previous payment (s) $ AMOUNT DUE THIS APPLICATION: $ Remaining Contract Balance $ 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) By Design Professional: Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: (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) GC-CA-D-1 I -- - i I . -'--1--1 , - ---- ---.. . , . i E I :J" len z 0 !W - ..... 13 '11~li 01 '~TI~~ I: ..J U ~ " 0--1--1 ! '" w 0 :I: 5:' u '" 'C .. ~ ,E 1:: o !2. C I- iii l: >< w ;; E . z u '''~I ~ .. ! Wo .J".J ....w I-~J: 0..:1: ........1- ~i w " . ~ ~ l! I " ~ tu ~ '" .. w " ~~ ~;;;: tu 1 '" W:l: 0'" ~~ .J"- "0 Ill.... , ....,W ffj'tu U!...J ffil!l; a.iO 10 fficw .J....wl- -< w a::! I-...J oi~ o e:...... 1--=(1)0 8 oa:.... o~ w.. "'- a'" ....w "'!;;: :z C U>O i:ir I-W a. , ",W zl- 0" _0 I-w "u ~z .J- ...'" ... "w "'.... ::J.. 00 >::J w'" "':I: ....... 01 w' ...J:w ::J'::J O'.J w" :1:> U '" z o ;:: , ... , ii1 o '" w o '" :zW will t:;;~i iZI I IDA '.. I I I- I 00 .. E o <.) ~~ 00 '" .~ (;j Is'" ~~ "iij . _ c ~ E j'O -5 ", c: u-- .Q ID Urn -ilC ~ ~ ,I ~ c ~U) (1110)1---1---- ml= wi.!: ~'O '" .. 00 <.) 00 '" ..0. Coo ~ .- j!!$ ~~ "-- E '" i.~ il U '" ~ 5 c:;::::; o '" <.) E .. ~ :5~ , I , -~ I '" .J .. I- o I- ... c . ~ c c E o ~ -':;(5 J ~.i* I~IO - ~ ml:: ..I- ~~ ,,-- =c .~ :.01------ ~ .. I g ~ va.l '.' ~ 001 i~ '-. :3: ~ ;.~ ~: jBjgi ~ ~i ~ ~ 10 .. I-g' .. '" ~ -5 ' tri'$.'~ c .. 2:5 "'- ! U OJ J~I i I ~ ~ ~n--I-~--- :> .8.!: I I Q) 0. J!! i i a: :J @ i ! .... c i I Q) o.s I i '0:;::; (]) I I 5 E ~ ' ! 00 '" I E -E -5 : :J = Q) (5m:5 ~ vi ~ ~ iji !: ,,-00 :5 g- ~ ~" c 000" ~ 5 & _ 0..... n:l :z:; - ..c ----- --- --.- ~ >. ",00 I -'1-'1" I 'I 0..0..,.... t.i] .8'~, ~ c::: N , o .d: () o C9 1:! o " Ol a:: '" iU ';: ~ '" :!! "Cl l!! .s III '0 Q) OJ .!: E o o o ~ ;g .<:: x W ~ Ol '" W"- l: '" '" l: iU- III lOA ... w " 00 "Cl "Cl 0 .! 'i: - Ol .f!C1. '" '" .E:E I- o co + <{ ro :; E ~ o LL '" ","Cl ,..l!! 0.2 iU i)0 _ l: C1.- "Cl"8 Ol .- .~ ; COOlCl. " '" ~:E I- "'''Cl '" Ol ,. > <{ .2 'Qj > " l!! Ol C1.a:: Ol - " Ol ._ .c o E > ,. .5z '" , o .J: o U l'J - i ,. III l: o ~ - " '" Ol C ~ '" c _.J __L-' ~L.J _l__ __ lOA " EXHIBIT E CHANGE ORDER TO: Project Name: Bid No,: Change Order No,: Change Order Description FROM: Collier County Government Construction Agreement Dated: Date: Original Agreement Amount ...............................................'.., '" ,$ Sum of previous Change Orders Amount .., ...... ,.. ......... ........,..' .. ,$ This Change Order Amount ........ .........., .............,............,..... ,$ Revised Agreement Amount.................. ....,............................."..$ Original Contract Time in calendar days Adjusted number of calendar days due to previous Change Orders This Change Order adjusted time is Revised Contract Time in calendar days Original Notice to Proceed Date Completion date based on original Contract Time Revised completion date Contractor's acceptance of this Change Order shall constitute a modification to the Agreement and will be performed subject to all the same terms and conditions as contained in the Agreement, as if the same were repeated in this acceptance. The adjustments, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of, or related to, the change set forth herein, including claims for impact and delay costs, Prepared by: Date: Project Manager Recommended by: Design Professional Date: Accepted by: Date: Contractor Approved by: Date: Department Director Approved by: Date: Division Administrator Approved by: Date: Purchasing Department Authorized by Director Date: (For use by Owner: Fund Number: ) Cost Center: Object Code: Project GC-CA-E-5 EXHIBIT F CERTIFICATE OF SUBSTANTIAL COMPLETION lOA , ... OWNER'S Project No PROJECT Design Professional's Project No. CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL 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. GC-CA-F-1 lOA ,.... IIlIIII The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: 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 GC-CA-F-2 IDA; EXHIBIT G FINAL PAYMENT CHECKLIST Bid No.: Project No.: Contractor: The following items have been secured by the for the Project known as Date: ,20 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) By Design Professional: (Firm Name) (Signature) (Typed Name & Title) (Department Name) (Signature) (Name & Title) By Owner: GC-CA-G-1 lOA t'f 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; GC-CA-I-1 lOA '. 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. GC-CA-I-2 lOA 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. GC-CA-I-3 lOA 4.3 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. 4.4 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. 4.5 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 through out the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to fifty percent (50%) completion subject to the guidelines set forth in Florida Statute 255.078 and as set forth in the Owner's Purchasing Policy. 4.6 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. GC-CA-I-4 lOA '. II 4.7 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. 4.8 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. 4.9 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. 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non-compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 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 GC-CA-I-5 ~OA . 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. 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. 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. GC-CA-I-6 lOA 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, AS-BUlL TS 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: GC-CA-I-7 lOA ,.~ 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub-Contractor's personnel; 8.1.4 The number of Contractor's and Sub-Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in 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. GC-CA-I-8 IDA "If 8.3 Contractor shall keep all records and supporting documentation which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later. Owner, or any duly authorized agents or representatives of Owner, shall have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the document retention period noted above; provided, however, such activity shall be conducted only during normal business hours. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material-men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of 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 GC-CA-I-9 lOA ~ shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub-subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). All compensation due Contractor and any Subcontractor or sub-subcontractor for field and home office overhead is included in the markups noted above. Contractor's and Sub-Contractor's bond costs associated with any change order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. 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. GC-CA-I-10 lOA ~ 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty-eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall 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 GC-CA-I-11 lOA '" for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, Contractor shall indemnify and hold harmless Owner and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 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 GC-CA-I-12 lOA 1 Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seQ. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 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 GC-CA-I-13 lOA '" to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 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 GC-CA-I-14 lOA ~ Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re-Ietting 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 GC-CA-I-15 lOA the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. 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. GC-CA-I-16 lOA !if (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the 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. GC-CA-I-17 lOA 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re-inspection fees and costs; to the extent such re-inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non- defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 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, GC-CA-I-18 10a , , ''Ill shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design 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 GC-CA-I-19 IDA 1 against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others dest'oyed 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 anyone 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. GC-CA-I-20 lOA .'. 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: GC-CA-I-21 lOA 1 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 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. 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; 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; GC-CA-I-22 lOA f~ 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre-construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre-construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 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 GC-CA-I-23 lOA if' 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 available on-line at colliergov.neUpurchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of 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. GC-CA-I-24 IDA 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 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 GC-CA-I-25 lOA If subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third-party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub-subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on-site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub-subcontracts and purchase orders. 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 GC-CA-I-26 lOA 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 34.1.2 34.1.3 34.1.4 34.1.5 34.1.6 34.1.7 34.1.8 34.1.9 34.1.10 34.1.11 34.1.12 34.1.13 34.1.14 34.1.15 34.1.16 34.1.17 34.1.18 34.1.19 34.1.20 34.1.21 34.1.22 34.1.23 34.1.24 34.1.25 34.1.26 34.1.27 34.1.28 34.1.29 34.1.30 34.1.31 34.1.32 Subcontracts and Purchase Orders Subcontractor Licenses Shop Drawing Submittal/Approval logs Equipment Purchase/Delivery logs Contract Drawings and Specifications with Addenda Warranties and Guarantees Cost Accounting Records labor Costs Material Costs Equipment Costs Cost Proposal Request Payment Request Records Meeting Minutes Cost-Estimates Bulletin Quotations lab Test Reports Insurance Certificates and Bonds Contract Changes Permits Material Purchase Delivery logs Technical Standards Design Handbooks "As-Built" Marked Prints Operating & Maintenance Instruction Daily Progress Reports Monthly Progress Reports Correspondence Files Transmittal Records Inspection Reports Punch Lists PMIS Schedule and Updates 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. GC-CA-I-27 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. ,elf 0 A trt 35. SECURITY If required, Contractor shall be responsible for the costs of providing background checks and drug testing 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 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 (FAC.) or aboveground 62-762, FAC. 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. GC-CA-I-28 t t. 1,1 ,I). II ~~ l. .~ 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, FAC. and 62-762, FAC. 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. GC-CA-I-29 IDA ..... EXHIBIT I SUPPLEMENTAL TERMS AND CONDITIONS 1. The County may, at its discretion, use VISNMASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. GC-CA-I-30 IDA " EXHIBIT J TECHNICAL SPECIFICATIONS GC-CA-J-1 lOA ~... EXHIBIT K PERMITS , " GC-CA-J-1 A\."...., ., SOUTH FLORIDA WATER MANAGEMENT DISTRICT ENVIRONMENTAL RESOURCE STANDARD GENERAL PERMIT NO. 11-01140-S DATE ISSUED:December 15, 2009 .in 11 -. Form #0941 08/95 PERMITTEE: COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 2885 SOUTH HORSESHOE DRIVE NAPLES, Fl 34104 PROJECT DESCRIPTION: This application is a request for a General Permit Modification authorizing construction and operation of a surface water management system serving a 16.92 acre project known as Lely Manor Canal West Outfall North Section with discharge to the lely Manor Canal. PROJECT LOCATION: COLLIER COUNTY, SEC 19,30 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. 090925.3, dated September 25, 2009. This action is taken pursuant to Rule 40E-1 ,603 and Chapter 40E-40 , Florida Administrative Code (F AC.). 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 18 Special Conditions (See Pages. 5.6 of 6) and 4. the attached 3 Exhibit(s) Should you object to these conditions, please refer to the attached "Notice of Rights" which addresses the procedures to be followed if you desire a public hearing or other review of the proposed agency action. Please contact this office if you have any questions concerning this matter. If we do not hear from you in accordance with the ~Notice of Rights," we will assume that you concur with the District's action. CERTIFICATE OF SERVICE I HEREBY CERTIFY that a "Notice of Rights" has been mailed to the Permittee (and the persons listed in the attached distribution lis later than 5:00 p.m. on this 15th day of December, 2009. in accordance with Section 120.60(3), Florid .~ BY: - alera, P.E. .. cI , l WC Regulatory Division Collier County Service Center Cerliiled mail number 70082810000017139629 Page 1 of6 NOTICE OF RIGHTS lOA ., As required by Sections 120.569(1), and 12060(3), Fla. Stat, following is notice of the opportUnities which may be available for administrative hearing or ludiclal review when the substantial interests of a party are determined by an agency Please note that this Notice of Rights is not intended to providetegal advice. Not all the legal proceedings detailed bplow 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 admmistrative 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 wntten notice of the decision, unless one of the following shorter time penods 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 373119(1), Fla Stat "Receipt of written notice ot 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 bye-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 500 p.m. shall be filed as of 800 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, PO 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 lOA ~ ., Initiation of an Administrative Hearing Pursuant to Rules 28-106201 and 28-106301, Fla Admin Code, initiation of an administrative hearing shall be made by wntten petlllon to the SFWMD In leqible 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, Distnct 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. S 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 fake 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 penod 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 120573, 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 ~ Application No.. 0909J 0 A r 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 crileria 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 estabiished. 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, FAC. 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 shoalin9 that causes adverse impacts to the water resources. 4. The permittee shall notify the District of the anticipated construction start date within 30 days of the date that this permit is issued. At least 48 hours prior to commencement of activity authorized by this permit, the permittee shall submit to the District an Environmental Resource Permit Construction Commencement Notice Form Number 0960 indicating the actual start date and the expected construction completion date. 5. When the duration of construction will exceed one year, the permittee shall submit construction status reports to the District on an annual basis utilizing an annual status report form. Status report forms shall be submitted the following June of each year. 6. Within 30 days after completion of construction of the permitted activity, the permitee shall submit a written statement of completion and certification by a professional engineer or other individual authorized by law, utilizing the supplied Environmental Resource/Surface Water Management Permit Construction Completion/Certification Form Number 0881A, or Environmental Resource/Surface Water Management Permit Construction Completion Certification - For Projects Permitted prior to October 3, 1995 Form No. 0881B, incorporated by reference in Rule 40E-1.659, FAC. 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 drawin9s with deviations noted. Both the original and revised specifications must be clearly shown. The plans must be clearly labeled as "as-built" or "record" drawin9s. 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.: lOA 090925-3 Page 3 of6 ., 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, FAC., 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 conceming 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 AC.. 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 soverei9nty 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), FAC., also known as the "No Notice" Rule. 14. The permittee shail 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 lOA Application No.. 090925-3 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, FAC.. The permittee transferring the permit shall remain liable for corrective actions that may be required as a result of any vioiations 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.: 090925.1 n!~ Page 5 of 6 SPECIAL CONDITIONS 1. The construction phase of this permit shall expire on December 15, 2014. 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 durin9 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. Facilities other than those stated herein shall not be constructed without an approved modification of this permit. 7. 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. 8. 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. 9. 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 parly. The District will require the permittee to modify the surface water management system, if necessary, to eliminate the cause of the adverse impacts. 10. The permittee acknowledges, that pursuant to Rule 40E-4.101(2), FAC., 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. 11. If prehistoric or histonc artifacts, such as pottery or ceramics, stone tools or metal implements, dugout canoes, or any other physical remains that could be associated with Native Amencan 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. 12. The permittee shall utilize the criteria contained in the Construction Pollution Prevention Plan (Exhibit No. 2.1) and on the applicable approved construction drawings for the duration of the project's construction activities. 13. The Permittee shall utilize the criteria contained in the Urban Stomwater Management Program for post construction activities as indicated in Special Condition No. 24 in the previous permit (Permit No. 11- lOA " Applicalion No.: 090925-3 Page 6 of 6 SPECIAL CONDITIONS 01140-S/Application No. 980828-1). 14. 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. 2.0 pages 5-32 of 32 Construction Plans Exhibit No. 2.1 Construchon Pollution Prevention Plan 15. 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. 16. 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. 17. 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 scheduie the pre-construction meeting. 18. 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 credits 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 lOA "1 last Date For Agency Action: January 8, 2010 GENERAL ENVIRONMENTAL RESOURCE PERMIT STAFF REPORT Project Name: lely Manor Canal West Outfall North Section Permit No.: 11-01140-S Application No.: 090925-3 Associated File: 090925-8 WU Concurrent Application Type: Environmental Resource (General Permit Modification) location: Collier County, S19,30/T50S/R26E Permittee: Collier County Board Of County Commissioners Operating Entity: Coilier County Board Of County Commissioners Project Area: 16.92 acres Project land Use: Other Drainage Basin: WEST COLLIER Receiving Body: LEL Y MANOR CANAL Special Drainage District: NA Total Acres Wetland Onslte: .59 Total Acres Impacted Onsite : .59 Mitigation Previously Permitted: Yes Conservation Easement To District: No Sovereign Submerged lands: No Sub Basin: LEL Y MANOR CANAL Class: CLASS III ....l!lf11!:U t~,,:~~'''"~\'_'':-''L'''"3''"', ,i."'.i;;;z'!i""fl'l~lIlllI!'ilJ1lliIIJII!!\II-~"'- 'j:j 'I ' m<C,".._. ' I ,', _~c,~"",,-:'J!'..!liiII~ir,_~~!;~n;~,..!i.'.lI;#''''w.~,_,-,_''1~'''''k', _\;,~",__'".. This application is a request for a General Permit Modification authorizing construction and operation of a surface water management system serving a 16.92 acre project known as Lely Manor Canal West Outfall North Section with discharge to the Lely Manor Canal. Appno. : 090925-3 Page 1 of 7 ---'-------""'........~"'-~..~--,---'" . erp_sta~_report.rdf lOA '" PROJECT EVALUATION: fJll . _:t."e:ol. ,,~_iilllt " ,,:; ,: ..;:.h;;,~ft;.::~':~~~,~\t.ii-..r~;~:~';iL" .,...' The project site is located west of Tamiami Trail (US 41) between Rattlesnake Hammock Road and Collier Boulevard in Naples, Collier County, Florida. A location map is attached as Exhibit 1.0. There are permitted surface water management facilities within the project area. The site contains an existing canal known as Lely Manor Canal. Upland habitat alon9 the canal consists of disturbed land, spoil areas, and pine flatwoods with up to 50% exotics. Wetland habitat consists of mixed wetland hardwood with minimal exotics, exotic wetland hardwoods, wetland forested mixed with up to 25% exotics, and cypress wetlands with between 10-90% exotics. A FLUCCS hab~at map is attached as Exhibit 3.0. The wetland jurisdictional lines have been updated from the original conceptual permit. The proposed project will directly impact 0.597 acres of wetlands and 12.13 acres of other surface waters. 1l...6~llIflJl;J ! 1l\~l'i::;:~d1:m:.~~~;.. ~'i:,J:i;~~~ ,f~7~!tl!lllllllB,;;l',~ '.~ On October 13, 2004 Permit No. 11-01140-S/Application No. 980828-1 was approved for an overall Lely Area Stormwater Improvement Project (LASIP). The permit included both conceptual and construction and operation authorization for specific improvements within the LASIP area. The current application is located within region 5 which received construction and operation authorization. The LASIP is proposed by Collier County Government in order to improve the conveyance capabilities for the existing conveyance system and to enhance water quality of the existin9 linear canals within the area. The LASIP drainage area experienced flooding pressures as development occurred in the area. The recommended alternative to mitigate the flooding hazard is described in the staff report for Permit No. 11-01140- S/Application No. 980828-1. Since that time several modifications have been approved within the LASIP as needed to continue improvement to the overall drainage area. ._iiit1"1.1W.,~'1'_~if.lllifi7:~.-~4'.'f:\IiFi;7 ;.~_~~~~_ The applicant proposes the construction of 4365 feet of canal improvements in the Lely Manor Canal. The improvements will occur in region 5 of the Lely Area Stormwater Improvement Project (LASIP) between stations 8+50 and 52+39.96 of the Lely Manor Canal. The canal cross section proposed differs slightly from the previously approved LMB-00-C0005(1) cross section as permitted by Permit No. 11- 01140-S/Application No. 980828-1. This project also involves the construction of two maintenance roads located on the north and south side of the existing canal. The southern maintenance road will consist of bahia sod over a 'imerock base and the northem maintenance road will consist of geoweb for the western most section and lime rock for the remainder of the roadway. Based on analysis completed by the applicant, these modiflcations are consistent w~h the LASIP plan approved in Application No. 980828-1. Site drainage plans are attached as Exhibit 2.0. Discharge Rate: No adverse discharge impacts are anticipated as a result of the proposed project. An Urban Stormwater Management Program and Storm Water Pollution Prevention Plan specifications and guidelines are part of the proposed improvements as indicated in the Special Conditions. No adverse water quality impacts are anticipated as a result of the proposed project. App.no. : 090925-3 Paga 2 of 7 erp_sta~_report.rdf 10 A J'~ -~; The proposed project consists of 0.597 acres of wetlands and 12.13 acres of other surface waters (existing canal). The wetlands within the project area extend offsite beyond the drainage easement along the canal. Adjacent to the drainage easement there are existing conservation areas for Treviso Bay (ERP Permit 11-02324-P) and Sabal Bay (ERP Permit 11-02003-P). There is no overlap between the drainage easement area and the adjacent preserves. The wetland habitat is concentrated in the western portion of the project and is located along the north and south side of the canal. Wetland habitat consists of 193 square feet of mixed wetland hardwood with minimal exotics, 118 square feet of exotic wetland hardwoods, 0.10 acres of wetland forested mixed with up to 25% exotics, 0.24 acres of cypress wetlands with up to 25% exotics, 0.11 acres of cypress wetlands with up to 75% exotics, and 0.14 acres of cypress wetlands with up to 90% exotics. Exotic vegetation within the wetlands consists largely of Brazilian pepper, Australian pine, and melaleuca. Native vegetation includes cypress, cabbage palm, red maple, myrsine, saltbush, saw grass, leather fem, and swamp fem. Wetland habitat offsite not affected by the proposed project includes hydric pine flatwoods, freshwater marshes, and cypress with minimal exotics. Wetland Impacts: The proposed project will directly impact 0.597 acres of wetlands and 12.13 acres of other surface waters through dredge, fill and clearing activities. District staff validated the wetland boundaries October 19, 2009. The wetland impacts for this portion of the LASIP project have been reduced by approximately 0.2 acres from the originally permitted conceptual design. A wetland impact map is attached as Exhibit 3.1. Potential secondary impacts have been avoided by planting native ground cover species (i.e. Helianthus, Paspalum, Andropogon, Eragrostis) on the side slope (above and below the seasonal high) of the proposed maintenance roadway in areas adjacent to offsite wetlands. Additionally, secondary impacts are minimized due to the expected low frequency of use (once or twice a year), and runoff from the road will be directed toward the canal. The proposed project includes the removal of an existing low berm on the north western end of the canal. The area will be returned to natural adjacent wetland grade, which may improve hydrology to adjacent wetlands. The area will be stabilized with geoweb material infilled with crushed stone, and may ra- vegetate with native ground cover over time. Mitigation Proposal: The mitigation for wetland impacts associated with the overall LASIP project were identified up-front under application 980828-1, and modified under application 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. The exotic removal within the 109 acre mitigation site was completed in January 2008. The 1.6 acre mitigation site was created and planted in May 2008. The proposed impacts require 0.45 WRAP credits of mitigation. Please see the permanent permit file to see the adjusted WRAP scores from the conceptual permit for the wetland impact areas associated with this application, and a copy of the 'mitigation ledger' indicating excess LASIP mitigation credits available for future LASIP phases. Please see speciai condition No. 18 indicating that future LASIP phases are required to provide updated wetland mitigation credit information. App.no. : 090925-3 Page 3 of 7 - --------. . OSW30- ON 500 Direct W-30-9b ON 621 Direct W19-2 ON 630 Direct W19-3 ON 621 Direct W19-4 ON 619 Direct W19-5 ON 617 Direct W3Q-.7a ON 621 Direct W30-7b ON 621 Direct W30-9b ON 621 Direct W30-9c ON 630 Direct -----~ ~ ~------~ Total: ~rp_staff,--report.rdf Wetland Inventory : CONSTRUCTION Site Id - -Slt;~~ Typ Pre Fluc cs Fluccs Code 500 617 619 621 630 lOA MOD -Lely Manor Canal West Outfall North Section Pre-Development .u----I Acreage Current I With Time Risk (Acres) Wo Pres Project Lag (Yrs) Factor ..________ i I i Post-Development Pres. Adj. Post Factor Fluccs AA Type Adj Functional Delta Gain I Loss 12.13 .13 09 .02 .00 .00 .09 000 .000 .000 .000 .000 .000 .000 .000 .000 .000 .000 .000 .000 .000 .000 .000 .000 .000 .000 .000 .11 .14 .01 i ______--~_12;2--=____==~__ .00 Description Water Mixed Wetland Hardwoods Melaleuca - Brazilian Pepper - Exotics Hardwoods Cypress Wetland Forested Mixed The project site does contain preferred habitat for wetland-dependent endangered or threatened wildlife species or species of special concem. A listed species survey was conducted AU9ust 11, 2009. The bald eagle nest which was located in a pine tree approximately 210 feet north of the project has relocated as of the 2004 nesting season to a tree that is 1,140 feet north of the Lely Manor Canal. The proposed project is not expected to affect the bald eagie. Wading birds may utilize the shallowernittoral zones of the project area for occasional foraging. Birds temporarily displaced during construction are likely to return. Gopher tortoise burrows were found in xeric scrub off-site of the northwest portion of the project. However, the closest burrow was observed approximately 77 feet north of the limits of construction. Silt fence will be installed within the limits of construction which will assist in avoiding impacts to gopher tortoise in the area. The project is within the known range of larger mammal species, including the Florida panther and the black bear; however due to the location of the construction activities along an existing canal and drainage easement no impacts to larger mammals are expected. This permit does not relieve the applicant from complyin9 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. Species App.no. : 090925-3 Potential Occurence __ __ _____m_________ ________n_____ Use Ty~es Page 4 of 7 erp_staff......report.rdf lOA . Species Potential Occurence -----.----.----.. -., USllT~lls Bald Eagle Black Bear Eastern Indigo Snake Florida Panther Gopher Tortoises Nest Is Off-Site Known Range Known Range Known Range Observed Active Burrows Known Range Known Range Known Range Herons Limpkin Wood Stork . .. .----- -~.IIi..IlU. l~JJ::lIlfll.l\IIRr~~1J;._ll!:I.ltULI:~~I!li"~i~~D 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 Gode (FAG.). Pursuant to Ghapter 40E-4 F AC., 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) FAG. 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 permtt is transferred to the operating entity pursuant to Rule 40E-1.6107, FAG., 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. : 090925-3 Page 5 of 7 erp _sta~~report_rdf lOA ,> ~ RELATED CONCERNS: Water Use Permit Status: The applicant has indicated that irrigation is not proposed for the project. The applicant has indicated that dewatering is required for construction of this project. Water Use Application No. 090925-8 is being processed concurrently with this application. This permit does not release the permittee from obtaining all necessary Water Use authorization(s) prior to the commencement of activities which will require such authorization, including construction dewatering and irrigation, unless the work qualifies for a No-Notice Short-Term Dewatering permit pursuant to Chapter 40E-20.302(3) or is exempt pursuant to Section 40E-2.051, FAC. CERP: The proposed project is not located within or adjacent to a Comprehensive Everglades Restoration Project component. Right-Of-Way Permit Status: A Dislrict Right-of-Way Permit is not required for this project. DRI Status: This project is not a DR!. Historical/Archeological Resources: The District has received correspondence from the Florida Department of State, Division of Historical Resources indicating that the agency has no objections to the issuance of this permit. 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. DCAlCZM Consistency Review: The District has not received a finding of inconsistency from the Florida Department of Environmental Protection or other commentin9 agencies regarding the provisions of the federal Coastal Zone Management Plan. Third Party Interest: No third party has contacted the District with concems about this application. Enforcement: There has been no enforcement activity associated with this application. STAFF REVIEW: DIVISION APPROVAL: App_no. : 090925~3 Page 6 of 7 erp _ stafCreport. rdf NATURAL RESOURCE MANAGEMENT: ~1~ ~CUU Laura Layman ' I App.no. . 090925-3 Page 7 of 7 DATE: lOA " /~/lJ/Oq DATE: )2('7/01 lOA CANAL ~ECTION ) OJ - - SECTION(S): 19 & 30 TOWNSHIP: 50S RANGE; 26E . /4./CATION NUMBER J90985-3 ill LOCATION OF PROJECT - . LOCATION MAP NOT TO SCALE CONS STAT. . . . .. . ......... ~L I Exhibit 1.0 Application No. 090925-3 Page 1 of 1 ~~~ 6-, p i 0:: U 0 ~ e ~ ~C :"l:E:: <C,.) ~~ I UCI')!' R: 0; = ~~: I ~~i ~ <- '" :>.., '-..:.f - .. ~~~ ~ ~ ~i .. ~C I ~C ~~!!! .....C:;j CI') ~ e ~CI') ~ , I ~ >- ~ ....ti .!., .. ~~~~ ~ o ii>il~~~~ l-. ..",~ ;~ Cl....... l!l..,=: llol ~~~Ji...... ~ ~~~~~ ~:.~;~~~ Q. "';:::Ii>-~, '" "3'~'" ~ i~~:a~Z ...l :'z-ilI .., 0... ;:;g~'" ::: I ~" ~ ~ . '----- 6' !~ III o ~ ~ ~ ~ ~ ~ ~ifj 3 'i. I II ~.i in I' I "i! ~ I w~1 ~. ~ ' I:i ~ ih ~ , ~ ~ ~ ~ t t ; ~~~~G'<i'~ ~ ! ; , ; ~ ~ DllLJrxlDLJLJ ... u roo ~ o '" 0. .. o z o ;:: < u :3 ~ ." ~" --, ~ I "" ~ " 1- :: '0:: <1'" -"] 00 ~ --7' (~-- ~ z ;:; ;: I~ I '--- , " , f , ' '~I' l 1.f! I I I ''''I I I ~' ,H Ii. I: :1 ( =~Ii :' ~ hi II~ ~i Ui ).:~, l~ Stt :.~,' fill i:!hiIW' < . 1 &i till '" 'JI' 0. ; '" I" I' ~I!~ ~ ~ a ~ · 3 ie~9!1~~ . "i~~e ~~ e i...~., il ~-::I<.I.z"':I!t;' ~ ~Zi:~<~~'" III ~ <.I<!!l~":~<.It;l:': z . ~ ~ i5 il ..... ~ ~ -W'.~_~~ ~ :0 :! .!~to~ i.if:':"'Q 'li5 !lI!..... ~~~!i ...~ ~ ~~~~ ""1.:: I! ~ili ~ia!~ '::(~I!l ~~l::j~- '.- "" on '" roo z _ o , ~ ~ Si ~~~....;!::; C czs;'>- ~ :x ;:: l'ZO~ I!: 8~!~~<:>6 ~(t~~::Ii '" i:~:~~7~ ~ -N"'''''lf 8 ~iii~ r ... ~~*~~ ~ o 80000 ~ Q . '" < il 0, f: I U w J ~ ~ S 0- ; ~ ~ .. o I ~ u ~I l.W lOA M I lO C\l Ol o Ol o o Z'" eM 00.... N:;::lO __Ill.... .- () .Q .- Q) .- -a. Ol ..c a. III ~<(o. lOA '1 ('I) I LO C\I "'~I (J) 0 i ~ : (J) 0 U ci ZC\I Ip~ oc:('I) ~III .0- C\I:o:;O .~ rl C\I ~g a=Gl .c 0. Ol X 0. III W<(c.. ~ 'I ~Ih ~Ii ,I ~<o: :c to! .. I II ~ II. '5 :.> li~ I, '~ !. ii I~~ 'i~ljill 't~ i I ~!! jli ii ~;~ II;;!!; ii ~ ~ . ; II )Ig j. ~,I ,>I~~I~ .1' i r ~ :!; II: I! K~~ iii., ij "~I B a I ~ !II !~I ~! !i; ~~!I!i: 11:1 j g 'l r" ~~i dl" I i-a. i ~ :8 i I:! Iii !I ~iB i1dli: -~S; I ~ ~~ I ;i. ;~~ l~ !iJ I!~.rki ;if: e i Ig ~ I-I 115 ~j !l~ lit'!r:' !.'~ '. J, a aI, ..~ 'I i!tl 'I till d~ r II ~~ I ll~ 1!~1 ;, i~~ ~~.!~:~i I!r~ ~ " S~ ! il a;Si il r !I ,~'ir AlA" i ~~ ,~ I !~j I.~~ ,i ~,; llii!!fl 8!8: ~~~Jj::;.:!l~:; 1 p! I t '!l I r · ,~~. '~Ii I " -', j. i.~ ., I I! .. ~I ~~ I I I "0' . III ~~o ,ij . .~..I. ; ! 11 ill I. !l o. I I I X-Sl '~ I i~r l~ 'I ",a. ~ ! . Ii.. I@ '; ~ tl!l : fa :.1 .~~i III !~ 'S'n2 4 I .! I~ ~: ;j!~ il ~. 1111 i '~. . II 'i' i~i- ~" III., .,,' i~ I~'! 'I .1 , /I ~ h~! fJ ~I 1<1; M! II :i :i!la I ~ ~! ~I ;: ~--i !' ~i ~ i:l; ~2 II I!!il i~11 il ~I j~ii~ $~ i ~:!!i i~ !!:~ If I; I Iii: :s I!f ~i:!~ i~i~o ,ii 'I ~!I~; ~i I~ !~;il i !. rl !I!~ Ii *;, 11.,n :~.. II'> ~~ i i~ iB slnr ~ .t .I>~I I 'I . '.' ~Il.~ ~ 1;~;i i; ill -; :i i~o~1 iii f!. ~11!i ~I II ~i!lil ig i~ !i i!:~ j. i~! i hii~ ~~ i!~ i~:!l Ilh! tl'~ il.8. ii il hIli ,j 'I h ~It! il; ~ II~r;1 ~i ~I'~ I~iil ~:r'I' i:j ;;1 li!ii i; ~; Iliii! ;~ I: I! ji!: Ii I~I~ i ~li~1 ~, ~ ; ~lli~ ~Ii~ ~!I ~I~ I.iil ~i ~i <"."., I~ is~ Ii .~i~ 5i ~t :!!~ :!!~~.. :::~.: ~l!l ::;l!~SI::i~ ;' ! i, vii In ~~ :Ji "1 !J 'I:i :1 i Ii . :~I !! .Ii !Ie :~ ;l~ !'i. il i1" gill ~~ "il 18.' ,i ill ,'.g.; I ~U~ ;!!; !! Ili= II;! m lid ~l~, bl "' 0.1 -I ImHH ----u.- ~~~~t!~ f << ~g H ~h ~ '..e ~- oil ~ 8 .. oJ < ~~~n I 1....XSl ";5' ~ a~f~~i~ nnlH II i ~; ~~ liii ~ i~i Qi~ i ;~II I ; II I II: :Ii; ill ili !!i!!1 ~i;; : , ;~: ;~; ~~II ~iZ ~;~ ~:i; il il=1 i,~.~: ~ i 1;1 IIII i!i ;:~ lii;!p Ilia i! ,S !i is i :I~ I~~! ;1. :H. ~g , i~ ~i~~ ~: je 5' ~! ! ;-~ ,ll~ ~!, I~:~ 1~li IA I 'I I~ il Ii ~ I ~i~ !Itil, i~' ;R~- '~I~ 'g !111 ;~~. IS :i I III liif~ i,1 ~If! @I:i ;~ II, i'~ ~e ~l i i~: II~II 11< '~5~ -~~i . ~ ~.~ I,' ir ~ :'; ~:~> lA,s ~ II~iR ilAi ~. I r ~ S.. I! . II! !,~ D I; . lil~1 I li.1 ,I I .Iil l~;.l lla liil r~,~ ~Ii <I .. " . .. g ~ ::! ~ !! .,:ij I. : u~ Ui ~h h ~ l. ~! Ii ~i i I' II 1.1 Illi (lOA I , ('I) I LO N 0) o 0) o o ZN oe('l) .0- N:;::::;O _1\I~ .- () ,., .c ._ Q) :Ea.0l >< a. 1\I w<(a.. ~ ~ E ~~ ~ II!!; ~ ~Ia~~ ~ m~ ~51 I' ~II Iii ;__ _ It, . QT-u- ~ ~d. I. 'w" ~ , .. J j' '\) I I ' . ~ ~ . i,. \ I -' \ , 1 1 " i !.! ! l I ~~ _--.J_ = I ; , ! , " . <c, i" tiU m [[r- j~ 'j if! ... -I ~ ~~'I~, i I ! i . . I, ul " jil \ I~ ~I : I " t- ,I .. )1 ..! I ~ _! J .. I ,~~ , !;j .. <::i c . --.., ! i [!I:,} - -t:ts- ----- U. II' orB ..! . :II i. i , 118 In U ~ ,. \ . ~ ! ~!U ~Ii lOA M I I/) C\I 0) o 0) o ci ZC\I oeM .0- C\I.,o .~ ell.... ..c 0 " .- = Q) ..c:: a. 0> x a. ell W<(a.. APPLICATION No. 090429-7 PERMIT NO. 11-00999-S EXHIBIT NO. 2.0 PAGES 5-32 OF 32 CONSTRUCTION PLANS EXHIBIT NO. 2.1 CONSTRUCTION POLLUTION PREVENTION PLAN INCORPORATED BY REFERENCE lOA ~ T~~.-r~" ------ ~ (lIOPB IIIXWJ IWI() ,..... fWPO.K1Wfr .~ A 87 iRl/If3 .... I ~u * 0 ~~ I I ~~ ~~~ ~ ~~~ . . -t_... 0 00 l;!~ I I "!--:"': I"': r r;8;cd ....... OOQ 0 (')0.... ~ " ;;: ~ ~ ] ~ D I ~ ~ ~~__ w i/.'#.i!- >. " i ~<n<n:i.Q " a: ~:;:':-~ II ~ .~ !!2.~~t:. 'g .~ gt uuJ 1 i~ U~,ll"! ~ c~ il J~II~I~~ ~ 'II~- I~ -1~.~~iIJ 1~.a~~~~i~'~I~.a_ ~!~~~~~~~~~~~~~~l m 001 lJ~ w l1Jw1l1~ LiJ ~-""~...~m....-............<n2""O(,) ~;~~G~~~~~~~~s~~~ ~~ a..:~ zI: QCI.lLi.j t>~~ ~I-~ . r= o . g; ~ ~ ~ ~J Js lI!'g ~-gi oc: lia"'ll ..-:-:t 1ii~i':' !g8t~i )~~.5t~ .li.]'.... :I=.asS~.Q Q; ~ l!!~ ~_a sl.~q~ !~~ g,..~ d~~~~ .~ .&~ It 'OJ ..'" 'E'i! J! E'"~ .P ~~ic I; iH~ ~ I~&~$..;g z Exhibit 3.0 Application No. 090925-3 ~-~~ .~ 1 m; h., ;;;; '"I~ ~ -~~ .-. 0 ~&m ~ J 1",,,,_ 1 I "l'":'": I --: I"": .,.; o ___ 000 0 ~o_ ~ j ~ ~! ~ ~ ;;: R S l f --- a i J ~IU f : it UH.i ! 11 "''''''''IjI ~J~. Ii IJJJ~~:~j m~~~~I!IiiJ!illll ~Ul" --" - UJ l.IJ WUJWUJ 3~~~~~~--N--~ -i~ ~~..~~~~~~~~~~~~~ .~ ... ~ g~w u~~ ~"~ lOA El ~1f/JON}~_fWeo_"'7 ~ Em I/fNJIa O"tj' ~: !i~, ('x i~\ - 'I' \ ! ' :;: ~ " -, < . - ~ I l!!~ ! 'Il,' ,~ !iiI '. <>00 ~!; iii~ U I~ ~ . I . ,,I ,i .~ . ~ ~1 ~.~ :H~U! lj .'. ~ ifji'! ~hd! hi-fi fn!n ~ .If. iHH~! ~...: N ..; Exhibit 3.1 Application No. 090925-3 lof2 lOA . ~;;:il\D<nCIl1000~ ~.... ;;:: ... - ~ ~ I i ~ ; II u : i ~I i i ~j j!ti ~ 6000000000;: 9 ~~~:!l-~M~~~> imrJ\DS:rJ@~ii(a8 ~ i ! i I I' , 1',lpl I I II .!J iuu....u.vvuuu';;t l-;<<("'.....<<<<<~ ;f~Eq:!!I.P'P~:!!:!i~N ~oo 0<=1000... ........, 11'I ~ ~ a: ~ ~;::;: g****~UH~ 333;:3:~33:!:~ 8 8 1<0 t; t; t; ~ ~ ~ ....l ~ ~ ~ fi! ~ t; ~ l3 ~ ~ ~ u ~ ~ ~ S ~ ~ fIl fIl fIl ~ ~ ~ ~ ~ ! 0 A , , , , , z []IDII ~ 0 ~ ....l Exhibit 3.1 Application No. 090925-3 20f2 -,----,---~...._,._."'".._._..~.--.-----_.,-"_.~---,. 10 STAFF REPORT DISTRIBUTION LIST LEL Y MANOR CANAL WEST OUTFALL NORTH SECTION Application No; 090925-3 Permit No: 11-01140-8 INTERNAL DISTRIBUTION EXTERNAL DISTRIBUTION X Jessica White, P.E. - 4270 X Karyn Allman - 4270 X William Foley, PE - 4270 X Laura Layman - 4270 X C. Tears - 6862 X ERC Engineerin9 - 6861 X ERC Environmental - 6861 X Fort Myers Backup File - 6861 X Permit File X Permittee - Coilier County Board Of County Commissioners X Agent - Agnail Barber And Brundage Inc OTHER INTERESTED PARTIES X Audubon of Florida - Charles Lee ADDRESSES Agnoli Barber And Brundage Inc 7400 Tamiami Trail North Ste 200 Naples FL 34108 Audubon of Florida - Charles Lee 1101 Audubon Way Maitland FL 32751 Application No: 090925-3 STAFF REPORT DISTRIBUTION LIST Collier County Board Of County Commissioners 2885 South Horseshoe Drive Naples FL 34104 Page 2 of 2 lOA lOA \e>..'\tRMJll <;o.~"'"W:..< i~.~ ~. "):; ~ ....,.-. 'tJ ~,-'$ IOS' 'YJ'~ SOUTH FWRIDA WATER MANAGEMENT DISTRICf loWER WEST COAST REGIONAL SERVICE CENTER 2301 McGregor Boulevard, Fort Myers, FL 33901 (239) 338-2929 . FL WA'IS 1-800-248-1201 . Suncom 748-2929 . Fax (239) 338~2936 . www.sfwmd.govjlwc/ CON 24-06 ; ii::CIIV!:;: Application No.: 090925-8 General Permit No.: 11-03087-W December 17, 2009 DEe ') 7;~;~q ')TORMWATER MGM COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS ATTN: JOHN VLIET 2885 S. HORSESHOE DRIVE NAPLES, FL 34104 1- FfE'- t' E- . !HV.'CT.'I '.1 , ,L..,j.,,1 DEe 2 I 2009 COLLIER COUNTY ROAD & l:~r1IqG~ Dear Permittee: SUBJECT: General Water Use Permit No.: 11-03087-W Project: LEL Y MANOR CANAL WEST OUTFALL NORTH SECTION Location: COLLIER COUNTY, S19,30fT50S/R26E Permittee: COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS This letter is to notify you of the District's agency action concerning your Notice of Intent to Use Water. This action is taken pursuant to Chapter 40E-20, Florida Administrative Code (FAC.). Based on the information provided, District rules have been adhered to and a General Water Use Permit is in effect for this project subject to: 1. Not receiving a filed request for Chapter 120, Florida Statutes, administrative hearing and 2. The attached Limiting Conditions. The purpose of this application is to obtain a Water Use Permit for dewatering to facilitate canal improvements. 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. Daily Turbidity and chloride concentration sampling results must also be maintained in a log book on-site and submitted to the District weekly. 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. ;:d.if1DI5TRICT HEADQUARTERS: 3301 Gun Club Road, P.O. Box 24<i80, WN Palm Beach. FI. 33416-4680 . (561) 68ti-RBOO . FL WAYS 1-800-432-2045 Application Number: 090925-8 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS December 17, 2009 Page 2 Date Of Issuance: December 17, 2009 Expiration Date: January 8, 2015 Water Use Classification: Dewatering Water Use Permit Status: Proposed Environmental Resource Permit Status: Modification To Permit 11-01140-S, Proposed Concurrently With Application No. 090925-3. Not Applicable. Right Of Way Permit Status: Surface Water From: Water Table aquifer Permitted Allocatlon(s): Annual Allocation: Maximum Monthly Allocation: 1,800,000,000 Gallons 281,232,000 Gallons Proposed Withdrawal Facilities - Surface Water Source: Water Table aquifer 3 - 8" X 55 HP X 2100 GPM hydraulic Pumps Rated Capacity Source(s) Water Table aquifer Totals: Status Code P GPM 6,300 6,300 MGD 9.07 MGM 275.8 lOA MGY 3,311 3,311 9.07 275.8 lOA '" Application Number: 090925-8 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS December 17, 2009 Page 3 Should you object to the Limiting Conditions, please refer to the attached Notice of Rights which addresses the procedures to be followed if you desire a public hearing or other review of the proposed agency action. Please contact this office if you have questions concerning this matter. If we do not hear from you prior to the time frame specified in the Notice of Rights, we will assume that you concur with the District's recommendations. Certificate Of Service I HEREBY CERTIFY that a Notice of Rights has been mailed to the addressee not later than 5:00 p.m. this 17th day of December, 2009, in accordance with Section 120.60(3), Florida Statutes. Sincerely, ~~~1M Noah B. Kugler, P.G. Senior Supervising Hydrogeologist Water Use Regulation Division NBK Icb Certified Mail No.: 700811400001 4111 9024 Enclosure c: Agnoli Barber & Brundage Inc Engineer, City of Naples Application Number: 090925-8 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS December 17, 2009 Page 4 lOA Limiting Conditions 1. This permit shall expire on January 8, 2015. 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, FAC., 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 notity 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-1.61 07, FAC. Pursuant to Rule 40E-1.61 07 (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 Attn: John Vliet 2885 S. Horseshoe Drive Naples, FL 34104 7. Withdrawal Facilities: Surface Water - Proposed: 3 - 8" x 55 HP X 2100 GPM hydraulic Pumps lOA . , Application Number: 090925-6 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS December 17, 2009 Page 5 Limiting Conditions 8. Permittee shall mitigate interference with existing legal uses that was caused in whole or in part by the permittee's withdrawals, consistent with the approved mitigation plan. As necessary to offset the interference, mitigation will include pumpage reduction, replacement of the impacted individual's equipment, relocation of wells, change in withdrawal source, or other means. Interference to an existing legal use is defined as an impact that occurs under hydrologic conditions equal to or less severe than a 1 in 10 year drought event that results in the: (1) Inability to withdraw water consistent with provisions of the permit, such as when remedial structural or operational actions not materially authorized by existing permits must be taken to address the interference; or (2) Change in the quality of water pursuant to primary State Drinking Water Standards to the extent that the water can no longer be used for lis 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. lOA Application Number: 090925-8 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS December 17, 2009 Page 6 Limiting Conditions 10. Permittee shall mitigate harm to the natural resources caused by the permittee's withdrawals, as determined through reference to the conditions for permit issuance. When harm occurs, or is imminent, the District will require the permittee to modify withdrawal rates or mitigate the harm. Harm, as determined through reference to the conditions for permit issuance includes: (1) Reduction in ground or surface water levets that results in harmful lateral movement of the fresh water/salt water interface, (2) Reduction in water levels that harm the hydroperiod of wetlands, (3) Significant reduction in water levels or hydroperiod in a naturally occurring water body such as a lake or pond, (4) Harmful movement of contaminants in violation of state water quality standards, or (5) Harm to the natural system including damage to habitat for rare or endangered species. 11. If any condition of the permit is violated, the permit shall be subject to review and possible modification, enforcement action, or revocation. 12. Authorized representatives of the District shall be permitted to enter, inspect, and observe the permitted system to determine compliance with special conditions. 13. The Permittee is advised that this permit does not relieve any person from the requirement to obtain all necessary federal, state, local and special district authorizations. 14. The permit does not convey any property right to the Permittee, nor any rights and privileges other than those specified in the Permit and Chapter 40E-2, Florida Administrative Code. 15. Permittee shall submit all data as required by the implementation schedule for each of the limiting conditions to: SFWMD, Environmental Resource Compliance, P.O. Box 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 01 the people of the District. 20. Permitlee shall be responsible for clearing shoaling if the Permittee's dewatering operation creates shoaling in adjacent water bodies. lOA Application Number: 090925-8 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS December 17, 2009 Page 7 Limiting Conditions 21. Permittee shall comply with turbidity and general water quality standards for surface discharge into receiving streams, as established by Chapter 62-302, Florida Administrative Code. 22. Permittee shall not lower the water table below the following depths: 10.5 feet below land surface or -5.5 feet NGVD 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, FAC. The Permittee is advised that during !I water shortage, pumpage reports shall be submitted as required by Chapter 40E-21, FAC. 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: The surface water pumps to be used for dewatering are included as Exhibit 4. Dewatering will follow the dewatering plan as described in Exhibtt 5 with cross-sections and routings provided in Exhibit 6. lOA Application Number: 090925-8 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS December 17, 2009 Page 8 Limiting Conditions 28. The Permittee's monitoring plan shall be implemented as follows: The saline monitoring plan will consist of monitoring the chloride levels of the project groundwater effluent and the surface water at the LASIP main canal 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 and submitted to the District on a weekly basis. Groundwater effluent with chloride concentrations between background and 200 miiligrams per liter (mg/I) above background shall be stored within the canal system. Groundwater effluent with chloride concentrations between 200 and 600 mg/l above background shall be diverted downstream to the southern spreader lake. Dewatering activities will cease immediately and the District notified if chloride concentrations exceeding 600 mg/I above background level are encountered. Turbidity data shall be collected daily at the point of discharge and 100 feet upstream of the receiving water body. Turbidity data shall be recorded and maintained on-site in a log book at all times and submitted to the District on a weekly basis. Should the turbidity values exceed 29 nephelometric turbidity units above background value, dewatering shall cease until the condition is rectnied. Turbidity shall be monitored using a nephelometer following Florida Department of Environmental Protection Standard Operating Procedure FT 1600. IDA '"' 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 wrijten 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 eijher 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 bye-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. Addijional 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 SFWMO's security officer to contact the Clerk's office. An employee of the SFWMD's Clerk's office will receive and file the pemion. · Filings by facsimile must be transmitted to the SFWMD Clerk's Office at (561) 682-6010. Pursuant to Subsections 28-106.104(7), (6) 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 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: " \ ..4UA 'If 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 IDA Application Number: 090925-8 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS December 17, 2009 Page 9 bc:Craig Boomgaard, P.G. C. Tears - 6862 P. McGary - 6861 Permit File S. Korf - 6861 WU Compliance - T. Schwetje - 6861 ADDRESSES Agnoli Barber & Brundage Inc Attn: Daniel W Brundage P E 7400 Tamiami Trail N Ste 200 Naples, FL 34104 Engineer, City of Naples Attn: Naples 735 Eighth St South Naples Naples, FL 34102 1:0 R25 R26 R27 R28 R29 R 30 R31 R32 R33 R34 ~' -L.-_"+ t r ',' T46 901 , f , , -i -r -t ,- I + - .t r I " t -, ., " ,- t : i ., . I i--T , : T47 .j- '\- -:'-, 65 ~... -r T48 , t Out-'. + )" -t t ~ "f-t r t -j ,'- T+'I +,+ i f" 1" -I -)..+ --:"r It --t--t - -, 1 1 + j. + t -, i- t I T49 _, -i t -r 11 \ \ I, ! 1"r-'l'" +--'\ i'.1 I' -I t -t t 'I I' + " ''1 ,. +-t T50 , , , , -, + .\ -t T ["". , +- ." T5l ++ T52 I + i T53 1 - Project Site -~ \.~L II COLLIER COUNTY, FLORIDA legend _Application C:JApplication Sections Application Number: 090925-8 Permit Number: 11-03087-W N A ~.,' , 'I!.. ;--',\ ,.., -'. .'--:' r.! "n,l 1 ("tI--' j' ; i , " ,. J'~ " Map Date: 11/19/2009 ~ '.'. Project Name: lEl Y MANOR CANAL WEST OUTFAll NORTH SECTION ,),;/ o 10 20 Miles Exhibit: 1 ,'*' ~.., , MYRTLE LN FOOT ReI. 0412009 COLLIER COUNTY, FLORIDA N A Legend [ZZJ Application Application Number: 090925-8 Permit Number: 11-03087-W Map Date: 11/19/2009 Project Name: LELY MANOR CANAL WEST OUTFALL NORTH SECTION o 1,750 3,500 , Exhibit: 2 Foet COLLIER COUNTY FLORIDA Legend c:::::J Application . Pumps Application Number: 090925-8 Permit Number: 11-03087-W Project Name: LEL Y MANOR CANAL WEST OUTFALL NORTH SECTION N A Map Date: 11/19/2009 o 700 1,400 , Exhibit: 3 Fee' l~Oi.A. ~ '",,' . ~ " '" .. a. .. E " ll. ~ ~ ~ '0 CD 3: a: '" " " " w ! C :is '" " .S! :5: 'C ~ .. w ~ l() '3 "'''' ~ -" Il. N 8 w ~!:: E "'- ~ ..J l.'! ~ .. c .. Q;~ CD " ~ E 'c ~ Ul '" " ~ "'0 CD 15 ":; ~ l() > N LO '" ::t;b -c .- " s:g is N '" '" a. .<:: co LO Z , a: .z a. ::<0 c 0 ;: .;: a: '" " " w ~ c :is .. ~ .S! :5: $ ~ -";:: .. ..,. '3 .....'" " ",.Sl t-~ N l.'! 0 w "'..... E .. c .. .s~ ~ 0 :> ~..... E 'c ~ '" " ~ "'0 CD LO > N LO w ::t;b .<:; .- " .. " N N N a. .<:: co LO Z '" a: .a a. :::;:0 :5:g' , a: '" " 'I' w ~ c :is .S! s: " -";:: .. "' '" '3 ~~ a; ~ ",$ I- ~ III N l.'! 0 w E .. c .. (j;J!? ~ 0 :> ~..... E 'c ~ co '" " ~ w "'0 CD '(O's ell LO > N LO ::t;b .<:; .- " '" a: .z :::;:0 s:g' co N ~ ~ a. .<:: co LO Z , a. .: i' ~ S '8 '" " " ll. " ... .Q " ., C) ~ '" i:; .<:: 0 E ~ .. ~ a. c a; " CD " 0 0 .. ll. E z 0 a. ~ z 10 a. a. .<:: 'u ;: ::Iii ~ " " ~8. " .. " ~ ~ c c 0 ::E. .. ~ .. '" "'~ 0. ll. " .<:: c .. .. 0 'iij C) 0 c 0 o;t: " ;: 'Q'" ~ .. '" ;: .. .~ Q "~ c.... S 0 :J: .. 0 ..J " .. 0 c 10 :::l " " a. 3: ;: ~ "wz " - ~ " a. " C ._ -a. 0. .. .. ~-- 0 Ul ~ a. E E 0. = :i E E E E 0 > c "" " " " .l!l 0. " co co ~ .ll~ .. " " ~ .. .. 0"" ~ .. ~ " <( ll. Z::liiLL C ll. ll..... W ii: UlLLLL :::l Ul Exhibit No: 4 lOA ~ Lely Manor Canal West Outfall, North Section Dewatering Scenario The proposed canal excavation will be accomplished by dewatering the canal length in two phases. Construction of the canal will begin first by consh"Uction of canal blocks at the westerly end of the canal and another easterly canal block at station 20+00 toward the middle of the project. Dewatering will then take place by pumping gro\ll1dwater effluent upstream into the existing canal east of the blocks. After constmetion of the first phase. constmction of the canal will continue with canal blocks at the easterly end of the canal at Rattlesnake Hammock Road. Dewatering will then take place by pumping gl'Oundwater effluent upstream into the existing canal north of US 41. The groundwater effluent 'viii he clarified by use of hay bails and crushed stone sumps at each pump and stomge oflhe effluent in upstream canals. If necessary, further clarification will he accomplished by use of Baker Corp. or similar filtration systems pdor to any required discharge downstream. Base on prior LASIP experience no downstream discharge is anticipated. 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. ChlOlide monitoring will he conducted on a daily hasis. 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 PI'M 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 southem spreader lake. Dewatering activities will stop immediately and the SFWMD notified if chloride levels above 600 PPM above background level are encountered. The canal btocks 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 greatel' is predicted to occur. Refer to the dewatering permit site map for a schematic representation on the system. K:\1000\7S99-J Lely Manor Canal West\Correspondencts\Applicatiol1s\Dewntering Permit\Lely Manor West outJ8n dewatering slli~n925-8 Exhibit 5 la'il ~-~ ..j ~ \I! h \i .. :. Ii il ~.. 11 !~ !': (~ 12 ~ ~ 2 L. ',e '..... "';:::' . <.: C- Is.; "" I~-:- ~ !-'-i ! I i f \ , I ; I ; I ~ : I I :, i i = ::~: .) ~ i ~ ~: I. ! ~ - I I \1 I !I 11 !i il \1 ii .1 \ U , r i , I i Ii :1 'I ~ I I I I I I f . ~ iil~ ~~ ~5 ~i!l ;::0 ~ Co) ~~~ ~ ~ ~h ~ ~ q~ ~ C:J ~..~ rc ~ ~~~ II " it.! 8 I I ~ ~ \ I [\ 11 !\ \ ~ ! \1 1 Ii I \1 , ! .1 t, iii 1; ..I~. t tl \: i ] :,1 j! \' ~ I ~ ~ ~ ~ ~ i~ i~ -' . " 0 9 ~ 0? \; ,>' . 101/ . - - ~ ~! t ~i i :;;1' , Ii ~ ~ I ~I .. , h ~! I ~l ~ l i ~~ o , 8 l~~ . ~ ~ ~ ~ '"" ! ~ i :!l I ! II III 'I l,f I ! 