Loading...
Backup Documents 10/08/2019 Item #11D ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 1113 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management a, l� �'/ 2. County Attorney Office County Attorney Office �� 4. BCC Office Board of County w1,� Commissioners \,r�t,�,/s/ look\.\\c:\ 4. Minutes and Records Clerk of Court's Office OS' 101 Li 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Ana Reynoso/PURCHASING Contact Information 239-252-895 Contact/. Department Agenda Date Item was Q► ^ Agenda Item Number 11.D. Approved by the BCC W1 b i (L)I� / Type of Document CONTRACT Number of Original 2 Attached Documents Attached PO number or account N/A 19-7615 ASTRA number if document is ASTRA CONSTRUCTION to be recorded CONSTRUCTION SERVICES, LLC SERVICES, LLC INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signa b.e STAMP OK N/A 2. Does the document need to be sent to another agency for addi '.nal signature . If yes, N/A provide the Contact Information(Name;Agency;Address;Phone ; . .. . hed sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be AR signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the AR document or the fmal negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's AR signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 10/08/2019 and all changes made during N/A is not the meeting have been incorporated in the attached document. The County an option for Attorney's Office has reviewed the changes,if applicable. this line. 9. Initials of attorney verifying that the attached document is th v.. • e F V N/A is not BCC,all changes directed by the BCC have been made, and an option for Chairman's signature. this line. OCT 092019 Risk Management 11D MEMORANDUM Date: October 14, 2019 To: Ana Reynoso, Purchasing Tech Procurement Services From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #19-7615 "Big Corkscrew Island Regional Park Phase I" Contractor: Astra Construction Services, LLC Attached, is an original copy of the contract referenced above, (Item #11D) approved by the Board of County Commissioners on Tuesday, October 8, 2019. The second original contract has been held in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment 110 8358 Main Street Founders Woodstock, GA 30188 Insurance (o) 770.592.3132 (f) 770.592.9190 GroupLLC www.foundersins.com September 20,2019 Astra Construction Services, LLC 300 Churchill Court Woodstock, GA 30188 RE: Obligee: Board of County Commissioners of Collier County, FL Bond Liability: $45,065,454.00 Project: Big Corkscrew Island Regional Park/Bid No. 19-7615 Bond Number: SU 1154106 To Whom It May Concern, We have executed and enclosed two(2)original performance and payment bonds for the above project and a copy for your file. We trust you will find everything in order. We were unable to date the bonds and the powers of attorney since the contract was not dated. This is your authorization to date the bonds and powers of attorney concurrent with the contract date. You will need to furnish us with a copy of the dated contract for this project,so we will be in compliance with our surety requirements. We appreciate the opportunity to provide you with your bonding needs. If you should need anything further,please give me a call. Best regards, FOUNDERS INSURANCE GROUP,LLC Marvala Erinkitola Bond Department merinkitola@foundersins.com BUSINESS PERSONAL LIFE SURETY-BONDS GENERAL LABILITY PROPERTY HOME OWNERS PROFESSIONAL INLAND-MARINE AUTOMOBILE UMBRELLA WORKERS-COMP 110 CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Astra Construction Services LLC ("Contractor") of 300 Churchill Court, Woodstock, GA 30188, a Limited Liability Company, authorized to do business in the State of Florida, to perform all work ("Work") in connection Big Corkscrew Island Regional Park, Invitation to Bid No. 19-7615 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Q. Grady Minor & Associates, P.A., the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: Forty-Five Million, Sixty-Five Thousand, Four Hundred Fifty-Four Dollars ($45,065,454.00) Section 4. Bonds. A. If applicable, the Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit B-1 and B-2, 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 1 zConstruction Services Agreement:Revised 072118 110 than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents,the Contractor shall,within five(5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within five hundred sixty-three (563) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within forty-five (45) calendar days after the date of Substantial Completion. Project is divided into two Contract completion schedules. The North Contract is based on three hundred eighty-one (381) days from the Commencement Date for Contractor to Substantially complete with an additional forty-five (45) days to final completion, for a total of four hundred twenty-six (426) calendar days. The South Contract is based on four hundred forty (440) days from the Commencement Date for Contractor to Substantially complete, with an additional forty- five (45) days to final completion, for a total of four hundred eighty-five (485) calendar days. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, One Thousand Dollars ($1,000) for each calendar day thereafter until Substantial Completion is achieved for the North Contract, and/or One Thousand Five Hundred ($1,500) for each calendar day thereafter until Substantial Completion is achieved for the South Contract. 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 2 Construction Services Agreement:Revised 072118 €1) 1113 Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Time Periods. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. D. Determination of Number of Days of Default. For all contracts, regardless of whether the Contract Time is stipulated in calendar days or working days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. 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. Exhibits Incorporated: The following documents are expressly agreed upon, attached hereto and made a part of this Agreement for Solicitation #19-7615 Big Corkscrew Island Regional Park. 3 Construction Services Agreement:Revised 072118 110 Exhibit A-1: Contractor's Bid Schedule Exhibit A-2: Contractor's Bid Submittal Forms and Addendums Exhibit A-3: Contractor's List of Key Personnel Exhibit B-1: Payment Bond Forms _ Not Applicable Exhibit B-2: Performance Bond Forms ❑ Not Applicable Exhibit B-3: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit I: Supplemental Terms and Conditions ® Applicable n Not Applicable The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement for Solicitation #19-7615 Big Corkscrew Island Regional Park. The complete contract documents, including Addendum with attachments, are available on the County's on-line bidding system: https://www.bidsync.com/bidsvnc-cas/, which the parties agree comprise the final integrated agreement executed by the parties. Sections corresponding to any checked box ( ® ) expressly apply to the terms of this Agreement and are available through the County's on-line bidding. ®Exhibit J: Technical Specifications ®_Exhibit K: Permits _Exhibit L: Standard Details ®Exhibit M: Plans and Specifications prepared by Q. Grady Minor&Associates, P.A. Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Collier County Board of County Commissioners, FL c/o Facilities Management Division 3335 Tamiami Trail East, Suite 101 Naples, Florida 34112 Attn: James Morton, Senior Project Manager Phone: (239) 252-5488 Email: James.Morton@colliercountyfl.gov 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: Astra Construction Services, LLC 300 Churchill Court Woodstock, GA 30188 Attn: Andrew Lindsay, President Phone: (813) 275-8250 Email: Alindsav(a�astragroupinc.com 4 Construction Services Agreement:Revised 072118 101) 110 C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. 5 CA() Construction Services Agreement:Revised 072118 11 0 Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's procurement ordinance and policies and accompanying administrative procedures. Section 16. Construction. Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents including the Owner's Board approved Executive Summary 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. 6 Construction Services Agreement:Revised 072118 ('A() 110 IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR; TWO WITNESSE,r/ Astra Construction Services, LLC FIRST WI,� ,' r /1.11111111.:. ___ , % * S By: `.:— Print Name — A�res ii c v q � Print Name and Title re.S5 lDate SEC*-a, +i NESS/ t Print Name Date: 4 J ATTEST: OWNER: Crystal K. Kinzel, Clerk of Courts BOARD OF COUNTY COMMISSIONERS &Comptroller OF COLLIER C I. LORIDA BY ,,, BY: j4 ilWr . / illiam L. McDaniel Jr. Date tb`gl:;1 Chairman ttest-,as to Chairm 's 5tgS�•atare only Approved ast6 tIoikm and Legality: County Attorney Item# 11) peps Agenda` .� �� Date Frint Name Date i _%`.is Rec'd l epu ler ` J V r Construction Services Agreement:Revised 072118 �'•tft 1113 EXHIBIT A-1: CONTRACTOR'S BID SCHEDULE (FOLLOWING THIS PAGE) 8 Construction Services Agreement:Revised 072118 CAO 1113 Project No: 19-7615 ADDENDUM#1 Project Title: Construction of Big Corkscrew Island Regional Park-BID Bid Due Date: August 20,2019 BID SCHEDULE BIDDER: Astra Construction Services,LLC NORTH CONTRACT CONSTRUCTION SITE SITEWORK&SITE UTILITIES-NORTH CONTRACT $11,207,382.00 Mobilization/Demobilization $667,303.00 Excavation,Fill and Grading $2,053,419.00 Site Utilities $1,611,225.00 Bituminous Paving $778,443.00 Concrete Curbs,Sidewalks and Paving $571,927.00 Landscaping $642,868.00 Baseball/Softball Fields(2) $421,290.00 Soccer/Multipurpose Field 1-Base Bid $236,495.00 Soccer/Multipurpose Field 2-Base Bid $236,495.00 Soccer/Multipurpose Field 3-Base Bid $236,495.00 Soccer/Multipurpose Field 4-Base Bid $236,495.00 Irrigation $312,364.00 Site Furnishings $137,419.00 Site Signage $163,991.00 Lightning Warning System $131,871.00 Site Electrical $659,353.00 Site Lighting-Sports Field Lighting $1,318,705.00 Site Lighting-Parking Lot Lighting $395,612.00 Site Lighting-Roadway Lighting $197,806.00 Site Lighting-Pathway Lighting $197,806.00 4 BUILDING 4-NORTH CONCESSIONS $1,315,364.00 DIVISION 01-GENERAL CONDITIONS $94,679.00 DIVISION 03-CONCRETE $115,843.00 DIVISION 04-MASONRY $98,954.00 DIVISION 06-WOOD,PLASTICS,AND COMPOSITES $125,437.00 DIVISION 07-THERMAL AND MOISTURE PROTECTION $157,189.00 DIVISION 08-OPENINGS $108,456.00 DIVISION 09-FINISHES $100,490.00 DIVISION 10-SPECIALTIES $38,811.00 DIVISION 12-FURNISHINGS $61,039.00 DIVISION 22-PLUMBING $109,327.00 DIVISION 23-HVAC $93,709.00 DIVISION 26-ELECTRICAL $197,806.00 DIVISION 28-ELECTRONIC SAFETY AND SECURITY $13,187.00 DIVISION 31-EARTHWORK 31-2030&31-2040 $437.00 5 BULDING TYPE 5-PICNIC PAVILIONS-NORTH CONTRACT $683,440.00 Picnic Pavilion 501 $68,344.00 Picnic Pavilion 502 $68,344.00 Picnic Pavilion 503 $68,344.00 Picnic Pavilion 504 $68,344.00 Picnic Pavilion 505 $68,344.00 Picnic Pavilion 510 $68,344.00 Picnic Pavilion 511 $68,344.00 Picnic Pavilion 512 $68,344.00 Picnic Pavilion 513 $68,344.00 Picnic Pavilion 514 $68,344.00 1 of 5 CA? 110 9 BASEBALL FIELD SHADE SAILS $148,402.00 $148,402.00 Shade Structure foundations,structure and fabric complete BASEBALL FIELD STRUCTURES-NORTH CONTRACT $290,481.00 $290,481.00 Fences,backstops,batting cages&bullpens MISC.PARK STRUCTURES-NORTH CONTRACT $760,141.00 Dumpster/Material Bid -Baseball Field 1 $38,601.00 Dumpster/Material Bid-Baseball Field 2 $37,936.00 Misc.Other Structures $683,604.00 OWNER'S ALLOWANCE $1,200,000 NORTH CONTRACT SITE+BUILDINGS+OWNERS ALLOWANCE=TOTAL BASE BID: $15,605,210.00 ALTERNATE#1-ARTIFICIAL TURF FIELD COMPLETE IN LIEU OF NATURAL SOD FIELD-COST PER FIELD Alternate for Artificial Turf per Soccer/Multipurpose Field,including fill 1 for grading,sub-base,finish base,drainage system,and artificial turf PER FIELD system complete in lieu of natural sod.Price per field $488,501.00 *County may elect to select the Alternate in lieu of one or more of the 4 identified Soccer/Multipurpose Field Base Bid locations. 2 of 5 110 SOUTH CONTRACT CONSTRUCTION SITE SITEWORK&SITE UTILITIES-SOUTH CONTRACT $10,175,347.00 Mobilization/Demobilization $612,296.00 Excavation,Fill and Grading $1,802,257.00 Site Utilities $2,481,187.00 Bituminous Paving $805,613.00 Concrete Curbs,Sidewalks and Paving $320,159.00 Water Feature $171,987.00 Landscaping $820,776.00 Irrigation $679,950.00 Site Furnishings $273,136.00 Site Signage $163,991.00 Lightning Warning System $131,871.00 Site Electrical $659,353.00 Site Lighting-Sports Field Lighting $461,547.00 Site Lighting-Parking Lot Lighting $395,612.00 Site Lighting-Roadway Lighting $197,806.00 Site Lighting-Pathway Lighting $197,806.00 1 BUILDING 1-COMMUNITY CENTER $4,095,813.00 DIVISION 01-GENERAL CONDITIONS $41,636.00 DIVISION 03-CONCRETE $304,499.00 DIVISION 04-MASONRY $210,475.00 DIVISION 05-METALS $377,180.00 DIVISION 06-WOOD,PLASTICS,AND COMPOSITES $387,238.00 DIVISION 07-THERMAL AND MOISTURE PROTECTION $405,403.00 DIVISION 08-OPENINGS $319,258.00 DIVISION 09-FINISHES $694,146.00 DIVISION 10-SPECIALTIES $71,609.00 DIVISION 12-FURNISHINGS $174,009.00 DIVISION 13-SPECIAL CONSTRUCTION $0.00 DIVISION 21-FIRE SUPPRESSION $107,108.00 DIVISION 22-PLUMBING $163,991.00 DIVISION 23-HVAC $377,394.00 DIVISION 25-BUILDING AUTOMATION SYSTEM $39,445.00 DIVISION 26-ELECTRICAL $329,676.00 DIVISION 28-ELECTRONIC SAFETY AND SECURITY $92,309.00 DIVISION 31-EARTHWORK 31-2030&31-2040 $437.00 2 BUILDING 2-MAINTENANCE BUILDING $1,100,717.00 DIVISION 01-GENERAL CONDITIONS $41,636.00 DIVISION 03-CONCRETE $78,838.00 DIVISION 04-MASONRY $93,230.00 DIVISION 05-METALS $10,933.00 DIVISION 06-WOOD,PLASTICS,AND COMPOSITES $107,321.00 DIVISION 07-THERMAL AND MOISTURE PROTECTION $143,386.00 DIVISION 08-OPENINGS $178,826.00 DIVISION 09-FINISHES $117,523.00 DIVISION 10-SPECIALTIES $8,200.00 DIVISION 12-FURNISHINGS $61,039.00 DIVISION 22-PLUMBING $54,664.00 DIVISION 23-HVAC $92,594.00 DIVISION 26-ELECTRICAL $98,903.00 DIVISION 28-ELECTRONIC SAFETY AND SECURITY $13,187.00 DIVISION 31-EARTHWORK 31-2030&31-2040 $437.00 3 of 5 110 3 BUILDING 3-SOUTH CONCESSIONS $935,260.00 DIVISION 01-GENERAL CONDITIONS $41,636.00 DIVISION 03-CONCRETE $32,973.00 DIVISION 04-MASONRY $89,837.00 DIVISION 06-WOOD,PLASTICS,AND COMPOSITES $102,210.00 DIVISION 07-THERMAL AND MOISTURE PROTECTION $123,307.00 DIVISION 08-OPENINGS $67,804.00 DIVISION 09-FINISHES $163,000.00 DIVISION 10-SPECIALTIES $11,479.00 DIVISION 12-FURNISHINGS $54,664.00 DIVISION 22-PLUMBING $54,664.00 DIVISION 23-HVAC $81,159.00 DIVISION 26-ELECTRICAL $98,903.00 DIVISION 28-ELECTRONIC SAFETY AND SECURITY $13,187.00 DIVISION 31-EARTHWORK 31-2030&31-2040 $437.00 5 BUILDING TYPE 5-PICNIC PAVILIONS-SOUTH CONTRACT $288,016.00 Picnic Pavilion 506 $72,004.00 Picnic Pavilion 507 $72,004.00 Picnic Pavilion 508 $72,004.00 Picnic Pavilion 509 $72,004.00 6 BUILDING 6-AQUATIC CENTER $1,980,927.00 DIVISION 01-GENERAL CONDITIONS $41,636.00 DIVISION 03-CONCRETE $112,394.00 DIVISION 04-MASONRY $161,767.00 DIVISION 05-METALS $5,466.00 DIVISION 06-WOOD,PLASTICS,AND COMPOSITES $158,928.00 DIVISION 07-THERMAL AND MOISTURE PROTECTION $46,028.00 DIVISION 08-OPENINGS $119,502.00 DIVISION 09-FINISHES $331,720.00 DIVISION 10-SPECIALTIES $54,664.00 DIVISION 12-FURNISHINGS $61,039.00 DIVISION 21-FIRE SUPPRESSION $0.00 DIVISION 22-PLUMBING $109,327.00 DIVISION 23-HVAC $128,404.00 DIVISION 26-ELECTRICAL $197,806.00 DIVISION 28-ELECTRONIC SAFETY AND SECURITY $13,187.00 DIVISION 31-EARTHWORK 31-2030&31-2040 $437.00 DIVISION 32-32-1316,32-3113,32-3120 $438,622.00 7 BUILDING 7-POOL EQUIPMENT BUILDING $1,021,483.00 DIVISION 01-GENERAL CONDITIONS $41,636.00 DIVISION 03-CONCRETE $43,372.00 DIVISION 04-MASONRY $43,692.00 DIVISION 05-METALS $5,466.00 DIVISION 06-WOOD,PLASTICS,AND COMPOSITES $84,184.00 DIVISION 07-THERMAL AND MOISTURE PROTECTION $90,798.00 DIVISION 08-OPENINGS $29,596.00 DIVISION 09-FINISHES $140,258.00 DIVISION 10-SPECIALTIES $11,479.00 DIVISION 21-FIRE SUPPRESSION $24,973.00 DIVISION 22-PLUMBING $54,664.00 DIVISION 23-HVAC $77,645.00 DIVISION 26-ELECTRICAL $98,903.00 DIVISION 28-ELECTRONIC SAFETY AND SECURITY $13,187.00 DIVISION 31-EARTHWORK 31-2030&31-2040 $437.00 DIVISION 32-EXT IMPROVEMENTS-32-3113&32-3120 $261,193.00 4 of 5 1 1 a 8 BUILDING 8-POOL PAVILION $181,163.00 $181,163.00 9 POOL SHADE SAILS $196,166.00 $196,166.00 Shade Structure foundations,structure and fabric complete PLAYGROUND $1,156,994.00 $1,156,994.00 10,11,12,13 POOL,POOL DECK AND POOL EQUIPMENT $4,861,151.00 Lap Pool $1,202,120.00 Family Pool $690,493.00 Kiddie Pool $115,035.00 Water Slide Feature $1,097,567.00 Pool Piping and Equipment $1,341,495.00 Pool Deck $414,441.00 COURT STRUCTURES $429,021.00 Tennis Courts $139,898.00 Pickleball Courts $181,083.00 Basketball Courts $108,040.00 MISC.PARK STRUCTURES-NORTH CONTRACT $161,184.00 Dumpster/Material Bid-Maintenance Yard $39,921.00 Misc.Other Structures $121,263.00 OWNER'S ALLOWANCE $2,500,000.00 SOUTH CONTRACT SITE+BUILDINGS+OWNERS ALLOWANCE=TOTAL BASE BID: $29,083,242.00 ALTERNATE TO PROVIDE CREDIT IF BOTH NORTH CONTRACT ALTERNATE#2 AND SOUTH CONTRACT ARE AWARDED THET THE SAME CONTRACTOR Provide credit if both North Contract and South Contract are awarded to 2 the same contractor(if applicable). DEDUCT: ($600,000.00) (Note:Alternate 2 credit applies to the total of both the'North Contract plus South Contract,if applicable) CONTRACT TOTAL AS AWARDED NORTH CONTRACT $15,605,210 ALTERNATE#1-Based on Two Fields-First Field $488,501 ALTERNATE#1-Based on Two Fields-Second Field $488,501 SOUTH CONTRACT $29,083,242 CREDIT FOR AWARD OF NORTH CONTRACT+SOUTH CONTRACT TO SAME BIDDER ($600,000) TOTAL CONTRACT VALUE: $45,065,454 5 of S 110 EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM (FOLLOWING THIS PAGE) 9 Construction Services Agreement:Revised 072118 Page 1 of 2 11 D Email: jimflanagan@colliergov.net Cv e, County Telephone: (239)252-8946 Administrative Services Division Purchasing ADDENDUM #1 Memorandum Date: July 12, 2019 From: Jim Flanagan, Procurement Strategist To: Interested Parties Subject: Addendum #1 — 19-7615 Construction of Big Corkscrew Island Regional Park- Bid This addendum has been issued for the following items identifying changes, deletions, or additions to the original solicitation document and bid schedule for the subject solicitation. Changes and additions are identified with an underline and deletions have a strike-through. ➢ Exhibit I—Contractors Qualifications— o The language for Contractors Qualifications as indicated on Exhibit I—Scope of Work Outline as well as Form 5—Contractor References as found in the Solicitation document has been revised per attached 19- 7615—Addendum#1 -Exhibit I—Scope of Work Outline r3 o Attached: 19-7615 —Addendum#1 -Exhibit I—Scope of Work Outline r3 Y Additional work is hereby incorporated into the project to provide for installation of FPL service conduit o Contractor shall be responsible for installation of FPL conduits which are not depicted on the conduit plan. The preliminary FPL layout is included with this Addendum. It is to be assumed one trench is needed except for crossings of NESA mains which will require directional boring. The trench shall have two(2) conduits of various sizes. The conduits shall be provided by FPL with the contractor responsible for pick up at the FPL yard in Ft Myers yard at 15834 Winkler Rd. • FPL is strict about their hours of pickup, Mon-Fri from 10-12pm, or 1-2:30pm. • Please proceed to the large building, at rear of property, with garage style doors. Ask for Stores Personnel. o Attached: 19-7615—Addendum#1 - FPL Conduit plan/sections Additional work is hereby incorporated into the project to provide for fencing separating North Contract from South Contract o Bidders for the North Contract shall provide a 6' temporary chain-link fence with along the North Contract/South Contract limit of work line. o Bidders for the South Contract shall remove temporary fence upon completion of the South Contract work. > Attached: Revised Bid Schedule- 19-7615—Addendum#1 - Bid Schedule(rl) y Attached: 19-7615—BID FORM 5—CONTRACTORS REFERENCES-revised D Attached: 19-7615 -Addendum#1 -Pre-bid Meeting Minutes and Sign-in sheets ➢ Added Spec Sections as follows: o 19-7615 - Addendum#1 -01311 -SCHEDULES AND REPORTS o 19-7615 -Addendum#1 - 01505 -MOBILIZATION-SITE PREPARATION AND DEMOBILIZATION o 19-7615 - Addendum#1 -01510 TEMPORARY UTILITIES o 19-7615 -Addendum #1 -01530-PROTECTION OF EXISTING FACILITIES o 19-7615 -Addendum #1 -01 560 TEMPORARY CONTROLS o 19-7615 -Addendum#1 -01590- CONTRACTOR'S FIELD OFFICE o 19-7615 -Addendum #1 -01.720-PROJECT RECORD DOCUMENTS o 19-7615 -Addendum#1 - 32 18 24 - SYNTHETIC TURF PLAYING FIELD SURFACING Page2of2 110 Added Drawing as follows o 19-7615 - Addendum#1 -Dwg-Playground.Cover Sheet ■ Correcting Florida Building Code Reference A second Non-mandatory Pre-Bid Meeting is scheduled for August 8, 2019 at 10:00 am Please acknowledge receipt of this Addendum with your bid proposal. f SignafCre Andrew Lindsay Astra Construction Services, LLC Bidder If you require additional information, please post a question on the Online Bidding site or contact me using the above contact information. CAO 110 Page 1 of 2 Email: jimflanagan@colliergov.net co Te'' Cvu:»:ty Telephone: (239) 252-8946 Administrative Services Division Purchasing ADDENDUM #2 Memorandum Date: July 25, 2019 From: Jim Flanagan, Procurement Strategist To: Interested Parties Subject: Addendum #2— 19-7615 Construction of Big Corkscrew Island Regional Park- Bid This addendum has been issued for the following items identifying changes, deletions, or additions to the original solicitation document and bid schedule for the subject solicitation. Changes and additions are identified with an underline and deletions have a strike-through. FILL DIRT AVAILABILITY—AT BIDDER'S DISCRETION ➢ The Owner/Agent of the Orange Blossom III Development nearby the Big Corkscrew Island Regional Park site is making fill material available to Collier County for use at the Big Corkscrew Island Regional Park project. As such, Contractors bidding the Big Corkscrew Island Regional Park have an opportunity to acquire fill material directly from the Owner/Agent of the Orange Blossom III Development. The terms and conditions are outlined below as in the attached Memorandum and attached Exhibits. Interested Contractors are to make arrangement directly with the developer. All fill material shall be based on the Contractor's own determination, assessment, and consideration of their need of fill for the project. The Contractor shall include any necessary preparation, means and methods to ensure appropriate access and accessway which may be required. The Contractor shall arrange and make payment directly to The Owner/Agent of the Orange Blossom Ill Development. - Land Owner will have up to 50,000 cubic yards of material made available to the County's selected contractor for BCIRP Phase 1 by September 30, 2019. - Material will be available for $6.00 per cubic yard stockpiled on the Orange Blossom property in accordance with Exhibit A. Buyer to provide loading and trucking in bulk. - Material may be delivered by seller to the BCIRP site for $9.00 per cubic yard in accordance with Exhibit B. Seller to haul and dump loads only. Buyer to ensure there are on-site stabilized haul routes and on-site route is NDPES compliant. - County's contractor(s) to discuss means and methods with Land Owner. - Material to be removed from Land Owner's property no later than December 31, 2019. Bidders/Contractors would have the option of purchasing this material directly from the developer, but the County would not be requiring the Bidders/Contractors to do so. Any resulting agreement would be solely between the Bidder/Contractor and Developer and us such outside of the County's purview. Attached: 19-7615—Addendum #2— Barraco Memorandum dated 07-17-19 with attached Exhibit A/B/C/D Page 2 of 2 11 D CONDUIT PLAN referenced in Addendum #1 Attached: 19-7615—Addendum#2 - FPL Conduit Plan —WR_862-32515_11x1 UG a (note: this document was referenced in Addendum#1 and inadvertently not attached) REVISIONS TO PAVING GRADING, AND DRAINAGE PLANS, AND UTILITY PLANS AND PLAN AND PROFILE PLANS y Attached: 19-7615—Addendum#2 — Exhibit M —Dwgs — Revised — CCU215-SS(Const-R1)- 07.24.19 o Plans revised to reflect coordination of NESA infrastructure, as follows: • Sheet 1 of 67 • Sheet 14 of 67 • Sheet 15 of 67 • Sheet 16 of 67 • Sheet 17 of 67 • Sheet 19 of 67 • Sheet 25 of 67 • Sheet 26 of 67 • Sheet 29 of 67 • Sheet 30 of 67 • Sheet 32 of 67 • Sheet 33 of 67 SECOND NON-MANDATORY PRE-BID MEETING A second Non-mandatory Pre-Bid Meeting is scheduled for August 8, 2019 at 10:00 am at Collier County Procurement Services Conference Room A, 3295 Tamiami Trail East, Bldg. C2, Naples FL 34112. This meeting is to provide a final opportunity for bidders to raise questions in advance of bid due date. Attendance is not mandatory or required. Minutes and sign-in sheets will be posted following the meeting. Please acknowledge receipt of this Addendum with your bid proposal. Signature Andrew Lindsay Astra Construction Services, LLC Bidder If you require additional information, please post a question on the Online Bidding site or contact me using the above contact information. CAO Page 1 or 2 11 Email: jimflanagan©colliergov,net Co ler County Telephone: (239) 252-8946 Administrative Services Division Purchasing ADDENDUM#3 Memorandum Date: August 7, 2019 From: Jim Flanagan, Procurement Strategist To: Interested Parties Subject: Addendum #3 — 19-7615 Construction of Big Corkscrew Island Regional Park - Bid This addendum has been issued for the following items identifying changes, deletions, or additions to the original solicitation document and bid schedule for the subject solicitation. Changes and additions are identified with an underline and deletions have a strike-through. BID DUE DATE HAS BEEN EXTENDED TO AUGUST 27,2019 at 3:00 pm CHANGES TO SCOPE AND DOCUMENTS: Regarding Artificial Turf Fields, the Owner's desire is to have two of the four Multipurpose/Soccer fields with Artificial Turf, and two with natural grass. • Regarding the Multi-purpose playing fields and the baseball fields, underground conduit should not cross the playing field surface. This is to accommodate the potential for future conversions of natural grass surfaces to artificial turf systems, should the Owner desire such at sometime in the future. At the southeast terminus of the drainage pipes the previous drainage plans called out 12" rip-rap as indicated and referenced on Drawing 19 of 67, and details 10 and 11/Drawing 45 of 67. The call out has been modified/revised to reference FDOT Specification 530, which provides for similar rip-rap treatment. Contractors to follow FDOT Specification 530 for this area. o 19-7615—Addendum #3— Rip rap location call out sketch, attached `r Sports Field Lighting: Attached revisions and supplemental information pertaining to Sports Field Lighting: o 19-7615 -Addendum #3 - Specifications - 26-56-68 Exterior Athletic Lighting • Bid Questions deadline has been extended to August 16, 2019, at close of business (5:00 pry). All posted questions that are not answered as of this date will be answered no later than August 20, Bid Questions and Answers are hereby made part of the bid. 1113 Page 2of2 REMINDER: SECOND NON-MANDATORY PRE-BID MEETING A second Non-mandatory Pre-Bid Meeting is scheduled for August 8, 2019 at 10:00 am at Collier County Procurement Services Conference Room A, 3295 Tamiami Trail East, Bldg. C2, Naples FL 34112. This meeting is to provide a final opportunity for bidders to raise questions in advance of bid due date. Attendance is not mandatory or required. Minutes and sign-in sheets will be posted following the meeting. Please acknowledge receipt of this Addendum with your bid proposal. Signature Andrew Lindsay Astra Construction Services, LLC Bidder If you require additional information, please post a question on the Online Bidding site or contact me using the above contact infonnation. Page 1 of 2 111:1 Email: jimflanagan@colliergov.net Co 1CY County Telephone: (239)252-8946 Adm nistrative Services Division Purchasing ADDENDUM#4 Memorandum Date: August 15, 2019 From: Jim Flanagan, Procurement Strategist To: Interested Parties Subject: Addendum #4 — 19-7615 Construction of Big Corkscrew Island Regional Park - Bid This addendum has been issued for the following items identifying changes, deletions, or additions to the original solicitation document and bid schedule for the subject solicitation. Changes and additions are identified with an underline and deletions have a strike-through. CHANGES TO SCOPE AND DOCUMENTS: r This Addendum contains mandatory modifications to the Contract Documents and shall be considered part thereof. Bidders shall examine all addendum plans and specs for additional information. The following documents are revised and re-issued: • SPECIFICATIONS 08 8040 Glazing Schedule; Revised Interior Glazing specifications 08 3113 Access Doors and Frames: Added part 1.2. A.2. 