Loading...
HomeMy Public PortalAboutPRR 22-2882 Renee Basel From:tlbaker@koganinjurylaw.com Sent:Wednesday, May 11, 2022 10:47 AM To:Rita Taylor Subject:Public Records Request Re: Foster Marine Contractors, Inc. \[NOTICE: This message originated outside of the Town of Gulfstream -- DO NOT CLICK on links or open attachments unless you are sure the content is safe.\] Ms. Taylor, I am hereby making a Public Records Request for the City of Gulf Stream project contracted to Foster Marine Contractors, Inc. in 2021 related to water mains, trench digging, placing sandbags, and other work along N County Rd and other parts within the City of Gulf Stream, along with any other subcontractors that worked on this project. This request includes any pictures, policies and procedures, MOTs, directions, scope of work, contracts, etc. Please advise if there are any costs associated with searching for these documents and/or copying/electronically producing these documents. If there is a more formal process by which I need to make this request, please advise. Sincerely, The linked image cannot be displayed. The file may have been moved, renamed, or deleted. Verify that the link points to the correct file and location. Todd L. Baker, Esq KOGAN & DiSALVO,P.A. (561) 375-9500 Palm Beach County (772) 888-9085 Martin County (954) 733-6300 Broward County (800) 707-9111 Toll Free Fax: (561) 374-7898 www.KoganInjuryLaw.com ThThThThTh e e e e e linklinklinklinklink ed ed ed ed ed imaimaimaimaima ge ge ge ge ge ccccc 1 TOWN OF GULF STREAM PALM BEACH COUNTY, FLORIDA Delivered via e-mail May 11, 2022 Todd Baker [e-mail to: tlbaker@koganinjurylaw.com] Re: GS #2882 (Foster Marine and N. County Rd.) I am hereby making a Public Records Request for the City of Gulf Stream project contracted to Foster Marine Contractors, Inc. in 2021 related to water mains, trench digging, placing sandbags, and other work along N County Rd and other parts within the City of Gulf Stream, along with any other subcontractors that worked on this project. This request includes any pictures, policies and procedures, MOTs, directions, scope of work, contracts, etc. Please advise if there are any costs associated with searching for these documents and/or copying/electronically producing these documents. If there is a more formal process by which I need to make this request, please advise. Dear Todd Baker [e-mail to: tlbaker@koganinjurylaw.com]: The Town of Gulf Stream has received your public records request dated May 11, 2022. The original public records request can be found at the following link: https://portal.laserfiche.com/Portal/DocView.aspx?id=178861&repo=r-430100cc The Town will use its very best efforts to respond to you in a reasonable amount of time with the appropriate response or an estimated cost to respond. Sincerely, Reneé Basel As requested by Rita Taylor Town Clerk, Custodian of the Records Renee Basel From:Trey Nazzaro Sent:Friday, June 17, 2022 4:50 PM To:tlbaker@koganinjurylaw.com Cc:efitzmartin@koganinjurylaw.com; Renee Basel Subject:Re: Gulf Stream PRR Please narrow the scope as you see fit and direct the modified request to Renee Basel at rbasel@gulf-stream.org I have copied her here for your convenience. Have a great weekend! Trey Get Outlook for iOS From: tlbaker@koganinjurylaw.com <tlbaker@koganinjurylaw.com> Sent: Friday, June 17, 2022 4:43:23 PM To: Trey Nazzaro <tnazzaro@gulf-stream.org> Cc: efitzmartin@koganinjurylaw.com <efitzmartin@koganinjurylaw.com> Subject: RE: Gulf Stream PRR \[NOTICE: This message originated outside of the Town of Gulfstream -- DO NOT CLICK on links or open attachments unless you are sure the content is safe.\] Trey, Any chance we can touch base on this one? I am assisting my colleague Elissa on this one and we’d be happy to narrow the scope of the request to expedite delivery, but also need some assistance to ensure we don’t miss out on what we need in the process of narrowing our request. Please email us back a time to speak next week. Thanks! Todd From: Trey Nazzaro \[mailto:tnazzaro@gulf-stream.org\] Sent: Friday, May 13, 2022 11:45 AM To: Todd Baker Subject: Gulf Stream PRR Mr. Baker, The Town has received your public records request and staff are working on it. 1 The Town Manager asked me to reach out to you in response to your call to him, referring you to your public records request. The project you are seeking information on was part of the Town’s Capital Improvement Project, replacing water lines along A1A, up County Road, and down Little Club Road. Because of this, there are many records that would be responsive to your request as phrased. The estimated cost – and staff time – will be very great. As a courtesy I ask that you please narrow your request to seek records relevant to your issue so we don’t waste your money and our time producing records that are irrelevant. We have a small office so responding to a request as broad as yours will take some time. If you prefer to have everything, staff will do our best to respond to you in a reasonable amount of time. Thank you, Trey Edward (Trey) C. Nazzaro Assistant Town Attorney Town of Gulf Stream 100 Sea Road Gulf Stream, Fl 33483 (561) 276-5116 Notice: Florida has a very broad