11111 lIiH! I , ~ ~ ~! ~I o ~ , ! . . . DEPARTMENT OF THE ARMY JACKSONVILLE DISTRICT CORPS OF ENGINEERS 1520 ROYAL PALM SQUARE BOULEVARD, SUITE 310 FORT MYERS. FL 33919 IDA 18ft" DEe 0 4 2009 REPLY TO ATTENTION OF December 4, 2009 O'-'y South Permits Branch/Fort Myers Section SAJ-2002-02436 (MOD-LAE) Permit Modification - Lely Manor West Outfall - North Section Collier County Board of County Commissioners c/o John Vliet, Dir., Road Maintenance Department 2885 Horseshoe Drive South Naples, FL 34104 Attention Collier County Bce c/o John Vliet: The U.S. Army Corps of Engineers has completed the review and evaluation of your permit modification request received on October 13, 2009, in which you asked to revise the work authorized by Department of the Army permit number SAJ-2002- 02436. The project is located perpendicular to C.R. 951, 1 mile north of Rattlesnake Hammock Road in Section 15, Township 50S, Range 26E, Collier County, Florida in the area known as the Lely Area Stormwater Improvement: Project (~LASIpn). The proposed modification is to conduct minor deviations to the alignment and configuration of previously-permitted storm- water improvements along 4,365 linear feet of the Lely Manor Canal West Outfall - North Section. The site is located in Sections 19 and 30, Township 50S, Range 26E, Naples, Collier County, Florida. The (center-point) site coordinates (NAD-83) are: 26.094461; -81.743273. The permit modifications account for a net increase in impacts to 2.5 acres of Waters of the United States via: a) discharge of an additional 28,666 cubic yards of fill to the surface water conveyance/ditch, and a 9,808 cubic- yard reduction in the volume of excavated materials in the surface water conveyance/dit:ch (net change of +18,858 cubic yards of material affecting an additional 2.73 acres); b) reduction in the volume of fill materials to wetlands (-0.09 acres/-l,601 cubic yards) and reduction in the volume of excavated material in wetlands (-0.14 acres/-4,652 cubic yards) The project modification results in a net reduction in direct impacts to wetlands of 0.23 acres; the net increase in impacts for the project (2.5 acres) is associated with additional fill to the surface water conveyance/ditch. Excavated materials will be utilized for fill to fulfill the project design plans; no off-site disposal is required. The modification must be IDA -2- 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, automot:ive 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. The original permit conditioned that construction activities occur outside of the nesting season for the Bald eagle. This permit modification acknowledges the change in ESA status for the Bald eagle (de-listed); with respect to the Bald eagle conditions of the original permit, there are no enforceable seasonal constraints or contingencies with respect to the construction activities. Note that protections accorded by the Bald and Golden Eagle Protection Act remain valid ( http://www.fws.Qov/miQralorvbirds/baldeaalehtm). The potential impacts of your proposal on the 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 the 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 '1\ ('" .fl. l~,) Ft -3- duties in a friendly and timely manner while working to preserve our environment. Please complete our Customer Service Survey at: http://per2nwP.usacearmV.mil/surveV.html. Your input is appreciated. BY AUTHORITY OF THE SECR~TARY. OF T HARM... Y: ~~'i I /. L-F// ; ./.. (.:~l::/ ~ {/' - '~.---- Alfred A Pan ano, Jr. Colonel, U.S. Army District Commander Copy: agent CESAJ-RD-PE t; ~ '" 0 .. '" ~;t ~~W 0. -" ~ ~ '" ;:.16.: ., 0 ..iii ~:iI~ z sac G i ~ 0 1->" <'- wO ;::: <.>'iI" m ~ < :3 ' <.> 3 I ~ .....:jC ~~ ~~ V:l ~ 5 &1~~~ (/) -=::.... d ~ ~~~ 0:: "::> u ~ ~ (:~ o 0 ~ ~ .....:j g: :5 .....:j .....:j ~ 0. ::"l: z I ~8 I"l ~o:: ::::::O!;,! ,.~ :::f VJ r 0 ~r;;u ~ m ~... 8 .. &~i5 'f ~ i~i ~ ~ r... ~ad.2i~~ &1 ~~~~~; ~ ~~~l'!r !:l ~iIi''i1r.~ 0. ~~~i!'';;~ '" I"'~:;~ :; l" ~~ ~~e:;~z~ l~ ~ ~ l ~\ I I , I l~ ~ -~ -, ~ n ~~ .~ iU ;:~llg lnl iii ii ~ii, < e lIb .. 1 ~ ih, '" tll' ~ .. ~illf I uJt']f illiii d ~ < ~ c !; ~;r. j I o~!:;",,,,,i~ 6_1 ::~p::~=s: ...~:;d~Fe:.. ''!! :ti~~f,}!<g ~ ::;~~;.!o11:;'~CE vt ~t;:;itze~; :Z' ~ ::::.I~r:i~;?~ :3 ",,,,~ n. ~ o ) , x W Q '!; z . , , J II J I ~ ~ ~ 8 8 I ,I C 0 ~ ;j ~ .l~ I I II!, t'_'11 1 i;i..1 < +~i ' ~ ~. G~>, ~ il; c ~ 'f"Vl Vi Vl lri ~ n:' ~ :( ~ ~ r.1 .r ~ n' it' ,r 5 1l~~~~5 []~D[]OD ('---- Ir~-] I I I ,J ~ , ~ , t ~ . VJ ... 0 fii t~ "'~ w 0 > '" " I . ~ ~ -tl lOA '" 0: '" ~ v; = tf) ...,. 5i <.~~~ ~ ::l;! ;;i ...i["i-C; f- o a:1~s:'(:: y u -c:",~Scl ~ i ~ cU a ~ gff~E~ ~ ~ ~ I l! l ~ :::J ...,..,....'" 0- S !dt~D"" R: ~ ~m~~~ i o ,o5aabl ~ 80000 ~ o . '" i. " ~iC ;! ~Q_<l ~II! rill i;11 I~~I Ja ,... u w -, o g: t' ff "- 3 ~ o . I ,... '-' z w --' . ~ ~". " z C2wwwwwww ;,l[g!>;;il,=!;;;.; lXl~~C;;:~n~n~~ ~~~~~U~ ~~~8lB~t:; fi~~~g~~~ o I " ~ f;;jr:::~(1jg~re ~ ~~~g~:;~ ~~:Jl888888 <g~~~ugi'i B i:l X""''''''Mb <<I;;~"~"P" ~o~;;;~o;:?~ w ~ . . . . . N O~m~~~~1O wwwwwwww \1" .. . >-. . OC~;;:;~~t8~pm !5!~~ ~~;r;:2 ;,l. 1::....... "'~",n~~u ..... A III i · ~i ~U~ ~ni h !lli ~Il ~i ~! ~ 1 If I'lj. 1 Jr. (~ '..lt1hll~ "I"P' ,\;{ ""t; t; v;- <i "- w ~ oc U a '" <Xl a a 0 \9 :os a '" '" a 0 0 a ". ". a a 0 z V1 0 0 ci 0 0 ci a: <i w <i oc w <i -' u > '" .... '" ". '" ~ ". .... 0 00 v; '" '" .. '" '" ". '" -' m .-:' rl ai -' ....' ",' VI u:: m N I- U cr <i Q. LU oc ~ <i - t; v;- a '" .... a a 0 !:: w .... .... '" '" v; '" <i oc '" .... 0 cr; '" N ~ "- u 9 00 ,,; :;;: :os a a rl a: -' w -' Q. u:: Z 0 > t; u '" N m v; <Xl W v; on m N 0 ::> \9 "' 0 '" '" rl '" a: 0 ".' <r' ",' ai q>' I- w rl cr: VI 0 Z 0 u t; vi <i v;- > "- w :;;: cr: 0 a ~ 0 VI U rl '" '" I- - :os ". a .... ". 00 on "' .... a U \9 <i 0 0 9 ...: M ~ cr 0 w Q. "' cr: ~ oc <i 0 !:: ~ a: <i w w oc v;- Q. <i a r-.. '" m 0 w a '" 0 0 rl '" --' t; cr: 00 u; N '( ": cr u 0 0 9 '" N ::> <i :os .... N "- I- :;;: Q. w U Z 0 U V1 V1 0 on 0 Z 0 S Z <i S ::i -' z V1 S f- 5 v; 0 f- "' 0 VI LU S I- -' Z 0 S w 0 "' Z S <i ;::: ~ "- -' ::J ~ <i 0 Z f- U w ::J ;::: "- ::J \9 f- U w "' cr: Z U f- "- ::J \9 Z v; <i "' cr: Z :I: U f- <i 0 Z u Z u; u 0 0 Z :I: u U 0 U U IDA - E E 0 :v 0 ~ '" '" - = 0. ~ ~ 'j: Cii "D "D (l) C (l) ~ ." '" (l) Cii "- '" -5 c " (l) > J:; (l) - u Cii co .~ co c - 0 c co J:; E u '" "D ~ u u 0 (l) (l) :c Cii c -5 J:; 0. C ~ - co E co u (l) "6 L (l) J:; .E '"' c 0 -5 ~ Q 0. - - 0 co - E " J:; L - 0 .c ~ 0 (l) '" "D 0. - (l) -c ~ -;;; ~ E - " ." c co 0 ~ u (l) ~ 0 '^ u (l) 0 u ~ '" - .'" c c co u ~ (l) co (l) E (l) co co -5 <i L ~ ~ > 0 (l) ~ on ro E E -;;; co (l) c u ~ E .Q ~ c 0 '5- (l) - ~ - ~ co 0. "D "D >- co 0 ~ (l) (l) (l) - u u -'" (l) -i3 > +> C > C ~ 0 J:; E ~ (l) 0 ~ E - E u (l) (l) c 0 ~ (l) (l) '^ ~ > E ~ -E ~ (l) -c rn >- C L :c ~ t (l) .E (l) co (l) u (5 C <i c co "D ~ ~ co u (l) (l) - :> -;;; 0 "D - C ~ 0 - -~ c rn (l) u :> >- :v co co .~ E :c - t (l) "D 0. "D :r ~ (l) 0. (l) (l) "D co (l) ~ co U 0. (; - (l) i" on "D co '" C 0 U > C - (l) 0 5. c co 0 co j: co "D 0 u 0. E - n. CL - "D U .Q (l) ;:: (l) (l) E i" co E J:; c U 0. "0 co - ill co '"' "' :> "D c u E - ~ -2! co n. E 0 (l) u ::; '0 (l) :u "D s -5 co '" "D co L (l) - ill (l) W (l) ~ w u V1 ;:: -c -E (l) :> c .c U rn 0 f- 0 <i <i (l) (l) G (l) (l) ~ J:; " ;;' 00 J:; .c (l) f- "D f- 0 Z rl N ~ ~I:lUUo8oool<l. ,geOdeS d 1.'0. :l '" e; ~ :l! II! ::I;$li<.Ca\O\t\ClQO~ '" M" i i~ooooooooo~! ~ 50QOOOoooo~!I u e a......... w....."'"...... ~ww~,...wwwww::e: "'~~~~~~"'2.. u< ill"'''' ill ill ill iblllO 3 ~ ~liI2laaal!l::l~~a:!l1: S~dd~:3cidOdd:::ft:i ~ ~ g~ N..... .<h~;e~~ e~\!l~\!l*IiiU~* 3: 3:3:3:3:3::B~i .. ..J ~ i::l I"- U ti ti !-o ~ <( ~ ~ ~ ..J ~ ffi ~ IE !-o <( <( ~ ~ i:l= i:l= i:l= ~ ~ ~ ~ U ~ ~ ~ <( ~ ~ ~ ~ ~ ;:J <:I:l <:I:l <:I:l ~ m ~ ~ ~ ~ 0 Cl . , . , . z DIDII ~ <.:J ~ ..J lOA - - i b ~ ~f i Iii ~~ ~ I ~~ ~ J ~ " / ~ ~ R ~~ ~ !I!!; ~ ~~n~ ~ ~~ ~ ~ t U~ UU In J - - ."'~.,-, _._~ 1."~ r -- " . ~ I ~ . I 'S = t ,.. il~5 r I a~ , ~, !$ ~,~ e~ IUI ~,~ Ii . . ~l ~. ~; ~ I ~ 1- Ii i l, . W till I~ ~ l:; ,.~ ;~ I~~ ~ al ~ .; . i _.:\j ..' . ! I = ~ ~ s ~ ~, I I , ,iii: 1, '~ .._~~ _~~, I : !l ~~ ej d - ~ S Iii S ! ~~ I ~ a , ~l.- l ~ I' i' ., lOA ..;I; i · ~ U ~e ~ ~~ ~ ~I ~ h ~ .f'l "llllI 1M ,l ! :, ;.... ~.; " '. ~ , r<t:~';1{' ~B'H~ lil!.ioi : , ,,...~ ;JW;1! 11' tt "" .' , ~, -;r , . , . I . ~ . I 1 . ~ ! I . , ,I I ( ~ , . I ~ a i -rl~ ., ,I,~ " , ~. , '/ ' Jl, , -' "N. . 'ii V", .;.,: il _~_~_~ pi dl: t ~ ~ ! 1 <I , ..c{ +1? ',,-- " 'j II i fll, j! ' . · i I '.1" ..h '. ; 'I' t.,: i 'I' 1 , , "I II I. 'II. i.. I. I.. i 1.1:1 1 i:! I f.i II I III "I: I i ~I ' i I II I I i: I ili ! I; Ii r;i '1 i I : , I 1 I~ I I I : ' i , , i Ii lilt. ii, : : f,[ : L . \ 101 I;. ;"'r...t jl' 11f i: I: i ! ! I j ! !' I ' ,) i 1- i t- : il : i I i I lil If I' ! , I },/l/j SUI ~ : p. I.". : J ,I ' , , ! , . Iii j ~ I I~ I~ II iij I , , i ! i I .1; I! ! , " lOA "'~ . , f . I u ~ i~ i~ ~~ .~ ~pe ~! ~ " 6 ~ !I'lliq ,Ii, 9 ~ III :.'_ III . " I;H~~~~ r:~f~fh ~4 ,-t";- _. I' ,',,1 il,',I'j ~i~l ~i:!i:", = " " ~I !! ~! I ~ii . ~/ /-t;~;Y:; // ~.- < 7 ~ . I 111 , :5 " I' ili .. Iii . I l j.,. ~ 10 i 8 1'-, , I I ! "'0 ,( I 11.. ~.. Ii "'~ i . : u ~ n i~ ~p; ~I ~ ! ~ ~ ~ ;. ~~ I i ~ii ~ ~~"'''''" .. _"C_" , o.e.n... l :O""'/e}. 't ~~ Ii ;' r~~ II t I< . I .! ~ '~ " ~ , ""H I I 8 ,; Ii Ii lOA " ...~ r i · I ~~ ; B ~" ~ ~a .J ..a ~I ~i ~. ~ j: I Ii IIi i I L~I , ( :\i.; " 1 I .11 : \ I i I 'i.' ;., \ 1,1 1\1: l i:1 !.i i I', 'I' . ,.1 i I i I 1!:1 i r! .."!! Ill. . ,\ I I': i'l I ; I.t 1\\ [1\1'; . I~I ~ : I i ill !, , . , i i. I: ~ I I , f: I,IIIIIJ f ,I, -. ~ <'~-----ri'""; · i;~ 1",,1,:;. s.- ~11{~ ! ~Hil~h "" T' ." ! j !~ ; " >;t!~ j 1':i!lIl ~ ~!mr ~"Z-'~""""!'! '~~.'~ (}(}+a, 'ViS 1IN11H:J.LVW I I I ~ II I I i I I. I :i . I I I I I i I 1 I " . i I II I i I . , -b ~ II I I '1'-1 I , I I I I , . : , I I I, I I I I Ii I I I I I I I g I I . I ~ . , i I . I :> - 1 I 1 I I I I I I I I I , ~ I I . ) ~ II I I :1 Ilf h (! ~ , I ) , I . , I I , i I I I I I . . I . I , ~ , , , . I , I ' ' . ;1'/i ; r I , I I I I I , ' , I , I . i I I I I g I , ~ , I . I . I I I I I , . I I . , , : I If I , I ~ : I i! I I I I I I I I 1 I I , I . :i , I I : I .. .jt"l.. OP'OHtG 'VLS !INl7H:J.LVW 1_1 < ,I IIII 11 i: Iii j 1 i; Iii II Ii 8 'i,'.1 II ii\! : f. . I I I'" I I Ii Ilf i 1 lllt'lll II 111,I! I ~ I I III i ' I I'll i 1 i. I I I III If j 1,:1 I ! I i l: i i i Iii 111 Iii I 11iHii Ilft~' Ilq~ 1 ' 1 ~ (. I' j I II I! , ~. ...! . , . t l ;. I I," III I I .:il'i , '. ' ! I '. , , I I I 9 ,,"',! 1" ; ; ok ,. -. '.~' ..;I; i ~ ~ 8 ~ U' ~Ui ~pi =~ ~ " t, ~ ~"Zm~ '~~ l I I I I I I I I I I I I I I . I I I I I I I ), ! I I I I I I I I I I I I I I I I I I I I I I I I I I 0;+111: 'Y.LS 3NI1H:J.L VJ1l ,ii , I F ;, I I I I ..~ i Ii ~ I . , I I , I I I I ) ~ , : : I . I /r I I I 1 I I I 1 I :, I g . ~ 8 I ~j . I I ~ f I: / , I ,,1 ' . " 8 ~ 8 . ~ 8 .. "". II \ , I ;\ ! ( ! l' / , ,! ~'J i 1 / ; 111 / f/ !/ " l-L_' -- I I I I 1 I I I I - -- I I I 1 \ I I 'I 1 :\ ti :: " " ()()+IlZ 'Y.LS !1NI7H:J.LVJ1l lOA ..; i .. : u ~ H i~ ~~ .Ii! . ~ ~X ~ ~I ~ M f i : i ) ! I l :.1 1111' ill I rlT tw ~1-1t lU111 " ! i I j ili ! ',I II: I.f: 1'1 -. I: ,~ I i ( t ! ,- i' III il ir-ftt 11 : I I !.i 1'1 ' , II i il " I 8 ~ I! lilt: . , ~ II i ,II 1+\ ['ill I ,I j'ilbi i " ,ttJ :If!ij"~ji I 1+ I ! II, I I !,i il ! !i I' I,' I Ii Ifl ! j f\ I,; i II I'll I, " :,1,1",' , : ~! : I b~ 11 i ,1':', , I j I ' , III' Iii :ri'I' i , '; ! i ~ ; i . 1" Ilj'lTHl " I I " ' ',' I 1 Iii. ; i; I 1 i' I . ,Ii,: I 'iil I ~ :. ~ . ., I, II .1'''' 'm:",'l'",,: ',+t~ '. ~ j 'ti j,!i'i i.J;~I~ ,~;:,;,,{ ~ l~ r, g ih ----.-;2'; ---~ ,-. ~.' ntar ' ()()+ (I' Y.LS tlN17H:J.L YW . ; , I I , ' t, I l'i ' . I I' I: I I. I ' . I ' . I, I, (, ,<ffl -tOt' ~-IJ 1,\ I ~'I I II I ~. I , I , !I , , .i' I Ii! 1f . i. I ~ .' It I !) , I I I_ i I I I ~ , ~ Ii! I ~ I I I !) i I. I I I I I : I - , I , I I 8 I I ~ i I ~ , I I , I I I : i I , I , I I I I I , !l . I . \ I I ill I 1 I I I I j I , I I I I I I I I I !l I . I , ~ I ~ I ,\ i I ! Ii ~ ! i , , , -, I \ , OHvf.' 'VLS FlNI7ID.LVW !, j i I" I ! II " i d. i . 'I I', i 111+ ~ih+-I !, i :, [ ! j, ji ! , ' 1 : i":! ,,' I: i I : :11, i ij1llllrli1 11 Ij 1i\ 'H r i I I 'I Iii I i I I I, _ l ; I"~ I ! : tid+l/+ t+ j \'. ~ 1 I. T ' , , ' ~ ''1 i II Iii II I ! j:i l,i I I . r+--t~"-! -j JI1 i I L' ' I ~, 11. i' .f ~_: , \ , I" 1:1 i - i i 11-1\'1: i' I! I i Ii! II ! ql,~:! j rl-[:I I i I' Iii I: ., I., t-,;.',,; ."LI'I":,' ,I . ., 'i" I" 1 ,.1 i I ii II! d.i l-I: , i ' II ili I'i Ii 1 i .:1 tUrl,iL.. g i I ! Iii Iii I, , " I I 1 , 1 i OJ I' i ' , , 10 A 1 ~ ~I , IUi ~n~ 8 ~ ~g , 8 ~ 8 ~ I,,~ F i'~~'\l~ ,11\,11; "'1 ~il~ g i: J g ~ ~"'z~,,~ ,~" .ilt ~ .1 -liIOf o.+1.1r 'V.LS HNITJOJ.'VW 1i~ 'I' , I , I . , " I t-l" " I a I I l I . , I I " , I I " , I r , , I , t\ , I I f .f: I I; a I I I ' i " \ I \ \ I , ' \ I I I; , , I \ I , , , , \ , I , I' I , I' I , I " " , I I , !1:1 I , \ I ~ ,( r a I I , I ~ ' I I , I , ,I h I I , if I , ! t' I I ( \ , I , ~, " ~ \ , I ~ . , I I , I , I \ I 1 , I I , , \ I , :l , I , , , I i I I I a I , I , , , ~ \ , . I I ' ' \ , , " I , , , I I I I I , I , , I , , i I I g , , I ~ :1 I , , , . I , I I i] , ' , ' i~ ,~ I g , kQ ~ ! I I , I WHir 'V.LS FlN17H::J.L'VW \ .,.,..~,.~~ X. II .l"" ~ ,f , . \ , I 'l1"1 ~ :::;1; i · \ t1 u ~ ~U~ ~n~ ~s ~ ~~ ,II i 'I } 1 ~ I ~ I II ~l~~~~ ~'i'#U' ~I. I; !,~' ~ ::.It", , "m"';~ ~, . d"I.," ~ ~ , , ..~ ~_.:z: ,--~ / / )/ , , r "~ -:" " . "'A~ .~:' / "".... '.; ~,v . .. ~10".' '.''; ", ,;#, ': // "\//~ ~/.~~'~t> ;;!//"<,:/~ .... ", , , ,.. , . ,.7. '. /',. / . " ~," ." /' ,/,' '// ,. " II '" '';,' ,'. /' / ""'~',.,'. I , ,~' 7'#"- .... I'1iA~"', /~. "''':~,~/. ' ~ /'-~+",1t, ".;/ /".J! . ' ... '" ' '. ... ",", /o{),' '. /~"((.;''' I s",/., >_.,/ ,),1/ I r// '7"" :' /,' /; ',,' )' /.# "( '),1" ~,_.. ., ~ ,/ ~ / ~ /l /, // , "-,'- , '. , ,~> /'J';.,/, , ;~'/ .,.,;~,/ /( I I I rI ! q.t . \ I~ ,. t, : il<< . \ \ Iii :' \:, \ I ,l 1 I , , \ ',\ \ \ " I , \ , I . / IDA ~;:l; i !l ~ ~i ~! I" u ~~ -a ~~ ~~ ~~ ~ :Ie ~!, " !I 'I" . ~, . ~ ~ < I ., r;: I ;~ -',' " ~ ~ ':1~~1~ 11'!'3t, -..! ',1; "i:Jt+i ~ "'1, " i-' .,~ .t iZt '" '" !! '" ~ N ~ N + ~ - ...- 0 T T n-1 i i r--11 " . . I' I /; !' : I ; ; I '. I . " . 'I i I! r ! j ,I I I I ': 1 TiTI++:lr. ,-,8 II I I I I' : ' I I I I , : I t"""'i, --1. ' 1 i: j It' t j 18 , . I. , I ! - ' I t~ ~' I' ~I$ Iii' 't I I , . oJ Q ,\ T s " II , v i lQ ~ 0 0 + 0 - !! .. " T .. " T lOA :!! :2>'; ..~~~_._--- I · : l!! U! ;; IIU ::j ~ni h ~ 0 <n + a;) :! .. . " T f; ~ ~ .. ... T 1!rJ~ 'I 1t1"L It ,1~1 i , .~~ ; ~ I. ~sh ~Ii ':11 )1 II ,. ~ '" ,. .. ~ .... C1> o:i '" + '" !t . T . . <oj I ;~i c;J " '" ... ci A ...;..........; . c 8 ~ _ 0 1 ,i T~ is I- 0.. N C1> <0 '" a o:i + ... + N '" - . T~ !t . T~ . 0 , . . . , i 's I ~ ci , . i la ~ ~ !E ... !!! ~ ::! !t ~ ~i . 01' , . , I 1'1 o " , 2 . i2 2 , 2 , ~ , ~ <oj ~ <oj I~- , :j i~ !t . 0 . " :> i ;) 1'; '1 '" ;;; 1 ~ i ' ' I i Jh ~n~ ~e ~ i~ ,11'l'. I ' ir, I ~ , I ~ in Ii ,,_ ~ilt ~. . ~Ii!("'j ~H.'H~ ~. I: j ~ ~:J;i'f~ ; !,.,!ilJ'1 ~ifftl f U Q< U CL ... CL ... '" ... '" co '" .,; n + ,...., ,...., 0> + + .... N ~ . .- . . ~ T ~ - , . . 0 . . 0 , .j a ~i a " ~ "t ... OJ ~ '" ~ "t ;lj ~ ~ D ... 0 T " . o ~ U ~ ...------ U U --~I u h ~ ~ ~ ~ !l 1 , I; 'Jl! t,J' ! 'fH )it: ' i ,_J I ,8 ~ . ~ 0 T " 10 A ' .. .. '!?~ i . ,~ II iii 1I ! ~! ~~h ~~i ~ II II II o.l 'i' " II II II w a , . ,. ,. ''i ~. 2 II II .... 0 0 i 0 II II 2 , , , g '" ~ .. '" ::! ,~ .".L,'.we._~,,^.~^ o IJ') d ..... + U") ~ . ~ . o , ~ ~ 1:! ;l ., ~ " ~ E! " U") ..... oi ..., + U") ..... m orl CO + ... T~ ~ . ... (;) T T~ ~ . ... 0 T T~ , ~ , Ii , ~ , , , , . 8 !l !l ~ . . 0 r .. ~ . . 0 T T' ~ . 0 . T' , , 10 A ~ ~ ~~ i ' U i Ie:aE ..~ Qg ~I n h ~ ~ , ~ ): ~" ; ... ., ;; ~ ~ ;!: (J f- a. a. ... "" <0 to ..; ".; 0{) to + + .... <0 ~ - . 'l'~ " - r T~ . . 0 , . . 0 i I ~ b, Ii! 0 . '" ;; . I 1ft R ~ ., , ~ -! j. Ii a a R , ;:j ~ :!! ~ <0 ..j 0{) + <0 !:! .. ... 0 T ~ IDA "- :;; ~;I; i ' ~ I f nu ~~ .~ 'p~ ~~ ~ 'l'!! a :i .1, I 'Ii! : -' ~ ~! I"".;, ~",.", l!i~qi .'" {"I 1)1 , .~} .~~~ , 'R , Ii Ii 1 ~ l~i~!1 l " ! ~ , Ii II . ~l , , !'l~'ij i ~m;j, ,I ~ ~- >!! i.l.j "'..Ji " :"" ; ~ il ~~ H Ii ~ II : II ~I! . , ,. ~ ~ ~ ,. ~ '" ~ ill I- "- 0> 0> '" ... + ClO ~ ~ . - T <:> o + 0> , ~ . , T~ . ~ ~ ~ ~ :> ~ . 8 ,. :> ~ . . . T T lOA ~ ~;r; i . :l u! ~n~ ~ni h ~ :!1 ,. " .. ~ ~ " I- a.. 0 ... ~ + ~ ~ 1 'I'll c . 0 '" I 1 ..,.. ............ ill .. ? x II r , ~\ ,1\ 'LJ .~ M !'! f;j .... ..... .q: '" + o '" ~ c T 'I'll ~ - - -----Sl ~I ; ~ - > >~- - n u ---'-~~ ~i ~~ ~ fil "- ! u a.. ..... ..., ui ..., + en ~ . 1 . o o Ii I II -~ . JU~ : 1~4b I ~.. "I ,~.~ ~--, --"';t~E Y' '\i ;r ~ A 'il ~ ~ ~ M i . i 0 . 2 11 , , ~ I ~ l , I .1 1 ~ ~ ~ ~ ~ '" ;i , x Q , A \ I I III I 8 8 Ii :! . . . . " :! c . . . '1" :! c . 0 . " , l , 10 A tf ~ ~;:I; . I I · 1 , III II I jl I 1,:1 1\ ~ I' ~ · n .lii,', ~lI,;h ~.".' _,f, , "t ~~~'-' .... ! ~ . e ~ dil :. '" g '" :. .. ~ 5 ! ~ ~ ; I!! '" .. '" 0 0 0 0 + lO 0 co + + '" .... "" '" '" ~ 0 T ~ . 0 T 1 x ~ . o . , . ~ . o . T ^^8 ., , . . o ~ T ~ lil;; i · OA -- ~I ~ ~ ~ Il ill ~ ..~ e ~n~ ~8 ~ ~E i~!~:1 ,"^!- 1;1 ';11 ~H"~h ~* j ) ;~ ~1J,~ ) Ii j <,:t 8 T' ~ ~ ~ 8 + ;;; ~ . .. . w " , ~ 'i 'i ~ I 'i , . < i * II 'll 1 R , I ! , i I .. , 0 "- ll: "- " ~ lil . , <0 0 u:i + 0 "" . . ~ . . 0 , '!! , ! Iii , oJ '1 ~ i T!! ij i ~ ~ " l:l c 8 + <Xl '" ~ . . 0 T . '8 ^~ R R R , , , , ~ I 1 ' , 'f 'f ~ ti' 11 ,,j., ~j Ii g \!! :;;;; i ' , , I' .. g , 1 , , , x , 8 \ 8 8 ~ . . 0 . 'l" :> . . 0 . ., ~ . .. T ., , , , , ~ U , ~Ui U ~~ ~! ij 1i ,. '" '" ~ :. '" ~ o o + lO "" ~ . . . .... .0 f I hl w d , ~ ~ " 5 ~ '" ~ ;;; o \f) j; "" ::! ., ... a . , T lOA ~ ~;; " i ' lil ~I ~ ~ ~i b ~ ----,-~~ ~n~ 8 + ~~ "" "" ~ . 0 T T ~ '" '" ~ !I,I 'I ~ , ~ I j 11 ~" .; ~ ,1$'" ~Fli;)~ "'I~'l"1_h ~ ril' ~~~ill ii ;~~ t 'f 'f !'i" I , s I I , j , ! i i I I , , I ;1 1 'i w il I 1 d , ii , I ~ H , 8 , j I :> . 0 T ., ~ . 0 T !J i , i ~ i .. 0 , ~ oJ '1 x !! ij i ^'i li !! i 'i li ~ ~ s" ~ ~ ~ '" ~ ;:2 Ii II i It! 'i Ii ^''i 1il I i ill IR '" ~ N + ~ T .. :> .. . " , o o + '" '" ~ . .. T T '" :'1 ~ ~ ~ o o + ,.... "" :> . , IDA ~ ::all I . o !! .. .. " ~ '" I I ~II~ ,n2 ~! ~ ,J d , ~ iI " ! . , iI .. ! iI o R ; , J' II. , ~sh , 'f 'f Ii , I' , , , j " I .1 ~ ., .... Q r , 8 , ~ T T . " ! , t! . .... .. .. , II , T '< ~ ~" b '< '" o lO + ,.... .... :> T .. .. " .J d , ~ :> .. " . ~ ~ "- :e ;; o o + lO .... Tll " .. , ~ . .. iI II 'i II " 1il , , ~ . " ~ . 'll Ii 'i li II , 'f , , ~ --il-~I ~ -~ n h --- ~~ ~~ ~~ ~ ,I ~ .. :l ~ :'!: o \f) + '" .... :> . T '\' II .. w 0'--' , ~ :> . 8 '\' ' .. " . , IDA l' ~~ i ' * ~!t.l ~,~,:; I~ ~2irl<, ~Hwn~ ~~~ i .~d~i ~ '1~'P .~ '10,.. r II .. II , 'f , , ~ '< ~ '"__'W'"'"W""M'_'""""",_.___,W'"",,,_,~,~,,_~__"~_,~~+ :. " '< ~ .. f- "- <Xl ,.... <ri w d ~ :> .. .. , . o R , 'f , , i8 ~ :ll ~-'~-_._-~._-~...~._- ~ l:l .. --'-'---'~-""~----'" '._-~~-------,,--_.~--- " '" :> . u "- '" lO u:i r-- + Ol ... . .. .. , :.t ;;:; + 0'> .... ~ . . .. , a , I I 8 c..,' ~ .. . 0 .. ., ~ .. .. 0 T , , IDA ~ ~II i · "- ~ I ~ ~Ui ~~ ." 'p~ !e ~ iii , 1il , 2 , , "'~ " .. R ,R ~ ! , , "' ~S Ii 'f 'f 'f Ii ! i , , , ~ :. .. ., _^_"~"~"""~M'M"',", "".~,~..,.__,w__ '< ~ '" W~_'_"_"_'~__'____,,,,,,_~_ .. '" " --~-"-'''~--_'--'''_.~..,_n__.., :;: ~ '< ll: c ... " .. ~ oJ:! 0,,- +0 N lOW U "" ~ G .It...Q U 0- N r-- d r-- + ",\0 <> o o + i.ii . , ~ .. , 'll ~ .. . , . . " ! ' 'iI i - i w " , ~ ~ " , x II 1il ~ iQ! ~I iI , , 8 T' T 18 l' :> .. " . T :> .. .. " T :> . . .. IDA 'i Ii: !IlII j . ~ I'!~ J a, - -- U ~~ .~ ~ . '~ II II * lil ,S , Search Permit Results Page 1 Of1 0 A Application & Permit Information Database On the faSI [rock to perrnft info Home I Login I Application/Permit I Help South Florida Water Management District All Permits Issued and Applications Received by SFWMD for COLLIER If documents have been electronically attached to the applico(ion or permit file, they wili be available by clicking on the Appl No# New Search Download Results Itolofl ~ @ First Page Last Page 090925-8 FTM New Water Use (General Permit) 08-Jan-2015 Project Acres: 1 lely Manor Canal West Outfall North Section Collier 519, landuse(s); Dewatering 30/T50/R26 Applicant: Collier County Board Of County Commissioners John Vliet Naples FL 34104 Agnoli Barber & Brundage rne Daniel W Brundage P E Appl No#: Issuing Office: Permit Type: Expiration Date: Project Name: Location: Permit#: 11.03087-W Approved Date: 17~Dec-2009 Water Source: Water Table Aquifer Attn: John Vliet 2885 S. Horseshoe Drive Agent: 7400 Tamiami Trail N Ste 200 Naples FL 34104 ltolofl ~ (@ First Page Last Page New Search ~".'- mf?; "\J Privacy Policy I Disclaimer I User Survey http://my,sl\''m1d,gov/ePermitting/SearchP ermi t, do 12/17/2009 lOA EXHIBIT L STANDARD DETAILS GC-CA-L-1 IDA EXHIBIT M PLANS AND SPECIFICATIONS '.I GC-CA-J-1 , [11 Z " ., C CJ . , -" U OJ ~ " n , 0< ~ 5 1:0 o ,. ~ '" ~ OCOi!lj ~ ~ ~J;~~~ 'Tj v! ~~~;d;;j n ;; S:..;SSS 0 2 t.o",,-,,,,-,- :5 ~~ I I I I I ...,3 ~ ~~~~~ ~ ~~8~::o '5i~~~~~ ClIJ,P W en ::; Z '" '" en ;f. . :0 8'::':t~ """''''-.., VI '"'1 VI I'~ - '"l:;: 0')) -, ",,, -0- '" r-r.) Gi'.i~:e: ov-,_ "t~i;:.U) ~"" "'CJ ;" C: -~ -- ') '" ~:::'i.:~ ;::;;>;>i~ " '" ~ r-,--, ?c-,r-,a ,,:t,. , -, ;'-, ~ "':r: Cl_ r-,"I ~t;:" ,-c.:c.:-" -" I~" 1. "--,c-,,, \:.lllJ D--i h-I,,_ -. l> :>'i; , z o ~ x (~;~ E Cl ......... ~ ~ ~ ===:::::= E; 0 '" ......,.,.. ~!rf==~..-- '" ~ U-i~t;l q~ ~ :<:I " 23 ~ 10 ~ c: t;::I t""' f ~~ 5 ~ ..... 0,9;; "'" '1:l ~ ~ 3 <:; ~ r-< ~ ~'" r ~ ~ [ " [f) &; ~ ~ ~ [ ;;l (; :;J f' is- 8:8 ; 2 H.co Z:J::i ~:..~; : ~ ~ ~ ~ B ^, , I, ['1 -., ~; " ~ ;~.;;:;.:~t,"'J"" ~ € D c;'J D [ ] [] , ^- ~ :j < ~ 0 0 0 . " " > " 0 " 0 0 " 0 c 0 z . . ~ > ~ . z z z " '. CO ~ " 0 L 0 @ >0_ 000 zz. 00' CO. W ^ 00 " 0 w'_ ~z Z ~~;! '" ..< l':>eS:: ~ -^ c: wO- '" Ii ,,""::: '" ~~~ '- r;~f" en "0~ '" .t"l:o:lO ,. . '" 2 ~ 0 > 0 0 0 ~ 0 0 > > > > , . '" c I I I I I I I \:::::;--- o ~ ~ r ,. z m ;3~~~O~:!~'~8 ~ ::2;;;o"~"~z~< :: ~s:~;;;~!2~~~ ~ g;:~E3~~~~; -i 7.rrig~~~55'" ~ 3~'j<!:~~""[;':" ~i2Vl;j"'*"'2 .. ~':""' "" ~:;;~ :: ~ G~ ~ ~ " '" '" " ;;.. ':2:1]" 6 ~~ ~ ",,;<-1Jj %"-~ <;-" :!'J: '" !'-:u ."i ~ (' ~rv- o z < < < . , " c^, \~ '" ~" ~~ ~Ul (J)~~ ~~'" "," ~~ l;..1::; '.vi<"":l "'::i ~o i;;'" <0' '" ~' ~ ,II! ,Ii .' ~ tf U r~ rn' ~I u;C ::!tr: 0_ z -. rz o :2 if; c1i'il~'llf'Jl...,1""" c R, '.;0 " . ,.; ~, . II" :'irl' -I' n. (., -7'~ lOA 1 if ~ 1 ~ ~~~: ~ Z('"P,~s;: ~ ~$8;;55~ trJ ('~01~ ;:::~r;;:: "0 ~~~~~~ ~ ;S~~~~ :.0 'l~e~~~ ;; ;e: '-"6 __i,-~r~ ~ I'J::rru,;: LNO "'_.p "'..U-U-.,. '"rj II 3l"<QJ 0 !~ ~~~.~?? ,. I::' lC I J ) ~ Crj5: p '--3 CIJ fii a ::: ;u c::: U ~~ I ~~ t:--< -< t:--< b::l ]5 t:--< t:--< 2:: ~ '""< 8~ ~ '"a ~ Z;O ~ o '--3 ~ ~~ ~ Crj b::lQ Cl ~~ at--< 2: 'J ;u o 'J o Ul Cl o 'J , )> z (j) o -" '" 0 n ~ ,. ^^, -; " 'I) ::; ~ ~ > z 0 Z z w z " I 2:': co ~ 0 "' " ;0 0 ~ '" n -; , I ~ ./ ~ ~ I ~~ I i ~~ ! ~ ~~ T Im!1 .. t~~"~ ~ ~ < < , ~ < ~3~~ ~HI~E~ ~~.' ". 'l ~~~~~~~ ~. ~ P Ii ~ ~; q p , ~ t ~ g ;p r ~ ~ ;:'...., t ~ ::::7' ;;j~ - ~ ~ r" ~ ~ ~ ~ i ~~ ~ ~ ~~ r ~~ d U , ": '" , , , ~ rrrrrrrrr OO"lO><.n./>oWN.....Z m WZZZZZCIlZ OlOOCOOO""",,,-..JNIll qq".1~~q~~m g:~<D~~I3~gdj ~~~tli~~~~~ mmmmmmmm ~gQS28~Q2 ~ < m Rp;~~~~~~~ ~~~~~~~~ <:;~--;~",:q-:; ~ o N",?5~mU;m~ ~~~!=,01~?, 8g8gggg 2 ,.~ ~< om " ro r m N 1\.>......... t5~g~~~~ ~~8~~~~ o I o tv N.........JJ ~t5:?:~~~a;O 0:,(:0 0 0 Co i.n :.. ....NCDOOlU1<D o ZZ(fJZCll~Ul5 ~q~~8J"t01E5 ~~j;:,l&:~~~OJ ~~=5U~o;g~ ni~::Enim~~~ CO IDA ^'"'\ ~ z ,h H~~ Ii ~8~ ;1 t? ir ^. H. ;po" !~~ ~ ~ ~ a~ :i '- ,."> i':' Iil'Cl ,-, ,,~ '0 ~. ~ ~~~n ~hm~ , ('" ~_l~-lj~,~~ '~~n~~~ ~ tl;~:" ~ """1 ~ i q , ~ ,i ~ n ~ ~ , i~ 1 ~ 2i-?, ~~ t,"-< uf: ~~ C "' _c ~"' ( t ;,,'J >2 r;:u Ceo en o -~ c;., ~, Vl ~:~ t"(j c> >0 i?~ [i~ ~~ ;~ ~"'~~ ",'tOOC] ~8 ~~ ? , ~~<:J' ;)~~~ !;;~ ~1~ ~~,~Q ~~ :;j3 ~;gg~ ~~~~ ~;qo,-i' ';~~~ ~~ ~: ;;>c, " S?~:r~ 2~;~ ,", ~ --<:r l>b.~'" ~~~~ , n 01-.<['1 I"i ~r, " :,'ce, >> U, "l"'D ~~~~ !n~ 00""." ,,:tc) ~~:~ " c. C1 (~ c n ~r~ :g 0, . C;J~ '.{J c^. "8 "! C;j ~ E~ g~~ ~~~ n ~R:r ""':>- ~'(' ~j~ 'c CO ~ ~ ~~ -" 0, ~:;;~ ''1"", co 'u ~ ~ ~~ C1~>;l ~\"J: " li~ " c c " ," c C " .' ~' ?~ ~~ ~~ en >' "'" c, ",;.;; ~-~ Gr" ~~ ~~ " ~; ~~ t:'!' ;; r~ O'n C -, :~ ;1;: i:"" V1"" nn C -, "n] '"'1" o 'lji ~~ ~~ i; m:; ~~~~~ ~~n: ,,?Ln '" ~~~2 "r-""" ~~~-~ ;i~:~ '" -" ~l ~~:~ DcO "';;::<:0 ~$~; c-"']"'" ~"' i~~] co l' ~~:~ In'" ,t: ~~ ir ,- ~~~~ ~ 1J>>~ ;; ':-r;1'" ':\"'';J , 1;;::- ." ~ ~ - V1~' ~i "n a _1- ~ I: ~ f: ~,'R ~ W, ~ '~: ~,-~ Cl ~: "~I . 88f ~~ '" ~.. o ^ <'W (1 ,,' " (~'-' ",C> ;;: ~ ,- "';:C" ;'H~ 2 ;,:<::" ~D&; .. ~, ''1 ~o l>l> :Jj~ ~~ ~~ ~ ,,,,OJ :q; 'f~ ~'~ ~~ e~ 2~ ~f ~~ -<co u, "' ~2 n~ :2Q ~~ 0;:: u, "'" '''OJ ~,'" oU;, ~~ '0 !; 8R c') "';:: 0'> ~ ~,~, l> r,::t ~ ~~ ~n ~ f,~ ~~ ~ s~ "'." o "'-0 c:'~ ~il ~~ 5'[;1 MC ~i VJ,~ '!i,,') F=it ~~] r"l> ,> 00 Q" ~f~ >, nO o ' ~Q P,'~ ~ ~~~~~ [2jVlS;S;" i:-,,~f,\;:> ~~Y>~~ -<'" "l> ~:r~ ~~~:~ ~~""J :~ ~ ~rz ~i ~~' ~~ ''1 ~:~'2 ~;~<) ~~~J -~ _. co ',) ,~C '" ,. 'f!",~i: >c f~ Q n w o 0 < ~ 8 ti )> ~ ": -" ~ 2 ~ o ,., I -" ,. :)> ~ C> ~ "" ~ W foc" ~ ,., " ~ ~ ~ o n o 0 ~ o fO o 0 =oJ ~ ,ce, ~ ~) '" n n 0 (10", C C 'U ~ ~ il~ '" '" ,~ ~ ~ go . ~ '" n '::; o , o < ~ 00- ~2~ OWe; ~~~ of> t; ~~; ~"!:5 ~~(fl ~~~ <Ji:",r ~~~ "'''''' ~--.-< 6'<:~ -:,<..,:t ~~ i' ,,~~' ,~ '" no;, OJ;;; 0" 20 -' ""cc ~;;: ~ r~ ~: h (~ ~ ~:~ ~u: ;". ,~ ~" 01" OC: co ~'" &", ~C;, '<il: r-,{; o >0 '0, 8~ ~~ ~~ ~Q o ;";:;) fL~ (5 q,'" ",. ~1 ;;> ~ c~ -V V) R>~ t"Jc' ~~ ~; Fig ~--, " (F.'-; %;;; "" "'-,,1))'" roc"", "i'!--." ~("i~0' ~tG~ Di'j~c; gJ ,,~o: ~ !:5~i3 ('ji\i'Ji:G ,,'" 'ii: R>t!:~ >:: -<0 ~Hl~ ;J~~2: ~~6~ ~""~c: ~~~~ ~8~'~ ~'t~~ ~~~~ t~]'J r_~~ \6 9 ~~SG '-'""'---< f;~ ~ ~ lIJ ~,~ "~ l>S!n h1i3 Oni ~~ " ~ ~ !' Xl ~ ~' h ~= ')0{) ", ", " ~ " " ^' " , ~ , , co ~ n 2;__ ~ " ,i,,i,o _~:~~~_O,c ~ J g - , ~ ,;. l (), ,~ '" '( I ~; :~ ';' 'I' 0 z ;:: ~ 01f:O'; o 0 g~,- :ij,.", . , 05'''' 6niJ "',-oi t;~~ " n ~~~ ~8~ 0", ~~l;i '[~~ '''6", r-,"" 05' ~ ~~ -. '~~~ ""J ::0 ,~ , 6); ~~ 00 ,0 ;~ " Q ~~ , 0 g ~I "';: 8n, 'Sf) e ~~~~~ ;~~~~ "'''''''",''' J~I~i ~~~1: "'~~:~ 'is';J6~ ::r'J>", m~ '-'1 Q ~l '" o. hi ~"" ~ C c: ~; ~~ ~""' ~~,~ ~Oi o 60s: ';J'I' ni:: ~~g~~ ~~~~~ g~'9~~ ~~~~3 ;::~",VJ'" ~;'''''''~ ~i~~~ ~""!:5-;~ -"';?~o~ ~~~i~ _, --< J: Cl r~ ~S~S2 i;~~~ M;,:r-;; ~~~~ ;~~~ " ~~~ '1"'-" ~ 0', er: ~~~ ~~~ On " >0 ~~ ;,; "'''' ~ "" ,-,:') o ~l '~ ,~ 8 ""c, .-:j-lJ ':t"" co'" cn ,0 ';g " o '?~ "'';l " ,~ 80 " , ~I;:: ()~ j;'" ",,'f' cO ;;: 20 < o E-- :<8 ~~ >, "'c-: ~,~ ;",--, -<-< 0" ~~ ~~ >n OJ.:; Po 6i~ ~ :-"'<:'0"'-" 2;j~898 F:~f-,j~H ,,2::O~,;;'.i 'B~~6''-'~ R~"'<::8~ 2-:~iJQ'O~ i:'iQ81!2:'};Q F'~C;0", ri!:~~'i:i !~m "" u;'" ~ g ~ " ~ ~ if: " " " ~ " o m .': ^O ? ~ " ~ lIJr-.,r-,o ~~~~t~~,~ " -<""'Il 0<::0 i5 0<.00'" --,"'ti~;8~8 :~~~ ~~~~~;j~~ ;; ~~@~ g'~::r-<I))",,,,O ~ ~8~~ $~~~~~:~ ~ 'j~"';:: ~~1'i:;:\i:~~\f' E ~~i";>.' ~:l1~~~~n: ---<0..;;0 ~~*B;:~~ ~ :~,~~ b o~n ~~~~2~~ ~~~~ ~;~~~;;; ~~2(n- ii1 0::'" ~~;'~'::l~~~ ~ " "'~~; ~;~~E~~ ~ c " ~ ,,~~~ I ~ ::tF'ci::- ~ro'" '" '" --1;$1 "'''',,-c, ",,,,,,'-0 ~ ~;~~ ~ , f::1'::l8::n ~ ~ "'~'-"<:-; ~ ""u ~ " ~ 'ii'-c, ~ ~;~;;! ",,,,"', ~ ~<J>'i g~~ ~ 0," , "'c">;: ~ !; '" ~ft ,~ ~ " q ~ ,q " " o ~ " 2 , ~ " ", " o ~ > i ';; ~ 2A ~~ ~~ ~~ o 3'" -:t~ H]~ ,~, ~~ '> ~" :>;. ~ ~g~ f! ~c:~ i3l ~~:jJ ,~.:;j~(;j"e; '--;;oof; ffi~'ii~tj ~~~i~ ~8~f;ji,] O~di5';3 :~~8~ 1.1>::-" '" -""'..,,..>z ~'~"'~~ ;;.,,,,,'{j-,,2' """,,,,,,,,, ';~5~~ n'2'Q~i'ii E~~~~ Q, ~8tii:;----< "., mii ~'6~~---< -. ~~[;1rijC; ~2!Ct2 ,:~ c;j ~;~ ~ > ~~~ ?i mo> ""'~:.: :;J<e'o ~~~ ",'~ "'2.~ ~t~ ~g 'n o''t ,~~ "n :2' (~ co" il-'" ?;',] '")> <:)'.11 ? (~ g~ "'" ~~ ;~ i:;j~ ():,-, ~~ ,," ~i Cj ~.}; ()o ~~ !;l';; 0;1; .0 ,~ c GlJ1 ~ p~ v::"' ? < ':; ~ " '" " " " ~ ~ c " ~:: ---<lo nn:. ,> ~~ 0~ ~, i-,i; "'" ]~ ~~ ~~ "c ';!~ !;3'-B 00 f;jt" ~S " ;J ~l ~~ 2& ~~ _,m n,c .,,] ~;;. r " o m ~;~~ G""" ~G~~ 2~~~ t;~~~ ~~fll ^ '0 000 c;".'" ~~':' ~~~ 6'~~ ?ti~ ",-,n v",-,r-., ~~~ ~2: ~~ ~~~ "",~h ~ii 0,,,0'- ~~~ F:0'i' "VI'" ""28 S8~ on ~r;;r, ~, 0 ~:;, ~It g~ ~~ >< ~[;-: 0' ';.:9 OJ\[' 0"" ~ ~, , " ~"-' f'1": o ~~ 1~ ~t ~~ ,'j\::C' _on V\v 6~ ""S ~ " 8~~ " " ~ n ~~8 0 n '" " :;0<:: s 2 c,. " ~ c>::,. 0 ~~3 0 " , 0 co'" , > r-:";", Vi ~8~ 0 < ~ S~r- ~ 2 "'-." to"'", ~ n 0 n" OJ'~ > ~~ , Q e ,C^ 0 @ ~~ " , , ,n ~ , 0< "''' ~ ~ " " ~ " '. ~~ l'1oe Q n,CO ~ ~::'J ~ .~ 2'''' ~ 0< ''1,. "'eJ --0 , << ~'" " Eh < ~~ if, ^o 0 ~ Q , ~ CI, ~ > c, ~ C.G'" '2:"'>z "'''C; ,- ~~~ 8 " 25 ~g~ ",0", '" 'lJ""-!: ~')3~ 8 ~~:{J ~ ~~~ ~ ,,0 ;; ~~8 (~ :i!~~ (; ;~~ ~ ,.0-2 '" "";gO-: ~ ~j>: ~ ~M all) ~, ~A ~~ b'" r" ,~'" U ~~ -0 o ~ ~ 10 f' ~ '-" " I~ ;t. o Oc ~~ ~Sr. f ~1~~ ;,:"-,.,~~ )>'c.;::" ~~ ~; 6'"' o~ 'lJ",-" ~~~~ Q~ ~: ",yo, o~ > 0 2f~~ -( ~in OQ v_<:", ~ ".;': " s~ > Q " ~'ii> o --:i-' ~~~ >0> ~~~ ~ cr.-,.r ,,::00 ""'>C cc r:1i~ ~ ~t~c !~.; ~~~~ '" -2 ,~"" ~ ",.oCji? ,i;:a91; ~~j~ 8 ~"'3 ,,;'" ~~~ 9",~ <, ',jo'n ~~~ ::\';~ ~~<: r:~;; ~, ~~~ ~~~ g~x ~2~ ~;~ ~~ '::j ii ~~~~~ ~ :8~@8 ~ ~~"'t~ ;o).;)lOl> ~ ~~2Q~ '-",g"i'" ~ ~r~~~ ~, ~~~~~ :~ ~o~88~, -" '"" r~ ~ ~~~~~ 0, ~2"'~ ~ g",,,,,, ;3 l>1",D '" ~~~~ >; "'.....,'" c' )>02" () ;8>::6 i- 5:I"'Ods 9 ~," !.tc, ~"'Qx 8 ~~~;, ~ ~-~" 8 ~f:1~~ '.,-,"'",0:: o"'Gl ~;~,:o -, 1-G",0 88:~," ~ <: L"}-<: , 0 , G " " c c Cn Q> ~~ .," <0 <"J-< ~~ ---<--< ~~ Q Q> ~G "G ~J ~: On ,;~ < ~~ ,n ~ ~ ~ 8 ~ ~ m . n, f-' ~ o " 0 b~ ~ ~~ G ~~ ~ @~ ?c @ ro " Z 8 ~ ~ > ~ ~ " ~~ ~ ~ ~ gj () Li ~ ~ . , . ., < m ~ ~ ~ - ~ ~ ~ > 3 P7, ~ i ~ ~ Ii ~~~~~ . 'Ii;! ,1..' ? t' ~ ~ ~, I . I!m ~U~~H " ! ~ ~!E . ~ b ;..: E~ :;:::>'1 ~;d <>< ;~ ,,,:- c "':::' -" ~ ~~ ~ ci~ ~ ~~ ~ '2~ 9 ~~ ~ ~. j~ ; ~ ~ 2 -f>. -f>. . - , ~a ~~IJ ~~i ___ ~ ~i !l~ . ,Ii I . , I,;;m~ ~ it ~ ~ lo'i ~,tn ~ ) Q ']" I ~ I ; I{.~~~.d II~ II (~~i,1 . ,I Ii i ~ I · ~ J'II-~ O.;! I, i ~ I'> ' <~ ;.~ : ~ ' ~ to _, r, ~ ~:!s' ~ -.-~c ~ ~ '" ! > ~- ~ g~ ," i'" ~ ~,H ~ I 1 ~ .. .Ju ~; I ~~I ~', I~i< ~, ~'~ { , .:~ ~ '" ~~i ~ I~ "~,_ I I -~ ~ ~ ~ ~I ~l..,U~ um ~ · ~J~i I~~'~ ~~! ijt. i~;i ~~i lU/1 Iii II ~ n _ m 1_ ,i J L ~~~ d --- t W . ~ ~ , ~~ ~ ~ ~ IDA ~ ~~ ?;t"'l ~~ ~~ ?;D ~~ d ~~~~~ ~~~ ~~ ~~ ~;~il il~ I~ ~ !!II~ ~~ m __d I ~~~I~ ~~ :. . ~ ~ ,; s / ,~ . ~ ~ / l' ~ I - i i ~ ~~ I';r ,~i! , ~ ~ ~~ ~15l '" ~~ , I, 1~~ ~. ~ ,- l' i ~ _,< l ~ , ~ " I h~ ~ ~ ;~!i~&~ _~~~, . goz", OJ t>l I~ ~ ,o,~~ I::i . I, ~I ~~~~~ ~ tn~ ~ I )1" ~ ;;liil ~ ~ '" OJ \ , I -- , - \ [!l ----- Q 1\ ~ ~ ~I ~1~]~Ue~~ i,~ l ~< ~a~~~ ,~ ..~,l ~I ~~~'~ .~ ~~~ ' ~ ~ ~ ~ ~ ~ E~ ~~~ 118~~ ~~~ ~ I~~ .l:;' .~tJi 8~~ __1-__~ ~!O'l!i! '" ~~~ n~ ...1-0' ,~, : t~ di l iiE ~ ~ ~: s~ ~ @ !Hi~ , , , ~ ~ ~~~p s ~,~~~~ I.i'-'j" ~'"J:~~~ ~,' ~ -~ ~ , -~~d- ~~~,~" ,~ . "~I , i -=Ih ,- ~ ! i ~ ! ii i ,i' ? t: ~ ~ ~ ~ ",' ;;; ~ f ~ ~f: '.::~ ~b ~ ~~ 2 ~s ~r 9 ~~ ~ ~~ OJ ~~ ~ ~ t U1 )> ;0 ;;:: o w ;0 @ fJ m x o (JJ ~I.z 0 is ~ :t> " -j ~ ;0 ~ )> ~ ~ o m -j ~ r " , o ~ dO ,0 ij~ 00 S,. 0> Z< i!'~ ~~ >" C ! , o o^ Q "'~c' lii !lli I 1il,,.i:Z ,i'~ . :!;~ " II i r I ;;:: ~ Z -j .I~ m " z " ~ ~ w )> ?Q 25 " ~ , ~ Z ;: , " w 0 ~ __~ ~ i::: 0 " ~w ~ " -' ~ [i;R 8 (jj m w 0" . ~.n, Ol "'en 8 ;0 " w^ :.. a). 0 " o>~_ki '1 ^. )> " 0 w, 0 n " ~ " , N " '1 0 + Q " " m , ;: ~ ~ + 0 , ~ r , , (f) ~ '1 " g --- '1 o >> o > z ~ o ;0 ~ =p ~ ;0 ~I~ ~ 5'" 0 E m (5 --I '" )> ~ r= , ~ GJ m !llIi ~ z=i ~I (J) ~ -Ol>""tJ _ ~"1- I ~R2i ~c:lM ~~~ll!U; )> ~ Gl('5 ~ ~I::( l~JI~.ril (f) ~Vl(f) ji;~l> ~~Jilfr o ~f!8 ~-<l>.~ p,ll"ild~~ O 1> Z 1'1 ~~l' 0' ~Q:;i u::v (,'~2~.a Ci :;:: _~~Iilj ~ ~ 1(1' ill! 2 ~ '" ~.1~ 11~~ , !! " 'hl!!l! " l~ "jlI'u': ',,' " <> ~ ~.~ [I' ~!;; ~ J~- >'lIt c~~: p e ~ I~- ~iif~!I~ _ g ,,11"!o ! ~ !~J;J jo~ . , , ! 1111 iP iiI I C ~ i ! 0 " > il~ ~ ~~ni m <"~ Z 8~~ 0 "~ m<" p~m ~~ em~ >ZI rr ~-<o mO "" I " ,~ 'm 0 ~~ " , ," l Q w > Z '" ~ ~ " " ~ Q ~ ,. 0 G3 m 0" "- "r 00 eN "' w" "m w~ rq "< ~n mz m> n" ~~ ~o :jiii OZ -p~ 0" s:~ ~~ z;" "m ,r m 0 " , o z ~ <: m 1) r :t> Z :j z GJ (f) o m -j :t> r= 8 e ~~:tUHlJ~ ~~6EgJ~ O~TT16z~ Z 0 z-l" ~(Il ...,0 1~ -;~ 0-1 g;> d~ 66 ~i5 ~;:; ?.t o+' 1;00 . <Jl ;0.' 010 I'll l>~ j;~ ~~ g;-l WZ OZ 0::1 Q 0' " Q w lOA "o~~~ ~ ~ ~ co ~ Ul b ~ 8~ i:; ~ <:) <l 0 Ul ~ ~ F' +' ~ ~ " '* :r ~ a Iii <n , , ~ '1 . ~~~~~~~= z ~.IIS i\";g: $; t: ~ a ~ ~~i;.a~::!~~ m. :i~ ~e.::;,~;;- ~1J ~ ~ i~. ;. 1:0 ~'r~ eo $ ~ , i~"'li ... I::: ::::::11 Z -=t-l . s; !:: r:;-;s. '" a m z ~ .. s-: if:::.' l\l fTI G) ..,...: ;:;::... < (J) :::-ii' '" :1>-1 ri a. g ~ ,m " m .~ ~~ I- i.fir~I;I::l-- ::l '" ;0" =, = ('l ~;'E~~~a.' o <:> . =- l':" '" <:> ~~;J~S~~~ i:i f: : ::i ~ '" f;" == : r.> ~ r; .. ~ =-::; ~ . o Z n m Z " m " ,. ~ > ~>o:~;;.(~ '" '" ..; ~~~ ;;- '" , ~ '" ., -i '" iJ ~!~~ d~8 .~~ T , , i ;..<:1 ~~ ~ ~ I~; " ,z (' ~ ~l~~'~~ i!iil!!I i ",,', , , ~ ~~ "qi'" I/i,~, ~~@~Hi~ ~~~~pi>; """"1 :; I - ~ ~ ;> ~ ~ ~ ~ . ~ f ~ ~ '0 ~ ~ ~ ~ , ;. ~ ~ ~ " ~ . 0 ~ ;;,..., ~~ ;<:: CF: ? "=' " ~ I ~~ ~~ ~ ~ g. ~ a~~i ~ ~ ~ ~ ~U r.; ~ ~ '" ~ , , , I "," ~ ~ o , o o c . g . g N , o o , C C t..l C~G : I! . ) / / /~ ~ ,'Sift ,/ tLtV= , / / 'I I I I, ^. I'~ I I I I I -(-jOG' . . ~~ ~~ .~, o,~ '" " ~Qg --;>< ~'<y -'-Ie .( .lo;- '<> 'S '1"'." I ....... ~~ "-1 "'.~, ~ . I ~ ....... , ~ I ~ , ~ 'I i ~ , , " I ~ , . . ~ H . I ~ , ~ , I ~ " : ; I ~ , " , ~ 1 '" CD ~ '" ,~ co '6 ~ z co OJ ~: ^+ '" - ~ " '" '" " ~ " ;,,, :::::I a '" ~', ::Jl , ~~ g-...l~ "'"'~fotl Cl~"'::"", " ~~~g --""- ,,"- ~-<~:>: ' ~~lil; \i1"'iI:.'" ~~~~ _Ci"'i;l'" H- ",,,,.,, :~~",' "!."''''g ~ h ~~ ~ ,,'~ I~ ~ < , d ~ ~ ~ " 2 (! ) ;~ ~iliil ~~;J:;2 ~;';j;:g ..,!;! ~'>.., . 1 , , I I ~~ , " / =. ;\- ~1i 4 :.~ / , / , , ~, ~~ IDA ~p~ r.;-"'i:/ ':;<trf:l Iii~l ,.. ~~~ .', <~ 0' oc ~~ . , "8 <0 ~- ;;I~ ~ <~ 0' " ~~ ,~ >: / / / / ~~ .n ~ . 'l'~ I ~ / , // ~,,~ I ~:i;1 , -R~ ~)(~ ~~~ ~ ., ^ ~~ l~ ~~ I- ,. '0 >. '. In ~~ , , ; ! ~ I I i , ~ ~ '- 0 !h II ~~ I .~~~ I ~I ~ I , 0 0 I I I , " I % , , 0 . 0 ~I ~~:;.~~ I '1 ~ ii!!!l ,,--, 0 ~'; ~~~:"~ :~ ?: , '0 " ~ ,~ i I ~~ ~ ~ :~ ,~~~ I~~ 'HP~~~ I . ) ~~~~~~i'l cc-".I " :~ 'I . I , , i' 0 I 0 i: " ~- : ~ ~ ~ ~ i~ ~ I " ~ ~ I ~ ~ 0 ~ ~ I ~ @ ~ ~ I ~ , 0 " }- 0 ~p lo 0 , ~ Q ~ ~ ~ ~ ~~ "~ ~ ~~ ~ d~ ~i ~~ ~~ .~ it I~ 0 , ~ ~ " ~ J.OA c'- ~~~ ;:;:,:H1 ~~8 'l'i~ '"' -':'~\'J 68 ;j " \ ~ '"" " .. , '\ , , ; ) , , I \/' ~~ ',- ~~ '\ ., '.-J I \ I ' / '\ ~~ ~~ "?~ '~ ~ ~ . ~~ ~ ~~ ~ ~ , ~ Cl II! ~~ , ~8 I ~ ~~ T :!1 Hi ~ ~ [fi~: ~ !a,~ ~ c fjS~ l"n , , , g ~ ~;I~H ~ ~~ 8" 0 I 1,,', , , ~ ,~~ !~~~ ~H:~H~ ~n:~~~~ "~ : ~ ~ ,~~ ~ - ~ ~ ~ n n ~~ ~ . .... ~ , m 7. e ~ ~ ~ ~ :::;:-r: ;:::>-1 "':;';; ;;: ~ " ~ ;;~ " - .;e."", ::[ ~ ~ ~~ ~" o~ ~~ ~~ ~ " ~ " '" , , ~ . '1 W:V,~ (-joa' 1"'1 ~ Po ~~ ~~ iii~ I~ ;;; + o o ~ + o o ,. '~ 3, ~ , , ~ " . 0 ~ " ~ , :;: 0 g^ N o + o o N -;: o o N \' o o '" 6 o \ \ \ ~ \ ~ !~ .'! \" " \ \ \ \ \ \: I L__ ^Im ~ ~~ '''''to I~ ~~ I;~~ I I I, i~ I I ell . I , " '^ ~ < , .. " ) )' ,,^ ","'~- . ~fID~'(:>>50 , I 1\ ^' I I', ~. I ~: I I I I I I I : 1'.0 .."'" lOA . .. >, qg) '. '> " ~ . .m ' "Iii ~ "'~ ~ " ~ I , . ~ " ~ ~~~<~- -----!<;---~ ~ , , '^ I I N ~ I , 0 0 1 , ~ I ~ 1~8 I ii~~ N 1;"1 ; ~ ~8 , ;1:1 I, 0 ti:~ f . >~ 0 - i, , I , I~ 1 H' . I if ^. 1 !;. > ' 1'1 li~: ~ n~~l: J 1 }~~ R' I " R "M it I 8 ; ~~ " I 0 [ 0 Ii , I , , Ii I ~: ~:p~ f Ii ih'~ ~: ~~~~; , I . l 11!'1 I. l t ~-Xl 'j _'IIl.:t , ~~d.. 1 ~H~H~ g "i, I'". ~~~~~~~ , S~~;;~S~ 1 ," I ,:~ i I.... I ~ 1 ~ ~ n p ~ ~ , 1 ! I ~ I z..... Ii c; ~ I g;-;; 0 n: 0 ~ I ::':>-l :"~ :::>-<: ;~ I .-::;: -~ ~ . 1 I"" '1 N se~ll 1 ~ ~ ' , ~ ,~ g ~ " ~ ~~ I ~~ ~. ~~ I d~ ~i ~~ iii~ ~ U '^ , ~ <: ~ , ~ , , ~ o ~- , I I I I . I ~ 5'1 : Iii 2 t n .' I , I I , I I i I I I I , I I I I I I I , , I , , I , , I :io:) j .;, I ,,' i I I ~ ~i~ 8,8. ! I . , j 0 0 .. gl ~, i ~l l ~ ~ I ~ ~ I :l " i \ ~ '0 i~ :c: '" i ), i: ~, ! j j I j j I I i ! i 1 I j i MA TCHLINE STA. 29+80 "111 A 1 ~ , , " STA: ~ 17..30 , g ,~~'.I:~~..~-~ --' ~-Z~ '" (i I! !~ d~~ ~ I~ il ~ i ~ C1 fl~ ~ ~ q~~t:: ..;o.R' t ~;;; diz '0 , , , , , "II,!1 , i!!! ~ ~~..," ~ ! '"',' ,. ~ i ~ it~!~~~ !H~~~~ ~1l~~~~~ ~~~~~~~ I d '~'-i " " I' ~ ~ '. ~ ~ , .- "' '" ~ ~ , ,. " E! c :"1 iI!;J ~ ~ " , :Fi s ~ ~l ~~ ~~ ~. ~ ~ ~~ · i ~~ ~ ~ ~h ~ ~ ~ ~ :t D , " " w o + o o !mj' w ~'rl~ ~ ;~ o w ~ + o o l'l'j .H w ~e~l! '+' ~~ o o w ~ + o o !i:ii w ~~r I~ ':t' ~~ o o w ~ + o o I I '. I , //1 r , I " I I , . I 1'1' ,/ ~~I I'" 5l~ i 8",. I ':P~I , I I I I I I I I I I I I I I I I I I I I I I I" ^, I~ I I I I I I I I I I ~ ~;;J:il i'-i~~ ~"" ~1'~ ~ ~~~ i 1 ~g-- J:::~8~ , " - ~~---------- J=m==\======!, [)IISTD1RT ''''\ '\ '"'-I \ ~~ i ~g~ I ~;1'" I ~~~ J ~o I , I , , , , ~ " 6 ~ , , o J '" ~. ," ~~ ,0 IDA .- ii i/ " i , " , /,' " I,' , , , , I , i , , , , , i i\! ! I ~I Ii,"! I!...I :f~! I,...., U~! ,I"'i 'i,l :,.' "i ,^ " ' ~ j : ! I I, ,1 I ;, J II I " ' '/ ! " " , 'I [I I ! I ~ : I \ " I! i~~~ I Ii '~i~-I Hiil~-r;:; I i! 141m I Ii I'" : ! , I MATCHLlNE STA 36+60 ,~C~'_~---, ~z'~ '" !!h ,1~8 I!~'i T .1 if r:;;"')o 2 '~Ii ~ ~ :. ~:>o- til'''R' a~ f0 , , , , ~ ~~~~~ ~ i~~~~ ~-_. H~'~ , , ~ ,~~ i~~1 ~H~H~ ~~~~~~I ~-~ ~ _ ~ . i ~ ! 0 I' I^' ~ ~ L. ~ ~ , m Z 0 g ~ " ~ ~ :->"! P ~ ~ ~ ;i;.> E .= g ~ "'i'" ~~ ~ ~i ~h~ ~n~ ~~ ~~ U 2 t ~ . l li!lI w ~ , ,~ +' ~~ o o , Ii w 00 + 8 ~ o + o o 1'$iT' !i~i. (~-> ..,. :~ ,~ : ~ ~; o I , , , , ~ , ~ + o o !l~il t:;~~ ~ e ~ :~ + o o " I. ;!'J wi ~cG r , I- " :'1 " ~ ~ ! ~ ~ i "'!IJ I P,. , , , . , , , , , j. :1 , I I I I I I I, , I; 1 I 1 I I I I I 1 I " II " " I I I '~ I! III I ' I i~" ~I \ E~ ~ I ,+~ ;:!------1 I, ! 2,:~ I ~ \ \ i~l:l ~~~ ~~ I: (' ~:('" ~~~ ~! I ~"'~ 2~~ \ \ I '"~\_~_ ~a~ \i \ ',i II ~ -li"+ ,~' j] /1 , , , , , p , , ,." I I~:!l I I I~,>I r , ,"\: , , ~ , , I , , I, :~ g~ ", ~~ !)Ci , " i ,\ i "1\ i 1;:'1 i;~~ \ 1",:.0, '\ , , , , ! . ~ < . , I , , ' , ' :/ 'I 'I I, " I' " Ii ,: :I II " !.i , " :! " :1 ii Ii il . ~ , , @ I \, , , :: I ~ I : 'I : ~~~ : h-T~~IJ '; ; :!:!:l I i i I ~ " ,I I \1, I , I " \ ',\ \ ~ 1,\ \ ; 11 ',\ \ I, \~~\ \ \ \ \~~ \. \ \, \ \"'C \,\ \ \ \ ~ \ \ \ , \'-\ \, 10.. ',~\ \ .. ~\ \, "\" ~ \9:\ \. \', ~ ;;l \'"' \ 'Ii- \ \ :;I", \~\ \ ~"'s \'i::: \ \ ~~~ W, \ \ :I..~ \~ ' \ ' \ \ ) . 1 i , \ \\ \ , o , L'" , I I I 1 " " '\ \ " " IDA !1 ~ ~ ~ g I ~ " . . ~ ~ ffi~ ~'i' o~ ,'111", ~~ " ~ , \ \ \ , , \ ~ MATCHLINE STA 43+60 c_'CA"'.'.~....J ~z~ , , I:; &,-!- ~ ~ z !! ~~ g d~~ ~ I~ i ~ if fi:~ ~ ~ n~;c: ,."> R' n:;) ,.- "Z '0 [ j ; ~ ~ . ~'~~g~~ 0 i ;h!1 0 II ~~ ~"~ , , ~ ~ ~~ ~~~ ~~~~~n ~~.~~~~i L.. i ,~ , ~;; 'illi; <\ ~ . c, ~ ~ 0 , '" z " ? " g ~ " ~ .:17' q ;I ~ :i "~ ~ ~a g "" '" ~ ~ ~ ~~ ~~ ~. ~~ ~ ~ r? ~~ ~ g .~ ~ ~ i~ L '" ~ ~ ~ .. - - " ~ ~ ':':" ';: g ~ F:fi Mt,,; ~l:~ or ,... r Ii. ! .~ o , , , , , , , . , , , , , , , , , , , , , , , , , , , 111"'. ;i~i . ~~-li~ , 111'1 -.,/ ~i:~1 ~<ltli~ " 1 I~ I:'. I 1 1 1 1 1 1 1 1 ",j 1 1 I 1 1 I 1 1 1 I I I 1 1 e I 1 I 1 ~'~~~ >" <"' :;;" ~ ; "'~ I"' "~ C? In ~~ ~'3 I " t; 8 ~, 8~ 1 . o , . ~ c ? C ~ IDA ., >",t$ , , , , , , , , , , , !', 5.: !,:' ~: ~~ ~ 'I ~] ~, , 0' .' .. .' "' U, , /,,/ /\ ~~ ~::g ~~ ~~~~g ~~;~~ ~~~~~ ~4.~~~ c ~ l:1~ '~ !6~ ~ ~<i , I . , MATCHUNE STA. 50+20 '-~~-'""~ ---z~ ~ ~ ! ~~ II ~!ll ~ ~8 '~ i~ d~ Uf ~H- ;.. C1 ~ f.i~ g; ~ n~~ ~ ~ ~ ' ;!" q,z P,n t 7. ~ ~ ~ ~ ;; . c , ~ ^ ~ c;C e-< ;~ ;;FJ 5'":;' "t<: . ~ ~ )! ~ s: ~~ ~ ~ a. ~ ~ ~~ ~' ~~ ~~ >!I., =aC ~ ~~ ~~ , , ^ . " c; ,^ ~ , 0.: ::;~ , c , ~~ , , ,. / ~ " '" 2" ~ ~ " " / ~" ~~ ~~ I ~~ , t~ "'''' .~ c ~ '" o I , I ~ I ::gC;C1 I '&~ I~* , ',;' r- l~:i.~;";c":c ,<i~ \' i~11 \'!D;! II ~~~ \-=,1, B -,~ I "8:0 ~ ~~'f; t, h!~ i '\ ~~'t ~~ ~ ~: "ZiO; 1 \ ~ ic, "''' ~ ::>;0 . ~'---' <.~ Q T l ;~"~ ~t~ _\ ':)., o;'j ." :;<:i ~8 '" ,~ ~ :~, n ~g: ~j " ^, 't o o 7 ~c; '-';n , ~ ;; M '~'.C ~- " .. , ^ '" '< ~, 6 '"_~ ,;,,,,0' g;~~ 3j~~ ~f- ~;; ~~ >iN .\~, ~~ :-~~~ c " I ~ " , ~ lOA I Z<JJ,-,., " O:l:lv, ~~~ "O~ c~~ oo~ 6~~ ~Q'i2 '10 ,0 ~, "~ ,0 . o ~ '" ~ , " , , ~ <) ~~I: "'!il ,.,." _~Il:;j "''''2 ~11; ~~~~ i:;g~ ~ ;'J 2~~" ~iil (j~ " ~~~-< ;~:... ~a t-'';l''''''$o ~1'i'" 8.",~r;;:M ,.!~ ~h-~~ ~'" ~.--..,<.o.t,,'i; ~~ ~~,., ...~ [jjg~ ~~~ ~D"'- ~~o_.'> I a~~ ~;~, ~~-~- '/ ;;;2 g~~~i: f ~ ~..,~~~~ ~ j ~~~~;;;"t~. ~. \'~ " " ~'~-.-\ ~ -.., -" al!'''l "'~~ ~~~ , / '"~i / ' a~'/,/' ~f:/ / ;"'- '" ,/~/p./ <;. / t;.- i ,/!:j. /':( ~!il~g:'" ,,/j'/ / " VlOlll; ~c:: '" '" /~....... ~ ~~~ ~iI"l", ~ .'!<'> ,.;- /: /,/ l;>:"'Sl ?i:,::g x"-<-' /oJ>- ,t',/ ~~\;1 ~.....~ <>,,,,,,,\/,,~~",,i>..t /'" p""-~ ~ ':}>/',/' t~// _ <>:,. ",<-' '/ ,," ojy" ~ ~v~/ /"" '/ ~, ~,~" ,// ,,',.;/ // "," / .,/;.,/ ,/ /,/" eJ~ ~/~~\~F~/ / //~;;/~;~ " <:> " ", / 6 () ;: /( ,,'4} ,/ 2:~ ,/.(/ /~-o' /~~ ,,,,..#' Ln VJ ,j, /' '/~?Z /"1fT N ---l '., 0'/ ' ,// > / y / -I- ::0 /.,'" // /" c ,',// // '\ if: \) ,/ /, " /;' '\ ~ 23 / / :';'/"/ <:1'. 2,/ "/~,>~' ~' ~ /~,/ / <;, ;;",; y /, " ,'J ;" // /~-~~/' ',// --.<->/')$ ,/~, /', ;"/ // :J"->;{ " ..:....' / ,/ 'tl /' /' .... ' " J o " , " .. / ( I ,_~A"..J::~~ ~z-,~ / , 'I e ~ Z I ~8 rli~ , ~8 I: I~ qilli Ii.:'. i ,'" ~ ' ~;~~ ~H~~~~ ~~;g~~~1 >; ~ ~. ~" 0~ ~ d ~: _~ ~ x ! ~ ~ ~ , , ~ z c:: ~ ~ :; ~ i' ~ ~ ..,., ~ ~ "":>;i t:o< ;~ ;-"':::: , ' ,"-,"", " ~ ~ ~i ~ I~ ~ ~~ g ~~ ~U i:; ~ -;>. , ~ , . o " ~ ~ , o 3 ~ , g ~ ^, , , , " , . ^"" -~ + CD u; co co I I II II I~'i I~I 1"1 I "'~I I~! I~I I~I I? 171 II I I I 'J-~ . I'l;j ~. . \ ...."'.f9 O"'x tJ'!:;i/i '- 02'7 -:'c" ~~~ ~~~ 0' " ob " c -----1 Q J~ ~7 ~" ino.~ 5SJS1 8 ~. , ~~ " " " ~"J en ~ f o "" , " t,' ~ k ;, " " ~' g~~ II:-:'<O:,V' t~",~ ~i~~ ftl g~~\j ,., I- 'R"'- '> 0, ~ ~ g , " 10 , !~ r~ ri: I 0 " -~rD en ~ t Q~ :.:.J I ~l_ ~ ~Q, (~s I) T (D 101 ~ ~, t~\ I~I I I ~ I~-r- z o ~ : ~12 + u; N co o q~~r:3 mo- ~O" F~~ Im" ~~~ ,",0 I< "'" GO'" I" ...'" , m rl- I< ",,, GO'" ~6; ., "m -0 < m ~ , ~5)!:'<::""O" 0!j;?_i'o,cmU>U> Z ~Z~~~~~~~ _Gl~-''''''''U>~ -< E~u>~~:~~8~ 5 ~~~g~~~;;:j~ "U u>mZ;~,?mGl~~ I ~~~~~~~?;;;;1 ~ ~ _ m ;lJ "" U> m ::r:::r: v~ m ij;:" 0 <>om "".:., > --I 6:;EJJZ i::::r:1ii~~ --->.. ~~~~hF:;:~':" ~ C!!~ffirri~8~~~ ozo:,;,u>Zmo!j;:' G) ~~~Q~~~~~ ~ ;oc:Itii ,<::'<::;00- [g&';::! cn~~~--I _I~~ ?;;~*~ m ~~ ;t~ ~ 0 ~~ Z Gl 0 ~m Gl < m ;0 Cfl ;J~~" :r:il:Ji"~ ~~;g ~ 'i' $~~~ H12 " "I,li"I' ~\:l~~~~~S;"1~ ~5,"~;;;~~d8 ~~"~~~*lC 'l~,,~~~])i:;: !!!!l;'~! ~~,,!il :;~ ~ ':I :;!g*H~~3~ i~;~"d~~ : ~"t! ~!ij~ ~I :"{!.I'!l!'jl ~ <:i ~ ;J ~ ~ ~g ~ '< S h j ~ o ~ ~ " I i ~Ii /2 ^,' ~ ~ ..I_@JT\ ~.'. ~ , ~ W "1 ~ ~ ~ " Iii ;;. ~ ~ ~ , ! p~~~ ~ i!_'f~;;; ~ f;~\ih ~~);~~~ ~.~ ~ 8 ~ W " ~ >' ('~IJt~.J]l ~~~~g~=i:& :i);>z 00 ';;6~t;:i' I@j 2'''':;; I;;fi <",wN >'c ~~-O-O'" Oo1';::=::' ~~ "'g] I:'; ;o~ oam :;0-< (fJO~;::O "UCl;::O -l"U );>0 0 C5~ ~rn ~~~~ -l~ ~); s:: ~ t;o OJ--l m--l )>c Fil m :::;r! -"'; ~ mm ",-0 wW I~ ~t' g~""HOi)' -" /- --~(~ ~~~~;;:l~f) ~~r=~~ffi~ ,[ gj ~:s::: 0"'" 0'--- , ....."T1)> Z :;:Ul:S::: I', o~;;:l>~d~ \' ;;g~~~gffi~ "Wn" . -<,---:;:: Gl 0 s;: ~- ~ ~ZUlCJ0;;o'--- - ~_j;~t;Gl~ <"-=:i; :;:~~~W~/' -, ~ ... z'=ro U><,--- ~ ~ ~~m o~c:I ~ ~ "'~ ~ m .'%~ o w ~~ ;B;:5 ~$ ,",0 Cfl ~~ :;::! IZ - ~?o z ~~ ~ ::I: " ;0 ~~ 0 "Rl m w " 0 A g:;z ~ , ~ W E:i~~~ ~ * t:.r~~G:Io3 --1m~r~)> mmcm--lCl ;::ozs::am)> en )> "'0"U ~:gZ60rri O"IO~~:Z;::O c,:Nm'-'6~~ . .-<)> z <D m ~ ; T.~~. ~!.~; mr!; onL~. r~o~o~~~~ ~ ~~~~ ~ .~ ~;g~Oz "9g ;<~~~<" ,~~"~ ~!~: ~m~ ~r~!~~~~ ~ ~~zg~ ~0 ;Jo:^~2~ 'F"~C ^"z.J ~o" '" >.em>" ~ "o~~' >" 'J.'~~ 2"" ~ >eI Oco~~ 8"~doe0 o oOu~e "' 7,"~~" ~~C~ ~ ~co d~" "OCO'; ~ -., :d~~"; ~u; "29~"'gi: ,.. el~~~~ ~~ ~~~~~; C 00-<0" ~~ rn ,.,"'0 I 1!!I! 11 iilill B ~3~~8 ~F ~9~~8 ~~g 8 ; ~~m ~>rgOz,:;,. ;;m ~~ m ,~ 'z~~ r ~.g.'" ~~~ C~ <2< '^HZZ, '~2~ ~,,:~f _cr 20 *~Q o~DL~~'~~ z" ~~~i ~ r,"Ez'.i~ ~~: ~~ ~~~ ; ~,:' _< ,,<" _ ~,~'.,~ o;:::",^~ ~ -i co n ~~~~~ y D~fg~;-.i -13.3 3l. ~ r :+'1' I "OI 00- <,><Z mm" ~~~ 0" ~~ ;;;m ~ g[[2:iza"2.'" Q '0 Cl. II> <\l tIl OJ ;;l g- ~ ::} (j) II> "'--0 ~~<\li",~_~_Cl.ros~~~8~~<\l .g~c~~.~~.~~~~.o.,,~~a'~ j_j",nr3roro",~w3cr~~ ~c ~<m ~~c.~,,:"~~.a....,m~~~OZ .~liC~ ~~Ro....i'~ .i!m ._.o,0001~."o'.,~ ..a~ ....cz.I...,.1 ,., .0Rr '" ~;~~~ if.,,"I~~~d~l ~~~ . oom.. o.oo.Qo'.. 5" "3~~ '.O;~.".cE R~~ i~[i~ E[~~;i!~ij~ ~~! ~n3. ~~~5~W~[*~~ ~i:l 'QR*~ ~,~!2~~~~~' !*~ ~88.H ~"~IQ;"3.g8 ~"~ ~~g~~ a~~'~~~~8i~ ~~~ ~*@g~ I~g~~~.~~g~ i"~ ~~~~~ ~~i~~ Iffi~~~ ,~1~ :;~;I . i~;i ~:;.I I~' " ~ ~~ ~ ~,S ~ ~ ~ ~ ~ I "g owo~c 8ro~cr ~-~=~ ~~ro ,."". o~g. o~o.5 '0. ,I~I~ ~~It II~;~ ~3; ro_ ~o 3~3a ~~.~w~ roro~ ,:~"g .c~. ,?,I II: ~~rna~ ~~~a ~~~.~~ 3.~ ..~13 wo~o o."no ,g' ::1:1 ~..~ llt'~ i~. lil.~ ~~~if I:~~~ ~"* ~~I~~. ~~g. ~g,'~ ,.: a~g~~ ~~~~ ~~.'~ :I~ ~.~c~~ I"~ ol~~* ~8' ~Hg ~H: ~~i~~ ng ,.~I~ bl~q ~l.*" l.~ UHf HB ~nH HI ~,~~~ ~~,~ ~'~33 ~~~ !Q.~~ _o"~ ~.il' -~~ i~~2: g~~1 .li.1 III ~~~a ~;~~ -g~~~ ~~~ g~:1 ;"~" ~~~~~ 112 ~~" ~ijl~ l~::' ~!: ~;m~ ~g~= ~~s~~ ~~~ ~I~~ tll~ II*I~ II~ a~Oro ~~~~ 0ro3~~ ro~~ ~~~Z ~~~c '2~~~ ~l~ ~"I~ ~glij :.~83 I~~ ~1~3 ~,Q" ~~lsl ~,~ HH ~l!llid~ ~H ~~W~ ~ro~W ~~~~~ ~.~~ ~~gg ~"l= ~,~~s Q~l ~~ ~~Zg ~I.ij~~ ~~~ T. ~5~~ ~~~.~~ a3i g~~~ ~~8-~~ ~~g- ~ g. ~ ~& ~~ ~ ~ro o ~ z OJ :t> ~ :z ~ '" o ~ :z OJ :t> Cfl Z l- A m ::J (Q S' '" '" , '" Q (fJ c 1t o '" o , Ql S^ Ql (Q '" 'U a Q c (") Ul ~ ^O C " " " " " ~ o " ~ " ~~ " ~ ~~ Ul ~;::: ? ~~ ~ "l "" b",!;j:i > ~ ~~8~~ ~~;~ ~~ ~ ?i2l~';p, ~~ ~~:~ jlri! illl!! ~ ~ 1~ P iJ ~ :~:, '" ';:~ T '" ?; ::. n ~~ '" :;0 ,s; ~, 9 tc ,'~~ ~ - iJy c;' + ~ " ! I~ ~ I ~~ l~~~ ~@~ ~ " ~ ~ 0 ~ ~ ; ~~ ~il l ~~ 8~~ ~. ~~ ~ , , , ~ ' ;~:~~ H~H~~ ~ ~; ~~." ~~"!~~~i l~ !~ , ~ ,ii ~ "'I' P ! ~ ~ ~ " ~ "' , '" p " U "' :::...., "':;:t:l ~ -< ~~ -; :::: ;< 't:: :s ~ ~~ ~ ~ ~ ;!Q ~~ h h'~-- ~~ Ii ~~ ~ ~~ ~ ~ " - ~ - OJ ~ ~ , . o g ~ ~ N o . o ~ ~ :5 I " , , o o , . , " " " , . " 0 , . I g I I , c' , T c . 0 I I ~ I " 0 < > ~ 2 \ , " ~'" '" ., o " ,> ~ ~ ~~ .<0 ~o~ -~'" ';''''-6 ~ i < " " i~ " q-J: 1 :~ 12;'" , ;;~ N o I / . o J1 --'..L.-.:-__ S?, . o . o " " " 0, , . CD + '" co " " '" a " " 1. o , I I I I +-^ I I , " ~ ~ '" , " fA^ , t, r: ~ , I " \- " .." ~, ^ \ ", " ;t.::.:1 "";1 "';: ~'" 1i~ I bq I " " co + o co ~ '" '" '" ;::;;; o o lOA , " " c t " ~r0 0 '" ., , , o r" " " o g ~ " ~'" '" ., r 0, ~ " i, o N o ""j x , ~ , ~ " . ~ 0 a "f ~ ~ '" " '" '" 'i' " " ~ '" 2 > 3 ~ 3 " ~ '" . o ~ "';;; ", ~~ " ) ,{-- I I . o g~ " , . co + CO CO ~ J, N ~ , , ;:; ~ , " " " " . . . N . , ~ ~ , N ~ 0 0 ~ I i~ I," ~~ ~ ~8 il ~~ ~~~ ~ lid' ff H~ )> C) Hf~ * ~ ~ {:30;>:: _ 0 ;!~t; P.' h~~ , "'n :[ , 0 ~, ~ ~ @ :; " ~ ~ ~ :::...., ~ '" < ~ ;;~ x ~ :a ~ , g ~ , -~-(ii ~ co o "'" <n ~ , g ~ ~ " o , ~ \ , r , !, ~ o " t I I \ \, " o ( , a ~ a " 2 " o ~ ~ . o , , , " . o ;;:; ~~ 59 ! ---~-- x , ~ . o . o 1/- ;;:; ~.~ 89 ~ . o " ,; 0' J, " N o~ J, t " N ~ ~ + + 00 0 U; 0 -.J ~ ~ ~~ ~~ So ~~ ~~ ~i ~~ .~ !~ ~ ~ 8 ~ ~ " '" m m "' ~ m CI CI " <n '" " " "' <n CI '" ~ " a v'~ " .~ ~ ~ x -I -~~ " I C; ~ I ~ &: I "^ I IDA I N !, i " ~ CO CO 0 C "'" "'" <n <n -I -I " " " , " ~ e, a , " " . a " a , U ", . o N ,; o~ J., 1. a <n '" <n 1--- ~,;;. ~~ ')(l "'>;, ,- / i / ! , . N + o o a; m m "' x . N " ,. . " ~ "' (' ~ "' . , ~ " a ~ -<: 1 '" c: ! ~~ II ~~ i I ~8 il~ if} Ii ~ ~ ifi~ ~ ~ (n~; c f; ~ q "'- 1'.Z > '0 '[ ~' 'H~I~B~ ~~~,~~~~ ~~S!~~~~ H ~ ',I , Filq, ~ ~, Ie, ~ ~ , , ~ 2: C , " " 1; '" .. ~ ~ ;:p ~ ., ~ ~ ~Q a~ ~~ t:;~ ~'" ~ " ~ ita; l ~ ~ ~~ ~~ r ~~ ~. j~ , ," g .k , . o .k o . o , t c " o o o Q a < N o ~ t \ -, . L~ , ~ o o ;,; 3~ "0 q" , ,,,c., > o I i i 0, 0" , > J. ~ + o o a: '" '" <0 C, " '" c, '" " x , o c " c <:,<) '" ~ " ^' ~ c, 0; a , , " o .k ~ ~ , x o ~ ~ ~ N o p , b ~ > o 8, " , > J. , . o __ --.L _ _ ~ I fi , " , ' "';::; " ,~ " , / / I I x' ~ ~;::;,' 3-~ ~x 00 OQ ~ + ~ rn rn ~ "' :;: " o " ^' " " o <:,<) '" ., ;;; ~ a a , , N " o .k J. ~ ~ , oS ~ o o ~ N o , " :r ~ . o ~ --~-~;::;, , >< ~~ 8<;: > o g -'. I" , . lOA x , a c ~ & " o <:,<) '" ~ I r 1 r'-l x >. - :;, ~ + lJ; rn OJ CD ~ ~ ~ ~ 0 o -- Q , ~ o G ~ ~ ~ o o iJ <<;: 1 ~ C1 I ~8 ! I ~~ i!U ~~~ ~ ~ ~~Q~I~ . ~~ a, ~ } ,~~~~~ ~ ! ", , , , - ~ ~~&~ ~h~H~ ~~.~1~8~i "+'- <; ~ . ii ~ ~ ~ ~ ! ii ~ ~~~~..~ , ~ '" 7:0 ~ ~ 0>- "'" '0 :;:-<' ::::...., "":>:::' ;~ ;~ ~~ ~ ~ ~ ~i ..&1 ;;I, i\~ ~ ~ ~~ ~' ~c ~~ -> .~ ~" ~~ ~~ , ~ :t <0 ,. T^ I' I' I I , 8 !. , ~ !. o , o ~ ~ o 2 " o ~ . o . o o o , o : N '" '" N '" ~ T- 1 1 I, "" + o o 0; '" <::: , ~ C) o "'" '" '; x , ~ , 8 ~ !. o !; ~ N o t . o o o 8 '" o o .. N ~ !. !. , , I 1 I, , ;~ ~~ 00 "'9 i J "" + CD '" o --J ~ c, ~ Ix I CJ '" C) o "'" '" ., ,-, c, , a o ~ ~ !; ~ N o . o . o . o o " ~ ~ N ~ lOA !. , \ , , x '-r~ 1 ! ~,; i~ ~ R I^ d ;,;. co o "'" '" ., " ~~. ,H 00 "0<, x ~t., , , x ~ !. o , CJ; + o o '" '" ~ ,. , " .,. '" ~ " ;; ,. ~ " Q " x 3 ~ , " ~ ~ !! ;~ d~~ , I~ :ii l!f !it~;o. ~ Ii.."';>> Z .''O.t::: 0: 0 ,;;:7."'..... t, ~ C; ;.0 - H~,~ >? "0_ l'-Z . 1"n " , ~: ~~'i'~~ i ;ll!l ~. ;;~~' ~ , ~' ' ! 'ml ~~nH~ ~~~~~.~ "~~~~~~ " I ~ t Ii f 0 ~ ~ ~ ~ ! ~ '" ~ ~ g ;.. " '" 'C '" ;:;.., '''' ~;'i "J- ~~ ~ ~ ~ )1 ~ 'Q ~. ~~ ~ ~ il~ .' ~~ ~ ~ ~fi ~ ~ ~~ ~ ~ ;U <;; ;! .t 8 " ~ " I J I " " " -j 0 0 0 0 """ """ """ V> V> V> ! -< -< -< ~ " 0 e, " " , '^ " " t . 0 - , < , ~ , . g , ! , ~ i; " o " o o " o ~ ~ . o g ,i, '" " '" '" o '" , g ,i, " i; \ x , ~ i; ;~ ~ /; / " ( , c. " o ~~- ~.~ "'9 x , o o o J I I I ) / ! I I I ) ( ~ o g ~ o ,i, . en + o o '" + o o ::; c: " '" '" '" '" '" ~ ~ " '" " b 0 , 0 , , , " 0 ~o " '3 " ~ , ,; o ,i, " i; m~ 8~S ,j~~ B:L~ ~~l ;'~,~ g:( - . o ~~ ~~ 00 "'9 . o o o ,i, " '" + en :" :": '" '" D: ~ / / ) lOA x , r" 0, , x , U . ~ ~ 0 :~ , ~ 0 ~ 3' 0 0 , 'X 3 , " ~ , < , < , , " ~ ~ , ~ Z I ~8 ~ q~~ 0 0 : ~ S'8 ~ q~ ' I 0 c 0 < 0 " , " ~ , ~ ~~~~~ i !!!:I! . i!: ~,<, 0 ; ~ , ~'I~~i"1 ~~~~~r~ ~n~~~~ g " 'I 1,~ ~ d . i ~ !i!!!' ~ . ~ n ~ n ~ gj ~ :.'. '0 o ~ g:;.;: " ~ '0 , ~ ;::..., "'::>::1 "::: -< ;;0'" ",?-' s ~ . ~ ~ ~ ~ ~ ~~ ~ ~ ~~ ~~ i~ ~~ ~ ~~ ~~ '\ ~ ~ ~ ~ , o o " o o o , . ~ . i I ! " T ;:: \ \ ~~~. ?,~ ')0 09 , . ~ co f o CO CO " G '" '" ~ ~ '" a; <- G ~ x , , :~ ~~ " o "'" U) ~ '" '" '" ~ <- ~ , o o , . o ~ , ~ ~ " o . o . o . o o o , . ~ " o i '" . o " " ,0 ------r-~r0 ~ a 1- I 1 ..~ " 0; " I \ \ \ , " '=';:; x ~~ gf:? ) ( , . ~ CO + co co co ~ G '" '" G , '" x , o ~ lO'A , 8 ~ ~ ~ ~ o ~ " ~ ~ c o ~ I, () o "'" U) ^" o " o t I I. \ I \ . o . o -~c- ~~ 8~ x , ~i o o ) ( ! ,\, ~ co + co co u; m <- <- ~ ,. . o -~ " ~ '" '" '" '" '" ~ ,. 3 o o o x 3 ~ . o ~ ~ G '" il I ~8 , II" ~~ t L~8 'I~ ~ ~i ~ !l'f ,Hi ;..Cl ;lH ~~ ifr,~ ; c 0 :'~2 ~ ~,. ! , ,', ~ - ~ i ~ ~ ~~a~~ ~ ~J.~ I ~ ! I"~"~ ~, ~ " ~~ ~H~H~ ~~~~~~~ ;~~~8~~ n I ~~fr- ~ ~- FI'd^' ~~-!!~~~ I ~ 7. 8 ~ ~ ~ s; .0 ~~ . -; ]: ~ ;?= ,= ~. ~..... g """ <oft": ~~ ~Q c~ ~d' <l~ ~ ~~ ~~ ~'" ~ ~ r ~~ " , , , , ;; ~ N . N :~ l , ! ~ ~ , " o " o . o > o > o o o " ~ ;;;;. T '. >- ~;;,;. ~ 3~ 82 ""? ,i, ~ N o + o o CI '" a; 0; N " , ~L . " ; (.~ , , ~ , ~ " o ~c<> ~ x , g , g ~ ~ , t , , o , o . o g > o g ~ ~ ~ " ,i, " , " , I \ ';' " , t . 1 ~ o , , " " r r'> ;; ~~ ",it: -;:;;i;l 00 0, ~ 10 + o o N ~ <;, " " " I" " o ~c<> ~ ~ ~ ~ , o . o > o > o g ~ ~ ~ CI CI ,i, " , . ~.:: \ ",~ ", 11 " 1 ,,'u ~ T I' ,'L . ~ I 0... ~,~ ~ I ~ '". u. '" ~~ x. -;:;;;j gg x , o " ~ + co "" en co ~ ~ ~ ~ " , " c ~c<> ~ x ~ ~ il' , if , ::' o ~ 3' o o o . 3 , . ~ , ~ ~ ~ is I ~8 !I~~ ~ ~ ~ ~ : ~8 d ~ 11 " i, L ~ 0 , , " 0 "'" '" ., N N 0 0 ~ ~~H~ ~ ~~~~~ ^ ! ",", " 1 g ~ . 0 , n~~ " ~H~H~ " ~~~~~~~ ~~~~~~i ~ . 0, .. i " ~" ~ " " 0 0 , I , 'u I: p ~ ~ / ~ ~ " ~ ,- II ~ , ","c > ~~ I; > M 0 8Q 1 0 ~ " ~ 0 ~ ~ ~ - ~ g g 0 0 " J. 0 . " J. i'" ~ ~ N eN + 0 0 ~ ~ ~ ;; ~~ ~~ /l~ ~~ ~ ~~ ~~ '" --------- ~~ 51- <0 Q; ~ m ~ j~ C; '" , ~ _.._...~-- ~ "- ~ ;, N "- ~ '" m '" ~ o o , , . . . , ~ '-------- x , ~ , g ,!" 1. ~ o \ ", .;;. 1 ~ I , " c I , ,^ ( I I , I- I x 0 I L I rc I I , " 0 i "'" '" I ., i ! "/ I I , x . c ^ , ~ ::':; ,o^ r', ",:." ,,'" 3~ igi o~ , I I , , ---~:~ -.-"., - / I , g ,!" 1. . . ~;:: \v'~ ; \ ~ /'1, ,~ , , I I I i "- c" ;;;; ~~ 00 "S! ,!" 1. N N "" en + + o 0 o 0 '" '" ;:; N ~ ~ ~ '" '" g ------- " o ~ i, o N " ~ ~ . o g '" N "- lOA , ,x . , ,..l ~ , . " if , i;' " ~ " 3 ~ a " . 3 '<;: ~ II, ~ ~ C1 I ~8 II ~~ ;;l ~8 ~I~ "~ ih pic:t;.. ~ ilf~ i; a ;i~~ !i:i C ,;!~fi l( .' ~:" ,,~- "'Z - ~n '! ~ ~~~p !,ki ~ ~~~'~ 1 ~ , ' ~ I~~~ ~~s~H~ ~P~~~1il ","'1 ;,,~ ~ d i , I:"~,; ~ ~ d ,,~ " ~ m 7. 0' ? " 6;'; " E; :::-r. :::::-1 :'::0 < -: ;~ ~ .= 5 "t;I " ['11 , l~ I I , g I" , . , 1!:-~ ~ ~ I, o 0--- ~ " , " . o o o . o 8 oi, .). ~ ~ ~d~ ~~ ~ ~ " ~~ ~~-,-,--- "' g~ .~ 0; ~g n D ~~ '1 ~ ~ ~ " '" 0; ;~ t " I I Ii" I ,(I I '., , l " r ] o I ..~;':, ;: ~,I~ N ~; 11 ~ fly ~ N en + o o " '" G' ? , ? , g I" , . , . o ~ , ~ , N o C) G '<c0 '" ~ ~ . o o o ~- :i\ ~2 \ gJ --------- ~~ u ,.." g I" , . ~ 0; 0; " "' ---~ I -, - 0, " ,; I ". r N I I \ \ N ~ + o o ;:; '" D '" ~"'- , ~ " Q ~ . r ~ ~ N ~ C) G '<c0 0 '" ~ N 0 '- ;, co' ,11 , I i ~i>_~~ 0; "' ~ ~ c, , g ~ . o ~ . o o o I" " (", 10 !~'. ,;. I: c, / , I I I I .> i- < r J_ "'>:;, >^, "'~\ ~~ \ " N OJ + o o " u; " u; IDA ~ > C) G '<c0 '" ~ N. " , , ,-" "" q q ~ h ? C if "'" ~ '" . 3 o o o ~ '<;; 1 'i" I ,J 1"1 Ii . :t'p: .8 l , ~ , ~ '" ~ N , . , . , . 0 g g 0 , ! x I - --1 ~__ , '" ~ ~ U 0 I ~ < ,<..' " , ~.;; '" < . ~ " 0 ~ , , x ~ ~ . . L--" T ~~ 0 0 I W ,,"/ , I I ~ , . ~~ >, . I , - ~ ~ , , ~ I < ( " "^ , I I ! , ( , " ! 1 I j!~ ~ ~ ~ i I. !!~~:> ~ ili~ Ii: ~ ja,~ ~c " " " "0_ p-z 0 0 0 0 ''''" <:,0 <:,0 <:,0 '[ '" '" '" ., ., ., , " , , 0 ,~> , ,OJ ~ N . ~ r 0 I ~n~i ~. {~':' ~ ; r" 0 ,^ I . ! ""~'" , '. I~~~ . , . . . ~~~~H~ 0 , T 0 " 0 I ;~~ ~ " ~~~~~,~ , , \ .^ h ~ ~ s ~ ~ i ,. \,,;, .., -.l \ " "'.'" ,.,~ \ g~~ \1'" . ~;.:. " , I . , I~ ~ 5,~ . i " P 0 , 0 , n \ ox , , 89 " ,~ --------- - , v ~ , X M ----- - - u , , t " ~ . ~ ~ 8 ~ ,; " " '" ;;j ! ~ ~ I " D D D ! 0 '" ~ 0 , ~ 0 , . . ~ N , ~ . M tv eN ',j CD 0 ~ ~ + + -I 0 0 0 0 0 0 ~ "~ ~~ ~, ~~ '" ;;:; ~ ~~ ~~ ~ '" '" h . , ~ "'~ .~ ~ '" '" '" ~ 1; H ~ ~ ~ " " - - u__ ___ ------------- '" '" m ~ '" ~ ~ '" m 0 0 , 5 " ~ '" " . 3 ~ '" '" ~ 'i " . ~ m m ~ ~ d ! ~~ r~~ dl8 ~ ~~ ~ ~d' l"f I, !h. ;>>C: Ili~ &l6 ;!~~ ~ c i"l~<:'l {;~~ i g 'I ,> ~ ~ ~-~ ~ a~!~ ~- ~~~'~ ~ r ' ~ ' i9&9 ~~nH~ ~~,.~~~~ ,,~~~t~~ ~ ~ ~ d Ii ~ q H ~~ ~. '- ~ ~ , ~ '" z c:: 0", ~ ;; " ~ -,..,.., ;:'..., ~' ~ ;~ ~F ~ ~ ~ l ~di ~n~ d~ .' .~ C ~ ~iS lij :t~ ~ ~ s h- ~~ ~ ~ ~ ~ ~ : ' ,; ] ;2 :;;;-; n ; ]t; '" C" D ^ > ,,: _ '{) ? J ~ " ("r ~' c" ~ ~~ i~.. ~ ~ ~ ",l> ""' ~ ~ 7 if::;;: gx ~~ ,~~ I (/Ii! 0:" ~$ ~~ ~> ;::::'5 < ~;!; " !.Q N , cio ~ 8 x , I ~ , ~ ~ ~ IJ, 1. 8 ~ / . , t I ( ~ N D ~ 8 , . , x ~ N + o o ~ ~ c, C, G ~ ~ C, G <n " o zc<o U; -< ~ ~ ~ I I I \ IDA N , cio ~ N 8 I _L '^ o ;,i:, " ~~ 8;; ~ _ x 8 _c'"'--'.c.,....=----'-'-"-.....--''--'---_''-----'.--'-'---' ~ N " C, G . D ~ 1.. 0 .. <n C, . N ~ ~ + o o <n ~ '" " o Zc<o U; -< " .. c, <n .. ~ ~ , t " o Zc<o U; -< I ~' ~ ", N o x o o o ( ~ I I I I I " \---p T \ '\ ~ ; . o o o x , ~ N '<:.-;;-\ ;~. \ un; 00 00 , {/ ' g , . ~ ~ .. + o o <n " ~ ~ " , -~ ~ ~ " ~ ~ ~ ~ D o o 3 ~ " o i T '" Z I ~8 ! I ~~ i!n T ,!ji !.'I~ ~ ~~~~~ ".. , ~ ~ ! ',,,1, ~ ~~~'~ HdP~ ~~~~~~I; "t -, ~ ~ ,Ii II ii' ~~~~if~ ~~q~~ , !, ~ f ~ " " ~ ~ - '" ^ ~ , " ~~ ?F: ~ ~ ~] 0 ~ " > , " i'i ,t;. " , 8 , 0 <:;. ~ > , " 0 :t " < " , ~ '" c^ ^ ~ i ~ I ~ ~~ ~ ~ :tl; 6 'rJot." , ~ ",,.,. ", ",r;. L ,c << -,,~ ":::r Du ~~f ^" "> 0, '0 ,-:<-< ;.::~ c,> ~M ~r- .c!~ " I c I., , " 0 a 18 " 0 -t~rC) a -- - "'" U> , ~ ~ I ! , N ~ 0 , , ;, c, '. . . 0 0 , 0 :;: a , a '^ a 0 0 ,I. ii ~ , . o Ii , t ~ N o t . o ~ " o I. , . ~ i, ~d~ ~~ ~~ ffi z~ ~~ ______0 ~~ ~ ~ ~ i~--<>--- <;; t ~ '" " "! ~ 0 " I. ~ o " ~ , ---'-i-- -i?, "' ;,';; , ~ r ~ " " ~ o . o , \ d .;\ I, i ~~ " gg ~ V I" o o --~ " ~ " , o '^' en + o o '^' m + o o ffi " " " ffi " c, '" "! ~ ~ ffi ,I. g , . I. o ~ ~ o . o g , , . . '^' '-J + o o ~ " a ~ c, 0> ~ c, IDA . , ~ ~~. ~ " , x , o c' ~ ~ a a ~ ~ ~ a ~ ~ o o , . 3 ~ ~ " :1 '" c: I ~Q !I~~ I:U T jii P 1,2 -'-- Hi~ ~ z d~ ~ g I'!~~ R' 'Om i'~~ f ~: ~~~l;~ ~ ~~~i~ ~ 1~~ ~; , ' ~ i ~~~~ H~~F~ ~~~~~~; "^"'I i ~ ~ ----;-r--- - ~ ~ b i ~ ~~!~~~~ ~ ... ~ ~ , 7.l""i ",0 ~ ~ 'iEl ~~ ~~ . ~ ;;~ ? ::: ~~ " t-n ~ ~ . C~ ~Q ~~ ~~ ~~ d ~~ >l~ ,,~ ~~ ~~ ~ ~. ~ ~ ~ , ~D ~ ~ ~ =< ~ ~ ';; .':"' c ~ ?, G ~ _,l-: ~ a ~ ~ ~ c. ~ ~ ~I ~~ ~ 1;. S ~ 'i? :} ~ ~- '" ~~ ~~ , I -~~ ~i:', ~~ ~> ~15 ~;;:; :i! c-] ~ 0" g rn ~ ti o ~ 0 a; en '" ~ '" , 8 ~ ci, o , ~ " o . o . o ~ 8 ~ 1. , . , . . I - -1- , I i I , " uj , , ! " " +- I:' o L , " r ~" ~ . '0 0 , :~ ,i lo- r'" , I ~ ?, eN co + o o ~ u; ~ x ~ " o i;i'" ., N '" ~ ~ '" ~ " , 8 ,\ o ~ , ~ ~ " o . o . o rn o 8 , . ~ . ! y ""Jr'[' ~ "':'- c..., ...'X! fl', '1'0 " .~ ;'~ f / / :; ( < y^ ;l~j; I . " I" I I ,'C I I I 1 I e! " ~ " o g> " .. ^, ,- ",N. O':t C;;';l 8g (_/ , . . eN <0 + o o '" '" '" '" " o ~rn 0 ., s x ~ g " , . . , 8 l\ ~,.-:..::,:,.,-:,:.. , ,;? '-"? ~ .~ 2 / [ ~ \/ o / / " , ~ " ~ I -, , , r ---'-- '" J I , " I I 1 I , " o c" ~ N o , , , " , . o I; i I L . o r' ~ ,- "N. 3~ o~ 00 00 ( ci, 1. "" o + o o ~ '" N ~ ~ "i '" ;;: ," :;'l .- ,/ ",,"\ .~ ,~ ,: .. ",,~' 4 ;~ " " o i;i'" ., x ~ " ~ ~ . o - " x ~ ~ o ~ 'i' o o x " ~ . x I i~ It ,> , " , I I , , . . " " . , g x , , ~ (?, " 0 ! , ~ , 8 ~ ~ ~! ~~ ' i I ~8 ~ ~ ~~ ~ ~ 'd !ff !!~ ~ r;1 Hi~ ~ ~ (;~~ ~ t: li[~ ~ t 0 : [" ,I', f ~I~ ~I~ ~ ~I~ a!~~ ~ \:!~ ~r'~ ~ ~; , ~ ' I -.~~~~ ~~@:~H~ >~"'~~~~ "","! H, ~ li E ;~ i ~ ~ ~ ,~ ~ - ~~~!~~~ , 7. :; : ::=1 o ~ " ~ _:::;'""1 ;-;...., :" :>;l ~ -< ;p 5 "t;: ., ~ ~~ ~Q ~ ~ .d~ IPi 8t.;; ~~ ~~ . <:~ ~ ~ ~ ~ t;3 ~ ) / / ~ / 0 / < ( ~ , , \ \ \ \, I t5 . o o o . o o o ~ / /1 / ~ / x I / / I " f-L' " 1 ~ . o / ) I rl ~ <:: < '" x C> o tic<> ., o N o . o : I :1 ~ ~ " g Co: -~-\ -"'>\ 3"-,~ \ 8R t 8 . o x " ~ , . . . " " :"; " o o c; 0; '" '" o '" ~ D ~ " '" '" " ;.; I x - - ~r-~ x , ," ~x t "'~\ x' x \ -~~ \ 00 '"3.