08 3323 Overhead Coiling Doors: Revised specifications 08 3326 Overhead Coiling Security Grilles: Added coiling shutter 08 7140 Door Hardware Schedule: Added smoke door hardware 13 1000 Swimming Pool: Delete Part 1.01. C. (not attached) ✓ DRAWINGS A 1.0.2 Building 1, Life Safety Plan, added smoke partitions A 1.4.1 Door Schedule and Elevations; revised for smoke doors A 1.4.2 Window Schedule; revised for 20 min. rated windows. A 1.4.3 Add Detail #2 and revised Finish Schedule for smoke ceilings A 1.3.5 Wall Sections revised for smoke control A 1.3.7 Same A 1.3.8 Same A 1.3.9 Same A 1.3.11 Same A 1.3.12 Same T 0.0.1 Technology Site Plan deleted T. 0.0.2 Technology Site Plan added; Pole-mounted camera added T. 0.0.3 Technology Site Plan added; Larger scale plan FP 1.0.1 Fire Protection Sheet; notes revised FP 7.0.1 Fire Protection Sheet; notes revised P 7.1.1 Plumbing Plan; Modified Chemical floor drain 1113 Page 2 of 2 FA 1.1.1 Fire Alarm Notes and Riser: Added devices & requirements FA 1.2.1 Fire Alarm Plan: Added devices and requirements FA 2.1.1 Fire Alarm Notes and Riser: Added devices & requirements FA 2.2.1 Fire Alarm Plan: Added devices and requirements NOTE TO BIDDERS: When submitting your bid, please follow the Bidders Checklist Form 13, and be sure you have included in your upload document all the documents indicated, including the completed Bid Schedule, Bid Bond, all Bid Forms of the Solicitation Document (Forms 1 through 13), and signed Addendums. Ensure you have provided references per Form 5—use additional pages if necessary. Ensure all your documents are competed and signed. Confirm that your upload document includes all of these items and that nothing has been left out. ➢ Bid Questions close August 16, 2019, at close of business (5:00 pm). All posted questions that are not answered as of this date will be answered no later than August 20. Bid Questions and Answers are hereby made part of the bid. • Please acknowledge receipt of this Addendum with your bid proposal. r ,N Sign tyre Andrewtindsay Astra Construction Services, LLC Bidder If you require additional information, please post a question on the Online Bidding site or contact me using the above contact information. 110 Page 1 of 2 Email: jimflanagan@colliergov.net Colter County Telephone: (239) 252-8946 Administrative Services Division Purchasir'g ADDENDUM #5 Memorandum Date: August 21, 2019 From: Jim Flanagan, Procurement Strategist To: Interested Parties Subject: Addendum #5— 19-7615 Construction of Big Corkscrew Island Regional Park- Bid This addendum has been issued for the following items identifying changes, deletions, or additions to the original solicitation document and bid schedule for the subject solicitation. Changes and additions are identified with an underline and deletions have a strike-through. • 19-7615—Addendum #5 -Appendix A Color and Material Schedule is revised and re-issued (attached) 09-6519 - RESILIENT PLANK FLOORING Material: Armstrong Commercial Flooring "Diamond 10" or approved equal Product: 'Natural Creations Arbor Art' Warranty: Not less than 20 years Thickness, overall: 0.125 in. (3.2 mm) Thickness, wear-layer: Not less than 0.20 in (0.5 mm) Plank Size: Manufacturers standard but not less than 4 x 36 in. Color: Avila Oak, Morrocan Sand NA 190 Design intent is natural clear red oak appearance. • 19-7615 —Addendum #5 — Consolidated Bid Questions and Answers— 08-21-19, attached. Bid Questions closed 08-16-19. All Bid Questions have now been answered. Bid Questions and Answers are hereby incorporated into the bid. v Or-Equal Submittal responses: o PSiSC/Columbia Lockers—Vendor to submit Post-Bid Substitution Request for review. Insufficient info provided. o Rain Bird or Toro irrigation products—Vendor to submit Post-Bid Substitution Request for review. Insufficient info provided. o Qualite Sports Lighting - QLED GameChangerTA4 Lighting System —Approved as or-equal o Fusion XP2 with thatch synthetic turf systems—Astroturf is the Board of County Commissioners approved standardization for artificial turf. As such, Astroturf is the specified manufacturer. o Avalanche Water Slides— Bid Question #32 —Vendor to submit Post-Bid Substitution Request for review. Insufficient info provided. o Modernfold Acousti Seal 932 Folding Panel Partition be considered an equal to Hufcor Model 632, — Bid Question #45 — 50 STC for this product does not meet the specification, and therefore not an equal. CAC; 110 Page 2 of 2 19-7615 - Addendum #5— 08-08-19 Pre-bid Meeting #2 Meeting Minutes and Sign-in Sheets, attached. REMINDER TO BIDDERS: When submitting your bid, please follow the Bidders Checklist Form 13, and be sure you have included in your upload document all the documents indicated, including the completed Bid Schedule, Bid Bond, all Bid Forms of the Solicitation Document (Forms 1 through 13), and signed Addendums. Ensure you have provided references per Form 5— use additional pages if necessary. Ensure all your documents are competed and signed. Confirm that your upload document includes all of these items and that nothing has been left out. Please acknowledge receipt of this Addendum with your bid proposal. . ; f � -- Signature A1idrew Lindsay President Astra Construction Services, LLC Bidder If you require additional information,please post a question on the Online Bidding site or contact me using the above contact information. 11Ci FORM 1-BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY,FLORIDA Construction of Big Corkscrew Island Regional Park Bid BID NO.19-7615 Full Name of Bidder Astra Construction Services, LLC Main Business Address 300 Churchill Court, Woodstock, GA 30188 Place of Business 5404 Hoover Blvd, Suite 4, Tampa, FL 33634 Telephone No. 770-992-9300 Fax No. 678494-3601 State Contractor's License# CGC1524910 State of Florida Certificate of Authority Document Number M16000003699 Federal Tax Identification Number 47-2102240 DUNS# 080176853 CCR# Cage Code 7V4W6 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA (hereinafter called the Owner). The undersigned,as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work,the proposed form of Agreement and all other Contract Documents and Bonds,and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract,and to do all other things required of the Contractor by the Contract Documents,and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points,and in the case where further decimal points are inadvertently provided,rounding to two decimal points will be conducted by Procurement Services Division staff. CAO, 110 FORM 2-CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Construction of Big Corkscrew Island Regional Park Bid Bid No, 19-7615 Name Personnel Category Paul Deitz Construction Superintendent(s) Resume appears on following page. David Pabor Project Manager(s) Resume appears on following page. CAo 110 FORM 3-MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON-RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications, including compliance with Florida Statute 255.20 to provide lumber,timber and other forest products produced and manufactured in the State of Florida as long as the price,fitness and quality are equal. 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: Astra C.onstruetion Servic,.s1IC Signature: Date: 08/26/19 Andrew Lindsay President Section B(Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER . 2. 3. 4. 5. Please insert additional pages as necessary. Company: Signature: __-- Date CAO 11D FORT 14-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 2017-08 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 NORTH CONTRACT SOUTHCONTRACT Subcontractor and Address Subcontractor and Address 1. Sitework&Site Utilities Cougar, Fort Myers, FL Cougar, Fort Myers, FL 2. Landscaping O'Donnell, Estero, FL O'Donnell, Estero, FL 3. Site Lighting Supplier Qualite, Hillsdale, MI Qualite, Hillsdale, MI 4. Site Lighting/Site Electrical F0rti ne E ducal, �tortune Electrical, Ft Nyers, FL Ft Myers, FL 5. Artificial Turf Supplier AstroTurf 6. Artificial Turf Contractor Turf Solutions 7. Concrete Work GBL Group, Naples, FL GBL Group, Naples, FL 8. Masonry Work GBL Group, Naples, FL GBL Group, Naples, FL 9. Carpentry Work&Trusses Waldron, Ft Myers, FL Waldron, Ft Myers, FL 10. Roofing advanced Roof g, Advanced Roofing, Ft I aur1Prdale � Ft I auderdale. FL 1 I. Swimming Pool Contractor Elite Comm rcial, Elite CQmrpprcial, 12. Fire Protection Sarasota, I L Sa�ea, h-L Precision Automated Precision Automated 13. Plumbing Reliable Plumbing Reliable Plumbing 14. 1-IVAC ead I Pad.. 15. Temperature Controls Lead Lead 16. Electrical Fortune EI ctrlcal, �}-o-tune tl ctrlcal, Ft Myers, FL Ft Myers, I-L 17. Identify other subcontractors that represent more than 10%of price or that affect the critical path of the schedule Company: Astra Constr tion Seev:7!V,IC Signature: _ __`' __.__..._._ Date: 08/26/19 Andrew Lindsay President CAO 110 Addendum #1 FORM 5-STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude, scope and complexity completed within the last fifteen(15)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. Historic Fourth Ward Park Atlanta Beltline, Inc. (project name) (project owner) Atlanta. GA 100 Peachtree St NW, Ste 2300, Atlanta, GA 30303 (project location) (Owner's address) Construction of a new 2-acre detention Clyde Higgs, CEO (project description)pond/park (Owner's contact person) (title) 08/2009 to 03/2011 $ 13.7 mill (404) 447-3571 chiggs@atlbeltline.org (project start/completion dates) (contract value) (phone) (email) 2 Rock Springs Park Phase 2 Gwinnett County Parks & Recreation (project name) (project owner) Dac.ula, C,A 75 Langley Drive,_LLwt�_n ifle,. GA_10 6 (project location) (Owner's address) Phase II of the 27.6-acre expansion_ Grant_ nivision nirector, Project Administratior (project description) (Owner's contact person) (title) 05/2016 to 060011 _ $ 11 67 mill (170) 822-8855_ Grant.Guess@gwinnettcounty.com (project start/completion dates) (contract value) (phone) (email) 3. E.E. Robinson / Level Creek Park G nnett_Gounty_P_arks & Recreation.__._...._ (project name) (project owner) Sugar Hill, GA 75 Langley Drive, Lawrenceville, GA 30046 (project location) (Owner's address) Construction of a new 27.6-acre park Grant Guess, Division Director, Project Administratior (project description) (Owner's contact person) (title) 12/2014 to 04/2018 $ 11.67 mill (770) 822-8855 Grant.Guess@gwinnettcounty.com (project start/completion dates) (contract value) (phone) (email) CA() 11D Addendum #1 FORM 5-STATEMENT OF EXPERIENCE OF BIDDER 4. Bell Memorial Park City of Milton (project name) (project owner) 1Vl.iltanr_GA 13000 Deerfield Pkwy_S e 107_, Milton3,0004 (project location) (Owner's address) Rei1.4.v.ation of 6-field park with ancillary Matt Fallstrom, Capital Improvements Manager (project description) buildings/structures (Owner's contact person) (title) 08/7014...to 1..0.12.0.1.5._...... $ 9.89 mill (678) 742-2558 matthew.fallstromca cityofmiltonga.uE (project completion date) (contract value) (phone) (email) 5. Upper Proctor Creek Capacity Relief at Rodney Cook, Sr, Park in Historic Vine City City of Atlanta Department of Watershed Mgmt (project name) (project owner) Atlanta, GA 72 Marietta St, Atlanta, GA (project location) (Owner's address) CM at-Risk services for 13-acre park Cory Rayburn, Watershed Manager II (project description) (Owner's contact person) (title) 10/2018 to 02/20 est $ 23 mill (404) 546-1334 crayburn@atlantaga.gov (project completion date) (contract value) (phone) (email) 6. Rabbit Hill Park Expansion Gwinnett Count' Parks & Recreation (project name) (project owner) Dacula,_GA 75 Langley Drive, Lawrenceville, GA 30046 (project location) (Owner's address) Construction of a new 45-acre park Grant Guess, Division Director, Project Administratior (project description) (Owner's contact person) (title) 09/2011 to June 2013 $ 10.24 mill (770) 822-8855 Grant.Guess@gwinnettcounty.com (project completion date) (contract value) (phone) (email) Company:_..:Astra.C.orts. otl S.e e ILLC Signature: • ,_....._. Date:08/27/19 Andrew Lindsay President 1 10 A ASTRA dear geek Combined ewer Basin Relief at Historic Fourth Ward Park, attanta, , � � �,, a` , „„,, .. * ''ipit2. --- ' I . , 4 '44°-: ,100 ...,, , '^ � s- a. tom' 'r' �a ' a`� -sem _ a g ...tiy ' ' �`. + _ . .”"r r< ilk `9i. � �� � � �� s iwt nye aa �. � 4., g � ��� Baa� �� �� dtr ++kam�.,���;a� � � ,a II I . „,,, „,,,, ,,,,,, ,, ,- A -./.....-„, i , , -:„.. % I-: x ,,:, c. „.,, ,14 itiso'? i .i4g T ,,,,,, I., - Ali e if; ;I* -- ilti--i-t.:, , �,t '" t ., a ..,. y, .,, ... , ,,,,,,...„ , �� !„, , , , , ,, ,., ,,,,,,, .„ .,„...,,,,,,,,,,,,,, - � .... ..' �:e s is „'° a 3 a ,,,s,.... ,, ,„ 1,,,,z ,,, ,:t", 'y :',.,,.L.:_:,,. '' .' Mµn '' ` r .. .. ,.Rr a. d €§F r. '�w.... �a ,a. '7,,. , ,,,,- , ,-- ` E ,,,.,. ,.'w'�. ..ia.,. OWNER REFERENCE �r3 t .� � �� Clyde Higgs,CEO ' Atlanta BettLine,Inc. '! „.,..,„,j s. y ��, (404)477-3648 �.� �. � �a+ kd chiggs@atlbeltline,org ARCHITECT REFERENCE . tilt,It'',,t' c Steve Sheets -,. 1,04047 HDR,Inc, �� `.uta` �� (678)775-4869 a .' �; steve.sheetsca�hdrinc.com R^°, Al PROJECT TEAM j �" Project Executive,Allen Eison ,. Project Manager,Jason Coffel' �� � , ' a' Cost Estimator,Christian Long Superintendent,Steve Ortman Astra worked With •the Air tlanta Beltline, Inc., on the first park project 'No longer witnAstra. on the Atlanta Beltline,Clear Creek is located at Historic Fourth PROJECT COST Ward Park, and construction included a 2-acre detention pond $2.g3 million providing relief to the City of Atlanta's combined sealer system, a 24" COMPLETION DATE tap into the existing g'x g'Clear Creek trunk sewer, the installation July 2010 of nearly 1,000 LF 6'x 3'box culvert, re routing and reconstructing ' If) city streets, elevated Walkways, extensive stone Walls,Water features, exposed aggregate hardscapes, decorative railings,site lighting,we plantings and landscaping. 110 A ASTRA As4 awl- Pock Springs Parr Piasx2 pansic'n Dacula, GA . Tr ;te -n +br s '''. '''' 'I '''-4.,!°''''', t x rr vi as ,�rf. „it''F4t.Lt4,' :0, •,, 4 t °� , ,I. .,.,..„,. 4W-If4'11'-',''''''''',;:l.'%,"' ,s7r!fl*I??...::''''',,,,' . ! * � a �f A +11pp sEr 4 � '..,...7:47,,,r,',',.-' � i t r a . :tea � "`€` _ ,11 „fly Afr�, ,fir ,7„,,:-r 7. '� +Ykx x ^ sT « nr° k ri 4.` 'I'' .. i aA OWNER REFERENCE ? ." Grant Guess r`` ',10'''''''., '� Director, Parks and Recreation (770)822 8000 grant.guess@gwinnettEcoNucnEty.com "' ARCHITECT REFERENCE Dave Blackley(now\xlith BIOME , Projects) rr.�4 1 - . McFarland D er and Associates(MDA) (404)455-5576 # _" daveblackleybiomeprojects.com PROJECT TEAM Project Executive/Director,Allen Eison Project Manager,Preston York r Superintendent,JerryRoss : .v ,ai,r �u^ �� .:. � 44414;1-tii i. Cost Estimator,Christian Long I PROJECT COST Phase II of the 27.6-acre expansion of Rock Springs Park includes a three(3)-field soccer complex with lighted fields and concession $5.96 million restroom building with 34o new parking spaces.The new park also COMPLETION DATE includes a lighted dog park, a new park entrance, connections to an June 2017 existing Walking trail and a new 11,600SF playground. 110 A ASTRA .E. Robinson Park (I-evel Creek} Sugar Hill, GA r - r' f! , f,,,,,,,, 4,1i;t1;41491t...;",,,,I,,,)i..: , , $ . , ,-.1.4 ' `",..004" `4.4,;•11'14, t ,,e i m .�° ...,....."'..:,*/;,...?)..4.4,,,..„, ,,,, _,,,,i, .,,,. , , 'il n dkf �sF "TA'P ,.... ... .,„:„:,,,i,,,..;",,.:a,,,,„.„,„,....,,. e.,:v.:. „, .,„„,„,,s,.. ,,,„..........,,....4,..:„...,1:„ ...„.„,z„..1.,.,.,14e,,,,,,..,,,,,,,..,.;f,,,,,,..4;,,,,, ',,",-, ,:e .'.;,.'1',.. i.',',.,,,,,:,,,,:**.- ---:-.....-,,"'''., t''.'"" ,4 • aa m: wx a, '� "'��f' ,� ��; , ro,t,;its �: %t+ � �.0"" �. ems` as � ° OWNER REFERENCE 4 ' Grant Guess te Gwinnett County Parks&Recreation (770)822 8000 i.f rant. uessigwinnettcount comp `" ARCHITECT REFERENCE , '' Dave Blackley,ASLA,LEED AP(now f with BIOME Projects) -, � �� „_ A 4 ; = ,"f a# .+ .a,� %T6 °a4.' i &a§ McFarland D er and Associates(MDA) # *a r r (404)455-558 � , r two I daveblackleyabiomeprojects,com "` r ""` PROJECT TEAM Project Executive/Director,Allen Eison ° Project Manager,Shaven Springston Superintendent, Randy Cash Cost Estimator,Christian Long PROJECT COST Construction of a new 27.6-acre park with amulti-purpose, sii.67 minion synthetic turf athletic field, 1,300 SF concession/restrooms, COMPLETION DATE 14,00o SF playground, 5,000 SF interactive foundation With shade April2018 structure, open play lawn, 60-foot pavilion, restroom building, pedestrian bridge entrance, tennis courts, walking trail, and all associated drainage, retaining walls,erosion control, etc. CAO 110 A AST RA Boli Memorial. Park Milton, GA ax» , 4 � - F ' '''', •,'," " , ,,,' , \ , z � ;� „.‘,,,,•• a "', .c t OWNER REFERENCE r I '< "` ` " 0 r � Matt Fallstrom .� l•R , " 3 2?'.:,- < as City of Mi(ton 6 (678)242-2558 ^ . �° matthew fallstromacityofmittonga.us ARCHITECT REFERENCE ,, Anthony Pappas ,,c „, �� a * Foresite Group *e (770)368- 399 0.a� apappas'a fg-inc.net r, _ .., PROJECT TEAM i „ .' Project Executive/Director,Allen Eison r� ;4 A ` � - � ', -... .,, Project Manager,Shawn Springston ` , ' Superintendent,Paul Deitz Cost Estimator,Christian Long Astra constructed this project by first demolishing the existing PROJECT COST facilities and rebuilding six(6) irrigated and lighted playing Sy 8g million fields including one(1)natural turf and two(2)artificial fields, a COMPLETION DATE concessions building, a maintenance building,accessory structures, a playground and all associated infrastructure.The project also October 2015 involved vegetated green infrastructure including rain gardens, bio- retention cells and bio-swales. 110 A ASTtA Upper Proctor Creek Capacity F�eief at Roche Cook, Sr Park, Atlanta, GA 4 -s+^ ��R - :.:1:4: ' ' '*7-r--,,,,,„.„, .. .._'..„.,„.,,,._, »r:—...Pr ' a a Wi;! ,qE� M g(i � s ..„.„7„....„.„,, ..__ ,,, .„„,, .. ., „ . ,-,,.,. —, ..,4,4,..44,.4„-::,,r.,„i„,;,,,,,,,,m,....,„..., ... *.,.,,,101.„,,, _-.,..„.,-. .,,,,,,7:',...71.'!"-t77,,,L. ,.7,,,7,„„1,744,,t,,,,;":',.,,,:...1„4„,..*14,,,,,c;,...,:,;,,,,:.:‘'',-----.:,,..4:::,'/i.e,..„...,.,,;i:',',...7,..,,,,,,,4, .._ i.,. .. .., ...... ,, ,,,,,,. ,.., , ,,., ,..., _ .._.,...„.....„,„ „ .,, ._ ..„÷ , , , ,, .4.„....„ ,. „..,.....„ , , -,..;,,. ,,, , ,. -- , . ., . , .... .. .A.4.4 ,,, „ihoo.,, a:�,. . OWNER REFERENCE Cory Rayburn * City of Atlanta Department of , Pol;'�� Watershed Management - (4e4)546-1334 " g �. � crayburntatlantaga,gov r j °^ ARCHITECT REFERENCE ) Susan major � JP2 (4047 979 330a , am • smajor�pradgroup.com PROJECT TEAM �,r; Project Executive,Director,Allen Eison Construction Mana ement at-Risk services for U er Proctor Creek Project Managers,Tracy Lettsome g pP McNeill,Jose Hasbun and Samir Patel Capacity Relief Rodney Cook, Sr, Parkin Historic Vine City. Pre Superintendent,Geory Cox construction services include providing a storm Water detention/ Cost Estimator,Christian Long retention facility consisting of a pond,water quality features, storm Assistant Project Manager.Nazanin drain pipelines, sidewalks and roadway improvements. The pond Ashori COST will be located at the Rodney Cook Sr, Park site in Historic Vine City between Joseph E. Boone Boulevard,Walnut Street, Thurmond $23 million Street and Elm Street.The Project will address the combined sewer COMPLETION DATE system capacity relief for the Mineral Springs and Beckwith Street February 2020 est. Trunks by collecting surface water runoff and redirecting the flow away from the combined sewer system. _ . _ CA 1 1 a ' A ASTRA Rabbit Hill Park Expansion Oscula, GA « " - _ ...,,,,,,„...,z '� rah " r8 ' .. fi +e..- '" - :- , 7,,,,:- ;,-- 4,1.,„"'/' %,„2,,' '-:'''''.4:4'. '-.97-:1,.. 74..., or .. ...,..,,„,,,..........,,,,__ ,,,.... ..,_ ,...., „. , . ,,,,, ; 4., _. „.„..., - -. ;,„:;„,.. _.;- . - ...,„ , . .. - -...., ,. ..,,1„,,,,,, : , (C. 4 3' + .. T'orf'.,,,,,„„,-_,... . . ..,,,A1,:!- wY< .44 . . , , ,_ A, ,, 'ter", �,, m _ io*m ,rte '' • 'mss _. E M _ - 4 ► a, `d OWNER REFERENCE ter. Grant Guess Director,Parks and Recreation (770)822-8000 grant.guessagwinnettcounty.com a :_ r 4 `--' ARCHITECT REFERENCE "c ", ' " Whit Alexander E % ' Lose&Associates x (770)338-°017 x vualexander@Loseassoc.com � PROJECT TEAM ‘- Project Executive/Director,Allen Eison a Project Manager,Josh Baxter' ‘4. Superintendent,Paul Deitz cost Estimator,Christian Long No longer with Astra General contractor for a lighted multi use athletic field, tWo PROJECT COST soccer fields, seven lighted baseball fields, and an artificial turf 510.24 million football field With asphalt track,as well badminton, basketball and COMPLETION DATE volleyball courts for GWinnett County at Rabbit Hilt Park. in addition, bine 2013 Astra created asix-acre lake, so open pavilions and buildings for restrooms and concessions. Site work included an irrigation pump, sanitary sewer and utilities. 110 ASTRA Recent, Relevant Experience A complete list of all relevant work within the last five (5) years, including owner reference contact names and telephone numbers. Required ContractActual Owner Name,Address/Contactl Project Name Completion Amount Date Completion Telephone Port of Savannah Georgia Ports Authority, PO Box International Multi Modal $67.45 June 2021 June 2021 2406, Savannah, GA 31402, Connector, Package million est est Christopher Novack, PE, (912) 3 Rail Infrastructure, Savannah, GA 964-3922 North Oconee River Athens-Clarke County Unified Greenway East Campus $3.16 million Oct 2019 est Oct 2019 est Government, P.O. Box 1868 Connector, Athens, GA Athens, GA 30603, Derek Doster, (706) 613-3025 Hapeville Rail Facilities, City of Hapeville, 3474 N. Fulton Hapeville, GA $3.03 million Aug 2019 est Aug 2019 est Avenue, Hapeville, GA 30354, Jack Burnside, (770) 241-8677 Lemon Street Bridge, City of Acworth, 4415 Senator Roadway& Streetscape $6.62 million Aug 2019 est Aug 2019 est Russell Avenue,Acworth, GA Improvements,Acworth, GA 30101, Mark Hipp, (770) 974-3112 Task Order No. 1 - Maintenance and City of Atlanta Renew Atlanta Repair of Sidewalks, $3.65 million Apr 2020 est Apr 2020 est Bond Program and TSPLOST, 55 Curbs, Driveway Trinity Avenue, Atlanta, GA 30303, Aprons and Associated (404) 330-6165 Infrastructure* City of Atlanta Department of DPW Street Resurfacing $3.95 million Various Various Public Works, 55 Trinity Avenue, 1, Atlanta, GA* Atlanta, GA 30303, (404) 330- 6240 City of Atlanta Department of DPW Street Resurfacing $3.65 million Various Various Public Works, 55 Trinity Avenue, 2, Atlanta, GA* Atlanta, GA 30303, (404) 330- 6240 One-Way to Two-Way Midtown Alliance, 999 Peachtree Street Conversions, $970K Apr 2020 est Apr 2020 est St., Atlanta, GA 30309, (404) 892- Atlanta, GA* 0050 1 1 D /I, ASTRA AIL Required Contract Actual Owner Name Address/Contact/ Project Name Completion Amount Completion Telephone Date Georgia Institute of Technology, Tech Tower II Lawn, Aug 2019 est Aug 2019 est Facilities Design&Construction, 151 Atlanta, GA' $47oK (On Hold) (On Hold) Sixth Street. NW,Atlanta,GA 30332, (404)385-0093 Fayette County, 140 Stonewall Fire Station #4, Avenue West.Suite 10o, Fayetteville, GA' $2.57 million Mar 2020 est Mar 2020 est Fayetteville,GA 30214, David Scarbrough(770)305-5414 DeKaIb-Peachtree Atlantic Aviation, 6150 South Airport Atlantic Aviation $6.2 million Feb 2019 est Feb 2019 est Laramie Ave., Chicago, IL 60638, Site Work, Atlanta, GA Jay Hambry (773) 362-8000 Upper Proctor Creek Capacity Relief Project/ City of Atlanta Watershed Dept, Rodney Cook Sr Park $22 million Nov 2019 est Nov 2019 est 72 Marietta St NW,Atlanta, GA at Historic Vine City, 30303, Kimberly Daniels, (678) Atlanta, GA 614-2369 MARTA HQ Annex, 2400 MARTA Perry Bus $2.4 million Aug 2019 est Aug 2019 est Piedmont Rd NE,Atlanta, GA Facility,Atlanta, GA 30324, Christiane Thomas (404) 848-6282 Port of Savannah Georgia Ports Authority, PO Box International Multi-Modal 2406, Savannah, GA 31402, Connector, Package $35 million Aug 2019 est Aug 2019 est Christopher Novack, PE, (912) 2 Civil Infrastructure, 964-3922 Savannah, GA DeKalb County Parks, Recreation Rainbow Park and Cultural Affairs, 1300 Amphitheater& $500,000 Nov 2019 est Nov 2019 est Commerce Dr, Decatur, GA Gardens, Decatur, GA 30030, Marvin Billups, Jr(404) 371-4925 Trust for Public Land, 600 West Rodney Cook Park, Peachtree St NW, Ste 1840, Atlanta, GA $8.65 million Nov 2019 est Nov 2019 est Atlanta, GA 30308, Jay Wozniak (404) 873-7306 Commissioners of Chatham Truman Linear Park Trail County, 1117 Eisenhower Dr, - Phase 2A, Savannah, $5.35 million Aug 2020 est Aug 2020 est Ste C, Savannah, GA 31406, GA Nathaniel Panther, PE (912)652- 7800 110 ASTRA .gar. _�►. Required Contract Actual Owner Name Address/Contact/ Project Name Completion" Amount Completion Telephone Date Polk County Airport Cornelius Moore March 2020 March 2020 Polk County, 144 West Ave, Ste Field Runway 10-28 $7.6 million A, Cedartown, GA 30125, Matt Extension, Cedartown, est est Denton (770) 749-2100 GA Haig Mill Lake Park, City of Dalton, PO Box 1205, Dalton, GA $4 million Sep 2018 Sep 2018 Dalton, GA 30720, Mike Miller (706) 281-1219 Georgia Tech Facilities, 151 GTRI Cobb South $3.89 million May 2019 May 2019 Sixth St NW, Atlanta, GA 30332, Campus, Marietta, GA Lindsey Cottingham (404) 433- 4268 Cobb County Department of Bob Callan Trunk Trail, Transportation, 1890 County Atlanta, GA $6.22 million July 2019 July 2019 Services Pkwy, Marietta, GA 30008, Wade Kelly (770) 528- 1600 Northwest Beltline PATH Foundation, 1601 W. Connector Trail at Bobby $2 million Nov 2018 Oct 2018 Peachtree St,Atlanta, GA 30309, Jones Golf Course, Pete V. Pellegrini (404) 875-7284 Atlanta, GA Riverview Road New City Properties, 699 Ponce Land Development & $1.08 million Nov 2018 Nov 2018 de Leon Ave NE, Suite 403, Roadway Improvements, Atlanta, GA 30308, Maitland Atlanta, GA Thompson (404)662-7378 Capitol Square GSFIC, 270 Washington Street Extension,Atlanta, GA $5.5 million Feb 2019 Jan 2019 SE, 2nd Floor, Atlanta, GA 30334, Marvin Woodward (404) 463-5600 Dakota Contractors, LLC, 1100 The Works,Atlanta, GA $359,000 Aug 2018 Aug 2018 Spring St NW #650,Atlanta, GA 30309, Mark Madlem (404) 872- 1449 DeKalb-Peachtree DeKalb County, 1300 Commerce Airport EMAS, Atlanta, $5.6 million Dec 2018 Dec 2018 Drive, Decatur, GA 30030, Mario GA Evans, (678) 614-4339 Athens-Clarke County Unified North Oconee River Greenway Extension, $2.99 million March 2018 March 2018 Government, P.O. Box 1868 Athens, GA Athens, GA 30603, Derek Doster, (706) 613-3025 E.E. Robinson Park Gwinnett County, 75 Langley Dr., (Level Creek), Sugar $11.73 million Feb 2017 Feb 2017 Lawrenceville, GA 30046 Creek, GA Grant Guess, (770) 822-8000 1 1 D ASTRA -AIL ..11Y. CDate ontract Actual Owner Name Address/Contact/ Project Name CoRequirempletiond Amount Completion Telephone Atlanta Beltline, Inc. Eastside Trail Extension, $5.956 100 Peachtree St. NW, Suite Atlanta, GA million Oct 2017 Oct 2017 2300,Atlanta GA, Clyde Higgs, (404) 477-3003 Georgia Department of Northside Drive Road Transportation, One Georgia Improvements, Atlanta, $23.8 million Jan 2018 Oct 2017 Center, 600 W. Peachtree St. GA NW,Atlanta, GA 30308, Jonathan Walker, (678) 614-9490 Atlanta Beltline, Inc., 100 Westside Trail, Atlanta, $33.5 million Aug 2017 Aug 2017 Peachtree St. NW, Suite 2300, GA Atlanta GA, Clyde Higgs, (404) 477-3003 Savannah-Chatham Co. Board of Beach HS Ball Fields, Public Education, 208 Bull Street, Savannah, GA $1.59 million Feb 2017 March 2017 Savannah, GA 31401, Mark Pickering, (912) 395-3001 DeKalb-Peachtree Airport North & DeKalb County, 1300 Commerce Northeast Ramp, Atlanta, $5.38 million Dec 2017 Dec 2017 Drive, Decatur, GA 30030, Mario GA Evans, (678)614-4339 Board of Regents/Georgia Tech, Atlantic Promenade $1.95 million Feb 2017 Feb 2017 955 Fowler Street, NW South,Atlanta, GA Atlanta, GA 30332, Scott Jones, (404) 385-0093 Rock Springs Park, May 2017 Gwinnett County, 75 Langley Dr., Phase 2, Dacula, GA $5.96 million Owner June 2017 Lawrenceville, GA 30046 Changes Grant Guess, (770)822-8000 1 1 D FORM 6-TRENCH SAFETY ACT Bidder acknowledges that included in the various items of the bid and in the Total Bid Price arc costs for complying with the Florida Trench Safety Act(90-96,Laws of.Florida)effective October 1, 1990.The Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Cost Measure Measure (Ouantity) Cost (Description) (LF,SY) SWPWQ/TRENCH 1. Box LF 17,000 $1.00 $17,000 2. 3. 4. 5. TOTAL $ 17,000 Failure to complete the above may result in the Bid being declared non-responsive. Company: Astra Construction Services, LLC Signature. _.__ . ..��. _. _..__ bate: 08/27/19 ._� Andrew Lindsay President cAO 1 1 D FORM 7-BID BOND KNOW ALL MEN BY THESE PRESENTS,that we Astra Construction Services LLC (herein after called the Principal) and Arch Insurance Company , (herein called the Surety), a corporation chartered and existing under the laws of the State of Missouri with its principal offices in the city of Jersey City and authorized to do business in the State of Florida are held and firmly bound unto the Collier County Board of Commissioners (hereinafter called the Owner), in the full and just sum of ---Five Percent (5%) of Amount Bid--- dollars($ ---5%--- )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 Bid No.19-7615 Construction of Big Corkscrew Island Regional Park Bid. NOW,THEREFORE,if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid,and give such bond or bonds in an amount of 100%the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor,materials and supplies furnished in the prosecution thereof or,in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds,and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $ noted above as liquidated damages,and not as a penalty,as provided in the Bidding Documents,then this obligation shall be null and void,otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this 27th- day r41.ugust _ ,2019 . 