public records law. Written communications regarding Town of Gulf Stream business are public records available to the public upon request. Your e-mail communications are therefore subject to public disclosure. Under Florida law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by phone or in writing. Confidentiality Notice: This e-mail message, including any attachments, is for the sole use of the intended recipient(s). If you are not the intended recipient, please contact the sender by reply e-mail and destroy all copies of the original message. Florida has a very broad public records law. Written communications regarding Town of Gulf Stream business are public records available to the public upon request. Your e-mail communications are therefore subject to public disclosure. Under Florida law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by phone or in writing. 2 Renee Basel From:efitzmartin@koganinjurylaw.com Sent:Monday, June 20, 2022 9:00 AM To:Rita Taylor Subject:Public Records Request re: Foster Marine Contractors, Inc. & N. County Road You don't often get email from efitzmartin@koganinjurylaw.com. Learn why this is important \[NOTICE: This message originated outside of the Town of Gulfstream -- DO NOT CLICK on links or open attachments unless you are sure the content is safe.\] Good morning Ms. Taylor: This is my attempt to narrow the scope of Todd Baker’s public records request previously sent on May 11, 2022. I am hereby making a Public Records Request for the City of Gulf Stream project contracted to Foster Marine Contractors, Inc. in 2020 along N County Rd. Specifically, on November 14, 2020, my client tripped and fell over sandbags that were placed on the roadway located at or near 4110 County Road., Gulf Stream, FL 33483. This request is for the scope of the project as it relates to sandbag placement, any photographs of the sandbags, and any policies and procedures regarding safety or sandbags. In addition, I am looking for documents pertaining to whether any other subcontractors worked with Foster Marine Contractors, Inc. on this project, and if so, copies of the contracts between them. Please note that this request is without prejudice to later request additional documents. Thank you for your assistance, Elissa M. Fitzmartin, Esquire Kogan & DiSalvo, P.A. 3615 W. Boynton Beach Blvd. Boynton Beach, FL 33436 Telephone: (561) 375-9500 Boca Raton: 561-477-9000 Toll Free: 800-707-9111 Fax: (561) 374-7898 EFitzmartin@Koganinjurylaw.com http://www.koganinjurylaw.com website The linked image cannot be displayed. The file may have been moved, renamed, or deleted. Verify that the link points to the correct file and location. The linked image cannot be displayed. The file may have been moved, renamed, or deleted. Verify that the link points to the correct file and location. Confidentiality Notice: The information contained in this transmittal, including any attachment, is privileged and confidential and is intended only for the person or entity to whom it is addressed. If you are neither the intended recipient nor the employee or agent responsible for delivering this message to the intended recipient, you are hereby notified that any disclosure, copying or distribution or the taking of any action in reliance on the contents of this transmittal is strictly prohibited. If you have received this transmittal in error, please contact the sender immediately and delete this transmittal from any computer or other data bank. 1 Note: To protect against computer viruses, e-mail programs may prevent sending or receiving certain types of file attachments. Check your e-mail security settings to determine how attachments are handled. 2 TOWN OF GULF STREAM PALM BEACH COUNTY, FLORIDA Delivered via e-mail June 24, 2022 Todd Baker [e-mail to: tlbaker@koganinjurylaw.com] Elissa Fitzmartin [e-mail to: efitzmartin@koganinjurylaw.com] Re: GS #2882 (Foster Marine and N. County Rd.) I am hereby making a Public Records Request for the City of Gulf Stream project contracted to Foster Marine Contractors, Inc. in 2021 related to water mains, trench digging, placing sandbags, and other work along N County Rd and other parts within the City of Gulf Stream, along with any other subcontractors that worked on this project. This request includes any pictures, policies and procedures, MOTs, directions, scope of work, contracts, etc. Please advise if there are any costs associated with searching for these documents and/or copying/electronically producing these documents. If there is a more formal process by which I need to make this request, please advise. Dear Todd Baker [e-mail to: tlbaker@koganinjurylaw.com] and Elissa Fitzmartin [e-mail to: efitzmartin@koganinjurylaw.com]: The Town of Gulf Stream has received your original public records request dated May 11, 2022. On June 20, 2022, we received an e-mail from your firm with an amended request narrowing the scope of records with the following: This is my attempt to narrow the scope of Todd Baker’s public records request previously sent on May 11, 2022. I am hereby making a Public Records Request for the City of Gulf Stream project contracted to Foster Marine Contractors, Inc. in 2020 along N County