--' x ---,~-' I g . " '" N ~ o o ~ '" ~ ~ C> o tic<> ., N , . . ~ " o , ~ x ~ ~ 1 .' C> 0 tic<> '1 ., ~x I , t , N o . o . o 8 5~ 8~ 0- " 0 , , , . . '" eN + o o '" ~ '" '" o ~ " o ~ ~ lOA " I x ut--- ..~ x , ~ N ~ ~ . o if " ~ ~ [1 o g 3' " . o ~ z ! ~g ~ I ~~ ~ ~8 d~2 ;I~ ~ i ; Iff li~~;J>o rl l!H~ lil ~ i~ ~ i5 ;::l C H~,~ ~ ".- ,,-z '''"n :r " , , , n, ~Ii '" :: ~i ~ i ~ ~ ~i g~ ~ ~. ~:~~'~ ~ ~i , ~%1 ~E~B~ ~~.~~~~R ~~';I~~~~ . I :iJ, i ~ ~ 1 ~ p18~ ~ ~ ~ "R ~ ~ I ~ :i'. c: ; ~ ]; ~ ::: ~ :::...., "':::tl '!:-< ~ '" "'?'- ~ ~ ~ ~ ~di ~~ ~ ~ <l~ ~~ U .~ U -\ t ~ ~ ~ , Ii III ~D '" "'''' i:'~ _~1 , ~ (} ~ ; >: ~ - c (5 ~ ~'~ ~ ~,' I: ~ ',j ~ ) ,.,,>> "1 ""f!i ,Z ~"" ~ ,~ ~~~ I ~^ L~ :.. ~i3 ~~ c;:'i < -!::~ ~ ~ , 0- o N , ~ 0 . 0 " " C , 0 0 X , ~ , ~ ., " , . , 8 g I- o / / / / / / V ~ I I 10 10 ~T~r') ,-; , ,,' q ^, '" ~ o o < ~ o . . o L~ \ T \ .. ~,;; \~j', ;,,~ ",- -~~ 00 ~;~- ~ . o . Ifl , , g o o ,i, ~ N "' "' + o o '" m w m ~ en '" ~ ~ U; U; ~ " ~J '" ~ ~ , . , o o ,i, o g ~ iJ 0; ~ x o " o o . o o o ,i, ~ o . ~.;; , ~ / / // ~ ^, -0) o a ~ ., " , ~~ ,~~ 8i'; 0" C____-- , . o . "' m + o o ~ ~ ~ ~ . a ~ "' K w "' w ~ 3 w 0 o " . 3 '< ~ lOA ... . N x , ~ o o "'" U; -; x , ~ . N ~ ~ I ~8 r~~ d~~ !I~ .. \f !~ :>> Cl lf~ ~ ~ ;~~ ~ c ;li [ , , ~~~.~~~~ ~~~~~~~ c",,,ei ~ ~ ~ ~ ~ ~ " i , ,: jl ,; ~ ~ -:. ~ II ~ , i '" , C ? s:; g ~ " E; S :-r. ,:.;.... ""'::C < -: ;~ ~ ~ ~~ ~~ ~Q ~ ~ ~~ ~ ~ d ~i ~~ ~ ~ U 'l ~ ~ ~ ~ , " ~ . . " , ~ . , , " " 0 0 "" ","" -<{., I C>-, i '<>0' 't<', 0);0 \ I~I 0,0 , I " r~O < , , h""" ~ 8 8 I~I " -------------,.,;. x , -~i : , , 1~I;c ~ ~ I n ~ " C^ ~gl ~ , _0 I ], "".::' - I ~ ft-?'I "- / I r---: ~,~"'\ I lJ3> \ . ." -..\ 0i / "c , , , ;::'ii t l>__< J 2'7 c ~~ ,~ L~ ~';: ~ I ---- ~r t , I I I " 0 20c0 V> ~ /'.'" " , ' 0 ," c : '" \ " c . 0 " o , ~ , . o ~;;.; ~ ,.) I (, I /r-, / 0 , t ~ , ~ ~ o I I. ~ I I ! ", o " o 20c0 V> ~ "j " o r ~ ~ . o ,. I " . o " - !":..~ g 6 \z.1 . o ;i:. ~~ 8!- I __-1~ , , , ;;: ~~ 89 . \W ^' ------,,- , , x , ~ . o . o 8 " " ~ 0 " 0 " 0 "' "' '" OJ + + 0 0 0 0 "' "' ~ N U; ;;; .. '" "' N 0 Do Do ~ in 0 Do ~ . " "' '" ~ '" '" , o ~ . o . o 8 , . ~ . o ---L--------'Z I "1 ," I ;~. / ( / / / / , / - ( ,:L I c., a c 0- I I I "/1 ~ ;>: ~~ 00 0" l:'.--~-- " ~ . "' co + o o ~ N "' N " 1:, ;: (5 CO_ IDA . N I;;';. " o 20c0 V> ~ x , ~ " ~ ~ . o if , i:' o "" ~ 3 o o o ~ 3 , . o '" a ! ~8 lj ~~ L~8 .~~ T ~F iff 1!!I:e;.. C) i1{~ ~ ~ ;q~ ~ c '1:aC"l ~ r . ~ '" fiS=:;;: > ~() . f ~ ~~~~~ ~ ;~~~~ ~- ~~~-'~ ~ ~ . ' ~ ;,&1 ~~g~B~ ~~~~~,,~ ~~~~~~~ 1, ~ ~ I ' ~ ~ ~ ~ 8; ~ ~ q .. ~ , ~ 7.1;; <) $:! g ~ \' ~ s ~ "'>-1 c,., ~::; ,,~ ::E3 s~ ~ ~ ~d~ ~H~ o~ ~~ ~o ." ~~ .~ ~H i ~ ~ ^' , ~ , ,; o ~ g . o ~ o N o ,:, , . N ,:, . ;~ c < ~ R( T I '~ L.. m \ .. ~'I~ ;; ~ I"~~ I I ::;~ I" "0 ~ _n~n'~~' ~ I I I ! , ~ . o o o 0; ~ '" ~ "' " en o + o o '" '" '" x , ,i, " o "'" V> -; , ,; o , o o g , o ~ N o '" ~ '" ~ ~ ~ . o ,; o ,:, . . , g , o . . g u ,c, ) ,/ g ~~ ~ " ~ "-"1 " .. II G :.. ::;: ~'". ;~ ~~ x~ 158 L"-- --~-I-~ ,:, , . en o + N <D '-J <D ~ ~ '" ~ ~ " c "'" V> -; N o . o g x , ~ o o " " o 0; ~ co . o < .~ ~ . u; o + '-J o <D '-J '" '" .. '" I x , '1'-, I ! IDA o x ^, ~ " o "c0 V> -; ~ . , , ~ ~ " 0 --Q , ~ ~ ~ ~ 0 0 " x 3 ~ 1 , ! ~ ~ ! ~~ ~I~~ , ~8 i~~~ T ~, ~~ni ~l ~ ~ 9 ~ 0 ~ ! t~~ ~ ~: i%~ H~~H~ ~~~~~~~ ~j ~ . i , ~~i~~~ ~ ~ q ~ ,', ~ '" 7.0 ? :::; . ~ ~ E5 , ~ ~ :., '" :;>:l t: ~ ;~ ~--' - -;< ." ':} ~ ~ ~~ in~ <l~ r ~~ :i!~ kl~ ~ ~ Ii ~ g ~~ , C; "::. - .. '" ~ - IN , 8 , . o ~ . o ~ " o ~ . o . o o o 2; '" ~ " " . ~ " I" , ,~ '- , . . ~ + o o ~ ~ " o u . x , ~ " ~"" v. " -~ e'l " ~, '" '. o o " o ~ , ~ i, o ~ ~ . o . o 8 '" .. " . ,. x.p. I: , _ lr~-~I~~ ~ ( ,,'" :II:C ". 'H-~ ~ ~-~:~~ " " " , '-, I ..''\; - c ;1 <, > '_-'r ~~ ,,> 8g ^"' " , . . " U; N + 0 0 t ~ IDA " c u, j 8~ IG I" ! x , 'u ," ~ ,. . s. ~ ,,[;' o ~ ,. 0 g ~ " . " ~ ~I~H~ ll~,h~~ ! 1-1"" ~ g~i " ~ liS~~ ~~~~H~ ~ ~ ~p ~ n ,'^ I ~~ f~ i ~, Ii ~ i in ~~ j'" ~ ~ ~ ~ 0 ~ ~ . ~ 0 , ~ , ~ ~ ~ J- s ~ z ~~ ~ ~ ~~ iH~~ ;;j ~., ~ <l ~~ ~ ~ 5l~ ~h ~ ~~ , ~ ~ ~ MATCHLINE STATION 34+00 o o _z, ~ " c ~ ~ po " , e Z o e " , ~ -; , '" , \ ~ ~ z o o " > z > ~ e > ~ e < e Z " / / _SC>\li" '.'_.~...i'9O_'_-, ~z~ w VI 6 ,0 I I I I I I \.'1 I '. I ' 0 I :~~ io~ \ ~ I ~ i "~I , ' I I I I I I i I I I ',1 i i "i -N ] '''" VI + o o . -----1 ! i ! i I i. v, ,,4' l/ '" ^s" ,"l .,/ <-"" .,r / / //" / / r--~-,-," ~ ._.:J.:.~ ~ -~ --z- Q , o 0 =< ~ 2 z o IDA " " m g 0 ~ 0 L rn m > <M ] ;~ r;.; " , "e "z ~g l r '" 0 r, n Z 0 0 z ~ c ~o W ~ ~O r 0 ^"c ~ "m 0 '", '" c ~ '" '" " ~W Z , " " ~ r '" ~~ ~ '::; .---,;;1 '" ,q ^" ~z " 3g z '" " '" -- (/ , - e lJUl);>O X ~-lZO ~ ::UP OZ Z ^ ~ 0 (/)fTl-UAl 0 -10:;:0> " ~::u~~ > Z zg~~ > ~ 0"", '" OW e Xm I > zPz):> ~ OO,i ~ W",' " 6~uj;g NO)>O 0 "Z~ 00'" " 0 oo " Z 0 ,,~ ~ Z Ie)> " ~ c '" " )>', ~ VI c ^"<, 8 ~ '" ~ mOO", ~ ~ )> ~x ~ ,UliJ) , Ci~~ e ~ Z g Z 10 n j e j , j j ~ '. I w ~" :* " . 0 _~C',',rJ..:._~_~ MATCHLINE STAT/ON 34+00 !eO ~ '" ~o m~o on AJ ~o OIO "00 >z coz >z (J) O~ z~~ ~~O g@ ~ ~ mO ~5~ g?3Z +~ mz e~() ~" nO ~~O c 0 U" ~c ;;::-<Z mm em e, '" 6 ~r Ze AJ ~ r~ ~zO X ~!,Q eg, m or Z > ~ [;:"::;--0 " ~, " -o~ x, ~ "0 ~" " ~e ",2 > n__ " "~ >" ~~ rI ~" 0'0 > z ~ Cl ~-z-~ ~ d I~~ r~~ ;1~8 i~~~ T H' rf ,I ~ 0 I.~,. z .C 0 H~;;;::: !rE ~ i'Z ",.... [ , , ~ ~ m ~ 00 :0 ~~ !:i " ~8 U> ~~ ~ ~ ~~ ~ 1!58f5 :!l ~~ z F ~i ~ ~" '" ~W, > I)l z Cl , !il -i -., ~ r ~ b >- ;, i'l ~ .-""" ;:;;d m " ~ -< ~ ;~ :0 ~p !:i i; ~ c z ~ ~ c. " ,. ~ ~ ~~ ~ 0 ~ ~ ~~ 1l ~ " " ~ ~ h m ~ U> ~ ~ ~ ~~ " ij ~ Q ~ c ~ 3' . ~ " ~ CI . - '" Cl o c w ~. I " ~""~ 'I ~ ;;! c. . ~;I \1 ; I \ /. r -!~!r fi !l -5;.:-\ . f ~c\\ ~~~ ~ ":1!~! \ ~~ " , ~ I , "'S ~. ~ ~ "'.:\' " .. ~: (;0 ~'; i~ p >-<">[Tl j;:1 < 0> io" ":~ ~ I ~> '~~ ,.' ~~ 6' , ~ .flJ.f... [J.., ~~ f!n,p oZ 1,1 0 -'~ -l- i r- , "," 2' ~i4~ ~~ i 111;' ~H ;:H ~ , H !i !~ '" ~~ .. ~" ~ ~:" ~ . ~ g f" S I" " -. f: ~.~, ;; ;...-2 !j or, ~" , H ." :l ili: ~h , ) ')(1 ^ \ ~H I~: ~~nHn[ ifo.:; .I :i:":~",~ "d:o U ~@!m ;, (ij I'.;';'~~! Il,! \" ~"->>_ 'JIM- ~'J(j "[ It-- iB ',t~l ''" u^; i .I !J r [ ~ , i-r ~ ~!l ""tJ h~~~ ~'~~~~~ Ii ,.", "".., i ~;~~~ ;H;i~ ".~" ~ ~<> ~ " ;;- ~ ~~:~~~ ,,~~[ ~? ~ ~~~a~ HU ~ ~ ~ ~~~~ ~-\~~~'~ : mHi!}!1 ~ II.'" ~~ '~~ l \i~ ~ ~ '" ~L~ ~ pi ~" ,. ~ ;~~ .... ~-~, ~ i~{ ~ ~~.~ ~ !1 ~ H ~ ~; 51 !l Vi ~ ~ ~_i ;~ ~} \ .., " i j I ' I ~f ~,~~ ig'i " ;:;: --1-- - 1 ~--~- f J@j" ~'~-~'1:; ~ ~~ ,- ~ --^-' 7' j "';0 i~ ll.:; ;q ~l ~%' h 'O~~[ i 1m ~ ~j!~ " .~It 'I ' I:' \ \ i '\ 'I ~ lOA ~" ~~ ~ 2" !: ~~ ~ ~ '. -~ _'" ~ to " J ~^, \ !iT Hi ~<l ~ ~ Co" fii ~~~ ~- ~ " 0, :~~ ~~ ~~ ~? ~ ",<on ~"o ,," :t-." r-- Ii! ~nnp i5i',1~ !E~ ~~ Po, ill^! Ill! ~;~ ~ ~ ~.~ 2-;~ %~ t;,~ -~ ~~\" H! .!!~' '" -~i f ~. ':'~..~ "I. ~ --" <: ~ ~'.~;; I~.;" ! Ii r 1._.' ~ i ,r -t::. --\ f ~ i n~ ~ ~ a ~n ~ l~~~~! ; '\'f I, \" ~ \& ~ ~.K~- :~-, . ~ i!% . -" Ot2c; ~_ ri '0 "-" ", ~" P,i' ",~l 18~--~1 ~ ~ r . . i ~'~ .1 ,> , , ~ ~ '""1i! ,,; If;1i ..... ~ ~i n~ '""1; ~~u~ .:-:,,"'''' ~~~~~ ~~ /.''- ~ , . . W~~ :t~~ :il 8"''- [~ ~ ^", f~i~ '- ~,." ,.;;>~ 'i~ ! ~ ~~g ~ I,;~;' ~ @E ~. '" ~ '~c;k. ",oj < \~ \i~. j i ;1!!1t ,. '\ '" d ~ i8 I'" ;t.:~ :In il ~~ ~I i ~ if J. C1 l~:= i: i \H ~ 2 H,~k ftri , , ~ ~ ~ Ii ~ 10"" ~~~8~~ ~ t~ ~ t ~ ~ ~ " ~ '~ " '":: ;z ~ '" ~ ~ d, ~ ~ ~ c~ iH~~ a ~~, !i1 ~ ~~ ~ ~,,~ ~ ~ ""la ~ ~ Q ~ 0; ~ 3' ~ 8 t ~ , , Si;r~ g~ ~ ~. ~ 3 ~ ~~ ~J ~~~[~ ~~~~~ ~:-B~~' <>-8-0>&''''', ::>' ~~ ~ ~g~~g '" ~:I w 1l~~R~ ~[~[~ ~ ~- ~ ~ ~ ~[:~~ ~ ~il'l S- o> ~ g--% g ~ 0 _ 5-m =, <1>"" Ul g<Q,;;-~ % ~~~a=~ g:~[~~ 3. =8 ii'g :L'j:; ,~ ~~g~~ ffi~ ~-[~- 3",;:>/11:> So",.",,""'" ~~ji~ [~;l~.i .ai6-rog:j ~~~~~ g~~~~ ~~ffi ~ m~-~ _~ o,z' '" :l:?-?'~ .8'~ e~: . - ~ ~Q 303 ~ g:~ ~ ~. a~~ Pi~g- ~.' -'!IQ ~-i ~ 3- ;l~. :3.. gS :; ~u i Q:S 91iJ~ U~ ~.,gi fT1Cilc j,..a;;! ~~-[ ngw ~~i ()~m ~ "'~- I~ S" a ~3~ ~.. ~~S: w, . 3 a S. ,sg, ~g ".I; .S a", ~a. /5"5' H ~~ a<>;nI ~ffi3~-5 [~~~-~ -00;-<'< ~~-~~iB , _ 0'" Cl" <1>0""''''' [-~~Q~ ~ ~g~~ <1>,,,':"(1) ~;'~~d ~~~:~~ m ~~_g- g ~ ~::';ii ~ = '" /if~, x:- fl~;~~ UJ ~ ~~!!'. ~ ~ 00; Will = i~-lg5. N' ii~~~ ~ rt~~~[~ ~~[~"8 g- g.~i~g~ eo(\lCJ-.<m ~~ "'.'" 0 lL.,~3l : ~~~~~ ~~.![~~ ~ i'l-=:, '=- ~ ~~ ~!ll ill Q is ~ ~Q.illg O:Tro", ".'" ... q "':'S'?i ro!}l ~ g ~~ ~~ ~ ~- ~ ~ ~.g~~- () ~ '" 0- ~_ ~ 1j ~ ~.I.~~gi 'i1 1il8-i~ ~g ~ " ~-C!" 8- --, !!l~ ~~_~'~ i5 6'''Q,-<6''< Z ~.g21.~",liS o frill ~il ~= "TI ~ ~ ijl_ 8 ~8.~ Q~~ ~ ~l~~i[ ~ > ~ QI 8 ~tS liS ~ f5 ~'5. ijl ::! ~ 3 G) m .-!_~ -f1<o ffi ~ ~.g:ag-~~ ~ ~~.~~~~8 "TI ~~li~Q.3. ~ ~ ~~~g:~~ :AJ ~ ~~'@ 5-~5f P ):> i'P Bl ~'" i3. (J) r ~~<llSl~~ ~ ~i~ii~~~ --, ~ Q. ~ :T '" 21 C fT'I ;;;-~::! ~Q.~: ~ ~ ~lIl~~i~ (J) o 1:;;'< 0 '" a. !!IQi'3' ~!tiS 8 ~~!!l';;;)>~ (!. ~.;e l!; [; a :AJ ~ ~JR ~ '$ ~f m 9 =- 0-:1- @ =>~-f[2~~ <;: P ~ "as =!~~.~~g o ~~~~a~ m P-ffiit:gg ....."'V1./>. F ~~ O!g, " I 3 o ;J w . . o c ~ ~ a a ~ ~ ~ Q ~ ~ ~~ g ~ ~ ~~~~i:?i:?~~~~llif n;~gR-~2g;~~g~~ "N~'Q-2~' ".~-o ill n;~ m~ 9!.~~~:::-g. g-!t ~ O'U 6-3 III ~[~~J ~_~~ Q, Q,~~&l<ll ~_... ~ ~ ffilll~~~ ~go. g: ;;!BlIl=a. ~}2 ~ ~ ~ =~~ ~~.~ ,-~., _ => 0 Q, "'... => ~ 20. <:> => '" '" ~-~ g'" ~i ~~ ~ "'0 g ""- '" ~~ ~'" O-~ 3 ~ - - " 8 ~ . ! < . ~ ! m g 8 o' z ()' -< o. '" " 0 - ~ ~ Q.(Jl (Jl . . ~ 3 . a <5 O~ r; " i . I ~ . o ! ~ . i ~ 0,-"";;::1:'" 00 ~*~$[~~ a-~~~~~~ ~::I_N =(1) iii$" -:~~g3.~~ :1'~~~8.~g, ~-a.5 l'i - 9<5 !2 ~~ g- a: (I> ::Jill _ => '" 3. ~ It~ ~ Ui '" ~Q~~: ]'g ~~~. ~~ :;-re 8 ~8 '1' So~ i=> lEg~ ~~ o.3<1l i5$!., '" '" ~ ... 0 ~ ~ 0. ~? ~@~ ~ el:'::~ ~ . - itH W ~ ~ \I ~ ~ I ~ ~ P'l" ~ p ~ ~ ~ ~~ 0>;1, ~ ~. _~ t . 2 ~ '" i g:..-d n;.1i ~. ~. -..a'o <ll-'<ll~<2. ii'lila c.'" ",<t>(tl ~qa~[[<~~ ~aeC!~~~~a;atg. fil<ll~~i ~ ~~ ~~ ~~!:!/!~Glg g a/'ig.~<~ Q.SB! - $fll-.-~<ll'lillDllLg ~~~.",a~ ~ 3.$".- ~~ <t:::'~_Q,~~li!'! ~ :;:~:>::r"'c Q3 ~~ ct-- ~ii!~-d.'" ~~8~i~'~_Q; 13 ~~1t!ero~ c;=> 21-10 <it (II:J <\) 3 Pt '" M- g) III '@ cr <ll ~ ~ ~ ~ ~. ~ ~ ~ ~ 2" ~~ ~ @:;3 ii~.[g~ I-i ~i ~l~~~ ~ ~~[~~~ ~f ~[ B~~~~~ ~~~_ ~~ o~ ~;;;. ~_15~~~~ Ql.3'..i3 if:>~ ~<\) !t~ ~8~fJl ~r} .-~8$a -E ~~ . ~...' qi21.~~~ ~~ ;~ ~~.~i3.~ ~g~~_o~ ~-!t ~~ a~~~~ ~g)!i9iilo S ~([I [Zo.~iil g.~~!!1~~ <it ~J @8~g,~ [..~~-i~B. ~ ~~ ~~~g~ ro:TO--~<:: '" ~O-lll ~~ aii~~ _~ ~ *o'gj ~* !'lil~$~ - ~ ~~~:~ ::r:J II! '" a. Q a. ~ el a:7 ~~_a3~ ;. ~ &1SfB39- ~~;;_~~ .B. ~ ~!!liD1t~ ~g-;~~ ~ ~ ~[~*~ III $-Ii)' 0 - Q lll. - !a ~16--aQ;: ~ 92 ~~~~lll 3"'~...<ll ~ Ii "'=--:::: i ~?6-i ~ s j-i~ f6[ <1> '" -45";;; ;:. -~i;.g ill Ii! '" ::r~. ~_ Ill- 15"5 g :J ;:;; a.ro 11l ~ g Ul B.ii! __0. ^o~g~- ~ Q ~g- [i i:J3.g~ ~~,~_.ro _~~ ~ ~ ~ <Ui,5=>[ 9iS.Q~ib Ci II ~~i~o: -:'0 ~t5 > n (/)JJ """ow $" 5 (tl S,~ ~ ~ ~ ~ eo ~ ~ g-'!~ ::I: ~g5! iJ: Q: 3~ ~ ~~.n ;; ~ ~. 00."'- ~_~lE $ ~~ ~B. o c , " l. "0 ~[ 3:; .~ 00 0' on ,,~ 9-.2 Jl'g: 03 01 If> " <6 ~. i~ 0' ~~ " 15'", '0; O"!;[ ::N ,. o~ ~g 3 w :t2 ~ Q.- ~ g ~ ~ -~~ 0' 3Jl "l I m ;0 () o z -< ;0 p '" o ~ o I ~ ~ W ~ o ~ ao ~~ ~~ ag g~ ". ~a ~~ ~i' c' '0 !"~ . ~- " ~ ~ ~ >~o ~,"ii !R ~,rn !{ flla"g ~~g W^ 0_ =-0 O~ ~~ ~. ~.~ . . o 1 ~ ~ . i ~ ~ g , ~ " i 3 ~ Q" ~~ .~ ~ . ,," ~8 ~ ' ~~' ~~ ",. ~~ , ~ . , ~ ~ m ~.~ ~ 3 . ~ " g ~ ~S ~ ~ ~~ ~ - " ill " 3 <' r . " ~ . . ~ . ~ ~ ~~~ 2:?i.a. ~e'lt> ~~i b~ ~ . - . g~ ~[ o , ~~~PQ:; i;5i~![-;; l;:~(IJ ;;:~ ;.l1: 11> 0 (JJ ::EZg. ....., ::j 2- en o m '" () '" '6 -< is ~ z H - . . Z ~ ~=3:~g "2.U'I!:Or ~!"~~~ 'Tl:J:m:E::a r~:r:>O ~:€~iriO i~-l"~ g ~ o ~. ~i~ ~air j=;;!"@ .a ~- ~'''' ~ ffi~~ ~.~ ~ ~.? (D ~,~~ ~~i:ij ''''' ~g ~ a~g ~~~ (J) ~ ~~- 2' -< ~.~ ~ ~ ~ . [~PI ~ <Il"'""U .-... CTg ill () ~ <0 0 1Il5' g. ;a. ~ij; CIl :5 =(1) (Jl ! ~. ~m ~~ ~- .' o. ,ilQ ...^" i~ ~~ nS 8' ~!t o. s% n@ ~;a !{ A + I I ~ ~ !h !I~~ i!~~ T H if 10 C1 fi~ ~ ~ H@~c :t~ ~ t j c 'I~YH > ~~~ j;~ ~ ~I:'~~~ ~ \J~!':' , , ~~'! !'-~!m '~H~~~~ ~~t~~g~ " ,,! \ i ~ ~ , , , Ii ~ n ~~ M ( tj o i ~ ^ ~ ~~ ~: ~E ~ ~. ~ ~ ~ d ,~ ~~~~~ ~ ~~ ~., ~ ~ ~ ~ pii!~ ~H , ~ ~ ~ "'''0 . " . ~3.lt ~ (fl <.c ~W~ 3 "^ " , ~ .- <t ~ " ;;; . x ~ . "- . ~ o o . ~ ~ . " o , . OS:::~()"OTI~ iil III 0 CD (tl (!l C. ~ 8. ~ a S: ~ g;:1 S" CD N' :l g~ ~3~8 5 5" 0 OJ ~ (tl R- ~?J ~ $" :J (Jl 2 ~ (ij ~ g- ~ &:J o o " ~~;g; ~"'8 @Qs- ::;-35 . . . <O<'t>Ul ~~~ g" tIl = (/l~ g- o ;:te_ 3'} g~ -. ~- ~ =iil o~ .0 "!:;5,. ~S ~~ ~~ ]~ . , o~ 2,~ OD 8 ~ a.~ .g'Q of;; 3 . Om o x o 0 ". n.gj ,~ . 0 Ul.~ ,,' ~ ;!l.= ~~ o' cr o . .~ o Ii> , 0 00 0- ~ ^~ . ,,0 roo " , ~ 9' . 3 o ~ .- "- ii -; o . " 3 g " " m- (i) Di" eD in Q . o o . " o a . . Ii> <t ~ o . ~ "lJ n (t TI ~ I~I o . . ;;;:~ ~ g~ -g ~ ~ g~~ ~niil c~~ is 0 :J 0..:;--< 0.- ,~ ~ ::s (ji ~~ 2.03 ~~~ ~~3 -~ ~Ui: 3 ~Sig ([l~2. ~o'" w . _ ~o8 ~33 (i; ::;;; 3 Cl.!!!.co o~6. ~S':~ .00 ~iil'< ~<g it ~~~ 00' . . 0 ~~~ o a _ o~~ w. Q-~ ~ ~.. -g~~ ",-""Q. ~-[ ~ , o o '" o 3 . " ~ ~ Z u; < g. ~ ~ -; . o . ::0 ~ -< 0 " . o ~ ;:0 ~ "- '1l . o ~ r S r 9' C . -; . 58" Z 3 '1l . iH < 3 '" " Z 0 -; " is . Z ~ '1l " ~ E z :=: ii^ . c , o o , " 3 3 " <t ~ ~ o o , ~ ~ ~ o 3 ~ . ~ ~ 3 ~ . X o " < " 6 ~ Q o ~ Ii> o o " . ~ ~~ 2.~ ::L :l"'lJ mo = g.[~~ ~. a..;;g ~ !I! n c: (I) < ~~\l~ 2g ~o-& n <ll _ (fl ",".(fl (I)::;;; ~ ~ ~ ~ ~ ~Q g ~-~ ~5 ~$'~~ :;i. ::;;; ro =::0. ggQ' {1!'!-(O" 1~~ ~~. 5" 3" 5- ~~(O Q~@- g-~<5 @ $~ ~o !8~ o,~ ~~~ 3 CD ~ 0.- ~~~ U g: ~ ~;t~ ;:}~~ L- .... ([l:;;l g it ~ 3 ~ 8" 3-.<.... ~1il~ g-il?; O"_roCD ~P.ir "5~~ i::l'<g: o . " " < . 3 . " . ~ o . . <t " -. o . , o o . ~ ii> Q . " i:f Q, o x ii Q o . N W a o o . 3 . ~ " ii> o " < . o o a , " ~ " " ~ o 3 . " ~ ~~ . ' - . 6. ~x ^^~ . o " o 3 . ~ o " 3 'a " ~ " CIl ~ a a 2:_@- " c: ~ a 3~1.W lJ "C It;; ~ [ ~ a r;:: 0 ~ ~ ~ . " ~ n ~ g. ~ m ~ " " o ~ ~ o . Q' " . . o g . ~ ft~ * ~ ~ 0 ~ 3- 5 6.<1> (\I :::ls.;; " . . 5.F~ 1t Xl;!@" ~.~ Q: ~j"'< 0' 0- CD ~:. ::E :::l =:::1 S ;'";;::~ to 0<1>(\1 ~ g~g" % (i) ffi :::I 6" c c.~ 3 Z Xl5 c. o c. ~ 3 ~ =? 0 =t\} ~ ~ ~1t~ ~ 3 ~.~"~ o ~ a ~ :fi: g a ~ to Ql a. o. (\I ro 1il" :::E:::l~ U> ... 0 0> 0 ~ 0 ~a~ o~"5-3g g ::r o~. a:: ~ ~ g.$ * ~ CD ~ ~ ~ @ ~ ~ . w;:; g~ o - . . . , :J S" .~ ~ ::;" . 0 ~ 3 '29' -. g !:!!" ~lt . ~ 3 ~ 9' " 9' . . ~" ~ , 3 ~ 9' . 8 , "- 2 "- 6 o a;; R r;:: <0" ':!:-a 3 ~~ ~ ~ 0 ~ 8. ffi. - 0 0 ." , =3 a- 00 3 .. " O'~ ~. ~~ !!!. CD'" g; a-~ E o ~ g ~ ~ 3 ~ o " o ~ " " o . " " 3 . " 9' -!1 o o , " 5 3 ~ ~ ~ ~ ~ " 3 ,,- 3 " 6^ , Q o o " . , ~ '" " ;;; " o o 3 3 ~ ~ ~ 3 ~ o ~ Q' "-; 00 ~"CIl ,,",0 . . . 0 t.. ~ 5. ~" O'~ -~ 8-g ~3- '-0 O".:::l , . ~ , _0 o~ . " :;di . 0 ~ " . - g.~ g 0 " ~ o ~ ~o 3 . ~. iD o . m-g o 0 ~~ .'- .@Q' ~~ ^ ~ . "- 5 o ^. 3 " 3^ " o " o a . ~ ~ " ~ " , ::; ~ Q ?; <D" <I> 3 5'- " . a , g :% " " 3" ~ ~ ~ ~ @ ro ro . 0 . . ~ 5' ~ 0 " w ro ~ o ~ 9. g * (/l gJ ~ g ~ (0 ~ " '" 03 3 ~ . '" rom ~, ~~ 9'. (\I 5" '. o~ . . ~ 0 (00"" a 0 0' " - ---CD .~ " 0 "" ~ . =r= ~g 3 . ~ . " " ~ . " o o 3 . ~ . "- 6 o 0-; .. "3 ~~ ~" a'2 ~~ ~ 3^ ~ " , ~ ~ . 3 " , . ~ . o ~ ~ 5 ~ " , ~ ~ .- ~ 3 ~ ~ '" o o ~ ~ Q, 9' . " ~ o " ,,- 3 " ~ . ~ o 3 3 . , o " ~ ~ " ~ " . ~ ~ .g o ~ ~ ~ ~ ~ o Ii> ~ g " ~ o . Q' " ~ ~ ~ . o ii o Ii> [ " 3 " ~ " ii> o ~ " o . 3^ . ~ . a <t ~ Q o " " . ~ o " . . . o o .~ w o ~ Q ~ ~ . < ~ ~ o . . cr " ~ Q, o ~ 13 o o " ~ o . o . . o o ~ ~ . ,,- " ~ Ii> ~ g 5 ~ " ~ . o o , " 3 ~ g~ mro ^ , " a , . ;';. 0== .~ . . . '^ -, o. "~ -. 5'-U . . -~ . - 00 o - .~ ~ . o~ ~g- .0 [;!; . . ~g, ~~ '::.3- 0;' 5'-m . - ~~ a 8" o. 5.~ '" o ~ . ~ o ~ ~ , ~ ~ . 3 . . ~ ~ 9' g . o , o 9' ~ o , " ~ " o o 3 3 . , ~ . o o ~ 9' . 3 . , ~ " o ~ '" " ~ o ~ . . ~ ;; . 3 ~ o . " 3 o < . ~ 13 3 " o o . . o . , ~ ~ 9' . " " ii^ . . . g ;;; " . if '} . ~ " o w . " w o o . ~ o o . ~ " ~ 9' . o . '" " Q, 9' . " , o . o . " o o . " 13 " ~ ~ ~ . ~ . " 3 9' . , Q '" 3 " a o o " 5 . " ~ 9' . Q '" 5 " 3 w , " o ~ " ;;^ " ~ "^ el;;; g~ . . 5'~ ,roiD ~. s~ 30 , . o 3 ~ ~" . " W"5 ~~ 5= 5" w~ 00 ~o ~~ . . ~o . - t\l~ '" .~ - 0 -- o~ ~ ,~ r.n=.; ill. UiD 6~ , . . , . , . a . . . " " . o g; o . a Q ;;; a " ~ . . . o o o ];;; !!l.3 0" .ro;[ o " 5.;;;- . . ; Q a~ 9..g Q !:!!" 0" ~~ ;;: o . o. gg: o. "0 ^ 5 . , . '" o ~ ~ " 3 ~ , . 5 9' . , " ~ ~ ~ " .- o o , " 5 ~ . ii ~ o . . Q: '" i5 , . CD ~ eI~ " 0 ~ 8- ~ o 0 . ~ ~ ~ ~ . . . S ~ . ~ o~ @ ;;J g g -.< g: ~ ~ o ~ '} . "C Q: a 0- " . ~ [ @ g -g !!l" a; \il o ~ 8" 5 o 0 o ~ 9' " . '0 g CT ~ 2 " 5 , ~ S! ~ g~ "'8 m ;l ~2. 0-; 00 , 0 q. o . "" ;;; 9' o ~ m ~ a . ~ ~ 0" g ::I " ~ , ~ ~ '" 3 (J) " m 3 '" [ 3" " m ~ ;a . 0 ~ 0 OJ ~ g ~ ~ S" 9' ~ " m ~ ~ 5^ g ~ o ~ . ~ ~ '" o ~ ~ S" 5 ro " ~ 5 ~ . 0 o m 6 "1J , @ " ~ i5. 5" . m . ~ ~ ;; o " 3 . w . o ;;; . ~ ~ . 5 . ~ . a " ~ " " . "- o , a . . w o o . . . ~ . o ~ Q' i5 . 3^ ~ . , ~ . o 3 . < . " Q, o 1n 3 o o . . 2{g~ o Ci__ ~ .0 s: ~~ ~ ~~" ~ 00 cP ~ ro ~"ro ::r ~ 9.~ 3 w ~~" ^ 0 iliiJI "3 o w , 0 ~. ~ cg s: 03 ~ *"~ ~ ~.; eI ~ ~R s: F 00 III r "'CD::I 1) o "'~:l! ;0 3~ra; m ~ i ~ < \il==::I ~ .., D" - "'"' o. " 0 6 fri lil - "~~ ~z o . ~ a o ~ . ~ " . g " Q ~ , - lOA ~ z -; '" Z )> Z o I!! Z (J) '1l '" o -; is Z 1) ;U o o '" o c fjl (J) :;; a: w r. "' z o ..J o ::€ ~ C>CI) ~..,"," a.frl ffi~ ~o. w~ ~s: zei H me:: we::: t!O ~~ (k!:Q o!;( t;;a: ::€~ ",0 a: ::> 1: z ::> o () a: w 3 o () '0 ~ ~ c ., c o S!. z o t=. z ~ a: a. ..J ..J c: '" ^. ~ . ~ ou o 0 .0 <;. .~ .0 lI'l g-g 8 ~ ~ ~ a._o ~ ~ ~ 0. E ~ e ~[ "E lij~ 8 ~ ~ = ~.2 ~ (i;u (/) ~ ~ ~2 . . mn o~ ~. . . ~ . . u gJ'<3 o. ~" ~m ~-~ ." :532 ~~ o ^ ~o '6~ ~u . . <=5 . o 0; " u ~ ~ ~~ r::Qlui m-e-'" . 0 . --~ 2-!!!u .~. 'jij-~~ 1l*~ ~~~ 00. ~ ~ 'E 3:<11= -g-a~ <\I 'E 0 .* ~--g 2~2 ,"-is!!! ~<ll<ll ;;)0:;'" m.. eQ):E <'l:5~ om. O"E ..c: .O~ . ~ 0 :';1-0'" o . . """,Ill ~;:78 ... -;: ~ o . . ",~a. .~ ~ ~ ~~Ii o"'...J OJ :::::l <:: a <5 -g-2- (..)I::;:;O ~ ~g.:g ~~~~ ~ ?ro~ u 5 ~-~ ~U!!1-g ~ ~ ~ ~ ::: o"C <l) ~U.2 ro ~ II ^' is ~ . -= i1j ~ u " 0 'g.~ :!!&: ~" ~ <D .e~ -82 "$ g 0" " . 0.' ~ c ~!i ~ ~ e 0. b c o <3 ~ <; U " . o o n . . . o o ^, . U ~ 15 ^. 0; o ~ . u. 2.!!1 "(ii (i ~U o 0 . . ~u 2 ~ . . g~ "'~ " 0 ~ . ~.~ ~" , E . 0 uc 0' o . .~ ~- 00 =;:c S;-.Q " ~]J ~. o~ ~- <ii-g E . ~. . . ~~ E ~ E e oU o. e,s '.- " 0 . . 0" _. o . ". o . o~ . . "E 'i' " . iii-ci 00 o. . . . L " . .~ <1>= m~ .= o:i2 ii)1Ii ~~ .m _ 0 .m E .; . . ~> _0 so, aui .m^ ~ . . <II 'r '" ~2 e- ~] ~ @~~ ~2E ~o2:> -~S] .E -'j'"~ f5~ it ~o ~ e:: .~ o>""ro c3:C:: g~g 5.~~ ::i"'::: ~E- Cllu2 ~o. o . E ~1l-g ~ ~E<Il ~ ~ ,~~ ~ ~~-6.. ~ . o m . ~ ~ o o u '" o . o. 0= u> ~~ om u-"' . ~ ~ .~ .0 _ . ~E Qj 0 E -;:: EU au uil ~ 0 ~ -a. -~ . . '.;:0'" o L .- :S" ro .0 ~ ~ :;2 . u N 0 ="0 ..:c 00 ~u ~~ . 0 o . u. "'0 '!1 ~ 0lg'2 .S-a.!: u.. . . E ~3:>. ~~~ ..~ 0)1:: <ll "'" 0 ~ " e " 8 ~~ ~;;:; o. mo ~s;- ~",i:i ~g-g E~- .0. mOO <1:1",,01 [ijZ'~ "o~ *8~ ~....a. :> !!! 0 :g~ ~ O5u OJ '" ~ o u . <; . ,- . ~ n ~ o u . . o o ~ . . 'l^ ~ . o . . o . ~ B ~ . ~ o ~ . o ~ . . . m o ~ " . U . ~ 'i' " 'i' . . u j o " B m o E " o .~ o ~ e U . ."ffi " e U U . . . . . (ii.u o u o 0 o . ~] ~~ ~. o 0 . 0 ~~ . " - . . N ~~ ~ . -~ ~.~ _0 ,,~ ~o .0 ~~ -~ e ~~ ~:~ g.c . . > ~ . ~ " o E ~ on c.m o . 0 i~~ . . . o. '~gE :g;o u <1l '" ~ E-~ ~j!~ ~n 0 : ~ 8 . ~ 0 E c: ,Q ""mro -~ " ~.. _.u . . 0 ~ ~ 0 ~.- -." to_"'~ <llc'" ~g~ .0- .0. u.2-<.: o - ~~'" ~~ffi ro s ~EE ~~f III ~ ~ 2-;::0 ro <l) ~ _ E ,I) is,g'5 ~~o ~ t~ ~2:g o.~ o~tIl.,.; ~~ E'~ g{! - ~ ::ii5ala <1>0)1'::2 '5~~~ 000 (/) o . E . m ~ . " Jj . ~ . ~ " on " . o c . c . " :1 ~ . c Q " . U o '" o o . :6' E . E E . > o m " o " E" ,g~ 6.-5- . . Ci~ .- g;o - 0 .0 E""" _U c 6 . . > . .~ ""' o - . . 0 ~ ~ . . .~ .- E g . . ~. -D~"C o . . E~~ 2i~ . . . ~Q).c U~O . - . <lIO-ro .0::>= ~ ~-~ ~~~ u- . gj~ m-gg- .t m c: " m' o..c:..9:! = -c: '-' g.a.s .0 ~ o~ ~ . 0 " . " . ]j . . " ii o " U . ~ B ~ . t o U " . D . ~ s . E ~ is ~ ~ .' ~ . " . 0= ~o .: ~ 0, .1' , . um (/) ~ "'"" <:: 1!l m 0.0 8":ti' . L .0- .c-=" _ 0 0 'Oe"2 . . 8 ~ECl E..@:2 Qi ~~ 6.aUl oo~ ,0 .0. .U~ _ w ~~Cl o~~ o . 8E,s ~ ~.g =om 0"- one! -. ci>(Ji-g ~:2' ::! ",_0 2~~ ~lif gJ (/) ~ O"QiU ~~~ 3:Ulc; ..; 0> E ()-~ c: 0 . <Il g'~(;j.~~ ~~2~~ ~E~~~ :>. 0 ~ Ql 0 %~U) g-g> :> C-[ij <5-~ ~cg.';.2! f5 g '~~~ s:{)::i:2~ ~~fu~~ :>oQgJOi ~()L.1.. 0-3: ~ . ~ . u f: . S .0= "C ;=~<IlQl ~-2.92 ~.!~i ~~~:= ~ ~ ~~ ~~~2 ~,~ ~ ~ ",,"'8w ~~J5~ "C '0"5 g- ~ ~ ~~ ~~j-2 1?..9;!,!Q8. ~ro~~ 2*~o .s!c"'Cl'" .gc>!;:<llcli ~*3l~~ 8."c Ql <: 5 ~j~~~ <!lIDO, '" .cIC: 0..;0 = ...; E ::l <ll !~~*~ ai,S 0-<) <ll -g~~-g:5 20mmc ~ ~u is';; ~ ~ -g -.g ~ ::>lllOlQlro tIl Q) C > Q) 23 uQ ~ :t; ;:;;-g~'::-Q) .'" <II > 0 ro ~2~~~ jg ai~-a_ro c: > '" '- <::: o Ql ill <1l <IJ ~~-~~~ .J::.'- u t f- f.} ~ 11,5 ~ :;: 10A 2 ..0 ~gfi: UO E ~.9 21jic afal!! .<;;;E~ ."~ " . o U~ .2,5 fa 0"'''' ::J <1> ,0 -t;~~ coo 80.0.. . ~" -:;:g.2! '" ~ ~ :);:i: E .0" ~EB ~*~ii ro 51:5 g ~~.9"- roE"-U) a.g,-al~ g~~~ 8~&[b c 20::0 0. ~ ~~0,5 <1>u"E"- c {g ro.E :iil~]3 -g ~u; E U"" >. ~ '" ~'~'f5 '!1 ~ ~ 5- ~ ~.!>!.<;;; ro "",D.r-iD'" '-'"'0 ~'- -.;~~~~ ~ B 'e- ~ ~ .s ~ ~ ~ R: ~~-5<1l~ 8r-o.8~ ^ ~~~ ~g " . ~ S '" ~ ~;:l ~ ~~ ~ ~ ~~d · 8 ~ ~ ~'r , ~ ~ ~ ;:; -<" '" " ~ ~ ,.....:., ~ ~ " .. " ::$": 5] J. , ~ t. ~, ~ - h ~ ~ ~ "- ~ ? ! '. . ~ } ~~~"~~ ~t,:~~~~ ~~~.~~~ ,:jr.' . "i~l, ; ~ !~~ ~ ~I;I~ ~~~'~ ~ JllI~ ~I~ ~ 0, ~Pl ~ ~~jJ 5f:l~H; I~~fr ~! ~o , 8~ i I ~~ I i ~~ i ~ ~ ~ I 1 . I, I' ,~ ~ ~ z !~~ ~I~~ i~~~ '~ " " I i' " " " 'I " ~ ? 8 " '" b ~ " ~ ":::....< ;;: ~ B , ^ b ~ ~ ~ ~ ~'~ ~ ~ ~~ ~h~ ~ ~ ~~ ~h ~~~ 0 ~, 0 '" w " <0 [9 <:~~ ~~a i[r3-<' .00 n " [~~ ~~iil 3 ~5" ~ s-:J~ <Il~O n.~ g@iU .3' '!}~Zg: 11: g'~= 5." ::dJi <: <Il @~ii ~~ ~ 3-3Q; 3iM':J . ~ ~~g: .~. .~ ~S:~ 9.. g, '" ....Nlll :r<ll:J ~:<>. . ' n a-<Ilg i'f~~ g- ~ g" " . , 0 ~; . ~ Q ~ " . 5' <r Q ~ iii"<Q n. ," ., .a" .' .Z .' ct>"" .0 0" n' 0:;-- "~ ~o ~-~ s-a () o z ~ -; o ;ll di () ~ :!i () :'< ~ " ~ ~ ~ ~ ~ Z . ~ w ~ . o ~3g:<Il<J>--r- ~-~~ ~~ ~ ~g.iil *~-~ 3 <Il <il <>. o'c llllllg5'-:Jii g.S, '" ~5-~ _:Jo-<>':Jlll'" 3'~;;" Q' g ~ " (ji " 3 0 III ~:~!ag.~ 3-2 iil 0 :J 0 ~!i'~ ~ ~ iir ~~ g &~.:l; --0 2 ~- 3505 ~?l~m':f!l. g!i' Q'<>'~~ ~~'@.~3 g- ~g ~~g-~ ~~,gg~-~ ~i[503~; ~~~~'SS, ~ 3 ~.g_lll ~ ~'lll 3 ~ g: !!!. g~~a~~ ~iil.g~~3 ;;!. s= g'" ~ <Il Q'~~-~~~ s~og ~~ ~<Il3g~iil _, ill f!l.'O""O ~~g'~~.g c;,o<J>oo!:!l _:J <::>:> <Il g'~3~ ~~ ~ ;:;.$5-a ii "0 "'- 3 --0 ~ ~~~~~ ~~~~~ Qg~~; ",,,,,,,a.'" ~8:*~g 8' 3.3 a. ,5-'< g lOA '1 " o ::: c -; i5 z " ;ll ~ -; ~ " r;;: Z () m ;ll -; ;;; ~ i5 z - iJ !~~ !i ~~ h~8 .~~ T ~ ~ " ~ !! <0 ~ 0 , Q cr 0 ~ ~ ~~ if 0 u~~ ~~~i ~>:S! ~ ~ ~ "'~~ c , " ;, .. . a ~ '" ~ [ N 0 ~ 0 ~ ,. C 0 ~ . ~ r ~ 0 -. 0$ ~'" s.:)" crO ~O 00 " . C 0'" " 9..> ~ zOO DO r 0 " ~ "sa 0 z . . " <.I>O::m ;; N" > ~~ en '-.l~ m '" '" " ~gj: . 5' N' - 0 ~ " 0 , ~ 6 , -< o g ~ . ~ 3 . ~ !l g Q g or ~ I I " I . , 0 , ~ 0 0 " "' ~ ~ if ~ " 0 3 it , ~ - " ~ . . cr . . '" cr ~ ~ ~ 0' ~ ~ I " m - '" ~ <D_ ~ . " ~ .'" oo m~ ,. .~ r ::l.W m 0 , oo 0 ,. ::l'~ '" '" '" . " m 0 '" ~~ . . "- ," 0 ~ ~ 0 " ~ ~- , O~ ,,0 '^ - g' , ^- ,.J _ ~ ---- 5- 9.. ,0 ~ o cr o ~ o i} 3 o ~ cr " S' 0 o . ,,, 0" " " " o o " ~ " " or ,. 3 o c ~ "- " ~ " z '" ~ m " c: ;n u; o c ,. r " ~ -< o z '" lOA z '" ~ m " ~ o ;U ~ cr o o o ;; " " " 0_ q; ; "" ~. ,,0 .- " -^ .0 . ~ ii> . ~ soD. S.3: "'~. ~~ ,- o . c ~ , . o ~ _0 . . ~-~ "" ~O ~" 0" ~O c ~ 93 '" " o , ~ Q o "< m 3 o i!. o ,. -< m S" . " 11 0' ~ > "'~ ,<> ~~ ~ ~. . ~ oeD o ~ o. ,~ 00 ". " . " o " " o 3 '" iJ 1~8 !I~~ I :i~ 'I if? :ff f i ~ttl;o. (') ; !i~ ~ z : ~ a@ !id g Hr~ ~ '0 [ , ~ ~l~;~~ f i ~I' ~ . . 81m ~ ~ ~'E~~'~ k ~~ ~ n~~ ~H~~~~ ~~~~~~I '" M ~ ~ ~ ~ , i ~ ~ ,~ ~ ~ ~ n 8 ~ q '" ~ ~ ~ , 2. g: ~ ~ ~~ di ~g ~~ ? ::: '.:::-" ~ ~ '" ~ ~ ~ ~ ci~ ~~~~ C~r ~ ~. ~ ~ ~ ~. ~~~ ~ t :': , l ~ , -I o ~ o ~ o io' 3 o n ~ ~ " 5 " 0 " 0 0 0 0 ~ . 0 ~ 0 Q " 3 ~ ~ 3 0 ~ ~ 0 3 m ,. -I :'l 0 '" m z " m '" '" m -I " m ~ '" 0 '" 3 m '" . '" " ~ N 0 n ^' . " .- o. 0- 00 _0 0 0 ~ 0 < < (\)5: c 0 ~il ,0 . ~- o o Q ~ o 0" o "' .o^ o " 2 o 5.ijl5~ 111 (JJ- ;;;-:J_<n::JCO % w ::T ~ 0."'0 III 5" a: ~ ~!g ~ d. ~ ~ (Il - ~ (ii'-<:' 0' ~ fa: li.i <:5"3 ~ 9,:T CD:. it c 3 0 o.::l ... 0-'< it 9'- w"'O ~5~ ~-g ~ ~.~@ a-~~ !it 2- ;,;: ~ f; ~ (JlmO-"".(lItll (\) !I) :; 0 :::E ::;; -':J CD :J -...... ao.~(!lg.~ Q 0--< B-ll> ..... 3\tiD3"'S: ~ [~ a~ <ii" g~g~~g- ~. ~ !!!. CD g 5.~ ~g; ~~ 5.g O'~.o'~ '::i' ~ ..... 0 ::J (II <0 1II1C1:J~::l 5-.1li s,3"'" 0- mtll(\)'<O~ "8 ~S~-~ ~ (fJ 0 (Q C c: III ~J g~'iD 9- ~ffi-S'Q,~~ oroo5--~ ::::::""3 \tI.g IJl 5- Q.1 1l.1"'O III :::E (ll3g*5~ III Ill::l 0 ttI ::J:::E' ::la."'O ::~ltQa:~ ~; a16 ~ ~ (ii'~ Q ii! S a. gS-3g~~ ~~g-;~ft :: ~ ~ 6~ 3 Q~a-~-Z~ 5~ ~.ii:<g ~ o _.~(Q""'O ~.g~([) gg. J3 ~P;'~[9 '" m ,. "' o z "' ~ o '" () I )> z G> m "' " " " 1 " )> -I m ;;- o " ~ il. ci^ ~ ~ "'~ "c. C s: "'" , -^ " ~ Oft o ~ , " ~~ ,,~ ;0 ~ " o ;+ " o 3 () I )> Z G> m "' '" m o c jj m o -I o -I I m " o r r C -I o Z " '" m < m z -I o Z " r )> " ;;- o " ~ il. S^ ~ ~ , c. s: ~ 5^ it , ~ , " ~ ;0 ~ " o ;+ " o 3 lOA SECTION 01010 - SUMMARY OF WORK PART I - 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 Projeet(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 lhe 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^ R Wherever the term CONSULTANT is used in these documenls, 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^ I ^02 WORK COVERED BY CONTRACT DOCUMENTS A The WORK of this Contract comprises the construction ofthe LASIP Lely Manor Canal West Outfall (North Section) improvements as shown in the approved construction doeuments^ The WORK may include but not be limited to site preparation, earthwork, demolition, storm drainage, maintenance travcl-way construction, planting, and watering, 1.03 STANDARD SPECIFICATION A Except as noted, all materials and workmanship shall meet the requirements of the lOA latest editions of the following publications, as adopted by the authorities having jurisdiction over the projeet( s): ] .COLLlER COUNTY WATER-SEWER DISTRICT UTILlTIES 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 eontraeted^ L04 SITE INVESTIGATION k The CONTRACTOR, by virtue of signing the Agreement, acknowledges that it has satisfied itself to the nature and location oflhe 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 eontormation and conditions ofthe 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 eondilions 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 itsclf 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, I ^05 WORK BY OTHERS k 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 lOA 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 inelude 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 noticcs of pi ann cd 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 nolices 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 tic-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 notity schools, Fire and Police Departments, and the US Post Office 14 days prior to disruption of roadways^ D, Tfthe project is to be completed with various Phased substantial completions, then the criteria to be used for phased suhstantial 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^ Tn addition, the following restrictions shall be maintained: lOA I. The CONTRACTOR shall provide a detailed phasing and Maintenance of Traffic planes), for review and approval by the COUNTY prior to the commencement of any construction activity(s), 2^ The WORK shall be sequenccd so that all tcsting proeedurcs arc performed and Certifications to Placc into Operation arc obtained for the propos cd water distribution system and stormwater managemcnt system prior to the construelion of the proposed roadway improvements^ Any roadway and landscape improvements shall be scquenced so that all proposed undcrground 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 (Le. construction shall be on alternating roadways, and cvcry 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 makc 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 10 homes is not possible for parking ofvchicles, a parking area for those residents shall bc provided within one block of the furthest home affected. This condition is to be avoided whcnever possible and shall last no longer than five (5) working days, The parking arca 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 compliancc wilh all jurisdictional authorities' requirements^ 5^ The CONTRACTOR shall not begin construction on subsequent roadways until the initial roadways under construclion are substantially complete^ A roadway shall be considered substantially complete when all work is complete except tor the last lift of asphalt. All work on private property and landscaping must also be complete before a road is considcred substantially complete^ 6^ Construction within the right of way of affectcd roads shall be scheduled so that all improvements arc complcted at once, and the rcsidcnts are only disrupted for one timc period^ This excludes water service plumbing work on private property which shall be schcduled aftcr mains arc tested and acccpted 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 spccial lOA 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 of72 hours prior to the shutdown, Note that only the Public Utilities Department is authorized to shut-offwatcr scrvice and the CONTRACTOR must reccivc affirmativc vcrification (in writing) from the Public Utilities Departmcnt beforc proceeding with any work that requires a planned watcr scrvicc shutdown. Once thc approval is procurcd, the CONTRACTOR shall coordinate its cfforts to cnsure that the shutdown is implemented at the time and place that the CONTRACTOR rcquircs. In addition, thc CONTRACTOR shall notifY each affected Owner / Occupant of the impacted area in the form of a door hanger at each affected property, no morc than 48 hours prior to commcnccment ofthe planncd 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 ofcach work day to prevent hazardous conditions, If a trench, excavation, or structure is to bc Icft open, it must be covered with a steel plate and barricadcd at the end of each workday or when work will be suspended for more than cight (8) hours. 10^ Transportation provisions for handicapped or disabled residents shall bc made by the CONTRACTOR if construction prcvents access to their homes. 11 ^ The CONTRACTOR shall also make provisions with local bus, school bus, garbage collcction, mail delivery, and othcr agencies for continuation of servicc, A traffic maintenance plan, indicating proposed street closings, schcdules, and alternate routes which have been approved by the authority having jurisdiction, must be submitted to all affectcd agencies for coordination of rerouting if and as neccssary, 12^ Materials and equipment shall be stored in a fenccd or othcrwise enclosed area during non-working hours, as defincd in othcr scctions ofthe specifications, Pipc and material shall not protrude out along installation routes^ K Substantial Completion: Project Substantial Completion, as defined in thc Gcncral Conditions, shall be achieved within180 Calendar days of the Notice-to-Procccd, F. Final Complction: Project Final Complction, as dcfined in the General Conditions, shall bc achieved within 210 Calendar days of the Notice-to-Proceed^ 1.07 TRAFFIC CONTROL A. The CONTRACTOR shall submit a conccptual pcdcstrlan and vehicular Traffic Control Plan at thc Prc-Construction Confcrcncc^ This preliminary plan shall lOA identifY the phases of construction that the CONTRACTOR plans to proceed with and identifY traffic flows during each phasc, The CONTRACTOR will be rcquired to submit a dctailed plan showing each phase's Maintenance and Protection Plan prior to starting construction of a particular phase. B. The "Maintenance of Traffic" shall be preparcd in accordance with the latest adopted editions of the Florida Department of Transportation Standard Specification for Road and Bridge Construction and the Collicr County Utilities Standards Manual for Design and Construction^ The Maintenance of Traffic plan shall addrcss pcdestrian traffic as well as vehicular traffic. As a minimum, the plan shall addrcss the following pedestrian requirements: I ^ 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 often (10) working days prior to ceasing that route so that an alternate route can bc cstablished with the School and thc Enforcing agency^ 3. All WORK around both the Bus Drop Off Areas and Parcnt Drop Off Areas, shall be fully coordinated with the School's Principal andlor rcpresentative^ 4, It shall be the responsibility ofthe CONTRACTOR for any ncccssary Construction, Pavement Marking and Signage or any Pedestrian Signalization andlor Signal Modification to accommodate an alternatc sate walk route^ C The CONTRACTOR, at all times, shall eonduct the work in such a manner as to insure the least obstruction to traffic as is practicaL Conveniencc of the general public and of the residents adjacent to the WORK shall bc provided for in a satisfactory manner, as deternlincd by thc COUNTY. D^ Sidewalks, gutters, drains, fire hydrants and private drivcs shall, insofar as practical, be kept in condition for thcir intcnded uses^ Fire hydrants on or adjacent to the WORK shall be kept operational and accessible to firc apparatus at all timcs, and no material or obstruction shall be placed within twcnty (20) feet of any such hydrant E. Construction materials storcd upon the public street shall be placcd so as to cause as littlc obstruction to the general public as is reasonably possible. The permitted amount of storage of materials in thc 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. lOA 't 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. R 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 proleetive devices, which shall conform to the requirements, and be subject to the approval of the jurisdictional ageney^ 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 elosure, L 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 oftime 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 implemcntation^ 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 priee^ L08 TRAFFIC IMPACT PLAN A. The CONTRACTOR shall submit a weekly Trame 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 arc under construction and construction activities that may impact vehicular and pedestrian traffic, I^09 TEMPORARY STRIPING r;. ..':1 JiJ ~'. '. ,f,~ 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 projcct. 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. (I' the CONTRACTOR wishes to work longer hours than those specifIed hercin, 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^ Tfthe 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^ R SCHEDULE I. 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 sehedule^ LlI 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 ofthe project. If WORK set forth in the original scope of the project is deleted, lhe contract time may be redueed^ This contract is a calendar day contract While the CONTRACTOR may be granted time to suspend WORK operations for vacations or holidays, the contract time will not be suspended^ During suspensions, the CONTRACTOR shall be responsible for all lOA I 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 Ll2 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 casement. 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 CONSULT ANT, 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 CONSULT ANT^ The schedule shall include sequences of operation and time sehedule^ The fmal 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^ Ll4 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 arc shown, or that said lines arc in their true loeation^ 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 loeation(s) of utilities or damages suffered as a result thereof oflines shown on the plans^ R The CONTRACTOR shall notify each utility companies involved at least thirty (30) days prior to the start of construction to arrange for positive underground loeation(s), relocation or support of its utility where that utility may be in conflict with or endangered by the proposed eonstruetion^ Relocation of water mains or other utilities for the convenience of the CONTRACTOR shall be paid for by the CONTRACTOR^ All charges by utility companies for temporary support of their 10 AI utilities and permanent utility relocations to avoid conflict shall be the responsibility oflhe 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 /Tom 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 oflhe CONTRACTOR^ All repairs made by the CONTRACTOR arc 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 lhe CITY of Naples, Collier County, Florida Power and Light, Embark (telephone), Comcast ( cable), gas. etc as well as the required agencies such as (Florida One Call)^ 1.15 LINE AND GRADE A The CONSULT ANT 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 eonlrols 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 ofFlorida^ R 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 arc to be prepared, signed and scaled 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- I 7 of the Florida Administrative Code^ The As-Built/Record Drawings shall include and not be limited to the following: (I) All constructed improvements; (2) Enough information to easily compare constructed features to designed features; lOA (3) Electronic CAD (2000 or newer) file in State Plane Fl. East; (4) Shall be based on design drawing format (sheets, profiles, x-sections)^ Ll6 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 ofthe COUNTY. All major survey monuments that have been damaged by the CONTRACTOR such as section comers, 1/4 section comers; 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 Regislered Land Surveyor. The CONTRACTOR shall document survey monuments prior to construction and submit the location and type of all markers to the COUNTY^ I ^ 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^ Ll8 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 Jurisdietion^ 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^ 1.20 EXCESS MATERIAL A. All vegetation, debris, concrete, or other unsuitable materials, whether specified in the doeuments 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 arc to be removed from work site as they IDA arc 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: I. The CONTRACTOR shall engage the services of a professional eleetrographeL The color DVD media shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in the business of preeonstruetion color audio video tape doeumentation^ The eleetrographer shall furnish to the CONSULT ANT a list of all equipment to be used for the audio-video taping Le^, manufacturer's name, model number, specifications and other pertinent information^ Addilional information to be furnished by the eleetrographer are the names and addresses of two references that lhe eleetrographer 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 preeonstruetion eonditions^ No construction shall begin prior to review and approval ofthe recordings covering the construction area by the CONSULTANT. The CONSULT ANT 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^ R DVD Media: I ^ DVD media shall be new and of the 'gold' high durability format. DVD shall be 4^7 GS capacity with a minimum speed of 16x, DVD +R format, properly labeled with a commercial grade print,on surface^ 2^ The CONTRACTOR shall provide the PROGRAM MANAGER two complete sets ofDVDs for each of the project areas. 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 lOA other form ofimpcrfection^ The audio portion of the recording shall reproduce the commentary of the camcra 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 instanccs recording coverage may be required in areas not acccssible by conventional wheeled vehicles^ Such eoverage shall be obtained by walking or special conveyance approved by the CONSULT ANT. 4^ The color video camera used in the recording system shall have a horizontal resolution of 300 lines al center, a luminance signal to noise ratio of 45 dB and a minimum illumination requirement of25 foot-candles. 0, Recordcd Information - Audio: I. Each DVD shall begin with the currcnt datc, project name and municipality and be followed by the general location, i.e" namc of street, house address, viewing side and direction of progrcss, Thc audio track shall consist of an original live recording. The recording shall contain thc narrative commentary ofthe electrographer, recorded simultaneously with his fixed elevation video record of the zone of influence of eonstruction. E. Recorded Information - Vidco I ^ 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 eontain 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, projeet name, contract number, name of street, house addrcss, dircction oftravel and thc viewing side^ This transparent intormation shall appear on the extreme upper left hand third of the scrccn, 2. All rccording shall bc done during times of good visibility. No recording shall be done during prcclpitation, mist, or fOK The recording shall only bc done whcn sufficicnt sunlight is prcscnt to properly illuminate the subjects of recording and to produce bright, sharp video rccordings ofthose subjects^ 3^ The ratc of spccd of the vchicle used during taping shall not exceed 10 miles per hour. Panning, zoom-in, and zoom-out rates shall bc sufficicntly controlled to maintain a clear view of the object 3, Recording coverage shall include all surface features located within the zone influcncc of construction supportcd by appropriate audio coverage. Such eovcragc shall includc, but not be limited to, existing driveways, sidcwalks, lOA ;1; 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 preconstruct ion record shall be included in the Base Bid price for Mobilization. 1.22 ADJUSTING EXISTING VALVES, METERS, CATCH BASINS, AND MAINTENANCE ACCESS STRUCTURES (i,c. 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 owneL 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^ I ^ 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, lhc 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 ncccssary^ 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. 124 ENVIRONMENTAL PROTECTION lOA 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, environmenlal 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 ofthe 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 jurisdielional agency requiremenls. 125 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 PA YMENTS^ 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 SurveyoL 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 subcontraelors^ 2, Updated Construction Sehedule^ 3^ Progress Photographs and or Aerial Photos 1.26 APPLICATION FOR PAYMENT FOR STORED MA TERlAL lOA 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, Articlc 4, PROGRESS PAYMENTS, 127 VIBRATORY COMPACTION A. The usc of vibratory compaction equipment shall be limited to a total gross weight ofthrce (3) tons. The use of vibratory equlpmcnt 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 activitics on the surrounding neighborhood and its residents^ 128 REPORTING OF DAMAGE CLAIMS A. The CONTRACTOR shall keep the CONSULTANT and the PROGRAM MANAGER informed of any damage claims madc against the CONTRACTOR during the construction period. All claims for automobile damagc, property damage, and/or bodily injury shall be reported to the PROGRAM MANAGER within 24 hours of receipt ofnotice^ The CONTRACTOR will conduct a timely investigation of the claim and determinc if they will honor claim and/or report to thcir insurance carrier and provide periodic updates, each quartcr, until final disposition of claims^ CONTRACTOR will advise the PROGRAM MANAGER in writing of its decision/referral to carrieL 1.29 PERMITS A. It shall be the CONTRACTOR's responsibility, in accordance with Exhibil H, General Tcrms and Conditions, Articlc 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. Pcrmits may include but nol be limitcd to the following: I. SFWMD Dewatering Permit 2. Collier County Building Permit(s) 3^ Collier County Right-of-Way Permit 4^ (N.P^DES^) Construction General Permit c. The CONSULTANT will furnish signed and sealed sets of Contract Documents for permit use as required^ lOA 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 matcrials, availability oflabor, watcr, clectric powcr, roads and uncertainties of weather, river stages, tidcs, watcr tablcs or similar physical conditions at the sitc, the conformation and conditions of the ground, the character of equipment and facilitics nccdcd prcliminary to and during prosecution of the Work. The CONTRACTOR furthcr acknowlcdgcs that it has satisficd itself as to thc character, quality and quantity of surfacc and subsurtace matcrials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, or any contiguous sitc, as wcll as from information presented by thc Drawings and Spccifications made a part of this Contract, or any other information made available to it prior to receipt of Bids^ Any failure by thc CONTRACTOR to acquaint itself with the available information will not relieve it from rcsponsibility for estimating properly the difficulty or cost of successfully performing the Work^ Thc COUNTY assumcs no responsibility for any conclusions or inlcrprctations madc by thc CONTRACTOR on thc basis of the information madc available by the COUNTY. 1.31 DIMENSIONS OF EXISTING FACILITIES A Where the dimcnsions and locations of existing improvements are of critical importance in the installation or conncction ofncw work, thc CONTRACTOR shall verify such dimensions and locations in the field prior to the fabrication and/or installation ofmatcrials or equipment which are dependent on thc correctncss of such informatiol1^ PART 2, PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION - SECTION 01026 - MEASUREMENT AND PAYMENT PART 1 - GENERAL lOA 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: MOBILIZATION 2 PROVIDE/MAINTAIN AS,BUlLT PLANS 3 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT 4 FLOATING TURBIDITY BARRIER 5 STAKED SILT FENCE (TYPE 1II) 6 CLEARING AND GRURBlNG (l6^7 Ac) 7 UN,CLASSIFIED EXCAVATION 8 ROCK EXCAVATION 9 EMBANKMENT 10 MAINT^ TRAVEL-WAY /ROADBASF. (6" LIMEROCK) 10 11 RIP RAP (RUBBLE)(INCLUDES BEDDING STONE) 12 SODDING (BAH1A)(INCLUDES WATER, FERTILIZER & MOWING) 13 PLANTlNGS (ABOVE SEASONAL HIGH WATER TABLE) 14 PLANTlNGS (BELOW SEASONAL HIGH WATER TABLE) '" 15 GEOWEB ROAD (GEOWEB/SOIL INFILLlGEOTEXTlLE SEPERA TOR) 16 15" CLASS III RCP (STORM SEWER)(ROUND SHAPE) 17 CLASS 1 CONCRETE (ENDWALLS) 18 BOAT RAMPS (ARMORFLEX) 19 12" ADS PIPE 20 12" YARD DRAINS 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^O End of Section lOA 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 ailow 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 lOA 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 lOA 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 - lOA i 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. Aiternatives to cutting and patching, 7^ Written permission of any other CONTRACTOR or property whose work will be affected ^ lOA 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 wateL 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^ IDA 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 - lOA 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 CONSUL TANT 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 layout, 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^ lOA D^ All data must be referenced to North American Datum (NAD) 83/90 and North American Vertical Datum (NGVD) 29 Datum in U$ 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 FI. East; 4^ Shall be based on design drawing format (sheets, profiles, x,sections)^ 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 CONSUL TANT^ 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 - 110A 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^ U3 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 - lOA 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. lOA 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 - lOA t~ SECTION 01152 - APPLICATIONS FOR PAYMENT PART 1 - GENERAL 1 ^01 THE REQUIREMENT k 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 k General Conditions^ B. All applicable sections of the Specifications. 1.03 FORMAT AND DATE REQUIRED k Submit itemized applications in a Standard AlA Form G702 and G703 as provided in Exhibit D (FORM OF CONTRACTAPPLlCATION FOR PAYMENT and the continuation sheet entitled SCHEDULE OF VALUES)^ 1.04 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT k 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 k 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^ lOA 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, Generai 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 - lOA 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: lOA 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^ lOA t., , 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 - lOA 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. All schedules shall be prepared using Microsoft Project software. 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 lOA sequences to the CONSULTANT and/or the PROGRAM MANAGER as part of the 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 ~ " HI J, u I~l sole discretion, the priority between the WORK performed by the CONTRACTOR and 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 lOA acceptance of the Construction Schedule by the COUNTY or CONSULTANT and/or PROGRAM MANAGER. 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 CONSUL TANT, 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. lOA 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 lOA 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 lOA 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 lOA 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 lOA 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 Scheduie 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 lOA 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 lOA 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 often 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 substantiaily 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 - SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES lOA 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 lOA ,~ 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. lOA 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 FURNISH AS SUBMITTED, formal revision and resubmission of said submittal will not be required. E. If 3 copies of a submittal are returned to the CONTRACTOR marked FURNISH AS CORRECTED, 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 "FURNISH AS SUBMITTED" or "FURNISH AS CORRECTED." 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 fabrication and/or shipment of any item prior to receipt of requisite acceptance, it does so at its own risk. lOA 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 "FURNISH AS SUBMITTED, "FURNISH AS CORRECTED," or "REVISE AND RESUBMIT." The distribution of processed shop drawings shall be as follows: 1. Shop drawings marked "FURNISH AS SUBMITTED" or 'FURNISH AS CORRECTED": 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. 9. Identification of deviations from the Contract Documents. 10. Identification of revisions on resubmittals. '1fI.: (~.~ dbGJ 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 CONSULTANTs 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. 1.1 0 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) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - lOA 1'\1llI IDA <, 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 1O-inch. B. Identify each print on back, listing: 1. Name of Project. Y.,t~ ! r'~'IA'. , '! " J -'\.::;:7 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 - SECTION 01400 - QUALITY CONTROL lOA 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 requirement. lOA t 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 lOA 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 - SECTION 01410 - TESTING LABORATORY SERVICES IDA 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. .IDA 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 CONSUL TANT 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 oftest. 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. 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 - lOA lOA 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 ali 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 inciuding telephones, teiephone 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 entitied "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 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 - 10 A '. lOA 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. 1.03WATER 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. lOA 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 - lOA 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. IDA 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 - IDA 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 surveyor other permanent marker points that will be disturbed by the construction operations have been properly referenced. ~!GJ A ' "' 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 lOA 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 lOA 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. 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. IDA 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 - IDA 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 IDA adjoining areas. D. The COUNTY has obtained the SFWMD Environmental Resource Permit Modification, SFWMD De-Watering Permit, FDEP Watermain, Forcemain, and Reclaimed Watermain adjustment permits. 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. B. Initiate and maintain a specific program to prevent accumulation of debris at construction lOA 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. C. Periodically inspect earthwork to detect any evidence of the start of erosion, apply lOA 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 - IDA 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). 11. f"\: r dlbVh 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 - IDA 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. 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 lOA f.d' " 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 - ~, ~ '~d 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. lOA 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 IDA 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 - 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. IDA 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. lOA I~ IDA 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. 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 - IDA SECTION 01660 -EQUIPMENT TESTING AND STARTUP IDA 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 ail 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 CONSUL TANT and/or PROGRAM MANAGER at least 2 weeks in advance and shail 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 - lOA 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 orthe 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. lOA 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. IDA 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 lOA 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 - lOA , 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. IDA 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 - IDA q 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. IDA 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. IDA 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 c1eanouts 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). lOA f. If there are water services that do not have meter boxes and/or sanitary sewer laterals that do not have c1eanouts 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 shali be annotated on the Record Drawing Plans. IDA 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 - lOA 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: IDA 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 instailer. 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. , 0 Ail1 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 normai 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. tOA 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 sta rt 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 lOA 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 - '1J ;' ..1:1 . 4. ,I., -- ,,-y!... 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 offailure. 