010/V ,Astra ils`n ' tion es C 4 r,. /c LIAR/ „Vs Arch I t/urance .ep t'€ict i�k S�retyn= / ,,�sd • 20\ �,,_ 'L,/ ` t Cet"--1..,4 .r- CEO ''' arva a nto _ A -In- act 'v.. ....•. Countersigned /JO n Davi. Potts, • .rn:- -LIn- ,ct&F ori a Non-Resi a ent Agent,License Number E050960 Appointed Producing Agent for,_Arch nsurance, ompany 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 he 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 signed and approved agreement and Purchase Order, the undersigned proposes to commence work at the site within five(5)calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager,in writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Bid as described. 110 Respectfully Submitted: State of 4/, County of r C , -,t , Astra Construction Services LLC being first duly sworn on oath deposes and says that the Bidder on the above Bid is organized as indicated and that all statements herein made are made on behalf of such Bidder and th tithis deponent is authorized to make them. 'l 4t a vv (.-i V)6 t(fI- t`Il' e .!(t,K i`1 ,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. (a)Corporatiop The Bidder is a corporation organized and existing under the..laws of the State of Z. '` (, 1 e' i t.' which operates under the legal name of . Astra Construction Servicesand the full names of its officers are as follow: President _ t t s t•t i„• , v t s , �'s� r y Secretary ` C! z'� �0�' t 1 f Aa L_t�r F §' k 4/4, t i7 v • Treasurer t } 1 q Manager .The is authorized to sign-construction bids and-contracts-for-the-company by action°fits_ Board.ofDirectors-taken------- -- — ---- _.__ .,ra-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: NI I The co-partnership does business under the legal name of: (c)Individual Am The Bidder is an individual whose full name is iI ,and if operating under a trade name,said trade name is Complete for information contained in(a)Corporation,(b)Co-Partnership or(c)Individual from previous page. DATED Legal Entity BY: Witness Name of Bidder(Typed) Witness Signature Title STATE OF COUNTY OF The foregoing instrument was acknowledged before me this _ day of , 20 , by , as _ of , a corporation, on behalf of the corporation. He/she is personally known to me or has produced as identification and did(did not)take an oath. My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public,State of CA 110 AIC 0000275859 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. This Power of Attorney limits the acts of those named herein and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey(hereinafter referred to as the"Company")does hereby appoint: John David Potts, Marvala Erinkitola, Melissa R.Potts and Robert L. Potts,Jr.of Woodstock, GA(EACH) its true and lawful Attorney(s)in-Fact,to make, execute,seal,and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding Ninety Million Dollars($90,000,000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey, This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15,2011: VOTED,That the signature of the Chairman of the Board, the President, or the Executive Vice President,or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. 00ML0013 00 03 03 Page 1 of 2 Printed in U.S.A. CAO 11I) AIC 0000275859 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this 6th day of May, 2012. Attested and Certified Arch Insurance Company: ,0Y�x11Ce 0 t Ww.r.)vYt "d ` VAL 4/(1 ..�'l.t-*-'l✓'C.J 4 1977 + �. 31.-.1/4 Patrick K.Nails,Secretary David M. rinTce stein, Executive Vice President STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS I, Michele Tripodi, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri,subscribed to the foregoing instrument,appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. COMMONWEALTH OF PENNSYLVANIA NOTARIAL;EM. MICHELE TRIPOD!,Notsy PuMk. AtyCity . Py. County J • CenmIsxlon ExOet July)f.2021 t ,.4 Michel: Trip.di, Notary Public My corn ission expires 07/31 2021 CERTIFICATION I, Patrick K. Nails,Secretary of the Arch Insurance Company,do hereby certify that the attached Power of Attorney dated May 6,2019 on behalf of the person(s)as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TES I-0,09N Y WHE5s have hereuntpubscribed my name and affixed the corporate seal of the Arch Insurance Company on this `Iday of ,20 + fir Patrick K.Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to hind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance—Surety Division 3 Parkway,Suite 1500 JY. Philadelphia,PA 19102 Og \p wRrtHsm t - s4 ut 1977 �(Sl4D� 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. CAO 110 FORM 8-INSURANCE AND BONDING REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required,to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them,all damages covered by property insurance provided herein,except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors,Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify"For any and all work performed on behalf of Collier County",or,the specific solicitation number and title. • The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida,as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners,OR,Board of County Commissioners in. Collier County,OR Collier County Government,OR Collier County.The Certificates of Insurance must state the Contract Number, or Project Number,or specific Project description,or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office(ISO)forms and endorsements or their equivalents, If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage,Vendor must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverages shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation,whichever is longer. The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner,within twenty-four(24)hours after receipt,of any notices of expiration,cancellation,non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice.In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder,Vendor shall immediately take steps to have the aggregate limit reinstated to the hill extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s)required herein,the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coveragejsZ and charge the Vendor for such coverageW purchased. If Vendor fails to reimburse the County for such costs within thirty(30)days after demand,the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall he under no obligation to purchase such insurance, nor shall it be responsible for the coverageW purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage]shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work,the Vendor shall furnish to the County renewal or replacement Certificate(s)of Insurance not later than ten(10)calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s)shall be considered justification for the County to terminate any and all contracts. 110 Collier County Florida Insurance and Bonding Requirements Insurance/Bond Type Required Limits ®Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence aWorkers Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide'a proof of exemption. An application for exemption can be obtained online at haps:;Yaphs.fhlfs.eom/bocexcmpt/ 2. ®Employer's Liability $1,000,000 single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $5,000,000_single limit per occurrence, $5,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Al Indemnification To the maximum extent permitted by Florida law,the Contractor/Vendor shall defend, 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 Contractor/Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ®Automobile Liability $1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired;Automobile Included 6, ®Other insurance as noted: ❑Watercraft $ Per Occurrence ❑United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Per Occurrence ❑Aircraft Liability coverage shall be carried in limits of not less than$5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ®Pollution $$1,000,000 Per Occurrence ❑ Professional Liability $ Per claim&in the aggregate 0 Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence 0 Cyber Liability $ Per Occurrence 0 Technology Errors&Omissions $ Per Occurrence 11 D . 7. ®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 FFlorida and insured by the Federal Deposit Insurance Corporation. 8. Performance and For projects in excess of$200,000,bonds shall be submitted with the executed contract Payment Bonds 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. 9, ® 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. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by,or available for the benefit of,the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County. The Certificates of Insurance must state the Contract Number,or Project Number,or specific Project description,or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples,FL 34112 13. ►.t Thirty(30)Days Cancellation Notice required. 14 Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deenxled necessary.Such coverage shall beendorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings, All questions regard,*Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 6/20/19—CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five(5) clays of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six(6)months from the date of award, Name of Firm Astra Construction--Serviees_LLC Date 08/27/19 Vendor Signattire Print Name Andrew Lindsay President Insurance Agency Sterling Risk aka Sterling Seacrest Partners, Inc Agent Name Salina Felger, CIC Telephone Number 678-424-6500 110 soler County Administrative Services Department Procurement Services Division FORM 9-CONFLICT OF INTEREST AFFIDAVIT The Vendor certifies that, to the best of its knowledge and belief,the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules—The firm has not set the"ground rules"for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement)which appears to skew the competition in favor of my firm. Impaired objectivity—The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals/past performance of itself or a competitor,which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor(or an affiliate)with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit,the contractor/vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project;and, 2. indicate if the information produced was obtained as a matter of public record(in the"sunshine")or through non-public(not in the"sunshine")conversation(s),meeting(s),document(s)and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below,the firm(employees,officers and/or agents)certifies,and hereby discloses,that,to the best of their knowledge and belief,all relevant facts concerning past,present,or currently planned interest or activity(financial,contractual,organizational, or otherwise)which relates to the project identified above has been fully disclosed and does not pose an organizational conflict, Firm: Astra Construction Services, LLC Signature and Date: Print Name: Andrew Lindsay Title of Signatory: _President CAO 110 Colter County • Administrative Services Department Procurement Services Division FORM 10-VENDOR DECLARATION STATEMENT BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples,Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith,without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted,to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County,for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further,the vendor agrees that if awarded a contract for these goods and/or services,the vendor will not be eligible to compete,submit a proposal,be awarded,or perform as a sub-vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF,WE have hereunto subscribed our names on this 27th day of August ,201 9in the County of Fulton , in the State of Georgia Finn's Legal Name: Astra Construction Services. LLC Address: 5404 Hoover Blvd, Suite 4 City,State,Zip Code: Tampa, FL 33634 Florida Certificate of M16000003699 Authority Document Number Federal Tax 47-21.02240 Identification Number *CCR#or CAGE Code 7V4W6 *Only if Grant Funded Telephone: (813) 275-8250 r- 7 Signature by: . (Typed and written) Title: Andrew Lindsay President CAO 110 Additional Contact Information Send payments to: Astra Construction Services, LLC (required 11 different from Company name used as payee above) Contact name: Ashley Melendez Title: Controller Address: 300 Churchill Court City,Stale,ZIP Woodstock, GA 30188 Telephone: 770-992-9300 Email: amelendez(a?astraaroupinc.com Office servicing Collier Astra Construction Services, LLC County to place orders (required if different from above) Contact name: Andrew Lindsay Title: President Address: 5404 Hoover Blvd, Suite 4 City, State,ZIP Tampa, FL 33634 Telephone: (813) 275-8250 Email: alindsay@astragroupinc.com Secondary Contact for this Grant Beeson, General Manager, ACS Solicitation: Email: gbeeson@astragroupinc.com Phone: 770-992-9300 `:At) 110 Goitier cointy Administrative Services Department Procurement Services Di,eision FORM 11 -IMMIGRATION AFFIDAVIT CERTIFICATION This Affidavit is required and should be signed,notarized by an authorized principal of the firm and submitted with formal solicitation submittals. Further,Vendors are required to enroll in the E-Verify program,and provide acceptable evidence of their enrollment,at the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Vendor's proposal as non- responsive. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A(e)of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System(E-Verify),operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name Astra Construction Services, LLC Print Name Andrew Lindsay3 -' ' Title President e 08/27/2019 Signature ,r' ., _. _ �.--�-- _...�, Date State of Georgia County of Fulton The signee of these Affidavit guarantees,as evidenced by the sworn affidavit required herein,the truth and accuracy of this affidavit to interrogatories hereinafter made. )144 - oti .r Commission No.: �OTA ) alba, O'. PUf31_ G �� xrr oi . .` i2 2 CA() 110 collier county Attministraive Services Department Priesuernenl Services Giinswn FORM 1.2-VENDOR SUBSTITUTE W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of the reason for collecting this information,which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. I. General Information(provide all information) Taxpayer Name Astra Construction Services, LLC (as shown on income tax return) Business Name(f different from taxpayer name) Address 300 Churchill Court city Woodstock State GA Zip 30188 Telephone 770-992-9300 Email alindsay@astragroupinc.com Order Information (iMust be filled out) Remit/Payment Information( hist be filled out) Addres5404 Hoover Blvd Suite 4 Address 300 Churchill Court city Tampa State FL Zip 33634 City WnrostackState GA zip_30188 Email alindsayastragroupinc.com Email alindsay(a?astragroupinc.com 2. Company Status(check only one) Individual/Sole Proprietor Corporation _Partnership Tax Exempt(Federal income tax-exempt entity X Limited Liability Company under Internal Revenue Service guidelines IRC C Enter the tax classification 501 (c)3) (D= Disregarded Entity, C= Corporation,P= Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) 47-2102240 (Vendors who do not have a TIN,will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Under penalties of perjury,I certl,.y..that the information shown on this form is correct to my knowledge. Signature Date 08/27/2019 Title Phone Number Andrew Lindsay President 770-992-9300 S 1 1 D FORM 13-BIDDERS CHECKLIST 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. Bid Schedule has been completed and attached. 5. Any required drawings,descriptive literature,etc. have been included. 6. Any delivery information required is included. 7. The following on-line standard documents have been reviewed in Bidsync: 1. Construction bid instructions form 2. Construction services agreement 3. Purchase order terms and conditions 8. All of the following bid forms have been completed and signed: 1. Bid Form(Form I) 10. Vendor Declaration Statement(Form 10) 2, Contractors Key Personnel(Form 2) 11. Immigration Law Affidavit Certification 3, Material Manufacturers(Form 3) (Form II) 4. List of Major Subcontractors(Form 4) 12. Vendor Substitute W-9(Form 12) 5. Statement of Experience(Form 5) 13. Bidders Checklist(Form 13—this form) 6. Trench Safety Act(Form 6) 14. Business tax Receipt(Collier County 7. Bid Bond Form(Form 7) Businesses Only) 8. Insurance and Bonding Requirements(Form 8) 15. Signed Grants Provisions Package(if 9. Conflict of Interest Affidavit(Form 9) applicable 9. Copies of required information have been attached 1. Company's E-Verify profile page or memorandum of understanding 2. Certificate of Authority to Conduct Business in State of Florida 3. Any required professional licenses—valid and current (ie:General Contractors license,Underground Utility and Excavation,Builders, Trade Contractors,etc.,as applicable, requested and/or required.) 10. If required,the amount of Bid bond has been checked,and the Bid bond or cashier's check has been submitted. 11. Any addenda have been signed and acknowledgement form attached and included. 12. The Bid will be uploaded in time to be received no later than the specified opening date and time,otherwise the Bid cannot be considered. Astra Construction Services, LLC Bidder Name President 08/27/2019 Sienature&Title Date Andrew Lindsay 110 Control No.: 14099781 STATE OF GEORGIA Secretary of State Corporations Division 313 West Tower #2 Martin Luther King, Jr. Dr. Atlanta, Georgia 30334-1530 CERTIFICATE OF ORGANIZATION 1, Brian P. Kemp,The Secretary of State and the Corporation Commissioner of the State of Georgia, hereby certify under the seal of my office that Astra Construction Services, LLC a Domestic Limited Liability Company is hereby issued a CERTIFICATE OF ORGANIZATION under the laws of the State of Georgia on October 16,2014 by the filing of all documents in the Office of the Secretary of State and by the paying of all fees as provided by Title 14 of the Official Code of Georgia Annotated. WITNESS my hand and official seal in the City of Atlanta and the State of Georgia on October 17, 2014 -...1,-::-:„- \ (fr,.,,--c.- „,: 3 .: .ei, `o oma°G � ° .c,,, I ; /tis)`,,5TISI ooh` o , 4?,: • Brian P. Kemp °c .s°� /� Secretary of State 177 Tracking#: ucokdzyf D g Lamm cu 0 rc.--c5 0 +.; Z c } i_ O da c u U D W - w "7 et H W C Q w w 4-4 I 0 O H 0o < mZ D z ON + z Z �O J Q Q O O ,a)O Z w (1-) J 0 (13 Z V) V LLe% CL U tY N F, 4 U O Q tis ;Ls c g O C!? J W Q •FD 0 C4 z v) ° ( t tea- tY LU o _4 a 2 E LL 0 t... tji LU p i LLI u O V- Z V) S Ce UY co H 0 -°a c '� ✓ v, O W DCU L W V) 0 Cl.~ Z Icy- I p d o I— V) Z f` Q V) U1 Z ,_ (13 < W Ui < Z o 0 Wfl o Z Z 0 o p Z - uTn — QV) Z O 0V -J 0 c Ca z' O O < w ra ; 110 8/15/2019 Detail by Entity Name FLORIDA DEPARTMENT of-rArr: DIVISION OF CORPORATIONS' DIVISION of 01190 CORPORATIONS o9Yrwi Sane of Florida s dna** goadfnent of State / Division of Corpora eno 1 Search Reaartls / Detail By Cowmen(Nara. / Detail by Entity Name Foreign Limited Liability Company ASTRA CONSTRUCTION SERVICES,LLC Filing Information Document Number M16000003699 FEI/EIN Number 47.2102240 Date Filed 05/06/2016 State GA Status ACTIVE Principal Address 300 CHURCHILL COURT WOODSTOCK,GA 30188 Mailing Address 300 CHURCHILL COURT WOODSTOCK,GA 30188 Registered Agent Name&Addrese LINDSAY,IAN 25 CORONA ROAD POINTE VEDRA BEACH,FL 32082 Authorized Person(s)Detail Name&Address Title AMBR LINDSAY,IAN 300 CHURCHILL COURT WOODSTOCK,GA 30188 Title AMBR LINDSAY,ANDREW 300 CHURCHILL COURT WOODSTOCK,GA 30188 Annual Reports Report Year Flied Date 2017 01/16/2017 2018 03/09/2018 2019 01/25/2019 Document Images C1127/zoi9--ANNUM_REPORT View image in POP farmat. 011109!2019--ANNUAL REPQRI View image in POP format 01116!20 /--ANNUAL REPORT View image:r,PDF format OS/0612016--Foreign Omega View linage r POP fig mai Hondo D.'Wrtment of State.Divisor of Corpowtons search-sunbiz-org/Inquiry/CorporationSearch/SearchResuitDetaii?i nquirytype=EntityN ame&directionType=Forward Li st&searchN ameOrd er=ASTRACO,.. 1/1 110 2019 FOREIGN LIMITED LIABILITY COMPANY ANNUAL REPORT FILED DOCUMENT# M16000003699 Jan 25, 2019 Entity Name: ASTRA CONSTRUCTION SERVICES, LLC Secretary of State 3655521443CC Current Principal Place of Business: 300 CHURCHILL COURT WOODSTOCK, GA 30188 Current Mailing Address: 300 CHURCHILL COURT WOODSTOCK, GA 30188 US FEI Number: 47-2102240 Certificate of Status Desired: No Name and Address of Current Registered Agent: LINDSAY,IAN 25 CORONA ROAD POINTE VEDRA BEACH,FL 32082 US The above named entity submits this statement for the purpose of changing its registered office or registered agent,or both,in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Authorized Person(s) Detail : Title AMBR Title AMBR Name LINDSAY,IAN Name LINDSAY,ANDREW Address 300 CHURCHILL COURT Address 300 CHURCHILL COURT City-State-Zip: WOODSTOCK GA 30188 City-State-Zip: WOODSTOCK GA 30188 hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as it static under oath,that tam a managing member or manager of the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605.Florida Statutes:and that my name appears above,or on an attachment with all other like empowered. SIGNATURE:ANDREW R. LINDSAY AMBR 01/25/2019 Electronic Signature of Signing Authorized Person(s)Detail Date 110 JOINT WRITTEN CONSENT OF THE BOARD OF DIRECTORS AND SHAREHOLDERS OF ASTRA CONSTRUCTION SERVICES, LLC The undersigned, being all of the members of the Board of Directors and Shareholders of Astra Construction Services, LLC. a Georgia Limited Liability Company (the "Company"), by written consent pursuant to Sections 821 and 704 of the Georgia Business Corporation Code, do hereby approve the following actions as of the 11th day of January, 2017: RESOLVED, that the Board of Directors hereby appointed George W. Heitz, Chief Financial Officer as an Officer of the Corporation. FURTHER RESOLVED, that the Board of Directors is hereby authorized and approved to grant counter signing of documents to conduct business to George W, Heitz, Chief Financial Officer. The foregoing counter signing and authority granted shall include contracts, bonds, bids and other instruments of whatever nature entered into by this Company, The undersigned herby certified that the said meeting was held in accordance with the Operating Agreement of the above-named Company on the 11th day of January, 2017, and that said resolution is now in full force and effect without modification or rescission, IN WITNESS WHEREOF, the undersigned has hereunto set their hands as the Shareholders and Members of the Board of Directors of the Company as of the day and year first above written. Ian D. Lindsay, ,e:reh' der, Director Andrew R. Linds-y, Shareho der, Director 110 EXHIBIT A-3: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category Paul Deitz Construction Superintendent David Pabor Project Manager 10 Construction Services Agreement:Revised 072118 110 EXHIBIT B-1:PUBLIC PAYMENT BOND #19-7615 Bond No. SU 1154106 Contract No. #19-7615 KNOW ALL MEN BY THESE PRESENTS: That Astra Construction Services, LLC 300 Churchill Court.Woodstock. GA 30188 , as Principal, and , as Surety, located at Arch Insurance Company,Harborside 3,210 Hudson St.,Ste 300.Jersey City,NJ 0731 I (Business Address) are held and firmly bound to1heBoardofCountyCommissionersofCollierCowny,F gi®bligee in the SUM of Forty Five Million Sixty Five Thousand Four Hundred Fifty Four and No/100's($ 45.065.454.00 ) for the payment whereof we bind ourselves,our heirs, executors, personal representatives, successors and assigns,jointly and severally. II WHEREAS, Principal has entered into a contract dated as of the ,4 day of CC t,>b-e7 20 161 , with Obligee for Big Corkscrew Island Regional Park/Bid No. 19-7615 in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN_WITNESS WHEREOF, the above parties have executed this instrument this day of eP� 20 )9 ,the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. Construction Services Agreement:Revised 072118 I 110 Signed, sealed and delivered in the presence of: PRINCIPAL Astra Construe '•.i. rvices LC / i_� _ ai • ft i.^ ‘ BY: i — Witnesses as to Pri ipal NAME: G ft 41,- L4 ITS: ' ,re.- s. ft a STATE OF flit cc ' . COUNTY OF Mtn= The fore ing instrument was acknowledged before me this day of Se g. 20E1, by as c `s 6 le of ASVTC. nS.n iC4:Cr, -U ;ja L.LL corporation, on behalf of the corporation. He/she is personally known to me OR has produced 1)/R as identification and did (did not)take an oath. r My Commi W l ires:s9� / l 1.. CW- ("' �00' t, (Signature ofaNotary) '``e� �...."it..)s��, NAME: NGnnCth1 l_OYC -tit ARP cc...... (Legibly Printed) (A �Q A��� Notary Public, State of C'l;'� 1 �e,i O,f.~••..!: `��� Commission No.: ATTEST:',oC�v``��� SURETY: Arch insurance Company (Printed Name) 8358 Main Street Woodstock, GA 30188 (Business Address 6\Si. titth Cittil ii--- ---) . (Authorized Signa Melissa Potts John David Potts,Attorney-In-Fact& Witnesses to Surety (Printed Name) FL Non-Resident Agent(E050960) 12 6 Construction Services Agreement:Revised 072118 110 OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Printed Name) (Business Address) (Telephone Number) STATE OF Georgia COUNTY OF Cherokee The foregoing instrument was acknowledged before me this20th day of September 20 19 , by John David Potts as Attorney-In-Fact of Arch Insurance Company Surety, on behalf of Surety. He/She is personally known to me OR has produced N/A as identif ation and who did (did not) take an oath. My Commission Expires: July 26,2022 j.aza (Signature) Name: Marvala Erinkitola (Legibly Printed) (AFFIX OFF j ��",, Notary Public, State of: Georgia = •984 )02. 46 Commission No.: OM% tit VW/1%,c" .16 13 CAO Construction Services Agreement:Revised 072118 110 EXHIBIT B-2:PUBLIC PERFORMANCE BOND #19-7615 Bond No. SU 1154106 Contract No.#19-7615 KNOW ALL MEN BY THESE PRESENTS: That Astra Construction Services._LLC 300 Churchill Court,Woodstock,GA 3018$ as Principal, and Arch Insiirance Cnmpalty, as Surety, located at Harborside 3,210 Hudson St.. Ste 300.Jersey City_NJ 07111 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County,Florida , as Obligee in the sum of Forty Five Million Sixty Five Thousand Four Hundred Fifty Four and No/100's ($ 45,065,454()Q )for the payment whereof we bond ourselves,our heirs,executors,personal representatives, successors and assigns,jointly and severally. WHEREAS, Pr'ncipal has entered into a contract dated as of the & day of Oc -bV 20 (j , with Obligee for Big Corkscrew Island Regional Park/Bid No. 19-7615 in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses,damages,costs and attorneys'fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages,whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract,then this bond is void;otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety,for value received,hereby stipulates and agrees that no changes,extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby.waive notice of any such changes,extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shalt 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 ITNESS WHEREOF, the above parties have executed this instrument this an day of �� , 20 19 , the name of each party being affixed and these presents duly signed by is undersigned representative, pursuant to authority of its governing body. 14 Construction Services Agreement.Revised 072118 110 Signed, sealed an. , -livered in the presence . , PRINCIPAL Astra Construction Servi s,11I. MK BY: Witness-"as to Prin. pal NAME: N.c ,cJ l ',CuSS0.1 ITS: cry' c'Sec\-c STATE OF Ii rcik' COUNTY OFtI��lar,, The foregoing instrument was ac nowledged before me this ,90 day of 5.'Pk 20 s .1,(4 e. ',dzflt / C1iC,f l}1-c,. � . cUc.�' 0/1 '" as l �4� � L L.C. corporation,op behalf of the corporation. He/she is personally known to me OR has produced AD/A as identification and did (did not)take an oath. ` I My Commission Expires:9 1 15/91 IL C. (Sign ure) ^ �0.1 COXFs,I* Name: I—ICtnrOc- h an ` � ' "ii• r,���� (Legibly Printed) /� . AL Notary Public, State of: el P _Ir ic, 1: Commission No.: 1%.15-0.6%\ftem106 1:%•4. i��Il EE iC%-3. CM) 15 Construction Services Agreement:Revised 072118 110 ATTEST: SURETY: Arch Insurance Company (Printed Name 8358 Main Street Woodstock,GA 3018R (Business- ss) ) r\ (Authorized Si ture �� - ` JohnDavid Potts, Attorney-In-Fact& Witnesses as to Sure elissa Potts (Printed Name) FL Non-Resident Agent(E050960) OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Printed Name) (Business Address) (Telephone Number) STATE OF , Georgia COUNTY OF Cherokee The foregoing instrument was acknowledged before me this 20th day of September 20 19 , by John David Potts , as Attorney-In-Fact of Arch Insurance Company , a Corporate Surety, (1.p behalf of Arch Insurance Company Surety. He/She is personally known to OR has produ as identificati nd wFjq dy did t)tak a to My Commission Expires: July 26,2022 4114e 4. ( i nature) Name: Marvala Erinkitola ,,�����,� (Legibly Printed) ip gi (AFFIX OFF .11 4r.11"% Notary Public, State of: Georgia S' ,dpsVII ' s % Commission No,: I al' IV:MO .7ps i�/.PH,d3 N toy 160. Cri() Construction Services Agreement:Revised 072118 110 AIC 0000288700 THIS POWER OF ATTORNEY IS NOT VALID UNLESS ITIS PRINTED ON BLUE BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey(hereinafter referred to as the"Company")does hereby appoint: John David Potts, Marvala Erinkitola, Melissa R. Potts and Robert L.Potts,Jr.of Woodstock,GA(EACH) its true and lawful Attorney(s)in-Fact,to make,execute,seal,and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds,undertakings, recognizances and other surety obligations, in the penal sum not exceeding Ninety Million Dollars($90,000,000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City,New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15,2011: VOTED,That the signature of the Chairman of the Board,the President,or the Executive Vice President,or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. 00ML0013 00 03 03 Page 1 of 2 Printed in U.S.A. 110 AIC 0000288700 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this 3id day of September,2019. Attested and Certified Arch Insurance Company gv tatt�C` P O WRRlKATE SEAL ,� +?ItA, n ir♦n Patrick K.Nails,Secretary David M. Tile stein, Executive Vice President STATE OF PENNSYLVANIA SS M(SSOYd COUNTY OF PHILADELPHIA SS I, Michele Tripodi, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument,appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. CowwoftwVAi_rri of PENNSYLVANIA NOTARIAL MMEt TRIPOD',Notary PLOW [Ito of P/iRaclisloo mia.re Phu. unty 3321 ,Wj Cateunhtlon Expires My 31,302t Michel Trip di, Notary Public My com ission expires 07/31 2021 CERTI FICATION I,Patrick K. Nails,Secretary of the Arch Insurance Company,do hereby certify that the attached Power of Attorney dated September 3, 2019 on behalf of the person(s)as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein,who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this day of ,-i , ,20 . -ktiegei Patrick K. Nails, Secretary Ins Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL.CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance-Surety Division 3 Parkway,Suite 1500 gutap ce ec Philadelphia,PA 19102 ♦O cukru,ATE �4 SEAL 1R7 �. SO or! 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. 110 EXHIBIT B-3: INSURANCE REQUIREMENTS The Contractor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Contractor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Contractor waive against each other and the County's separate Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Contractor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Contractors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County", or, the specific solicitation number/contract number and title. The General Liability Policy provided by Contractor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Contractor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Contractor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Contractor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Contractor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Contractor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Contractor. The Contractor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer and nothing contained herein shall relieve Contractor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Contractor hereunder, Contractor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 17 Construction Services Agreement:Revised 072118 i10 Should at any time the Contractor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Contractor for such coverage(s) purchased. If Contractor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Contractor under this Agreement or any other agreement between the County and Contractor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Contractor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Contractor to provide the County with such renewal certificate(s)shall be considered justification for the County to terminate any and all contracts. 18 Construction Services Agreement:Revised 072118 110 Collier County Florida Insurance and Bonding Requirements Insurance/.B.ond Type :;. Required`Limits.: 1. ®Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at hrtps://npps.11dis.com/bocexemPt/ 2. ®Employer's Liability $1,000,000 single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $5,000,000_single limit per occurrence, $5,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law,the Contractor/Vendor shall defend, 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 Contractor/Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. ®Automobile Liability $1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/llired;Automobile Included 6. /1 Other insurance as noted: 0 Watercraft $ Per Occurrence ❑United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence 0 Aircraft Liability coverage shall be carried in limits of not less than$5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence Pollution $$1,000,000 Per Occurrence ❑Professional Liability S Per claim&in the aggregate 0 Project Professional Liability $ Per Occurrence • 0 Valuable Papers Insurance $ Per Occurrence ❑Cyber Liability $ Per Occurrence 0 Technology Errors&Omissions $ Per Occurrence 110 7. ®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 batik or trust company located in the State of Florida and insured by the Federal Deposit.Insurance Corporation. 8. ® Performance and For projects in excess of$200,000,bonds shall be submitted with the executed contract Payment Bonds 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. 9. ® 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. 10. ® Collier County must be mtn.ed as "ADDITIONA.L INSURED" on the .Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by,or available for the benefit of,the Additional Insured.and the Vendor's policy shall be endorsed accordingly. 1.1. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County. The Certificates of Insurance must state • the Contract Number,or Project Number,or specific Project description,or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates,the Certificate Holder must read: Collier County Board of Commissioners,3295 Tamiami Trail East, • Naples,FL 34112 13. ® Thirty(30)Days Cancellation Notice required. • 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary.Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will'be addressed by the Collier County Risk Management Division. 6/20/19—CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five(5) clays of the award of this solicitation. The insurance submitted mast provide coverage for a mini nun of six(6)months from the date of award. Name of Firm Astra Constructtort-Services-LLC Date 08/27/19 ) �:c J Vendor Signature ". -------. Print Name Andrew Lindsay President Insurance Agency Sterling Risk aka Sterling Seacrest Partners, Inc . Agent Name Salina Felger, CIC Telephone Number 678-424-6600 110 EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF (COLLIER) STATE OF (FLORIDA) Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ to be received, ("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 . This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds. (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,shall be fully satisfied and paid upon Owner's payment to Contractor. (3) 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: Witness ITS: President DATE: Witness [Corporate Seal] 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) Notary Public, State of (AFFIX OFFICIAL SEAL) Commissioner No.: 21 Construction Services Agreement:Revised 072118 CM) 110 EXHIBIT D FORM OF CONTRACT APPLICATION FOR PAYMENT Collier County Board of County Commissioners(the OWNER) or Collier County Water-Sewer Owner's Project Bid No. Manager's Name: Project No. County's Division Name Purchase Order No. Submitted by Contractor Application Date: Representative: Name Contractor's Name& Payment Application No. Address: Original Contract Time: Original Contract Price: $ Revised Contract Time: Total Change Orders to Date: $ Revised Contract Amount: $ Total Value of Work Completed & $ Stored to Date: Retainage @10% $ Retainage @ 10% through [Insert $ through [Insert Date] date] Retainage @ % $ Less Retainage $ after[Insert date] Total Earned Less Retainage $ Less previous payment(s) Percent Work Completed % AMOUNT DUE THIS $ to Date: APPLICATION: Percent Contract Time Completed to Date: Liquidated Damages to $ Remaining Contract Balance $ Be Accrued 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. Contractor's Name Contractor's Signature: Date: Type Title: Shall be signed by an authorized representative of the Contractor. Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by: Design Professional's Name: Signature: Date: Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by: Owner's Project Manager Name: Signature: Date: 22 Construction Services Agreement:Revised 072118 1 1 D EXHIBIT D(Continued) SCHEDULE OF VALUES Project Name: Project Number: Date: Period To: ITEM DESCRIPTION SCHEDULED WORK COMPLETED STORED TOTAL PERCENT BALANCE 10% _% TOTAL NUMBER VALUE MATERIALS COMPLETED COMPLETE TO FINISH RETAINAGE RETAINAGE RETAINAGE PREVIOUS APPLICATIONS THIS &STORED (reduced rate) WITHHELD THRU DATE SINCE DATE PERIOD TO DATE TOTALS *Explanation for the two columns under Previous Applications:The Thru Date is where you will place all information until the contract is complete unless a release or reduction of retainage issue col into play. If this happens,all information up to the date of the%change in retainage is placed in the Thru Date column. Information after that date is placed in the Since Date column,This states what has happened since the change in retainage. 23 Construction Services Agreement:Revised 072118 ',1{} 110 Exhibit D (Continued) Stored Materials Record Formula: A+ B- C- D = E A B C D E Invoice Previously Received Previously Installed Balance To Date Description Supplier Number Received This Period Installed This Period Install 24 Construction Services Agreement:Revised 072118 CAO 1113 EXHIBIT E: CHANGE ORDER An electronic data entry form may be found at: http://bccsp0l/SiteDirectory/ASD/Purchasing/Forms!/Forms/Default.aspx Change Order Form Contract#: C:hange+i: Purchase Order*: Project#: Contract)rtFirm Name: Project Name: ProjectManager Name Department: tariginal CcntractVcr acec Amount Crigiral BCC Approval Date;Agenda Item# Current BCC Approved Amount Last BCC Approval Date?;A.penoa Item# Current ContractVia*Order Amount SAP Contract Expiration Date(blaster) DOUBT Amount of this Charge #0IVrg! Total Change from ClrigirwlArncunt Revised ContractW ork der Total $ 0 00 #DIV?0! Change from Curent BCC Approved Arrrcunt CUMLIatkeChanges S 0.00 OC I`O! Change fromCurrentArncunt Completion Date,Description of the Tasks)Change,and Rationale for the Change Notice to Proceea OriginalI Last Approved Revised Date Date Completion Dat Date tis.,ee tw;s:lege #of Days Added Select Tasks 0 Add newtask(s) 0 Delete task(s) 0 Changetask(s) 0 Other:easce e; Provide a respon se to the fol lowing:1.)detai led and specific exp la nationlratio ria le of the requested than ge(s)to the task(s)and I or the additio nal days added fif requested):2.)why this change was not included in In thee riginal contract;and 3.)describe the impact if this change is not processed. Attach 363 oral information from the Dest;r Profess- :'or Com rector if needed. Prepared by: Date: (Prone t It :e•Name aro Department;. Acceç4arce of this Charge C __ = ars?if ieamo.dification:ccortrawork order identified above and will besutjecltoall the same terms and condi lora as con:_^__ _ . .:t i work order indicated above,as fully as if the same were staled it this a oeptaroe.The ad3ustmert.ifany.tothe Cor-'a-s _ -. _.e afullardfinalsettlementofartandallclaimsoftheContractorr`Vendor.'Consuliartt Design Professional arising,o .,,i or rea.ec:,,tre char ge set forth herein irc ir,dirg claims for impa.t and delay costs. Accepted by. Date: (Contractor:Vendor Corsi,"tart:Dewar Profe ecralar.,i Name of Firm,if project applicable) Approved by: Date: (Dear Profess oral arc Name of Finn,if profit applcabie Approved by: Dale: (Procurement Froles saoraI 25 Construction Services Agreement:Revised 072118 1 1 D EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. Design Professional's Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL,and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: 26 Construction Services Agreement:Revised 072118 110 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 27 Construction Services Agreement:Revised 072118 110 EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: PO No.: Date: Contractor: The following items have been secured by the for the Project known as and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner(attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As-Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name &Title) By Design Professional: (Firm Name) (Signature) (Typed Name &Title) By Owner: (Department Name) (Signature) (Name &Title) 28 Construction Services Agreement:Revised 072118 110 EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at 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. 29 Construction Services Agreement:Revised 072118 (CAN 110 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub-Section 2.2 as the"Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress 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 30 Construction Services Agreement:Revised 072118 110 limited to the hours of 7 a.m. to 7 p.m., Monday through Saturday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 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 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 Procurement Services Division and the Clerk of Court's Finance Department respectively. 4.5 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 31 Construction Services Agreement:Revised 072118 �� 110 stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall retain ten percent (10%) of the gross amount of each monthly payment request or ten percent(10%) of the portion thereof approved by the Project Manager for payment,whichever is less. Such sum shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255.078. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held throughout the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to fifty percent (50%) completion subject to the guidelines set forth in Florida Statute 255.078 and as set forth in the Owner's procurement ordinance and policies. 4.7 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub-subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub-subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.12 The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation 32 Construction Services Agreement:Revised 072118 110 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 Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non-liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division 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. 33 Construction Services Agreement:Revised 072118 tj 110 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 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 34 Construction Services Agreement:Revised 072118 110 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, SIGNED AND SEALED AS-BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub-Contractor's personnel; 8.1.4 The number of Contractor's and Sub-Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features 35 Construction Services Agreement:Revised 072118 '�''. 1 1 D (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As-Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As-Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation, which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later, pursuant to Florida Public Records Law Chapter 119 and comply with specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 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 36 Construction Services Agreement:Revised 072118 110 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 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 37 Construction Services Agreement:Revised 072118 L�° 11D Directive. 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. No markup shall be placed on sales tax, shipping or subcontractor markup. 10.5 Owner shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County procurement ordinance and policies 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. 38 Construction Services Agreement:Revised 072118 1 1 D 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 12.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 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, the Contractor/Vendor/Consultant shall defend, 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 Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant 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-3 to the Agreement. 39 Construction Services Agreement:Revised 072118 1 1 D Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B-3. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense,with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet- based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Contractors/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Contractor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Contractors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Contractor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's /Contractor's proposal may be deemed non- responsive. 40 Construction Services Agreement:Revised 072118 �1 110 Additionally, Contractors shall require all subcontracted Contractors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the Contractor's responsibility to familiarize themselves with all rules and regulations governing this program. Contractor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by Subcontractors. 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. 41 Construction Services Agreement:Revised 072118 ,r, 11D 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or(3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or(8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules.or regulations with respect to the Work; or(10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s)within seven (7)calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the 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. 42 Construction Services Agreement:Revised 072118 110 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 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 43 Construction Services Agreement:Revised 072118 110 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. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 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 approve payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. 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 material men 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. 44 Construction Services Agreement:Revised 072118 110 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections,tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full 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 45 Construction Services Agreement:Revised 072118 11D costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto,take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change 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 46 Construction Services Agreement:Revised 072118 -8`) 110 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 A-1 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 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. 47 Construction Services Agreement:Revised 072118 CA() 110 27. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further, 48 CAO Construction Services Agreement:Revised 072118 110 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; 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 49 Ch(1 Construction Services Agreement:Revised 072118 110 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 Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's 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 Procurement Services Division, and is available on-line at colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE. 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, 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 50 t . Construction Services Agreement:Revised 072118 1 1 a the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sale tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS. 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 2013-69, 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 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 51 CAO Construction Services Agreement:Revised 072118 110 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 time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES. 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 52 Construction Services Agreement:Revised 072118 no 34.1.3 Shop Drawing Submittal/Approval Logs 34.1.4 Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost-Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As-Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 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. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County 53 Construction Services Agreement:Revised 072118 ( jJ 110 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. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS(c�colliergov.net)whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 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. 38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. 38.2 The contractor shall notify the Solid & Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing /will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48-hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials/ petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 54 Construction Services Agreement:Revised 072118 110 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well-groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision- making authority and by Owner's staff person who would make the presentation of any settlement reached during negotiations to Owner for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by Owner's staff person or designee who would make the presentation of any settlement reached at mediation to Owner's Board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under Section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 55 Construction Services Agreement:Revised 072118 ('A4) 1 1113 EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 56 Construction Services Agreement:Revised 072118 19-7615 - Exhibit I - Environmental Health and Safety 110 Contractor Requirements Co ler County Administrative Services Department Risk'v°::I(ktyr,Tr;t'.fl(Division Environmental, Health and Safety Contractor Requirements for all BCC Construction Projects 1. Contractors will be required to understand and comply with all applicable laws and regulations of any governmental entity (OSHA, DOT, EPA, ANSI, FDEP. NFPA, etc.) and Collier County CMA's, EHS Standard Operating Procedures (SOP's) or Job Safety Analysis (JSA's) that that pertain to environmental, health and safety standards and/or work practices applicable to the activities they perform for Collier County. These include but are not limited to: • Powered Industrial Vehicle Certifications (Heavy Equipment, Cranes, etc. • Storage, handling, and use of flammable liquids and hazardous materials, including fuels and compressed gas cylinders. • Daily reporting of any incidents/accidents or any OSHA safety inspections of equipment and work-sites. • Weekly reporting of at least one internal safety inspection of equipment and work-site. • Use of fall protection while working at heights above 6 feet. • Following electrical safety practices and lock out/ tag out procedures. • Proper use of Personal Protective Equipment. (PPE) • Proper maintenance and use of ladders and other equipment. • Guarding of wall and floor openings, open trenches, and excavations. • Environmental Requirements (Permitting, Tanks, etc.) 2. Required Site EHS Plans for: • Site Specific Safety Plan • Site Specific Security Plan • Site Specific Hurricane Plan • Site Specific Respirable Crystalline Silica Plan (If Applicable) • Site Specific Confined Space Entry Plan (If Applicable) • Site Specific Asbestos Management Plan (If Applicable) • Site Specific Mold Testing and Remediation Management Plan (If Applicable) • Site Specific Environmental Protection Plan (Spill Cleanup, SPCC, etc.) C 1 1 D 3. When working within a right-of-way (i.e. roads, sidewalks, bike paths, etc) —All applicable FDOT and/or MUTCD requirements are to be followed at all times. Specifics include but are not limited to: • ANSI/ISEA Class 2 or 3 Vests, T-shirts or similarly labeled garments depending on time of day. • Applicable work zone signage, cones, barricades or barrels, arrow panels, flagging personnel and Stop/Slow Paddles, where necessary, required by law or the BCC. • An applicable work zone (Maintenance of traffic) plan based on FDOT and/or MUTCD designs on site. 4. Risk Management is included in all Pre-Activity/Construction, Activity/Construction and Post Activity/Construction Meetings. 5. Safeguarding construction sites — Protecting the job-site and preventing or inhibiting public access after activities are finished for the day is equally important. Therefore, all hazardous locations within construction sites and rights-of-ways are to be adequately protected. Specifics include but are not limited to: • Damaged, blocked or missing sections of sidewalks, bike paths or other pedestrian access zones shall be protected with orange barricade fencing, barricades with yellow or red tape (depending on the hazard) or an equivalent means of protection. Sidewalks must also be posted as being closed on both sides with a white sign with black letters. • Excavations must be protected in a similar manner as listed above if they must be left open overnight, during weekend hours, etc. • All other hazards shall be evaluated by the contractor to ensure there are no dangerous conditions remaining that could be inadvertently encountered by collier county employees and/or the public while the construction site is not active (i.e. when no construction work is taking place). 