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: 'I (n f\ -...., 'vI H 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 - EXHIBIT J TECHNICAL SPECIFICATIONS 1,0 A PROJECT: LEL Y MANOR CANAL WEST OUTF AL (NORTH SECTION) LASIP IMPROVEMENTS ABB PROJECT NUMBER 7599-3 PREPARED FOR: ENGINEER: DATE: COLLIER COUNTY TRANSPORTATION DIVISION ROAD MAINTENANCE DEPARTMENT STORMW A TER SECTION 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 AGNOLI, BARBER & BRUNDAGE, INC. 7400 TAMIAMI TRAIL NORTH, SUITE 200 NAPLES, FL 34108 Telephone (239) 597-3111 Fax (239) 566-2203 December 2009 lOA TABLE OF CONTENTS EXHIBIT J TECHNICAL SPECIFIC A nONS Page SECTION 1 SPECIAL CONDITIONS ................................................................................1 I. GENERAL .. .............................................. ...... ...... .............. .......... ... ........ .....1 SECTION 2 SITE WORK..... ................... ...... .... .................... .............................. ..... ..... ......3 I. CLEARING AND GRUBBING.....................................................................3 II. EARTHWORK....... ... ........... .......... ..... ....... ................... .................. ........... ...3 Ill. SEEDING/MULCHING/SODDlN G ..............................................................4 IV. EXCAVATION AND BACKFILL FOR UTILITY SYSTEMS .....................5 SECTION 3 PAVING ........... .............................................................................................11 r. STABILIZED SUB-GRADE/L1MEROCK BASE .......................................11 II. PRIME/TACK COA TS................................................................................I2 Ill. ASPHALTIC CONCRETE SURFACE COURSE........................................ 12 IV. CONCRETE CURBS/GUTTERS ................................................................13 V. PAVEMENT MARKINGS ..........................................................................16 VI. CONCRETE PARKING LOT PAVING ......................................................16 SECTION 4 DRAINAGE ..................................................................................................22 I. STORM SEWERS/STRUCTURES .............................................................22 II. SW ALE EXCA V ATION.............................................................................25 SECTION 5 CONCRETE ..... ..... ... ...... .... .......... ..... ............ .......... ..... ........... ........... .... .......27 I. GENERAL..................................................................................................2 7 Exhibit J Table of Contents ~ Specifications Index SECTION 6 GEOWEB LOAD SUPPORT SYSTEM ........................................................29 I. GENERAL.................................................................................................. 29 SECTION 7 PLANTINGS ......... ... ............... ... ...... ............... ............ ......... ..... .... .... ..... .......40 I. GENERAL........ ....... ...... ......... ......... ........... .......... .... ....... ..... .... ................. ...40 II. SWALE EXCA V ATION..............................................................................43 SECTION 8 MEASUREMENT AND PAYMENT ............................................................46 I. GENERAL.................................................................................................. 46 Exhibit J Table of Contents - Specifications Index 11 IDA IDA EXHIBIT J TECHNICAL SPECIFICATIONS SECTION I SPECIAL CONDITIONS I. GENERAL A. Beginning Work The Contractor shall notifY the Engineer, the Utility Departmcnt 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 Thc Contractor shall not suspcnd operations or remove equipmcnt or materials necessary for the completion ofthe work without the permission of the Enginecr. The Engineer shall have the authority to suspend thc work, wholly or in part, tor such pcriod or pcriods as may be deemed necessary, due to thc failure on the part ofthc Contractor to carry out orders given or to comply with any or all provisions ofthe contract. Such suspension shall be ordered in writing, giving in detail the reasons for the suspension. Iffor any reason it should becomc necessary to stop work for an indcfinitc period, the Contractor shall store all materials in such manner that they will not obstruct or impede thc traveling public unnecessarily, not bccome damaged in any way, and he shall take every reasonable precaution to prevent damagc to or deterioration ofthc work performed, shall provide suitable drainage of the roadway by opening ditches, shoulder drains, etc.. and shall providc any tcmporary structures necessary for public travel or convenience. C. Night Work In gencral, 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 arc obtaincd. No night work shall be performed unless adequate artifieiallighting has been provided and has been approved. D. Sequence of Operation The Contractor shall not open up work to thc prejudice of work already started, and the Engineer may require the Contractor to finish a scction on which work is in progress before work is started on any additional scction. E. Drainagc The Contractor shall so conduct his operations and maintain thc work in such condition that adequate drainage will be in effect at all times. Existing functioning storm scwcrs, guttcrs, h1<1':11 1 <i ','Ld' ,)1,l;il IDA ditches, and other run-off facilities shall not be obstructcd. F. Hvdrants Firc hydrants on or adjacent to thc roadway shall be kept accessible to fire apparatus at all times and no material or obstruction shall be placed within 15-fect of any such hydrant. G. Barricades and Protcction of Work The Contractor shall protcct his work throughout its length by the erection of suitable barricades where required. Hc shall further indicate this work at night by the maintenance of suitable lights or flares, especially along or across thoroughtares. Wherever it is necessary to cross a public walk, hc 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 cmployed therein. The Contractor shall carry out his work so as not to deny acccss to privatc 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 ageney or political subdivision having jurisdiction. When thc use of explosives is approved by the Owner as necessary for the execution ofthe work, the Contractor shall use the utmost care so as not to endanger life or property, and assume responsibility for any such damage rcsulting rrom his blasting operations, and whenever directed, the number and size ofthc charges shall be reduced. All explosives shall bc stored in a secure matmer and all such storage places shall be marked clearly, "DANGEROUS EXPLOSIVES" and shall be in care of competent watchmen. All permits required tor the use of explosives shall be obtained by thc Contractor at his cxpensc. All re- quirements of the governmental agency issuing permit shall be observed. SEC I 1,:+'1 ! I ';r ':u; ( dr',.,:, 2 10 t, 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 ordcr to verify existing conditions and/or variances between existing conditions and those shown on the plans or callcd for in the specifications. In the cvent cxisting conditions vary from the plans and spccifications, he shall base his bid upon existing conditions. B. Clearing and Grubbing, and Selcctive Clearing The work shall include the complete rcmoval and disposal of all buildings, timber, brush, stumps, roots, grass, weeds, sawdust, rubbish and all other obstructions resting on or protruding through thc surface of existing ground and thc surface of excavated areas. All stumps, roots and other debris shall be removcd to a depth of at least one foot below thc ground surfacc. The surface shall then be plowed to a depth of not less than six inchcs and all stumps, roots, etc., exposed shall be removcd to a dcpth of at least one foot. Wherc so dircctcd by the Engineer, dcsirable trees within the work area shall be trimmcd, protected and left standing. Selective clearing shall be performed in some areas by retaining trces selected by the Owncr for saving which shall bc protectcd from construction equipment by the Contractor in a manner approvcd by thc Enginccr. Any loose bouldcrs or rocks lying on the surfacc ofthc 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 subjcct 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 offumishing all necessary labor, cquipmcnt, material and transportation necessary to bring the site to the lines and grades shown on thc drawings. The Contractor shall examine the entire site ofthc proposcd work prior to submitting his bid in ordcr to verify existing conditions and/or variances betwecn existing conditions and those shown on the plans or called for in thc spccifications. In the event existing conditions vary from the plans and spccifications, he shall base his bid on existing conditions. Exhibit J Section 2 Clearing & Gmbbing 3 lOA B. Excavation Existing surfaces to be excavated from, or filled ovcr, shall be stripped to a depth of six inehes, unless otherwise directed by the Engineer, to removc grass and roots. This stripped material will be classificd as unsuitable matcrial and shall be used as top soil. All suitable materials removed from the excavation shall be used as far as practicable in the formation ofthc cmbankments, 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 Engincer. Material classified as A-8 in accordance with AASHTO Designation M145-73 is considered to be highly organic soil (peat or muck) and un- suitable material. This unsuitable material existing in detention areas may remain, unless otherwise as directed by thc Enginecr. The unsuitablc material shall be stockpiled in surplus excavated matcrial areas as shown in the Drawings or as otherwise directed by the Engineer. All excavatcd material shall be considered propcrty of the Owncr and disposed of on the Project. C. Grading Excavated material from lakcs, swales and/or ditches may be uscd to make required fill providcd the material is of suitable nature. Grading shall be accomplished to meet the proposed elevations as shown on the plans. Any suitable exccss cxcavated 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 disposcd of on thc projcct. D. Road. Parking Lot. and Travel-Wav Road, parking lot, travel-way and cart path embankment matcrial 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 ofsccding, sodding, fertilizing and mulching all unpaved areas within road and/or completed drainage swalc 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 betwcen cxisting conditions and those shown on the plans or called for in the specifications. In thc event existing conditions vary from thc plans and spccifications, he shall base his bid upon cxisting conditions. B. Materials and Placement of Seed and Mulch The Contractor shall furnish all labor, matcrial and cquipment to prepare shoulders and backslopcs from the edge of the pavement or back ofthc concrctc guttcr to the right-of-way linc, and such other areas as designated on thc plans. All work shall be in accordance with Scction Exhibit J Section 2 Clearing & Grubbing 4 lOA 570,571 and 575, of the latest edition of the "Florida D.G.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 fmal payment will be made, the Contractor shall clean and remove from the works and adjacent property, all surplus and diseardcd matcrials, 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 unobstructcd and in a neat and presentable condition throughout the entire area or length of the work undcr contract. The placing of materials of every character, rubbish, or equipmcnt on abutting property, with or without the consent of the property owners, shall not constitute satisfactory disposal. Ifthc works are of such character as may be done by blocks or sections, the Contractor may be required to rcmove promptly and dispose of accumulated rubbish, debris or surplus materials from blocks or scctions as completed or partially completed. In the event of delay cxceeding 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 neccssary for the purpose and the cost of such work, togcther with the cost of supervision, shall be charged to the Contraetor, and shall be dcducted from any money due him. No Contract shall be considered as having bcen com- pleted until all rubbish and surplus matcrials have been removed and properly disposed of. IV. EXCA V A TION AND BACKFILL FOR UTILITY SYSTEMS A. Scope The work included under this Section consists of clcaring, excavating, grading and backfilling as requircd for the construction ofthe utility systems consisting of piping and appurtenances as shown on the Drawings and spccified herein. B. Clearinl! I. General The Contractor shall pcrform 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 bc transplanted, relocated, braccd, shored, or otherwise protected and preserved unless otherwise directed by the Engineer. 2. Tree Protection The Contractor shall exercise care to protect the roots oftrces which arc to remain. Whcn Exhibit J Section 2 Clearing & Gmbbing 5 lOA excavating within 5-feet ofthc trunk of such trees, the Contractor shall usc chain saws, pruning shcars and/or clippers to prunc injured roots. The backfill shall be placed as soon as possible. C. Excavation Thc Contractor shall perform all cxcavation of every description and of whatever substances cncountered, 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). All existing utilitics such as pipes, polcs and structures shall be carefully supported and proteeted from injury and, in case of damage they shall be rcstored at no cost to the Owner. In areas whcrc trench widths are not limited by right-of-way, and/or easement widths, property linc rcstrictions, existing adjacent improvements, including pavements, structures and other utilities, and maintenancc of traffic, the trench sides may be sloped to a stablc angle of rcposc of the excavated material. sheeting shall be installed as necessary to maintain pipe trenchcs 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 opcned immediately ahead of the shield and closed immediately behind the shicld as pipe laying proceeds inside the shield. Pipe trenches for utility lines shall be excavated to a width within the limits ofthc top of the pipc and thc trcnch bottom so as to provide a clearance on each side of the pipe barrel, measured to thc face of the excavation, or sheeting ifused, of 8-inches minimum and where the pipe size cxcceds 12- inches to 18- inches minimum. Excavation for appurtenances shall be sufficient to provide a clearance bctwccn their outcr surfaces and the face of the cxcavation or sheeting, ifused, of not less than 12-inches. Manhole exeavations shall be carried to sufficient depth to permit their construction on thc undisturbed bottom of the cxcavation. If overcut, bedding material shall be furnish cd at no cost to the Owner. Materials removed from thc trcnches 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 thc trench or used immediately as backfill shall be removed to stockpile areas designatcd by the Enginccr. All materials suitablc tor usc as backfill shall be hauled to and used in areas where not enough suitable matcrial is available from the excavation. Suitable material in exccss of backfill requirements shall become the property ofthe 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. D. Removal of Water Exhibit J Section 2 Clearing & Gmbbing 6 lOA It is a basic requirement of these specifications that excavations shall bc frce from water before pipe or structures arc installed. However, it is realized that in certain sections of the work this cannot be accomplished economically and thc Contractor may elect to use thc Alternate Method of Construction (see paragraph I). The Contractor shall provide all necessary pumps, underdrains, well-point systems, and other means for removing watcr 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 movemcnt of thc pipc in thc trench and until backfill is abovc thc natural water table. Water from the trenches and excavation shall be disposed of per South Florida Watcr 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 thc usc of the same by the public. E. Pipe Bedding Excavation shall be backfilled with approved pipe bedding material, up to the level of the lowcr one-third ofthe 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 thc Engineer. Limerock screenings, sand or other finc inorganic matcrial from the excavation may be used for bedding matcrial whcn pipc is installed above the natural water table. Any excavation below the levels required for installation of the pipc bcdding, cxcept for "Additional Excavation", as hereinafter specificd, 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 othcr causcs. In no event shall pipc bc installcd 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 or rocks largcr than 2-inehes in diameter (I-inch for PVC) and no stones or rocks larger than 6-inches in diameter will be permittcd in any backfill. Exhibit J Section 2 Clearing & Grubbing 7 IDA If a sufficient quantity of suitable backfill material is not available from the trench or other excavations within the site of the work, thc Engineer will order the Contractor to providc 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 ] 2- 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. Carc shall be taken to prcscrve the alignment and gradient ofthe installed pIpe. After the backfill has been placed to a level12-inchcs ovcr the pipe, the remainder of the backfill shall be placed in layers, not to exceed 12-inchcs, and compacted with mechanical vibrators or othcr suitable equipment to obtain a dcnsity 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 cxcept the pipe end, which shall be protccted against damage and accidcnt. Backfilling of a trench through an existing paved area shall proceed per plan details, if applicable. H. Additional Excavation and Backfill Where organic matcrial, such as roots, muck, or other vegetable matter, or other matcrial which, in the opinion of the Engineer, will result in unsatisfactory foundation conditions, is encountcred bclow the level of the proposed pipe bcdding material, it shall be wholly or partially removed as directed by the Engineer and wasted. Shceting shall be installed as necessary to maintain pipe trenches within the specificd limits. The resulting excavation shall be baekfilled with suitable backfill material, placed in 6-inch layers, tampcd and compacted up to the level of thc bottom of thc proposed pipe bedding matcrial. Compaction of this material shall be to a minimum 01'95% of AASHTO T -180. Construction shall then proceed in accordanee with the provisions of Subscction 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 Enginecr and obtain his determination as to whether or not thc matcrial will rcquirc rcmoval, prior to preparing the pipe bedding. Whcre 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 unsuitablc matcrial. Unsuitable material will beeome properly of Contractor and removed from the site. I. Alternate Mcthod of Construction Exhibit J Section 2 Clearing & Grubbing 8 IDA A combination of conditions in the substrata, water table, or method of disposal may bc encountered during the course ofthc work which make dewatering impossible, or only possible through the use of unusual methods, the cost of which is exccssive. When such conditions are encountered, but only after aU 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 alternatc mcthod of construction. Thc concurrence of the Engineer shall be obtained in writing and shaUlimit the use ofthc altcrnate mcthod of construction to such specific portions of the work as thc Engineer shall detcrminc. The construction specifications contained in the preceding parts ofthis scction shall establish the rcquired standards of construction quality for this work. Usc of the alternate mcthod of construction described hereinafter shall in no way be construed as relicving 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 writtcn approval of the Engineer, construction will bc permitted in accordance with thc following spccifications. All requirements of Subscction A through Subsection J, including this Section, shall apply to this construction unless otherwise specifically modified herein. 1. Removal of Water The installation of pipe, manholes and appurtenances undcr watcr will bc permitted and thc requirements of Article 0, "Removal of Water", will be waived. 2. Excavation Excavation for manholes to be installcd undcr water shall be continued to a depth, below the outside bottom of the proposed structure, which will providc a minimum space of 12- inches in rock, or 24-inches in sand, for thc placcment of drainfield limerock as hereinafter spccified. The excavation of pipe trenches at their junction with cxcavations tor manholes shall bc modified in thc following manner: A longitudinally sloping, planc bottom surface, for the placcment of pipe bedding material, shall bc provided from the bottom ofthc manhole excavation, at its extremity, to a linc of intersection with the bottom of the typical excavation of IO-fcet mcasurcd horizontally, from the vertical plane ofthe manhole ex- cavation. 3. Pipc and Manhole Bedding The pipc trench or manhole excavation shall be backfilled to rcccivc thc pipe or manholc with drainfield limerock as the samc is commonly refcrred to in this arca, up to the levcl of Exhibit J Section 2 Clearing & Grubbing 9 SEC2 lOA the lower one-third of the proposed pipe barrel, or to the outside bottom of the proposed manhole, as applicable. This backfill shall be tamped and compacted to provide proper bedding for the pipe or manhole, as also specified herein. Undcr no eircurnstances will material other than drainfield limerock bc considered satisfactory for usc as bedding material for underwater construction. 4. Backfill After the pipe is installed, backtilling shall proceed in accordancc with the provisions of Subsection G, "Backfill". Exhibit J Section 2 Clearing & Grubbing 10 IDA 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 spccifications where used herein shall mean the most recent edition of the "Florida Department of Transportation Standard Spccifications for Road and Bridge Construction". The Contractor shall examine the entire sitc ofthc proposed work prior to submitting his bid in order to verifY existing conditions and thosc shown on the plans or called for in the specifications. B. Material and Construction The limerock base and subgradc material shall conform to Section 911 ofthe "Florida D.O.T. Standard Specifications". Stabilization of the subgrade and shoulders shall be in accordance with Section 160 ofthc "Florida D.O.T. Standard Specifications". Construction oflimerock base shall be in accordance with Section 200 of the Florida D.O.T. Standard Spccifications". Thc subgrade and shoulders shall be stabilized to thc depth and width as shown on the plans and shall have a minimum Florida Bearing Valuc (FBV) of75 or a minimum Limerock Bearing Ratio (LBR) of 40. The subgrade and shoulders shall bc compacted to at least 98% of maximum dcn- sity as determincd by thc AASHTO Tl80, (modified proctor test). The limerock base shall have a compactcd thickncss 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. T csting and Inspection The Contractor shall be responsible for thc cost of and thc furnishing of samplcs of the materials to a testing laboratory approvcd 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 writtcn consent of the Engineer. During thc construction, thc Engineer may require additional tests if any visible variation oecurs. One Florida Bearing Value (FBV) Tcst or Limerock Bearing Ratio (LBR) tcst for cach 0-1000 square yards of sub grade and onc FBV (or LBR) tcst for cach additional 1000 squarc yards (AASHO T180). One in place dcnsity tcst for each 0-1000 square yards of base course and one test for each additional 1000 squarc yards (AASHTO T 180) shall be providcd by the Contractor. During construction a field inspection 0 f cach phase shall bc made by the Engineer. It is the K:'li(l(i~~'i'J_; 1(-1\ \L:Tlt:- ( ,;',:d '\\('-1 ("j'\:'i"ql1""'>' 'l'<,l':'; 1,_1:, "~I i "l,i "",;;, :1 _, j';\' :J:"_<1" 11 lOr. Contractor's responsibility to notifY the Engineer when a phase of construction is ready for inspection. The Contractor shall notifY the Owner prior to conducting any test, so that the Owner may have his Representative present. II. PRIME/TACK COATS A. Scope The scope of this section consists offurnishing labor, equipment and matcrials for the application of bituminous material on all previously prepared base or a clcan, cxisting asphaltic surface in accordance with these specifications and in conformity with the most rccent edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction". B. Materials and Application Materials and application of prime and tack coats shall be in accordancc with Section 300 of the Standard Specifications. III. ASPHALTIC CONCRETE SURFACE COURSE A. Scope The scope of this Section consists of furnishing labor, equipmcnt and materials for the construction of an asphaltic concrete surface coursc. The asphaltic concretc surface course shall be constructed in accordance with thc plans and specifications. Standard Spccifications where used herein shall mean the most recent edition ofthc "Florida Dcpartment of Transportation Standard Specifications for Road and Bridge Construction". Thc Contractor shall examine the entire site of the proposed work prior to submitting his bid in ordcr to vcrifY existing conditions and thosc shown on thc plans or callcd for in the specifications. B. Materials The materials for the asphaltic concrete surface course shall consist ofthc typc surface specified in the plans. Thc material, processing of the material and construction shall comply with applicable Sections 310-339 of the Standard Specifications. C. Thickncss and Width Rcquircmcnts The thickness and width of the compacted asphaltic concrctc surface course is shown on thc Plans. Whcrc the surface eoursc is eonstructed on an existing pavement or old base which is irregular, the actual minimum finished thickness of the compactcd asphaltic concrete surfacc coursc shall not bc Icss than thc thickncss shown on the plans. Any surfacc coursc tound to be less than that thickncss shall be removed and replaccd. i\ -:-iH10-':,ij".; I ~'l\ \Lill. (';1:1::1 \\~',1 (':\I;\-')'()hi,:1l~' \;,,',;11\ ,I",;,,! ,.-1\ \1, \\",11 J ":,.-,1 i, 'il _~ 1':\ :1: "_di" 12 IDA D. Protection of Pavement After the completion of the pavement, no vehicular traffic of any kind shall be permittcd on the pavement until it has set sufficiently to prevent rutting or othcr distortion. E. Testing and Acceptance The asphaltic concrete surface course shall be tested and accepted with rcspect to compacted density and surface tolerance in accordance with the applicable requiremcnts of Section 330-10 and 330-12 of the Standard Specifications. IV. CONCRETE CURBS/GUTTERS A. Scope The work covcrcd in this Section ofthc Specifications consists offumishing all plant, labor cquipmcnt, matcrials and the performing of all opcrations necessary for the construction of concrctc curbs and/or gutters. B. Construction Methods All curbs, gutters, etc., shall be constructed in accordance with these Spccifications and in conformity with thc lincs, gradcs, dimcnsions, and notes shown on the plans. Excavation shall be to the required depth, and the supporting earth, basc, or subgrade shall be compacted in conformance with Section 3A. Subgrades for walks and concrete medians shall bc compactcd to a firm, cvcn surfacc, by mcans of rolling, watcring and/or tamping. After the concrete has sct sufficiently, but not latcr than three days after placing, thc spaces in front and back shall be backfilled with suitable matcrial and compactcd. When street bascs are to bc constructcd adjaccnt to curbs, gutters, etc., the curb, gutter, etc., shall be properly backfillcd and shall curc for a period of not less than (3) days before any basc matcrial is placed against it. All work shall be performed to the length and cross-scctions shown on the plans. Forms shall be of sufficient strength to resist the pressure of the concretc without springing. Bottom forms shall not be removed within twcnty- four hours aftcr initial concretc placement. Sidc or top forms shall not be removed within twelve hours after concrete placcment. Upon the removal of the forms, minor defects shall be correeted with a rich mix 0 f ccment mortar. Curbs and gutters shall bc finishcd until a smooth surface is attaincd. Final fmish shall be a light broom fmish. When completcd thc concrctc shall bc cured as outlined herein. h.'-,'1100i5'l" ~ I d\ \hlll i {..:d \\ <.1 C"II,'! ..:"k",. "'I"~ :11, I"i:~ 1 ~'iy \Lj"'j ~ 'ul \\~',i!,_i <I<i J -':,'l i (nl _, ;',:\ _1"2.o,:\:_c ] 3 lOA 11;1 C. Placing ofConcretc Concrete shall bc deposited in clean, wct forms and as nearly as practicable in its final position to avoid segregation. Coneretc placing shall be carried on at such a ratc that thc concretc is at all times plastic and flows readily into thc spaces between the bars. Concreting shall be a continuous opcration until the panel or scction is completed. All structural concrete shall be vibratcd. No concretc shall be allowed a frcc fall of more than four feet (4') or allowcd to strikc against a vertical or inclincd surface or reinforccmcnt abovc the point of deposit. Placing by means of pumping may be allowed, contingcnt upon the adequacy of the cquipmcnt for this particular work. Thc operation ofthe pump shall bc such that a continuous stream of concrete without air pockets is produccd. Placing of concrete shall be so rcgulatcd that thc prcssurc causcd by thc wct con- cretc shall not cxceed that used in the dcsign ofthc forms. After the concrete has taken its initial set, carc shall bc cxcrcised to avoid jarring thc forms or placing any strain on thc ends of project- ing reinforcement. D. Machine-Lavinf!: Machine laying of work will be permitted, providing all quality conditions of conventional construction arc met. As a specific requirement for machinc-laid curb and gutter, contraction joints shall be sawed unless an alternate mcthod of constructing them is approved in writing by the Engineer. Joints shall bc sawed at times designated by the Enginccr, and at intervals often feet except whcrc shortcr intcrvals are required for closurcs, but no joints shall bc sawcd or constructcd at intcrvals of less than four feet. E. Curing As soon as practicable after fmishing, all concretc shall be covercd with burlap and kept moist for a period of seven (7) days or, an approvcd 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 scventy-two hours aftcr application unless the surface is protcctcd by burlap or heavy building papcr. F. Joints I. Construction Joints Joints not shown or specified shall be located as to least impair the strength and appearance of the work. Thc placcmcnt of concrete shall be carried on at such a ratc that the surfaces of concrete which havc not bcen carricd to joint levcls will not havc attaincd initial sct bcforc additional concrete placement. }\,.; )(]() '~)ij'!._~ I ~'i> \1111\1[1 _j,':I] \\l'~ll i\>I' 1,\- ": \,_', I! h li.,-i~ I ,:1\ \ 1 ':1 ']! ,I!;' I \\"<1 ! J '<','1:1'1'\ i';I\ ill ~ ,1",_ 14 lOA 2. Contraction Joints Curbs, curb-and-guttcrs, and vallcy gutters shall bc constructed with contraction joints at intervals often fcet (10') except where shortcr intcrvals are required for closures, but no joint shall be constructcd at intervals of lcss than four fcct (4'). Contraction joints may be ofthe open type or sawcd. Construction and construction procedures of contraction joints shall conform to the Specifications sct forth in thc "Florida State Road Department Standard Specifications for Road and Bridge Construction". 3. Expansion Joints Curbs, curb-and-gutters, and valley gutters shall be constructcd, with cxpansion joints at all inlets, all radius points, all points where operations ccasc 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 rcinforcing bars. Expansion joint material shall be one-half inch bituminous impregnatcd cxpansion joint material. 4. Other Where the Plans call for scalcd joints between walks or concrete medians, and curbs, such joints shall be construct cd as specilled in thc Standard Spccifications. G. Contractor's Rcsponsibilities The Contractor is fully responsible for all conerete and concrcte work and finishcs. Hc shall rcjcct all delivercd concrete and fmishes not meeting thcsc spccifications. Thc Contractor shall also bc responsiblc for securing laboratory tcsts or rcports if such tests or reports are requested by the Engineer. The Engineer will not rcquire the testing ofmorc than one set ofthrce compression tcst cylinders pcr 50 cubic yards, (or part thercof). All curbs, guttcrs, ctc., shall be constructed in accordance with these Spccifications and in conformity with the lines, grades, dimcnsions, and notes shown on the plans. Excavation shall be to the requircd dcpth, and the supporting earth, base, or subgrade shall be compacted. Subgrades for walks and concretc mcdians shall bc compactcd to a finn, evcn surfacc, by means of rolling, watering and/or tamping. After the concrete has set sufficicntly, but not later than three days after placing, the spaces in tront and back shall bc backfilled with suitable material and compacted. When street bases are to be constructcd adjaccnt to curbs, gutters, etc., the eurb, guttcr, ctc., shall bc properly backfilled and shall cure for a period of not lcss than (3) days before any base material is placed against it. )''c U(i(l 7':;Q'L{ ] ~+ \1:11\"',- (";I;Ld \\ (\'., Il"'-!,C;li:\!kl" Si""\:;" !~'h \\::1:,1) ( \~i ! 1\,',:> j ,~ i)"\i::~'d\,, 15 .~~....--~..-~_.~."""""'---'_' ." -"._~-_.,--.-._<-".~_.,-_.._" lOA V. SIGNING/PAVEMENT MARKINGS A. Scope The work covered in this Scction ofthe Specifications consists of furnishing all labor cquipment, materials and the pcrformance of all operations neccssary for thc installation/application of roadway signs, and pavement markings. B. SigninlJ All roadway signs indicated on the plans shall bc constructed as specified in Sections 700 and 996 of the Standard Specifications. Stop signs shall be D.O.T. spccificd 30" x 30", speed limit signs shall be D.O.T. spccified 24" x 30". Both shall be installed per D.O.T. specifications with 2-1 type sign brackcts. C. Pavcment Markings Twcnty-four inch wide thermoplastic stop bars shall bc installed in the proper locations, adjacent to all stop signs. The thermoplastic markings used shall comply with and be installed pcr Scction 711 of the Standard Spccifications. The Contractor shall install modified Type 5 Class A reflective pavement markers in the centerline of the roadway adjacent to all fire hydrants. These markcrs shall have blue bi-directional reflcctive faces and shall conform to Scction 706 ofthe Standard Specifications, and shall bc installed by one of the methods described therein. VI. CONCRETE PARKING LOT PAVING A. General I. Related Documcnts Thc general provisions ofthe Contract, including General and Supplementary Conditions apply to the work specified in this Section. 2. Description of Work The extent of concrete paving is shown on thc drawings. For concrctc thickness see SITE OR PAVING PLAN. 3. Submittals and Approvals Materials shall bc furnishcd from sources of supply approved by the Architect or Enginccr. Contractor to submit "Proposcd Paving Construction Plan", which shall show thc concretc paving joint types and locations and shall include a statement of proposed sc- quence and schedule of paving operations with a brief description of motorizcd paving k, --IH)li "'>ii; 'L_'i\ \1 Ii" ['1111 \\, ,11-,,1<,:>;',:':" -':i",,;t;, i ,+, \1' ;)i 'Ii ] 6 -"-_.,,_.,.,.-"_.._..-.-~ lOA equipment if applieable. Proposed joint layout plan shall be submittcd to Architect or Enginecr seven (7) days prior to commenccment ofpaving operations. Unlcss the Con- tractor is notified of required changes by the Architect or Engineer prior to the schcduled paving commencement date the "Proposed Paving Construction Plan" will be considercd accepted and approved. B. Products I. Matcrials (a) Forms Use forms of either steel or wood, of size and strcngth to resist movement during concrete placement and to retain horizontal and vertical alignmcnt until removal. Usc forms that are straight and frec of distortion and defeets, extending the full depth of the concrete. Use flexible steel forms or plywood to form radius bends as required. Coat forms with a form release agent that will not discolor or deface the surfacc ofthc concrcte. (b) Joint Material Provide premolded joint filler for cxpansion (isolation) joints. (c) Curing Compound Use a pigmented liquid membrane curing compound whieh shall meet requirements of ASTM Designation C309 (AASHTO MI48). 2. Concrete Mix. Design and Testing Concrete supplier may submit his own plant design mix for approval provided the mix has a record of proven performance aeeeptablc to the Engineer and can be substantiated by satisfactory supporting data. Concrete mix shall produce standard-weight concrete with the following properties to be veritied by thc use ofthc appropriate listed test methods: - Compressive Strength: 3,000 PSI at 28 days - tested according to ASTM Designation C3 I (AASHTO T23) - Slump Range: 2 - 4 inches - tested according to ASTM Designation CI43 (AASHTO TI 19) C. Execution of Work !<:'i!iiiJ"7"')'f_~ I ,:1\ \111)<';1 ( :,<;1 "\','" <:.{ :Il":'l":(~l":"; -'[1,-, l]i,- ii I <;h " \\ Ji'i;!hl.1 '<_lIi"I:; .':i\" 17 lOA I. fnsoection Examine the areas and conditions under which concrete paving is to be installed. NolilY the Engineer of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until all unsatisfactory conditions have been eorrccted. 2. Subgrade Preparation Removc loosc material from the subgrade. Subgrade must be compacted to a density of at least 98% ofthe maximum density as determined by AASHTO FI80 before placing concrete. Do not begin paving work until the subgrade is brought to grade and fully prepared, clean and ready to receive paving. Just prior to placing concrete, moisten subgrade as requircd to provide a uniform dampcned surface at the time concrete is placcd. 3. Form Placement. Construction and Utilization Set forms to the required grades and lines to allow continuous progrcss of the work. Clean forms after each use and coat with tarm release agent as often as required to ensurc separation from concrete without damage. Instead of using fIxed forms, the Contractor may place concrete with a slipfonn paver designed to sprcad, consolidate, screed, and float-fInish the freshly placed concrete in one complete pass of the machine. Thc slipform paver shall be operated with as neatly a continuous forward movement as possible and all the operations of mixing, delivering, and spreading eonerete shall be so coordinated as to provide uniform progress with stopping and starting of the paver held to a minimum. The subgrade and slipform paver track area shall be brought to proper grade and cross section by means of a properly recompacted. If any traffic is allow cd to use the prcpared grade, the grade shall be checked and corrected immediately ahead of placing thc concrete. 4. Concrete Placement Ready-mixed concrete shall be mixed and transported in accordance with the current SpecifIcation for Ready-mixed Concrete ASTM Designation C94. Comply with the applicablc requirements of "CONCRETE" Section in the SpecifIcations and as hercin specifIcd. Moisten subgrade as required to providc a uniform dampened condition at the lime concrete is placed. Do not place concrctc around manholes or other structures until they have been brought to thc requircd gradc and alignment. Concrete shall be dcposited and eonsolidatcd in such a manner as to prcvent the formation of voids or honeycomb pockcts, howcvcr, do not ovcrconsolidatc concrcte so as to cause segregation of aggregate in concretc. Consolidate with care to prevent dislocation of joint devices. Deposit and spread concrete in a continuous operation. 5. Joint Construction k,'" JO;::;';' ; I \'1: "1;;1' Ii ;1,,1 \' 0.1 i "I:e"" h[,'n. '<I" ,,(I, rl,,;;~1 cl.< \1",,,, ( \\ ,"'11-'\' ih:1 .1 ';,-,lj"'l _' 1);1', li:-! '.I," 18 lOA Construct expansion (isolation), contraction (wcakcncd-plane) and construction joints true to line with facc pcrpcndicular to surfacc of thc pavcmcnt as shown on Approved Paving Construction Plan. Joints shall be provided in both the longitudinal and transvcrse directions. Maximum spacing of longitudinal and transversc contraction joints shall be fiftecn (15) fcet. On radius sections maxirnumjoint spacing shall bc twelve (12) fect as measured along thc longcst edgc of the curvc. (a) Contraction (Weakcncd-Planc) Joints Providc contraction joints for a dcpth no grcatcr than onc- fourth (1/4) nor less than onc-fifth (115) the pavemcnt thickness. Contraction joints must be continuous across thc slab unlcss intcrruptcd by a full dcpth joint filler and must extend complctely through any intcgral curbs. Contraction joint aligmnent may be skewed or warpcd whcre necessary to reach points of stress concentration. Contraction joints are to be constructed at the Paving Subcontractors option as follows: (I) Sawed Joints Form contraction joints using saws cquipped with shattcrproof abrasive or diamond rinnned blades. Cut joints into concretc paving as soon as the surface will not be revelled or otherwise damaged by the cutting action. Joints must bc completcd bctwccn four (4) and cightcen (18) hours after paving has bcen placed. (2) Prcmoldcd Inserts Use embedded strips ofprcmolded filler joint material embcddcd while concrete is still in the plastic state. Premolded filler must bc tlush with the surface ofthc concretc paving. (3) Hand-Formed Contraction joints may be installed in thc concrctc paving with the use of a mason's hand groovcr utilizcd while thc concretc is in the plastic state. Hand groover must be of sufficient depth to lcavc a finished joint greater than "D"/5 and less than "D"/4. Hand- formed joints must havc a finished radius along the joint edge equal to 114 inch. (b) Construction Joints Place full dcpth Construction Joints at thc end of concrete pours and at locations J,."7\II)(I ")')"-3 1,,:1\ \1:1,"i ( '11:1 \\'l'i I ',,"i'<':U- :~~' "i'c,:lh Ii I ,_'ly \1::,\1 ( ,!:d \\ ; ]"i\. iJ!::.d", 19 lOA where placement operations are stopped for a pcriod of thirty (30) minutcs or more except where such pours terminate at expansion joints. (c) Expansion (Isolation) Joints Providc Expansion Joints to isolate fixed objects abutting or within the paved area. They must contain prcmoldcd joint filler for the full depth of the paving slab. 6. Finishing Pcrform concrctc finishing using machine and/or hand tools as rcquircd. Adding water to the surface ofthe concrete to assist in finishing operations shall not be pcrmitted. A uniform gritty non-slip finish shall be provided by brushing the surfacc with a stiff-bristled broom or by dragging a "burlap drape" over the surface just before thc water sheen appears. 7. Curing Concrctc shall be curcd by protecting it against loss of moisturc and mechanical injury for at least three (3) days after placcmcnt. A pigmented liquid curing mcmbrane shall be applied immediately after finishing opcration. 8. Paving Precautions (a) Form offsets that arc used at radius points to providc continuity in paving operations should bc at least one (l) foot in order to avoid slivers of concrete that may be broken off. (b) Construction traffic shall not use the area dcsignated for passenger car parking. 9. Jointing (a) When pavement areas havc many drainage or other structures, place joints to approximate the cracking that would occur without joints. Of immediate concern (possibly within 8 hours dcpcnding on climatic conditions) are the "critical joints" which are located at narrow areas, interior comers, areas of curving pavement in cul-de-sacs and at fixcd objects within the slab arca (catch basins, cquipment foundations, planters, bases for light and sign poles, etc). Within the boundarics of critieal joints, other joints should be laid out in squarcs with no joint spacing exceeding 15'0". (b) Joints must be continuous across the slab unlcss intcrrupted by a full depth joint and must extend through intcgral curbs. K' 'I'i(\\l 7:,l)'L( Ixl:- \\:11\"1 (',:11:11 \\'c'-.jl H"'i',.!!dcx> l~l"ld' il..;-I C':Y \L,. -rl,],:<I \",.(f :'I'\.1:\'i': I'J'!ll<d"l 20 SEe3 lOA (c) Joint alignment may be skewcd or warped from the normal grid pattern where necessary to rcach points of stress concentration not on the normal pattern. (d) Form offsets used by Contractors at radius points to provide continuity in paving operations must be at lcast 12" to avoid slivers of concrete that maybe easily broken off. (c) Require curbs to be cast intcgrally whenever practical as integral curbs strcngthen pavement edges and arc less cxpensive to construct. (I) Avoid acute angles oflcss than 45' between intersecting joints. Joint dog legs or fillets at radius points should bc at least 12" long. k ~~):lil7;')i;_t I \ Llill'j{ I \\':~ll, :'i."i";,I~" "! r ( d \\ L,i i ] '<,I<-,II_'J.I\;jl'_',1< 21 lOA SECTION 4 DRAINAGE I. STORM SEWERS/STRUCTURES A. Scope The scope ofthis section consists of furnishing labor, equipment and materials and the construction ofthe gravity storm sewer system shown on the plans and/or hcrein described or specified. Standard Specifications where used hcrein shall mean the most recent edition ofthe "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 thc plans or called for in the specifications. In thc cvent 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 JR and ASTM B-745 Type JR. The pipe material shall be formed from aluminum alclad coil and conform to the current AASHTO M-197 (and ASTM B-744) material specification. Thc pipe shall have an external helical corrugation of 113" X]I." X 7-1/2" a.c. resulting in a Manning "n" of 0.012 or less. Thc helical lock seam shall contain cxtcrnal scam staking. Minimum pipe mctal 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 111, Wall B. Pipe joints shall be sealed using rubber gasket joints and the pipe joint shall be manufactured to meet the requiremcnts of the approved type of gasket to be used. Joints on oval pipe where provision has not been made for gaskcting 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. Spccifications Serial Designation C 270. The Contractor will havc thc option of using either a Portland cement-hydratcd limc mixture or a Portland cement mixture with masonry cement added for improved workability. The mortar materials shall be proportioncd by volume and shall be as follows: One (I) part Type I Portland cement - A.S.T.M. C-J50 Three (3) parts aggrcgatc (sand) - A.S.T.M. C-144 Exhihit J Section 4 Drainage 22 lOA The addition of masonry cement AS. T.M. C-91 will bc permitted to improve workability of mortar. Brick used in the construction of manholes, catch basins, drop inlets and junction boxes shall be Portland cement concrcte conforming to A.S.T.M. Serial Designation C-55, Grade U n. They shall be sampled in accordance with A.S.T.M. Serial Designation C-140. All concrete and concrete work shall conform to thc specifications contained herein unless otherwise notcd 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 ofloose rust, scale, dirt or oil, and shall confoffi1 to AS.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 AS.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 AC.l. 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 matcrial at thc sitc of the work, each piece shall bc unloaded near the place where it is to be laid in the trcnch. D. I Laving Concrete Pipe Trench and backfilling shall be completed as specified in Section 2-D ofthese Specifications. Gravity storm sewers shall be laid to the exact linc and grade shown on the plans. Scwers will be inspected when the line is completed and backfill has been placed to a depth of one foot (I ') ovcr the pipe. Backfill may be completed only after thc Engineers approval of each section has been given for line and grade. Faulty sections ofline, rejectcd by the Engineer, shall be removed and relaid by the Contractor. The laying of pipe in finishcd trenches shall be conunenccd at the lowest point, with the spigot ends pointing in the direction ofthe t1ow. 0.2 Laving Aluminum Spiral Rib Pipe Installation shall be in accordance with thc pipc manufacturer's "Recommended Installation Procedures" unless otherwise specifically modified herein. Trcnching and backfilling shall be completed as specificd in Section 2, Article IV ofthcsc spccitications unless othcr wise specifically Exhibit J Section 4 Drainage 23 ''iL"" A ,,ft, I.) modified herein. Thc pipe shall be installed on selcct bedding material to the dimensions given on sheet I of 4 of FOOT Standard Index 205. Backfill materials in thc pipe envelope shall be limited to clean, non plastic materials that requirc littlc or no compaction effort (GP, SP) or to well gradcd granular materials classificd as GW, SW, GM, SM, GC or SC with a maximum plastic index (PI) of 10. Maximum loosc lift thiekncss shall be twelve inches (12") with each lift compactcd to a minimum of90% standard density per ASTM 0698 (AASHTO T99). Compaction in cxccss ofnincty-fivc percent (95%) is not rccommcnded. Special attention to moisturc contcnt to limit compaction effort shall bc rcquired. Soil ccmcnt or ccment slurrics may be used in licu of the selccted granular matcrials. When the aluminum spiral rib pipc invert is to be installed below the natural watcr table, #57 stone shall be utilized for the selcct bedding material and elean sand for backfilling in accordancc with thc dctail 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 pipc manufacturer's Fill Height or Height of Cover Tables for HS-20 vehicles and construction vchiclcs. Upon completion of backfilling and compaction of each pipe run, the pipe shall meet the requiremcnts of FOOT Standard Specification Section 430- 8.2. E.I Jointing Reinforced Concrete Pipc All pipe shall be joined by rubber gaskets installed in strict accordance with the rccommendations of the pipc manufacturer. The joint shall bc scalcd so that thc joint will rcmain watcrtight undcr all conditions of service, including movement duc to cxpansion, contraction and normal settlcment. Pipc joints and rubber gaskets shall conform to the requirements of Sections 941 and 942 ofthe Standard Specifications. E.2 Jointing Aluminium Sviral Rib Pipe Coupling bands shall be made of the same material as thc pipc and shall bc a minimum of 16 gauge. Bolts, nuts, and other hardware used shall mcct thc rcquiremcnts of cither ASTM A307 or ASTM A325. Each end of each pipc scction shall have a minimum of two annular corrugations and shall fully engage, over the cntirc pcriphery, one corrugation on each pipe end. In addition, two neoprene "a-ring" typc gaskcts shall bc used in conjunction with the connccting band. Thc neoprene "a-ring" gaskcts shall meet the requiremcnt of ASTM C-361. An acceptable connecting band is the H-12 Hugger Band with double "a-ring" gaskets. Field cut pipe shall only be installed with the plain end (no annular corrugations) in a storm sewer structure. A filtcr fabric jackct in accordancc with FOOT Standard Indcx 280 shall be installed around all joints. F. Catch Basins, Storm Sewcr Manholcs and Concretc Headwalls Catch basins, storm sewer manho les and concrctc hcadwalls shall bc constructed at thc location and to the depth indicatcd on thc drawings and in accordance with thc details shown thcrcon. Excavations Exhibit J Section 4 Drainage 24 lOA and backfill shall bc madc in accordance with the applicable sections of the specifications. Joints between walls and the incoming outgoing pipes shall be sealed with Portland 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 facc of the structure and thc brokcn ends of these pipcs shall be groutcd with Portland cement mortar to a smooth unifonn covcring with no steel exposcd. All precast rcinforced concrete structures shall conform to A.S.T.M. Specification C-478. Thc Contractor shall submit three (3) sets of shop drawings ofthc 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 includc any reasonable adjustment and rcalignment ofthc grate necessary, or the installation ofthe inlet grates. Framcs shall be secured in mortar and the mortar struck smooth inside and out. G. Manhole Frame and Cover Matcrial 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 bc performed to the dimensions shown on thc plans. Forms shall bc 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 thc concrete. Upon the removal ofthe forms, minor defects shall be corrected with a rich mix of cement mortar. When completed the concrete shall be cured as outlined hcrein. II. SW ALE EXCA VA nON A. ScoDe Swale exeavation shall conform to the limits indicated on the plans or spccified herein. This work shall include excavation, shaping and sloping and othcr work necessary in bringing the swale excavation to the requircd gradc, alignment and cross section. B. Excavation All suitable materials rcmoved from the swale excavation shall be used as far as practicable in the formation of subgradcs, shoulders or other places as directed. No excavated material shall be wasted without permission, and wherc ncccssary to waste such material it shall be disposed of as dircctcd by thc Engineer. Material classified as A-8 in aeeordancc with AASHTO Designation M 145 is highly organic soil and is considered unsuitablc and is to bc removed to the requircd depth and replaced, to the satisfaction ofthc Engineer, with suitable material. Unsuitable material existing in open areas may remain and thcse open areas may be used for disposal arcas for the unsuitable matcrial as directed by thc Engineer. Open areas arc dctincd as those areas that do not includc building sites, paving or Exhibit J Section 4 Drainage 25 IDA street rights-of-way. All excess unsuitable excavated material shall be considered 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. SEC4 Exhibit J Section 4 Drainage 26 IDA SECTION 5 CONCRETE I. GENERAL A. Scope The work included under this section consists of furnishing all materials, forms, transportation and equipment, and perfonning 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 I. 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 Sectillll 5 Concrete 27 lOA Compressive Strength In Pounds Per Square Inch Class Design A B C 4000 3000 2500 E. Field Control and Testing I. 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 fmal 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 identity 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 fmishes. 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 28 IDA SECTION 6 GEOWEB LOAD SUPPORT SYSTEM I. GENERAL A. Scope I. The work covered by this section includes the furnishing of all labor, materials, equipment and incidentals for construction and installation of the Geoweb@ Load Support System, as shown on the Construction Drawings and described by the Contract documents. B. Materials I. Geoweb Cellular Confinement System I. I Manufacturer and Availability: The Geoweb Cellular Confinement System shall be manufactured by Presto Products Company - Geosystems Products A Business of Alcoa PO Box 2399, 670 N Perkins Street Appleton, WI 54912-2399 Ph: 920-738-1118 Fax: 920-738-1222 E-mail: info@prestogeo.eom Website: www.prestogeo.eom Supplied Locally by R. H. Moore & Associates, Inc. 800-330-2333 1.2 Geoweb Cellular Confmement System The Geoweb@ system consists of an assembly of fully surface-textured H.D.P.E. sheet strips connected in series, using full-depth ultrasonic spot-welded seams, aligned perpendicular to the longitudinal axis of the strips. When expanded, the interconnected strips form the walls of a flexible, three-dimensional cellular confinement structure into which the specified infill materials can be placed. The system can include: Geoweb@ geoeells Temporary Stake Anchors Composite Sub-drains Celllnfill Material Exhibit J Section 6 Gcowcb Load Support System 29 IDA Pavement Surface Materials Pavement Subbase Material 2. Geoweb Materials - Composition and Properties 2.1 Geoweb@ Base Material Polyethylene used to make strips for Geoweb@ sections shall have a density of 0.935 - 0.965 g/em3 (58.4 - 60.21b/eu.ft) tested per ASTM D1505. Polyethylene used to make strips for Geoweb@ sections shall have an Environmental Stress Crack Resistance (ESCR) of3000 hour tested per ASTM Dl693. The resin manufacturer's certification of polyethylene density and ESCR shall be available upon request from Presto. Carbon black shall be used for ultra-violet light stabilization. Carbon black content shall be 1.5% - 2% by weight through the addition of a carrier with a certified carbon black content. The carbon black shall be homogeneously distributed throughout the material. Presto shall eertity the percentage of carbon black. 2.2 Strip Properties Strips used to make Geoweb@ sections shall have a sheet thickness, of 1.27 mm - 5% +10% (50 mil-5% +10%) tested per ASTM D5l99. Thickness shall be determined in the flat, before any surface texturing or other surface disruption. Perforations shall be such that the peak friction angle between the surface of the perforated plastic and a #40 silica sand at 100% relative density shall be no less than 85% of the peak friction angle ofthe silica sand in isolation when tested by the direct shear method per ASTM D 5321. The quantity of perforations shall remove 19.6% + 3% of the cell wall area. 2.3 Cell Seam Peel Strength Test Cell seam strength shall be unifoffi1 over the full depth of the cell. Minimum seam peel strengths shall be: 2840 N (640 lbf) for the 200 mm (8.0 in) depth cell, 2130 N (480 lbf) for the 150 mm (6.0 in) depth cell, 1420 N (320 Ibf) for the 100 mm (4.0 in) depth cell, 1060 N (240 lbf) for the 75 mm (3.0 in) depth cell. Short-term peel strength shall be tested per Section D. Exhibit J Section 6 Gcowcb Load Support System 30 lOA Seam hang-strength test shall be performed on all resin or pre-manufactured sheet or strips for a period of 168 hours (7 days) minimum in a temperature-controlled environment that undergoes change on a I-hour cycle from room temperature to 540C (I300F). Room temperature is defined in ASTM E41. Long-term peel strength shall be tested per Section E. 2.4 Geoweb Dimensions The Geoweb@ sections shall be fabricated using strips of sheet polyethylene each having a length of3.61 m (11.8 ft). Polyethylene strips shall be connected using full-depth, ultrasonic spot-welds aligned perpendicular to the longitudinal axis of the strip. Weld spacing shall be 356 mm + 2.5 mm (14 in ct 0.10 in). The ultrasonic weld melt-pool width shall not exceed 25 mm (1.0 in). The Geoweb@ sections shall be "GW20V6WWLL" sections. "6" indicates the cell depth in inches, "WW" and "LL" indicate the expanded section width and length in number of cells. The area of expanded cells shall be 289 sq. em (44.8 sq. in). Geoweb@ sections for load support construction shall have the following ranges of expanded dimensions. Sections GW20V61025 Expanded Dimensions Minimum - 2.8 m wide x 5.1 III long (9.2 II, 16.7(1) Maximum - 2.3 m wide x 6.1 m long (7.7 ft x 20.1 ft) Nominal Area - 14.5 m' (156 IF) 3. Geosynthetie Components 3.1 Geotextiles The bottom geosynthetie layer shall consist of Mirafi 160N nonwoven geotextile. 3.2 Stake Anchors Geoweb@ scctions may be temporarily anchored with ATRA@ anchors or J-hook stakes prior to placing the infill material. The stake layout shall be as required to shape the Geoweb@ sections to the specified dimensions. The stakc diameter and length shall be suitable to hold the Geoweb@ sections in tension for the given foundation soil conditions. 3.4 In fill Material The Geoweb@ system infill shall be a mixture of sand/topsoil. Typically, onsite soil can be used if approved by project engineer. Infill needs to be able to support the establishment of vegetation. Exhibit J Section 6 Gcowcb Load Support System 31 IDA The vegetation shall consist of sod (type chosen by project manager) 4. Submittals Submit shop drawings. Submit product data, drawings and samples. Submit current product quality assurance test data and independent laboratory test results indicating compliance with specified performance. No material will be considered as an equivalent to the Geoweb@ material unless it meets all areas of this section without exception. Manufacturers seeking to supply what they call equivalent material must submit records, data, independent test results, samples, certifications, and documentation deemed necessary by the Engineer to prove equivalency. The Engineer will approve or disapprove other manufacturers materials within 60 days after all submitted information is studied and tested. 5. Quality Assurance and Certification Product manufacturers shall provide certification of compliance with all applicable testing procedures and related specifications upon written request. Request for certification shall be submitted by the purchasing agency no later than the date of order placement. Product manufacturers shall also have a minimum of 5 years experience producing products for Load Support Systems. 6. Warranty Presto shall warrant each Geoweb@ cellular confmement system section which it ships to be free from defects in materials and workmanship at the time of manufacture. Presto's exclusive liability under this warranty or otherwise will be to furnish without charge to the manufacturer's customer at the original fo.b. point a replacement for any section which proves to be defective under normal use and service during the 10-year period which begins on the date of shipment by the manufacturer. Presto reserves the right to inspect any allegedly defective section in order to verity the defcet and ascertain its cause. This warranty shall not cover defects attributable to causes or occurrences beyond Presto's control and unrelated to the manufacturing process, including, but not limited to, abuse, misuse, neglect, improper storage, improper installation, improper alteration or improper application. Presto makes no other warranties, express or implied, written or oral, ineluding, but not limited to, any warranties or merchantability or fitness for any particular purpose, in cOill1ection with the Geoweb@ cellular confinement system. In no event shall Presto be liable for special, indirect, incidental or consequential Exhibit J Section 6 Gcowcb Load Support System 32 lOA damages for the breach of any express or implied warranty or for any other reason, including negligence, in connection with the Geoweb@ cellular confinement system. 7. On-site Manufacturer's Representative Presto shall provide a qualified representative on site at the start of construction to ensure that the contractor installs the Geoweb@ system in accordance with the contract drawings and spccifieations. The representative shall have at least 5 years experience installing Geoweb@ load support systems and have installed a minimum of50,000 m2 (500,000 fi2) ofGeoweb@material. 8. ISO Certification Presto Products Company shall have earned a certificate ofregistration, which demonstrates that its quality-management system for its Geoweb@ cellular confinement system is currently registered to the ISO 9002 quality standards. The scope of ISO 9002 registration shall be for the entire Geowcb@ cellular confinement system product manufacturing process from incoming raw materials (resin) to finished product. Earned registration shall be verifiable by providing a copy of the current continuous registration certificate upon the customer's written request. Under the scope ofthe ISO quality standard, Presto Products Company shall compile, keep record of, and provide for each customer order or production lot, actual and certified values for the following: I. Resin Lot Number 2. Resin Density 3. Carbon Black content (where applicable) 4. Sheet Thickness 5. Short-term Scam Peel Strength 6. Long-term Seam Peel Strength - 7-day hot box method 9. 10,000-hour Scam Peel Strength Certification Presto Products Company shall provide data showing that the high-density polyethylene resin used to produce the Geoweb@ sections has been tested using an appropriate number of seam samples and varying loads to generate data indicating that the seam peel strength shall survive a loading of at least 95 kg (209 lbf) for a minimum of 10,000 hours. Exhibit J Section 6 Geoweb Load Support System 33 lOA 10. Materials Handling and Storage The contractor shall check all materials delivered to the site to ensure that the correct materials have been received. Materials shall be stored on site in a manner that ensures that no damage occurs to any of the materials. Damaged materials shall be replaced at the Contractor's expense. I]. Substitutions No material will be considered as an equivalent to the geocell material specified herein unless it meets all areas of this specification without exception. Manufacturers seeking to supply what they represent as equivalent material must submit records, data, independent test results, samples, certifications, and documentation deemed necessary by the Engineer to prove equivalency. The Engineer shall approve or disapprove other manufacturers materials within 60 days after all submitted information is studied and tested. C. Construction Requirements I. Examination Verity that site conditions arc as indicated on the Construction Drawings. Verity that layout of the proposed work is in accordance with the Construction Drawings. Verity that all required materials delivered to the site comply with the Contract Specifications. 2. Site Preparation The subgrade shall be grubbed and cleared of all trees, brush and root matter. Subgrade soils shall be excavated or graded to the lines and grades shown on the Construction Drawings. The upper .3 m (1 ft) of the subgrade shall be compacted to a minimum of 95% Standard Proctor Dry Density (SPDD) or as specified by the Engineer. Where subgrade soils arc encountered that are weaker than the assumed design strength, the contractor shall excavate the affected areas and replace the excavated material with suitable fill under the direction ofthe Engineer. Exhibit J Section 6 Gcowcb Load Support System 34 lOA 3. Geotextile Installation The geotextile shall be rolled out over the prepared subgrade along the alignment of the road structure. The geotextile shall be pulled taut to ensure that there are no folds. Geotextile overlaps shall be as directed by the Engineer, or as indicated on the following table. Soil Strength(CBR) I 1-2 2-3 3 Overlap (Not Sewn)mm (in) 1200 (48) 900 (36) 750 (30) 600 (24) Overlap (Sewn) mm (in) 225 (9) 125 (6) 75 (3) 4. Placement of Pavement Subbase Subbase aggregate shall be placed in lifts not exceeding 200 mm (8 in) and compacted to a minimum of 95% SPDD or as specified by the Engineer. The thickness of subbase and base aggregate layers, after compaction, shall be as indicated on the Construction Drawings. 5. Geoweb Installation The Geoweb@ sections shall be placed directly on the prepared sub grade or subbase and infilled with the specified infill material. The Geoweb@ section thickness shall be as indicated on the Construction Drawings. The Geoweb@ sections shall be expanded into position at the grades and lines shown on the Construction Drawings. The orientation of expanded sections shall be as indicated on the Construction Drawings. Individual Geoweb@ sections can be held in their expanded positions with steel stakes driven inside selected outer cell walls prior to filling or other suitable methods. Stretcher frames may be used when dimensional toleranecs arc required. When properly expanded, the typical plan dimensions of individual cells should measure between 224 mm (8.8 in) long by 259 mm (10.2 in) wide (nominal ct 10%). The edges of adjacent Geowebqy sections shall be inter-leafed or butt-jointed according to which side-wall profiles abut. In all cases, the upper surfaces of adjoining Geoweb@ sections shall be flush at the joint. Inter-leaf side connections between expanded Geoweb@ sections. Welded edge seams should be overlapped and aligned when stapling. Abut end connections between Geoweb@ sections. The longitudinal eenterlines of abutting external cells should be aligned and stapled at the cell wall contact point. Exhibit J Section 6 Geowcb Load Support System 35 lOA Adjoining sections shall be stapled together using a Stanley Bostiteh P50-1 OB pneumatic stapler using 1/2 inch SB103020 wire staples (or other approved stapler and staples). Refer to Presto's standard drawings for additional details regarding panel connections. The Geoweb@ sections shall be anchored in position prior to placing infill material by using either temporary stakes, by hand placement of infill material into the comer cells, or by other suitable methods. At catch basins, utilities, or other obstructions, the Geoweb@ sections shall be stretched into position and cut around the perimeter ofthe obstruction to allow the Geoweb@ sections to slip over the obstruction and placed flat on the prepared surface. 6. Placement ofInfill Soil The specified infill material shall be placed into the expanded cells with equipment appropriate for the site conditions such as a backhoe or a front-end loader. The maximum drop height into the cells shall be limited to a maximum of I m (3 ft) to avoid damage or displacement of the cell walls. 7. Sand/Topsoil Mix Overfill the cells and level to a minimum 50 mm (2 in) above the top of the cells walls. A front-end loader may be used to place the infill provided that it only traffics above Geoweb@ sections that have been filled and covered with the minimum 50 mm (2 in) of additional material. The infill material shall be compacted to a minimum density of95% Standard Proctor Dry Density and the surface graded to the minimum specified height of compacted overfill material. This may be accomplished by back-blading with a straight edged loader bucket. A tolerance of plus or minus 12.5 mm (1/2 in) is acceptable. The infill material shall be vegetated as specified. D. Short-Term Seam Strength Test Procedure I. Frequency of Test The short-term seam peel strength test (referred to as the 'test' in this section) shall be performed on a geoeell section randomly taken directly from the production line each two hours. Exhibit J Section 6 Geowcb Load Support System 36 IDA 2. Test Sample Preparation Randomly select 10 welds within the geocell section to be tested. Cut the strips defming those welds from the section such that the cut is 10 cm (4 in) on both sides of the weld and perpendicular to the weld. End and internal welds require 4 cuts. Edge welds require 2 cuts. Prior to testing, the test samples shall have air cool for a minimum of30 minutes from the time the selected geocell section was manu faetured. 3. Short-term Seam Peel Strength Test The apparatus used for testing the short-term seam peel strength shall be of such configuration that the jaws of the clamp shall not over stress the sample during the test period. The sample to be tested shall be loaded such that the load applied shall produce a peeling action on the seam. Load shall be applied at a rate of 300 mm (12 in) per minute and be applied for adequate time to detcrmine the maximum load. The date, time and load shall be recorded. Short-term scam peel strength shall be defined as the maximum load applied to the test sample. Minimum required short-term scam peel strength shall be: 1. 2840 N (640 lbf) for the 200 mm (8 in) depth cell. 2. 2130 N (480 lbf) for the 150 mm (6 in) depth cell. 3. 1420 N (320 lbf) for the 100 mm (4 in) depth cell. 4. 1060 N (240 lbf) for the 75 mm (3 in) depth cell. 4. Definition of Pass / Failure Two methods shall be used to determine acceptability of the manufactured geoeell sections. The successful passing ofthe short-term seam peel test shall not be used to determine acceptable of the polyethylene tor use in manufacturing of the geoeell sections. Acceptability of the polyethylene shall be determined through tests conducted in Section E. 5. The Tested Value If morc than one ofthe tested seam samples fails to meet the minimum peel strength, all sections manufactured after the previously successful test shall be rejected. If all tested scam samples meet the minimum peel strength, all geoeell sections manufactured since the last successful test shall be considered to have passed the test. Exhibit J Section 6 Gcowcb Load Support System 37 IDA When one of the tested scam samples fails to meet the minimum peel strength, another 10 samples shall be randomly selected and cut from the previously selected section. Ifmore than one of these samples fails, all sections manufactured after the previously successful test shall be rejected. Otherwise, all geoeell sections manufactured since the last successful test shall be considered to have passed the test. 6. Visual Failure Mode After each sample is tested, the seam shall be examined to determine the failure mode. Two failure modes arc possible. I. Material failure within and adjacent to the weld indicated by material strain and 2. Weld failure resulting in complete separation of the scam and shows little or no material strain. Upon examination, when the failure mode results in complete separation ofthe seam and indicates little or no material strain, product manufactured shall be rejected. E. Lon\!- Term Scam Strength Test Procedure I. Frequency of Test The long-term scam peel-strength test (referred to as the 'test' in this section) shall be performed: I. on each new resin lot number ifthe geoeell manufacturer extrudes the sheet or strip used to produce the geoeell material. 2. on each new order of sheet and/or strip ifthe geoeell manufacturer does not extrude the sheet and/or strip used to produce the geoeell material. 2. Test Sample Preparation A test sample shall be made using four of the strips meeting all aspects of the material portion of this specification. The four strips are to be welded together using a warm wclder producing a 2-eelllong section of geoeell product. The 2-eell section of geocell shall have 3 rows of welds cOill1eeting the four strips. The rows of welds are to be labeled A, Band C. The individual welds within each row shall be numbered consecutively from left to right starting with the number I (one). The test sample shall air cool for a minimum of30 minutcs. Randomly select 10 wclds from within the test sample. Cut the strips defming those welds such that the cut is 10 em (4 in) on both sides of the wcld and perpendicular to the weld. End and internal welds require 4 cuts. Exhibit J Section 6 Ueoweb Load Support System 38 SEC 6 IDA Edge welds require 2 cuts. These samples shall be cut to a width of 10 em (4 in). Properly identity each weld using the row letter and weld number. These samples are now ready to be tested. 3. Long-term Scam Peel Strength Test The long-term seam peel-strength test shall take place within an environmentally controlled chamber that undergoes temperature change on a I-hour cycle from room temperature to 540C (l30oF). Room temperature shall be defined per ASTM E41. Within the environmentally controlled chamber, one of the ends ofthe samples (10 samples in total) shall be secured to a stationary upper clamp. The jaws of the elamp shall be of such configuration that the grip docs not over stress the sample during the test period. The sample shall be secured so that its axis is vertical and the welds being tested are horizontal as the sample hangs within the environmentally controlled chamber. The sample to be tested shall be loaded such that the load applied shall produce a peeling action on the seam. A weight of72.5 kg (160 lb) shall be lifted via a hoist or lift platform and attached to the free lower end, ofthe sample. The weight shall be lowered in a way so that no impact load occurs on the sample being tested. The weight shall be sufficient distance from the floor of the chamber so that the weight will not touch the floor of the chamber as the sample undergoes creep during the test period. The date and hour the weight is applied shall be recorded. The temperature cycle shall commence immediately within the environmentally controlled chamber. The test period for the applied load shall be 168 hours. 4. Definition of Pass / Failure If any of the 10 seams fail prior to the end ofthe 168-hour (7-day) period, the date and hour of the failure shall be recorded and the polyethylene resin and strip material shall be considered unsuitable for geocell manufacturing. Exhibit J Section 6 Ueoweb Load Support System 39 IDA SECTION 7 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 I. Species to be Planted by Zone Botanical Name Common Name Above SHWT Below SHWT Andronof!on so. Broomsedge X Eraf!:rostis elliottii Lovegrass X Gaillardia nulchella* Blanketflower X Helianthus debilis* Beach sunflower X Mulenbervia cannillaris Muhlwrass X Paspalum monostachyum Seashore paspalum X Spartina 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 ofthe contract documents. B. Description I. Work Included a. The work consists of the delivery and installation of specific plant species of the quantity, quality, and size specified in thc 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 0 f the work. e. 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 Owncr's Representative with a summary of the size and number of plant species delivered to and Exhibit J Section 7 Plantings 40 IDA installed 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. Oualitv Assurance I. 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, Exhibit J Section 7 Plantings 41 lOA texture, and plant structure shall show the standard characteristics of the plant's specific species. If there arc any questions as to certainty, it will be the responsibility ofthe Contractor to verity the species. D. Product Handling I. GrowinlJ 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 elimatie 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 elimatie conditions. The delivered specimen shall be true to color and characteristic of thc 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 shipmcnt 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 Exhibit J Section 7 Plantings 42 IDA stacked prior to shipment. 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 arc 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. Deliverv I. 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 Exhibit J Section 7 Plantings 43 IDA have no evidence of drying. The Contractor shall be responsible for unloading all plant materials at the planting areas. C. Installation I. 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. e. 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 Rclease 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 ofreports 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 Exhibit J Section 7 Plantings 44 SEC 7 lOA 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 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 0 f the Contract due to circumstances beyond the Contractor's control. Exhibit J Section 7 Plantings 45 lOA SECTION 8 MEASUREMENT AND PAYMENT I. 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 ofthe 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 accordancc with the description ofthat 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) Mobilization Measurement for payment of the above item will be by lump sum. Exhibit J Section H Measurement and Payment 46 lOA Payment for this item will be made at the contract unit price bid per lump sum. 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. Provide Construction Survevinfi: and Lavout Measurement tor 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. Floatinfi: Turbiditv 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. 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 1II Stake Silt Fence will be made at the contract unit Exhibit J Section X Mcasun:ment and Payment 47 lOA 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. 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. 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. Rock Excavation Measurement and payn1ent ofthe 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. Embankment Exhibit J Section 8 Measurement and Paymt:nt 48 lOL 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. Maint. Travel-Way/Road Base (6" Limerock) Boat Ramps (Armorflex) Measurement and payment of the ahove 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. Riprap (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 riprap 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. Sodding (Bahia)(lnc1udes 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, Exhibit J Section 8 Measurement and Payment 49 IDA 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. Plantings (Above Seasonal High Water Table) 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. Geoweb Road (Geowcb/Soil InfilVGeotextile Separator) Measurement for payment of Geoweb Road will be per square yard of road installed and accepted. Payment for this item will be made at the contract unit price per linear foot, which price shall include all material, soil infill, sod, labor, placement, compaction, and all other work and incidental items required for complete installation in accordance with the plans. l5"Class III RCP (Storm Sewer) (Round Shape) 12" ADS Pipe (contingent item) 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 maill1er: 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 1ndex No. 273, therefore not including the length of the mitered end (dimension F). Exhibit J Section 8 Measurement and Payment 50 TI rj' " , :\,0".1', 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 preeonstruetion condition of irrigation and landscaping excluding sod, and all other work and incidental items required for a complete installation as specified. Class I Concrete (Endwalls) The quantity for payment lor Concrete Cass I (Endwalls) 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, shoring, form work, placement of concrete, backfill, and all other work and incidental items required for a complete installation as specified. 12" ADS Yard Drain (contingent item) 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 lor the satisfactory installation/construction of each respective item. 6' High. Black Vinyl 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 materials, posts, concrete, labor, backfill, and all other work required or specified for the satisfactory installation/construction of each gate. Exhibit J Section 8 Measurement and Payment 51 IDA 6' High. Black Vinyl Chainlink Fence Measurement for payment for the ehainlink fence will be the linear feet, measured along the fence completed and accepted. Payment for chainlink Fence will be made at the contract unit price per linear feet which price and payment shall be full compensation for all fence materials, posts, concrete, labor, backfill, and all other work required or specified for the satisfactory installation/construction of the fence. SEC 8 Exhibit J Section 8 Measurement and Payment 52 '75 IOh Forge Engineering, Inc. Forensic, Geotechnical, Environmental and Construction Consultants Report of Geotechnical Exploration PROPOSED IMPROVEMENTS LASIP Lely Manor Canal West Outfall (North Section) Naples, Collier County, Florida Forge Engineering Project Number 135-019.01 ______.11:I. -1.-- Forge Engineering, Inc. Forensic, Geotechnical, Environmental and Construction Consultants lOA October 14, 2009 Attn: Mr. Dan Brundage, P. E. AGNOLl BARBER & BRUNDAGE, INC. 7400 Tamiami Trail North, Suite 200 Naples, Florida 34108 Phone (239) 597-3111 Email: brundage@abbinc.com Subject: Report of Geotechnical Exploration PROPOSED IMPROVEMENTS LASIP Lely Manor Canal West Outfall (North Section) Collier County Project Number 51101 Naples, Collier County, Florida Forge Engineering Project Number 135-019.01 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 September 25, 2009 and authorized by you on the same day. 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 along the proposed canal improvements site and to provide an evaluation for removal of the encountered soil. Environmental assessments or other studies were beyond the scope of our services. This report has been prepared for the exclusive use of Agnoli, Barber and 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. ---------- P.O. Box 113040, NAPLES, FLORIDA 34108' (239) 514-4100 . FAX (239) 514.4161 . www.forgeeng.com 5884 ENTERPRISE PARKWAY, FORT MYERS, FLORIDA 33905 . (239) 693-7813 . FAX (239) 693-7821 . www.forgeeng.com Report 01 Geotechnical Exploration Proposed Improvements Lely Manor Canal West Outfall FORGE Project No. 135-019.01 October 14, 2009 IDA Project Information Our understanding of this project is based on previous discussions with you, some assumptions that we have made based on our experience in the area, and a review of project plans provided by you. We understand this phase of the project consists of widening and deepening fhe exisfing subject canal from Tamiami Trail East (US 41), west to the northwest corner of the Treviso Bay development (approximately 4,300 lineal feet). We understand the canal bottom will be extended to depths of about 9 to 12 feet below existing grade. Site Conditions The project site extends west from the intersection of the existing canal with Tamiami Trail East in Naples, Collier County, Florida. The grpund surface on the north bank of the canal consisted of scrub grass and was heavily vegetated. There is a pathway that extends approximately 2000 feet west (FPL Easement) of the intersection of the canal with Tamiami Trail East. The western half of the project site (west of the FPL easement) was not accessible to our drill rig due to heavy vegetation. There is a detention pond northeast of the project site limits. The appended Site Location Map and the Site Vicinity Aerial Photograph and Boring Location Plan present the site relative to its surroundings. Subsurface Conditions The subsurface conditions at the site were explored with four soil test borings drilled to a depth of 15 feet below existing grade at this site. FORGE located the borings as close as practical for aecess by our drill rig. The approximate location of the borings is shown on the appended Site Vicinity Aerial Photograph & Boring Location Plan. If more exact locations are required, we recommend your firm locate the borings. An engineer from FORGE classified soil samples obtained from the borings. 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. Page 2 of 4 Report of Geotechnical Exploration Proposed Improvements te/y Manor Canal West Outfall FORGE Project No. 135-019.01 October 14. 2009 lOA _..__.-..~.~ ._._-_._,----_.,.__.~._-_.- GENERALIZED SOIL PROFILE ----- - DEPTH (FT) FROM TO SOIL DESCRIPTION -- Very Loose to Loose SAND, (Silty SAND with Grav 0 7 encountered in Boring B-4 from 6 to 8 feet) 7 11 Hard L1MESTONE(Caprock) ----- (Soft LIMESTONE encountered in Borina B-4) 11 15 Very Loose to Loose Silty GRAVEL with Sand (Weathered Umestonel____. .... (1) Unified Soil Classification ~--- _._---,.._._----~ USC(1) el SP, SM NA,GW GM The groundwater level recorded at the time of drilling ranged from about 4.5 to 7 feet below existing grade at the time of drilling. It should be anticipated the groundwater level would fluctuate due to 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. Canal Expansion Our experience with similar subsurface conditions in this area indicates the relatively clean sand layers encountered above the eaprock layer in our borings appear suitable for use as structural fill, although silty sand stratums encountered in one 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 confent in to less than 10 percent to provide structural fill. The soil borings completed for this project encountered a hard limestone (caprock) layer between approximately 6.5 and 11 feet below existing land surface. Based on the Standard Penetration Resistance Values recorded in the hard limestone (caprock) Page 3 of 4 Report 01 Geotechnical Exploralton Proposed Improvements Lely Manor Canal West Outlall FORGE Project No. 135-019.01 October 14. 2009 lOA layer encountered in our borings, it may not be feasible to remove this layer with conventional excavating equipment. Therefore, we anticipate blasting may be required to facilitate removal. 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. Additional Services Although outside our current scope of authorized services, FORGE should be engaged to review the project foundation plans and earthwork specifications. We would then suggest changes in the specifications so our recommendations are properly interpreted and implemented. 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, Forge Engineering, Inc. (f1) ~I/YJ~ 10,11.(,07 ! . /-ilAt f' /I ~IS F. cCo~ E. Senior Enginee 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 APPENDIX ""~___,,......,~_.,,'_n"'_.___----....___.___"_,. lOA Vedadu W.WPmk,t-- 4- Via MiraITlHr Pa,k Gulf of Mexico SITE LOCATION MAP "North Naples iFJRE STATION NO. '1<i1 851'..........- 896 41 :+ :~iveJ' Par!< "Naples 886 :)'1 896 8"' Gffien (fj ~ it OJ w " ~ @ Blvd Golden <-Gate C 0 951 IDA 876 951 The Everglades ct 'Q " ~ ~ m ~ LORIDA " ~h)uthea::jt Lund 4- ^~qllisitjon Off 886 856 I Naples Municipal Airport , Easl Naples o en " I E R m 84 w O' ~: 2; '" '" m: ro o o c , '" OJ ~ 3 :u n 864 Gt;itCO'ilGl [Leiy Mano'- Canal w~ , 'V="'" oNaples Manor Kcoke{y, H,lY !I Natonal Esl,]urine RSRV '1-- 3 "0 41 92 Omi 2 5 3 4 Copyright ~and (P) 1966-2007 Microsoft Corporation amI/or its sUppliers. All [igMs rosll!'Vm.L htlpJ/wv,Wmi1;fOsolt.com/slfeelsl Ce.rteln mapping and direction data@2007NAVTEQ.Ail fights fe~efVed T!16 Oala for areas of Canada incl<.ldes infofmatlon taken ,"llh pormission (ralll Canadi311 authofi~es, inclUQlflg;D Her Majesty the Queellln Right of Canada,,~ Quenn's Prillterlor On!mio. NAVTEQ and NAVfEQ ON 80MW "ra trademarKs of N"VTEQ.@2007 Tale Alias North Alllerica. file ,\II tigr,ts rescr/cd. Ta!e !\tJas and Tela Alias North America are tradem3~,(sQf T<lta I\Uas, Ille lOA SITE VICINITY AERIAL PHOTOGRAPH AND BORING LOCATION PLAN o ~ Number and Approximate Boring Location PROPOSED IMPROVEMENTS IIForge I'.'E' . I / ngmeenng, nc. \,; Forensic, Geotechnicalj Environmental, And Construction Consultants LASIP Lely Manor Canal West Outfall Naples, Collier County, Florida FORGE Project Number 135-019.01 "t III '" .c 15. ID o M cO '" ~ c'l '" cO '" .c 15. c'l ";' III '" ~ ID o " C o IDW E 0 ::Jij '0 E ~::i s'l5 m~ ,,- 1E.{jj s= !i (/)~ ~-S 'iiie> Jl'~ 5J:: .c-l ._..~ :t:: IJJ ~o~~H ~ I-!!c.? o ffiC>~ ~ ~~~ai U)W-JCI)(/) " ..;11:..... ... .. -.. - .. .. ""..... .... '0 ~ "- ~ 5 " > E e> 15. .0 Z '" ~ " .. .. _, .. .... ".. ...... ... <tIo *'..... .. .. " .. .. .. ., .. .. .. ,. a_ . .. .. .. " .. .. " .. .. .... ... ""' '* ill o ...: o N o ..j 15. .0 Z '" c c o IIII 01 ID E i=1 1ii 'O.c '5 0. ~ ID ",n ~2 'C (II '0 ~ o~ :il is .3(5 "'Ill ~~ ...J <D o I- '" '" 2; '" o '" .!!:! t;: o ... a. Q) (.) ~ ::l III ..Q ::l (J) 'tl Q) .!::! ;;; ... Q) l: Q) Cl (J) I- Z W :e w > o 0:: a. :e c w (J) o a. o 0:: a. ~ro "'0 o ';:;:; ~ 0 "'u:: ~,,:; "';c c: ::J (j8 ~ ~ o '" 1:= ..- :;;8 "'w ~ CD Q.a. iii ro jZ lOA .,.. o ,,; .,.. o , '" '" .,.. o z ..... u C3l '[ IJ. Cl C .;: C3l C3l c '51 c w C3l Cl .. o LL ... ... ... ... ..... ... ... ... ... ... ... ... ... '" o <0 ... ... ... ... ... ... ... ... ... ... ... ... .... o ori o :: <l) 12 o '" .. " .. " " .. .. " .. .. .. ".. ... "*' 'III: =II> "".,.. ... .. ... .... .... ... ... ......,......... .._---...*..,.,-------- ,. .. .. .. ,. .. .. .. .. .. .. ,. .. .. *' .. .. "*' . *' ... ... ... ... ... ... ... ... <l) o N o ..j 15. .0 Z .. '" .. ,. .. .. " .. '* . .. *' -... ... ... ... ... ... ... ... ... ... .,.,-, ...-.#'*#---------- .. .. .. .. " ,., '* '* ,., *' ,.. .. ... ... '" .... -It .. 'It ... ... o ~ o 0 N ~ 15. .0 Z '" '" .. ,. ~ *' .. "*' '* .. - *' ... ... ... ... ... ... ... .........#....###--------- .. .' "" "'" #I '*" "" '* '*......... ... -II ... ... o ~ o N o ..j <D o I- <D o I- o <D <D o I- :: :: o <D '" ~ 12 o '" o ...: ~ Q o '" '" <D o ai ;" 5l b 2; '" o g '" o ~ o ~ ~ .... o ori N N , , , . IDA (spuooas:S8VlU;W) 8 8 8 8 ~ 6U\m1G 0 ~ ~ N N ~ N ,. iije~ aWIl a, as .......... 25 % "X9pl1l ,(ll:!llllBld ~ ~ .. ..u........ om. ..... ..,.... .."........ ....... ~ or 0/0 '1IW!1 ~wbll . .. ... . .....-.. .. ......... n......... ~ If'. <- % lUB1UO:) 'JjuetlJO .0 ti g E i ....... ......... ... ...m'"'' ...'.... .... ,." .-"..-.... ..... ....... ..............- .. ...................... ~ ~ % 'lU8lUO:) SaUl;j Z 8 ~ m.............. .......... .. ... ...... .............. ........-. ............ .. ......................... .............. '" c $ c % lUallJO:J J81l1M 0 '" '" 0 ... ~ .... ; ....... '-_'0- ............... .. , ~ , , , U , . ; j ~ , , , ~ ~ ~ , , ~ ~ ~ l , " , , , j Z , , ~ , ~ , , j , ! , , (ij j , , , C 0 , , , ....... ....."........... "n ......... ~"'.. ..... .........., .,........" ........ 0'"'''' III ~ ~ C.l z :i; ~ . " N ~ ;; 0 .......... .. .... .......".. ....".... .. c ai .. .. .. .. .. .. .. .. .. .. ......;;...::0;.....#........ "-.; .~..._. ....._.......__.._m_;;..._~ .--"".j< . III joqwAg .. .. .. .. .. .. .. .. ... .. ... .. .. .. .. .. - - - - - - - - - ::;; ~ .. .. .. .. .. .. .. .. .. .. .. .. .. ~..~.. ~,.,~. .. .... . . . . . . . . . 0 .. ......... ........... .... ...... ........... .............-.. .....'......... >. J, 01HSW Qi (") ....... .... ...J ~ ......... ....... ................................... ................ .. .- ............. ..... ........',.... .... .. ....~..... palj!un ~ ~ ~ , iIi m m m ~ ki ... ....~..... ,-.-. ....... ..... .......... ... ...... .... ............-....... .......-.. ............ .. ......... . ................... .................. E e '" .0 J31Il'N~.mOJ9 Z E tl => ... ...... ........ ........-... " Z ~ ! 'e 0 w 0 "- .., .......... .....~....... .... ............................. ......... ... .......... ......... .. .... ....... ............'........... ....-..... ........... ... .. ....... ...... ............................ ~ . 0 c 'Ii ~ 0 " " ~ 0 . '0 l' " ~ 0 . . ~ . E ~ E ~ 0; &' " E ~ . - ~ .c I "' ~ ~ C >; '" ........ ~].. .... ................... .... ....... .. ....... .................. ............w... ............. ...... .. ...... ........ ................. i ) c 1) ~ u ....J " .... ,......... ......\'1 1; ~ Ii '~ l c ~ 0 E- ......... .. ...."..~"....,............ .- ..........". .. .................. ...."... ...-.., '5 <- 0 m . " g ~ C 0 ~ ;; - .~ m ~ - OJ $ ..-. .. .. ............. ~: ...... ................... C 11l W 'C ::;; z '" ~ 0 ~ Q) . 0- W ~ Cl Cl on " Q) Q Z ~ W C <( :;; 0: "' ......~ ........ ... ........... ........ .. S? OJ III .. ...... .... ....... .......~... .. .... .....-... ............................. .................... '0 c c C 'C j . . W 0 f 0 ~ ~ ~ u:: . ~ I Q) m <- ...1 .J '" .J " Vi . ?... OJ '" ........... ..... .... .. ......... .5...~....'. ........ ."... ..?. "~r ~r ... ....~r .. .. .. ....~r.. ... ..?.. .. ;i ..... a. ! g 0 III LL z 101 (sOUo:1a5.salnUiW) 0> g 8 0 0 !hJW!JO ~ ~ 0 N 0 v N j061lJl:;laWIl. IDA jSPUOClllS:il&lnu!w} 0> 0 0 8 0 6u!ilU(J 0 0 <"> 0 ~ M ," ~ .... ....I.?.~~.~..~~!:!:.. ... om ..' .... ....."..., .................-.. .. ,........... .. .....m ro g> 0/, ~apal ,(lP"SBld 0 ~ I .. ............... ......,.. ...... ... ..... ................. ............ ............ % 1!WIl Pillbl1 ~ .. ..........". .. .....n............ ..... W ~ :Jlue6/0 Ll ~ % lualUO:) U 9 E ~ ......um... ..........~., ......... .. ............. .. .......... .. ..... .... ...., ".. ...',., "....."...,. ::> '* % '\Waluo:} saul:! Z " ............... ......... ......... .. ..... .. ... .. ... ..~..., .... ......... .. ......... ......... D> ".. ..., ..........-. ... C 2 'C % 'ju;)IUO:) Jiljl1M 0 m .. ......~...-.... CD 0 ....... 0 , .. . , : 0 : . ~ : . ~ ! 0 : ~ , 0 , :s N : z ~ ~ , , , : , <ii , , , , ! 0 , , : : , C . , , ...... .,.... ............ .........,....... ........ ... .. ..."....~.... l1l () z iii . . " " ~ , ~ ~ 0 0 ........,..... .. "., ,-q',', ,.....-....... ..........,..." ....... ....... ..,.... .......... ..... ................. C m .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ';jf;.......'.#...i#..... ..j,;..............,;....~.. ':to'" .....,,~.. l1l lOQW^S .. .. .. .. .. .. .. .. .. .. - - - - .. .. .. .. .. .. - - - - - - - - :2 ~ .. .. .. .. .. .. .. .. .. .. .. .. .. .. .... .. .. .. .. . . . . . . . . 0 .....m.... ........m.............. .. ,.,....... .. ............... .. ............... .............-.. >- , '" OLHSVV a; '" ..J ~ .. ............... ........n..... .......... ....................-.-...".. .......""................ ............. Da!J!U!l " " " > > iIi '" '" '" '" " E ~ ...... .-... .. .... ....... .. ........ m Ll JillI1MPunOJ!) e z E 1:5 " <ll Z ~ ~ 'e- Ll w 0 [L ..., ..,....-- .. .-... ..... ........" ..... ... ....... ..........." c 0 f 8 'f! - " " ~ ~ '0 ~ , - 81 . E 1ii E ~ f < . " r U) l ~ a "' .-.-... .........,... ... ,...... ....-... .....-... ........ ... ............ ...... " I ~ a a m~ " 0 .J. .~ E . ... .. .. J .. .....m.. ....... ........... ................ i; , ~ ~ . C r 0 .'" a. ...m. .... ....... ...,... .. ..........,. .."....... .............. J m ........ uuu ......... ...,......,.. '5 ii () .. ~ <ll ~ N c: 0 " - 1ij .. - Iii .- ."....0 OJ .. ....-........ ... ............... "'.... """HO" .. ........... m ..... m .... ............... c: 10 w 'i:: ::; z ~ ~ 0 ~ Q) ~ I- ~ < 0 0 0 0 U) Q) a ~ Z Z Z W c: <( <( <( :; 0: U) U) "' "' ...;;? .. ........ ~ ...." OJ l1l .... m .. ....... ........ ........... .... ................... .. ..... .. m .....".,... ...."..,... ...... ."...... ..., ................ '0 ~ ~ c: 'C < jj, 8 . UJ 0 0 E u:: ~ E E a ~ ill , " r ...J.... Q) 0 .~ ~ <Ii g ".~. .....l OJ ~ ......... ... ...........5. - ...::!. "~I ....m. .. '~f' ~r ...... '~i ........?:' ~f ... .. ...~r.. .. ............. ............ ..... " 0 ! ~ l1l U. Z IDA . '" (SpUOCllS:SlijnWw) 0 0 6Ulll110 0 "f 0 ,...I.~,,~~~..~~!~. ~ ~ .. .. ...... .... ................. lD '" 0 . % xaP\J1 ,~P!lSerd ];)1.j10 -s.. ~ ~ ... :<apLllh:';'iseld %'1!W'1 pinOn . ~.,. I- % iIU&lUO:):>;ue6JO I"?'---'''''' ........--........, g % j lU&jlJo':)saUI.;j % luewo:J.3\e:\f, o ........"'. iO~W~S QJ.HSW pal1~l1n Jale...'punOI~ ~ ~o R M l~ .S! a1 i~ I c g ~ & ,H dl .. ....1: & ; 1 8" 0 g ; ~ ~ Aci. ii! w z ii z ~ z ~ z ~1 ~ c ~ ~ " . ~ m i ~I . II ~ > " o. a . . . . . $ ~ ~ " ~ ~ " , . . , c " ~ j . ~ E . " , r ~ ~ ~ c .. . ~ . i . ] . > ! EI 0 ~ . . ~ ~ ~ ~ g '" Q ~ ~ . ~ "g g .~ '5: . ___.n " ~ g w c o ~ ~ I I ~ I~J~ I~ ~ ~ "'~I ~ r~ ~ li I) ~I ~' gl ~! z, c' 0' s! " ~i _ J:!o -, VJ 5, ,. ~~ ~~ ~! ~ 8' I;' p . r; o'iij . . L:i~ ~~ 5 " . ~ ~ 50 ;; i5 ~ ~ ~ . <i 13 -g ~ ~ Q,' ~ ~ ~ ~ i ~ ~ ~ Vi :; :i :5. H ~ ~ g ;!: 8. ~ U i~ VJ 5 . L ~ e . - i ~ K~ 8 . 5t ~ '* ~ ~ ~ ~ . o U ~ ~ . . c 8 o . ~ e , " . , " . . . . I~~. -- :O~ I t ::~~> "6 Z uuzf-: ,Q-l 0 -ow.... IEI~o t;~ ~lr~5ffi ~!?~~~~ffi~8~~~5~@ ,-._<-,\I)(I)U-lCl~n.O....ta..O~> I" 1l " m '" I~~~~~~~~~ E~ C~~\I)W\l)(I)~\I)~~~~~~~E~.~i OOOOOU)~1ll ~~~~~~t~\I)WU)U)W X~~ ._~>>>>>>>> ~~ "~~~S~~~E~~=~~~EEEE~~ oot:.....o::;;..-..= {l)llllll~!'Ol\'l ~~~~U)~~~OO(l)~~~~IIZIIr := ~ ~ > ~ en 4.l (l) III <V --j.~~~ ~~~~ ~M~~ D~~ g8~m~m~~~~~~~g~w ...J..J0088EEEEc:~aoa,? ~~~~~~33...J...J~,33~go~~~, c:~m(l)~ ~~~~ m(l)m(l) (I)>>>> ~~~~ >>>> ~--L ZIONN~~"m~:: cnr.oa.-o...og6 ....MM<.O\Or.o...~ " 0 !~ ;; ~ "' ~ E ~ " , <9 g f;i .~ ~ ~ . < . I i ~ . < 0 ~ I ~ ~ -8 ~ ~ U ,; . ;: E o ~ o ~ ;; ~ o " ~ i " > U g g ;: if:'i 1\ ! I! L~~ I ~ ~ ~:g ~ g~~ 5. ~ g ~ ~H a;;; ;;; . . '0 g !!l o U U ~ a a w~w ]f2g ~ 3i 0; ~ ~ ~ c 8 o w i li ~ . ~ ~ " , ~ g ~ en ! 'IG g ~ E ~ g '0 I ~ ~ ~ " a; g ~ ~ ii g 16 ~ g Eo ~~~ Ii ~*~ I z ~ ~ ~ ~ g ~ ~ 6l ii <: ~ g B g ~ <:: I!l "';;; ~ ~ 11 .o::.Q ~\!I::l ;;, ~a~ c' -:: ~ ~ ~ .fi ~ 0 . '_ 5 '@ ~ o '" 0 <: :!'. is <1.0 ~ Os ~:8 a ~ ~ ~ -g l;IW <H --.- IDA ., -, n ~ I t: , 0 , I I +:l l'\l R (.) . !E , . ~ g III ~ . III " . !! " . . ~ " () " i ~ ~ ~ Cl 'a> ~ ;; 0 , " ..J .t., ~ S! :'l is ~ " " Cl ~ - a . I " t: en: rnS *I~ ~ : ';:: ~i'= ~ 0 0 gi 2J ~ w ID ~ W t5il"' 9 0 I- >. , Ql ~ c.j C ~~S wwU Cl C 'C Q) Q) c .rn~ c 'C: W.Q u. Q) - ClilJ .... - o g. u..z ~~g 000 --- ~8~ ~~J sih it'i?5l ~ " ~ ~ ~ ~ ~ ~ ~~i ~~~ ~~~ E~.~ ~g~ ~ 8 ..J~- I ~ ..., ~ I; ~:', . I -;;:;;:S~-'1! I' ,,~, ' 11l,~or1! -I" 'I ,I -1' --.-. "; '~"-'''''''''-ll~ Iii) Iii:! I, .t. p~ "~ h I \ l~ } --/_. r ill ~ ~ .,,' },- ~~ ~., ( L" )4 l/~ ,-/', 1.#' ~' Y'_ c.... '$ ~ C;;1;~ r " -< ;~ I\) o ~~ o ~~ ()) ~~ ;~ O""~ ooe: ~~ OR ~~ O;~ ,l::>.O; OJ OJ o o ::E ::IJ m < len o z en I lOA I , J "rr ~;::)> m ~8(J) r (fJ"11_-< g g ""U 00 o 00 o i)jz_ ~z z~8F gDlb~:::::::"'~ ~gcmo r",,,:::::::'" )>~ ~r!!l~:Ilm 1ft~~""U ZO f\:>m.....-<o< :IJ",~ -I ~9)~00fTI 8~g:::D O~ "-IOCo co. 0 ~r~s::z"'U ~~T "'U ";'~s::s:::;!~, ~g< ::D~ CX>O~CJ>Ol ;:n'ijf; z g~S::8~~ ~gJchm oCJ> '-Jc.:>-IZ:Il"(L(fJ~ ~ ~~gjo :'-$!~~)>:Il f\:>rCJ>o t59 " ~lilm Z ffi~Z )> .!.--1 (J)r 0"0"11 Om' noo~~f;Q ~~~~~~~~g en 5~"'~~H'j:",~ I z i:\ ~ : " 'Il ~ ~ 6 8g::;S;:~~"'1J (I) m ~~~z ~~ mm ~q ~ "l-l ): '" , .L z~+ 15 0_ >0 , mZ z <> ~ ~ ~ b :0_ 0 o c ~ ~ ~ m ~o ~>< I ~ . 1 , ~; _I :. ~' ~.: ~ J~ ~ ~ ~n.,..j ~~~ }~ ~~~ ~~> ~~<l~ !ff! I f i o' '. ~~ 50 8j ~ HU !~i! ~~~.t o!~iii~ , ~? 5~ ! i~i1I '.~ I ,~~ I i '" 1-.10' 1'1" ~ ;~ " o. , ,", C",.'c olC~",;;;"" SnoJi?"'1 ,.',g~ =;~o t~_-'"" il!11~ E"'~::~ .s ! ~~~ .L____~_ :-' ~ n ~ ni2~ ~~~ ~ ~~!~ f'l~ 8gi~ -o---l s:Z :;: s::~;:;:=< N z ~OJ ~ 00 m z> ' ;] E5 ~ Vl e: ~ o or z~ ~~ ~<:;; ~~ ~~ j g-' giS ~- 8 z::U - -.:-~ ~~ I~ ~ ~ ~~ ,"I ! (fl :~ ~ " i~ I: ,'. ,- I: '~ IDA I--~' L "'~- C-J\ '!!':..'" _,Co ~/~>1--- COW,-RCOuNTY -\J ~ ' 'hi ii;':H i~ ::' ~Iil~ }\,t~IL !I -,,-- -..-- ~' J ,!FfRN-STRE~TC-ll I ~{----l-I r _ I, 11111 - " ' o " II; _UT[{ .~o.,~ -. ~: I 0' ~,I I ~I~ ~I: \i::r I 8i~ ~:, , [- h!~~ IL..?:; ~:~b~ :,.,-:;-, .u:~~ ( f''i~J,i3 ,-.' f-[;l " I 2 , , I o H- -- .-- ~ lElY ~~NOOCrNAL -- ~__~W , ffi ~ ::;~;gr "d..P ~~~~~~ ~g~ ,,~~ t;!1--""'" il!jl~ E...~~i3 .s ~1~~ -- - - - ., 'c 00 , ~'tl:;;", <<"'''' 'O~ 'l!;g~ -5uI ~ ~~~g ~H~\G~ rgg':~~ '" "'-",P I~;b;; ~"8 :;~z ~rr~~~ Oc -F~l::~5.ft..-'"f--- " / , 1 . // l:~...: /,/! ,,~;'l' ,~~ I, I ~" OJ: ~ ~ "' ~~ C'~)--- ~ '~ ~ ~ ! i ~ ;~ i ~ ~n:c ~~,..ii04 :~>-4 ~~> ~o ~ l~f' if i~ -I I~ I !~! ~ i~~ ~ o~ ~ Qc:: ~ c~ , Z;;O~ ~n , "ll~ gg ~ ~~~~~ Zg ~OJ ~: o~ b ~€q "~ ", I"' ~~ I~ i6~ ~-< " i~~ ?! f; ~ I~. ~ g6 o o~ 8 z - n ..~ ~5: . ~ z ~ <' ~ ~~ ~~ 8 ~ r i) - , f ! , I , , I 1,_______/ . . ! , 'IIi UI! ~ ~ n J ~ ".'.-'-'!.'!~ =-=----1 , i.....- l/l If ~ ~ i ~ ;i_~'~~ I::: .1 .oo 1 A ~ I I I \ "'--------.", , r~..'-j ~ ,\~ ;1 "" '" o~ t~/srM;,;. "" <"'''''Q", '~ "~t ,"",~D ~/'v , '~ "<-\'J,,(/C:;;'i'4,Irc,'v"l( '" - - 'r;/~ '17~D , "" s~ ~;:OJ<~~/~;::Yo(''i' ',~ '. f9<~~ 0<, ~ '............ 'I/'<>.yll-SJ , ~- " '.. }'i '\ ~m ) i!~:\ ~~-j , !5!i? ~~ "" " ~~~ ~.'.. '.E , " .~~~ H .~~ ~ .' , -'-~i~-~--; '''''~~''''\~\'' ". """\"":~-~><~'~"<~:..s..~Z\\\""~\""'" ", :"~'\<'\~"\\'::-"'-'\?">\, -- . """ . .... , , , 0' lElY, ~~NO~. CA~AL ~ .. -# ~~il!'I~'._ \7- <0 1 ~~:--- -;j ~'~""o! n~ ~: " ~ :, ~'t ~'1 , ~~ 5 ~ S"i '. , 'm ,[][][][][] .0 "" ~ 5 8~ g ~1 ~i 7 ~'~ ~ ~~t;i~~~ iPi' . .. , ~ DISTING D~AIMGE EAS[~EW m<(l,~;- ~~ ., :~~ !i j ~ ,'~ '" ,~" 'l" p, > ~ ...,: ~~~ <i>iol'f! ~:~ E,s", ~ ~ ~ J ~i~ ~n~ ~~~ :~~ jo.::!~ ~~> ,~. ~ !ftJ f D I . \ V f I (J , , I r--;J :7C/ " I~ . , WI' c l ~~"'$ ~~h' ;;;~iif , ;~U"\\ ~~. 8 ~ . " ~, : ol~ nOI" ~ci; zSj,~- o =<nj -u::; 8~:t1 t;z ';::ZI!2 z~ ~::;J 1(, '" ~~ ': z~ '" fT1;O ~_ ;00 :i lf1~~ n OM ~ I-~it ~~ ~ o~ AJ ~ c' : ~~ c"'-- '<' !~l ~~ : '8 ~;o '"~ -u~ !B d ~~ :~ :",~ lf1 :~ I c~ 10 I: I'.' 0' o. S ~ < ~ n x " r _z ~~ '\ Ul . ~ ~fT1 '''l~~~ q .;\..." , , '" / 1 A /"'" \ !/J .,) \ ~ ( o~ '\ 11\ " ~V~~/? i '" ~-- '0 ~~, ~- \r ( (~ ( C \.11 ('- CF'...-' I..... -, '........-. \... I /"\ l;(/,~' (~\ ~ ~~~'-) (~) \':) ",l -- ~ Ii ";~. ~ ~~ i-~; ~. ~I::., j". ~ ,~>': ~. c." '. .....'..';r=" ~8. "". -~' -', ~ ;."" ~€- ~~ . m (\...J ,q'~ ", "- ,.,.,.,.... ... ;]'. . / ' I. ! .::..-.,,;- _',.,--'-' ~;....:.,.-,., '~'-7 -' '~'._'.'!'I.'.' , ' l[tYMAAORCANAl , , " g~ " ~~ o~ , ~~ i: /~~ i ~~ ./ ..' j' '.'..~I=-'.,~~'+~..~.<.t",'. .,._,---,;: ~: '. ~ - -~\ " , '. ----.c--. ---'~ .-,.tt.~---,--~'~... !f" ----. .~ , ..>.".. , . ~-~.',!!' " ,-- .r jJ[;:", ~ :;:'i2 1'1i:!g ", .;56;' , , 'I; ;i,... ,:, :: [,If .? ~.I'J ~! n"~ ,. ~ ~ ~ r ~~ ~~ ~~ t ~ .~ ~ ~ f ~~.~ ; t ~ ~ }{ i _:_~___..._______l_ ; ! .. ~~.~~-- ;/ . f . i '\ < > ri'., I' ~~ I~-"--'< ;i1 Ul+-- ~ ~;: !- . ~i-::'~b~ - 6-"--- . . ~o.,...j ~~~ :~>-4 ~~::::::4 ~o......- , ~~<lo I !fJ I f j ~ I ...\ . I 1 , i ~Z" \~ ~ V"'---\ " ' \ 1 ~/W f' D \_~ cJ ((-~ jJ <fl e\:.' &~ , 11"1 tr,j /V o , ,~ 5~ , ~~ii,; .,1 ~~'"~ ~;;;i" :>:b:'! "~fi!t: i ~'€ /, '. ,/" \ ..,o~\'~.""V .'" '.'i;~' !;i! ,." \]~ "~~~ ....,.',. u':!~ :;:J'" 10' \':~-::-JL~ ~ ".,.'> ) '~ . \: i{,J .l!., . ~. ~ A ~ ... '" "~~..'" if, """ T " <; ! ii) \hl c~; ~: ~i~1 ~ : . '" ". ("") ,~ ~~ ~ z~' o ~Cl ~ -o::>J nO ~ ~~ ~~ i:; zfi~:::! i<; rrl ~{JJ [ 00:0 1ii~g ;UO :, Ul t; ~ ,~ - < ~ n I I ~" z ' ~- :'. , . ...L ''- I '~T - - ~ ~ 'f. o ~ , Ul~ ~ ~t~;~ '=1 ;:. ~ o Or _, zp " 1jlJ I!l-< I~~ ~;:; ~ I~~ g~ : :8 ~;;o iJ "O~ !d ~~ ~ I<D~ (/)' - , I .~. '\ ( \ \ :It , 0 i 0 0 0 . ~~ , " ~~ ~~ ~ 1 ~ ~R o. ~ ~ i, ~l ~,\ , ~ , "~ , I . , , ,6 ! ! J .-. G-~~)----- !i/ 0' I it ~:;:., ~ ~'>! ~t!~ '"" ~5'i' , ~ ^. ~ I; .~ ~ ~n~ f~~ :?>-4 .~> ~o ~ {f~fl f , 'IIi ~~"" ~~!-~ iJ~~i I n ,~ 0' ~ 8E ~ l>n Crrl Ii -el ~~ ~ 6~ 00 ~ 0\11 ~~:; (ji'i ~::t ~ ::!lI1rnA ~~ gJo iji 6111 ~~i~ o ~ I' ~ n 00 z~ "oj ~; c. ~~ g6 8 ~;u n , "> ;~ ~~ , ~ I ~ ~ . ~ " ~ ~ -7 ~ ~ ~ ! ~ ~ I , " , , ! ~ ~ , " , ? ~ ~_-./ t 1 , i . . " I l~ I I,' <, ~ I, I ~ el " , i ~ I c",-I _I 1 ~ c ~ J '1_; g- ~ ~ i 1 'I" ~ ~ L'L', " ~ . o o ~ , i , ( ~ " ~ ! l I ~ , --0 , I ~: _,- 1 i -7 ~ ~ ~ ~ , 1 ~ ~ " . ~ ~ T " o , ~ ~ . o o , , , ~ ~ . ' ! ~ , ! ~ ell , ' ~ , ~ " ~ I ~I _1- 1 , ! N 18 , i , " ' m <5 c, " ~ c c ~--------I ~ 1 i ~7 ^ ~ ~ ~ ~ ~ ~ c ~ ~ , " i , I, I';" [~ :! u o I o o I , ~ " c , " -./1 1 I" 1" : J I _J ~ , <> I~ '0 i~' 6 -11'" I' ! --;-~ ;;; 6 jJ ::L ;! -~r o 'X" S? / ~~ o + o o I, ~ :~ " 'I I, I:i i n ~ ~ C -'-'-----7 < , I I 1'1 I I I i -7 ~" ~ ~ " ~ ~ ~ "I "I .1 i c , ...:----- p I I I t --'----'---- " o ~+ 10 :0 I! , , , , ~ g ~ , '. ~ ~ : } ,\ I _L ~ ! i , ~ f, 'i/ i' I~ I ,---c 1 '^ '" I ~ ~ I, I. ~ -~ '~'.J " " " ~ o ~ [; g t ~ ," + o o o ~\ '" -'\ , I ~ " 'i;' '" ~ ~ i " j; I '! I" -~:\ I ~ \ g : , , 1 i -7 ^ i ~ - , , ;;j ~ , o ~ , . ,c>- i : -+-- N . . o o , , , I , , f ",I ! , '3 ~ , ~,~ r ~ c ~ 1~, o ~ : , ';i~ , ~ it ; i : ~ . 18 " , "' ~ , i . i ~ '. 0 o o ~ <5 ~ ..~ , c < " , , , , , , 1 ~ ~ I \ 1 , , , ~ ! -7 , ~ ! ~ ! ~ ~ I , , , " I , o t I ", OA " I " ,) + o o I : --1 ,) "! 8 : : ,~ ~ + o o l' . ":! , -~ , ~ ~ 1'1 L ~ ~ ; 8 8 i ~ i i~ ~o..... ~~~ "0>'4 ..~--.. .2;> ~o ~ I~JI if ~ I I, ~i H ! ~E 'l ~I . ~ ,~ 0,., Ol~ Or-" :<- Or'<,: Z c~ ~ og~;lJ G ~8 8:Ci ~Vl 8~ ,~ :i I; i j>.(J),.,,::o". F' :;00:; (J) U1~ Or i' ~8 ~ !g~ ;;d ~ ~ ,~~ c:: ';: ~ I~t QiS ~ I>> O;u I '8 zn 1':; ~ ,,;p ,;1 '" z ~t: :'~ 0:;: z. '" :~ U1 " ~~ ,; ~ 'II! ~f~~ .,1, ~~ii , ! , i , i j . : ; , i I I ~ , ~ I ~ 6 z I I , " I ~I:r: I , , , I , ~ 'l I; A, -'\ \ , > ~,. /~ ~, ~~ v:.:y "",-/ %V/ /F'<" >"~>:: 0:C< 7'~~ .;(.:< //<;1 v:.: ;; ,. -.l ~~ ...~ ' ..~ go~ t;l~~ , c~ -'0 Il-ll!Ul ~~;:j ~~- '0 ;u!;(lo ~~~ B~r ~:r "'::;: .,m :i'S I Vi~g ~~ I Q~ ~H ~~ ,------,- mI - I.. " "I, , [~~~ "- ~~i~~~f (;. ~~n ~*~q~ li1!!1~ i ~'.r" c"8 '~. ~p j~ ~ :: ,,~ ~ r , I "-~: II I! ! --'\ , ; ~ ~ ~ ! ~ ~ ~; ~ ^ ,~ , , f- X:. '(j'f if I: Il , , , I I I ! I-I' 111 ~ ,-jl' 1':11 ,~>> " ~-- ~~~ ~-::{- (~ V)'Y (~~ ()'/;~ ((;:Vi" " c ~I>C !j(:0f;" ~';v,::P; '/K1:\:C (/;*/y~ . "Vt\ ~,,>>X/ . k,~,<" ' h// f/,,'/'_ V>,~ ~ ~~- I ~p i~ " ~ ,., o " 6 z ~ ., ;r'l ~Ii: I !~ , , ~~~BJ il!l! i~~" ~'o" ~'f,E~ ~ ~~~ ..~~ ~~~" ~~'~~ ','R i"~ m ~ 0 i.; ~~~ ~~' r. ,f I ;~ !~.~ ';3 r "' , , -.j - ~ j 1,; ~ ~~i e~~: ' 1 ~ ]G ~~ r I ; ~ I I. I' , I , ~~ ~~ \ " - 0_" p~,~"" <: 'i~W !l.. !~i~~';\li;~;.;d~ i il1~i .~ '~~o~,. ~"~n~p~ ~ ~~~, ~" \,A~c ~~~.10~" ~ ~,ij,,~ ~{ ~~;~;~~'~~~mt~ { ~~~!~ H e~~~~~5P~~~~~~ ~ ;:ge ~~ 1~~~~~~~H5~~~~ ,] 1R~'~ ~i b~;I~~~~,~~' ~~ ~ ~~~~ ~-' ~l,;ht~'p._t.:, >"~'> "~ :~e-'" i t~~~~i W~ ~~~~~ B'I~'.' ~~ ~~ ~~ ~" 1 ~~H~ ',' ---T , " Ie m~;I~! ~~~~1~ g~~~~~~1 ;~~~~:Z ~'~',~~~,~ ~~~,.". ~~11'.~~~ n'-~r F~'~J~ ~~;'8~ ~~rJ~~~_~ ' ~~p~ inn !!!li ~ ~ ~; ~ ~ ~ ~ ~ \: U1 c ~ o z A ~!; , ~ ~ o z > " ~:P- 2 ~J_ ~-;--I /~~ ii, ~~ ~JF J " ~~~--', ! I ~ ! ':' Jj,li~ f" ~~ ~~\ ,~'{lli~ ~ i! ~ ~~ ~i: ~ I ~~ ~~ - " f' I: Ie i;l, c ~~ ~ ~~ ,----/1::!1~: i 'i;,c'~1'.ill; p , L; .<1: ~ 1'H.'I, ul , : r 1 ~~-; , ~1 '~ ~ , , , , I ! ! , I I , ! ; , , I i ! , , , , It- I , I , I , I I ^ I' ~ ! 'J ~ j ~l: ~ ~ ~od ~~,.;o.I :~~ ~~> ~o ~ !f~fl f ~ 'IIi !l'~~~ ~~~~ Ojil:iiii:: , i =1 ~l ~ ~:~: , ~i) ~I B! Br=1 c~ n z" ~rrl =<0 -iAJ nO l::IJo OC OLl) ;;::z ,'B ~:( i~Z t;]~ iz Op z" ~o ~~ n ~M ~! ~~ o~ ~~ ...! Oz I~ 6~ @. Zn , ~> :"'~ r;;: z i:i ~/- "' 00 8 i ~ " > . > , !! i,.!".' ; ~. ~J ~ f ~. C) !~ M \)~ ~~ I' -r ^' ~ f~ )> ~~ ~ ~ I. > ,t~l" ~. : ~r "~ "H~ ,;" { ;~ " .; ! ~~ z % i~ ~ ~~; ~ ~ ~~ g ~ i.~ z ~ ~~ rrl 3 0' > Z S~ i! ! ;~ , m~~ ~ dN~' ~~~A! !~~~~ ~m ~~~ . !~O~ i~~~ ~~~ ~~ m ~;~ ,~~ ~, F-? ,;1'1 ",,; ~~~ a i2~ ~~ '!; ~ ~~n . " I ;:1 ( i~i !Ii ;'~l " I " i ,~" , *f--~ ,e ,~ 'I ~'" .'<~~3 Ill" r'l ;llil II 13~ ~~ ;1 ili ~; ~~ " f ~~ ~~ 0 ~€ . ," ~~ ~ " , z " " J Q Z n 0 ~ ;<) ! n c 6 '> 'F ~~ ~AJ lElY I.IANOR CA~"'- II~'S ~; j:~: r \ l,l i~ ~m!. ;b: ~ .:'~ ~~~ f~i ,~;< C5~ 9"~ ~ < ~~ :5~ ~~g~ ~i6~ ~S~~ ~,:"~ 'ii&, ~ --6_.~._ iz !>~~ ~;~ :i;T,' ~l> .,- .--<-: '~~~ g<~ " " " ~ ~ ~ ~ ~ 3 , ~ ~ ~ " , > ; > " " ~ z 0 " > z ( > ~ > , , ;:; o ~; ~ , ,. ~: c , ,.\ " I', ..,. r ]:~ "'''I'''''"' o.~.m_' ~ef1Q". co =~'"[~~ m~ qh f ~f~~~o ~~~" ~b~ ~i ~~~~~~ "~"~ ~~~~~ ~< ~~.~~li ;?~ ;F~~~ ~{ ~Hi~~ ,..,!"ll'!;'"I"'" "l~!:{~~g ~~,;. ~ r ~.~ " .~ ~lc;U~ , ~o ~T~~~ i", c~~~t ~ ~ ~~i' ~;' ~~.~~~~ ~ ~ ~~~t" f~ ~r;'r~ , 9 ~~'~~ ~~ ~~h~r ';' lHj ~~ eF'~ ~ r, ,;:~ .q~t ,., . 1 ~~;~~ co ~':; i~ !Iii .' ,. , I'll l ,I. p ~ , " I " > " z~ '" , , I ('" iZl ~ \ ~ \ \ ~ 1 A ~~ \ \1 6 \ \~ \ . \ \\ ~~\~l '\ \\ \ ' \\ = ~!",! C' . , I~ , ~~ \ \ \\ \\ \<\ '\ \\ 'I , , P ::J..i:..: , I." ~ i~ -ro <> 'i '" ~~ ,~ -:u ~. . z ~.ql ~ !::~. mn ",' i'~~ i' m~ ~ ~t~~ '," ~ : ill,..,:.:,' 1/ ) ~,~~ <:;!J-- ~~e ? ~;~ W '" 4 " ~8 ~1 lOA PROJECT SPECIFICATIONS LeIy Manor Canal West Outfall Collier County Board of County Commissioners 3301 East Tamiami Trail Naples Florida, 34104 DlXTA'NC CONSULTING .&. ....., ,..... ..L . Ph1l111ing . ViSlldlizatioll .Ci,il Engineerirlg ,Sluwying & Mapping 6610 Willow Park Drive Suite 200 Naples, FL 34109 December, 2009 Lely Manor Canal West Outfall DIVISION TWO 02080 02230 02260 02300 02630 02741 02800 RWA, Inc. Project No. 080104.00.00 T ABLE OF CONTENTS TRENCHING AND BACKFILLS SITE CLEARING EXCA VA TION SUPPORT AND PROTECTION EARTHWORK STORM DRAINAGE ASPHALT PAVEMENTS SODDING, SEEDING, SOD, AND MULCHING S:\2008\080 1 04,00,00 J ,cly Manor Canal\0014 Bidding Phase Scrviccs\SPECS TOC.doc lOA Lcly Manor Canal West Outfall RWA.lnc PcoJoctNo. 080104000010 A SECTION 02080 - TRENCHING AND BACKFILLS PART 1- GENERAL 1.1 RELA TED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. B. Division 2 Section 02300 " Earthwork" C. Division 2 section 02630 "Stonn drains" D. Division 2 Section 02260 'Excavation support and Protection" 1.2 SUMMARY A. This Section includes the following: I. Excavation of Trenches for Pipes and Utility Structure. 2. Bedding for Pipes and Substructures. 3. Backfills for Trenches and Utility Structures. 1.3 DEFINITIONS A. Trench is any excavation below final grade to accommodate buried structures. B. Backfill is any material used to fill a trench or excavation adjacent to a substructure. C. Bedding is any select material used to seat pipe and provide bearing surfaces for buried structures. 1.4 SUPPLEMENTAL REQUIREMENTS A. The requirements in this Section are the minimum for this project. Any additional requirements stated in the Contract Documents or otherwise specified by the manufacturer or any governmental agency in a permit, code, or ordinance shall take precedence over the requirements of this Section. 1.5 SUBSURFACE CONDITIONS A. The Contractor shall be responsible for determining the subsurface conditions in areas where excavation can be anticipated. The type of soil, depth and thickness of rock, ground water table, and other factors that affect cost shall be evaluated prior to submitting a bid. S \2008\080104.00 00 Lely Manor Canal\OOl4 Bidd,ng Phase Selvi~es\20g0rRE",CHDOC Lely Manor Canal West Outfall RWA,ln,PcoJectNo 080104.00.0010 A B. The method used to determine subsurface conditions shall be the responsibility of the Contractor. Soil borings (if provided) only supply information in the exact location of each boring; therefore, on-site exploration of the subsurface is the Contractor's responsibility. All on-site exploration shall be scheduled with the Owner and coordinated with jurisdictional agencies and utility companies. 