6. Contractor must agree that all work must meet or exceed the standards set forth in the Collier County Vertical Construction Standards and Collier County IT Construction Standards (if applicable) unless specifically exempted in writing by Facilities Management Division Director and Risk Management Director. k H S 110 19-7615—Construction of Big Corkscrew Island Regional Park—BID Scope of Work Outline OVERVIEW General project description—Big Corkscrew Island Regional Park (BCIRP)is a long-awaited Collier County Parks and Recreation Regional Park which is being developed in two phases. Phase 1 is being developed on a 49-acre parcel with construction anticipated to start in October 2019. This bid is for the Construction of Phase 1. Phase 1 of the park is located immediately to the east of the recently completed Northeast Recycle Center. Immediately east of the park site will be the future Northeast Service Area Utility Complex(NESA)which will include the Northeast Regional Water Reclamation Facility(NERWRF)and the Northeast Regional Water Treatment Plant(NERWTP)and related transmission infrastructure and well fields to provide potable water, wastewater and irrigation quality(IQ) water to future residents and businesses. Collier County Water Sewer District has begun construction of certain components of the NESA project under a under separate design-build contract. Some of the NE SA work is being constructed on the Park project site- including underground utility mains,structures,wells,and related infrastructure as part of the development of wellfields and utility mainlines associated with NESA. This work is scheduled to be completed in advance of the award of the Big Corkscrew Island Regional Park construction contract, however the contractor will coordinate all work with existing conditions, installed infrastructure and access to installed infrastructure and facilities. FOCUS OF BCIRP PHASE I Phase 1 is being detailed in two sections/contracts—North Contract and South Contract. Phase 1 -North Contract incorporates sitework and structures pertaining to two baseball fields, four multipurpose fields,the North Concessions Pavilion,the Picnic Pavilions,baseball field structures,and miscellaneous park structures. Phase 1 - South Contract incorporates sitework and structures pertaining to the Community Center, Maintenance Building,South Concessions Pavilion,Picnic Pavilions,Aquatics Center,Pool Equipment Buildings,and miscellaneous park structures including tennis courts,pickleball courts basketball courts, playground,and well sites for future County wells. NOTE:Phase 2 is being developed on a 107-acre parcel incorporating lands surrounding an existing lake with construction anticipated to start in July 2020. Design is currently underway. Contractor's Experience—The Bidders bidding on the contract will be required to provide references for work completed by the bidder for projects of similar size, scope, magnitude and value completed within the last ten (10) years as 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. This would likely translate to an expectation for contractors having experience in Parks and recreational facilities constructed for public and/or private agencies for 20 acres or more, in the order of magnitude of$10 Million to$50 Million in value. Page 1 of 3 19-7615—Construction of Big Corkscrew Island Regional Park—BID Scope of Work Outline Licensing Requirements—The project will require a General Contractors license for the project. Specialty or other trade-specific license contingent on the type of work performed by the trade subcontractors will be required as per the licensing requirements of the State of Florida and/or Collier County Permitting Requirements—The Architect of Record has made application for the Building Permit. The General Contractor will be tasked with receiving and managing of the building permits required for the construction of the project.The County will pay the fee for the general building permit.The General Contractor and/or his subcontractors would responsible for applying for and paying for all trade-specific permits and all permit inspections,re-inspections and related costs associated with the project. Permits and Permit Documents—The following permits are related to the project.The General Contractor will be responsible for ensuring compliance to terms and conditions and requirements of the permits. Big Corkscrew Island Regional Park Permit List Permit Permit Number Site Development Plan Amendment(SDPA) PL20180001484 South Florida Water Management District(SFMWD)ERP 11-00766-P App No. 180816-778 SFWMD Water Use Permit 11-04014-W SFWMD Dewatering Permit 11-04012-W Army Corps of Engineers (ALOE) SAJ-2012-00841 Bid Bonds and Performance and Payment Bonds—Bid bonds and a 100% Performance Bond and 100% Payment Bond will be required. Work hours and work hour restrictions—A residential development—Waterways of Naples—exists to the southeast of the project and Golden Gate Estates residential neighborhood exists to the North of the project site,and as such,effects of noise and light from construction operations should be a consideration.Reference Collier County Noise Ordinance,and or restrictions and requirements. such as no Sunday work permit or off- hour work permit. Proposed Construction Schedule—PHASE 1 —The construction schedule for both the north and the south contract/section overall is 608 calendar days from Notice to Proceed to Final Completion.Differing scopes between the North Contract vs South Contract may require differing construction schedules. If awarded as a single contract for both North and South Contract,the project will have sub-component schedules and completion dates,yet still be proposed for a 608-calendar-day schedule from Notice to Proceed to Final Completion overall.North Section construction would start approximately 10/2019 and be completed 11/2020 —426 days from start to final completion.The South Section construction would start approximately 02/2020 and be completed 05/2021 —485 days from start to final completion. If the Owner chooses to award the project as two separate contracts,the proposed construction schedule could be as follows:North Section construction would start approximately 10/2019 and be completed 11/2020—426 days from start to final completion. The South Section construction would start approximately 02/2020 and be Page 2 of 3 S 110 19-7615—Construction of Big Corkscrew Island Regional Park—BID Scope of Work Outline completed 05/2021 —485 days from start to final completion. As such,the entire project will fall within the 608-calendar-day schedule. Award Basis—Collier County reserves the right to award all or any individual contracts, or none,to one or multiple contractors. In either award scenarios—two contracts or a single contract- it is anticipated that a portion of the park would be open to the public in advance of completion of the entire project. This project is funded by a Sales Tax Surtax and has been approved by the Sales Collier County Infrastructure Surtax Citizen Advisory Committee. ALTERNATES: 1. Alternate for Artificial Turf per Multipurpose Field, including fill for grading,sub-base,finish base,drainage system,and artificial turf system complete in lieu of natural sod. County may elect to select the Alternate on one or more of the 4 Multipurpose Field locations. Page 3 of 3 110 EE .E RAE•.: ..,Z,:.. 4 ,, . ,,,,,,,,,,,..„.„.„,,,,,,„„„„..,,,,,.„_,,, ,,,,,,,,, �Y FORGE .... „ ,,,,,,,„„t kk INNOVATIVE ENGINEERING SOLUTIONS Report of Geotechnical Exploration PROPOSED BIG CORKSCREW ISLAND REGIONAL PARK - PHASE COLLIER COUNTY PROJECT NO. 80039 Sections 11 through 14 Township 48 Range 27 East Naples, Collier County, Florida 34120 Forge Engineering Project Number 284-047.01 March 2019 k`may f ; .r, W. 1 J ;9 41,[/111111: 1' 1;If 1 t i 1 l' '1 lillfj rirl 1 li 111. , ,,„.,, ,,, ,til. ,,, 41,1 , :11,11 i .1 ,, 11 iiiiii It E,11...ill 4 . „1,14 .._1, , ,, litill Ii.:, it „. ..,Illit,t , 1 1,, i , ,i „ t .11 '..,i,:, ,11,=411 1 / ill •Kr ; i . 1 i i 1 ,. - till I 11 1 ' - ' il i 1 ' ''''' ill i 1 fir-'f„..,..--' _ r } € € Ita sx p¢ ,: !I i'i 1-Ir ti-,,i, ----i-t.-----..-ii, 3 t r f -,r ,, sr{ -,,,,:—.f....:,-, ;_____1., ,,, - .< .4,4,-.7.-- , ` E /'� 11D Table of Contents Table of Contents ii List of Tables ii List of Figures ii Purpose 1 Project Information 2 Site Conditions 2 Historical Review 3 Subsurface Conditions 3 Laboratory Testing 4 Evaluation and Recommendations 6 Foundation Recommendations 6 Grade Supported Floor Slabs 6 Foundation Design Recommendations 7 Aquatic Center— Pool Design 7 Earth Pressure on Below Grade Foundation Walls 8 Sports Fields Fill Material 9 Sports Fields Light Poles 10 Mass Grading & Site Preparation Recommendations 11 Orange Grove Drainage Ditch and Canal Infilling Recommendations 12 Existing Buried Perforated Drainage Utilities 12 Utility Excavations 13 Dewatering 13 Roadway Recommendations 14 Stabilized Subgrade Course 14 Base Course 14 Flexible Asphaltic Concrete 15 Additional Services 15 Closing 16 List of Tables Table 1: Generalized Subsurface Profile. 4 Table 2: Laboratory Testing Results Summary Table 4 Table 3: Soil Corrosion Classification Summary Table 5 Table 4: Recommended Pavement Design Parameters for Collier County 14 List of Figures Figure 1: Site Location Map ii 1113 FORGE CD INNOVATIVE ENGINEERING SOLUTIONS March 12, 2019 Q. GRADY MINOR AND ASSOCIATES, P.A. Attn: Mr. Mike Delate, P.E. 3800 Via Del Rey Bonita Springs, FL 34134 Phone: 239.947.1144 E-mail: MDelate@gradyminor.com Subject: Report of Geotechnical Exploration PROPOSED BIG CORKSCREW ISLAND REGIONAL PARK - PHASE I COLLIER COUNTY PROJECT NO. 80039 Sections 11 through 14 Township 48 Range 27 East Naples, Collier County, Florida 34120 Forge Engineering Project No. 284-047.01 Forge Engineering Inc. (FORGE) is pleased to present this report of geotechnical exploration for the proposed project. We have completed in general the services outlined in our proposal number 284-047.01P dated March 9, 2017 as authorized by Mr. Mark W. Minor, P.E. through your sub-consultant agreement executed the same day. This report presents the project information provided to us, the results of our field and laboratory testing, together with our evaluation regarding the impact of the encountered materials on the proposed construction. Purpose The purpose of this geotechnical exploration was to explore the general soil conditions at site of the proposed Big Corkscrew Island Regional Park and to provide an evaluation of the existing soil conditions and their potential impact on the proposed construction. This report has been prepared for the exclusive use of Q. Grady Minor and Associates, P.A., Collier County Government, and their consultants for specific application to the proposed Big Corkscrew Island Regional Park design specified in this report. FORGE has endeavored to comply with generally accepted geotechnical engineering practice common to the local area. FORGE makes no other warrant, express, or implied. r. 4100_Fax 239.514.4161 www.ForgeEng.com Page 1 of 16 11Q Proposed Big Corkscrew Island Regional Park-Phase I March 12, 2019 Project Information Our understanding of your needs for this project is based on discussions with you, a review of the partially completed design plans for the project, our previous work in the area, together with some assumptions that we have made based on our experience on similar projects in the area. Your firm has as also provided a survey plan sheet titled A Parcel of Land Lying In Sections 11, 12, 13, & 14 Township 48 South, Range 27 East dated May 3, 2018, as well as a partial civil plan set prepared by your firm. You have also provided the 60% design structural plan set (Sheets S1.1.1 through S8.1.1) titled Big Corkscrew Island Regional Park prepared by Liebl & Barrow dated June 1, 2018 and the 60% design of the park lighting prepared by Hollis Engineering Consultants, Inc. Phase I of the project will consist of the construction of one maintenance building, a community center, an aquatic center main pavilion, a second pool pavilion and pool equipment building, a concessions & restroom buildings, four multi-purpose fields and two softball fields all with lighting, 10 outdoor sporting courts, a park, a playground, and an event lawn with an outdoor amphitheater. In addition, the project includes an aquatic facility, and other amenities including trails, flexible asphaltic concrete pavement roads and parking areas, and utilities to support the infrastructure at the subject site. The provided plans show that the current elevation across the phase I site ranges from approximately 14.0-to 16.5-feet North American Vertical Datum 1988 (N.A.V.D. '88). Additionally, the provided partial civil plan set indicates that the site's elevation is designed to be raised by 1-to 3-feet from its current elevation (finish grade ranging from 15.0- to 17.5-feet N.A.V.D. '88). All the structures are designed to be single-story encompassing a foot prints ranging from 900 to 15,000 square feet. Based on the provided 60% design structural plan set, the buildings will include pre-engineered wood roof trusses, reinforced concrete masonry block walls, cast-in- place tie beams, cast-in-place slabs-on-grade, all supported on a shallow foundation systems. For purposes of preparing this report, we assume maximum column and wall loads will be less than 80-kips and 5-kips per linear foot, respectively. Site Conditions The site is located east of Immokalee Road to the east of the Collier County Fair Grounds in the Golden Gate Estates section of Naples, Collier County, Florida. In the northwest quadrant of the subject site, a recycling facility had recently been constructed. Prior to FORGE's mobilization to the site, the southwest quadrant of the site had been cleared and used as a o b x '1.5o4v =Vc'o ;'aU Vis: w> 14.'£ c3, www.ForgeEng.com Page 2 of 16 1 1 D r ort 01'Goofed/. f FORGE Project No 284-04(01 Proposed Big Corkscrew Island Regional Park-Phase I March 12, 2019 staging area for mulching of hurricane Irma landscaping debris. The remaining portion of the site was an abandoned orange grove with orange trees still present. The properties to the north are divided into rural single-family lots, and the properties to the southwest is a residential sub- division. The property directly south is an approximately 93-acre lake. The Site Location Map (Figure 1) and the Boring Locations are shown on your provided survey in the Appendix of this report and present the approximate test boring locations and elevations. Historical Review We performed a review of historical aerial photographs of the site vicinity during our investigation. Our review of historical aerials revealed that the site was originally undeveloped circa 1940 and the site was used for agricultural purposes from 1988 until at least 2014. Additionally, in 2017 the southwest quadrant of the site was cleared for mulching activities after Irma. Due to this, some wood fragments where observed in the obtained soil samples during our test borings, and are believed to be from the mulching activities that where completed at the site. The Site Vicinity Historical Aerial Photographs are provided in Figure 2 of the Appendix of this report and present the site relative to its surroundings over time. Subsurface Conditions The subsurface conditions at the site were explored with 66 Standard Penetration Test (SPT) borings drilled to depths ranging from 10-to 25-feet below existing grade. The number, proposed depth of the borings, and location of the borings were determined by you and your other sub-consultants. The borings were located in the field by surveying representatives of your firm. The borings were completed by a subcontractor for FORGE. The locations of the borings are shown on the exhibit included in the appendix of this report and prepared and provided by your firm. A geotechnical engineer from FORGE visually classified soil samples taken from the borings. Laboratory testing was performed on representative samples from the borings to provide additional soil parameters and confirm our classification. Boring logs summarizing our findings are presented in the Appendix. The subsurface conditions encountered at the boring locations can be generalized as shown in the following table. PO Box 113040- Names. 1-L.34108 2;9.514 4100 a Fax 239.;14..1161 www.ForgeEng.com Page 3 of 16 110 Proposed Big Corkscrew Island Regional Park-Phase I March 12, 2019 Table 1: Generalized Subsurface Profile. GENERALIZED SUBSURFACE PROFILE DEPTH (FT) SOIL DESCRIPTION USC(') FROM TO 0 0.5 Topsoil or Mulch, Trace Small Roots N/A 0.5 8.0 Loose to Dense SAND to Silty SAND, SP, SP - SM Occasional Shell and Gravel fragments 8.0 25.0(2) Hard LIMESTONE (Caprock) N/A (1) Unified Soil Classification (2) Only B-8 encountered Limestone at 8.0-feet below existing grade. Most borings first encountered the LIMESTONE stratum at 11.0-feet below existing grade. The groundwater level was encountered at approximate depth of 5.0-feet below the existing grade at the time of drilling. We anticipate the groundwater level will fluctuate due to seasonal rainfall variations, surface water runoff patterns, water levels in the nearby lakes and canals, construction operations, and other interrelated factors. The designers should anticipate that the seasonal high ground water level might rise one-to two-feet below the existing ground surface. Laboratory Testing To aid in the classification and obtain information regarding engineering characteristics, laboratory testing was conducted on representative soil samples retained from the borings. Specifically, in-house testing consisted of visual classification, moisture content, wash -200 sieve, and grain size analyses. Outside laboratory testing services, consisting of corrosion series testing (pH, resistivity, chloride, and sulfate) were also completed. The results of our laboratory testing are tabulated below and grain size curve are included in the Appendix. Table 2:Laboratory Testing Results Summary Table. LABORATORY TESTS PERFORMED Moisture Fine Chloride Sulfate Resistivity Sample* Content Content pH Content Content (ohms-cm) (%) (%) (ppm) (ppm) B - 2, 6— 8-feet 17.2 8.4 - - - - B - 7, 6—8-feet - - 8.0 5,445 1.4 0.6 B - 9, 2 —4-feet 19.1 1.0 - - - - 7 F:239514.(16111) www ForgeEng.co►n Page 4 of 16 110 Proposed Big Corkscrew Island Regional Park-Phase I March 12, 2019 B - 13, 6 —8-feet 17.9 5.4 - - - - B - 14, 8 — 10-feet - - 4.95 8,454 2.9 2.6 B - 17, 8 — 10-feet 18.1 5.6 - - - - B - 21, 6 —8-feet 18.5 8.7 - - - - B - 25, 4- 6-feet 13.3 11.8 - - - - B - 32, 4 —6-feet 25.2 3.0 - - - - B - 34, 0—2-feet 4.2 0.9 - - - - B - 37, 4 —6-feet - - 7.42 5,841 5.5 6.7 B -40, 14- 15.5- 26.7 21.5 - - - - feet B -41, 2 —4-feet - - 5.69 6,425 1.1 0.6 B -49, 4—6-feet 17.4 7.1 - - - - B - 57, 4—6-feet - - 7.28 8,238 0.4 0.3 B - 60, 8— 10-feet 17.8 10.8 - - - - B - 63, 6—8-feet - - 8.64 3,245 2.3 3.6 B - 64, 8— 10-feet 18.5 16.0 - - - - *Boring number and sample depth The soils obtained are generally classified as SAND to Silty SAND material that is non-plastic in nature, so Atterberg Limits testing was not conducted. According to guidelines of the F.D.O.T. "Florida Concrete Design, Environmental Classification and Construction Criteria" there is a three-tier scale of slightly, moderately, and extremely aggressive environments. The testing results completed on the soils sampled from the site classified the soils to range from slightly-to moderately aggressive for both steel and concrete. Below is a table that provides the summary. Table 3: Soil Corrosion Classification Summary Table SOIL CORROSION CLASSIFICATION Sample* STEEL CONCRETE B - 7, 6—8-feet Slightly Aggressive Slightly Aggressive B - 14, 8— 10-feet Moderately Aggressive Moderately Aggressive B - 37, 4—6-feet Slightly Aggressive Slightly Aggressive B -41, 2 —4-feet Moderately Aggressive Moderately Aggressive B - 57, 4—6-feet Slightly Aggressive Slightly Aggressive B - 63, 6—8-feet Moderately Aggressive Slightly Aggressive *Boring number and sample depth 0 www.ForgeEng.com Page 5 of 16dt 110 ... ,ttr i'✓r iL:f t..Jf:', d fj4 Proposed Big Corkscrew Island Regional Park-Phase I March 12, 2019 Evaluation and Recommendations Our evaluation and recommendations are based on the project information provided to us, the findings of our field exploration program, laboratory testing, 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. Foundation Recommendations Based on the encountered subsurface soil conditions, FORGE believed that the existing soils are suitable to support the construction of the proposed single-story structures and recommends that the proposed buildings be design to be supported by shallow foundations. This recommendation is highly dependent on the site preparation bring completed in strict accordance with the provided mass grading & site preparation recommendations below and good construction practices during construction. It is our opinion that a conventional shallow foundation system may be used to support the proposed structures. We estimate maximum settlement of less than 1-inch and differential settlement less than 1/2 -inch will occur due to maximum column and wall loads of 80-kips and 5 kips per lineal foot, respectively, using a maximum allowable soil bearing pressure of 3.0 ksf (kips per square foot) to design the foundations. Due to the primarily granular nature of the subsurface soils, the majority of the settlement should be complete soon after the fill is placed and the structure is erected. The settlement estimate assumes a minimum of one foot but up to three-feet of fill will be brought onto the site and that the foundation soils are compacted to the minimum required density stated below using conventional compaction equipment. The remainder of this report presents our recommendations for foundation design and site preparation. Grade Supported Floor Slabs Based on our exploration, grade supported floor slabs are feasible for the proposed structures. The following features are recommended as part of the floor slab construction: • Slabs-on-grade should be designed with a modulus of subgrade reaction 160 pci for compacted granular material with a Unified Soil Classification of SP. • Provide isolation joints in the slabs around columns and along load bearing walls. www.ForgeEng.com Page 6 of 16 110 "- Roport of GeDtechnical Exploration FORGE Project No. 284-047.01 Proposed Big Corkscrew Island Regional Park-Phase I March 12, 2019 • At joints containing dowels or keys, the slabs should be designed to permit rotation between parts of the slab while reducing sharp vertical displacements. This detail does not apply to joints at foundation elements. • A polyethylene vapor barrier should be used beneath the building slab where any floor coverings will be used. • During slab placement, keep the base material moist, but not wet, immediately prior to concrete placement to minimize curling of the slab due to differential temperatures between the top and bottom of the slab. The slab surface should also be moisture conditioned during curing. Foundation Design Recommendations The following list summarizes our foundation recommendations for this project. • All shallow foundations for the structure should be designed using a maximum allowable bearing pressure of 3.0 ksf. This bearing capacity assumes the foundations are bearing on compacted natural sands, or compacted clean structural fill. • The minimum foundation width should be 16-inches for continuous foundations, 12- inches at the base of turned down slabs, and 24-inches for individual column footings. • The footing bottoms should bear at least 16 inches below finished grade. The bottom of turned-down slabs should bear at least 12-inches below finished grade. • The finished grade should extend at least five feet beyond the exterior edge of the footing. The finished exterior grade shall be at least four inches below the finished floor elevation and slope away from the exterior wall. Aquatic Center— Pool Design Within the footprint of the proposed pools, very loose to medium dense SAND is presence. Based on the soils encountered, it is FORGE's option that the pools can be constructed on a shallow foundations. FORGE recommends that the pools be designed utilizing a Subgrade Soil Modulus (ks) of 285 kcf, (160 pci). for up to 1-inch settlement. Due to the presence of the rock approximately 11.0-feet below existing grade (Approximately +2.0-feet (N.A.V.D. '88) in the location of the proposed pools, if any of the pool bottoms are designed to be bear deeper than this elevation, the rock shall be over excavated and the pools should bear on a minimum 8-inch layer of compacted bedding material, such as No. 89 stone. The bedding material will aid in reducing excessive differential settlement between the two different soil types. E)a'; ;, - . .;6 5'; 4100 Fax 239.514.4161 www.ForgeEng.com Page 7 of 16 FOROF Projoct No. 284-047.01 Proposed Big Corkscrew Island Regional Park-Phase I March 12, 2019 As an alternative, the pools could be installed with a deep foundation to account for the high water table. If the pressure of the ground water exceeds the pressure of the pools (which can occur when a pool has been drained and proper steps have not been taken to prevent this), the pool has a possibility of"popping up". Using a dewatering system, before draining the pool is a preventative measure to ensure this doesn't happen. The water table was encountered 5.0-feet below existing grade adjacent to the proposed footprint of the pools. Dewatering depths of approximately 7.0-feet will be required near the deep end of the pools. The ground water level should be maintained at least two feet below the bottom of all excavations. Two possible dewatering systems include sump-pumps or well point systems. Since the encountered soils at the proposed pools depth were composed of SAND with little to no fines, the cohesiveness of the soils is low. However, since the depths of the pools excavation are anticipated to only extend below the water table in the deep end of the pools, the best option would likely be a sump-pump system. Regardless of the type of dewatering system utilized for the project, the construction of any above ground structures should be completed after the water table in the area has recharged. If construction of structures begins prior to the water table being recharged, soils may encounter greater pressures thus, increased settlement may occur. The SAND should be easily excavated but will offer little sidewall stability for the excavation, therefore excavations may require temporary shoring to stabilize the sidewalls. FORGE recommends that temporary shoring such as sheet pile, a lagging wall, or other temporary shoring means be utilized to protect the existing foundation's supporting soils. An alternative to temporary shoring would be to perform a program of chemical grouting of the soils to provide support to the sidewalls of the excavation. Additionally, the LIMESTONE stratum will likely require large specialized excavation equipment during excavation to allow for the full excavation to construct the pools. Earth Pressure on Below Grade Foundation Walls Some earth retaining walls are expected to be required, such as the pools side walls. These retaining walls should be designed to resist pressures exerted by the adjacent soils. For walls that are not restrained during backfilling but are free to rotate at the top, active earth pressure should be used in design. Walls that are restrained should be designed assuming at-rest pressures. If a floor slab on top of the walls will eventually prevent them from moving, they should be designed to withstand at-rest pressures. Recommended soil parameters for the near- •> 2'9.014. r.rr;s C,�U www.ForgeEng.corn Page 8 of 16 110 2 e / t Proposed Big Corkscrew Island Regional Park-Phase I March 12, 2019 surface granular soils encountered are presented below: Equivalent Fluid Pressure 40 pcf Total Unit Weight, (WW) 120 lbs/ft3 At-rest Soil Pressure, (Kr) 0.47 Active Soil Pressure, (Ka) 0.31 Passive Soil Pressure, (Kr) 3.25 Coefficient of Sliding Friction, (f) 0.40 The above recommended pressures assume that adequate drainage is provided behind the walls to prevent the build up of excess hydrostatic pressures. This can be achieved by installing drains, using geotextiles or backfilling with free draining sand. Wall damage due to excessive compaction may be avoided by utilizing hand operated mechanical tampers to compact the granular materials; heavy compaction equipment should not be allowed within 10 feet of the walls. The compaction behind these walls should be in the range of 95 to 97 percent of the Modified Proctor maximum dry density (ASTM D-1557). Sports Fields Fill Material FORGE recommends that in areas where turf fields are to be constructed, such as the four multi-use fields, softball fields, or the event lawn, a test pit program and permeability testing should be completed to verify where a soil stratus containing elevated amounts of fine content are present. If soils contain elevated amounts of fines, it will likely reduce the permeability of the soil, causing long-term drainage issues and reduce the useful life of the fields. Based on the borings completed in the area (boring locations B-29 through B-34) a Silty SAND strata is present approximately 6.0-feet below existing grade in some of the borings. The final design elevation of the fields will be 17.0-to 18.3-feet which will require the site to be filled approximately 1.5-to 3.0-feet. The completion of permeability testing could aid in the turf fields drainage design. Additionally, any additional fill placed in the area of the proposed turf fields shall be a clean fine sand containing less than 5 percent fines content with a USCS classification of SP. (15) PO Box 113040 - Nap;. , 4 www.ForgeEng.corn Page 9 of 16 110 ) (,.c< Proposed Big Corkscrew Island Regional Park-Phase I March 12, 2019 Sports Fields Light Poles FORGE has review the Big Corkscrew Island Regional Park's 60 Percent Design Plans of the park's lighting design. The provided lighting design utilizes several different light poles varying in length from 27-to 70-feet. The proposed utility poles are pre-stressed, pre-cast hollow square tapered poles that are manufactured by Utilizes Structures, Inc. Assumptions: • Tapered Square Section. • Pole tops widths vary from 4.8-inches to 6.5-inches. • Pole butts widths vary from 9.15 to 12.94-inches. • Provided Pole lengths range from 27-feet to 40-feet. • Details regarding 70-feet field lighting poles have not been provided. • Approximate Weight range from 1,500 lbs. to 3,500 lbs. • Ultimate Ground Level Moment is unknown. • Pole will required an allowable passive pressure of 350-to 400 lbs. per cubic foot. • Embedment depths range from 7-to 10-feet. The provided information indicates that, the selected pole will have an embedment depth of about 7-to 10-feet. The soils within the zone of embedment are mainly loose to medium dense SAND. FORGE has completed lateral analysis using the provided values. Based on the results of that analysis and existing soil conditions encountered we recommend the following parameters be used to maintain lateral load deflection at the ground surface to be 1-inch or less. • An augered hole shall be made to a depth of 6-inches deeper than the required embedment depth of the pole, as specified by others. • The auger shall be a minimum of 50% larger in diameter than the pole being embedded. • The hole shall either be temporarily cased or a drilling fluid shall be used to maintain sidewall stability. • A sufficient amount of #57 stone shall be placed in the bottom of the hole to form a 6- inch thick base. The gravel shall be tamped either prior to or during pole installation. • The pole shall be set on the gravel base, the pole shall be supported in a vertical condition. • Concrete shall be added in increments not exceeding two (2) foot increments in the annulus area of the augered hole. A probe vibrator shall be used to densify the material. • The concrete shall be placed in increments up to the wire panel, (about one-to two-feet below the surface). • Following wiring, a clean fine sand may be used as backfill. The geotechnical engineer of record for the project shall be engaged to review the contractor's proposed means and methods of light pole installation, prior to mobilization. Cho www.ForgeEng.corn Page 10 of 16 110 Proposed Big Corkscrew Island Regional Park-Phase I March 12, 2019 Mass Grading & Site Preparation Recommendations The following recommendations are provided for the proposed earthwork. The geotechnical engineer of record for the project should be engaged to evaluate the contractor's earthwork plan and provide comments relative to contractor's plan. The successful completion of the project is HIGHLY DEPENDENT on the earthwork being completed properly. Therefore, we recommend that FORGE be retained to provide onsite monitoring and testing. Below we have provided a list of tasks that will need to be completed. 