1.6 PROTECTION A. All excavated areas or trenches shall be backfilled immediately after work is completed. Where a hole or trench is left open at the end of a production day or because of some otber construction requirement, the entire perimeter of the open hole or trench shall be protected from the workers and the general public by barricades, fence, signs, lights or other devices required by the Contract Documents and/or local agency installation codes. Protection shall also be in accordance with Section 02260 "Excavation Support and Protection. B. Pavement, sidewalk, driveway, curb and gutter, and other structures shall be protected from damage during excavation and as directed in the Contract Documents and/or by the Jurisdictional Authority. 1.7 QUALITY ASSURANCE A. The Jurisdictional Authority, Engineer or Owner will inspect the excavation and backfilling. However it is the Contractors responsibility to provide quality assurance for all work preformed and warranted by the Contractor. PART 2 - PRODUCTS 2.1 BEDDING MATERIALS A. Crushed stone bedding material shall be crushed, washed, and graded in accordance with ASTM C-33, gradation 67. B. Sand bedding shall be clean sand, free of clay, silt, debris, roots, vegetation, or rock larger than one-half inch in diameter. 2.2 BACKFILLING MATERIALS A. Suitable Backfills 1. Select fill: Materials excavated from the limits of construction or imported that conform to AASHTO Standard M-145, Groups A-I and A-3 and free of rocks or gravel larger than one-half inch in diameter. 2. Common fill shall be material that conforms to AASHTO Standard M-145, Groups A-I, A-2, or A-3. free of rocks or gravel larger than six inches. B. Unsuitable Backfills I. Unsuitable material is wet tine-grained soils, organic matter, and rock larger than 8- inches in largest dimension, and roots larger than I-inch in diameter. S.\2008\080104,on on Lely Manor Canal',OOI4 B,ddLng Phase Serviccs\2080IRENCHDOC 2 Lely Manor Canal West Outfall RW A, Inc. Project No. 080 I 0400 oi 0 A 3.1 3.2 3.3 3.4 PART 3 - EXECUTION PREPARATION A. Investigate existing conditions and identify line and grade stakes as applicable. Arrange for placement of materials required to minimize the duration of open trenches or excavated areas. B. Install well points or other approved methods of dewatering as required so that the discharged water complies with all pertinent ordinances, codes, permits, or requirements of the Contract Documents. C. Implement traffic control and protective devices as maybe applicable. D. For pipelines placed above the natural ground, embankment shall be placed and compacted to an elevation of at least two feet above the top of the pipe and to a width equal to four pipe diameters prior to trench excavation. The minimum side slopes shall be six (6) feet (horizontal) to one (I) foot (vertical). CLEARING AND GRUBBING A. Prior to trench excavation, the existing surface that will be disturbed by the excavation operation shall be cleared and grubbed in accordance with Section 2230 Site Clearing. B. The limits of clearing and grubbing for this Section shall be as shown on the plans or as otherwise specified in the Contract Documents. Where the clearing limits are not shown or stated, the limits of clearing and grubbing shall be the smallest area that will facilitate the construction of work specified. TRENCH WIDTH A. Trenches for pipe construction shall be excavated to a width that will provide enough working space next to the pipe and facilitate proper compaction of backfill material around the haunches of the pipe. All such trench excavation shall comply with the manufacturer's recommendations for the type of pipe used. B. Excavation for structures such as manholes, inlets, pump stations, etc. shall be large enough to provide adequate working room. A minimum distance of two feet shall be provided between the outside edge of the structures and the side or wall of the excavation to allow for proper backfilling and compaction. EXCA VA nON A. All trenches shall be excavated by open cut unless otherwise indicated in the Contract Documents. B. The length of the open cut trench that is excavated ahead of the pipe laying operation shall not exceed half of the normal daily production length. The excavation and pipe laying operation S\2008\080104,00 00 Lely Manor Canal\0014 Bidding Phase Scrv;ccs\21J80TRE\JCHDOC 3 lOA RWA, Inc. Project No. 08010400.00 I.ely Manor Canal West Outfall 3.5 3.6 3.7 3.8 3.9 shall be coordinated so that all pipe laid in one day is fully backfilled except for the last length of pipe in an unfinished run between structures. ROCK EXCA V A TlON A. Where rock is encountered during the performance of work specified in this Section, the rock shall be excavated in accordance with Section 02300 Earthwork. UNSUITABLE MATERIALS A. Where materials unsuitable for backfilling are encountered during trench excavation, these materials shall be separated from the suitable materials and disposed of off-site or utilized on-site in embankment areas as authorized by the Owner's Representative. REPLACEMENT MATERIAL A. Where unsuitable material including rock larger than 8 inches is excavated and hauled off-site, replacement material shall be acquired from on-site excavation as provided by the Contract Documents or as authorized by the OWNER. Where replacement material is not available from the site, the CONTRACTOR shall furnish fill material from an ofj~site borrow source. Only materials that confonn to Article 2.2 of this Section may be used for backfilling unless otherwise specified in the Contract Documents or authorized in writing by the Owner's Representative. PREPARATION OF TRENCH BOTTOM A. Where rock is encountered at the bottom of the trench, the trench shall be undercut to a depth of at least 6 inches below the bottom of the pipe to allow for bedding cushion above the rock. B. Where muck, roots or other organic materials are encountered at the bottom of the trench, the trench shall be undercut to remove the unsuitable material to the satisfaction of the Owner's Representative. C. The Contractor shall dewater the excavation operation as required to provide a dry trench bottom. BEDDING A. Where the exposed material at the bottom of the trench meets the requirements of Article 2.2, the existing material may be used as bedding, provided it is compacted. B. Where the bottom of the trench has been undercut to remove rock or unsuitable material, the bottom shall be brought up to grade by placing and compacting bedding materials conforming to the requirements of Article 2.2. C. In exceptionally wet conditions, the Contractor may request permission from the Jurisdictional Authority to lay the pipe in water. I f that request is authorized, the Contractor shall undercut the 5\2008\08010400 tlO Lely Manor Canal\OOI4 I:llddlng I'ha~e Scrv;.:eS'.20ROTKENCHDOC 4 RWA. Ino. Pmj'" No. 080110(3 A j ~ Lcly Manor Canal West Outfall 3.10 3.11 existing bottom a mmllTIUm of 6 inches and replace with "crushed stone bedding material" confonning to Article 2.2. This bedding material shall be tamped and consolidated to provide a solid and unyielding base for the pipe. During this operation, the Contractor shall continue the dewatering process to facilitate adequate installation of the pipe or structure and to permit observation of the process by the Owner's Representative. The additional undercut excavation, crushed stone bedding, and other associated costs shall be at the Contractor's expense and no extra compensation wi II be allowed. BACKFILLING A. Backfilling of pipe trenches shall be done in three stages as follows: I. First Stage: Material above the bedding and beneath the haunches compacted in 6-inch layers. 2. Second Stage: Material along the sides of the pipe up to at least I foot above the top of the pipe compacted in maximum 6-inch layers. 3. Third Stage: Material above the second stage up to the bottom of the subgrade or the finished surface as applicable compacted in maximum 12-inch layers. B. Backfilling of structures shall be done in maximum 12 inch compacted layers up to the top of the completed or partially completed structure. C. Materials used for backfilling shall comply with the requirements of Article 2.2 or as otherwise authorized by the jurisdictional Authority. For backfilling of pipe "Select Fill" shall be used for the First and Second Stages. "Common Fill" shall be used for the Third Stage of pipe backfill and for backfilling structures. COMPACTION OF BACKFILL A. The compaction requirements for backfilling pipe trenches and around structures are listed below under the following two categories. I. Under asphalt or concrete pavement: In a cross-section view this is the area under the pavement and within a 2:1 slope downward from the outside edge of the shoulder or back of curb or sidewalk as applicable. Not under pavement: Any area outside the 2: I slope referred to above. Under Not Under Pavement Pavement 90% 90% 90% 90% 98% Equal to 90% adjacent soil 98% Equal to 90% adjacent soil 2. Bedding First Stage Second Stage Third Stage The above are the minimum relative compactions determined by ASTM D- I 557. B. The Contractor shall add water or dry the material used for backfilling until the moisture content is within two percent of the optimum moisture prior to compacting the backfill layer. C. A density detennination shall be taken for each 300-foot section of trench or part thereof for each layer. Each layer shall pass the compaction requirements before the next layer is placed unless otherwise authorized by the Jurisdictional Authority. 5,\2008\080104,0000 Lely Manor Canal'..01J14 Bidding Pha,e S",vices.z080'lREI\ClIDOC 5 Lely Manor Canal West Outfall RWA, Inc. Project No OR0104,OO.OO D. A density test shall be taken for every other layer for each structure. Each test shall pass the minimum compaction requirements before the next layer is placed unless otherwise authorized by the Jurisdictional Authority. PART 4 - METHODS AND MEASUREMENTS OF PAYMENT 4.1 All work required by this section will be included in payments for other sections or as noted in the Contract Document or Accepted Proposal. A. The cost of rock excavation including blasting shall be included in the contract unit price for pipe or structures unless rock excavation is specifically established as a separate pay item in the Contract documents. When rock excavation is paid for separately, payment shall be made at the contract unit price in accordance with Section 02300 Earthwork. END OF SECTION 02080 S,2008\080104,OO 00 Lely Manor Cannl\()()14 Bidd,ng Phase Servkes',20BOTRENCHDOC 6 lOA lOA J,ely Manor Canal West Outfall RWA, Inc. Project No_ 080104.00.00 SECTION 02230 - SITE CLEARING PART 1- GENERAL I. I RELA TED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. 1.2 SUMMARY A. Work specified in this Section consists of Clearing and Grubbing within areas specified in the Contract Documents or as directed by the OWNER'S representative. Work under this Section includes removal and disposal of all trees, brush, stumps, grass, roots, and other such protruding objects. Also included is the removal and disposal of buildings, structures, existing pavement, other existing facilities, and debris not required to remain or to be salvaged that is necessary to prepare the area for the proposed construction. CONTRACTOR shall notify all utility companies or utility OWNERS (both public or private) of their intent to perfonn such work and shall coordinate field location of utility lines prior to commencement of construction. B. Other miscellaneous work considered necessary for the complete preparation of the overall project site is also included under this Section. Work includes, but is not limited to, the following: I. Plugging of wells encountered within the project limits, which are to be abandoned. 2. Leveling and restoration of terrain outside the limits of construction for purposes of facilitating maintenance and other post-construction operations. 3. Trimming of certain trees and shrubs within project limits for utilization in subsequent landscaping of the project. 4. Plugging or sealing of culvert pipes or other structures to prevent erosion or collapse of adjacent soils. 5. Protecting existing trees, shrubs, groundcovers, plants, grass to remain. 6. Removing existing trees, shrubs, groundcovers, plants, and, grass. 7. Clearing and grubbing. 8. Stripping and stockpiling topsoil. 9. Removing above- and below-grade site improvements. 10. Disconnecting, capping or sealing, and abandoning or removing site utilities. 11. Temporary erosion and sedimentation control measures. C. Related Sections include the following: I. Division 2 Section 2300 "Earthwork" for soil materials, excavating, backfilling, and site grading. 1.3 DEFINITIONS A. Topsoil: Natural or cultivated surface-soil layer containing at least 1.5% organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or S:'.200S\080 I 04,00,00 Lely Manor Cooal\OO 14 Biddmg l'h".c Serv;ccs\2230SITECLI'AR.DOC I :;4. J y {ft '.\ t."1 "~ 1,I:Y Lcly Manor Canal West Outfall RWA,Inc Project No. 0801040000 red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2 inches in diameter; and free of roots larger than I-inch in diameter, toxic materials, or other non-soil materials. The material utilized as topsoil shall be suitable for plant growth and free from appreciable quantities of hard clods, stiff clay, hardpan, gravel, brush, large roots, refuse, or other deleterious materials. The characteristics of the material shall be such that it can be adjusted to have a pH value between 5.0 and 8.0, or as approved by the Engineer B. Tree Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by the drip line of individual trees or the perimeter drip line of groups of trees, unless otherwise indicated. 1.4 MA TERIAL OWNERSHIP A. Except for stripped topsoil or other materials indicated to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.5 QUALITY ASSURANCE A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSI AIO.6 and NFPA 241. 1.6 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities havingjurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B. Salvable Improvements: Carefully remove items indicated to be salvaged and store on Owner's premises where indicated. C. Utility Locator Service: Noti(y utility locator service for area where Project is located before site clearing. D. Do not commence site-clearing operations until temporary erosion and sedimentation control measures are in place. S'.,lOOg\080104 00,00 Ldy Manor Can,11',OO]413idd,ng Phase S~rvic~s",2230SJTECLEARDO(, 2 lOA Lely Manor Canal West Outfall 3.1 3.2 3.3 RWA, Inc. Project No_ 080104.00.00 PART 2 - PRODUCTS (Not used) PART 3 - EXECUTION PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Locate and clearly flag trees and vegetation to remain or to be relocated. C. Protect existing site improvements to remain from damage during construction. I. Restore damaged improvements to their original condition, as acceptable to Owner. D. Prior to clearing, all existing vegetation not within the limits of construction shall flagged to be preserved. The Contractor shall install envirofence or equal beyond the drip line of the retained vegetation and along the limits of the clearing. The fence shall remain erect and maintained through the duration of the construction activities. 1. Do not store construction materials, debris, or excavated material within fenced area. 2. Do not permit vehicles, equipment, or foot traffic within fenced area. 3. Maintain fenced area free of weeds and trash. E. All clearing shall be done in accordance with the jurisdictional authority pennit requirements. TEMPORARY EROSION AND SEDIMENTATION CONTROL A. Provide temporary erosion and sedimentation control measures to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways, according to requirements of the Plans and jurisdictional authority. B. Inspect, repair, and maintain erosion and sedimentation control measures during construction until permanent vegetation has been established. c. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. TREE PROTECTION A. Do not excavate within tree protection zones, unless otherwise indicated. B. Where excavation for new construction is required within tree protection zones, hand clear and excavate to minimize damage to foot systems. Use narrow-tine spading forks, comb soil to expose roots, and cleanly cut roots as close to excavation as possible. I. Cover exposed roots with burlap and water regularly. 2. Temporarily support and protect roots from damage until they are permanently redirected and covered with soi I. 3. Coat cut faces of roots more than I y, -inches in diameter with emulsitled asphalt or other approved coating formulated for use on damaged plant tissues. 4. Backtlll with soil as soon as possible. SIl008\080104,OO 00 Lely Manor C'anal\OIJ14 Bidding Phase Serviccs'22lOS1HTI.FAR DOt 3 Lcly Manor Canal West Outfall RWA, Inc. Project No. 08010400.00 lOA C. Repair or replace trees and vegetation indicated to remain that are damaged by construction operations, in a manner approved by Engineer. I. Employ an arborist, licensed in jurisdiction where Project is located, to submit details of proposed repairs and to repair damage to trees and shrubs. 2. Replace trees that cannot be repaired and restored to full-growth status, as detennined by Engineer. 3.4 TOPSOIL STRJPPING A. Remove usable sod and grass before stripping topsoil. B. Strip topsoil to whatever depths are encountered in a manner to prevent intenningling with underlying subsoil or other waste materials. I. Remove subsoil and non-soil materials from topsoil, including trash, debris, weeds, roots, and other waste materials. C. Stockpile topsoil materials away from edge of exeavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust. Do not stockpile topsoil within tree protection zones. \. Dispose of excess topsoil as specified for waste material disposal. 2. Stockpile surplus topsoil to allow for respreading. 3.5 UTILITIES A. Contractor will arrange for disconnecting and sealing indicated utilities that serve existing structures before site clearing, when requested by Contractor. a) Verify that utilities have been disconnected and capped before proceeding with site clearing. b) Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: c) Notify utility agency not less than two days in advance of proposed utility interruptions. d) Do not proceed with utility interruptions without Utility Agencies permission. B. Excavate for and remove underground utilities indicated to be removed on the Plans. 3.6 CLEARING AND GRUBBING A. Clearing and Grubbing shall consist of complete removal and disposal of all items stated in Section 1.2, which are not specified for removal under other items of the contract. B. Unless otherwise shown in the Plans or Contract Documents, Standard Clearing and Grubbing shall be done within the following areas: I. All areas where any type of excavation is to be done. 2. All areas where any type of embankment will be constructed. S\2008\080104,OO Oil Lely Manor Canal\0014 Biddmg. Pha,e Serviccs'..2lJOSITECI.EAKI)OC 4 Lely Manor Canal West Outfall RW A, Inc. Project No, 080104,00.00 lOA 3. All areas where any type of structure, including pipe culverts or pipelines, will be installed or constructed. 4. All areas where any type of pavement will be constructed. 5. Other areas designated in the Plans or by the Specifications. C. Depths of Removal I. In areas listed below all roots larger than I -inch in diameter and other debris shall be removed to a depth of at least one foot below ground surface. The surface shall then be plowed to a depth of at least six inches and all roots exposed shall be removed to a depth of at least one foot. All stumps including subsurface roots shall be completely removed to the satisfaction of the ENGINEER. Trees shall be removed so roots are pulled out rather than broken or sawed off. Areas requiring the removal methods stated in this paragraph are as follows: a) Excavation areas where the excavated material is to be used in embankment construction under pennanent structures such as but not limited to pavement and buildings. b) Embankment areas under permanent structures such as but not limited to pavement, buildings, sewage treatment facilities, bridges, etc. c) Excavation areas where roots or similar vegetation in the top one foot would interfere with disking, harrowing, or finish grading operations prior to seeding or landscaping. d) Lots and building areas. 2. In all other excavation areas not listed above where Clearing and Grubbing is to be done, all roots, stumps, and debris protruding through or appearing on the surface of the completed excavation shall be removed or cut off below the excavated surface. 3. In all other embankment areas not listed above where Clearing and Grubbing is to be done, all roots, stumps, and debris protruding through or appearing on the surface shall be removed to a depth of at least one foot below the surface but no plowing or harrowing will be required in these areas. D. Trees to Remain I. As an exception to the above prOVISIOns, where so directed by the Owner's representative, desirable trees within the clearing limits shall be protected as noted in 3.2 above E. Boulders I. Any boulders laying on the top of the existing surface or otherwise encountered during the Clearing and Grubbing shall be removed and disposed of by the CONTRACTOR in areas provided by the CONTRACTOR. As an alternate to oft~site disposal and at the CONTRACTOR'S expense, he may elect to utilize these boulders in berms or as riprap approved by the Engineer. Any breaking or splitting of boulders that may be necessary to comply with size requirements for embankment shall be incidental to the cost of Clearing and Grubbing. No boulders or rock shall be left or placed in building pads, or streets, or paved areas. 3.7 SELECTIVE CLEARING AND GRUBBING A. Selective Clearing and Grubbing shall consist of removing and disposing of all vegetation, obstructions, etc, as provided above except that in non-structural areas where the Contractor so elects, roots may be cut off flush with the ground surface. Stumps shall be completely removed. S'-.2008\080104,00,00 Lei)' MallO' Canal',OI)]4 ["lidding Phas~ S~rvlc"s"2130SnI:::CI.EAR[)O(' 5 Lely Manor Canal West Outfall RWA, Ioc. Pm]'" No 0801040010 A Undergrowth shall be completely removed except in areas designated by the OWNER'S representative for aesthetic purposes. B. Desirable trees, that are designated by the Owner's representative to remain, shall be protected and trimmed in such a way to avoid damage to limbs during construction during clearing. 3.8 SPECIAL CLEARING AND GRUBBING A. In certain areas that are inaccessible by machines or are considered environmentally sensitive, ENGINEER may specify Special Clearing and Grubbing. Where listed as a separate pay item, Special Clearing and Grubbing shall consist of removal and disposal of all trees, brush stumps, roots, debris or other objects protruding through the surface by cutting off flush with the ground surface. The use of any machinery that would disturb the original ground surface condition will not be pennitted. 3.9 ERADICATION OF EXOTIC VEGETATION A. Where listed as a separate pay item, eradication of exotic vegetation shall consist of removal and disposal of Australian Pine. Melaleuca, Brazilian Pepper, Florida Holly and other species specifically stated on the Plans or specified herein. Also included shall be the removal of the subsurface root system for each exotic. B. In areas where removal is modified to permit cutting off flush with in the ground surface, stump and root system shall be treated with an agency approved chemical herbicide that will ensure the eradication of the root system. C. Within the limits established for the eradication of exotic vegetation, all other trees, brush, etc. not classified as exotic shall be removed, unless designated in the field by the OWNER'S representative to remain. The removal and disposal of non-exotic vegetation shall confonn to the provisions of Article 3.1. 3.10 REMOVAL OF EXISTING PA VEMENT A. Work specified in this Article consists of the removing and disposing of existing pavement surfaces such as, but not limited to, pavement, sidewalk, curb, and gutter where shown in the Plans, or required to be removed during construction operations, or as required by the ENGINEER. 3.1 I BURNING ON-SITE A. Unless otherwise stated in the Contract Documents, burning will be permitted within the project limits provided the burning operation complies with all applicable laws, ordinances, and other regulatory agencies. All permits required shall be obtained prior to the start of burning and all permit regulations strictly adhered to. All burning shall be done at locations where trees and shrubs adjacent to the cleared area will not be harmed. S.\2008\080104.00 00 Lely Manor ('3I1al\00]4 Bidding I'ha<c S"rv'n~'.2210SJTr'CLFAR DtX' 6 Lely Manor Canal West Outfall RWA.lnc.PmjcctNo. 080I0400J 0 A 3.12 DISPOSAL OF MATERIALS A. Timber, stumps, roots, brush, boulders, rubbish, and other objectionable material resulting from work specified in this Section shall be disposed of off-site in locations provided by the CONTRACTOR. 3. I 3 OWNERSHIP OF MATERIALS A. Except as may be otherwise stated in the Contract Documents, all buildings, structures, appurtenances and other materials removed by the CONTRACTOR shall become the property of the CONTRACTOR, to be disposed of in areas provided. 3.14 METHOD OF MEASUREMENT AND PA YMENT A. General: For the various items of work specified in this Section when listed as a separate pay item, payment shall be made by the unit price or the lump sum amount as established in the Contract Documents. Where no separate pay item is established, the cost of all such work shall be included in the various scheduled items of work specified in the Contract Documents, except as provided below. B. Clearing and Grubbing: Measurement of Clearing and Grubbing shall include only the areas specified in the Contract Documents that are required to be cleared to permit the construction of the various items of work. Areas that are cleared for convenience, access, or other purposes that are not a requirement of construction will not be measured for payment. C. Selective Clearing and Grubbing: Measurement of Selective Clearing and Grubbing shall include all areas shown in the plans or designated in the field by the Owner's representative. This measurement shall include the total area within the limits of Selective Clearing and Grubbing and no deduction shall be made for areas in which desirable trees and brush are designated to remain. Where the limits of Selective Clearing and Grubbing are shown on the Plans or otherwise established in the Contract Documents but no separate pay item established, the measurement of such work shall be included in the quantity or lump sum amount of "Clearing and Grubbing". D. Special Clearing and Grubbing: Measurement of Special Clearing and Grubbing shall include all areas shown in the plans or designated in the field by the Owner's representative. This measurement shall include only actual areas cleared by the hand method and shall not include areas cleared by other methods or areas that remain in their original condition. Where the limits of Special Clearing and Grubbing are shown on the Plans or otherwise established in the Contract Documents but no separate pay item established, the measurement of such work shall be included in the quantity or lump sum amount of "Clearing and Grubbing". E. Eradication of Exotic Vegetation: Measurement of Eradication of Exotic Vegetation shall include areas shown on the Plans or designated in the field by the Owner's representative. The measurement shall include the total area within the limits established for Eradication of Exotic Vegetation and include the areas within these limits where non-exotic vegetation is removed. Where the Owner's representative has designated desirable vegetation to remain within these limits, no deduction of area shall be made for the "saved It areas. S\2008\080104.00.00 Lely M,mor Canal\0014 Bidding Phase Services....223USlTECLEAR UOC 7 Lely Manor Canal West Outfall RWA,Ioc.Pml"tNo 080104100 A I. Where I imits of Eradication of Exotic Vegetation are shown on the Plans or otherwise established in the Contract Documents but no separate pay item established, the measurement of such work shall be included in the quantity or lump sum amount of "Clearing and Grubbing". F. Removal of Existing Pavement: When a separate pay item is established for the Removal of Existing Pavement, the quantity to be paid shall be by the square yard for the actual quantity removed and disposed of oft~site. For curb and gutter, slope pavement, and other irregular areas, the measurcment shall be generally taken as an approximate horizontal surface. Where lump sum payment is provided, such payment shall be compensation for the removal of areas shown on the Plans or otherwise specified in the Contract Documents. 1. Where a separate pay item is established for curb, gutter, or curb and gutter removal, the measurement shall be measured by the lineal foot at the flow line of the gutter or at the top of curb where there is no gutter. Where separate pay has not been provided for curb or curb and gutter removal, the measurement shall be included in the area for pavement removal as stated above. 2. When no separate payment is provided for the Removal of Existing Pavement and no applicable item of excavation or embankment covering such work is listed; the costs of this work shall be included in the contract price for the item of Clearing and Grubbing or for the pipe or other structure of which the pavement removal is required. G. Removal of Existing Structures: When separate payment for Removal of Existing Structures or Removal of Existing Buildings is provided; the work shall be paid for at the contract lump sum price. When direct payment is not provided, the cost of such removal and disposal shall be included in the contract price for Clearing and Grubbing or if no Clearing and Grubbing is included, in the compensation for the other items covering the new structure to be constructed. H. Burning: Unless otherwise specified in the Contract Documents, and where permitted, burning shall be considered, as being part of the process of disposing of materials and the cost of such work shall be included in the item that requires the disposal of materials. PART 4 MEASUREMENTS AND METHOD OF PAYMENT 4.1 General A. Prices and payments for the various work items included in this Section shall constitute full compensation for all work described herein and shall include all removal, disposal, protecting, trimming, breaking, plugging, eradication, or any other items specified in this Section. B. Pay Items: For all work specified in this Section, payment shall be made in accordance with the list of pay items established or as otherwise defined in the Contract Documents. The description of a pay item in the proposal section may vary from the descriptions stated in this Section. END OF SECTION 02230 S\200g\080104.00.{)O Lely Manor Canar,0014 Bidding I'ha<~ ServiceS22JOSITFCll'AR DOC 8 Lely Manor Canal West Outfall RWA,lnc Project No. 08010400,00 lOA SECTION 02260 - EXCA V A TION SUPPORT AND PROTECTION PART 1 - GENERAL I. I RELA TED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this Section. 1.2 SUMMARY A. This Section includes requirements for temporary excavation support and protection systems. B. Related Sections include the following: I. Division 2 Section 02080 "Trenching and Backfill" 2. Division 2 Section 02300 "Earthwork" for excavating and backfilling and for existing utilities. 3. Division 2 Section 02630 "Storm Drains" for excavating and Backfilling Storm Drain systems. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and temporary and permanent surcharge loads. l. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified professional engineer in accordance with The Florida Safe Trench Act and OSHA requirements. 2. Prevent surface water from entering excavations by grading, dikes, or other means. 3. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. B. Support and Protective equipment supplied by manufactures with recommendations for safe usage may be used at the contractor's discretion and responsibility. In the event the Owner, Engineer or Jurisdictional Authority require substantiating evidence of stability, the Contractor shall furnish such information to their satisfaction. I .4 SUBMITTALS A. Shop Drawings for Information: Prepared by or under the superVISIOn of a qualified professional engineer for excavation support and protection systems. I. Include Shop Drawings signed and sealed by the qualified professional engineer responsible for their preparation. S \2008",080104,00,00 Lcly Manor Canal\0014 Bidding Phase Servicc,2260EXCAV DO( IDA Lei)' Manor Canal West Outfall 1.5 2.1 3.1 RWA,lnc Project No. 080104.00,00 B. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Project-Site Information: A geotechnical report has been prepared for this Project and is available for information only. The opinions expressed in this report are those of geotechnical engineer and represent interpretations of subsoil conditions, tests, and results of analyses conducted by geotechnical engineer. Owner will not be responsible for interpretations or conclusions drawn from this data. I. Make appropriate additional test borings, as required and conduct other exploratory operations necessary for excavation support and protection. C. Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor; establish exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1. During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations and positions for comparison with original elevations and positions. Promptly notify Engineer if changes in elevations or positions occur or if cracks, sags. or other damage is evident in adjacent construction. PART 2 - PRODUCTS SHORING A. Only materials suitable for structural shoring shall be used. B. Use of previously used materials shall only be allowed if such materials are not damaged or unsuitable for the intended use. PART 3 - EXECUTION PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection system operations. 1. Shore, support, and protect utilities encountered in a manner, which will not cause distress. S\2008\080104,OO,OO l.cly Manor C'anal\OOI4 (lidding Plm_e Servic~,226(1EXCAVDO( 2 IDA Lely Manor Canal West Outfall RWA, Inc. Project No. 080104.00.00 2. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 3. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and Jurisdictional Authorities having jurisdiction. 4. Provide alternate routes around closed or obstructed traffic ways ifrequired by authorities having jurisdiction. B. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded. C. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable. D. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. B. At the discretion of the Jurisdictional Authority, support may remain in place if excavation support and protection systems are removed to a minimum depth of 48-inches below overlying construction and abandon remainder. c. Repair or replace, as approved by Engineer, adjacent work damaged or displaced by removing excavation support and protection systems. D. Excavation support and protection systems may be permanently len in place, below 3-feet of finish grade if approved by the Jurisdictional Authority. PART 4 - MEASUREMENTS AND METHOD OF PAYMENT 4. I METHOD OF PA YMENT A. The work specified in this section will be paid for as part of the Utility Section specified in other sections of this specification. B. No other payment will be made for the work specified here. END OF SECTION 02260 S\2008\080104,OO 00 Lcly Manor Canal\0014 Bidding Pha,e Serv,ccs\2260EXCAVDOC 3 IDA Lcly Manor Canal West Outfall RWA, Inc. Project No. 080104.00.00 SECTION 02300 - EARTHWORK PART 1- GENERAL 1. I RELA TED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. 1.2 SUMMARY A. The work included in this Section is the rough grading to be completed prior to utility installation, paving of streets, sidewalks, and driveways, and landscape grading. B. This Section includes the following: I. Excavation and filling to the line, grades and contours noted in the project drawing. 2. Preparation of ground to be filled and conditioning of fill material for designated compaction. 3. Compaction of all fill soils as designated in this specification and the Geotechnical report. 4. Placement of topsoils on designated surfaces to be landscaped. 5. Preparation of graded surfaces and drainages to mitigate erosion during site preparation. 6. Compaction of subgrade surfaces to receive concrete drainage structures. 7. Removal or conditioning of unsuitable soils in accordance with the Engineers directions. 8. Rock excavation, if required, and as directed by the Engineer C. The Earthwork Contractor, if not responsible for final paving and landscaping, must coordinate the earthwork task with the Paving and Landscaping Contactors to assure continuity and compliance to these specifications. D. Earthworks required after Rough grading will include the following: 1. Preparing subgrades for slabs-on-grade, walks. pavements, lawns and grasses, and exterior plants. 2. Excavating and backfilling for utility trenches. 3. Excavating and backfilling trenches for buried utility structures. E. Related Sections include the following: I. Division 2 Section 02080 "Trenching and Backfill" 2. Division 2 Section 02230 "Site Clearing" 3. Division 2 Section 0274 I "Asphalt Pavements 1.3 DEFINITIONS A. Backfill: Soil material or approved low-strength material used to fill an excavation. I. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. S\200R\080104,OO 00 Lely "fanor CMal\OOI4 [liddIng Phasc Se'v;ce<'23()OfARTIIORK DOC IDA Lely Manor Canal West Outfall I. J. 1.4 A. B. C. D. E. RWA. Inc. Project No. 080104.0000 B. Base Course: Course placed between the subbase course or subgarde and asphalt or concrete paving. C. Bedding Course: Course placed over the excavated subgrade in a trench before laying pipe. D. Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill. E. Drainage Course: Course supporting concrete slab-on-grade that also minimizes upward capillary flow of pore water and conduction of ground water. F. Excavation: Removal of material encountered above finish elevations and to lines and dimensions indicated. 1. Authorized Additional Excavation: Excavation below finished elevations or beyond indicated lines and dimensions as directed by the Engineer. Authorized additional excavation and replacement material will be paid for according to Contract provisions for unit prices. 2. Bulk Excavation: Excavation more than 10-feet in width and more than 30-ft. in length. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by the Engineer. Unauthorized excavation, as well as remedial work directed by the Engineer, shall be without additional compensation to the Contractor. G. Fill: Soil materials used to raise existing grades. H. Rock: Rock material in beds, ledges, unstratified masses, and boulders of rock material that exceed I cubic yard for bulk excavation or Yo cubic yard for pit excavation that cannot be removed by excavating equipment and requiring systematic drilling, ram hammering, or blasting to excavate. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. Utilities: On-site above and underground pipes, conduits, ducts, and cables. SUBMITTALS Product Data: For the following: Controlled low-strength material, including design mixture. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated. Blasting Plan and Penn it: For record purposes and approved by authorities having jurisdiction. Seismic Survey Report: For record purposes; from seismic survey agency. Preexcavation Photographs Of Videotape: Show existing conditions of adjoining construction and site improvements, including finish surfaces, that might be misconstrued as damage caused by earthwork operations. Submit before earthwork begins. S",200S\080104 00 00 Ldy Manor Canal\0014 Biddjng Phase Service<'.2-'OOFARTflORK DOC 2 Lely Manor Canal West Outfall RWA, Inc ProJect No. 080104.00,00 1.5 QUALITY ASSURANCE A. Blasting: Comply with applicable requirements in NFPA 495, "Explosive Materials Code," and have a Blasting Penn it issued by the jurisdictional authority. 1.6 PROJECT CONDITIONS 2.1 2.2 2.3 A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless pennitted in writing; Then only after arranging to provide temporary utility services according to Owner or jurisdictional authority. B. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies to shut off services iflines are active. PART 2 - PRODUCTS IMPORTED SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D 2487 Soil Classification Groups GW, GP, GM, SW, SP, and SM or a combination of these groups; free of rock or gravel larger than 3-inches in any dimension, organic debris, waste, frozen materials, vegetation, and other deleterious matter. C. Unsatisfactory Soils: Soil Classification Groups not listed in B. above shall be considered unsatisfactory. I. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Impervious Fill: Clayey gravel or clayey sand mixture capable of compacting to a dense impervious state. CONTROLLED LOW-STRENGTH MA TERIAL A. Controlled Low-Strength Material: Low-density, self-compacting, flowable concrete material as follows: I. Portland Cement: ASTM C 150, 2. ASTM C 33, JI,-inch maximum aggregate size. 3. The Engineer will consider other low strength materials submitted by the Contractor. CLASSIFICA TION OF EXCA V A TION A. General 1. Included in the excavation under this Section are materials of whatever nature encountered within the required limits of excavation (except material during clearing and grubbing). Determination of sub-surface condition effects on construction costs is the sole responsibility of the Contractor. Sub-surface conditions between soil borings that may vary greatly from those conditions found at the boring location. S\2008\080104,OO,OO Lely Manor CanaJ\Olll 4 Biddinl; Phase Selvlces'l,lOOEARTHORKDO( 3 Lely Manor Canal West Outfall RWA. In' P,J QSA4 0000 2. Locating existing underground utilities shall be the responsibility of the Contractor. In the event of any utility conflict, the Contractor shall immediately infonn the, Owner and the Engineer of the conflict. Contractor shall be responsible for the immediate repair of a utility lines damaged during construction. Contractor shall notifY all utility jurisdictional authorities, both public and private of their intent to perfonn such work and coordinate field location of utility lines prior to commencement of construction. 3. Where separate classification is provided in the Proposal, excavation specified under this Section may be listed as any of the following classes: (I) Regular Excavation, (2) Swale Excavation, (3) Subsoil Excavation, (4) Rock Excavation, (5) Lake Excavation (unclassified). 4. For any of the above classifications not specifically listed as a separate pay item in the proposal or included as part of another pay item, all excavation of such type shall be included under the item of Regular Excavation. If the item of Regular Excavation is not listed in the proposal, all costs included in the excavation of roadway, swales, subsoil, rock, lakes, structures (including utilization or disposal of materials) shall be incidental to the general cost of the project and no additional compensation will be allowed. B. Regular Excavation I. Regular Excavation shall consist of excavation of materials necessary for construction of roadways, ditches, sidewalks, building pads, retention ponds, and other surfaces as shown in the plans. Excavated material suitable for embankment shall be utilized in areas requiring fill with all excess material spread or stockpiled on site where shown on the plans or as directed by the Owner's representative. C. Swale Excavation I. Swale Excavation shall consist of excavation of swales and ditches as indicated on the Plans and shall include the utilization of suitable excavated materials in areas requiring fill with all excess material spread or stockpiled on site where shown on the plans or as directed by the Owner's representative. D. Authorized Additional Excavation I. Subsoil excavation shall consist of the excavation and off-site disposal of unsuitable excavation, or any other material that is detemlined to be unsuitable by the Owner's Geotechnical Engineer in its original position and that is excavated below the finished grading. If provided in the plans or Contract Documents unsuitable material shall be stock-piled in areas on site designated by the Owner. E. Rock Excavation I. Rock Excavation shall consist of excavation of rock and boulders necessary to attain finish grade. 2. For the purpose of classifying rock excavation as a pay item, the rock strata encountered shall be of such thickness and hardness as to preclude removal by using a modern 3/4 cubic yard hydraulic backhoe maintained in excellent operating condition. F. Rock Blasting I. All blasting conducted under this contract shall strictly comply with the provisions of all laws and ordinances. All required blasting permits shall be the responsibility of the Contractor and in accordance with requirements of the jurisdictional authority. S',2008\080104.00,OO Lely Manor CanaI\OOI4 Bidding Phas~ S~rvJces\2.100[:\RTl10RK DOC 4 J.~A RWA, Inc. Project No. 080104.0000 Lely Manor Canal West Outfall 3.1 A. G. Rock Crushing I. If Rock Crushing is listed as a pay item in the Proposal, rock shall be crushed so that at least 97 percent (by weight) of the material shall pass a 3 1/2 inch sieve and the material shall be graded uniformly down to dust. The crushed rock shall have an average limerock bearing ratio (LBR) value of not less than 100. H. Lake Excavation (Unclassified) I. Lake Excavation (Unclassified) shall consist of excavation of all material necessary for construction of lakes according to the depths, dimensions, side slopes, and in the locations shown in the plans. It shall also include the utilization of excavated materials and the disposal of unsuitable materials in accordance with Part III of this specification. All materials excavated shall be considered as "unclassified". 2. Contractor shall be responsible for any investigation of subsurface conditions and subsequent determination of the amount of rock, roots, and other materials to be incorporated into his price. Contractor shall construct the lake banks in strict accordance with the ordinances or laws governing the excavation. All slopes must be equal to the specified slopes. The bottom of the lake shall not be excavated below the specified depth without prior written approval of the Owner and the Jurisdictional Authority. PART 3 - EXECUTION B. UTILlZA TlON OF EXCA VA TION MATERIALS General I. All excavated materials suitable for embankment shall be utilized in the embankment areas shown in the plans or as otherwise speeified in the Contract Documents. After the requirements for embankment to meet the lines and grades shown on the plans, the surplus suitable excavated material shall be deposited in areas on-site as directed by the Owner's representative, unless otherwise specified in the Contract Documents. 2. On projects where excavation does not provide enough material to satisfy em bankment requirements, excavated materials shall first be utilized in the roadway or other permanent structure embankment, then into other embankment areas shown in the plans. Classification of Materials I. Material shall be classified as "suitable" if it meets all the requirements of this Section. A rock stratum that can be blasted, split or screened to meet the requirements shall be considered as llsuitable11 for embankment. 2. Material such as muck, or any other material containing excessive amounts of organic, silt, clay, or other deleterious materials shall be classified as "unsuitable" for embankment unless otherwise specified or classified by the Engineer. 3. The term "unclassified" simply refers to material that has not been defined as suitable or unsuitable. If a dispute arises over the classification of materials, the Engineer shall make the final determination. C. Rock and Boulders I. Rock and boulders shall be utilized on site as embankment unless otherwise specified. If it cannot be utilized in its excavated state, it shall be used as Buried Rock. If that is not possible, it shall be disposed of ol1'site and replaced with an acceptable material. In all cases, the alteration or replacement of excavated material shall be at the Contractor's expense unless otherwise provided in the plans or Contract Documents. S\2008\080104.00.00 Ldy ManorCanal\OOl4 Bidding Ph",e Scrvj~e,\21(J(JrARTHORK DOC 5 Leiy Manor Canal West Outfall RWA. Ino. Pco)ec! No. 08010)Oe A " D. Burial Rock 1. Work specified in this article consists of excavating and stockpiling of Rock, hauling and placing rock into the excavated area, covering the rock with overburden from the stockpile and utilizing all excess overburden, The proposed rock burial areas shall be as shown in the plans and/or as designated by the Owner or Engineer on-site. 2. After completion of the clearing and cross-sectioning of the proposed rock burial areas, Contractor shall excavate the overburden material down to the top of cap rock or as shown in the plans or as directed by the Owner's representative. The excavated overburden shall be stockpiled nearby for use in the covering process. The excavation area shall then be cross-sectioned by the Owner's representative. 3. A fter cross-sectioning, rock and boulders from previous excavation shall be loaded, hauled, and placed into these areas. During the placement of rock enough fine material from the overburden stockpile shall be deposited and compacted between individual rocks or boulders so as to completely fill any voids that may occur during placement of such rocks. The top of the deposited rock shall be a minimum of 3 feet below the proposed finished grade or as otherwise specified in the plans. 4. After the rock placement is complete, the stockpiled overburden shall be placed over the rock to a minimum depth of 3 feet to the specified elevation and in accordance with the requirement of PART 11\ of this Section. 5. After the finish grading is attained, all excess-stockpiled overburden shall be utilized in other embankment areas according to the provisions of PART III. E. Existing Pavement J. All existing asphalt pavement including the base course shall be utilized on-site as embankment unless otherwise specified. The pavement structure shall be scarified or similarly broken up to satisfy the requirements of embankment. Care shall be taken to utilize the broken asphalt pavement and base course in areas that will not adversely affect future landscape plantings or building pad related work such as footings, rough plumbing, electrical, etc. 2. All existing concrete pavement, sidewalk, curb and gutter or similar ridged surfaces shall be disposed of off-site unless otherwise specified or directed by the Engineer. At the Contractor's option and at his expense, he may break up the concrete and mix with enough tines for incorporation into embankment areas, provided he follows the same conditions required for the utilization of asphalt pavement. F. Muck J. Although muck or other material high in organic content will not generally be permitted in embankment areas, certain conditions may require or permit its utilization. Muck will not be permitted in embankment unless specifically stated on the plans or specified herein. G. Top Soil I. Where top of the existing surface is high in organic content, it may be necessary to strip the topsoil and reuse it or dispose of it. Topsoil shall be stripped and stockpiled on-site for later use as a layer under sod, grassing, or in landscaped areas. When an item of topsoil is not listed as a separate pay item in the Contract Documents, the placement of the stockpiled topsoil shall be included in the item of Clearing and Grubbing or Excavation. When topsoil is listed as a pay item, it shall be placed in locations shown in the plans to a specified thickness and to a finished elevation that will allow for the placement of sod, ground cover or other landscape related surface. S\2008\080104.00,OO Ldy Manor C'an"I\OO]4 Rjdding Ph(L'e Selvlce$'.2300EARTHORK DOC 6 Lely Manor Canal West Outfall RWA,Ino PcoJectNo 080104001 0 A 3.2 3.3 2. The material utilized as topsoil shall be suitable for plant growth and free from appreciable quantities of hard clods, stiff clay, hardpan, gravel, brush, large roots, refuse, or other deleterious materials. The organic content shall be at least 1.5 percent. The characteristics of the material shall be such that it can be adjusted to have a pH value between 5.0 and 8.0, or as approved by the Engineer. DISPOSAL OF EXCA V A TED MA TERIALS A. Disposal of Surplus Materials 1. The Owner shall retain ownership of all suitable excavated materials unless otherwise stated in the Plans or Contract Documents to be surplus material. When so specified the surplus material shall become the property of the Contractor to be disposed of outside the project limits. The cost of the disposal and furnishing the disposal area shall be included in the item requiring excavation and no additional compensation will be given. B. Disposal of Unsuitable Materials J. Unsuitable excavated material as defined in this Section shall become the property of the Contractor to be disposed of outside the project limits. The cost of the disposal and furnishing the disposal area shall be included in the item requiring excavation and no additional compensation will be given. EMBANKMENT A. General J. Embankments shall be constructed true to lines and grades shown in the plans or authorized by the Engineer. Material used in embankments shall be obtained from on-site excavation and/or from off-site borrow sources secured by the Contractor. B. Site Preparation J. Subsequent to clearing and prior to placement of embankment material, the eXIstmg cleared surface shall be scarified, moisture conditioned and compacted 6 feet beyond the all building and pavement areas and in other areas shown in the plans or stated in the Supplementary Conditions. The existing surface shall be compacted at moisture content such that the specific relative compaction requirement can be attained. Soil one foot below the compacted surface shall attain relative compaction of 95 percent of the maximum dry density as determined by the ASTM-D-1557. Field density tests shall be conducted in accordance with ASTM D-1556. D-2167, D-2922, or D-2937 (latest revisions) by a certified Engineer laboratory or Soils Engineer approved by the Owner. The location and number of the tests shall be determined by the Owners representative or Soils Engineer. C. Requirements for Embankment Materials J. Embankments shall be constructed of material containing no muck, stumps, roots, brush, vegetable matter, rubbish, or other material that will not compact into a suitable and enduring roadbed or similar foundation. Material designated as unsuitable in the soil borings or as classified as unsuitable by this specification shall be removed from the embankment and disposed of in approved locations or off-site. Utilization of material in embankment construction shall be in strict accordance with the Plans or as approved by the Engineer. S\2008\080104 00 00 l.c1y Manor ('anaJ\0014 BiddIng Phase Serviee,\.2JOOLARTlIORKDOC 7 IDA Lely Manor Canal West Outfall RWA, Inc. Project No. 080104.00,00 2. The maximum size of rock that will be pennitted in the completed embankment are as follows: a. In top 12 inches - 3 1/2 inches maximum b. I foot to 2 feet below finish grade - 6 inches maximum c. 2 feet and below finish grade - Not to exceed the compacted thickness of the layer being placed 3. When and where approved by the Engineer, the Contractor may place larger rocks outside the 2 to I slope of any structure embankment. Where such rock is utilized in any embankment, enough fine material shall be deposited and compacted between individual rocks so as to completely fill any voids that may occur during the placement of such material. Rock larger than 8-inches shall not be utilized in any building pad or paved area embankment. D. Borrow Material I. The use of borrow material shall be limited to areas when sufficient quantities of suitable material are not available on-site. When borrow is required the material shall confonn to the requirements PART 2 and shall be approved by the Engineer prior to placement. Borrow material shall be obtained from areas furnished by the Contractor at his expense. Borrow sources shall comply with all local requirements applicable for the excavation and sale offill material. E. Construction Requirements I. Embankment material shall be placed in horizontal layers not to exceed 12 inches thickness measured loose. Each layer shall be leveled; moisture conditioned and uniformly compacted to a relative compaction of at least 95% of the maximum Dry density as determined by ASTM D-1557. 