1. Remove all remaining structures and remnants of structures (including exiting buried storage tanks, irrigation pipes from the orange groves, and other various berried utilities pipes) at the site and dispose of them in an appropriate and lawful manner as directed by the owner. 2. Clear and grub the existing site. Remove all topsoil, mulch chips, trees, tree stumps, landscape remnants in their entirety and dispose of them in an appropriate and lawful manner as directed by the owner. 3. Prior to any fill being placed, the stripped ground surface shall be proof rolled with a vibratory roller. At least five overlapping coverages in perpendicular directions shall be made. The roller shall be operated in the static mode only, when within 75 feet of an existing structure. 4. The stripped grade shall be compacted until a density of at least 95 percent of the modified Proctor (ASTM D-1557) maximum dry density is uniformly obtained. Field density tests shall be made after compaction of the existing ground surface to verify the specified degree of compaction is obtained. During mass grading, the test frequency shall be at least one test for each 4,000 square feet. Test frequency shall be increased for individual buildings and along roadway alignments during the final two feet of fill placement. 5. All soil backfill shall be sand with a Unified Soil Classification of SP or SP-SM containing no organics. Fill shall have a maximum of 12% fine content and be moisture conditioned to readily achieve proper compaction. 6. All soil backfill shall be placed in loose lifts not exceeding 12-inches in thickness when compacted with a heavy vibratory roller. Lift height shall be reduced to 6-inches or less for material compacted with walk behind rollers or plate compactors. Each lift shall be compacted until a density of at least 95 percent of the modified Proctor (ASTM D-1557) maximum dry density is uniformly obtained. 7. The bottom of footings shall be compacted until at least 95 percent of the modified Proctor (ASTM D-1557) maximum dry density is uniformly obtained. Field density tests for the final two feet of fill and beneath footings shall be made with a test frequency of at least one test for each 2,000 square foot of building area (beneath slabs-on-grade, and exterior deck or walkwalks) in each lift of fill or backfill or at least four tests per lift for each building footprint (whichever is greater). For foundation excavations, the field density testing frequency shall be a minimum of one test per isolated column footing. For continuous footings, one test per every 50 linear feet of footing shall be completed. Field density tests frequency for (0) www.ForgeEng.corn Page 11 of 16 1 1 D Proposed Big Corkscrew Island Regional Park-Phase I March 12, 2019 roadways and utilities should be at least one test for every 100-feet of roadway or utility line per lift. Orange Grove Drainage Ditch and Canal Infilling Recommendations Below we have provided a ditch and canal filling preparation section. 1. Strip all topsoil and vegetation for a distance of at least 10 feet beyond the edge of any ditch or canal to be backfilled. 2. Lower the water level in the ditches completely. 3. Remove any deleterious material from the bottom and side of the ditches or canal down to relatively clean granular material observed and confirmed by a representative of the geotechnical engineer of record. 4. Backfill the ditches or canal with clean granular material containing less than 12% fines. Material to be approved by the geotechnical engineer of record prior to placement. 5. Place all required structural fill in one-foot lifts above the water table compacted to at least 95 percent of the modified Proctor (ASTM D-1557) maximum dry density. 6. Each lift of soil shall be benched (cut in) to the adjacent elevation of the ditch. 7. Filed density tests shall be completed by a representative of the geotechnical engineer of record to document the relative density of the fill material placed within the ditches. Existing Buried Perforated Drainage Utilities FORGE has been informed that there are known existing perforated HDPE pipe buried approximately 4-feet below the existing agricultural ditches and run from north to south across the site. The pipes must be removed in areas under any structures to reduce the potential for settlement if the supporting soils were to raveling into the voids within the pipes. In other areas, such as in parking lot areas, and green space areas the pipes could be left in place, but there is a potential for long term raveling of soil into the voids of the pipes, especially if the existing pipes are cut or broken during the installation of the new infrastructure. This may cause a long term maintenance issue that should be considered when evaluating to leave the know pipes in place, or to remove them. If it is not desired to remove the pipes prior to construction, the pipes could be grouted in place with a cellular concrete to fill the voids and reduce the potential of raveling of the soils into the voids of the pipes. cM) www.ForgeEng.com Page 12 of 16ist 110 ..`' ,..,.,r E, , . FORGE Project No. 284-647 0 Proposed Big Corkscrew Island Regional Park-Phase I March 12, 2019 Utility Excavations The surficial strata across the site consists of loose to medium dense relatively clean fine SAND with occasional small roots from existing vegetation. The SAND should be easily excavated but will offer little open trench sidewall stability, therefore excavations may require shoring to stabilize the sidewalls. FORGE recommends that all excavations are done in accordance with OSHA 1926 Subpart P— Excavations regulations. The SAND stratums encountered in our test borings from existing ground surface to approximately 11.0-feet below grade is suitable for backfilling of utility excavations. If utilities are designed to bear within the very soft to hard LIMESTONE stratum, utilities should bear on a 6-inch layer of compacted bedding material, such as No. 89 stone. The LIMESTONE stratum or any Silty SAND stratums containing more than 12% fine content are not suitable for backfilling of utilities, and SAND should be used as backfilling material where this stratum is encountered. Additionally, the LIMESTONE stratum will likely require large specialized excavation equipment during excavation to allow for the installation of the deeper utilities. Dewatering With the water table encountered at depths ranging from 5.0-feet below existing grade within the vicinity of the proposed construction, dewatering may be required to construct the pools or install utilities. Water levels should be maintained at least two feet below the bottom of all excavations. Depending on the size of the excavation and length of time required for construction, various dewatering techniques could be employed. Dewatering methods such as sumps may be suitable for small and quick excavation work while larger and longer excavations will likely require well points. A mud slab or a crushed stone base may also be required at the bottom of the excavation to provide a stable working platform. The construction of the pools or other aspects of construction that will occur below the water table and will require dewatering, should be completed prior to the construction of the above ground structures and allow for the water table in the area to recharge. If construction of structures begins prior to the water table being recharged, soils may encounter greater pressures thus, increased settlement may occur. PO 8cx ?l3040- Naples. r .2 www.ForgeEng.corn Page 13 of 16 i1D ., .,�.�.•,, , .. _, ... J- ,.1 S;4 (4'._ , Proposed Big Corkscrew Island Regional Park-Phase I March 12, 2019 Roadway Recommendations For areas that are designed to have 1 14 feet or greater separation between the estimated wet season high groundwater table and the bottom of the Limerock base material, FORGE recommends that the following asphalt pavement parameters outlined below be considered during the asphalt pavement design. Table 4:Recommended Pavement Design Parameters for Collier County. COLLIER COUNTY DEVELOPMENT MINIMUM ASPHALTIC PAVEMENT SECTION THICKNESS Flexible Asphalt Base Thickness Stabilized Subgrade Service Level Concrete Thickness Thickness (in.) (in.) (in.) Standard Duty 1.5 6 12 Heavy Duty 3 8 12 Stabilized Subqrade Course FORGE recommends that a stabilized subgrade material be the first course placed during the construction of the subject site's roadways. It is recommended that the stabilized subgrade material be a Gravely SAND blend and should have a minimum Limerock Bearing Ratio (LBR) value of 40, as specified by F.D.O.T. The stabilized subgrade should be placed in 1-foot lifts and should be compacted to at least 98 percent of the Modified Proctor maximum density. The stabilized subgrade should be tested at a frequency of at least one test per 10,000 square feet of pavement section, or a minimum of four tests, whichever is greater. Base Course FORGE recommends that a base material be placed on top on the stabilized subgrade material during the construction of the subject site's roadways. The soil matrix of the base material is recommended to be a crushed limerock material having a minimum LBR value of 100. The base material should be placed in maximum 6-inch lifts, and compacted to at least 98 percent of the Modified Proctor maximum density. We recommend that the base material comply with the latest edition of the F.D.O.T Road and Bridge Constriction specifications. The base material should be tested at a frequency of at least one test per 10,000 square feet of pavement section, or a minimum of four tests, whichever is greater. www.ForgeEng.com Page 14 of 16 110 Report of Gcotechiiica/Exploration FORGE Piojee, Proposed Big Corkscrew Island Regional Park-Phase I March 12, 2019 Flexible Asphaltic Concrete FORGE recommends a flexible asphaltic concrete pavement material meeting F.D.O.T. SuperPave (SP) asphaltic concrete mix. We recommend for the standard duty pavement section, one lift of F.D.O.T. SP-9.5 (S-III) asphalt mix be placed. For heavy duty pavement section, we recommend two lifts of flexible asphaltic concrete be placed. The base asphaltic lift should be F.D.O.T. SP-12.5 (S-I) asphalt mix that is 1 1/4 -inch in thickness, overlain with F.D.O.T. SP-9.5 (S-III) mix that is 1-inch (+/- '/4-inch) in thickness. We recommend that specific requirements for the SuperPave asphaltic concrete, as outlined in the latest edition of the F.D.O.T. Road and Bridge Constriction specifications, be followed during the construction and placement of the asphaltic concrete pavement. Additional Services FORGE should be engaged to review the project foundation plans, light pole installation plan, and earthwork specifications. We would then suggest changes in the specifications, to ensure that the provided specifications are correct for the prosed construction. FORGE should also be engaged to monitor the construction process, 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. CAO PO Box 113040-Naples. FL 34108--239 514 4100 -Fax 239.514.4151 www.ForgeEng.com Page 15 of 16 110 Report of Geoiechnic:al f xplorz,, c n FORGE Project Proposed Big Corkscrew Island Regional Park-Phase I March 12, 2019 Closing We appreciate working with you as your geotechnical consultant and look forward to working with you on the remainder of this and future projects. Please contact us when we may be of further assistance, or if you have any questions regarding this report. Sincerely, Forge Engineering, Inc. Certificate of Authorization No. 7544 Ra tj Hcru/u4- Robert J. McGinnis, P.E. Matt H. Nolton, P.E. Project Engineer CEO/Principal Engineer Florida Registration No. 44081 THIS ITEM HAS BEEN ELECTRONICALLY SIGNED AND SEALED BY MATTHEW H.NOLTON,P.E.ON MARCH 12,2019 USING A DIGITAL SIGNATURE. PRINTED COPIES OF THIS DOCUMENT ARE NOT CONSIDERED SIGNED AND SEALED AND THE SIGNATURE MUST BE VERIFIED ON ANY ELECTRONIC COPIES. Distribution: 1 —Addressee (via email), 1 - File Appendix: Figure 1: Site Location Map Figure 2: Site Vicinity Historical Aerial Photographs Exhibit (Boring Locations and Elevations) Report of Soil Borings (Sheets 1 through 7) Boring Logs Key to Boring Log Classification Laboratory Tests - Grain Size Curve 12) PO Box 113040—Naples, FL 34108 4100 M r rx 239 514,1161 www.ForgeEng.corn Page 16 of 16 ll0 APPelsiD1 1 1 D Figure 1 : Site Location Map SUBJECT SITE (Approximate location) Image from Google Maps. PROPOSED BIG CORKSCREW ISLAND REGIONAL PARK - PHASE I COLLIER COUNTY PROJECT NO. 80039 Sections 11 through 14 Township 48 Range 27 East FORGE Naples, Collier County, Florida 34120 MINN FORGE Project Number 284-047.01 INNOVATIVE ENGINEERING SOLUTIONS CAO March 2019 Figure 2: Site Vicinity Historical Aerial P photographs 1 1 E� • Image from Collier County Property Appraier's Website:1940 Aerial ILS i r f E ,l Il I I, € 1 {l t t lit" ig$ Lll 11i: i L :LI \ x r r{ I LI ': i) 'I, II,stt; 'II i(i;,IEl I iiEt ,11°'I S :s ti�a�, L 1 ,)ILjII''i i II;II i aLL L i II by :I ILII:' ty 1 I' j((a , i; t1r . {1 f t 3 a ,A h''''' ' ' lil ,3 ' }'k{ !ill 11';'.`, ii 1`f E �•�! 1 31ii �s 4� 4 ;i • l' t ,£t i tj 'I (' ) ,ii! ilsl'e 1,1 'g'2 ' 1' 13} I3 Ili t ' 4 Y � -t�i 5 1 } Ij ' k IC,, :', €:lc c, l ' _ 11 : tf tl 6+ ,C I.' ' 1I1 ' L ' llh4 . a '' a: 3 l' ppit E ,' i" ' ftfi I� ii, 'I '' 'II ' i ' ,l .ei >}, 'l''111 I lt1 I(,; 3.11 tg ,I . i ��° ` € ( fie" ijl i I „, v„' i �` I � F� 1.13s3 s ''1 ' : f) Image rom Collier County Property Appraier's Website:2005 Aerial sz .. k . rlil 1111111,4;',, 'Ilii*iiiii lit i :'‘`'''''' :OMNSiIdt .� t^ Image from Collier County Property Appraier's Website:2018 Aerial 0 Page 1 of 1 mi'‘ vow-rr-t\ow\uwnsl+wu xv�svat.se-rrltoz wrens�J]rom\owns\� ,=1 .1001 H r rv'' w z^ az w eco TPvNLL f LL Z d m / �1 ... l_ n r 9��1 II o U 1 •--- _ ��� I III --` L 62 ��.__• €3 "i III l I 1 II ! . 8 'r '. • $1 III -0 *ftese `nesill 1 ��1 o I( • II 1 $b a 1 '� 1 III � _ ,, a Q x s g m I II' IF mm tV 911 / /19 1. 1---h 1 2 (1131 li c, 'I ) ;['')1 4 0 u,4 , 1 2)..[il III ''' 3 ... - V "- i 1 1$ } 41ad ,y, /zii- 1-- *E 4 . 1 1 ' m a 5 •°, - 1 = _ o�' -- i c_ I-- 01 1 P Qr-- ' li / 1 k [1_,IE 'il 11 1� 1 '.d ` - . s D i / I I � . _ ; l_ 1 V �� v�_ 1I # 1 ») J 1 lac- ' — _ l 't [5 slid_ , -; $ g I sp. a rp:o Q :peslnea I 9 LOZ/SZ/L:ele0 I S111:A9 UMBJO 1.0'L40-84Z'ON 133IOlid 3OiIOd 'ouI'Bupeeul6u3 449E:4111V Ue0 q, l y ,l e6)o j wan uonezuoylne �l 801.4£epuoljseldeN = OZ64£VORIOId'JLLNf10021311100`S3ldVN usnumsseidxeeyllnoynm 040£11 xo9 a d 1SV3 LZ 30NVN'HlllOB 94 dIHSNM01 4L H0f109H1 L L NOLLO3S pezpoylne SI uollonpo)de) 1081 3 9a OA JO esn oN"ouI'6uueeu!Bu3 13SVHd-)121Vd IVN0IO321 ONVISI M311OS)IiIOO 019 03SOd0 d e6)oj Io Aoudad IP 31IdOad 33VoNIlS9fS 03ZI1V113N3O enisnpupxee es6uyIe)euBlsep L91.4-4LS(6EZ)xed lmwp esayl OOLtt4l9(6£Z)eu0yd ,wmBu3eB�od'mmm SONI2JO8 1IOS dO .110d32:1.110d32:1L40I.1aauS z ❑ w° °o ¢ ° D i O d (. a ° c7 >jO1 z° � 2 pw= C U QlQ K > Z ❑ 00 Z S❑ zw _c, > T 00 5 W O pzw -e.( ao: -- n °LL �< �w t 8 z❑i a J z a m 0`n �buJ z w w z 0 N ° v `. Q W W J w W>W ❑❑ O Z t W N > 02 W y,, ?rr > 2 r t 16 W' $ r , z 1- K IQ- 4. Q N z ❑0 s 0 °� O > w m° S . I n +O+::I« r =ww w 0 W ° O W o a z �0 — 2 as ff' 9 9 £ £ J r _ tt p jg U 2 7 ❑ F 7N ,� 4 Z Q Q LL � �I�u k' '�� is h 3k'p59 o m8 o G 8 wLLW 6 :) = azm aaz & a21 �sigE a>� ,°8,0a g " I" sg '`dJRwW iz o > 2 g w'6 ffl — , I ' '2! "a S" eS" yS"N � � > S� s$45igg 9 n o �$ �a > io a z z LL a a ��c7 c7 ❑ �� F W��No �N , �T6,1th, gl �� ,�5 0rc ° z azzO O O O ar` O❑mo ° ! I1g 2000 - 8XAgQg!m8ffff��R,o 0N M a Nl zi a ' m ° � " pi e,,,R4 " P 5U35kr. Na yQ6J �=w�i � � „ A�id,"�rvo R Jg� �a'5fe i�W��i9R'cw I AiCI ® 2 ° 2Ipq� N Z 2 z�a4i33 � (88❑AVN).L33d NI NOI1VA313 (Re OAVN)133d NI NOI1VA313 W L% I I I I I I I I I I I I I I I I I I I I I 1111111W11111 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,I I I IU 1 1 1 1 1 1 m a z d > ✓ m z M ry a z . 0 O�.. zo 0 1= G . I rnE r m m a m re z HI NI ;al 3' ml NI z UI t'-'I :'-'I sI :2I c7 J ° a w o R. s ~ O _, a ti n J Z Q O In ® 0 8 0 0 0 0 Ei z w kZ Q J 8 m 5 o a c a U2jIA 0 Zell VI in of r-1 Zvi Z. coal ;-)I !I - w zLIJ o z Lai„ g m D• ''.W ce x l-- n W a a Lkj a oo LT O p a m JO cn e? 44 m- 3 r cc a w W , Z - F -> _ w J O z vl NI mI W M Z Vll OSI ea N N in m N LT S O J r Q,,cel `n of O o_j N z 4 wa I, W In K 7 0 n n ry 0 0 S EE 21 O w I- X D: CO❑ Crli .( �� I.( lr----141 m Q h p_ i ......::...... .:..:. ;.,.14:. N F Z U mZ VI,42I MI nl ml NI W Z vI 011 e-I I0I VI a N < ye 1 N a• (3 O=o0 '' O O 5 O ® O ®O ° a 0� a W W 0 u) 5 r f CIQ❑ I-N m )I! m `/ J _W J W z Z hl AI 10. 011 N Z WI NI NI w• oz WD W Z< W I- °m< 3U- O O as o N O 9 N h O G 9 z ,--c3 D-' 1 III Ili III 11111111111111111111 II1111111111111111111111111111►11111 m ,. (88 OAVN)133d NI NOLLVA313 (88 OAVN)133d NI NOI1VA313 :pesinea I 81.0Z/SZ/L:eleo1 Slut:Ag umeia I.O'L17O-84Z'ON 103rOad 3021Od 449E:11InV'PeO y, � 3„uy�,a,N aB�od wwl uollezpoylne r OZ6gE valaold'LLN lOa x311100'S3ldtlN $OL4E epuo�3'seldeN u uepwe sse�dxe 05111101111. 040EL l xo 'O'd Z 1SV3 LZ 39Ntla'H100S$q dIHSNMOI.qL H911021H1 l l N011035 pezuoulne 9 uolpnpmdei ve.4 3J210A 1 3SVHd-HaVd 1VN01931A ONV1S1 M3dOSHa00 919 03S0dOdd JO 0511 ON'0ul'ewleeu18u3 e81od to Apedoid illoyl� 31IdOaenlsnpxe ewe uBlsep d 30V3ansenS 03ZI1b213N3J ueseg1weseyl 1914-171,9(6EZ)xeg P 0014-4LS(6EZ)euoyd ZIPSONIHO8 BIOS JO 1?:IOd3Hl LJoZ}eeLiS woo'Bu3elliod'mmm o z o w o cc O 0 d¢ m o o:c2 'LE; w (2 §F W z W 3- V1 . a U U as . 2 Q O 0? L'2 2 O T FAw w oa5W FT 00 ,LL YUU ~ O p G O II O W O i f M Q t r N W W i Q Q N < N Z W m w K k..lq J' 6 O W W 2 U TU J N 0 d •a > u x'g'. , > z z ° Z J z to `�` maw '`" X Qao DD 9 r CD 2 L- O i w m0 ° I« = m2 0o u y o LU o o Z (1) u 3 za = .1 �1� �u,1 as 0 g > 'g3gg og J, rug. o z FjN A QSF ao LL 1 2S ug E c°S iP p o < 3 wLLw ::I Z rzo¢a z S' � a0gr bwiitw!igf4' Ug e b 4 1-9 o r s 6.;g iowa55 � I �" zoo' N o s".`, `> i g$ Z a ¢ ti pwm mzl z s " i -,til 4i > a z 3 3tmiOr oozQZZ o I5@, n -.gym 0.-S > r"'Ng $ I 1`'i oo :g5 g a§ 0 8C O HOu<gggC k' AV 8"°15.gl 0 E 0 6 z",4 a m m m g? p �&N; ;e 4.3!JM `O.e" 5312276q"-'0"�Y -'0" $ w _ „,,fid m}2 alZ-o< mi8 ril <No88gt� D iiil D D H. ►� z o ;°z 1�Jp '`.) ." Z 2�a S$ 3 .� (88 OAVN)133 J NI NOI1VA313 (88 OAVN)1333 NI NOI.LVA313 w ¢ w IIIIIIIII 11111111111111111111111 I I I 111111111111111111111111111111 ! '" Z d s 0 O O O a u Z o 0 - ; = r Z r z o mao r 5 a m re r W _ Z Ni ODI O'I OI VI MI Ni NI Z♦I 011 • co a E J O o N Q W ✓• r ii J Z a ET, J0 J O © OO ® 2 OOO Z w " r Z - J W � Yom:....... w r - � � � Up: O LU UZ MI�I NI WI WI... M i+1 r- Z Z♦I �I 011 011 jpA W 2• O z Q N 3 _^I N Z r m LL o I y 2 c 0 aLLI 0 J WI ce x 1- CIJI o O O O O O O O ® W m _ Y 11, u i .. (/� U F- c CO LU a riZ F as f/1 ar r a wm , IIIII mw,I r EMIiia z 2 L4. N Z NI YII t01 00 VI NI Z Ml?I �I Irl 00 �I O N J 0 I'll:• y to 0 O aLU 0 N W mZ1 < w a= W x w DO (T 0 0 0 0 O 0 D a mco= ..... ... ...... O W =V- N. ^ a 110 = w << pE }3 �. 1- z 2Q m E 31 m . < I-a_ i - I S W ZU a < o F Z.,�I NI OI VI r m Z HI�) •7I �I al V N CI a N N Q O >>O W L 5 ce xm s sa �_, O O we ® O w a zo _... g W WO X tD W a o I- J N W 7 Z m m & wa HwQ H E ¢3 Z u1I VI 00 °I °I VI Z a1 a- • 0 01 `.-21 w oz w p w O l=- 3 I co_, - O as In 0 1111 1 1 1111 1111111111111111111111 III1111111IIIIIIIII111111111111111 m i (88 OAVN)1334 NI NOI1VA313 (88 OAVN)1334 NI NOI1VA313 • ' 'OV') :pesinea I 9 LOZ/SZ/L:elea I s1W AB uMeJa LO'LPO-8PZ'ON 13 COad 302JOd 44SL''V1nV'Pao e6Jo wolf uoulez oj6 '1' V OZ L4E valaold'uNf100 x311100'S3IdtlN 1 1 P UIne LIOULIPA oqwe 80L4E ePuold'seld¢ry ,, 1Stl3(Z 3DNtla'H1f10S y dIHSNM01 4L HDf10aHl�L NOLLO36 pe2IJo SSeldxe eel Inojdej 040ELLxoB'O'd z 39b0� 8 pezuo4lnes�uoipnpadel Q a 7 13SVHd-NaVd IYNOID31!ONYISI M3d3S4J00 Me 03S0dOed JO esn ory'nu!'oupeeulou3 eolod 1o,(uedold en!snloxe eVl ele u6isep �; ZIP L9L44LS(6EZ)xed 311d0ad 33vdansanS 03Z11b213N3J pues6ulm9ZeseVl �4 Oooeu3 (6EZ)euOyd SONI21O8 1IOS JO 1210d3 I L10CleeUS woo 6u3e6Jod MMM Co a W K Z Co O w K 1E" 2 O a(J, ]JN 5 Z zS3 -,'1' hJI 9 2 2 g0 2 2 m V 62 _V >T OO E6 O a in ¢ ti S O o`-'5, f- U0 (x7 (x7 u n 3 3 zQx z ! 9,O' yo$vWy r r3 I z u 3 O N N v a j U J u F W W a ❑ O W ~ Z w oQ x a 03 ao > > u 'K3N i $ CD R ... O > a m 0 0 I .4� I4 ' `,,L,' `,L' Vo' w w 'el' g 5 ti g ¢ m z H 0 a Sax 10 w a I * § u g�> � J o p m 0 0 L .,T, Z o w 00 0 2 . u g 0 ,$ ?! i<g i. i5' z o LLa QZo as J g 8 g81iT.g n `" g$ 2ro � o i 0 m , (aiwo zuwa? Z 2 i i> ii' -i1a'i g> y al ` 4 i>°i§£'-§Ok�X mN 1 > m a 3 zLL o oo�Azz o g°8^ go N,lZ g lB� oo1._b6 6 a Qo 0 o w �i 1 a ::,,f,g,, I.,,,_,; o°� ui £ ¢`zQ�° o� o�ooQ o O O O O W ;141 1 [O 1 9 t- n v g re32:� Rh,J ,P� ¢g.`2A 2-. try 4 SII z °zz°W1LL � N� §J (88 QAVN)133d NI NOIlb'A313 (88 aAVN)133d NI NOIiVA313 w w 1111111111111111111111111111111( 11111 1 IIIIIIIIIIIIIIIIIIIHIIJ,IIII1111111 Q m d m cc a NO O O 0 O Z0 :..-:::::.= Q a IZN ................ p = Zr O cc,m .: ....... ...............^ i r 9 w n 2 in,:2' :21 9 2. t01 �I C ,5 w N O W w . w r g L J Z a O O O O O O o z w s v Bbl m w a J • 111 aOCO ki m w 5w a I o J zr- Ia; z NI AI ml COmCOI W O z cc 4 tw-F x r pfp J O0 0 O OO O OO O O W m M in 0LU Ce ES N N / ' i:."H W Z a w W •,r r �1� m m :i:, W J 5 ,,:�:. Z 1- -'> Z NI m1 WI 011CO w NSI N N Z NI NI e'fl hl ems- NI 0 `O N O S J ,O^ N J a'r Q'Ct,v, N N c w O y r U D W. Z U ,ZI 1 w re IS N Z .. . d' CO N O _ m /�e O m .. ��•� 00 a r a . gZOO TI aI ;el :2I 2 2 MI rni 101 101 VI 0001 N M 0 w m O ®O 0 O O C a zo m N s m .N � Wn ao a Jp U;xx✓\✓�wr a a3 wa ZNI VI owl WI 1y 2YJI101 Mw z z K l- �'l 3, O!- 30, m J LL O 0 <a Z J C N a r< 0w 11 HI 1111111111111111111111111111 1111111111111 111111111111"i 1111 11111 i 1 m i_z (88 OAVN)133d NI NOI1VA313 (88 OAVN)133d NI NOIIVA313 11 pesine2l I 9LO0SZ/L:ele0I S101 18 uMeJG 60'Lti0-8PZ'ON 103fOdd 302IOd 44SL:4lnV'pe0 e8)o wool U°"z oj6ne 9014E epuo se de SNOUIT� � � OZl3£VOli101d'kLNf100 21311100'S3ldVN uel&M sswdxe e p I Id I N z 1S'd3 LZ 30NVL'HJOO6 9q dIHSNMOl 91 HOl0NH1 I.i NOLLO3S p poypM 040£11 X08 Od 7n�OJ pezpoylne sI uollonpadw © 39 7 ' 13SVHd-)1 IMd'IVN010321 ONtlISI M32138)1803 018 0JO esn oN'oul BuueeuiBu3360d021d e8iod to Apedwd 31IdO>:Id 33Vd21nS8fS O3ZI1V113N30 enlsnloxe eyiZIP we uBlsep V•04 1.91.17-41.S(6EZ)xej pue sBulme)p eseyl �, ooL4-4LS(6EZ)euogd woo'Bu3e6)od MMM SONI2JO8 -110S d0 12IOd2 I L{o4Haa4S Z O 0 z 0 p o rc S O 0 N Z O i= 5 Z N K tt W p 1 g p� � N p Q U C c...;1' V' g Y ~ p O Q 20- 6 �6u�6u U ,, p U i @�.I Q 2` x„ F. 5 5 �" g .Lu a ❑ Q OS t/1 L'• k co,▪ 3 " W O �y p W Z U Q N Q 3 Q W m W W � �� s'4. ▪ W a 0 D p j 3 Z '~ u- N L' o''L > *.k s z�� >> 4 i i W § z o aag Ur O i ISWL W 0 0 I i r.: 1M 0 I M w w c3i r S o � � W � g F �O (i W F-N � K ¢ �� W O g O W 0 o z c7 z '11' 41 >> po `3 $ 4'0 ' ag z T � z a s LL 'g"w f ❑ o a '':4 ' «- ga s & Ufli i. L-g$2 WO Q 6 w LL W '21 6 ON O a s z SS-� r� ;!gg".yiq"J > v u w a h w rc rW- r 1 I '; 8s8' ;'«iF;N1 W" 1 i''' Rini �g < U m " " g X > a 3 ?LL ° oozQzz o W5 ita L4w n + F fNv ' 1 l oo ;eoi? o 08 O O ow°-°zoo ,, !i8! i;S Q° ,;8! ry t& °�° ;g8 SSS'iQge° N M a y a s I I 9 r � e � a� X: $ e� cc., g s,A �':e;e yyNpppN� � � w F W� i = � ° ��J��d, �m �?��'^�g m� ��'� ���3 �-N 0 me# ® Ei z I." N W N uai `2' ,2`d21 '_', 8 (88 OAVN)133d NI NOI1VA313 (88 OAVN)133d NI NOIiVA313 � wt w I II II1I I II II ll I,IIIII m2N o N o ' 0 I 9 I 2 • ? } a a cc I._ 2 cc 0 0 O 0 Z z u, 2101::-.1I_^SII :21 :-I Z X91 NI a01 ON 011 ..r, a J W IIIIIPI "g '41.' Si U -I Z a - O vi O 0 ❑ z w I— O W z E cCO w m.....: m w "t o a a -1 a- 11.1 W LU a o 2N1 01 01 MI Z 2 gI VI VI WI W 0 ❑ Q 11111.1 w F Z 11 11-' II Z 0 �i Q H U' W F = I- U Z ml J 0 O D ,&i- Q W N U W ' o M 1-- O a w� al m ~ a W m Z m F -> J a J 0 g za1 m1 101 a1 al 2N. o` a u, o O F u) N F ix w m OU a0 } I- U= W a Z a0 Z Z y Ce 0 OD 0 000 j a? co i ~ S ❑ w I.W. r CO }�}} m .. m• a II--a rc 2n1 001 001 gI > ZNI MI NI a' N. Q O~ O N a PH 2• 0 O m a Ino 0 ® o a z0 w _ CO - u o: r w M .. J N W W CO m 'r m wn wO J . ' ,;v a Q M W Q Zal VI ;El r,1 NI Za11;LI .N-I co 7.I La• Z Z ac= • m J LL Z Ia „j O Z-J 1111111 11111111111111111111111111111 111111111111111111111111111111I111111 0 ,_,, .. (88 OAVN)133d NI NOI1VA313 (88 OAVN)133d NI NOIiVA313 Gp' pec!nea I 9lOZ/SZ/L'ele0 I S11 :6g umelp- I.O.140"8I' •ON 103P021d 3°02103 'on!'Bupeeu!Bu3 44SL:1111-Po''Ue0 9UOIIfTIDSffiJlr3 B3NLVl�fJd eBio j wm;uogezpoylne 901,4£epuold'seldeN z OZ volao�3'uNf100 21311100'S3ldVN ueppM sseidxe ayl lnoyi!M 040£ll xog'O d 18V3 LZ 3ONV21'HinoS 9y dIHSNMOJ.YL H0I1021H1 Li.NOLLO38 pezpoy;ne sl uogonpadeW 3 DU Od JO esn oN'30I'Bupeau!Bu3 13SVHd—)121Vd 1VN010321 0NVISI M321OS)12100 016 036030213 eBloj;o Rpedoid © ZIP 311dOad 3OVdafS8fS 03ZI1b'a3N30 en!snpxe ey1 eJe uOisap 1914415(6EZ)xe3 pue s0wmelp aseyl OOL44L5(6EZ.mmm SON12IO8 -1IOS JO 12JOd3H Llog)eeyS 1,y wm'6u3e8,od',wnv, w Or o 5 O ¢u N z 21'6'a= ., s z `:,t' -� K p K J 2 0 Z W m ?N Q w i; >1 o 0 cr_5 ° a u r o w i 0 „.'f,' 0 L u4 S a d 9 Z a ‘L,=,-' N) ° s ',; , uEb = D 5 g � » wW Q > W in° ., I 'J',w w w w ° m 2 z w o ZaZ D a x :. ,73 a Q < 15 I S�> g S g t d o J �8 O W O b zc7_ �Z ¢ > > 0 2 F g o $4�$ £ o g 0 0 9 g 3 ° a hhhhRe/61 > ww> , F> d3g cLL ,� i > t , -xjE1 , g L >z ., £>„ ° g =Z o w 8,24, zorczzI wsoi ,Ia> uV 5ldss£gal . w �9 55 7w > w ¢ ? zLL ro ❑Oj5,;H `Oi 06",r21024'; 6”, 2102 f Fw'6'eiXg °.'0 i R oo ?," gg g a'L4all ° 1rc $;1 � Zoo,° §1 . rvo& '�000 z a 6 0 ® � � ; " §:1 i ��o1A i ry U. s M a' w r z m w ,$ XX o� eXXX LL LL �' X-e J ul 21 2 of <� �m �'.�-'u°6aa m�v Vgmg�rv���43 �� Mil z 2z2n $ 33L ' d s (88 OAYN)1333 NI NOI1VA313 (88 OAHN)133d NI NOIIVA313 W W I I ( III I I I I I1I I I I I 1I I I I I I III1I I I I LIJ m2 0 g I I I I 1 T- 6 b 2 0 O 0 0 0 a• co z c? z co N •♦i x;:,1 : Oi Q Z ♦ fr mf5 < m n ..•♦♦�r`..... "iii 0 1- u Z NI WI AI VI ♦I VI Z MI:2I OSI VI ml nl :4'1 K JQ N 0 W _—III w co Q• _, Q J Z Q In 0 0 0 0 0 c7 O 0 m _ 00 re O w O 5 3 V Z bi IDI VII OI co 7.) N Z NI aan tll aH ^I o'/ W Q 0 o W 2 Z O LL. • In ce Q • I- W a f7 MW i 5 Z J O coO O O O W w CO W w to I- cc U) CeO o M W W ri O 0. m ) m :W .— z ,.. z< W J 0 �> N CO Z VI 7.1 'I I'll w .'O-I Z NI�I MI sol ni... el o o _, O' Q COIIIH N • O a W a Z ¢0 Z s LU )r-. W 2 w n U'I OO OO O 0 a• m = ..... .. ..._.._. m_. 0 W I-- :. ... . cc Cr V)0 1. H 0 W r N W p ~Z � lD IDIIH ' Q 11111'1 liPil Ln fzO m 5 a In o 0 0 0 z0 Y �::1N J• NW Wz co .... :; — LU-' w O Z MI NI V. VI OI IDS: , Z m W N M N W• O Z W F=- I n 3 o f 0 J iI W Im J 3 ly N G I'v 1^ Z ~0 D7! iiiiiiii iii < < iii1iiiiiiiiiiiiiii1i i 111111111111111111111111111111 111111 m cn0 0-1 (88 OAVN)133d NI NOLLVA313 (88 OAVN)1333 NI NOIiVA313 ' C NO pesinea I 9LOZ/SZ/L:ele4 Sew:AG uMe p 60'L40 9I' 'ON 103ro Id 3JaOd 11la out'6upeeu!bu3 441E ulntl Uel q, y�,�yaB1oj woi;eti7luoylne OZ 64£VO�aold'l 1Nf10�a31110�'S31dVN 00ELLxGOlPE 0Olj'seldeN iuelz!Jogln stuopnpoypM 040EL l xoB�Od .LSV3(Z 3°JNtla'H1f10S 8q dIHSNM01 q�H°J(1021H1��NOLL03S pezuoylne si uo�lonpadeJ 39110dJo esn ON'3UI'Bupeeui6u3 1 3SVNd-Natld 1VN010321 ON'dl Sl M3d3SH2100 018 03S0d0dd e61oj to AUedoid enisn�oxe eul we u8�sep D 1Z914 4LS(6EZ)xej 31IdOad 33Vd IflS911S 03Z111/213N30pue s6uw.elp°soul OOL4-PLG(6EZ)euoyd SONIHO8 -110S JO .1.2:10d31 fog}eeyg �� wm�Bu3eB�oj'nln�,H — a o w O Li o ¢ °-(,)-- 2 ]y w 2 fn 3 z O w= z = m m a m z z o Ow m N rw w o a =� >T o ; _ _ N! U r o-a y� (D O y n rO J O r g M Q 9 !` N W $ , S 8 K 0 Q O m W J e: W til 0 z N a w z w m w z r o a o p u y z 't -- w c mr I I'lyz oo Q ) F m g 1' l'.: m W W w w rz 0 CC W J ° 2 O w o 2, 11:- 10 ati .ia o q g 488 ag `g 1- r z wz-r �{ .w zzw Q .95: '8" `3 p „,u 4 „u S 6 g r,- %6 z a waa 6 YF!,q.;� 4 o aaw gR c lig $ ,nliill . "i 3=081 E m n O a ° Z �`cci2.., z a > o,o �Y 0 fl E> s8 W $ Z o > rn J4 w o z O Lu...tz >_,i'Eo s1 NS" S2u.,,, AiR.,15" a 1 ss£g R a r Ow mzw _ a ?W !!yy gg` i �� 711 1 > N Lc',' 3 zLL 0 ¢OZ Q2z O k'g M g "'u'm ,,g _f F Fac' � � Fv oo.�u no 0 O w R z m m NO §?t oow i„,282 ui F ',j2 ooa ; 8_gffrcu2°p° S OOOO zLt, a mFN JXg `tea gg 'rvc 0 IM LJ LI H 4 z O i r w 1 r. g a Z z°a (88 OAVN).1333 NI NOI1VA313 (88 OAVN)1333 NI NOI1VA313 W ow 11111111111111111I1111111111I1u1IIIII 111111 1 11111111111 =111111111111 0 ¢ Z d M C0 0 0 0 0 Z z vi a r O = z rt- m > m ,1 CD {-- ll- 2 NI ZNI VI OII :-11 Zell;I 011 P-1 VI E J O ^ � Q W V W Q J Q J O n 0 0 0 0 FE z W O VI/ O J S = W `t a 0 Ce m m ' .i j Q WII NNNNNN O __,LU U i ZNI n1 01 M VI ZMI cl 01 NI A: W O Z Q z ~ a' 1LLI n M Dui " cc = 1- (/) O O 0 W n s U1 a0 1- rG N 0 Co ,_ (7 Q wd: w z 1- ce¢ oa m........::........_ ., y m 0 1n a WW W J '• Z 0 r0 Jy N Z VI 011 10I NI in.__ Q Z N oE. OE b O N J 0 it � fnPIII'l 111° N Q ao N n W z § W .1(3 CO CL 0 0 0 0 0 0 0 0 00 0 a mI 0 ILI 01- pN r F: 1� Nw p m ...._ 4.'� .., 4... N LU r z v OF ZNI:2I VI NI so N i., NI ZVI VI OI 101 kaN < z ^ ^ a 2 2 m m 0 0 0 0 0 ¢ 0 LL W 0O 8 .- 0 1- a o gf 71 J V W Z L„ m m 4 a J 0 tt a W~ E ZNI WI ,I 011 )O1 •- ZMI NI COI VI NI W Oz d'0 3 iiiii.1 .g1 B - D Q 1 0 Z J �I 1 If 1 1 1 1 1 I I III I L I I I I I i l l l l l l l I I i l l l I 1 1 1 1 1 ° uuCD 0w (88 OAVN)133d NI NOLLVA313 (88 OAVN)1334 NI NOIIVA313 ' ' • C rkO peslAea 9LOZ/SZ/L:alep I S1V :A8 McJQ 60'Lti0'84Z'ON 13 0Hd 3J210d 1115 oul'Buueeu!Bu3 44 L u nv'pe3 9JWlf10SOPD[�E�B3N1V/'OMI e8,oj wml uopezuoglne BOl4EeP!