2. Where the material is deposited in water or on unstable ground that will not support the weight of hauling equipment, the Contractor shall consult a Soils Engineer for recommendations to stabilize the subgrade to be filled. 3. When embankments are constructed on a slope greater than 3 horizontal to 1 vertical, the slope shall be "stepped" so as to permit the embankment to be placed in horizontal layers and compacted as stated above. Upon completion of the embankment steps on a slope, steps shall be dressed to conform to the specified slope. 4. For any embankments not covered above, the Engineer prior to placement shall approve construction methods. F. Compaction Requirements I. Materials shall be compacted at moisture content such that the relative compaction can be attained. If necessary, water shall be added to the material, or the moisture content shall be lowered by disking the material and allowing it to dry, as is appropriate. Each layer of material shall be compacted by the use of a smooth drum vibratory roller or other method approved by the Geotechnical Engineer. 2. Relative Compaction shall be determined by Test method in accordance with ASTM D-1556, D-2167, D-2922, or D-2937 (latest revisions) by a Certified Engineer Laboratory or Soils Engineer approved by the Owner. S\2008\080104,OO,OO Lely Man<>rCanal\OOI4 Bidding Phase Serv'ces\2.100EARTHORK DOC 8 I.cly Manor Canal West Outfall ]1'i{ .,.\ " 1 ".' ') 0.J j~ RW A. Inc. Project No, 080104,00.00 3. Relative Compaction determination requirements shall be as follows: Embankment Area Minimum Relative Compaction Building Pads I 95% Pavement Areas' 95% Retention Areas3 95% Other Areas N/A I Includes future building pads and lots. 2 Includes any permanent pavement structure such as curb and gutter, sidewalk, roadways, shoulder, driveway, or any other similar surface. 3 Includes earth berms, water retention slopes, dikes, and other similar areas. Frequencv/Lift I Ea/2000 Square feet I Ea/ 1000 Square yards 1 Ea/lOOO Square Yards N/A 4. Contractor shall be responsible for scheduling of all soil testing. These soil-testing costs shall be borne by the Owner, except that in the event of a test failure all subsequent retests required to validate recompaction shall be at the expense of the Contractor. The Owner may deduct this expense from the Contractor's payment or request payment directly from Contractor. 3.4 FINISH GRADING A. General I. As a final grading operation the surface of the earthwork shall be shaped to conform to the lines, grades, and contours shown on the plans. For cuts or fills where plant growth will be established, surfaces shall be left in a roughened condition as approved by the Engineer. Hand dressing will not be required except as necessary in confined areas where equipment operation is restricted. 2. Contractor shall take necessary precautions to prevent erosion of slopes before and after finish grading. Any erosion of whatever consequence shall be repaired at the expense of the Contractor until final acceptance ofthe project. B. Tolerances I. In final shaping of the surface of earthwork a tolerance of O. I foot above or below the plan elevations and contours will be allowed with the following exceptions: a. In areas where sod, ground cover or other finish landscape surface will be used, an allowance shall be made for the thickness of sod, etc. that will result in the finish landscape elevation to be within the above tolerance. b. Earthwork shall be shaped to match adjacent pavement, curb, sidewalk, structures, etc. with applicable allowance for sod, etc. Ditch bottoms may have a higher tolerance as approved by the Engineer provided that no water will be impounded. PART 4 - METHOD OF MEASUREMENT AND PAYMENT A. METHOD OF MEASUREMENT I. VOLUMETRIC - When payment is made on a volumetric basis, calculations shall be based on the method of average end areas or the grid cell method, unless the Engineer determines that another method will provide a more accurate result. The existing elevations shown on the plans or field survey taken by the Engineer shall be incorporated into the volume calculations. Should any of these existing elevations appear to be in S\2008\080 1 04.00.00 Lely Manor Canal\OO 14 Bidding Phase S~rv,~~,"2300EART110RK DOC 9 lOA Lely Manor Canal West Outfall RWA, Inc. Project No. 08010400,00 error, the Contractor shall notify the Engineer in writing and resolve the dispute prior to disturbing the existing surface in question. Once the existing surface is disturbed by clearing, excavating, or any other construction. the Contractor's right to dispute the existing elevations shown by the Engineers will be nullified. After the excavation or embankment is completed, the finished surface shall be measured in place by field survey and these cross-sections shall be incorporated into the volume calculations. 2. LOOSE VOLUME - In speeial cases as shown in the Contract Documents, payment shall be made on a loose volume basis as measured in trucks or other hauling equipment. The volume capacity of each truck shall be measured and recorded by the Owner's representative. Before unloading on-site, the Owner's representative shall compare the loaded truck to its recorded capacity and record the actual volume on the load ticket. Only load tickets that have been so recorded and collected by the Owner's representative at the point of dumping shall be included in the quantity for payment 3. LUMP SUM - The proposal may contain items of work that are to be paid for on a lump sum basis. Additionally, the Contract Documents may provide for a lump sum payment for the entire project. The lump sum payment for individual items or for the entire project shall constitute full compensation for the completion of all work specified in the plans and specifications. 4. PLAN QUANTITY - When cross Sectioning finished surfaces is not feasible; the Engineer may specify the final pay quantity of any item to be the original plan quantity. When so specified in the Contract Documents, such quantity will be revised only in the event that it is determined to differ by more than 10 percent of the original plan quantity. Such revisions will be determined by calculation of quantities from the plan sheets as applicable. Field measurement will not be considered except to verify that the work was accomplished in substantial compliance with the plan dimensions. B. Regular Excavation I. Measurement of regular excavation shall include only the net volume of material excavated between the original ground surface and the surface of the completed earthwork. The pay quantity shall be the plan quantity in accordance with article A, unless otherwise stated in the Contract Documents. C. Swale Excavation I. Measurement of swa\e excavation shall include only materials excavated within the line and grades indicated in the plans or as directed by the Engineer. Measurement may be by volume or lineal as called for in the Contract Documents. D. Subsoil Excavation I. Measurement of subsoil excavation shall include only material excavated within the lines and grades indicated on the plans or as directed by the Engineer. Where the limits of subsoil excavation are not shown or vary from the limits shown on the plans, the pay quantity shall be determined by cross Sectioning measurements in accordance with the volumetric method described in article 3.06.A. When the final pay quantity is more or less than the original plan quantity, an appropriate adjustment shall be made to the applicable pay quantity for imported fill so that the loss or increase is compensated provided that the unsuitable material is to be disposed oft~site. A lower than plan volume will require less fill replaeement and a higher than plan volume will require more fill replacement than originally calculated. However, if the subsoil excavation is displaced by on-site excavation, a quantity adjustment will not be made. Where no separate pay item is included in the contract, all such work involving the excavation and disposal of S 12008\080104 00 00 Lcly Manor (anal\0014 Bidd.ng Phase Scrvlces\23I){)E,\RTllORKlJOC 10 1.1 r., &Vh Lely Manor Canal West Outlzlll RWA, Inc. Project No. 080104.0000 unsuitable material shaJl be considered incidental to the cost of the applicable excavation item. E. Rock Excavation I. When rock excavation is listed as a separate pay item in the Contract Documents, measurement of rock excavation shaJl be by cross-sectioning method prior to and after the rock layer is excavated. Contractor shall aJlow sufficient time between operations to facilitate this field survey work. 2. If Rock Excavation is not listed as a separate pay item in the Contract Document, the cost of aJl such work, including blasting, shaJl be included in the unit price for Regular Excavation, Swale Excavation, Subsoil Excavation, Lake Excavation (Unclassified), or other items which may require the excavation of rock or boulders. 3. AJI rock and boulders shaJl be excavated to the width and depth that pennit the construction and installation of the specified work. Unless otherwise specified in the Contract Documents, governmental codes or ordinances, and permit requirements, the method used to remove rock and boulders shaJl be detennined by the Contractor. 4. The Contractor at a location outside the project limits shaJl dispose of aJl excavated rock that is not utilized on-site. AJI such material disposed of outside the project limits shaJl become the property of the Contractor and he shaJl therefore be responsible for any liability resulting from the ownership, hauling, or disposing of such excavated material. F. Rock Blasting I. When listed as a pay item in the Contract Documents, Rock Blasting shall be paid by the cubic yard, or lump sum for the actual quantity of rock blasted. When Rock Blasting is not listed as a pay item, any blasting or splitting of rock necessary to facilitate the excavation of rock shaJl be included in the item of Rock Excavation. If Rock Excavation is not listed as a pay item, any such blasting or splitting shall be included in the cost of whatever work that may require rock excavation and no additional compensation will be provided. The Contractor shaJl comply with any govemmental agency blasting ordinance applicable at the time of construction. The Contractor shaJl obtain aJl penn its required before the removal of overburden material, drilling, or delivery of explosives. G. Rock Crushing I. When listed as a separate pay item in the Contract Documents, Rock Crushing shaJl be paid by the cubic yard on a volumetric basis. Prior to crushing, the existing surface of the proposed stockpile area shall be cross-sectioned by the Owner's representative. After crushing has been completed and with the crushed material in a stockpile, the stockpile shall be again cross-sectioned by the Owner's representative. The volume of the stockpile shall then be calculated by either a grid cell or average end area method. This volume shall be used for pay purposes without consideration of shrinkage or expansion. The Contractor shall be responsible for scheduling the Owner's representative for cross-sectioning and shall allow sufficient time in his schedule for the completion of such work. 2. The utilization of crushed rock shall be included in the cost of the excavation item requiring rock excavation according to the provisions of this Section. H. Lake Excavation (Unclassified) I. Measurement of Lake Excavation (Unclassified) shall include only the net volume of material excavated between the ground surface after clearing and the finish slopes and bottom of the lake using the VOLUMETRIC method as described in the first paragraph of 3.5. The Contractor shall be responsible for scheduling the Owner's representative to S \2008\080104.00.00 LeJy Manor CanohOO!4 Biddlng Phase S~r\'i~~,'2_100EARTHORK DOC II IDA Lely Manor Canal West Outfall RWA, Inc. Project No 08010400_00 cross-section the eXIstmg surface of the proposed lake after the clearing has been completed and prior to commencement of blasting or lake excavation. The Contractor shall allow sufficient time for the Owner's representative to complete such cross-sectioning work. Any unauthorized over-digging or excavation below the plan bottom elevation will not be included in the measurement for payment. 2. Ifthe initial expense of the lake sectioning is to be paid for by the Owner, the Contractor shall not request said sectioning until he has notified the Owner that he has shaped the bank slopes per the permitted design slopes and depths. 3. If the Sections indicate that the depths or bank slopes do not conform to the permitted design slopes or indicate that they are steeper, the Contractor shall correct the deficiency. Further, the Contractor shall pay for the expense of re-sectioning the lakes to document that said correction has been accomplished. 4. Owner shall have the option of deducting the re-sectioning costs from the Contractor's payment, or the Owner may request separate payment directly from the Contractor. I. Structure Excavation I. Unless otherwise specified, there shall be no measurement for structure excavation. The cost of structure excavation shall be incidental to the cost of the applicable structure and no separate pay item will be established. J. Rock Burial I. Measurement of Rock Burial shall be on a volumetric basis unless otherwise specified in the Contract Documents. Payment shall be made for the neat volume of material excavated below the existing elevation after clearing. The Contractor shall be responsible for scheduling the Owner's representative to cross-section the existing surface after clearing and to cross-section the burial area after excavation, and sufficient time shall be allowed for this purpose. 2. Payment shall be by the cubic yard at the unit price established in the Contract Documents. Such unit price shall be full compensation for all excavation, stockpiling, loading, hauling and placing rock, overburden replacement over rock, and utilization of all excess overburden. K. Pavement Removal I. Measurement for pavement removal shall be by the square yard as measured in place prior to removal unless otherwise specilied in the Contract Documents. When no separate pay item is included, the cost of such work shall be incidental to the item of clearing and grubbing or excavation as applicable. L. Topsoil I. Measurement for topsoil shall be by the square yard as measured in place in locations shown in the plans or as directed by the Engineer. Placement of topsoil shall be to the thickness specified in the plans or Contract Documents, and it shall include the cost of furnishing the material as specified in Article 3.2 G. If enough excavated material is not available to satisfy the topsoil requirements, suitable topsoil shall be imported and the cost of furnishing and hauling this imported material shall be included in the unit price of the topsoil item. M. Embankment I. When there is not enough suitable excavated material to satisfy the requirements of embankment, a separate item called Embankment or Borrow may be established in the Contract Documents to facilitate completion. Payment will be made only for material S\2008\080 I 04.00 00 Lcly Manor CanaJ\OO 14 Bidding l'ha<c Services\2300fAIUJ IORK.DO, 12 IDA Lely Manor Canal West Outfall 4.2 RWA, Inc_ Project No. 080104,00.00 required to complete the embankment to the plan dimensions and elevations. Material placed beyond the limits shown on the plans will not be measured for payment. 2. For Embankment. the pay quantity shall be the plan quantity unless otherwise stated in the plans or Contract Documents. The measurement for embankment shall be the in place volume of material placed above the original surface elevation within the dimensions and elevations indicated on the plans less the neat volume of excavation. No allowance will be made for subsidence or shrinkage. 3. For Borrow, the pay quantity shall be made on a loose volume basis unless otherwise specified in the plans or Contract Documents. The method of measurement shall be in accordance with LOOSE VOLUME. N. Benn Construction I. Measurement for Berm Construction shall include only materials excavated within the lines and grades indicated in the plans or as directed by the Engineer. Measurement may be by volume or lineal as defined in the Contract Documents. O. Finish Grading I. Measurement for Finish Grading shall only include areas that require a change in elevation to meet the new design grade. Placement of sod to an existing elevation would require finish grading to facilitate placement of sod. If there is no pay item for finish grading, the cost of all such work shall be incidental to the applicable item of excavation or embankment. BASIS OF PA YMENT A. General I. Prices and payments for the various work items included in this Section shall constitute full compensation for all work described herein and shall include excavation, hauling, placing, compacting, and dressing of the finish surface. Said payments shall also include the following items when no separate pay item is included in the contract: a. Removal and disposal of existing pavement b. Clearing and grubbing c. Providing disposal areas d. Furnishing of borrow areas e. Permits and waiver costs B. Excavation and Embankment I. Cost of utilizing suitable excavated materials and disposing of unsuitable excavated materials shall be included in the cost of the applicable excavation item, unless otherwise stated in the plans or Contract Documents. 2. When separate classifications of Excavation and/or Embankment are listed as pay items in the contract, the quantities detennined as provided above shall be paid at the contract unit price per cubic yard, square yard, lineal foot or lump sum as applicable. Such payment shall constitute full compensation for all items as described in this Section or as stated in the plans or Contract Documents. C. Rock Excavation I. The cost of rock excavation including blasting shall be included in the contract unit price for each work item requiring rock removal. S\2008\080104,OO,OO Lely Manor Cana]\OOI4Iliddmg Phase Servlc~s'2300EARTHORK DOC 13 IDA Lely Manor Canal West Outfall RWA, Inc. Project No 080104,0000 2. Where the disposal of rock or boulders creates a deficiency of backfill or embankment material the cost of furnishing replacement material shall be included in the work item requiring rock removal with no additional payment allowed. 4.1 PAY ITEMS A. For all work specified in this Section, Payment shall be made in accordance with the list of pay items established or as otherwise defined in the Contract Documents. The description of a pay item in the proposal Section may vary from the descriptions stated in this Section. END OF SECTION 02300 S\2008\080104 00 00 Lcly Manor Canal\0014 Bidding I'hR,e Services',2300EARTHORKDOC 14 IDA Lcly Manor Canal West Outfall RWA, Inc. Project No. 0801040000 SECTION 02630 - STORM DRAINAGE PART I - GENERAL 1.1 Related Documents A. Drawings and general provisions of the contract, including general and supplementary conditions and division I specification sections, apply to this section. I. Division 2 Section 02080 " Trenching and Backfills" 2. Division 2 Section 02300 "Earthwork" 1.2 Summary A. This section includes gravity-flow, non-pressure storm drainage within the project area, with the following components: I. Stonn sewers 2. Junction Boxes 3. Culverts 4. Crossing boxes 5. Catch Basin 6. Inlet and Outlets 7. Pipe end treatments 1.3 Definitions A. PVC: Polyvinyl Chloride Plastic. B. RCP: Reinforced Concrete Pipe. C. CMP: Corrugated Metal Pipe. D. CPP: Corrugated Polyethylene Pipe 1.4 Perfonnance Requirements A. Where standards such as ASTM, A WW A, FDOT, etc., are referenced, such references shall be the latest edition. B. All work will be completed in accordance with the Jurisdictional Authority and Southwest Florida Water Management District Development Regulations. 1.5 Submittals A. Cut sheets shall be prepared prior to construction for each pipe run by the responsible entity staking out the pipeline. The cut sheet shall be prepared based on pipe installation using laser equipment. Four copies of the cut sheets will be submitted to the Engineer for review. After review two copies of the cut sheets will be provided to the Contractor. 1.6 Delivery, Storage and Handling A. Protect pipe, pipefitting and seals from dirt and damage. S \2008\080104 00 00 Ldy Manor Cunal\OOl4 Bidding Phase ServiceS\2630STORl\lDRAIN.DO!' lOA i .~ Lely Manor Canal West Outfall RWA, Inc. Project No. 0801040000 B. Handle prefabricated Junction Boxes, catch basins and stonn water inlets according to manufacturer's written instructions. 1.7 Project Conditions A. The project will commence onsite and tenninate in an offsite drainage system approved by the Southwest Florida Water Management District. B. Do not interrupt existing stonn drain service to facilities unless permitted by the Engineer and then only after arranging to provide approved temporary drainage services channel and appurtenances. PART 2 - PRODUCTS 2. I Manufacturers (Not Used) 2.2 Corrugated Aluminum Alloy Culverts (Not Used) 2.3 Corrugated Steel Pipe and Pipe Arches (Not Used) 2.4 Reinforced Concrete Pipe A. Reinforced concrete pipe shall conform to Section 941, FDOTSPEC. Lift holes will not be permitted in any reinforced concrete pipe. Storm Drainage. Contractor shall only use pipe joint lubricates supplied or recommended by pipe manufacture. Joints for round reinforced concrete pipe shall be made by "O-Rings", meeting the requirements of FDOTSPEC Sections 430-7. B. Round reinforced concrete pipe, unless otherwise specified shall meet the requirements of ASTM C 76, Standard specification for reinforced concrete pipe. Class Ill, wall thickness B. Elliptical reinforced concrete pipe shall meet the requirements of ASTM C 507, as required in Section 94 I - 1.3 FDOTSPEC. C. Reinforced concrete arch pipe shall meet the requirements of ASTM C506, except as specified in FDOTSPEC Section 941-1 .3. D. Field joints for elliptical and arch pipe shall be made with a preformed plastic gasket material meeting the requirements of FDOTSPEC Section 942-2. Material shall be "Ram Nek", manufactured by K.T. Snyder Co. or approved equal. 2.5 Corrugated Polyethylene Pipe (Not Used) 2.6 Mortar, Concrete Block and Reinforcing Bars A. Mortar used for plastering junction boxes, catch basins, drop inlets and junction boxes shall meet the requirements of ASTM C270. Contractor shall either Portland Cement- Hydrated lime mixture or a Portland Cement mixture with masonry cement added to improve workability. A single mixture shall be used throughout the project. Mortar material shall be as follows: l. One (I) part Type I Portland Cement - A STM C 150 S".2008\080104,QQ,QO Lely Manor Canal\0014 BIdding Phase Serv;ces\2630STORMDRAINDOC 2 Lely Manor Canal West Outfall RWA, Inc_ ProJcct No 080104.0000 lOA 2. Three (3) parts Sand - ASTM C 144 3. Addition of masonry cement, ASTM C91 to improve workability B. Concrete block used in construction of drainage appurtenances shall be Portland cement meeting the requirements of ASTM C 55 Grade P II and Section 0275 J. 2.7 PVC Pressure Pipe and Fittings (Not Used) 2.8 Drains (Not Used) 2.9 Junctions Boxes A. Standard precast concrete junction boxes shall be manufactured in accordance with ASTM C478 and the project drawings. I. Joint Sealant: ASTM C990 Bitumen or Butyl rubber. 2. Grade Rings: Reinforced concrete rings, 6 -9 inches total thickness, to match diameter of manhole frame and cover. 3. Junction Box Frames and Covers: Ferrous; include indented top design with lettering cast into cover, using wording equivalent to "STORM SEWER". B. Cast-In-Place Junction Boxes: Construct of reinforced concrete bottom, walls and top as indicated on the Plans. I. Ballast: Increase thickness of concrete, as required to prevent flotation. 2. Resilient Pipe Connectors: ASTM C923, cast or fitted into manhole walls, for each pipe connection. 3. Steps: ASTM A 615/A 615M, defonned, No.4 steel reinforcing rods encased ina STM D 410 I, PP wide enough to allow worker to place both feet on I step and designed to prevent lateral slippage off of step. Cast or anchor steps into sidewalls at 12 to 16 inch intervals. 4. Grade Rings: Reinforced concrete rings, 6 to 9 inches total thickness, to match diameter of manhole frame and cover. 2.10 Metal Castings A. Casting shall meet the requirements of ASTM A 48 for Class 30 grey iron. Casting shall be free of blowholes and porosity, well cleaned, with fine and sharp edges-ground smooth. All frames and covers or grates shall be machined to prevent rocking. Frames or covers, as determined by tests, before and after installation, will be sufficiently cause for rejection of the frame and cover. All covers shall have concealed non-penetrating pick holes and have the name "Stonn Sewer" cast in them. 2. I I Concrete A. Work specified in this article shall consist of finishing all concrete, reinforcing steel, ties, forms, labor, material and placing of all embedded pipe sleeves, fixtures, anchors, etc. necessary to complete the work shown on the project plans and specified herein in accordance with the Southem Building Code and the American Concrete Institute Building Code requirements for reinforced concrete (ACI 3 I 8). S\2008\080104,OO 00 Lely Manor Canal\0014 BIdding Phase Servlces\26:l0STOR\lDRAI:-J DOl' 3 lOA Lely Manor Canal West Outfall RWA, Inc_ Project No_ 080104.00,00 B. Admixtures for air-entrainment in concrete are permitted unless admixtures give abnonnal field results as evident by erratic or excessive air contents. C. All bars shall be deformed reinforcing steel meeting the requirements of Section 02751. C. Polymer-Concrete, Channel Drainage Systems (Not Used) 2.12 Plastic, Channel Drainage Systems (Not Used) 2. I 3 Catch Basins A. Precast Concrete Catch Basins: ASTM C 487, Precast, Reinforced Concrete, of depth indicated, with provision for sealant joints. I. Joint Sealant: ASTM C 990, Bitumen or Butyl rubber. 2. Grade Rings: Include 2 or 3 reinforced-concrete rings, of 6 to 9 inch total thickness, that match diameter frame and grate. 3. Steps: Fiberglass reinforced plastic ladder, or ASTM A 615/A 615M, deformed. Y2 inch steel reinforcing rods encased in ASTM D 4 101, PP wide enough to allow worker to place both feet on J step and designed to prevent lateral slippage off of step. Omit steps if total depth from floor of catch basin to finished grade is less than 60 inches. 4. Pipe Connectors: ASTM C 923, resilient, of size required, for each pipe connecting to base section. B. Cast-in-place concrete catch basins: Construct of reinforced concrete; of depth, shape, dimensions and appurtenances indicated. I. Bottom, Walls and Top reinforced concrete as indicated. 2. Channels and Benches: Concrete. 3. Steps: As indicated above. C. Frames and Grates: ASTM A 536, Grade 60-40-18, ductile iron designed for A- I 6, structural loading. Include flat grate with small square or short-slotted drainage openings. I. Size: As indicated, unless otherwise indicated. 2. Grate Free Area: Approximately 50 percent, unless otherwise indicated. 2.14 Storm Water Inlets A. Curb Inlets: Made with vertical curb opening, of materials and dimensions as indicated on the project drawings. B. Gutter Inlets: Made with horizontal gutter opening, of materials and dimensions including heavy duty frames and grates as indicated on the project drawings. C. Combination Inlets: Made with vertical curb and horizontal gutter openings, of materials and dimensions, including heavy-duty frames and grates as indicated on the project drawings. D. Frames and Grates: Heavy-duty frames and grates according to utility standards. S \2008\0&0104,00 00 Lely Manor Canah0014 Bidding l'hase Servic~s\2630STOI{\1DRAIKDOC 4 lOA Lely Manor Canal West Outfall RWA, Inc. Project No. 080104.00,00 2. I 5 Crossing (Conflict) Boxes A. Crossing boxes shall be constructed at the locations and depth indicated on the project drawings. Crossing boxes shall have invert with at least one (I) foot clearance between conflicting pipes and bottom of structure as shown on the drawings. Boxes may be constructed of mortared concrete block or cast in place concrete with top surfaces plastered. 2.16 Pipe Outlets A. Head Walls: Cast-in-place reinforced concrete, with apron and tapered sides as indicated on the Plans. B. Riprap Basins: Constructed as indicated on the project drawing using sand-cement riprap specified in FDOTSPEC Section 530. 2.17 Dry Wells (Not Used) 2. I 8 Storm Water Disposal Systems (Not Used) 2.19 Miscellaneous Materials (Not Used) PART 3 - EXECUTION 3.1 Earthwork A. Excavation is specified in Division 2, Section 2300 "Earthwork". B. Trenching and Backfill are specified in Section 2080 "Trenching and Backfills" 3.2 Piping Installation A. Corrugated metal pipe shall be installed in accordance with the Handbook for Steel Drainage and Highway Construction Products, published by the American Iron and Steel Institute. B. Concrete pipe shall be installed in accordance with the Concrete Pipe Installation Manual, published by the American Concrete Pipe Association. Lying of pipe in finished trenches shall be commenced at the lowest point, and shall progress up-grade. All pipe shall be carefully laid, true to the lines and grades given, with hubs upgrade and tongue end fully entered into the hub. When pipe with quadrant reinforcement, or circular pipe with elliptical reinforcement is used, pipe shall be installed in a position such that manufacturer's marks designating "topn and "bottom" of the pipe shall not be more than five degrees from the vertical plane through the longitudinal axis of the pipe. Any pipe that is not in true alignment or which shows any settlement atler laying shall be taken up and re-Iaid without additional compensation. Pipe and joints shall be kept clean at all times. 3.3 Sand Cement Riprap S\2008\080104,OO 00 Lei)' r..bnor CanaJ\OOI.1 Bidding Phase Servia,',2630STOR\1DRAI~,D(){' 5 Lcly Manor Canal West Outfall RWA,lnc Project No 080104,00,00 J", ~ A. Where the Plans and specifications call for sand cement bag construction bags shall be made of burlap. Paper bags will not be permitted. 3.4 Pipe End Treatment A. Where stone drains connect to a lake, location ofthe headwall or end section shown on the Plans shall be adjusted to fit the slope of the lake bank. Length of pipe at each end treatment shall be adjusted accordingly, and the quantity of pipe paid for shall be the actual length installed. Headwall shall be constructed so top of the headwall will intersect the designed location and slope ofthe lake bank. B. If mitered ends are called for on the plans, mitered end section shall be constructed so that the top of the pipe end will match and intersect the designed slope of the lake bank, and the concrete collar slope shall conform to the mitered end detail. C. Stonn drainage Contractor and lake excavation contractor shall coordinate the location and installation of the headwall or mitered end section to be constructed at the lake bank. All "field adjustments" to end treatment location or elevation shall be approved by the Engineer prior to construction. 3.5 Joining Elliptical and Arch Concrete Pipe. A. Joint Design - Pipe manufacturer shall furnish the Engineer with details in regard to configuration of the joint and the amount of gasket material required to affect a satisfactory seal. Joint surfaces, which are to be in contact with the gasket material, shall not be brushed or wiped with cement slurry. Minor voids may be filled with cement slurry provided that all excess cement slurry is removed from the joint surface at the point of manufacture. B. Primer - Prior to application of gasket material, a primer of the type recommended by the manufacturer of the gasket material shall be applied to all joint surfaces which are to be in contact with the gasket material. The surface to be primed shall be thoroughly cleaned and dry when primer is applied. C. Application of Gasket - Prior to placing a section of pipe in the trench, gasket material shall be applied to form a continuous gasket around the entire circumference of the leading edge of the tongue. The paper wrapper on the exterior surface of the gasket materials shall be left in place until immediately prior to joining of sections. The gasket material shall be checked to assure it is bonded to the joint surface, immediately prior to placing a joint in the trench. Plastic gasket material shall be applied only to surfaces that are dry. A hand-heating device shall be kept at the job site to dry joint surfaces immediately before application of the plastic gasket material. When the atmospheric temperature is below 60EF, plastic joint seal gaskets shall either be stored in an area warmed to above 70EF, or artificially warmed to this temperature in a manner satisfactory to the Engineer. S\2008',08010400 00 Ldy Manor Canal\OOl4 Bidding I'ha~c Scrviccs\26]OSTOR\1DRAIN DOC 6 Lely Manor Canal West Outfall RWA, Ine, Project No 080104,00.00 lOA D. Installation of Elliptical and arch Concrete Pipe - Handling of a section of pipe after the gasket material has been affixed shall be carefully controlled to avoid displacement of gaskets or contamination of gasket material with dirt or other foreign material. Any gasket displaced or contaminated in handling of the pipe shall be removed and repositioned or replaced as directed. Pipe shall be installed in a dry trench. The bottom of the trench shall be carefully shaped so as to minimize the need for realignment of sections of pipe after they are placed in the trench. Care shall be taken to properly align each section of pipe to the gaskets coming into contact. Realignment of a joint after the gaskets come into contact tends to reduce the effectiveness of the seal and shall be held to a minimum. When pipes are joined, the entire joint shall be filled with gasket material and there shall be evidence of squeeze-out of gasket material for the entire internal and external circumference of the joint. Excess material on the interior ofthe pipe shall be trimmed to provide a smooth interior surface. After the pipe is in its final position, joint shall be carefully examined to determine the gasket material is satisfactorily adhering to all surfaces of the joint and the entire joint is filled with gasket material.lfajoint is defective, the leading section of pipe shall be removed and the joint resealed. E. In addition to the required gasketed joint, a filter fabric jacket shall be included. The filter fabric jacket shall conform to FDOT Miscellaneous Drainage Detail Index No. 280 Sheet I. 3.6 Placing of Concrete for Structures. A. Concrete shall be deposited in clean wet form 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. Beams and slabs shall be poured monolithically unless shown otherwise on the Plans. All structural concrete shall be mechanically vibrated. B. No concrete shall be allowed a free fall of rnore than 4 feet or allowed to strike against a vertical or inclined surface or reinforcement above point of deposit. Placing by means of purnping may be allowed, contingent upon the adequacy of the equipment for this particular work. The operation ofthe pump shall be such that a continuous stream of concrcte without air pockets is produced. C. Placing of concrete shall be so regulated the pressure caused by 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. Joints between the junction box and manhole walls and incoming and out-going pipes shall be sealed with Portland Cement Mortar to fonn a watertight joint. All pipes in junction boxes or catch basins shall be sawed otfflush with the inside face of the structure and sawed ends of these pipes shall be grouted with Portland Cement Mortar to a smooth uniform covering with no steel exposed. S\2U08\080104.00,OO L~ly Mil/lOt Canal\0014 rlidd;llg Phase Scrv'c~~",261OSTORMDRAIN,DOC 7 Lei)' Manor Canal West Outfall RWA, Inc. Project No. 080104.00.00 IDA 3.7 Cleaning and Flushing. A. Prior to other tests, stonn sewer lines shaJJ be cleaned and flushed with a sewer cleaning baJJ or high velocity jet. 3.8 Infiltration Tests A. After completion, stonn sewers shaJJ be tested for accuracy in alignment and gradient as herein specified. Gravity sewers wiJJ also be tested or gauged to detennine the amount intiltration into, or exfiltration out of, the sewers, with a maximum limit of two hundred (200) gaJJons per inch of diameter, per day, per mile of pipe. 3. I 0 Final Inspection of Storm Water System A. Each sewer, upon completion, or at such time as the Engineer direct, is to be cleaned, tested and inspected. AJJ repairs or alterations shown necessary by these tests shaJJ be made; aJJ broken or cracked pipe removed; aJJ excessive infiltration or exfiltration corrected; aJJ deposits in pipe and junction boxes removed; and the sewer left clean, true to line and grade and ready for lIse. Each section of pipe from manhole to manhole is to show a fuJJ circle of light from either end. Each manhole shaJJ be to the specified form and size, to the proper depth and watertight. 3.9 Adjusting Existing Structures A. Existingjunction boxes, catch basins. inlets, crossing boxes, monument boxes, etc., within the limits of the proposed work, that do not conform to the finished grade of the proposed pavement, or to the finished grade designated on the plans for such structures, shaJJ be cut down or extended, and made to conform to the grade of the new pavement, or to the designated grade of the structure if outside of the proposed pavement area. The materials and construction methods for this work shaJJ conform to the requirements specified above. Where junctions boxes are to be raised, the adjustment may, at the Contractor's option, be made by the use of adjustable extension rings of the type, which do not require the removal of the existing manhole frame. The extension device shaJJ provide positive locking action and shaJJ pennit adjustment in height as weJJ as diameter. The particular type of device used shaJJ meet the approval of the Engineer. B. Existing surfaces or property improvements damaged during the construction of work specified in this Section shaJJ be repaired. PART 4 - METHOD OF MEASUREMENT AND PAYMENT 4. 1.1 Measurement A. The quantities of storm sewer and pipe culvert to be paid for under this Section shaJJ be the lengths of the various types and sizes of pipe satisfactorily completed according to the Contract Documents. The pay quantity shaJJ be in linear feet measured along the centerline of the pipe with no deductions for junction boxes, inlets, crossing boxes, or catch basins. S,\2008\080104 0000 Lely MMor ClII1al\0014 B,ddLng Phas~ S~[\'i(~,'.26JOSTORJ\-lDRAI:-!DO< 8 -;,1 C, A. "'" '" .1 " Lcly Manor Canal West Outfall RWA, Inc. Project No. 080104.00,00 B. For pipe other than the main line where the pipe connects to ajunction box, inlet, crossing box, or catch basin, the measurement of the pipe shall extend to the center of the applicable structure. C. Where a pipe tenninates with a mitered end section, the measurement of the pipe shall be in accordance with Index No. 272 or 273 of the FDOT INDEX BOOK. D. Where a pipe terminates with a headwall, endwall, or other end treatment except the above mentioned mitered end, the measurement of the pipe shall extend to the end of the pipe. This method also applies where pipe connects to a control structure, weir, or cast in place structures. E. The quantities for junctions boxes, inlets, crossing boxes, and mitered end sections paid for under this Section shall be the number of the various types and sizes satisfactorily completed according to the Contract Documents. F. Where the pay item description for a manhole (as defined in the proposal section of the Contract Documents) specifies a depth; the depth shall be measured from the top of the frame and cover to the invert elevation as shown on the plans. G. The quantities for headwalls, endwalls, control structures, weirs, or other similar structures shall be either by the volume of concrete or the number of the various types and sizes of structures satisfactorily completed. The method used will be defined in the proposal section of the Contract documents. If the volume method is used, the quantity shall be in cubic yards based on the volume of concrete as calculated in the plan details. H. The quantities of existing structure adjustment to be paid for under this Section shall be the number of existing junction boxes, inlets, crossing boxes or other similar structure satisfactorily adjusted, unless otherwise specified. 4.2 Basis of Payment A. The quantities, detennined by the methods described above, shall be paid for at the contract unit prices established for each pay item. Such payment shall constitute full compensation for all work specified in this Section including all labor, materials, equipment, and other incidental costs required to construct the work detined in this Section. B. Unless otherwise specified in the Contract Documents, restoration work shall not be paid for separately. The cost of any such restoration work shall be included in the various work items that necessitate the restoration. C. The cost of rock excavation including blasting shall be included in the contract unit price for pipe or structure unless rock excavation is specifically established as a separate pay item in the Contract documents. When rock excavation is paid for separately, payment shall be made at the contract unit price in accordance with 02300 "Earthwork". D. Where headwalls, control structures, and other cast in place structures are paid by the cubic yard of concrete required, the contract unit price for concrete shall include S \2008\080104.00 no Ldy Manor Cnnal\OOl4 Ridding I'hll"c Scr';ce,\2610STOR\1DRAINOOC 9 I.ely Manor Canal West Outfall RWA, Inc. Project No. 080104.00.00 lOA the cost of reinforcing steel unless reinforcing steel is established as a separate pay item to be paid by the pound. END OF SECTION 02630 5\2008",080104,00 00 L~ly Manor Canal,0014 BiddLn!; Phas~ Scrv]c~<,2630STORM[)RAIN DO(' 10 IDA Lely Manor Canal West Outfall RW A, Inc. Project No. 080104.00,00 SECTION 02741 ASPHALT PAVEMENTS PART 1 - GENERAL I. I RELA TED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. 1.2 SUMMARY A. This Section includes the following: I. Hot-mix asphalt paving. 2. Hot-mix asphalt patching. 3. Limerock Base 4. Limerock Stabilized Base 5. Prime and Tack Coats 6. Subgrade Preparation B. Related Sections include the following: ]. Division 2 Section 02300 "Earthwork" 1.3 DEFINITIONS A. Hot-Mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of terms. B. FDOTSPEC: Florida Department of Transportation Standard Specification for Roads and Bridges. C. ASTM: American Society of Testing and Materials D. AASHO: American Association of State highway Omcials E. MUTCD: Manual on Uniform Trame Control Devices, U.S. Department of Transportation, Federal Highway Administration 1.4 SYSTEM DESCRIPTION A. The work covered by this specification included: ]. Preparation of Subgrade and Subgrade stabilization to receive Base Courses, or Asphalt or Concrete Paving 2. Importation and placement of Base Courses to receive Asphalt Paving. 3. Plaeement of Asphalt or Concrete Paving S,\2008\080104,OO 00 Lely Manor C'anal\OOI4 Bidding Phase Serv.ces'2741,\SP11I'A V,DOC Lely Manor Canal West Outfall lOA RWA, Inc. Project No. 080104,00,00 1.5 SUBMITTALS A. Asphalt Concrete Mix design and aggregate gradations. B. Umerock Base source and gradation Test report C. CONTRACTOR shall submit documentation from the sign suppliers, which identifies the reflector grade of each sign. All materials shall meet the requirements of FDOTSPEC 1.6 QUALITY ASSURANCE A. Prior to award of the Contract. CONTRACTOR shall submit proof from a State Certified Testing Laboratory that the materials and mixes meet FDOTSPEC. ENGINEER may require additional tests from time to time and CONTRACTOR shall furnish said tests. Costs of said tests shall be incidental to construction and borne by the CONTRACTOR. B. Regulatory Requirements: Comply with Standard Specifications for Roads and Bridges of The Florida Department of transportation. C. Review condition of subgrade and preparatory work. 1.7 DELIVERY, STORAGE, AND HANDLING 1.8 PROJECT CONDITIONS A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp or if the following conditions are not met: I. Prime and Tack Coats: Minimum surface temperature of 60 Degrees F. 2. Slurry Coat: Comply with weather limitations of ASTM D 3910. B. Pavement-Marking Paint: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40 degrees F.; and for oil-based materials, 50 degrees F. for water-based materials, and not exceeding 95 degrees. PART 2 - PRODUCTS 2.1 ASPHALTIC CONCRETE MATERIALS A. Asphalt Base Courses shall meet the requirements of FDOTSPEC Section 280, except as modified. B. Prime and Tack Coats shall meet the requirements of FDOTSPEC Section 300, except as modified. C. Type S Asphaltic Concrete shall meet the requirements of FDOTSPEC, Section 331, except as modified. S \2008\.08010400.1)0 Lely Manor Canal\OO 14 Bidding Pha,e S~rvi~e,\2741 ASP] IPA VDOC 2 IDA Lely Manor Canal West Outfall RWA, Inc. Project No. 08010400.00 2.2 2.3 D. Type II Asphaltic Concrete shall meet the requirements of FDOTSPEC Section 332, except as modified. E. Type 1\1 asphaltic concrete shall meet the requirements of FDOTSPEC Section 333, except as modified. ASPHALTIC CONCRETE FRICTION COURSES A. Asphaltic Concrete Friction Courses shall meet the requirements of FDOTPSEC Section 337, except as modified. LlMEROCK BASE MATERIALS A. Material for limerock base shall meet the requirements of Section 91 I ofFDOTSPEC. B. CONTRACTOR shall pay for and furnish samples of materials to the approved testing laboratory for physical and chemical analysis, together with optimum moisture and density relationships of the base material. Test reports and samples shall be required of every limerock supplier furnishing material for the work. The source or sources of materials proposed for use shall be designated and shall not change without written consent of the ENGINEER. During the course of construction, ENGINEER may require additional tests if any visible variation occurs. C. Limerock shall be obtained from pits from which all overburden has been removed, prior to blasting. It shall show no tendency to air slake or undergo chemical change under exposure to weather, Limerock-Miami (or Ocala) formations shall be tested to meet the following requirements: LlMEROCK BASE GRADE #1 LlMEROCK STABILIZED BASE GRADE #2 Minimum Limerock Bearing Ratio (LBR) Minimum Carbonates (Calcium and Magnesium) Maximum Liquid Limit Maximum Plasticity Index Maximum Percent passing 270 sieve 40 40 70 35 Non-plastic 3 70 35 10/less 3 D. Grade # I Limerock as placed shall be well graded, crushed material from either Miami or Ocala formations with at least 97 percent (by weight) of the material passing a 3-1/2 inch sieve and shall be graded uniformly down to dust with the fines consisting entirely of dust of fracture. E. Grade #2 Limerock will confonn to the above except that 97 percent shall pass a 1-1/2 inch sIeve. S\200~\08()j0400ll0 Lely Manor CanaJ\OOI4 Bidding I'h'L,e ServLc~s'274IASPHPAV DOC 3 lOA Lcly Manor Canal West Outfall RWA, Inc. Project No. 080104.00,00 2.4 2.5 SUBGRADE STABILATlON MATERIALS A. General: Materials to be used for stabilizing shall be commercial limerock, Iimerock overburden, and crushed or local shell meeting the requirements of Section 914 of FDOTSPEC. B. Limerock and Limerock Overburden: For limerock and limerock overburden, the percentage of carbonates of calcium and magnesium shall be at least 70 percent and the plasticity index shall not exceed 10 percent. The gradation of both commercial limerock and limerock overburden shall be such that at least 95 percent (by weight) of the material will pass a 3-1/2 -inch sieve and not less than 10 percent (by weight) of the material will pass a No. 200 sieve and the material shall be graded uniformly down to dust. C. Crushed Shell: Crushed shell shall be mollusk shell (i.e.. oysters, mussels, clams, cemented coquina, etc.). Steamed shell will not be permitted. Shell shall meet the following requirements: I. At least 95 percent (by weight) of the material shall pass a 3-112 inch sieve and at least 50 percent (by weight) of the total material shall be retained on the No.4 sieve. 2. Not more than 15 percent (by weight) of the total material shall pass the No. 200 sieve by washing. 3. In the event shell meets the above requirements without crushing, crushing will not be required. D. Local Shell: Local shell shall consist of a naturally occurring deposit which is essentially broken mollusk shell. The gradation of the shell shall be such that at least 95 percent (by weight) of the material will pass a 3-112 inch sieve and not more than 20 percent (by weight) of the material will pass a No. 200 sieve by washing. The portion of material passing the No. 40 sieve shall have a liquid limit not greater than 30 percent and a plasticity index not greater than 10 percent. PRIME COA T MATERIALS A. Material used for prime coats shall meet the requirements of FDOTSPEC 300. CONTRACTOR may select any of the specified bituminous materials for use, unless the Plans or Specifications indicate use of a specific material. Types and grades of bituminous material other than those specified above may be allowed if it can be shown the alternate material will properly perfonn the function of prime coat material. B. COVER MA TERIAL FOR PRIME COAT 1. If emulsified asphalt is used for prime coats, the cover material shall consist of a sand-bituminous hot mix or screenings. Sand-bituminous hot mix shall contain from 2 to 4 percent Asphalt-Cement, viscosity Grade AC-20, and fine aggregate consisting of a clean sand or screenings. Sand shall contain no more than 10 percent (by weight) of material passing the No. 200 sieve. The gradation of screenings used along shall be such that 100 percent will pass the 3/8-inch sieve and not more than 10 percent will pass the No. 200 sieve. 2. If material other than emulsified asphalt is used for the prime coat, cover material shall be either sand (bare or hot-asphalt coated) or screenings, at the CONTRACTOR'S option. Sand shall be non-plastic and free from any appreciable amount or silt, clay balls and root particles, and from any noticeable sticks, trash, vegetation or other organic matter. Screenings shall be Miami Oolitic rock screenings. S \2008\080104,00,00 Ldy Manor Canal\Oril4 B,ddmg I'haw Scrviccs\274lASPIlI'AV DOC 4 JJ ...<::) .~:? . C->:j Lely Manor Canal West Outfall RWA, Inc. Project No. 0801040000 2.6 TACK COAT A. Unless a specific type or grade of material is called for on the Plans or Specitications, material used for tack coat shall meet the requirements of FDOTSPEC 300. 2.7 AUXILIARY MATERIALS A. Herbicide: Commercial chemical for weed control, registered by the EPA. Provide in granular, liquid, or wettable powder fonn. B. Joint Sealant shall meet the requirement s of FDOT Section 932. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that subgrade is dry and in suitable condition to support paving and imposed loads if subgrade stabilization is not required. B. When stabilized Subgrade is used, The subgrade soils shall be moisture adjusted to allow proper mixing of the stabilization materials and bladed to an appropriate grade 3.2 CONSTRUCTION OF STABILIZED SUBGRADE A. Stabilized subgrade shall be constructed of roadbed soil and subgrade stabilization materials in confonnance with the lines, grades, and cross-section shown on the Plans. Prior to beginning of stabilizing operations, the area to be stabilized shall have been completed to the lines shown on the Plans and to a grade parallel to finished elevation of the stabilized subgrade. Before sta- bilizing material is added, the elevation of the roadbed shall be such that subgrade shall con- form to requirements of the typical cross-section when the work is completed. B. Stabilized Subgrade Minimum Bearing Value - Completed stabilized subgrade shall have minimum limerock bearing ratio value of 40 (LBR40) unless otherwise stated on the Plans or amended in the Specifications. C. Incorporation of Stabilizing Material and Mix-in ]. Spreading and Mixing: Stabilizing material shall be placed on areas to be stabilized, and spread uniformly. Stabilizing material shall be thoroughly mixed with the soil with rotary tillers or other approved equipment, which is capable of achieving a satisfactory blend. Mixing shall be done as soon as practical, but not later than one week after stabilizing material is placed on the road bed. The area to be stabilized shall be thoroughly mixed throughout the entire depth and width of the stabilized subgrade. 2. Maximum Particle Size of Mixed Materials: At the completion of mixing, all particles of materials within the limits of the stabilized subbase shall pass a 3- 1/2 inch ring. Any particles not meeting this requirement shall be removed or shall be broken down to meet this requirement. S\2008\080104.00 00 Lely r>.lan"rCan~I\OOI4 Blddll\g Phase Servlces\2741 ASPllI'AV DOC 5 I.ely Manor Canal WestOutfalJ RWA. In' Pm)'" No. 08010401 0 A 3. Planting Mixing: Mixing of the soil may be accomplished by the central plant-mix method in lieu of mixing in place, provided that a uniform mixture containing the proper amount of water is achieved. 4. Depth of Mixing Stabilizing Materials: Stabilizing material shall be mixed to the nominal depth of Stabilized Subgrade shown on the Plans. The following tolerances over or under the specified depth will be allowed: Plan Depth Tolerance 8" or less III Over 8" 211 In the event the measured depth of mixing is less than the minimum specified above, Contractor shall remix the stabilized subgrade until stabilizing material is distributed throughout the subgrade course to the required depth. ENGINEER may waive the above requirements for remixing or addition of stabilizing material and remixing for Stabilized Subgrade which serves solely as a working platfonn for concrete paving equipment, if the subgrade as originally mixed is firm and substantially unyielding. 5. Compacting a. After mixing operations have been completed and requirements for uniformity, mixing depth and maximum particle size have been satisfied, subbase shall be shaped and compacted. Minimum density acceptable at any location within the entire limits of width and depth of the sub-base will be 98 percent ofthe maximum density as determined by AASHTO T- I 80. b. In the event Contractor elects to shape and compact the subgrade that will be underlying curb and gutter separate from the rest of the subgrade, additional density testing along those curb and gutter lines will be required at a minimum frequency of I test per 500 lineal feet. c. Engineer may waive the above density requirement for Stabilized Subgrade which serves solely as a working platform for concrete paving equipment, if the subgrade as compacted is finn, substantially unyielding, and no areas of excessive moisture are evident. 6. Finish Grading a. Completed stabilized subgrade shall be shaped to conform to finished lines, grades and cross-sections indicated on the Plans. Subgrade shall be checked by the use of elevation stakes, or other means approved by the Engineer. 7. Requirements for Condition of Stabilized Subgrade a. After stabilizing and compacting operations have been completed, subgrade shall be firm and substantially unyielding to the extent it will support construction equipment. All soft and yielding material, and any other portions of the subgrade which will not compact readily, shall be removed and replaced with suitable material and the whole subgrade brought to line and grade, with proper allowance tor subsequent compaction. 