�oldseldeN ,-+ OZLb£tlpR101d'A1NflO�a31110�`S3ldtlN ueLEJMsseidseegnnoyl!m 15V3(Z 3ONVH'H1l05 9V dIHSNMOl qt.HOflOi1H1 i L NOLLO35 pazuopine sl uoponpadw 060E1.t 008'O'd = 3DJOdJo esn oN'oul Buueeu!6u3 13SVHd—71Ltld 1VN0I 5 ONVISI M31109)0303 019 O360dOild ewaj fo Auedwd �. L9t4 4ts(6EZ) dZIP a1IIONd 33VddfS8fS OBZI1V J3N39 en!spue s6ulMeip nlaxe e41 e. u6lsepese41 OOL4EZ)auoyd ri woo SON12108 1IOS JO 12:10d32:1 L Jo Llaa4S '6u3e6J6u3e6�o j'MMM goal N D_'w ❑ Z ❑ ,c1-(0-- W i > >'a z ❑ 3 3 � 2 n W U ul V 5 � Z � O O 2 2 2 0 w m � "'N > T to 3 2 O r g F2 ¢ • r �u�u ❑I z = z m0¢ , i . r ra0 ww z 0 8 N h .V. Q j t.V F 1111�� U>',1' Z Z O U g�g '� W r z w � a � " �mz .o o ; u ,1 3y O w mys I )w ww ❑ & W m z v a s vi w a s u E g�V S � d os 0 w 3 z w , ¢ y > > 8 •rg w z o WLLa 'J .i6O as w §td6» a og� g* re. o a �u w = zmwaa J �&ga!, gt' / >1E $ < a re.::, 4 r0 ❑ > Z J4 v w * w o ¢ ,, I .> ..,o �"y o, , o,A1i"3,S" , i ,-BY�k 2N 1 w w r ❑LL O a°,'3_, o rc' m Ek' ,em " w k X'e Ri k' 'gX Xo > w a ? 3 r t."..°,' W gg. s/10'1 "i i"a�'X",,-, nos :2NS L. 0O O O a , O❑ Oo . "d� �rvi, g. /10'1*' -q' o aao 8g N xNQo0 cv r> v ;ii 'l�raammo 5� P EgklX ' 1a XmX w °BgXXNX N " Li =99 B 0 z ra� z1p_pp.p � 1 2 z 2 a 13 3 L * " (88()AWN)1333 NI NOI1VA313 (88 OAVN)1333 NI NOI1VA313 w L w 111111111101111111 1111111111111111II 1111111111111111111111111?IIII1I11111 rem z • co zo co z o � 1— z o g cc U' r w ZVI IDI O 101 ,,,'21 K J O N 5 w I W N U z H J z - 0 co 0 ® Oz r O Lu • z a w w WZnl g 'Al VI Al Ow 0 0 Li. w Ce a I— o D ui ccI z m J a O O • U U) W W N W q 0- I— I— 2 ¢ w a O a w>. J Z a, r L7_14-1 Jai a Zwi ell VI nl el•:, o J O r Q m O a0 O z g w Q? D W w w Ce O o it w o '4 co= ~ 00 co z4 r a N a.' z U Op Znl COI 101 NIN M Z 2 Q lil D_ N 88c. 8 0 < co= cc Z O w LU Ox r '"u LD 0w Q O I-fn J N-- 7 Z m m a LU w0 pL.... o Z ni orI eni les nl ZID.P'"I nl soi w�ul Z Q re 0 I Or 3 m J 3 4 N JO O O 9 O h O O N - z• Q 0 =w IIIII IIIII 1111111 11111111111 N 111111 111111111111111111111111 _ HIM m ,. IS) (88 OAVN)1333 NI NOIIVA313 (88 OAVN)1333 NI NOIIVA313 CJ co Q (spuooas:seinuiw) O 6uipu0)o elea elm' - N Viol CO N Ili ow' %'xepul,tlioilsold I cc %'liwi1 pinbil N N a) o %• 'lueluo0 oiue6)0 72, j N a m %'lualuoo squid C Z C J 0) 0 Q) %'lualuo0 JeleM ',7- • N CO C) d + C) 0 _ a a o o Y o n 0. 03 o a N CU Z O c A 2 N o ,. ,. .. .. A ,. 3 a.) rn• o coN- * * * * ` °Qw�3 O O U OLHS`d'd CO- N M pai;iufl u)N U) E L' CO jo )alempuno)0 0 0 Z 1– J V Z N w a? a co el NI 0• O 0 m m N m f0 0 O Z d o EEE v; $4• - o C cc 7 H C_ O) S.-)u O O m .9 U o m a m 3E v IIIA C O — Q co U `) c N ae C �_ oo U A (d u) CD M ILC z I— E O CD c n 0 0 CD o a a C U) 7-1 C v LLJ O g 0 L L g ti o o 0 vcn 0 Q)J J 0 J `°= O of -I uqI co LL Za m 'c' . CAU 0 cc (spuooes:selnuiw) Bump°;o ansa ewu N o Q NCO N 'y N %'xepul/}ioilseld cc %'Uwi1 pinbIl N a) or %Iueluo0°pUeaJO -C m E N r2 %'lUe1000 SeUld o Z CY) o C 0 $1'1U91U00 JeleM ,N 0 CO a a + F Fr a 0 o y m AL. (Si o a N a A -3 2 01-1 • C A A fA A A a) 2 m V' `r r CO , 0 CO O xa a xr ac °qwAS :: :: :: :: :: :: :: :: :: :: :: :: :: :: :: :: a V O Tr OlHSdd CO N 5 pelu!un y u_ N ca E N N _D c Z JammpUn0J0 m m OO ti Z m v, O JD w "�' 7 TI NI tDl T a D 0. O C N W y A f0 . d 2 a O d N J E E 13 If N C cf . c oa C r € 2 0 > C_ 0 3 ill a m `o o 1 U m L. N A C ~ O Q N r U Q N U a 0) mC Z L O go F- .- N 0 0 cn a) a` a a m c 7 -0 '''C' N L s y 0 a W O °o E E LL N r a ) g o E a) 5 5 J J x 1 of o� 0) o 03 6 tD N N LL Z IP _ \spuooes:seinuiw!9 \ CM % wA Id CO d _ in4 } % , ppbn { %'_ oo ope8..10 ED \ % a;_, k e = 0 R = >*_o_f \ / O + in fIA I- 0.▪ 2 ; \ a. z 2 § \ . { \ 2 ; ; ; ; ; — . , . , . , & s- CO , \ ¥ C•1 CO m+s 0 9 cma CO \ m ca.o co c 6 . CD E / le)empunaio ) / \ = z \ CL! § /k ) § \ f / \ \ ) ) z il J 15 t Do ! $ cc 0 ra \ j § ° 0u.i co) )2 2 ±• @ ^ / ` > co - # 'a • ( f * d C 2 87 co To 7 CD \ ) '� 0 Eo m 0 $< < z -'0)m u cis f § § ƒa E \ k \ \ \ p) e /« ! ! ! « 2 S 7 / /o/• k 2 12) co (spuooes:selnww) `— 641P0 POlea ewil O � N 0 m N !is4 N %'xepui ppilseld N qlsii 2 0 %'Niro pmbn N c %'wewo0 oiue8)O 2 O N a Z %'lualuo0 squid J 0) 0 C w %111e4100)ale/ CO0 D d Ln 0 C O O a a3 co 0 0 a. N a -a Z 0C 2 a) Z m m JO m V T.— u) N O Y � � � .. .. .. .. .. .. .. .. .. .. .. .. a aaxcxat U O OlHSW •Cr) CO C1:1 N S 0 pailiu0a 0N h a N c) u) E w co 0 Z )alempunweco _ o co a) Z W w ^ :411 ml ..0 .17 c'ull `r,11 CL ) O Nt0 4-. x g O Z v O d — E J EO Ny 'a .. N N Q LL ix 6C *i C) > C 4,—D-', 3 w '` 0 m s 0 0 1 a .6 a a m C t Lo ~ > O CO Q `) • U Cl) m o 0 0 N C C) A (9 v) m a N (n U 0) 713Lu C Z s_ E• o N A ).- O O 0 Q) 0. < Q Q UJC U C/) u) cA = r� RS N N L L a, W O 0 0 LL m E E d d 8 t 0) a) N .;w NI COI DDI of Lrl 0 as o LL Z 12. _____ c0 (spuooes:selnuiw) p Bulpua;o a;ea awll , N m N %'xepulAUORseld © In m..4 %'llwl1 pmbq N a. %'lua;uoa olue8)o E m N `o � %�;ue;ua0 seuld Z J O) ❑ E 4) % •'11184100)a;eM O Co6 CO o d in 0 V O O w0 a m I- 0 0o a N a-d Z o a) Z m N .— N of N (, N O Y r; ae �t 7e a 3k L l°QwAS V O Ol >THSbd CO N M paRlufl U)) W a) O.w N co C ` CO )a;empunw0 00 a) Z w ) a NI +I ml +I 1O 0 ( � — 0x ca o U z E d .- E O J C wix 8 ) C N e ~L A O C U-, Cn M '`_ ° m `o Ci a c` r m ;e chi n C ~ O — CO CZ r In U Q pC N C _ —U 01 •m w C_ Z >` E o 0 Q) - n 0 ❑ 0 0 co LUC N r L N LL N E 8 A) J° a) J J J (n W P. d NI 'Ol 'a OI lrl O 1� v O ' Z co (spuooes:selnu!w) Q Bumpy to emew!! O N m Al %'Xepu!/i!o!ise!d N Lo Vi 7 N k'i!Wn p!nb!l ti F- ) o /o'lueluo0 o!ueB)O E D D N `o = a %'lueluo0 seu!d Z '— m J c w %'lueluo0 memO is CO CI d Ln 0 _ Q O O w 0 L.a CU O a a N -CS Z oC P.'‘. N O .. .. .. .. .. .. a) Zm _ N o Yf` !ogwAS .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. _ _ O U o OLHSW •CD CO CO m N M iii Pe!1!un vai 0. y 0 )elempunw0 °o N Z O O U j N Z a .5 ow �II I � �� a c m m uP O 0 ro r Y E ci z v 0 m m L o m E N v LL c •N ai I m > rn rn 3 w o m `o o P. 0 o m a a. a -• m a> n C ~ O Co— Q uv) me U Q C N C _ $ 7, di = _\ co (n 0) ca w C Z L. mae 0 Q) S O O O 0 ( Q) a Z Z Z Z W C 0l N ` L C C 11 ) O c O 0 1 � LL in N :o c °N °N o Q) N 8 8 S J a) 0 o v o Q oil LJ co a. o - IL Z (3....V1- ___ ._ _ c c_s:m# <&#8A! \ \ NI % mA Ad < } % , , \ %'_�° / 2 \ I % _�s, Z = 0 go % wo_M / / a 9 f \ R a. A 13 Z - § } A ; (P. \ CO $ Z CO , , , , / o � 0 m® 3 OIHSW m co k a m / E ' ___e ) \ �CD \ $ 2 \ « , / .0 ® ! + ) 9 I # / \ \ ) k ,- . | m ! ) 0 L.L. j ) - 8e A - L � / o 2 2 .0 .0 ± * ,t oll o `) ^ _ =0 U S 2 < C 87 \ 0) C d a@ 0 L. 0 § . � 0 } M / .§ Cl k D 7 W ƒ 5 52 a) / # 7 « ! ! « ! ® � L k c0 (spuooes:seynu!w) `' BuIVO;o eyes ew!± a0 O N Q CO M %'xepu!4y!o!yse!d N veal = u7 — %'UW!1 p!nb!l a, %yueyuoO 00e13•10 a) o E 'p m `o W= J 0) o C a) %yueyuo0 JayeM O (0 CO o b141 + o 0.... v 0 o y roi CO O. s o A A d N a A 1D Z o Co (1) o .. .. ,. m zm Lo g 00 ul c 0 r- a to O N- a x l(e fie" 0 0 9 OlHSW m CO o.Pe!1!ufl co ai u) vvi N . (0 Q Jayernpuna0 co 0Z E F- U a) Z W5 i r a04 1 r /0! co N 4.1. l I '11 0 CO '4 =o z o E ,- co it co E o o N 4 0 c CC m CO Q N v E U o - CL!) i °c o+ LU 'o CLI `o U Q o m .0 .0 Z m r rn m n C ~ > > O t0 co - U U Q 5U v, C N C 0 8 A — — 01 M to in m wC z L z O Q) E o I- c `n 0 0 0 O Q) 0. LU Q z z z `� C Cl) N (U C W O 84 v LL I N J O O O . p NI Y�I GI OI O (Q .1 N o -- LL Z co (J (spuooes:so nulw) Bulpup;o eleii aw!! 9 O N w•-1m C7,--) N i %'xepul Allopseld 3 cr %'Will P!nb!l A' O 0 %'lualuo0 olue6io E ID a N o %'Ne;uo3 seuld Z rn ❑ C a) %')ue;ua0�eleM o O m CO ❑ a In + o V r5 A w O `o m _. a L 03 l o d .. N Z O z z CD z m Q co co c, --‘7,- Y O t` IoQwAg O A- yK xa as 0 O OIHSW m N M pawfl w N CO E Jel3MpufOJ0 Z w z 'If °W 4, m0' O YI I ° 0_ 73 0. 0 E i--,,-, `m w C! z a o m - `m 1 o c E w N a 0 g <1 F N C O w c 0 m .2 U 0 0 0 a a a 0 m A C ~ O 0. N a U C C N C ❑$ ^ TS O) CD m C z s✓ Ee o N 'c A D D ❑ U) 0 o Q a aUJ C U) (/) U) :Ia5 N I'C L o W O O v E m Z o 8 !/�/� o a Z �f� fn J J 3 —" a) Q UO OODI OOI 0 (40. 8 LL Z /A et co `- (spuooes:salnulw) O C) Bump();o alea awl' N CO M Pal %.xepu I AAollssId N u7 Rol A' N j %'liwi1 pinbfl N o %'lueluo0 olue6J0 j - o a /,'lualuo0 saw j Z J 0) 0 C N %'lueiva0 JeleM O N 00 0 d + 0 0 0 o o 0 NG y m ` COa o d N Z 0 C.•+ x _ N 0 a) Z LL N , o O " r m N N O N- IogwRS ak �Ih ek 0 .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. * 'Mk....y .. 0 OlHS`dV m N peglu0 co co a a 2 u) to JD Jewmpunol0 m0 Z 3 H i Z N > a+ V v O 3 w 7 v m LU + 'o • 1 d • 0 N A 2 l ? 0 C] U E 0 N N 2 O N cc' n 10 4 E N U g H to :o m2 m o .� 2 w o m `o E U e .0 o 8.9 t m n C ~ 0 Q y▪r .17 a •in na 0 II C N 73 0 � o� �IofV op N In CAO olia (spuooes:salnuiw) 0 — o Bupi!O;o coma awil N OS N © %')(apU�Aliogse�d CV ` t 23 g N 1.4 %'iiwI1 pmbi1 w . w a %'lueluo0 o!Ue8J0 El E N `o m %'lUelUo3 seuid z J 0 ca) %'lueluo0JeleM 0M 00 o d U, 0 v 8 0 Y L 0. O a. N a Z o + z to o s m Z mL0 0) o T— IM 0 . Y ti iogwAS OO U OlHSW m N U o pei}iu0 a y d. to d. E N ja Jaiempunwo 00 z E N Z m + `+I �Li, ` + ° o o m m m ° m o C7 y S 8 d Z 7,5 o m lV J EO cY4� ip Ul N EE A In P_ E coCC U) E o "a `m L 2 ✓ 10 > o rn ii7, is 3 w a m .9 o 2 2 2 .0 .0co •ze a 1 N N A H O CO CO 73 U Q i Opp W G N C a8 — 01 a 0) RI C OL .a 0A 0 0 0 In Q) o Q Q Q C Cl) 0) -0 N 8C .` t ,i) . 1 J O 0 E LL m 2 8 d 4) o y o o y 0 J m J J co 0 06 0) 0l of L n I � u Q o — LL Z 0 _ R__ 9# mE-am! 2/ 04 'mA d \ % Wool § I % , mA } %lueitmote E % § _ ) % ^` J = 6 C a) % M 0 \ o : f Co \ \ ) a 2 - k . . , . . . $ • z U ,_ N 4C. ,-cD ) U) 0 « ¥ m+® 0 � OIHSWCD m 00 @ ) 3 d_ n 6 . ® R k ___e ) — § m z W . §. / ) / q CL # £ § �o ) ) \ `2 " — . e g § § $ : -• 8e m ) { 0 ik 2 2 ( + cu C `▪ ^ . . '.= Th ( a- U a \) � \ ` 7 0) d ) 's- / eU) 00 0 0 § c $ \ < $ _ `—CY) f ■ e c .— s k / W co U- °.1 n a ) ■ ■ ! } » 7 !-23 k « o ° 22 � $ ,,EI / O / ƒ k LL Z 42 Co (spuooes:sefnu!w) co O Q bu!pia;O area awil CV N OSN Val4 %'xapu!APogse!d u7 a 111.14 c %'1!w!1 p!nb!l N L c %.lue %'fue uo3 o!ue6JO N j a) `o o m %')uefuoO seau Z J rn 0 ca) %'1ue)uo3Ja)eM F O cI3 CO o d 0 0 v -.--. O o d ^ CD 0 0- N a -0 Z N Co 47 0 .. A A A a) Z m r N '0 0 r N (,) N 0 Y ti x ae * ae * !°qwAS 0 O Cr) OLHSW m N m Pa1!ufl U) 0. co a y o) E 43 co JeleMpun0O o Z ~ y Z Wcl v • 0 ml �I 71 h.I d —) O lL LL u_ 1. O CI '- y > A y O O O O ? a Z N o g o d 0 J EE t-l� a [Y N N . N d C Q 8 in 6, E = t c 0 y t EE `m v E y > c c (n U) J 2 co 22 'CO m 1 FF U r 3 o E o m a a vi a m e mLn C ~ ? O Z N O_ a. °' f N C o 8 7 _ c T5 ccuLii C Z L- E * O a 0 0 0 0 0 cn 0 A Q Q Q Q Q C I L L_ LL tri 0 N 0 0l 0oDl 01 of L1 w I I VtOO (4 O "' LL z xt f OV,) _ c_,:m# \ Emma_! / / 111.4 o % m Ad r voii i ) %'na n \ % _oo 6 k ` ( \ 2 %,_�_d z . p 6 % J ®` ° / / 51 \ ( ( Q a. Z 2 . 2 . . . . . . ; - cn z ! .4- , L0 <47 Lc-) r ) ,- § 7 m©s 0 / # m6a CO \ a m cl.= 0.0. c.m 6 co / / __me ) \ ( £ 7 » 2 • 42 �� 7 § ) ) ;11j { £ a§ z \ cx 7 E5 cc \ {/\ {!\ \- jg % =) {)e • 2 ( ] / $ o ` k ) 8e U c ) 7 Co D) C M ) § k 'L / f 0 0 0 2 2 2 u u w m M M_ C_ $ $ f z 'Si' 2 UJ c .c..- € .\ P.) \17, { k \ . m 5) / t7 $ 2 § / / / 0 g ! ® 2 CA 0 co (spuooes:selnulw) Lo 0 13ulp!J4 to awe'awll ,— N O m N lug %'xepul Al!a!lseld N IIIMI N cc %'l!w!l pinbll .4 c %'lueluo3 o!ue8JO 73 z N o o�'lueluo0saulj Z o J o) 0 C a) %'lualuo0 JeleM 0 a3 co 0 ain + o v o o ` o m m Y n I_ 03 o p. a. N a A A A -a Z o s N o n R n r. a) Z m N W ., . N N N 6 u) O •• •• •. .. •• .• •. •• •• •. •. •• •• •• •. •• XC �k XC 7C �C �k �F yk 3k 3k 3k It 7C ik 7k �k #k logwA$ a xK a ae ac at xc ak x x a xc ac xc a xk a xk O uac aac aaua aaxcaxaaK U O CD OlHSW Ca N M pe!1luf1 y da) co E `m JIWMpuno)0 co z o U a) z ▪ y r, rl O -0 UJ si:V mI NI O 0 O N N W M, o C.7N .�e t C7 Z m O 10 J py C E �,CY l U. 'E ami LH 8 CO To i c a w o m 3 U 2 2 a a m o mN C ~ O Q CO U CO V o a) C N C D g7 — N CU (d wC o OZ L Z ^' a W l- CDa. zz C 0) ,� 3j C .` L 0 Lj 1-O o Q I..L E J j tiiL' g o d o o J J J S co ... N N N N r, u)I NI O Q (p o -- LL Z J CM) 0 co (spuooas:salnulw) Bump ales es ewil CO C. ® N CON eml N %'xapui A1loliseld Wig N 7 S.' %ylwll pinbll -4 f.. a% 'lueluo0 opal() - D ::°-) z co m %' lueluo0 sauld Z J co 0 C N %'lualuo0 Aim 0u co 00 m 0 _ v 8 0 - d m i o 1 N a -0 Z 0i a3 F, A sA fn o ., s s .. .. .. a) Z m v o rn m r U Cr) N loQwAS — — — — xe a a xc 0O aaaaaaa C.) OlHSW CO N ai paillufl (nd a y E w u.) w N .0 Jalennpuna0 m Z E O U a) z c mo Ow ol rl rnl ol T O C N m 6 cc ? C N J p y 2 d u. € m i a L O C A > C T 3 S2 0 o m s` U 0 0 m ae r N N A I- C ~ o :II co CO Q U• m C Q C N — _ 8 d VJ ca w z s_ E o O 0 0 0 0 N W < < < < - yN L L CC 111 0 S c 0 0 1�^�1 ,,� LL f g g co 0) CD of of 0I of of O 0.. o w v m f) Ci LL Zi e U) (spuooes:seynulw) N- o CO 6u411u4 10 ayes Kull N m N N !...4 %'xepul(llolyseld u7 grog :1 c[ %'l!W!l Plnbll N L.. %'lueyuo0 olue6l0 m j w ` o %'lueyuo0 seui j a z J rno C a) %'lualuo0 Jet0M co 07 CO CD 0 a + 0 Q 0 O QA Y N mL o C3 o a N a -o Z o _� to 3 tt 2z m 0 Q oo ti .. a as a ac L �ogw�(S :: :: :: :: :: :: :: :: :: :: :: :: :: :: .. xa a a as O ac aua 0 O OlHSb^d - •co co m N 5 PPMw d. a) n E a`) co .0 4ayempunw0 mo U 0 Z ii wwa SI co I 1Q , £ m 0. 0 m iri m w o Z a O N O O O a3 N ; w Q G (.) 5 aa H c i� C w 0 0 0 U 2 . a - T. cnN A 0 C r 0 V. an a cn U • a43 C N C — 0) CO wC Z L z 0 (1) Oco Al p 0 W L Q Q M C JI -0 N •y C C W C O O O E N J y j J JO S O 0 d N > J m 3 3 N U) of of al Q- d 0 (Q y u_ Z CA0 0 op (spuooes:selnuiw) Puma Jo ales ewil ,- N CO M N © % xapul RlioilseId N rl N isms N L.H Z, %'lueluo0 oiue6J0 E 2 0 0 0 %'lualuo0seuu z 03 J a) 0 •C a) %'lueluo0.1eleM O ca CO 0 dcri + + 0 Q O w oY 0 m '. n F A L //- O a. N .2 A A -D Z - A s CO c N i o A. a " _ a) Z m v n o a U r (/) C) Y •• �t �k 10 10 L lo4wAS U O U , co 01HSW .- OD M pei;iufl co y ca u Z Jalennpuna0 m0 - U W ` + ,� `+°1 +I ''.91 0 2 mo 0 > N p N O1 W O g e O y u_ CC U g t'TH 0 C c W 0 m `o U pp 2 2 3 .0 m o 0 ,0 C~ C O y Q O U w r C N C 0 0 7 _ T15u)D a) cO 0) (0 wC Z L^` A• e• O O W n' 0 0 0 U) a) o < < <z z zC co cn coJ 0) -0 C L L d E w LL rn 1_1`8): 8 8 8 8 E I vi a 8 8 8 d Cr) a) J J J = w 0,1 O OI NI Q p N cal cal 0 ca LJ- Z if4 ()VD co (spuooes:seinulw) Bu!IIIO JO ales ewll N M C::) %'xepulAJPiseld in w gni ! %'JILull P!nb!l m N 0 o%'lueluo0 olue8JO E m N Z %'lueluo0 seuld J C a) %'lueluo0 Je1eM 00 0 d + 0 v o 0 0 CI m Y 1 o a. N Z N R _03 2 0 .. .. R n n .. ^` W Z m O .- .-O O O 0 r JJ) p Y r, L IOQwAs .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. Yk 7F 0 0I 03 01HSVd m 00 N Pellun co co In E N as Jo JalennpunoJ0 m0 U Z w M �I 1 +I NI a D. D. 0 co O A 76 N E w cc 0 o 0 y C C w .a m `o U 0 0 0 a a I cco0 t ,n N A C H > OCO t� a a U Q C _N d 7 _ 73 V1 N (n V) N w Z L' co c O Q) E n 0 0 0 a) a < Q Q 11.1 - U) (1) co J (6 d L C W C O V LL J 2 d N N O N �/ Ql 3 2 J J O O [) O ICL Z sol aol �I �I 0 (0 o - LL e 0V3 _ c_s:w# \ \ BullIer+aaI CO n % m Ad a 41164 ) % : WWI \ %'a:que6J0 ..0 E \ \ ®'9U�a k = = 6 C a) % ao_» 0 / ; } 0 t A CL \a z 2 1-12 . . . , . . \ � _ z & - co , m , ° £ Q R m©S 0 3 c@A m cn k a m o.= o.n \ ) b ' °° / \ k m z � � / CL/ + \ ) .C1 t # \ o� \ ) \ 4 = Eta a 2 ) 0 0 oCo \ - { e § ) / 0 o ! 2 . a C A _ # ( U) )\ \ , 0) \ @ \ '% ƒ \ \ Q 0 k / ) c �. $ m ') 2 ■ § \2 k "2I m ' \ \ { « ! ! & ] / ! ) ) a. ( . co (spuooes:se4nuiw) O Buip1J0;o a1ea ewil N N m C`') © %'xepul AI!ORsuld N u7 Vaali N —' %')!wi1 pinbi1 N 3 L a) a %• 'Iueluo0 oiuebJO E D E m O B %'4ualuo0 squid `� Z J 00 c a) 0 %'weiuo0 JeWeM m0• (o OD 0 6 + 0 o V 0P. 0 0 m m Y a o a N a A -O c Z I A P. as 2 N 0 z P. .. P. .. U) Zm .n u> m 0 UO N Y Io4wAS :: :: :: :: :: :: :: :: :: :: .. .. .. .. O C.) O OlHSV'd m N 5 I E pei;iu0 N w d. h f6 .p Ja4empunoJ0 cOU • Z a o W . 1I+ �I m 71 ::.-:1 0 0 E m vi cc z W d o 0 (0 0) (0 E E O O N 01 U- E – C m d U 45o. H •C &) u - I- w c Lu p 0 B 0o a 132 A C ~ _ > O – m N 0 n. C ( o . N mr co .. `m min 0) as wC z s_ „ ae o N 00 0 0 E 0 4) o zz z ZI— W C J � U) < y 7) N N L c 0 d E W LL d = D r J JO Lm J m a hi <Oof mo� h� � oo � o v LI- Z OVa _ #_«mm# Bopp m m._I & \ CM % m Ad \ q — } %'awn a, \ % _oma a E \ \ % i S w Z Li = 6 E o %lueivao mem / 3 m o ) ; a. a . -0 ` o C [ ( ( ( 7 . . . . . - z ! ; 0 _ , - - o 7 m+« N. # 3ma e CO m 3 6 ° / j , _e ) 2 \ o z k} \ƒ ‘411 ) Ti a \ ( \ / a # \ _ ;co 1 ( \ } 7 cx / § $ Cof Co§ § e m J ) 3 { ei \ CO CO ± @ 0 ` ` _ k . •oU bgm c \ \� § co 0) d k 'L_ ; / . O A m m / / / / C n m m u '� 2 2 a E .- e $ E ƒ / ■ ■ ■ k ) co / { � ! 0 � 0 U o / ! k LL 2 ) 0 00 (spuooas:salnuiw) C WHIP('lo elea ewa M O N N M CO M N 1004 _ %'xepul A1!oilseld N J X %'1UWi1 pmbil N I-- C %'1U81U00 0!Ue6JN 0 E • N B %•lueluo0 seuij z _ J a) ❑ (_ a) %'lualuo0 Alma • m as a 0 _ v 0 0 o Y a1..-L CD o o 0- N 8 A A0 Z oH Co S (n o • s A A A A A U) Z m r co m 0) N (� u) (] Y 1` L d- o 9 OlHSW m N pei;!Un a. w an a. U) co N JaiampunoJO co z Oo U Z o W +I '+I +� +I +� �� a o 0. d 0 N 2 O 0 o y o 3 -2 w ix s E 6 0 OZ ) v E E ua H 2 ixE d y € N y U a LO 0 F- U) N N p ' O H N C W mo .Q EE FF FF EE o 3 3 3 3 .0 22 .02.0 �• m o2 N C ~ 0 Q 0 8 N C d —CO Cr) _ E 70' C C Z L mo 0O N E sc 41C a N c L C m 0 O o w d E E LL nom .-re lriIvl l �I lI w co L z CA() co ^ (spuooas:selnuiw) �....1 801Pa 40 ales aw!1 N N Wog CO N grisi _ %'xaPui(lioiiseld S' %'llwi1 pinbil Niaj a %'lueluo0 oiue8J0 a) I o— m �/,Immo seuu Z 01 C a) %'lueluo0 JaleM 0 i0 CO o d + N O v 0 0 o c Y N M RCO L d 2. O LL N Z O R N O .. .. S .. R .. a) 2 m r v •M U O iogwRg NI- O C..) O 01HSW CO N i;iuf a y ti N (0 pa (0 Jalempuna0 mo Z a) W w v 1 NI NI Q. O O T _ O N 2 V 0 zy r- E rY O yC 0 12 € o ai L tr ' o F- C c_ 2 0 w 2 o o m 4 o 3 0 a mo U N C ~ > O 73 Q cn e 0 O C N C _ d n o h iz 0) (0 W �_ Z L_ E* O Q) c n 0 0 a� a Q Q g C � = 0 N L L d w v m o 111 0 c oo vii- 0 2 oa :0 2` �` V) a) > > > G "i-; �D w of N of of O (0 OLL Z OVD co (spuooas:salnuiw) Q 6uipu0 10 elea 91-1J11N 11,01 CO N %'xepuiApopseld cc %'Uwi1 pinbfl I/ L, q lualuo0 oiue6)O O o °° — 2 ')ueWo0 seuij Z CD 0 %'�ua4uo0)alert C.) O (6 00 0 o + A. o a o o d ^ o ` n (3 o A A N a a -a Z . "sA A VCS A co. o .. .•. "s ,. "s ,. —a) Z m lf, N V N O L ioQwAB .. :. :, .. :: .. *. *. *. *. *. 40 4* a a a a 4k o O 0 , OlHSbd m N pegiuf a 3 ti m .. Ja1eMpunwo mm Z E o 1- U Z a) > y mm .p s' w ^ o w ml ml m 71 NI O C N m N N O o r E E O z v o c'� E E m m c o o vi 2 0 LL LL 2 N •€ 4) .x '6 v U c atf a) t o 0 CC CC v > oH Ci)c co 3 w •a m `o U 2 '3 a 3. m ;e v A C ~ O — Q an `) U o s " C N ^ — 3 /) Co f0 a) 0 0 0) N w wC Z Z L. a- „:, o O O `n 0 0 0 U) U) Q) a < LLI LU << _ co co (/) J J f-r, RS 0 0 0 v W O c `o LLm N 3 J 2 I V) C N N a) o d �� ,1 o� of of o a C3) CD w a m co ri ui co LL Z co ?? �� (spuooes:selnuiui) + J Bumpy to aleH awil N N emir CON VIII %'Xepul AlpgseId to 5 N & %'llwl1 pinbil vi L c %'luoWco oiue6J0 O N %'lueluo�seuid Z J CD0 C d) %'1uelua0 JaleM O c6 m 0 a 0 e 0 0 m 07130 0 0- N a 10 Z o 1-1 (=0 N o A a) Z m h 0 V U) o 1 L A. logwAs .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. it O OIHSW m N peillufl a. N y N E - JalennpunaO co Z N Z •> c m 0 W ml . 1 - 0 a co Lo o (� .- N 0 d O 8 J EO 6 y C U) P-) L X t C oC F- r 71 N > C_ C N 3 uJ 0 CO .2 0 0 A .0 - m a N C ~ >. O .3 Q C CflN 0 8_ c ^ 0) w • C 2 L Eae o N c 'n 0 0 � 0 C a. y (() (a/) i (Ts N N N C S CI CI 6.1 W o m E E E LL vi °� o v $ .2 8�, Q) (n- o J rG r1 J 2 I �� "'I of O CO N N tD N CS v U. Z S co (spuooes:se)nuiw) •,— CM 51.411PO;o s)ea awil N NCO CD_ N %'xepul/)pi)sPId 3 N %')iwil pinbi1 N a %'wawa° %'wa)uo0 oiue8J0 0 E m m d `o %')ua)ua0 seuid Z RI J p) 0 C a) %')ua)uo0)a)a/N 0s CO o a N 0 a 0 0 0 `0 m Y a ,.... CO o 0 N .0 -O Zo 0 1-1 (0 s (f) o ., .. m Z m m r) e rn U (0 0 Y ti 'aqui/CS :: :: :: :: :: :: :. :: m m �. .. .: O '1- V OIHSVt1 m N E N N )a)eMpunwO cn O m 0 U a) Z 5 d o0 00 'p .� w .r + +I °+°I +I m co co ml NI 0_ mg O W P LL A 8 3 a z 0 0 E co 0 y c N N °1 LL E 4) d' 1 C C 0 H � LL E >71 C_ Ol � LE U O m O U 0 22 m m .0 .0 - m o r m n C ~ O — .0 Q `) • U a) C e./ aC s7 - N C) U), 0 0) as C m 3e W E 0 .0 n 0 O O 0 0 0 (1) Q Q Q Q Q Q O) N N N W 1O' ` O O O LL J J J a a o 8 a o 3 3 J . . L' 01 o LL Z :t i OV:) c0 (spuooes:selnuiw) Buip!O to elea Kull N o N N_ Q m 0) cV To'xepuI AlioiiseId I � %'pwf pinbi1 y .. N c %'lueluo0 oiue8JO .. 13 m M N `o a q,'lualuo0 sauij Z J o) 0 c N %'lueluo0 JeleM o (0 co O a + ,n z 0 Q o o O N L a Aco o CL N a A -D Z o ( o .. ,, i1-1 ,. Z m N N N.41 a) PI 1, C N V ,— w w o i_.4 lo4w�S . .. :: m 0 9 i En OlHSW CC1 N peyiun a u) 0. 0. 0 0 O E N JelempunoJ0 m0 to) W w m vil o) ;;� ml +I ml MI a O � � �1..°i4.' O t N m N 0 4 x L d Z v O E 4 o o uN 0 10 m u_ a € N 0 g a6 ha, (1) w y c Lo o m c) T o m o m a ., a . m o in ~ d A C T O m 47, U u) CL 0 a) C N C 8 n _ To rn U) .. c -- 4)) O U) Co Co 0) fd w WC Z Z L. z OO f0 o H F- ` ^ W WLu aa a s a _ Co U) (n V) (n J J (a Sd w d O J J J = I LL vi ZZ Z o 0 t a• 0) a) > > J J 3' 1 a O') IDI rl ml ,, -I NI O 03 Q o LL Z r oya _ c_lm94 \ \ C:3 e m 40 mae I CO % UA Ad / W ) ! ¥W_n n / %luemooo E \ ) ±.__3_, k = = 0 g e % '� ° \ m ! 0 r, q co \ k a. £ 2 Z - § ; ; i i 7 o . . . . . z & LO N , m co \ / m©S /: - ( / \ / . \ } } } \ 3 / cm # OLHSW 5 CO a m co co =0 coa. / ) L ' ~` ) CIS k _ m z j ) / / 0_ \ # £ \. a # \\ $ ; \\ / -) H !;/B ° & # . ƒ { CO/ ! ! ! t * o � ^ . k § _ •) \ q C.) 0 8A - \ ° ƒ 0) # C > . ' (i •% LA 2 k k 9 2 EAc < < < ± Cl) '—ED) -0 W 0 3 m @ ■ g ■ ■ ,— .E � 333 CO ) kq 2 Q /t ƒ! - $ Z CA 11110 cO (spuooas:selnu!w) cD Bu!p!JQ;0 ej aw!1 CO N OS CD N ® %')cepu!(1!0!1se!d L7 e`--I N !—f %Winp!nbl to g 4) o %'wawa0 0!ue8)0 'm m w `o a 1U �' 81UO3 SBU! Z co o) 0 C a) %'lue1000 181eM 00 m 0 6 ul 0 _ v 0 0 0 m n CU CU 0 0_ N .0 -O Z 0 C .+ 1. N U) x 4) Z uO v 0 1— U) e L !Ogw/S :: :: :: :. :: .: .. v1 :: :: :: :: :: :. O O OlHSW m CO U MITI (.0 V ) V)i co ai N co o )alernpuno)0 00 z E I- U 3 w z w• v. m + + •-•O W CD v Q + + +v �I vf ml+ �I 0 E• m o N _ co E IR I- ca EO co ii 2 ate) cc 8 LL c 0 u m r ..=. c• c .0 W 0 00 0 U T O o O a a a - m t 0 n C H T O 01 CO Q U U U r V co 0 CN C _ 8 7, c0 u) z L .- a`) co 0) CO C L � o N '0 'n o 0 0 0 O 0 N aC � � � < (6 d C L s w O s o o LL F., E ^^`` i4 a a'' 2 w w W v r N m J J • I .-I vl �I �I mI CI O (13 o -• U. Z CA() 0V';;) co (spuooes:se;nu!w) ,— O Q Bu!pu0;o a;ea ew!I co N V00.100 N int _ %'xepu!A1!o!;se!d Lo Lo N %';!w!1 P!nb!l y .. H w o %'lueluo0 O!ue8)0 13 n° -J 0) 0 C 4) %'wewoo Je;em 00 m 0 d Cl) O O O O 'a m a 0 03N a a -0 Z o = CO o Cl = ) m Q - o r— a) CO O Y ti !ogwdg :: :: :: :: :: :: :: :: v� uJ in 0 O Nr OIHSW m N Pe!J!uf1 of cn co N (o )elempun0O U a) Z W w i cm o ml NI d O Cl o � 6 o Cl L° `o 0 c� a c+ z o E 0 ClE d o w m •- N (p cr T>) ''' Cr) E y O C Cl) U) 'c Cl, m O O U a E m m o N C 0 C g. _ Gm) O — E Cl) = !Z z co c U C N C d n (o N L a) U co 0) m C 'L Eo N C `n 0 0 0 Q) a < < < C 0) N i ` L LLJ 0 Ot N 0 c o ELL £ -too 83 0 v; r i of of PI o c a c m o o ,— LL Z cc (spuooas:se;nuiw) cm 6ui11p0 10 eiea aWil N C7 co N OS M !".4 %'xepui Apopseld N u7 N %'1iwi1 pmbil N L N 2. %'Iua(uo0 o!ue6i0 o E -d m m N.0 %luowoo squid °CO N Z J CI) o C N N %yueIuo0 Je�e/� N` 0 (p CO O a In 7. 0 0 o m L. 0. CO o a N a .a z O R as R O A A A A A 0) Zm 0 v, o ti L cn tt 01HSW m (NJ pai1iu0 co C/CL) u) y N _0 Jaw puna0 co 0Z E r N Z 5 41f O 43 a vi W ..w.. + + '+° +I +'I o_ 0 m m o o `g = m 1 d Z d0 p N E E 0 v 2 .-- c, g aC i-. C >0 rn m `0 U m 2 • 2 .0 -. .0 l9a N rc C 0 Q z Ur Q N V L A —TO N (1) r5 0) m C L... , ^ g• g W •0 A 0z Oz Oz 0z Q) a Cl) 0) (6 C .` r cO • o e W LL • J N NI 0 ODLill I 0 O a o - (LL Z 0 co (spuooas:salnulw) O co Buglup;o ales awl' M N N Q CO M N %lug %'xapUl Allollseld j 1.4 F, H c %'lueluo0 olueal° 73 m D N o — ...9 %'IUa1000 sauld Z C J cs) ❑ C 0) %'lualuo0)eleM 0 N CO ❑ d 0 _ e 0 0 * O a0 m t_ as o a N a -o z o C ., (B o AA N A ,. a) Z m a w r0 o v C) T- N O Y �; Iogw,�S : .. :: :: (-SD CO (spuooes:salnu!w) © 6u!p!J0 to elea ew!1 coo ,rm N .e...4 %'xepu!Alp!lse!d LO 1/414N w � r (2 %'I!w!1 p!nbrl .3 c %'lueluo0 o!ue8J0 m 7 N `o rn %'luelu00 seu!d o Z J iT 0 C• 0 %'lueluo01ale%p n! v CO• a d o 0 a 0 '2o y m Y a ^^ta L N a -0 Z c C IV s A CO o s a) 2 m N 00 ,_ 0 '0 0 T N O L !ogwAS .. .. .. .. .. .. .. .. :. .. .. .. .. :. 0 01HSW m co N 2 pe!JWfl CO N Cl) E `y CO .0 Jelernpunou0 coo U E O Z I'D' •ow � v+ CL q 0 m ro o x C7 Z a O d E o r c d L` O g oC 8 0) CI) ca crn LI) _ o m `o U 0 a m * C u1 A C ~ 0 '0 0 00 co0 O N _ o A ( d -d a 0) c,5 C L E * Q) aLn 0 o Q) o Q Q C CD 'a C S 111 O '2O 111 LLJ d O O O J 0) a) O OI n a w OI O O al L `r Z f v - U) (spuooas:salnuiw) Q 6uipua Jo alea awil M N m 4'4 %'xepul RlpilseId N In Wiwi -SI %'liwil pinbi1 Tal .. a %'lueluo0 owe6J0 B %'lualuo0 seuld Z -J O) 0 C a) %'lualuo0JeleM 0 (0 CO 0 6 h 0 v 0 0 0 N Y m L 0. (6 o 0_ N .0 -0 Z 0 F C r1 .. a co to 2 O n .• n n a) Z £0 L m 0) O L iogw,(S .. .. .. .. .. .. .. .. .. .. .. .. /O O OlHSW m N N pei;iun y CO a. y d. N 0) E CO .0 )alempunw0 O Z E 1- U 4) Z " Wa, Nr 0 + +I om_ Y+I a N O O o (.� 2 W LL Q C d Ix € a) 4 0 0 L d C r LL, O m 0 E O 3 C C 1`C 2 m 20 r N A C I-• O N 0_ oU Q o N _ U A ti 0) co CL E eo (1) R. n 0 0 0 0 Q) z z z z c < < < < U y U) c .- $ (B V N r W N N 111 0 c O 0 I11 in Ny ) Q) N 0 N 2 g NI V £01 OI O coQ. 0 LLL Z ((;A OV) c0 Q (spuooes:salnulw) 8ulpu0;o ales ewll - th N - %'xepul Allogseld Lo w Lo S) %'llwll pmbll y .. o %lueluoO o!Ue6JO 'a 2 m cu o %11.1elua0 seUlj Z J rn 0 C a) %lueluo0)eleM 0 @ CO 0 d ul 0 .0 0 0 r, o a m i od N a -o Z A.o . (0 N s -1.. O A . n f A a) Z m o-, C, U O N ti logwAS :: :: :: :: :: :: .: :. _ _ _ 0 O OlHSW CO N N Powo. (a. v.) w N (0 n )elempuno0 co Z E o H U N Z d o UJ v' �I `I u'cl I do 0 m soo m d z v o x E E 0 N c o g e6 r -c i c a d -- 5 U) 5 a0 `o U 9 2 a .0 m e oA C ~ 0 a o U cn co a) 2N C 0 3_ cuA CO co a) U in 0) mC E o W 0 'n 0 0 0 0 Q) a C (I) ai ai ai rD -0 N N N C L L C C C O 0� >0 0 O O W E E 2 L d1 >01 act of 0 (a d o — LLz \ _i 0 co (spuo3es:selnuiw) I,- O Q Buplu0lo ales awl' M N �l m N %'xepul Rllopseld in Viol F, 1' %'llwn pmbn N o %'lualu00 9lue8J0 m O w %'luswoo seuu z a co o) 0 c •%'lueluo0 JeleQ O ( CO C) d 0 0 0 o Y N m L 0 Co o a N -a Z c C ., Co N 4) Z m N m N Q lC1 V T- o o l\ L logwAs .. .. .. .. .. .. _ _ .. .. .. - - .' O X d' OIHSW m 00 pal;lu0 y M CO E v) 0) w w JalennpunouO m Z �O U z N Z ww ry �I "I 1 O Z + + + + 0_ 0 E m d_ C7 f0 m w Z v O E E O 6 c •- o LL E N K C 0 H -c 4,c_ 0 - 0 0 `0 U Q 2 m 8 Lo d n C ~ O Q N a U C N C d a) in in 0) m C L E o Q) a n 0 0 0 0 ID < < < < rLLJ 0 C 8N O O pw LLd J J J J rii z Z z , lv L d wO aril .61 '4 O CO G " u_ z co (spuooes:salnuiw) Q Bui a to°lea°wl1 co N OS Wm! %'xepuf gio!lseId N 11001 N &' %'11141 pmbfl H N o %'lueluo0 oiueBJO E D o m a) `o = a %'lualuo0 seuid Z 'E J p) D C w %'lueluo0 ReamO N CO D 0 0 "2- 2 0 8 o n CO a o 0_ a N -0 Z o C 'A $ (3 • s A cn o ,. P.• .. .. m Z m N c0 C V m V r .. .. .. .. .. .. .• .. .. .. ..iogwAs . — — — 0 .. • .. • - .. • .. .. • .. .. • .. • .. .. .. .. .. UO 01HSW .- OD 2 M (*)A(*) CO cL u) E N (E n JaleMpunaO co Z E 1- U 0 Z w> y '0 -0 0 rnI n MI w + d 0o. T m o m x O Z am O d `m o E 0.1 LL cc c Q E N o °8 o L o o 0 > c or N S C w8 Do s` U o 2 a a • m ae dh C ~ O N Q a •0 °' 43 N C 0 g7 _ Toa) co - w 0) 76 C L E ° (1) 0n' 0 O 0 0 0 C CD -0 C 'E--- .. L L w _od d Ll_ N N 8 0 u' '' o o Z g 0) 4) J J J « - of ai ol o 3 a d m o (6 C — LL Z P 0 co Q (spuooas:salnuiw) O to., OS 10 elea Baia co N m N imil %'xepul Aliopseld 1.0 42 N N %'UW!1 pinbrl N 2, %'3ua1Uo0 oiue6J .a 0 j w `o %'1u81uo0 seuij Z co 0) 0 E a) %'1Ua1Uo0 JeleM O as CO o d ul 0 a `0 0 o 0 m Y a o 0- N -O Z o c C o P. . .• . P. m z m o < L v T— u) o Y iogwXS .. .. .. .. .. .. .. .. .. .. .. .: .. .. O "I'o O ZT O.LHSW CO N penial co o) ca0 E N f0 _0 Jalernpuna0 m0 U O Z W• ° oL '4:1 + o -0O N E m c 0 m — 0 E 2 .- E E 5 LL - a m c 8 0 € E '- H dc c w 'M 'a co U a. N o r N N n ✓ t;L N 0 U Zo cn o N C a 0) (0 C .L^` O W a C U) < (B 0 N L- W N N N O ✓ N 0 N G o E o 2, N a o Uj o m J m 3 J _ L 71 NNI (DI ODI OI O (u O — LLZ co (spuooes:selnu!w) 0 C' CM eu!p!O;o efea ew!l V N wNI 0° N %'xapui A Iopseld in Val 2 F, IX %'Pill pinb!l N F. N Z. %'uafuo0 a!ue6JO E N a � %'Ua1000 SOUP] Z J N o) 0 Q n C N %'Ua{u00)afeM o Oca N N m CI a + N 0 V A o o 0 m o a N p. 2 Z O R R RR O ,. A .. tqa) Z m M N m . m Q 7 V N O Y loquAs ,r .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. iC 7k U O O.LHSW co co d' CO N a.paPl!Ufl (0 y (0 Cl- co 0. w f6 .0 )alempunai0 mo Z 3 1.- N Z y co. rn al p ow ' + + NI 4� -ow + + + gO N cc O v N O '• g N Of _ '3. CO 0) E ? m E O O o o vi m E N i € N c m 0 o eC L c1- cn8 w '.c o co 0 0 t 0 € � € .` .` a a 'S f � O) A C ~ 0 2) • CO a a U Q C N 8— n C6 0) CD co Li] C Z ^L^`` co *O O W z z z z z z 2 A Luc a < < < V) � 7 CO C L CO W LL J J = Co 1 O O CD a) J JC J J O O O O O O O Q d w NI QI C ODI �I ml NI O co -- LLZ CA 0 _ _ (spuooes:selnulw) 0 C3 6u!JIup40 elea ewll I. CN !l•■1 00 N — %'xepul Allogseld 1.0 F,w F, ce %'Awll pinb!l •d i w %'lueluo0 olue6)O .1) m j N `o m %'luowo0 seuld Z rE J o C 4) %lueluo0 JeleM o (t m o a h 0 _ V 0 0 o Y d m O. A. A RI o a N a AA. -o Z o _� N o .. .. s ,. .. A A (:/) Z m m w v v v co © CJ r' u) O Y r; logwAS .. .. .. .. ai y .. .. .. .. .. .. .. .. .. .. .. .. .. a a U O 05 d' OlHSW CO OD 5 0 pal;lu0 co co a vv)) v) 0. N co co E `i) m n coZ Jelempunai0 00 w E O O U w Z > y v, v Wwt0 N Om I v, v.I '2— O MOOl 0_ O 2 O) ON A W 07 J 0 cc 2 LO U) y > C_ rn 3 w ' •p a] .2 FF FF FF U 3 3 3 > m o 0 2 2° m :• .0 a m - a 0 o '� C ~ T _ o N •U) U a- U a U co C CI gN _ _ En N v) 0) m w C Z L m o O a) `no O 0 Ct O C1 0 U) (1) C a r" N C 'E NN N N w O o pp 65 65 J -.I J J OI �. tn I O^I �I tOl ODI MIo. —.DI NI O to o -- LL Z `i pf3 0 CO• _s:mw# m m ma_I U / CO C3 § % UA Ad \ ƒ % na n 1-1 . % ®oma 6 k E \§ _ %._ag_d z = 6 ) g a) % ao_M \ / G o o f 0 / \ ; & 2 2 2 o . . . . . . . Z ! CO w , .- •-• ,CS) CD C.) 7 m©B 0 9 # cea e \ a m n n0. = 6 } o ' ~` ) \ t k m z kk ƒ § I 7 ) \ UI } r \ , fy A . .0 ± 5 / } ) ( ° • 0) C d @ 0 '% } � L U) \ 0 0 \ u '� -0 W ƒ m ■ ■ ■ j k \ » « ! ! ! ! 2 f { 9 / k k u_ CO ((::::i0 ' 0. _ . __. ... _. ..,. co (spuooas:selnulw) co O 6uipua to elea mil 'j. N OD 1.14N - %'xepulRllopseId iii i N 13 %'liwi1 pinbil N i. c %'lualuo0 oiue6JO N m E N a — %'Weluoo seui j Z J 0) 0 C a) %'lueluo0 JeleM O co m 0 0 0 0 a o o o A Y N mL 0 A N N J1 -o z oF.ri N P. N a) 2 m 7 r N t0 10 V 0 Lt1 L 0 [... O Y N. logw/S :: :: :: :: :: :: :. :: :: :: :: a as ac ac ac ac ac ae 0 d u a a a xc xc ae 0 O O.HSW CO 00 o pei;iufl CD coa a. 2 N (6 la JalempunwO co Z E v Z N y v1 Ln WI •O .0 ri q a y O O A 0 N J N x x -0 92 d Z v O m t E m N A N O y p E cu w E N ....0., r °b ^ L Z r (n y af0i > c m 3 w 0 0 co 15 o U Z L O O Q 1. d d We c N C ~ > o CO a " C e U Cl) C N_ d A M 65 c0 w w -- Z Z L. rO O o H H E `n 0 0 O0 0 11.1 lil CO 11)6Q Q Q Q_ (n (n (n (n J J (0 t w o o J O LL N J ti, r pZ' . J J !n fn }V/ ac Q. p fV ‘I ml ^I � NO (0w o LL Z C AO 0 co (spuoDas:selnu!W) o Buplup;0 ales BPI V N ISI m N %'xapul 4110pseld N 3 • %'1!W!1 pinbll N z, %'lualu03 01ue8JO o E 'a a 9. 'luelu00 sewd Z J 0) 0 C• a) % •'luelu03.1a1e/� oas 00 0 d 0 v 0 "'0 o y m a L o A A a N a A -a Z 0 A A f0 N A (1) Z m co tO N N co `- N (..) N O L l°qWAS .. .. :. :: a V O it OIHSW m N M a. 0_ o_ Cl) 0. o coto CON to to C pal;lug (, A Jalennpunw0 0 Z E U E N Z -. in 7al I L • O W W . NI ;I a O N d Fo O 0 O 3 N 10 N- -2 "0 E z O E to a O 6 C e . m W 2 N > C 0, w o m 3 0 U a 0 .(93 .0 .0 0 o 0 A C H O N 0. us z, U Q N U C To A —0 Cl) C 0) C6 wC Z L a � 0 N to 0 0 0 0 0 0 co Q) C 0W En � co � cn = RS N L t y w 0 E LL J J J J J Y ^ NI I O O ^O O ONI Q 6 w ^ O (4 0 LL Z ()VD co (spuooas:salnuiw) in o Bu!BuG 40 alea awil rY `N On cV vi..'1 %'xepuIAUoilseld u) N .114 N (2 %'Uwll Pinbil i a)o %'lueluo0 oiueal0 -o m j a) 0 a %'lueluo0 saw j z J 0) 0 a) %'lualuo0)ele/N m a In 0 _ V 0 0 w OY n0 m ` (S o a N a -O 2 Ca sfn O .. n n .. _ .. n a) Z a) N co n . V r u) O L IoQwAs .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. 7k U o OlHSW m op pe!Uuf va) y co co caN co Z a )elempunw0 _ a o v Z a) a 0 W • Q N �I cy'I �I �� o -0 Q. o 0 N m N 0 0 cif g 0 -2 re w E ? E O -o II N N N U d A " L1— ''' o m .2 0 C.) € e . O of d co C ~ 0 0. U a)aC N (6 0.3 v) in in 0) is r wC z •s=. E O (1.)o A 0 O O O 0 c � cococ co J c o 0 0 c w _O B' o E E 0 LL cn Z o d $ v ar 0) co 1 J & J N ^ Q iN NI rD -O OI O O co 8 Z OVD w (spuooas:salnuiw) (p O 6u411ii0;(3 area awil 1- N Ci. co CO N %'xepui AU3pseld ei•4 al A 110•41 . %'liwi1 pnbil N L, a) c %'lualu03 0!..6..0 - N `o °k'lueluo0sauid Z -J 0) o C u) %'luuAMA O! 0 CO CI a + + o v o o o -. a` i dnaA A CU O o a N a .s -o Z o U) o .. s .. F a) Z m cn co co M N OO U r u') U) (n Q s_ ak a� at as aF ak ak aF ax L ',5_,rO iOgw/S .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. as ac ac ac ax ao aK as at O as as as as ao as as ac aK U OIHSW CCI N f peon en a. E m co Jo JaleMpunoJ0 m0 U w Z LU w N• co m) co hl O 0 O co O N 6 ; N l0v- 6 z v o u E )) O O N 0a € N ce U a) U) a oc rn Lu o o at .2 U o a - m r O n A C ~ O W Q a) U aU N _ A L C a) nS WC z L^, mm C W `n O O U) a) O Q LU Q M CD -0 C .` I w O w a E o J J J 3 J 3' 1 L. _a) O OI NI c G WI M O 0 ai w Or) aD (spuooes:salnu!w) r. O Bu!!!!J0 to ales Kull I N © co M N %'xepu!/l!ogse!d Al a %'(!w!1 P!nb!1 N P. %• 'lueluo0 o!ue8J0 Z o• /'�ualuo0 sau!j_1 co0 C▪ a) %'luawo0 JawM CO0 as fp o + o _ e o m a f0 o a. N a a Z oco s N A _ m Z m v r- 00 � N m U 1O U) Y .- at . x a �k as 3k !°Qu(S 0 0 O 01HSW CO N PO!J!ufl co cn vai c (C JaleMpunwo ZE U a) z W w N MI �I �I NI vi O CL O N m O C N a d 0 y... x u E E ? O E O J O N .2 a) m E< E a> 0 t H( /) y > C O, 3 W o CO a a U t o t P. m e A y A C ~ O .Q a r° U a U N — C_ A LI 0) o 0) N W wC O e O O (1) E. A 0 0 0 W W C aco cn ( /) J J (13 d W 0 d o ILL 01 O a) O O O J J J J (n a w^ OI OI fI OI q O (0 N D t7 W O LL Z CAO la co (spuooes:seynulw) `- 00 0 6ulpu0 yo ayes awl' 1- N D 00 N 4004 %'xepul Alplyseld in g 4,1101 oo %'own pinbn N a %'lualuo0 olue6)0 .>7 m m Q] .8 %'lualuo0 seulj Z J co 0 C a) %'luayuo0)eleM m af 75 + + 0 v o S O OA A A C m L a CO o A A A A a. N a -3 Z C o (O a — a) Z m N co 00 N- (00 O 0O loQwAS u at xc a x� x at as as 0 v' acaaaexeaacx� x U 9 i 0) OlHSVV m CO pal;lufl (i) cn ca N E N co Jayennpuna0 030 U N Z w � +I q +I NI 4I 0_ —) 4. 0O 2 00 O to L N C yE E o Z 2m J y aE 0 w yw s c a6 r O y '5 8 € > C� ow co o U m 2 m a2 mA C ~ 0 a. L U Q U N c _ A to U1 •a) 0) co w wC Z Z L z 0 0 o H I— E `n 0 0 0 ' CO Q) L Q Q Q m -W LII _ (n co (1) J J m L1✓ N .1-1- a W0 OQ J JI LL co N N NO NN+ A � d M J J S N CD a) r - ONI OIW OONO V, co LL Z 0 cc (spuooes:selnulw) O O Buillp0 Jo ales awll V N C..) m N !_' %'xepul1llollseld r wog N a. %'lueluo0 olue8J0 P- a m %'lueluoo seuu r Z J 0) 0 C a) R %'lueluo0Jele/yl N 0 (a CO 0 o + Lo 0 P O w O y m A a o a N a -o Z c o f0 z U) a) Z m N N CO aa .r- O 0 N O 0 .rt U l°QwAS .. .. :. .. .. .. .. .. .. .. O O , co v OlHSNed 00 N M C pe!Jlufl C1 co w d a u) co E `w (a •0 )alennpuna0 00 z E a) z I a NOm q ci? cI fOw a m O N W co N m 0 J O .5-1) s_ ul A E O LN Q € 2 40 L C _ H 0 N w p m 3 .) 0 22 Q .. a -, .0 to ax m n C ~ o Ft' —Cl) — N a- o z Ur a C N L 8 A _ 4) (d • a 0) (a w w - Z z L a- a, O O 0 o F— F— `n o O 0 O o U) N o Q zL.L.i til z Q Q Q m m _ cc y U) co co U) J J N r 7-- c C F � � wLL Co ga o CA o C a• A U) m m J J J co ' L" a) O,`,11 I COI nI (<. O O O Qco V u_ z ova co (spuooes:selnulw) _ © 1341P0{o elea awll o O u7 N CD i 'l- ift" %'xepul Alla9seld N L 11.14 N ce %'l!wll P!".1)11 N a) c %'luelua0 alueB)0 E E a N 0 42 m %'lueluo0 saulj Z J 0) 0 C Q) %'lueluo0JeleM O fa CO 0 o + U) o v _ o o y 0 s ` 0. x (p 0 o s a N a A A A73 Z o x C as N m Z LL M oo r m r M 0 O N . 1._ ti lo4uit. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. u a a a a a (0) O i 01HSW m N M Pelllufl co <ai � ua) L' f6 a_ )eleMpunaO co 00 Z E 1— c) Z N UJ• w u� u) L.? '2 Q NI- N_ O L O N a) W O N ON 39 a1 -, Z d O N N J O N r d u) d LL E 33 u t QHCO E F a1 ii w c o• co rn m `o U C = 2 2 m o L A C ~ 0 — co 0. •U La z U 0 43 O N C _ U A a a) 0) 76 LU C ZL E O Q) '= n) a 0 0 0 <n Q) a < Q << C v7 <n V) N - FT, RI tm c 0 0" W o J nn)� V1 d 21, N 0 a) 0 c O 0) W m J 2 J S u) NI �I �I 0.M� N� o co o• — LL Z CA0 0 co (spuooas'salnu!w) ,— O bu!ppa to ales ew!1 to N Q m yo'xepu! i!Opse!d N Lo 10114 "a1 2 %'1!Lu!1 pmb!1 Til, L F a) o %'lueluo0O!ue6)0 -0 13 m n a) o %'lueluo0 seu!d Z 0) 0 c• a) %'lualuoo)eleM 0 CO 0 d + krk o v 0 o o 0 • L A as o Q_ N .0 -0 Z ,o-� C x R A N o .. ,. ,. .. .. .. .. m Z m N t0 0) )0 Q -.. 0 r N O ,• yk �k �k �C a yk XK yt �k . logw/,g O as a ae x x� x 0 O ) d- OlHSW m CO Pe!J!ufl ai cn to U) f6 Jelempuno)0 mo Z 1 U N Z w• w of rol MI ml ml O M UO O i F. ppO N .3 N A `1 U d Z O qF C °' O j y LL C 47 N cc y > C_ O Z 3 W p m 3 o E E U 3 3 2 2 2 2 a . m e ✓ N d C ~ O v) 0. C 0 0 p0 0 N _ U n Lo co a`) U 0) o w wC Z z 1 Z o 0 0 )n O O 0 U) a < << M C co U) V) .7 J (0 C L W 0 N V ni LL2 us J J WN 0 H 8 3 J J 3 o 01 a) d O O . O 1O Qp _ [ow r U Z O VJ U) (spuooes:salnuiw) `- BupIpa 40 e)ea ewa Lo N CV C:3 CON C N VI14 %'xapul ppseld Ln J N Ln tt %'liwin pmbi1 H .. a) . %'lualuo0 oiue6)0 o E 0 — .0 %'lualuo0 seuu Z rn 0 C a) %'lueluo0 memO cE CO o d In 0 a `o 0m 1- o a N a A A -0 Z 0 R (n R 2 o R R R a� Z m V) .- v In CO N r `.) r L U) CD ac �c 40 ac a se a a ac ak 7e ac a ae ae Y .- 1ogwl(S •• •• •• •• •• •• •• •• •• •• •• •• •: •• :• .. 40 a 40 a ft x as a ft ft x ft ac as 40 40 0 a x a aK xt u at a xa ax a a a xk xe,.40 0 9 i O.LHSW m N v pei;iufl cn 0) O_ 0) .. a, _o co Jalempunoi0 cow Z E O O U a) Z w w + o `711 ml 1 1 °FI of Cl- o 1 W 0. 0 a N O N 7 V N • Zi ,- 17, E J« E m ZH To o E .- g 0 J u_ N 8 N 8 N 0 CO ) ce E d Y N 0 L L- J 3 w o m `o 2 U L o .0 3 p m m of 0 A C~ •••• T O •N (Z. a `) 0 w 0 37 � a.) (15 0) M W W WC Z Z Z L r 4) E o 0 0 0 `n 0 0 0 0 (1 co co (1) a zLu z Q Q Lu LuM M M C co co (n co J J J .— (13 (3 C C c O C ILL Lo LL I O E 2 F: o = N co 0 o d N L a) J > J J co O O O O O O 0.11 O O ,dpi OpI WI NI C as Z 42 co (spuooes:salnuiw) Q co Buipua to elea ewil Lo N Q m N N i".1 %'xapup RU°IlseId in in Ai 1",' . w olu %'luao0oiueB)0 m j N ` o — %'lueluo0 squid Z J a) 0 c w %'3ue3uo0Je3eM o a3 CD ❑ 0 0 0 a 0 0 o .X m "I 1,- o. s N as a- z 0 C (6 A N 0 a) Z m ? cr, l0 N A[) a.- C) [� N O V logwAS y _ _ _ 0 OIHSW m CO 0 pei;iu0 ti a a.En c)N `o E `m as _o Jelempuna0 03 0 U N Z • In •O -0 w `. of Til `,'±-1 1 '-d -07 x 0 m ro o m Z m v O c N .I71 6 c o8 € -c y c c w '0 0 FF m `0 0 u p 0 0 Q a . a m o o A CC ~ > T O CO CO z U Q U • cn U C N C O3 co a) ): mC L • o Q) cn 0 0 0 0 a) a as < < C °' CD -0 C s ',1„) w O c 0 LL J Vi y yy J J J . "LW w — lA1Jl oD Oof OI , n(3pw O ` LL. z 0 00 (spuooes:sainu!w) `– 61411.10to alea ew!1 in N O OS N vs4 %'xapui Aponseid 1.0 . re %'1!w!l p!nb!l y L.: Z. %• 'We1uo0 0!ue6J0 N o E D o • %lue1uo0 seu!j Z rE J 0 C w %'1ua1uo0Je1eM 0 al CO o 0 Ln0 sr0 O '" O v r dna L 0 a- N a -3 2C .0i s CB R R R A U) .. O n R .. 2 a2 2 m N r a, r U Cn O Yf,,._: L .-F U I°Qw/�S .. :. .. .. .. .. .. UI m m to n U7 0 O , 01HSW m 00 I pa!}Iufl cacaof as .0 Jalempunoj0 0 Z E U z � inNUI- 7 a Ow w 0 m m d 8 C7 m` ci ox z -.v E :42 .– `, -to- OE E w c A co o 8 a E N N 0 8 m o ^a - t m ~ i oC a CO r °• c w a m I o I a a o -a N A C ~ O ...= U C N H C A — (6 N -C •- 0 co isC I- N `n O C o J - a C < < < = Cl) i) cn 0) C/) ca C W 0 C o LL F. 8 8 sE ( a) L O a NI OI II ml Ol O ca LL Z �`3(3 0 co (spuooes:salnuiw) 0 6uipi)0 to ales awa � N Q i V m N eml %'xapui Alioilseld 1411/4 i;, c2 %'1!wi1 pinbiq y .. o %• 'lualuo0 oiue8)0 m m (1) 0 m % lualuo0 squid J aZ ) 0 •C a) %'lualuo0)aleM 0 (a m a a h 0 a. '''-g 0 0 .X L o. W o a N -o z os C a — o ..• s a) 2 m• N m Q V [_ u) O IogwAs :: :: :: :: :: :: :: :: :. :: :: O "1- O.LHSHH m N peiliufl coa ) [0 C f9 )alempuno)0 co 0Z 1- U z a) wiff w7 1ml �I 7I 0 , 0 0 28 a N d z v o E d N O N r C Q a) cc O 0F N C_ w o m 0 U O 2 2 2 m - m .0 m e ✓ ,0 n c ~ U m Q U V cn U cu m 8° Q c 3 7 — U a) U 0 0) m C s_ E o a) a n 000 0 a) C C 'L= N o ci Al IJJ ° d g E E E tii v2 gi o b b aa d v�I ooo f O ca o : LL Z 0 U) (spuooes:se)nuiw) 6uip!a!o a)ea ewll N O 00 N �' %'xapul 4(iogseld N d . N c %')ualuo0 o!ue1110 j N %'lua)uo0 squid Z 'C o -J a) ❑ c a, %'(ueluo0)eWeM 0U m ❑ a 0 0 v O 0 0 y m ` a o COa N a -o Z o C , (0 o ,. ,. F a s a.) Z m N r m e U N O Y .- logw/s .. .. .. .. .. .. .. .. .. .. .. .. .. .. O O .. .. .. .. .. .. .. .. .. .. .. .. .. .. U i OIHSW m N 5 pemun U)) fan uai d. N 4) .. E w � as fl )a(eMpuna0 m Z E FO U w Z w• °wt- u' .- -17-1 , 1 1 Q O -, m o E o 7,.... U- Y m m= d ? v 0 0 5 O y 76O 5 0 LL Q € N ce U O O .,, p H U) F N C_ 0, Lu _ o m o € 2 o 2 ) a .0 .0 a a V L L L L L f0 C N A C F- 0 N Q (' 0 o C N C _ $ A d N a 0) mC L E c U) = .0 O ❑ ❑ ❑ a Q) a A Z Z Z Z z C U) <CO < < L 1 u u d N d � _'01 O O O 11 J J J 3' J J 3) 0. N NI V'I ,.`1NI OI O (l 8 — LL z 01:) co (spuooes:salnuiw) `) BuiIIua;o alesawil u7 N CO V N Q %'xapul (liagseld in iemi in N %'1pwi, pinbq N c %'lueluoa oiue8)a N E O w o %'lueluoa seuH z J O) 0 c a) % •'lueluoa)e1eM O c0 CO 0 0 0 0 e 0 0 0 d M Y 0 o a. N a -a Z - As (B N O .. A A CD Z m co U, 0 U N O Y .- d' OIHSW CO N pei;iun to Cl) Cl)aw y (C -C )aleMpuno)o co tiZ •p> y N N 2 to N O Ll.) w N Ntt CL '7 0. O E po O 1l �0 d Z N O NQ Is c 5 0 LE € co gca W 12 .0 0 03 0 EE EE FF EE U 3 3 3 3 ED O O O 2 n n` n .0 o A C ~ O N Q •L o V r C N C 0 ggqy n •_ co N U is L E o 0 a n 0 O 0 0 0 110" N C L w 0 E7.., iri .2 a) m m m J J J L .I.-. NI vI r-1 ODI OI 0 (Q o LL Z (.A� ( 1 (spuooes:seinuiw) a0 O CM 6uipu4;D edea K AI L[) N CO !y m N %'xepu1 giopseld N (M N CC %'Jiwil pinbil r o %'Jua;uo3 oiue6)0 m i N Z 0 %';ueluo3 seuid Q o ZT C Q) %'lueluo3 163UM 0 Q 8 0 GCO DH L e O fl N a -D 2 o C ,. (0 R N R R o R R U) Z m ry O Y V N— W W O L logwAS 0 d OIHSW N pei;lull a. U) u)i vai N co N co 'a-:, )eaennpuna0 0 U a) Z 1 � a v, rn e y v, o a p tii .9 7 ti 0 y m o 0 0 o C7 � cc CJ Z m o n J O y mec I- m E - E yU t g 0 H Cl W 0 O o I- 3 i. c La o FF m 0 0 � � 3 U L e • p a m aR v C p U Q co CO a 0 CE N @ h is o T!9 U to U C w P": I— 0)0 ) L J a) N a) N JO c 'di 2 OO J 73 J O a l J J c L 0. ow NI pi CD0l WOI W...I OLL LO o LL Z 'C'r1(i co (spuooes:selnuiw) Q co co Buipi)p 10 sled ewil is) N �I m N %'xepul RlllRseld N 11104DI u� DI %'1IW!l pinbi1 N c %'lueluo3 oiue8)0 ;2 N o a %'1u21u00 seuld z J O) 0 C a) %'lueluo3)alert o as on 0 a in 0 0 0 0 m Y a o d N CI- 12 -a Zo C ti (3 U1 o ,. ,. ,. z m r, o a) U) o .. ti L IogwAg V O OlHSW co 00 CO N 0 pegiu(1 CO CO CO vUi a E L. criN )aleMpuno)o m j E O� 7 Z i W + +I it �I +I )N+I 7 t0pp C pp f 0 w N O ? O E 0 a a v 2 ii a) O m u_ • N ce 3 .' I- U) 43c a o co s` 2 2 o a a U O L L ` a = _ _, .. m ae y A C ~ _ T 0 — m .N U 0. `) U/� Q O N L . U A N A N (-) 0) @ WC Z L. A 0 C C 0 C O UJ c •,—_- .. t W p P o LL. N 65 r O O O O � �J J J J J LI a) O w NI ?I U) a0l 0)I 0 O co o -- LL Z CAd 0 _co © (spuooes:salnu!w) O O �, 6uq!u0)o elea Bpi aD N Ca CN !r4 %'xepu!/lp!lsa!d Ii) q N m %'1!w!1 p!nb!1 m .. O a %'lueluo0 o!ue8J0 D `w m N ° m %'1ue1ua0 seu!j ,- Z 'E. Cf) ❑ C N %'1011100 JaleM r- •0 CD CO ❑ 6 0 v -"S"' 0 w O Y 00 m ` . as o a. 0 N ZO C N as S SA (I) 0 .. A A A n a) Z m c, . n U N— U) C) . Y ti !ogwlt$ .. .. .. .. .. .. .. .. .. .. .. .. .. O VO i OIHSWco C pa!1!ul (.0a. ai 0. CO a. as ,gyp Jelennpunoi0 mo U a) Z i y .nin u> N • O 0. 0 N E m O CD 3 A N 10 d 2 O ki E :? E O o ui m c m O LL 4 E cc o Cl) In i G 0)I-- N c W O m .9 € ° °' .0 .0 U CL L W O 00 m ;e m C ~ >. O Z Q U a U co 08 C N — Ta 0 iz 0) asC W L^` m ee E 8-: n'o ❑ ❑ 0 0 ❑ CO C y y C rv, as N N L sH o o W E C O y2 ^` -I NI (01 OI O ca o "1L1LL z ' It. V 0 00 (spuoaes:selnulw) O fiu!IIua JO sled ewll (9 N wailm N %'xepul Al!ollseId gal 4C) w a %'llwll P!nbll N a %'lueluoo olue6i0 N cZ %'lueluoo seuld to J 0) 0 •C a) %'lueluoo)alert 0 m 0 d 0 Q O •-O O a _ o a N 0 Z o C N _as S a) Z CO CO CD a Cr) V r N O r. L logwAS .. .. O � O.HS`d'd CO N 0 pel;!Uf Cl) CI) CI) a Cl)UCl) CNC .. co C (u JelempunoiO U N Z W v vl ri o ml ''21ml O 0 m m o C9 3 m Y O Z v O E v E C 6 m y a) X 50 i 8 F C m w c a CO o 2 d, Q U L 2 = O • 2 0 = X .. m e C N N A C I. Q Z a (' U z C C N C a d ^ (d fQ T U C) CZ C •L m ae a) E O 0 n 0 O O 0 0 0 C O L = w O a o LL g > g 0) a) I • CO DI 0I COp O (6w LL Z C co (spuooes:se}nuiw) C) N C) 6uipua}o a}ea awil m N © %'xepul R}iai}seld 0 A N 4 cc %'}iwll Pinbil H N o %'}us}Uoa a!Ue8J0 E 0 a %'}UB}U00 SBUId Z co - 0) 0 C a) %Ill e}uoa.1e}eM 0 CO CO 0 a in 0 e 0 0 w 0 Y a "� i co o 1 N 0 Z 0 c .+ A M o .. .. ,. ,. ,. a) Z m lh 0 tD u') 0 0 ,— En N O iogwAS .. .. .. .. .. .. .. .. to ur m 0 Nr O 01HSW CO N Pai;iun 0) (0 ti COi0) co Je}eMpuna0 co v w Z LU 0_ V o O N Q 0 U > _ N x m a o E- _OC z c I– %),re I- Cl) En w 0 0 CO 1- 2 e 0 O t Q • • .0 .. CO 32 m n C H O w fl. o 2 0 Q 0 N — _ A r� 3 _ m co ca N LU) 0 Cr) m C L r o 4) 0 0 0 0 N < < < < C � -0 L r w O O h LL O O y y y (�� N J O) N8 J8i N C}C+�J/�J J J J J L" a) N Cl w RI IDl ODI 21 O c� O ` z ()V) CD (spuooes:selnuiw) M C, Bump°;o eley OW!) CD N 4J CO Ln A4 %'xepul,gioilseid Ln 111.4 4 N x %'liwi1 pmbp i 1-- a• a %• 'lueluo0 aiuBB)O D N 2 m % lueluo0 squid Z J o C• a) %'lualuo0)alert CO O a cn 0 a 8 0 am a o o N a 73 z 0 C r+ (13 a) z m N C) C C) 0 (� O Y �opwAs :: :: :: :: :: :. :: N rn m O O) OlHSbb CO N peiuun w cnLON CO CO - )elempuna0 m Z E O U al Z > d v 'p _, e m - W 40 0_+ +v + +1 + . g. 2 . d L a ? o 10 m O w E d E O o uyi c N 8g eC H -C w 'a m U 2 2 2 2 .0 .0 .0 .0 r0. ;e cn a A C ~ o .7) 0. U a) 43 C C _N m a) CD o 0) a3C i N I 0. 2 a a a a a a) < << a< ❑ CD -0 C .` L 0 NI 8 O j I > > > J d w NI Y (0 ODI OI O (o oV LL Z (---s' O1'J co (spuooes:seinuiw) o Bugia to ayes ewu CSO N O CO cnN gag %'xapullylogseld in 411141 i /,'llwl1 pinbrl N 1— o %'yua., %lualuo0 ayuoO olue6J0 El a) o .0 %'lualuoO seuu Z J O) 0 N N C 4) %'lualuoO JeleM m 0 d 0 0 O o Y y m ` a 03 o a N a TS 2 0 as V) (1.) Z =m o V logwAs :: :: :: :: :: :: :: :: :: :: :. : o ovisw m co pal)lufl u)i a. N N u)uu)i m ID Jayennpunw0 m0 t ,_Z Wao` ^ :1 ofc151 I > 0. ci W 0 8ov � o m N o 0 O LL Q 47 ce 8 8 ° '° € m .d � 1— d a c w •'` 0 m `o U • ci .. Q .. .0 .. m t N C ~ 0 N Q UU C N 37 _ 3 0N a) o 0) is C i E o A 0 0 0 0 0 Q) 0. C CO CO CO U) CO (a N N N E C o 0 0 0 W O p J ^` �_ 465 a-. N d '' N W > 8 M 0) o I Ol I d0 O Q Crj ' Z 0 co Q (spuooas:selnuiw) 0 BupupO JO ales awa (0 N 11.4 m M N 41111 %'xapui AUogseld co co 44- 7,7, N ce %'Awi1 pinbil N c o%'lueluo0 oiue8)O .a m j N Z o%'lueluo0 seuu 0 C a) %'lualuoO)alert 0 N 00 ❑ a 0 0 0 0 w o Y v ri I- a c3 s N 0 a -0 zo C ' f0 x N O (I n n R a) Z m V wO_ U) U V) O L .. :. :. .• .. :: .: :: •• :. •• ,: :. OiogwAs : • O.LHSW m N pei;iufl CO ai COCON CO E N (0 JD JaleMpunaO m0 Z H U > vi py co. o 'OW nM CI 0.. ..- a 0 0 f0 m o 66 m m `o u_ •E 8 m g TO - i 0c rn W H m `0 o i E o 0 0 0 = a m a o` m o dV g C C (0 0 O) O 0. CO U r �j N 43 c N C ❑ d ^ (d CO a) Cr0) (0 I s— E c c n 0 0 0 0 0 Q) 0. as < < < cn u) Cl) co co '0') c0 C .C- N W o 0 E d O p yy yy /� d O O 8N NN W cJ J J J J 0) dw OI NI oI (DI OI O CL 00 LL Z CA9 0 C:3 oo (spuo°as:selnum) Q 41,1I euipup 10 alea awil (0 N IPPII m N %'xapul(l!oilseld u3 3 N a %'llwll pmbll Fes' a) o %'lueluo0 oiueeJ0 o Z 0 %'luelu°0 squid J 0) 0 C 0 %'lualuo0 JaleM 0 (0 CO o a in 0 ✓ `o 0 o o ^ . CU s N a. a4. 0 Z o M1-1 s U) Pz m v 0 o l°Qu)AS .. .. . .. .. . .. .. . .. .. .. .. . UO. . . . OlHSW m N a. pei;iufl cn U) m 0 JD (( JalempunoJ0 030 U a) Z y co. 'p w = 7 c O O. O. N— ig N In 0 1 5 4, E 0) I— Cl) C c 0 o m .9 0 0 m a2 d C ~ 0 Q U a U En -8c N C �_ 3 A N '/'� VJ )3C L E c a) a n 0a) N Cp QJ "0 N N CC L < < W 0 g+ 0 0 11 L f/) N ? 2N Si ° N N O G CD w 2 2 J . f. OI p a w 0 (p o LL Z O V3 CM 1104 )eUlO 4 r 4 %'xePui RlioUseid N o m m m h o r w y v 5 IA- e %'llwll P!nbil t a m 'm 3 ...0............................................................ Lai Al N 'a 'y .N E .E �• - c > N — e 6 R J yue uo oiue6) ^ 0 3 0 O n z co in ° (°n o a `o g Y. 2 G 2k'1ualuo0 seuld O m O _ o 0-2 vo N M c M m mo .E ..,,,,...,,,, �.. ,,,,................ 8 °� `o o ` `o 0 o c d c - _ LL LL LL ° 2 8 ° 2 J n - g m '4' N t~ ^ N4lueuoOIsle/ $n02 t 3 ' 33 gaaav ? ff n v N o $ E a e m 0 .sm p C ` ; CN2N c cE ° a ° o c iii - :! E am a a 40 O m o m o o O J J c 4-Ps n 9 0 o a o 0 0c 0 ac u m 5 (..) m .0 arnm if: En J omaZ ao o a 0 4.,. ° o ° 3n3 v a 2E z � v c o mJ oN . - a V) Z a >, .. `o a CU z m Z o `o E " U 3 3 - 2 ,.,,,,„..............................logw,(5.................. ?., .. _ Ut O u_ t i -J d O > - .--I 4 E , 0 .........................................................,,...,....,.. ) LU LLI .J v 1.5 o OlHSVV — Z Z . y ”' o S ..,.....'""...................................... E w O-N z 0 2 cc c a ¢ g a i .� .. >~> 0 }W2 Q ¢ W3y,� O WO a w a u'l a 5 PeylunCf)* 115 TJ W C0a0 N m w N .9 0 = .L v Q (nv)O=) 0LLa0 � a0 � > - ^ c� ❑ 0 0 � � CO Je3eMpunaO ° co N ° n Jo 0 3 p m '° ° 5. r O� H 0 ....................................................................... g E c m w 0 > - m a` a. o o WN OfFCp « ................................................................`........ ° O p !C !t A� m E n a m W `o U U -a v r .o .0 3. p N m m U) J a C O O O coH T. N A > Z. co Eo E a o m c ° y `0 a 5 r4 4 a 2 z "° m `-' o Lor) a) .§ d :COC N ° O N O 1 C a O N 0 a a v U a y m y p? w .................. o (n a E 4 d y m v 2' m v — . 00 . . . . . . (e (0 J ..9 ., ry a 2 E - N E °m co NNO N(n (n(o co o 0 0 0 0 0 m N2S m v c d C $ `� E > c •'2 n .. ' w ZZ` Z`a'a"a^ a^ a%cncocou)cou) ix a-a• of > _m o z 2 m V- °' m ry N a) a) a) N a) a) N a) d a) a) m � 3 m .y Z E .2 a 3 O Y > > > > > > > > > > v E `m o"5 a 0 10 `°' ° N L i. _ CL O a ac " m o 0 co ci) =x E E () 13 13 13 -3 '3'3 co E E G y N 2 m 2 3 a 0 3 o m m m m m a o w m • cn y - = N a)co co LL li In (nN(A N 222222 c o .E d o ❑ a N o oa _ a) d � w m m o E 0 pCl) m aa) a) n c 1 ,-Er 2z1 ;11.51.1 . c w 2 y ° y a o 2 CD _ NNNN cccc NNNYN wE . OOw To C E 2 0 0 0 0 0 Om c c c c 'Z � c - d0O O O O aan a) h0 ❑ Cl Q co co aa1 a) 41 c 8 v a > > oaL N JJJJOOOOEEEEyOO ❑ a 1,' � o oaJ 1- Z 'J J JJ 77 �.? O OZ' Z`ZZ' N aJ m o o . a ��W W ca) a) a) a) a c 13 13 a) am t' m m F am E 0> >> > a) a) a) a) >> >> , > ; • C co > vto oE' t4 2 3 g z z 3 f6 ....�..�... . m -p .. + .N .P '.a O r illo Z O Y ( y Z1 O N CO u7 CO M M , (f) (O O O I != HI O Z J 0 2 2 K "i (n L Q t LiI 1,O 1. . Z CA() 110 LABORATORY TEST RESULTS O •II.1 0 Ml 0 Q E 0 r V F F) N f6 Eo c u) to O 0 u) _ 00 Tr in u) 0 N ti O j Z o .- a) (n ZO M al 4 N C O 11 O O c u. U N o '- o Z o mmc0 - z 0 z H c c c E o tna zz o 0 0 J r a0+ 6 N l[') l0 Z Q J U •[ V O OO O iiii M Um o c.> ?EO O N z W z u) � y20 cn s z yo rW ° aoi - 0 LLI w U E d ° .(0 CD o °' el na. 2 orn Z p z EoC) �i w O co za 7 co + 't p 2 Z (. n U V3 O W FI)- W m a 'T u-) _I z 1- o rn 11J w Cr) z 4 o ui Ce z w O ■ O LL Ce U a O oo z CV LL 0 ,- N 0 O 0 v O M 0_ Q • — E C _ Z - x To a) m m c 0 O N EY)c_ • m O rx o - a Q) a LU O 6. C Q > 0_ ' ea c a) (0 0 in a) .0 U y O o0 -o N.0 O (E 8- ON t 0 ° CD ' W _8 ,11111111 111,11111 11111111 111111111 11111111 uuuu1.111111111 1,1,11111 111111111 111111111 d ap '— O LE CD N;� C) 0 0 0 0 0 0 0 0 0 0 0 UCOmm o d ? ce CZ) CD CD CD CI 13 CO 0) CO N-- CO On Nr Cr)O N a. O O m a i 0 o E CL 03 w (%) `6Uissed 1,UOOJOd 0 L ��1 O 11.14 !1 _ O r)I O Q C 0 Y E m C U - 2 t6 0 0 Z < O W a) 0 CD F- O W _ .— o .c- ..-- u) O N i . -a) CO z O T M pp L O .� p X CO OQ o ~ LL• U N o ' od g Z o mmcco - E z < Zo o O a7 p 7'71- 71- ,nN oo un0QJQY Y r O MZ J U •� U O z O O — Om ou ;. U O NCNI Ce Z m yy y 1 CD W = Z am m y o 0 W w 0 OU ,v� c, LO U i- CIS a= o Z O Z u) E 0 g (� N C)) "' — Z QD ✓ O Et- Z - 0 uvi O W u) Z V ' V) ix W Z w Et0 ■ a 101 U Q O O o Z N p O oO O co O M a▪ Q • r p E 2 C Z .N X (75 ) E � o o > a3 m • m a) 0)a CD uCD a) a) a CC O - Q U 'O w W O Q) coC ¢a ) o_ N 0,5 C a) O (� (n a) .0 0 y oo ▪ h O O E �O N O CJ op U op11inwi 111 �1 11111111111 111111111 111111111 nuuui 111111111 I Inn 111111111 111111w O (2'6 N- O E y N 1-.20 0 0 0 0 0 0 0 0 0 0 N- m a0, Z = m 0 0 0 0 0 0 0 0 0 0 0 O U - m 0 O 0) CO N- (0 LU '� co (N r a Om a T- 0 oE a. (%) `Guissed lueoied W ec0 u_ C3 1114 oil* r— O O Q � M E E O c2 y U , F y N > as O 0T. U N o m• 06 O O O _ (A Z co in O O t 2 r O 4 u) O O M r, • in o1 OO a) Z Z O i Q CO (n N O c X 4 IL W o 4 c0 U.. •U N ` I M Z v o ea Z ❑ mCcn � a- 0 Q ZQ o 0 0 ._. 0 O ti n J Y Y Y O Z Q J V •� V O a O C M C�j c> 3 . V O N ' Z dy O • 2 Z - ❑ co 7 U cci o W LU w U a O V y o Zpz (0E'02 v z " - M w O m Q O o1 ) cn 't ❑ U U 0 W cn I- N= n in co LL z W w °° C/)z w 0O O a reLLO a O _ - o co• Z LL O Ma' s o O v /4_ 0 Y Oel C6 Q N— a_ x CO c N T— N CO m o • RI O o • — a 75 c w C• Q U1 N O O — ° O `_ I, 0 C ,- M NO .0 o Y O co O O O @ �• Nt O u) U (D op innnn uiuwi wnini nninii n,iinn uuuni iiinnii iiuuui iiinnn iiiiiiiu N 0"0_ m0N � O c E. O O O O O O O O O O O N— a a) co, z 3 m 0 0 0 0 0 0 0 0 0 0 0 O °' O ce O O CO ti CD LC) M CN N- a s CU 0 m i� ain o❑ E a (%) `Buissed lue3Jed w O u_ 1004 MI O Q E O Ems' m m fi w (5' y N ca 0 U z Q •O cn c o co I I- O _ N— O O Noo to N -2E. Q 6 O co LZ M CO J O _, O X VIn Oo o co LaL E o 1- U N 'S NO Z m M O IL6 m � N z p z c c c , 'n771. a zp p .p y N .,- 4 a o coM o gr— J V •'� U O Oz p (3) M - vJ UH. 0 O N c" • Z Ny .9 y v O W U o — arum O V N 0 0 p W H0 RIo-= 'O OC r`ti Z oz u� EO2 V Zorn a - w o m � O 0 I= Cnw t o Z o m v0 IX , uo W to ce ❑ n. , ,no J z E- 6 � o w W w U) Z (/)z w C.) o o ■ W ILO - a O CV Z O _ O O O O Y O M � •• IS O E °' x 73 O E 0 o Vi 2 m a� CO m @ c O 'U cn• O —• w d U d (6 ¢ C j 0_ 75 06 c N • .0 ,,- U) Cl) O co -o .- 7 O O /fa^ oN -t Co V 4 co _c mum( lip III mum! IIIIIIIII IIIIIIIII IIIIIIIJI IIIIIIIII IIIIIIIII IIIIIIIII 111/11111 O O CE 0 N 2 0 0 0 0 0 0 0 0 0 0 0 Q m c Z 7 m I 0 Co 0 0 0 Co 0 0 0 0 Co Et O U d "C3 O CA co N- CO Lf) c o CV r a mm a N.-- •o❑ E w (%) `f uissed ;ueoied U_ D imil W1 O ,7I o CF) Q E o = 7., • u N __ N i. O 0 O - @ O —. U O 0O co Z H r O Cn cnO O 'al C 4 O CO N C O O `--• O LL Z co 41 O > i oO �COU4. o U >o O ON c - Ez tO Z ca0 o L z H c c c w '� Q zQ o00 � �' v `aN n Z a t c0 a o 0 o o cri Fri — 0 m O 0 O N z O ▪ x z mco o ,�, !noi W W 0 E 2 0 ,U) CD ,- O c) 0 U o • v Z 0 z cn E O 2 V Z c.i c CO Zvi 0 � � 0 0 W z � a 1- 6 r-- u_ W w U) z4 Co., z w (� 00 a Ce U Q 0 _ 00 Z LL. Co ,- �Lo o 0 O o Y 1 O co m mElio E U3 o O m> 0 C N Fo_ NQ U d -C N W o N (0• Q C j 0_ 7 06 C N N .0 o o r o a0 — > O o ,c2cC) 0 ,9 00 111111111 11111111 111111111 111111III 111111111 IIII11111 111111III 1111,1III IIIIIIIII IIIIIIIII d 0 m d N 0 0 0 0 0 0 0 0 0 0 0 a6i aci z° ' 00 0 0 0 0 0 0 0 0 0 0 0 o V m O a) CO I� C0 LC) CO N T- 0... m m a 00 E acu (%) 66uissed ;ueoiad W 0 rx 0 r nc� ^) 11 D ® Ac/� O DATE(MM/DD/YYYY) ,� --/ CERTIFICATE OF LIABILITY INSURANCE 09/20/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Ashley Burke NAME: Sterling Seacrest Partners,Inc PHONE (678)424-6500 FAX (678)424-6501 (A/C,No,Extl: (A/C,No): P O Box 724137 E-MAIL aburke@sspins.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Atlanta GA 31139INSURERA: National Union Fire Co/AIG 40258 INSURED INSURER B: The Continental Ins Co/CNA 35289 Astra Group,Inc.&Astra Grading&Pipe,LLC INSURER C: New Hampshire Ins Co/AIG 23841 Astra Construction Services,LLC INSURER D: Aspen American Ins Co 43460 300 Churchill Ct. INSURER E: Woodstock GA 30188 INSURER F: COVERAGES CERTIFICATE NUMBER: 19-20 COI REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBR POLICY EFF POLICY EXP TYPE OF INSURANCE LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR PREM SESDAMAGE TO(Ea occur RETEence) $ 1,000,000 MED EXP(Any one person) $ 10,000 A Y 9925688 09/01/2019 09/01/2020PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 MI I POLICY X ESI LOC PRODUCTS-COMP/OPAGG $ 2,000,000 JEC OTHER: Employee Benefits $ 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED 4544853 09/01/2019 09/01/2020 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY X AUTOS ONLY (Per accident) $ X UMBRELLALIAB _ OCCUR EACH OCCURRENCE $ 10,000,000 B EXCESSLIAB CLAIMS-MADE 607-254-7561 09/01/2019 09/01/2020 AGGREGATE $ 10,000,000 DED RETENTION$ $ WORKERS COMPENSATION X PER H STATUTE ER AND EMPLOYERS'LIABILITY Y/N1,000,000 C ANY PROPRIETOR/PARTNER/E'ECUTIVE N/A 39326889 09/01/2019 09/01/2020 E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED. (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ , Leased/Rented $500,000 Equipment Floater D IMZ-436319 09/01/2019 ' 09/01/2020 Scheduled Equipment On File Deductible $5,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) For any and all work performed on behalf of Collier County.Collier County Board of County Commissioners,OR,Board of County Commissioners in Collier County,OR,Collier County Government,OR Collier County are is included as an additional insured as respects to General Liability,when required by written contract.Umbrella follows form. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Collier County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail E. AUTHORIZED REPRESENTATIVE ,wi9t, Naples FL 34112 KT4,6 I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD ,.� 110 ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) ♦�/ 09/26/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Ashley Burke NAME: Sterling Seacrest Partners,Inc PHONE (678)424-6500 FAX (678)424-6501 (A/C,No,Ext): (A/C,No): P O Box 724137 E-MAIL aburke@sspins.com ADDRESS: INSURERS)AFFORDING COVERAGE NAIC# Atlanta GA 31139 INSURERA: Environmental Underwriting Solutions INSURED INSURER B Astra Group,Inc.&Astra Grading&Pipe,LLC INSURERC: Astra Construction Services,LLC INSURER D: 300 Churchill Ct. INSURER E: Woodstock GA 30188 INSURER F: COVERAGES CERTIFICATE NUMBER: 19/20 Prof/Poll REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POUCY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) UMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED CLAIMS-MADE OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL 8 ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PROJECT LOC PRODUCTS-COMP/OP AGG $ OTHER. $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) _ UMBRELLA UAB _ OCCUR EACH OCCURRENCE $ _ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER 0TH- AND EMPLOYERS'LIABIUTY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ $2,000,000/occ Professional Liability A Pollution Liability 0310-8186 09/01/2019 09/01/2020 $2,000,000/agg $10,000 Rentention DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) RE:For any and all work performed on behalf of Collier County CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Collier County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail East AUTHORIZED REPRESENTATIVE git, Naples FL 34112 &A.. ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD CD aa) Ci C D o -a 3 CO -zf Or CCD cD 5 CD -< or m m CO = C CO0 r• °� ' Q C co P. C) ...1, G) z " • \ . 10 pp n rt0 Ql �� . I-- m O 1-- =1 _r CD D 5m < a n co m s = g, = Q 3 0 z (7) M z Z O mz C7 zm kill% � O 1- m z 0 N 171 , -t -12 o ---1 cn z 2 O xi w , (nm Oo O D m m c w • : -n r 0 171 ---1 y v Q -0 --I z c.n -_-im M > 1- m I ' Z Zoo I 20 o = 0 73 C D 0 C7 > z c -� -i -1 00 c CD -1 Om co > 0 �' ci 2 m � ODOoo - 0 — m 7m XomD 2 0 o o OzZm O —1 cn X --I _I i —I m oo ODWa � �, �`� 0 � � 0-I � C m n0o -nO oZoo -� --1 nC � �-I On _ =' o Docs (, -C. ', . 171 O � mzm z Z 0 C7 * m pD0c (\ cn r � D mom O r C:,23 co St \v 'U m m m --1 _ ki r cDn D cn D CDn C7x D Or- \D , m -I - :C7 r- O p cn p mm m m -�G < z Cn G) '� Z V \ M --I D COC -I cn 'D rill 2 \ 1"" mm Z 2jD ' M pz r- 4r 0 D o0 r" C < ---I m m -< m 2 = p m m m x ui � m z 2 Fri z x o 0 --i z _ � m