8. Maintenance of completed Stabilized Subgrade a. After stabilized subgrade has been completed as specified, Contractor shall maintain it free from ruts, depressions and any damage resulting from the hauling or handling of materials, equipment, tools, etc. 9. Preparation of Unstabilized Subgrade a. Embankment Subgrade Soil: If the subgrade consists of embankment soil, Contractor before undertaking this work, shall shape and compact the subgrade to conform to the grade lines and cross-sections required for the completed work. Unless otherwise shown on the Plans, subgrade limits shall extend through the pavement area to one foot beyond the curb line or 6 feet beyond pavement edge S \2008,08010400 00 Lely Manor Canal\0014 BiddIng I'ha,c Scrvicc,\l74IASI'III'AV DOC 6 Lely Manor Canal West Outfall RWA, Inc. Project No. 080104,0000 lOA 3.3 where curbs are not employed. Unless otherwise shown on the plans, suhgrade thickness shall be 12 inches. b. Undisturbed Subgrade Soil: In-plaee soil under Group Classification A-4 through A-7, according to AASHTO's Soil Classification System, shall be removed and replaced unless ENGINEER directs it remain in place. Any replacement soil must be acceptable to the ENGINEER. CONSTRUCTION OF LlMEROCK BASE A. Limerock (also referred to as "rock") base shall be constructed on the prepared subgrade in accordance with the Specifications and with lines, grades, and cross-sections shown on the Plans. Construetion shall meet requirements of FDOTSPEC Section 200, Limerock Base. B. Transporting Limerock: Limerock shall be transported to the point where it is to be used, over base rock previously placed if practical, and dumped on the end of the preceding spread. Hauling over the subgrade and dumping on the subgrade will be pennitted when, in the ENG INEER'S opinion, these operations will not be detrimental to the subgrade or base. C. Spreading Limerock Base I. Method of Spreading: Limerock shall be spread unifonnly. All segregated areas of fine or coarse rock shall be removed and replaced with properly graded rock. 2. Number of Courses: When the specified compacted thickness of the base is greater than 6 inches; base shall be constructed in two courses. The thickness of the first course shall be approximately one-half the total thickness of the finished base, or enough additional to bear the weight of the construction equipment without disturbing the subgrade. D. Compacting and Finishing Base Course I. Single-Course Base: For single-course base, after the spreading is completed, the entire surface shall be scarified, and then shaped so as to produce the required grade and cross-section after compaction. 2. Double-Course Base: For double-course base, the first course shall be cleaned of foreign material, bladed and brought to a surface cross-section approximately parallel to that of the finished base. Prior to the spreading of any material for the upper course, density tests for the lower course shall be made and Engineer will determine that required compaction has been obtained. After spreading of the material for the second course is completed, its surface shall be finished and shaped so as to produce the required grade and cross-section after compaction, tree of scabs and laminations. 3. Moisture Content a. When material does not have proper moisture content to insure satisfactory compaction, wetting or drying will be required. When water is added, it shall be unifonnly mixed by disking to the full depth of the course being compacted. Wetting or drying operations shall involve manipulation, as a unit, of the entire width and depth of the course that is being compacted. 4. Density Requirements: As soon as proper conditions of moisture contents are attained, material shall be compacted to a relative compaction of not less than 98 percent of maximum density as determined by AASHTO T 180. Minimum relative compaction which will be acceptable at any location outside the traveled roadway (such as crossovers) shall be 95 percent of such maximum. S'.2008\080]04 0000 Lely Manor C'anal\0014 Bidding I'h,,-,~ S~Tvic~,'174JASPHI'AV DOC 7 lOA Lely Manor Canal West Outfall RWA, Inc. ProJect No. 080104.0000 3.4 3.5 3.6 3.7 E. Testing Frequency: At least three density detenninations shall be made on each day's final compaction operation on each course, and a frequency of one test per 1000 square yards or fraction thereof of surface roadway with a minimum of three tests on each course or roadway section requiring a break in the rolling pattern. The Engineer may deem additional tests or greater frequency necessary. F. Checking: Prior to application of any bituminous materials, base shall be checked for grade, cross-section and thickness. Where excessive deviations occur, scarifying, adding additional materials, blading, rolling and re-bonding shall rework base until such unsatisfactory condition is corrected. In general, deficiency in thickness shall be interpreted as anything in excess of 1/4 inch for the entire work or of 1/2 inch in isolated or limited areas. Deviations from straight edge laid parallel with the centerline, or from cross-section template, shall not be more than 1/16 inch per foot from point to point of contact. Deviations from grade shall not exceed .OS (five one hundredths) foot and in no case shall such deviation vary from one extreme to the other within less than 100 feet from low to high. PRIMING A. Prime coat shall be applied only when the base meets specified density requirements and the moisture content in the top half of the base does not exceed 90 percent of the optimum moisture of the base material. At time of priming, base shall be finn, unyielding and in such condition that no undo distortion will occur. MAINTAINING A. Contractor shall assure the true crown and template are maintained, with no rutting or other distortions, and the base meets all requirements at the time the surface course is applied. CLEANING BASE SURFACE AND PROTECTION OF ADJACENT WORK A. Before any bituminous material is applied, all loose material, dust, dirt, cakes clay and other foreign material that might prevent proper bonding with the existing surface, shall be removed for the full width of the application. Particular care shall be taken in cleaning the outer edges of the strip to be treated to insure the prime or tack coat will adhere. B. When the prime or tack coat is applied adjacent to curb and gutter, valley gutter or any other concrete surfaces, such concrete surfaces (except where they are to be covered with a bituminous wearing course) shall be covered with heavy paper or otherwise protected as approved by Engineer. Any bituminous material deposited on such concrete surfaces shall be removed. WEATHER LIMITATION A. Prime and tack coats shall be applied when the air temperature, in the shade, is above 40degrees F, and when all other weather conditions and the condition of the surface are suitable. S.\2008\080 I 04.00 00 Ldy Manor Canal\OO 14 Blddlnll Phase Sc"/iCGs\274I ASPHI'A YOOC 8 lOA Lely Manor Canal West Outfall RWA, Inc, Project No, 080104.00,00 3.8 3.9 3.10 3.1 I APPLICA TION OF PRIME COAT A. Rate of Application for Limerock, Limerock Stabilized, and Local Rock Bases 1. For these bases, rate of application shall be not less than 0.10 gallon per square yard, unless the ENGINEER directs a lower rate. B. Sprinkling: If so required by ENGINEER, base shall be lightly sprinkled with water and rolled with a traffic roller in advance of the application of the prime. c. Partial Width of Application: If warranted by traffic conditions, ENGINEER may request that the application be made on only one-half the width of the base at one time, in which case positive means shall be used to secure the correct amount of bituminous material at the joint. APPLlCA TION OF TACK COAT A. General I. Where a bituminous surface is to be laid and a tack coat is required, tack coat shall be applied as specified herein below. 2. In general, a tack coat will not be required on primed bases except in areas that have become excessively dirty and cannot be cleaned, or in areas where the prime has cured to the extent that it has lost all bonding effect. Generally, a tack coat will be required on hot bituminous base courses before placing the surface course. B. Method of Application 1. Tack coat shall be applied with a pressure distributor except that, on small jobs, if approved by Engineer, application may be by other mechanical devices or by hand methods. The bituminous material shall be heated to a suitable temperature as designated by the Engineer and shall be applied in a thin, uniform layer. C. Rate of Application: Rate of application shall be between 0.02 and 0.08 gallon per square yard. For tack coat applied on concrete pavement, which is to be surfaced, the rate of application may exceed the upper limit, if directed by Engineer. D. Curing and time of Application: Tack coat shall be applied sufficiently in advance of the laying of the bituminous mix to permit drying, but shall not be applied so far in advance that it might lose its adhesiveness as a result of being covered with dust or other foreign material. E. Protection: Tack coat surface shall be kept tree from trattlc. ASPHAL T PLANT A. The plant and methods of operation for preparing all plant-mixed hot bituminous mixtures for base and surface courses shall meet the requirements of FDOTSPEC Section 320. CONSTRUCTION EQUIPMENT A. The equipment to be used in the construction of the asphalt pavements and bases shall meet the requirements of FDOTSPEC Section 320. S",200S\OSOI04,OO,OO Ldy M,morCanal\0014 Bidlbng Ph"s~ S~Jv,~es"274IASP1IPAV DOC 9 Lely Manor Canal West Outfall RWA"ncpmJcctNo080I0400001 0 A 3.12 3.13 3.14 GENERAL ASPHALT PA VMENT CONSTRUCTION REQUIREMENTS A. The general procedures for plant hot-mixed bituminous pavements and shall meet the requirements of FDOTSPEC Section 330. B. The placement of asphalt base courses shall meet the requirements of FDOTSPEC Section 280. ASPHALT JOINTS A. Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free of depressions with same texture and smoothness as other sections of hot-mix asphalt course. I. Clean contact surfaces and apply tack coat to joints. 2. Offset longitudinal joints, in successive courses, a mmlmum of 6-inches. Offset transverse joints, in successive courses, a minimum of24-inches. 3. Construct transverse joints as required in FDOT Sections 932 and 320 4. Compact joints as soon as hot-mix asphalt will bear roller weight without excessive displacement. B. Sweep and clean surface to eliminate loose material and dust. QUALITY CONTROL A. Owner shall select and pay the Engineering Testing Laboratory for required testing in work performed under this Section. Should retesting be required because of failure to pass, Contractor shall pay for additional testing required until specification requirements are attained. Contractor shall either promptly reimburse the Owner for said costs or shall have the amount deducted from the next month's pay request and all subsequent pay requests. In such case the Owner shall promptly pay the Engineering Laboratory for all testing costs. Contractor is herein required to schedule and make test arrangements with the Test Laboratory for making the required tests. Test patterns and trequency will be at the direction of the Engineer. Frequency of tests shown below shall be considered a minimum. L Subgrade - Bearing: One Limerock Bearing Value (LBR) test for each 0-5000 square yards of subgrade plus one test for each additional 5000 square yards or fraction thereof~ plus one BR for each change of material. One subgrade in place density determination for each 0- I 000 square yards of base and one test for each additional 1000 square yards or fraction thereof. 2. Base Course: One Limerock Base Course in place density for each 0- I 000 square yards of base plus one test for each additional 1000 square yards or fraction thereof. PART 4 - MEASUREMENTS AND METHODS OF PAYMENT 5\2008\0801040000 Le1y Manor CanaJ\OO14 BiJdi~g Phase Serv,ces'274I ASPHPAV DOC III RWA.Inc PmJect No 08010400001 0 A Le!y Manor Canal West Outfall 4.1 4.2 METHOD OF MEASUREMENT A. Quantities to be paid for under this Section shall be in square yards, of stabilized Subgrade, crushed limerock base. asphaltic base and Asphaltic Concrete, completed and accepted. B. In determining the area of base to be paid for, length to be used in the calculation shall be the actual length measured along the surface of the completed base. Width shall be the actual width of base constructed within lines shown on the Plans, not to exceed the width called for on the Plans. C. In determining the area of stabilized subgrade to be paid for, length to be used in the calculation shall be the actual length measured along the surface of the completed base. Width shall be actual width of stabilized subgrade that does not exceed the width called for on the Plans. BASIS OF PA YMENT A. Payment shall be made on a unit price basis in accordance with the accepted contract. Owner reserves the right to add or deduct from the Work. Such additions or deductions will be made at the established unit prices. Said additions or deductions shall not exceed twenty-five percent (25%) ofthe base bid without consideration of an adjustment in the unit price. I. Compacted Base: The quantity of base, determined as provided above, shall be paid for at the contract unit price per square yard for this item. Such price and payment shall be full compensation for furnishing, hauling, spreading. compacting, and surface finishing the limerock material; furnishing and placing asphaltic prime coat materials on the road, removing same, if necessary, and incidental items shown on the Plans, all performed in a workmanlike manner in accordance with the Plans and Specifications. No separate payment shall be made lDr bituminous material, sand or earth applied as a curing agent. 2. Stabilized Subgrade: The quantity of stabilized subgrade determined as provided above, shall be paid for at the contract unit price per square yard for this item. Such price and payment shall be full compensation lDr furnishing, hauling, spreading, mixing, compacting, and finishing the subgrade material, and incidental items shown on the Plans, all perfonned in a workmanlike manner in accordance with the Plans and Specifications. 3. Asphaltic Concrete; Payment for all work specified shall constitute full compensation for all work described herein. The cost of prime or tack coats and bituminous materials shall not be paid for separately, but shall be included in the contract unit price tDr the Iimerock or asphalt base, or the asphalt surface specified. Payment for asphalt base, surface, or friction courses shall be for actual quantities constructed in accordance with the plans and specifications measured in square yards or tons as established in the contract document 4. Owner reserves the right to add to or deduct from the scope of the work, and such additions or deductions will be made at the established unit prices. Said additions or deductions shall not exceed 25% of the base bid of the successful Bidder or Bidders without consideration of an adjustment in the unit price. END OF SECTION 02741 S \2008\080104.00 00 Lely Manor r'anal\OOI4 Bidding Phase Scrvice,\274IASPHPAV DOC II Lely Manor Canal West Outfall 1u, RWA, Inc. Project No. 080104.0000 SECTION 02800 SODDING, SEEDING, SOD, AND MULCHING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: Work required for B. Related Work Specified In Other Sections Includes: 1.2 DESCRIPTION A. Establish a stand of grass within the specified areas, by furnishing and placing sod, and rolling, fertilizing, watering, and maintaining the sodded areas to ensure a healthy stand of grass. B. Establish a stand of grass on slopes, shoulders and specified other areas, by seeding or by seeing and mulching. Perfonn seeding and mulching, fertilizing, and wildflower seed application as required, and maintain the grassed areas until the completion of the project. C. The Engineer may eliminate, at his discretion, any of the items of work covered by this Section. PART 2 - PRODUCTS 2.1 MATERIALS A. Meet the following requirements: 1. Sod....................................Section 981-2 - FDOTSPEC 2. Fertilizer, Type 1....................Section 982 - FDOTSPEC 3. Water.................................Section 982 - FDOTSPEC 4. Grass Seed...........................Section 981-1 - FDOTSPEC 5. Wildflower Seed.....................Section 981-1- FDOTSPEC 6. Mulch.................................Section 981-3 - FDOTSPEC 7. Water................................ ..Section 983 8. Compost............................ ..Section 987 B. Prior to planting, furnish the Engineer a certitication from the grower stating the age of all seed. Lc1y Manor Canal West Outfall RWA,lnc ProJect No. 08010400,00 IDA 2.2 CONSTRUCTION METHODS A. General: I. Do not seed or mulch when wind velocities exceed 15 mph. Sow seed only when the soil is rnoist. Do not perform any seeding when the ground is frozen, unduly wet or otherwise not in a tillable condition. 2. Whenever a suitable length of roadway slopes or adjacent areas has been graded, prepare the area and perforrn grassing in accordance with the Contract Docurnents. Incorporate grassing into the project at the earliest practical time. 3. Complete all grassing on shoulder areas prior to the placement of the friction course on adjacent pavement, unless the friction course is to be placed directly on a non-asphalt base. B. Sequence of Operations: I. Perforrn the operations in the following sequence: Apply finish soil layer materials in accordance with Section 162, prepare the area to be seeded, seed, spread and cut-in mulch and fertilize. 2. In preparing the ground for sowing of seeds, disk-harrow and thoroughly pulverize the soil to an average depth of 6 inches. Make the soil true to grade, not compacted and free of large clods. roots and other material which will interfere with the work or subsequent mowing and maintenance operations. Do not begin subsequent operations until the Engineer has approved the condition of the prepared areas. C. Placing Sod: I. Place sod immediately after ground preparation. Do not use sod which has been cut for more than 72 hours. Stack all sod that is not planted within 24 hours after cutting and maintain proper moist conditions. 2. Do not sod when weather and soil conditions are unsuitable for proper results. Pre-wet the area prior to placing sod. Do not place sod on eroded or washed out sites. 3. Place the sod on the prepared surface, with edges in close contact, and embed it firmly and smoothly by light tamping with appropriate tools. 4. Place the sod to the edge of all the paving and shrub areas and I inch below adjoining pavement with an even surface and edge. Place rolled sod parallel with the roadway and cut any exposed netting even with the sod edge. 5. Roll using a lightweight turf roller. Provide a true and even surface without any displacement of the sod or deformation. 6. Where sodding in drainage ditches, stagger the setting of the sod pieces to avoid a continuous seam along the line of flow. Ensure that the offsets of individual strips do not exceed 6 inches. Tamp the outer pieces of sod to produce a featheredge effect. Lcly Manor Canal West Outfall RWA. Ice. P"'Jeet No. 0801040000 lOA 7. Peg sod at locations where the sod may slide. Drive pegs through sod blocks into firm earth, at intervals approved by the Engineer. 8. Remove any sod as directed by the Engineer. D. Seeding: 1. While the soil is still loose, scatter the seed uniformly over the grassing area and immediately mix it into the seed bed to a depth of 1/4 inch using the specified seed. 2. Thoroughly dry-mix the separate types of seed imrnediately before sowing. Do not use wet seed. 3. The Engineer will allow the wildflower seed to be included in the grassing operation or performed separately from the grass seeding operation in areas shown in the plans. 4. Ensure that the wildflower seed is uniformly planted by drilling or placing the seed into the soil at an average depth of 1/8 inch, but not exceeding 1/4 inch into the designated area at the specified rate. E. Mulching: I. When areas require mulch, as shown on the plans, apply approximately 2 inches, loose thickness, of the mulch material uniformly over the seeded area, and cut the mulch material into the soil to produce a loose mulched thickness of 3 to 4 inches. Do not use harrows. The Contractor may use compost meeting the requirements of Section 987 in lieu of mulch. 2. When rnulching on steep slopes, where the use of a machine for the cutting-in process is not practicable, secure the rnulch after the seeding operation by either using an erosion control fabric, or: spread a string net over the mulch using stakes driven flush with the top of the mulch at 6 foot centers and string parallel and perpendicular with diagonals in both directions. F. Rolling: I. Irnrnediately after seeding, roll the entire grassed or mulched area with a cultipacker, traffic roller or a horticultural roller. Make at least two passes over the entire area. G. Watering: I. Thoroughly water the sod immediately after placing. Do not water in excess of I inch per week for establishment. 2. Provide a vehicle for applying water to the grassed areas equipped with either a calibrated tank or an approved metering device installed at such point on the vehicle to measure the water at time of application. Do not water newly seeded areas to force the seed germination. Do not apply more than I inch of water per Lcly Manor Canal West Outfall RWA, Inc. Project No. 080104.0000 lOA week for sustaining the grass growth. Use water only on vegetated areas when permitted by the Engineer. H. Fertilizing: 1. Spread the fertilizer over the grassed area four to five weeks after the grass seed germinates in one or rnore applications as specitied below: I. Spread an initial application of265 Ibs/acre of 16-4-8. II. If the project has not reached final acceptance in accordance with Article 5-1 I, spread subsequent applications of 135 Ibs/acre of 16-4-8 approximately 60 calendar days after the initial application without rnixing into the soil. III. The Contractor may spread the fertilizer by hand on steep slopes or other areas where machine-spreading may not be practicable. I. Maintenance: I. Maintain the sodded areas in a satisfactory condition until final acceptance of the project. Include in such maintenance the filling, leveling, and repairing of any washed or eroded areas, as may be necessary. 2. Mow the sodded areas to a height of 6 inches when competing vegetation height exceeds 20 inches in height. 3. Monitor placed sod for growth of pest plants and noxious weeds. If pest plants and/or noxious weeds manifest themselves within 30 days of placement of the sod, treat affected areas by means acceptable to the Owner at no expense to the Owner. [I' pest plants and/or noxious weeds manifest themselves after 30 days from date of placernent of sod, the Engineer, at his sole option, will determine if treatment is required and whether or not the Contractor will be compensated for such treatment. If compensation is provided, payment will be made as unforeseeable work as described in 4-4. 4. Maintain the planted areas as an acceptable stand of grass until tinal acceptance of the project at no expense to the Department. [nclude in such maintenance the filling, leveling and repairing of any washed or eroded areas, as may be necessary. 5. An acceptable stand of grass is defined as a I by I foot area containing a minimum of 16 live, viable, healthy wildflower and/or grass seedlings. 6. The Department will pay for replanting, as necessary, due to factors determined to be beyond control of the Contractor. 7. Mow the planted grass areas to a height of 6 inches when competing vegetation height exceeds 20 inches in height. Do not mow wildflower areas until at least three weeks after the peak of the bloorn period and do not mow lower than 6 inches. Do not use selective herbicides in wildflower areas. 2.3 METHOD OF MEASUREMENT A. The quantities to be paid for will be fore the following items, completed and accepted: Lely Manor Canal West Outfall RW A, Inc. Project No. 080104.00.00 lOA I. The area, in square yards, of sodding. 2. The weight, in tons, of fertilizer. 3. The volume, in thousand gallons, of water. 4. The area, in acres, of mowing. 5. The area, in square feet, of seeding. 6. The area, in square feet, of seeding and mulching. 7. The weight, in pounds, of grass seed. 8. The weight, in tons, of mulch material. 9. The weight, in tons, offertilizer. 10. The volume, in thousand gallons, of water. 1 I. The weight, in pounds, of wildflower seed. 12. The area, in acres, of mowing. B. Area Quantities: I. For the quantities paid for on a square foot basis, no deductions will be made for the areas occupied by turnouts in rural sections. C. Seed: I. The quantity of grass or wildflower seed will be determined from packaged weights or by other appropriate methods. D. Mulch Material I. The quantity will be determined by weighing on truck scales, or by other appropriate methods. The Contractor shall advise the Engineer of the time and place of such weighing. Weighing will be done in the general vicinity of the project. PART 3 - BASIS OF PAYMENT 3. I GENERAL A. Prices and payments will be lull compensation for all work and materials specified in this Section, and the satisfactory disposal of excavated material, except the furnishing of the fertilizer, and the furnishing and application of the water. B. Fertilizer and water will be paid for as specified. C. Payment will be made under: I. Item No. 1 04-4 ~ Mowing ~ per acre. 2. Item No. 570-5 ~ Fertilizer - per ton. 3. Item No. 570-9 ~ Water for Grassing - per thousand gallons. 4. Item No. 575-1 ~ Sodding - per square yard. Le1y Manor Canal West Outfall RWA, lnc. Project No. 080104.00.00 IDA 3.2 SEEDING A. When mulching is not specified, price and payment will be full compensation for all work and materials not specifically included in the items of separate payment shown below. The item of Seeding will include specifically all preparations of the ground, the application of the seed, the rolling, tilling or other specified work. 3.3 SEEDING AND MULCHING A. When mulching is specified, price and payrnent will be full compensation for everything specified in 570-6.2 and, in addition, will include the cost of applying, cutting-in, rolling, and anchoring, where required, of the mulch material, but will not include the furnishing of the mulch rnaterial. 3.4 SEED A. Price and payrnent for Grass Seed (Permanent Type) and, Grass Seed (Quick-Growing Type) will be full compensation for the furnishing of the seed, at the site of its use. Price and payment for Wildflower Seed will include furnishing, applying, and mixing the seed into the seed bed. 3.5 MULCH MATERIAL A. General: I. Price and payrnent will be filll compensation for the furnishing and spreading of the mulch material, at the site of its use. B. Water: I. The quantity of water, ordered at the specific time of its being applied and which is actually used, determined by the specific metering device or by calib rated tank, will be paid for at the Contract price per thousand gallons of Water for Grassing. Such quantity will include all water authorized by the Engineer, which is used until the time of acceptance of the work. 3.6 PA YMENT ITEMS A. Payment will be made under: I. Item No. 104-4 - Mowing - per acre. 2. Item No. 570-1 - Seeding - per square yard. 3. Item No. 570-2 - Seeding and Mulching - per square yard. 4. Item No. 570-3 - Grass Seed (Permanent Type) - per pound. 5. Item No. 570-4 - Mulch Material- per ton. Lely Manor Canal West Outfall RWA, Inc. Project No. 080104.00.00 6. Item No. 570-5 - Fertilizer - per ton. 7. Item No. 570-9 - Water for Grassing - per thousand gallons. 8. Item No. 570-10 - Grass Seed (Quick-Growing Type) - per pound. 9. Item No. 570- I 2 - Wildflower Seed- per pound. lOA lOA . . . ,. . . . . . . . . . . . . . . . GEOTECHNICAL ENGINEERING SERVICES REPORT LEL Y MANOR OUTFALL WEST Collier County, Florida Allied Project No. 48-6681 Prepared for: Mr. R Shane Cox, P.E. Senior Project Manager Storm Water ...~....nt DepartMent 2885 South Horseshoe Drive Naples, Florida 34104 December 30, 2008 ALLIED EN<;INEERING & TESTING, INC. 5850 Corporation Circle, Fort TvlyeI's, FL 33905 139.334.6833/239.334.6614 I I I I I I I I I I I I I I I I I I I lOA j \\ December 30, 2008 Mr. R Shane Cox, P.E Senior Project Manager Storm Water Management Department 2885 Horseshoe Drive Naples, Florida 34104 239-252-5792 239-659-5790 Fax SUBJECT: Geotechnical Engineering Services Lely Manor Outfall West, Collier County, Florida Allied Project Number 48-6681 Dear Mr. Cox: Allied Engineering and Testing, Inc. is pleased to submit this report for the geotechnical engineering services for the above referenced project. The scope of our services was outlined in our proposal No. 08-2138R2 dated October 8,2008. The following report presents the project information made available to us, our observations of the existing site conditions, the subsurface geotechnical information obtained during our exploration, and our recommendations for geotechnical design parameters. Also included with this report is a boring location plan and the results of our field and laboratory testing. The assessment of the site environmental conditions for the presence of pollutants in the soil, rock, and ground water at this site was not included as part of our services. We appreciate the opportunity to be of service to you. If you have any questions regarding the information contained in this report or if we may be of further service to you do not hesitate to reach us. Sincerely; ALLIED E1'lGINEERING & TESTING, INC. &tt'/ //.,., " [/, /1 ',/ -' / .,./ Su&;rsana R Chilakala Staff Engineer / Paul J. D'~ PE Florida Registration No. 59716 Copies Submitted. 3) Addressee lO--A I I I I I I I I I I I I I I I I I I I Lely Manor Outfall West CL: Storm Water Management Department TABLE OF CONTENTS Allied Project No. 48-6681 December 30, 2008 INTRODUCTION PROJECT INFORMATION ..... SUBSURFACE EXPLORATION .. LABORATORY TESTS .' Gradation Tests....... SUBSURFACE GEOTECHNICAL CONDITIONS. GEOTECHNICAL EVALUATION ..................... ............ Suitability of soils as Construction Fill ................. ................. FOUNDATION RECOMMENDATIONS ................................................,.. Spread Foundation ... ........................................... .................. Sheet Pile Weir ........... ...................... ................ ..................... BASIS FOR EVALUATION AND RECOMMENDATIONS ............. Figure 1 - Soil Vicinity Map Figure 2 - Soil Boring Location Plan Figures 3 through 4 - Soil Boring Profiles Table 1 - Summary of Laboratory Test Results APPENDIX A Soil Test Boring Procedures Classification and Symbols APPENDIX B Gradation Tests J :\Gf.:otCL'hnical Enginemng\Geo ProjCl.,'t\2008 Reports\-18._ 66S lLely Manor Canal\48-668 I Rq>ort_wpd .............. Page 1 ... Page 1 ... Page 1 .... . Page 1 Page 2 .... Page 2 ... Page 3 Page 3 ............ Page4 .............. ..... Page 4 ................... Page 4 .................. Page 4 I I I I I I I I I I I I I I I I I I I IDA lely Manor Outfall West Cl: Stonn Water Management Department Allied Project No. 48-6681 December 30, 2008 INTRODUCTION Collier County Department of Stonn Water Management retained Allied Engineering & Testing, Inc. (Allied) to perform a geotechnical engineering evaluation for Lely Canal flow ways including proposed Weir Structures on flow way. The project is located in Collier County, Florida. Refer to Figure 1 for a site vicinity map. The purpose of the study is to evaluate subsurface soil and groundwater conditions and to develop geotechnical related design criteria and recommendations for the weir structure foundations and site preparation including the evaluation of the suitability of the excavated soils for filling and compaction. The results of this study are presented in this report. PROJECT INFORMATION Based on the infonnation provided by the Collier County Storm Water Management Department and the surveyor drawings, the proposed flow way canal are approximately 3,700 feet long. One (1) weir structure is proposed between station points 2 and 3 Boring Location B-1 on Lely Lane flow way. SUBSURFACE EXPLORATION The subsurface conditions were explored by drilling four (4) Standard Penetration Test (SPT) and four (4) Hand Auger borings. The SPT borings were drilled along the center line of the canal berm. The borings extended to depths of about 16 feet to 24 feet from the actual ground level. The Hand Auger Borings were drilled to a depth of about 5 feet to 6 feet. The soil borings were performed in general accordance with the procedures described in the Appendix A. The number, depths, and locations of the borings were designated by Collier County Department of Storm Water Management. The Boring Location Plan (Figure 2) illustrates the approximate location of the borings. The borings were drilled in December, 2008. The subsurface conditions encountered at the test boring locations are illustrated on the Soil Profiles (Figure 3 through 4) The test boring profiles represent our interpretation of the soil conditions encountered based on the driller's field logs and visual examination of the soil samples obtained in the laboratory by a geotechnical engineer. The stratification lines representing the interface between various changes in soil conditions I types are approximate. The actual transition between strata may be gradual. LABORATORY TESTS The laboratory tests were conducted in general accordance with ASTM specifications. The laboratory test results are summarized on Table 1. The ASTM method number for each test and the number of tests completed are presented in the following table. hGootedmical Enginccring\Goo ProjC\.'f\2008 Reports\4866S 1_.Lely Manor Canal\48-<<l8I Report. wpd Page 1 I I I I I I I I I I I I I I I I I I I lOA Lely Manor Outfall West CL: Storm Water Management Department Allied Project No. 48-6681 December 30,2008 Test Description Number of Test ASTM Test Method ----- - Soil Classification 48 D-2487 and 0-2488 ---_.~._---_._---------~. -~._-- ---- Gradation Analysis 3 0-422 ---.--- 1-- Percent Passino No. 200 Sieve 3 0-422 and 0-1140 Gradation Tests A total of three (3) gradation tests and three (3) percent passing the No. 200 sieve size tests were performed on samples obtained during the field exploration program. Material passing the No. 200 sieve is considered "fines" and will be either silt or clay. The percent passing the No. 200 sieve ranged from 19.5 percent to 25.1 percent. The partide size distribution curves are presented in the Appendix B and the test results are summarized on Table 1. SUBSURFACE GEOTECHNICAL CONDITIONS The subsurface soils have been grouped into 6 strata. General descriptions and depths at which these soils were encountered are presented on the Soil Profiles. Strata 1 Soils consists various shades of brown and gray clean fine SAND (SP) with traces of roots and gravel. These sands are very loose to loose based on the SPT N -Values. They are encountered from existing ground level to a depth of 8 feet in boring B -1, from existing ground level to 2 feet in B-2, from existing ground level to 4 feet and again from 12 feet to 16 feet in 8-3, from existing ground level to 2 feet in B - 4, from existing ground level to entire drilled depths in hand auger borings HA -1 to HA - 4. Strata 2 Soils consists shades of gray lightly cemented to well cemented coarse SANDS (SP- Cemented) with trace of gravel and shell. These sands are very loose to very dense based on the SPT N -Values. They are encountered from about 10 feetto 14 feet and again from about 16 feet to 18 feet in B -1, from about 4 feet to 8 feet in 8 -3 from existing ground level. Strata 3 Soils consists shades of gray weathered LIMESTONE (WLS) weathered to fine silt, sand and gravel, trace of shell. These soils are very loose to very dense based on the SPT N -Values. They are encountered from about 8 feet to 10 feet, again from about 14 feet to 16 feet and from 18 feet to 24 feet in 8 -1, from about 6 feet to 16 feet in B-2, from about 10 feet to 12 feet in 8-3, from about 4 feet to 16 feet in 8-4 from existing ground level. Strata 4 Soils consists of gray slightly clayey SAND (SP-SC). These sands are very loose based on the SPT N -Values. They are encountered from about 2 feet to 4 feet in B-2, from existing ground level. Strata 5 Soils consists shades of gray and brown very silty SAND (SM). These sands are very loose to medium dense based on the SPT N -Values. They are encountered from about 4.5 feet to 6 feet in B-2, from about 8 feet to 10 feet in B-3, from about 2 feet to 4 feet in B - 4 from existing ground level. J:\Geotedlllical Engitl<;x-"Ting\~o Project\2008 Reports\48..,6681,_uly Manor CanaJ\48-668IReport. \\Fd Page 2 I I I I I I I I I I I I I I I I I I I 10 Lely Manor Outfall West CL: Storm Water Management Department Allied Project No. 48-6681 December 3D, 2008 Strata 6 consists of a gray LIMESTONE (LS) layer, encountered at about 4 feet to 4.5 feet in B - 2, this rock layer is moderately hard based on SPT N-Values. Groundwater was encountered in all the borings at the time of drilling, the depth ranging between 4 to 5 feet below the ground surface. Fluctuation in the groundwater level may occur due to rainfall pattems, seasonal temperature variations, and construction activities. The soil layers containing a high silt or day content that could be considered as confining layers were not encountered in our investigation program. GEOTECHNICAL EVALUATION The geotechnical evaluations for the proposed construction site are based on the subsurface soil and groundwater conditions encountered during this study, the project information made available, our site observations, and our experience in the vicinity. The test data has been evaluated using established correlations between geotechnical parameters and N-values similar with those recorded at this site, laboratory test results and the observed performance of similar soil types. Suitability of soils as construction fill The near surface sandy soils, Strata 1 through 5, may be excavated with normal heavy earthmoving equipment such as large hydraulic backhoes. It is possible that excavation of hard limestone layers (stratum 6) may require blasting or trenching, if thicker than 3 feet layers ael be encountered during excavating The strata 1, 2, and 4 soils are suitable for use as embankment and structural fill material. Roots and other organic material encountered during site development and excavation should be removed from proposed fill material. The soils extend below the water table and should be allowed to dry prior to placement and compaction. This can be accomplished by stockpiling the material and allowing it to drain, or by spreading it in relatively thin lifts on the surface to be filled, and allowing it to dry prior to compaction. The strata 3 very silty, sandy and gravelly weathered Limestone layers (WLS) are not suitable for backfill or structural fill. This strata of soils may be washed or screened to improve suitability. The strata 5 materials consists of high percentage of silt and day fines. The material with higher percentage of fines may be readily mixed with the cleaner sands to improve the workability of the soils. The limestone layers (Stratum 6) were encountered in only one of the boring. The depth of these limestone layers are between 4 feet to 4.5 feet depth from the existing ground level with the thickness varying from about 0.5 feet. Trenching and blasting may not be required. Typically rock in this area consists of moderately hard "caprock". This rock is typically found as large fractured boulders. Based on previous experience with projects in this area, it is our opinion that this rock may be excavated with large track hoes. However, the larger boulders may be too heavy for small track hoes, backhoes or drag lines. J:\Gootc...-hnical Engitwering'IGoo Project\2008 Reports\48..668Iu Lcly Manor Canal\48-6681_R....'POrt wpd Page 3 I I I I I I I I I I I I I I I I I I I lOA Lely Manor Outfall West CL: Storm Water Management Department Allied Project No. 48-6681 December 30, 2008 FOUNDATION RECOMMENDATIONS Based on the information provided by Collier County Storm water Management Department, One weir will be constructed at the boring location B-1, the weir would be either the conventional concrete weir with spread footJngs or by driving a steel sheet pile wall with or with out a reinforced concrete cap will be placed on the top of the sheet pile wall. Spread Foundation The recommendations included here are based on the information available now, since the weir design information like the difference in water levels on either side of the weir or the weir top level and weir section details are not available. Our recommendations are based the soil profile at the proposed weir location. The loose sand supporting the weir structure may settle and allow negligible loads to be applied on these soil layers . In order to provide the spread foundation for the weir structure, we recommend the soils below the foundation level to be completely compacted to a density of at least 95% of the Modified Proctor Dry Density (ASTM 0-1557) to a minimum depth of 6 feet below the existing ground level. The spread foundation system may be designed for the proposed structures, after the site has been prepared as discussed above, with a maximum allowable bearing capacity of 1500 PSF. Sheet Pile Weir The sheet pile walls need to be driven to depths sufficient to resist the lateral pressure imposed by the differential water depths. The piles should also be driven deep enough to reduce the potential for piping ofthe near-surface soils caused by the upward seepage forces. Based on the foundation requirements for the similar projects and the soil profiles obtained in boring B -1, the piles should be driven to depths of at least 20 feet below the proposed respective canal bottom levels to resist the lateral pressure and minimize the risk of piping. The sheet pile wall should extend a minimum of 10 feet into the canal banks. The exact sheet pile wall weir design parameters could be derived only after knowing the actual weir and water levels in the canal both upstream and down stream. The retaining walls for the case of a vertical wall and a horizontal soil surface should be designed for an active pressure coefficient K.and paSSive pressure coefficient K". Walls that are restrained from movement should be designed assuming an "at-rest" coefficient of lateral earth pressure, K". A triangular stress distribution should be assumed. The estimated values of pressure coefficients are presented in the table below. J:iGeQtedmical Eng1neering\Geo Projca\2008 Reports\.486681..Lely Manoc CanaM8-6681_Repodwpd Page 4 I I I I I I I I I I I I I I I I I I I 10eA Lely Manor Outfall West CL: Storm Water Management Department A\lied Project No. 48-6681 December 30,2008 B-1 0-11 11-18 18-24 Moist Unit Cohesion Weight (pst) 1-':: , I 110 I 0 115 i Internal Friction Angle (0) Coefficient of Earth Pressure _.- K" K, Kp -- 2.88 Weir at Boring No. Elevation (feet) o 29 30 32 0.50 -----.. 0.50 0.45 0.347 0.333 0.307 3.00 3.25 Please note that no rock was encountered in boring (B -1) the weir location, however additional borings may be required across the canal at the weir location to confirm the same. BASIS FOR EVALUATION AND RECOMMENDATIONS The evaluation and recommendations of this report are based on the information provided and the soil conditions encountered at the specific boring locations. These recommendations apply only to the specific project and site. If there are any changes to the project information discussed in this report we should be contacted to review the changes and modify our recommendations, if necessary. The construction procedures and geotechnical conditions encountered should be observed by experienced geotechnical personnel. This is necessary since the conditions encountered in the soil borings performed forthis study could change between the borings and the conditions may not be the same as those anticipated by the designers or contractors. Additionally, the soils could be altered by the construction process. If changes in the soil conditions are encountered or if the procedures are not adequate, this information should be reported to the design team so that timely recommendations can be prepared to solve the problem. Based on Allied Engineering & Testings' familiarity with the project, the subsurface geotechnical conditions, and the intent of the recommendations, we recommend the owner retain our firm to provide the necessary site observations and testing. We wish to remind you that our exploration services include storing collected samples and making them available for inspection of 60 days after submittal of our report. The samples are then discarded unless you request otherwise. J:\GeotocJmical E~ng\Geo Project\2008 Reports\48___668t___Lely MaDlV CWJaM8-6681. _R~.:portwpd Page 5 I I I I I I I I I I I I I I I I I I I a.. <( :2 ~ z o > W l- (/) Ii) Ci "' ;. E': 0 ~ ~ ....- W 0:: :::> (j l..L. .. .s. 2:; ~Q, '" 1i .~ ii: ~ , '0: -a a: x ,. " o E E '_oj ::t '" -" 't' ~ C '" ~ 16 a: ., ~~ ~' <;>' j' CO f ~ '0 ~ ;> .. ill J> Qj ~.. ill- "O~ Ci c o '" '" '" E o .c l- Bayshore Dr IS wad Ii) I }iP'<8 'alIlO;) a ~ 0; "-' J Pft/8 ~ ~AI"l ~<!:\ ~ ., J ~ q;: ., IS .~~ ~\J i~ <t, fit "~ * ~~~l '" '" ~~ . $ 0 <e."t> 'fs. '" ;; € i:5 ;, * '%> It c ".;.t::O ...J '" "t -;:: :2 I! .. ~ ". ~ '" CD "'" r:'.< ~~ -..:-; ~~ "'. .-.. .JE"" ~ E~ ~'Q w<,; ~. kJ""", '!eO.. ~ J>' 'l:i ~ '7~ lI! .--", ~*'''''~ -A"''' ." '?J'-"" 0: i5 (j TallO , V; ~ {sf "IQ >':< ",,, ,*" ~ .. 01 z .~ - ~ ~ i l- (/) W I- Cl Z <( (j Z 0:: W w ~ Z M ~ (j It Z ~ W ~ " Cl ~ W ~ G -1 2 .-l . <( ! ~ . ~ . " --IDA '" Q ~ .... ~ N '" ~ .., 0 if; ~ z 1 n ~ M~ 16- ~iil ~;l; MM ~o. ~~ '. -a 1:. ~ ~~ c ., E ., m c: m :; $ m - ~i:guj 0=0 ii5 ,j!l u: 0.: E'6 Z; ~ ::s'" c: Q) 00 => u ~8 ::J .~ ~ a; F _ >,'_ 0 0-= :t::: u ~8 ~ l; ~ I f !t <(WJ- t;: o '" ff " ,. ::>~ 08 ",N ~'" 0" ':\110 "" >-'" "'~ o III ~~ '" w b z ------------------- z 0 '" m '" O~ s: I '" :> :> -0 -0 Z '" 0 0 CD ~ :> 0 c '" Gl Z Z m Gl m '" , 0 , 0 ~ 0 0 '" 0 ~ 0 ~ s: (5 (5 0 Z Z 0 , r m '" 0 ." 0 c Gl z :< c -0 ::u '" m 0 -0 I\J m '" :< OJ :> 0 -0 -0 ::u ?! 0; z m Gl '" r- 0 0 )> l-i m )>1 --I 0 Z "'0 ! t ! @ s;: ! z , f )> ~ 0' " r- . g~ g, [ c: " 0 mB:i'5 ~ m d nil> C; c o. 0 0 < c" c ~ ~ 3.03- f m -0 i!~fa , Z g, = 0 Gl m ufl i . . z ~ '" i m ~ m .1i ::u . z 3 . '" a !!l~ Gl o . 1\ ~t::l )> 8~ z ~i 0 --I ! , 0 m . (j) . :j , I z 1; . t Gl m " " 8: ~ . Z ~ . m j 0 ! -e lOA ------------------- lOA ~NNNN~~' ~~~" I', I ~WN.....OWCO"Olc.n.e..C,.)N O(()():>.!..J&(nj..(..,N~O......NWA01o,) 1'1'1'1'1' I'!' I' j' I' J' 1'1' I' 1'1' j' I' I'! I 1'1' i I 1'1"1'1' I' 1'1' j I DEPTH IN FEET e ~IIHm ~ ~ 1-1 m )>1 f I i ~ Q , I )> ~~H r !:: q ~ 3: ~ i m i?' ~~ Q 0 ~. , . . 0' m ~ " ~ . :,,~ f l Z ~ 'l= ~ G) m g:~ ~ ~~ z ;: i m . m I I ~n ::0 z , G) i a. II "" )> - ii z 0 .e -; ! , ~ m (J) . ~ :::j I~ 1 z ~ i'i f G) " i ~ z ~ 0 ! -., 0> ! I I (tV @ @ , IQ~III~U' l<ie " Gl c ~ ~ ::0 ~~Q m n"Z I ~ ~ej r:p W . -lDfIl ~ I I~ ~: g ~ ~ Ol~ e ~~UHllIlv; .i'.A " ~~ ~ ~ ~~oo ".m ;>;en:~ em" 00 " ;;; . I o w (J) o r -U ::0 o &OCll ::!J ~g~ r oii"'lOJ m I ~ m;:E, (J) ;;!fg N Ii ~ I:l; g> ~<Q~ @ @f1@ 0 e 1H1[IH~I~_~IIIHnmIlIilHmUHIIIHml:~:~ ~ ~ . " 'I . " I ~:i!~~ ;o;g~~ 00 " @f1 1 . &c;Ul ca!!. h_ n'. I ~ ~~ r:p ~~g W I~ f~ ~ ~....x e @ @ I. /:c;';"'IffiJRIlI~::::=i,' " e <'.1 - L ;;; . o - m ~ ~~~~ ;0;:0""-1 B~J:: " @ f1@ e ~HI'::::I ~ !'o~ 3g;; n'. I [i: x. I~ W n; f:I ft.:". ::I ~'" - . ...1 - I ~ ~~\iliil ~~F~ em" 00 " @ @ @ @ e e ~. I:I~jl" ~l! Illlilll'lil I i ~n !-! t1 till! h~ Cl ?illl "~~1:J I;r j ~ ~~ ~-~ -~~i -~~ "~~ I :j i I il "~ hi j I, !., lji I'~ [ "\Z .'J t" ~ _l( ~ ,,:~ - I' I II" ,,! 11' !B ~ j,~ ~_H ~- ~ , , l 0 ~ ~ g 0 llil ~ . W"'~ 'I "'i , fn~ , ." J: ~ -< , , ~31): l ~ , =!= ,0 ,. , 1- 0 T ~ "j , E~ ~ , ! , . ~ " Q . i ! .:! ;:: ~ , ! I " ..,. i ~~ -00: "o"-",,,ilOI.I - ~$~?~~~ ".."', S!:l:: ~ . , ,~ "' ' gla'IP !:~~':'''!Jl~.f'' ':~1S6 ~ ffi I,ll Iq o. , · h! . ~ 0" "f:! ad ..;-!Iii , ." I . ~ ~~ < "I": m '" , . , , ! II - - - - - - - - - - - - - - - - - - - in in ;. , i" .:.. QA '" 0 I I r~~r DEPTH IN FEET ! .,., G) C ;0 0 m g ~~ I ./>. ~u;: > , (f) .m ~ ~ 0 . w r "U ;0 0 .,., r o~ m g:O; (f) '-z I m' :po wg ~~ N ~~ " g ,-I m> fw , 1-1 m )>1 i 1 0 ! ! ~ g , ~ > ~ or 0 r . o!!.o ! !:: ~ =-...: = " ~s::~ ~ m " c o' 0 . 00 0 0 c" c R ~ ' 0 ' m ~~!a i Z ~ Q=O G) rn ~~~ ~ ~!2. Z . " m ;: ~ . m , I I . ;:a ~ z il ~i Gl " i 1i ~,~ > ." Z "~ ~w 0 ~~ -i ! . 0 m , , (f) , -i ! z 1\ ~ G) ~ ~ f " 8: m z ~ " ~ 0 . ~ ! ~ ~I f~ ~./>. o ~ @ @ <<) @ @ e IlllIDI [:3] ma rnmIllI CJ 1'.1 _.-- <..' n pi ~~' Hi'! Ili' il! .< ~~~i ~ ;:"; ~~ -or~ ~;,o !in 1" l' '~ ~~! " j H~ d!! ~u ! ~! ~ .5$_ .- ~ ~" 1l! :~ !l! '<lei[ H 1 III ill [~ a~i:" ~i ~ , , IH i~o H~ ~ 0" . , ' ~ "! ~ -" ~ "' .';J e ! 6 E ~ , , , ,I ! 3 ~ ~n:g II i " ~ . , ~i = ::i<t"21 ~~ ! l , ! 'I , I g i '" . I ~ ~ ~ ~ , , , , ~ ". . I ! 0 0 i ,so"s"I"'IiO'li 00 G ~f~::ffi ! " ~ .:: h 9 , ~ !II 'i 8>t l ~ ~ ~ :.. , ! , , ,00 ! , , 0 , ~ , !ll i~ I 9 I 0 ! ! , , , il 0 , , ~ ,I I I I I I I I (fl~ I- 'C ..l 0 :::>- I (flu. w - o::~ c: 1-:;,..... (flOCO I wo$ I- ... . fllCO >-.- V .....0::(5 . I wOu~ I- ...J ~ ... III ....u f/l fII <I: 0 ~ .~ I-lll E I :5 = a.. ~~ u. :;,.!!! 00= >-...<1: I 0::0 <l:C: :;; ., :;;:;; :::>~ I (flfll ...J I I I I I I E lJ) Vl ::> :;; .. --' ~ l! :s: Vl .. lJ) I ....~ - '0 '0 c: " '" Ul '0 '0 c: c: I c: '" I '" 0 '" III '" '" ., c: '" c: '" a. 0 '.. 0 'i1j I 'C to to .., <D '" <D '" .. c: c: '" E l;:: E l;:: C :.:J B ::; 0 - .15 '0 '0 '0 '0 "0 <D ~ rtJ a; <D '" c: 0; Ql 1;; al .c: .~ I .c: a:; rn 10 .c: 1ii .c: 1ii <ii > >- '" e> '" e> '" S '" S '" ili ?; Ol ?; Ol -.. . .. r" 1-- ....-.... c:> CO 0 ~ on N <> vi on '" N N ~ 2 C-_ c:> c:> <<! i ~ N ..... l"- e; r.O <> N N N 2 .._-,",-- ~~- ._.u ..- tl C> :; <D '" I"- '" .. <> vi '" '" .. '" '" '" a:: Ci 2 - c .-- -_.. ot 'iij .. C> I- ot ... ... <X> co <<! co. <> ci UJ '" 0 e:. ... '" C') ., 2 '" -- ---- ~-----_. '0 l! c:> e N '" co ~ 0 ~ on .... 2 on .... on .,--- --- ---~.. .-- c:> ..... "! '" <D <> ~ ci to 2 I"- <D l"- f----. .-.---- ---- --~ ... <X> I'- '" 0 ,..: '" co 2 '" I"- '" ..~L_...... - _._~~--,-_. ..-.-.---. .c N N 0 .... N ~ a... ~ ..,! 0 0 . e- N ~ '" -.1. n~___ ..---.--., '" Q.. ~ <D on EO ~ . . , ",2 w w w lJ) 1-----.-- ._--- t----- OJ c 0 ~ N '" ;:: . , . 0 2 (Xl (Xl (Xl III If!,'1 A fl "J I I I I I I I I I I I I I I I I I I I IDA Lely Manor Outfall West CL: Stonn Water Management Department Allied Project No. 48-6681 December 30, 2008 SOIL TEST BORING PROCEDURES The soil test borings for this geotechnical study were performed in general accordance with ASTM D-1586 standard specifications. In the Standard Penetration Test a 1.4 inch 1.0., 2.0 inch 0.0., split barrel sampler is driven into the soil at the test depth with a 140-pound hammer falling 30 inches. Dependent upon the soil conditions encountered, the boring is advanced by rotary drilling procedures or continuous sampling. With either method the borehole is stabilized with a viscous bentonite drilling fluid. The number of blows necessary to drive the hammer 18 inches or until 50 blows results in less than 6 inches of penetration is designated as the Standard Penetration Test. The number of blows for each 6 inches of penetration is recorded. The first 6 inches of penetration is considered to be a seating drive and the remaining 12 inches is the Standard Penetration Resistance Test Value (N-Value). Upon completion of the penetration test, the sample retrieved from the split barrel sampler is classified in the field by the driller and a representative portion is placed in a sealed glass jar. The samples are then transported to the laboratory for visual classification by a geotechnical engineer and further laboratory testing, if necessary. HAND AUGER SOIL TEST BORING PROCEDURES The Auger borings (AS) were advanced with a 4-inch diameter continuous flight auger. The borings were advanced by slowly twisting the auger into the soils. The auger is then pulled up vertically to expose the soil strata along the auger flights. Samples were then removed and classified by an engineering technician. The field log was prepared by the technician. Representative samples of each soil stratum were retumed to the laboratory for further classification by the geotechnical engineer and laboratory testing. J:\Gcot.cclmical. Engmeering\(ko Projecf\2008 R~\48_^668t_l..ely Manor CanaJ\48..6681.Report_wpd I I I I I I I I I I I I I I I I I I I Lely Manor Outfall West CL: Storm Water Management Departmenl IDA Allied Project No. 48-6681 December 30, 2008 SOIL CLASSIFICATION CLASSIFICA nON N- VALUE - STANDARD PENETRATION RESISTANCE TEST VALUES, BLOWS PER FOOT CORRELATION OF N-V ALVES WITH RELATIVE DENSITY AND CONSISTENCY CORRELATION OF N-VALUES WITH HARDNESS DESCRIPTION COHESIONLESS SOILS SILTS AND CLAYS RELATIVE N-VALUE DENSITY N-VALUE CONSISTENCY N-VALUE 0-4 VERY LOOSE 0-2 YERY SOFT 0-19 5-10 LOOSE 3-4 SOFT 20-49 11-30 MEDIUM 5-8 FIRM 50-100 DENSE 9-15 STIFF 50 for 2 to 5 incbes 31-50 DENSE 16-30 VERY STIFF over 50 VERY DENSE 31-50 HARD 50 for 0 to 2 incbes over 50 VERY HARD MODIFIERS APPROXIMATE FINES CONTENTS MODIFIERS APPROXIMATE SANDI GRAVEL CONTENT 5% - 15% slil!btlv silty slil!btly clayey 5-15% 15% - 25% witb silt witb clay 15% - 25% 25 - 49% 25% - 49% silty, clayey J:\Geottx.imica1 F..IlgiO:e\.'fing\<ieo Project\2008 Reports\4ft.66S J_Lely M<UlO'f CanaI\48--6681... Report. wpd LIMESTONE RELATIVE DENSITY VERY SOFT SOFT MEDIUM HARD MODERATELY HARD HARD MODIFIERS slil!btly sandy sliehtly e:ravely witb sand witb eravel sandy. e:ravelly I I I I I I I I I I I I I I ~ I I I ~ I I u.s. SIEVE OPENING IN INCHES I US. SIEVE NUMBERS HYDROMETER 1 6 4 3 2 1.5 1 3/4 112318 3 . 6 810 1416 20 30 40 50 60 100140200 I I . I . II I TI I I -- --~- \ .-- \ \ \ -- \ - \ - - -- - i\ ~ " - ---.- 100 95 OA 90 85 80 75 70 I- 65 J: S160 w :; >- 55 CD "' ~ 50 u:: I- 45 z w ~ 40 w Q. 35 30 25 20 15 10 5 o 10 0.1 0.01 0.001 100 COBBLES I GRAIN SIZE IN MILLIMETERS -~ d GRAVEL SAND coarse 1 fine coarse" '-'~ed~~~__~e SILT OR CLAY Specimen Identification . B-1 5-11 20'-22' Classification Gathered LIMESTONE, weathered to fine silt, sand and gravel (WL$ LL PL PI Cc Cu ~ g c; Specimen Identification z ti. B-1 5-11 20'-22' I!! '" z w " w ::J .. 0100 4.75 060 1.217 030 0.183 010 %Gravel %Sand 0.0 64.8 %Silt %Clay 23.0 IA ~E z ~T "' " GRAIN SIZE DISTRIBUTION Client: Collier County Stormwater Management Oept Project: Lely Manor Outfall West Location: Collier County, Florida 0.: 4 81 Allied Engineering & Testing. Inc. 5850 Corporation Circle Fort Myers, Florida 33905 239-334-6833 . FAX 239-690-1582 I I I I I I I I I I I I I I I I I I I u.s. SIEVE OPENING IN INCHES 6 4 3 2 15 1 3f4 1123/8 3 4 6 u_s. SIEVE NUMBERS 810 1416 20 30 40 5060 100140200 HYDROMETER OA I I . I I I I I I I-- III \ ~-- \ \ _C __ - .. " - -~- -- 100 95 90 85 80 75 70 I- 85 :t: !2 60 ~ >- 55 III a:: w50 z u:: I- 45 z w ~ 40 w Q. 35 30 25 20 15 10 5 o 10 0.1 0~01 0.001 100 GRAIN SIZE IN MILLIMETERS COBBLES PL PI Cc Cu fine SILT OR CLAY Specimen Identification Classification LL . B-2 5-6 10'-12' oathered LIMESTONE, weethered to flne sIlt, sand and gravel (WLS ~ ~ >- c g Specimen Identification z ti. B-2 5-6 10'-12' w >- " z w c w ~ 0100 4.75 060 1.911 030 0.17 010 %Gravel %Sand ---...---- 0.0 48.6 %SiIt %Clay 25.1 0: " GRAIN SIZE DISTRIBUTION Client: Collier County Stormwater Management Oept. Project: Lely Manor Outfall West Location: Collier County, Florida Jo No.: 48 IA ~E ~T w " Allied Engineering & Testing. Inc~ 5850 Corporation Circle Fort Myers, Florida 33905 239-334-6833 . FAX 239-690-1582 I I I I I I I I I I I I I I I I I I I HYDROMETER A u.s SIEVE OPENING IN INCHES 6 4 3 2 1 5 1 3/4 11231B 3 4 6 u.s. SIEVE NUMBERS 810 14 16 20 30 40 SO 60 100140200 I I I I ~r I I I , '\ '\ 1\ \ \ - 1\ i~ \. " -. 100 95 90 85 80 75 70 .... 65 :t: 52 60 ~ >- 55 lD c: !l!50 u:: .... 45 z w ~ 40 w a. 35 30 25 20 15 10 5 o 10 0.1 0.01 0.001 100 COBBLES GRAIN SIZE IN MILLIMETERS SAND SILT OR CLAY coo.,., medium fine LL PL PI Cc Cu Specimen Identification . B-3 S-5 8'.10' Classification Silty SAND (SM) ~ ~ o g Specimen Identification ~. B-3 S-5 8'.10' w ~ '" z w '" w ~ 0100 4.75 060 1.075 030 0.203 010 %Gravel %Sand 0.0 68.5 %Silt %Clay 19.5 ~ ~ '" GRAIN SIZE DISTRIBUTION Client: Collier County Stormwater Management Oept. Project: Lely Manor Outfall West Location: Collier County, Florida bN .: 1 iA ~E z ~T w => Allied Engineering & Testing, Inc. 5850 Corporation Circle Fort Myers, Florida 33905 239-334-6833 . FAX 239-690-1582 EXHIBIT N CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT GC-CA-N-1 IDA