Rd. Specifically, on November 14, 2020, my client tripped and fell over sandbags that were placed on the roadway located at or near 4110 County Road., Gulf Stream, FL 33483. This request is for the scope of the project as it relates to sandbag placement, any photographs of the sandbags, and any policies and procedures regarding safety or sandbags. In addition, I am looking for documents pertaining to whether any other subcontractors worked with Foster Marine Contractors, Inc. on this project, and if so, copies of the contracts between them. Please note that this request is without prejudice to later request additional documents. The original and amended public records request can be found at the following link: https://portal.laserfiche.com/Portal/DocView.aspx?id=178861&repo=r-430100cc The Town now estimates that to fully respond to your request will require approximately one hour of administrative support at $53.08 per hour, the labor cost of the personnel providing the service, per Fla. Stat. § 119.07(4)(d). If the costs of producing these documents will exceed your deposit, the Town will provide you with an initial production of responsive records and an estimate for the production of any additional responsive records. If the costs of production are less than the deposit, the Town will provide you with the responsive records and a refund. (One hour @ $53.08) = Deposit Due: $53.08 in cash or check. Upon receipt of your deposit, the Town will use its very best efforts to further respond to your public records request in a reasonable amount of time. If we do not hear back from you within 30 days of this letter, we will consider this request closed. Sincerely, Reneé Basel, CMC Deputy Town Clerk TOWN OF GULF STREAM PALM BEACH COUNTY, FLORIDA Delivered via e-mail July 21, 2022 Todd Baker [e-mail to: tlbaker@koganinjurylaw.com] Elissa Fitzmartin [e-mail to: efitzmartin@koganinjurylaw.com] Re: GS #2882 (Foster Marine and N. County Rd.) I am hereby making a Public Records Request for the City of Gulf Stream project contracted to Foster Marine Contractors, Inc. in 2021 related to water mains, trench digging, placing sandbags, and other work along N County Rd and other parts within the City of Gulf Stream, along with any other subcontractors that worked on this project. This request includes any pictures, policies and procedures, MOTs, directions, scope of work, contracts, etc. Please advise if there are any costs associated with searching for these documents and/or copying/electronically producing these documents. If there is a more formal process by which I need to make this request, please advise. Dear Todd Baker [e-mail to: tlbaker@koganinjurylaw.com] and Elissa Fitzmartin [e-mail to: efitzmartin@koganinjurylaw.com]: The Town of Gulf Stream has received your original public records request dated May 11, 2022. On June 20, 2022, we received an e-mail from your firm with an amended request narrowing the scope of records with the following: This is my attempt to narrow the scope of Todd Baker’s public records request previously sent on May 11, 2022. I am hereby making a Public Records Request for the City of Gulf Stream project contracted to Foster Marine Contractors, Inc. in 2020 along N County Rd. Specifically, on November 14, 2020, my client tripped and fell over sandbags that were placed on the roadway located at or near 4110 County Road., Gulf Stream, FL 33483. This request is for the scope of the project as it relates to sandbag placement, any photographs of the sandbags, and any policies and procedures regarding safety or sandbags. In addition, I am looking for documents pertaining to whether any other subcontractors worked with Foster Marine Contractors, Inc. on this project, and if so, copies of the contracts between them. Please note that this request is without prejudice to later request additional documents. The original and amended public records request can be found at the following link: https://portal.laserfiche.com/Portal/DocView.aspx?id=178861&repo=r-430100cc Thank you for your deposit of $53.08, which the Town received on July 1, 2022. The Town has been in communication with Baxter & Woodman as well as Foster Marine Contractors to fulfill your request. At the link above you will find a partial response with records provided by Baxter & Woodman. At this time, the Town has not received a response from Foster Marine Contractors, but will supplement our response to your request as soon as additional records are received. Thank you for your continued support and patience in this matter. Sincerely, Reneé Basel, CMC Deputy Town Clerk a>� . d` ©- A V � �,� ` +.a tom- [ { ��b:V t �A •�,��d 3 rl �, �. � � .� .. WOO « .. ..� . - '°:��- � - A I M P� _mow F � G r��" � tea'."�..�• f r� } R food \ , `, __ wra_ __—_._'�_ __.a __.�r�o�ac.. ..,w...s•e.w r•____ _ _��. Nl- ..;r, • TA .rlfi�wir wYLsrsL'r- ".�iun`eRaird-ice, Gw`^r+r'a^�97r �. �v .n. � tt1 _Va•5�19'dtlt.YO1 � 'n-2.... .. .'♦ r e e 0 •' = Y _ ZTL4ti96d •� i2(L'i'ts.b3Y.C`."l1YYY�3`R1�193'1Z(� lQ$N ���s- �.ay 192.iifr�2._ a'�•-•]LA1:LS�.dJL•��i4S.q.:. .. .. •�5"4.RRA4SDYY�A 'a9v1rd1[n• • i `s6Vl�tPiLLR! �..: a y�rl'do ;" ^\m �h�Irk �¢-�r..sol �C /yLN. r ydolu .� ,' (4 'i"q'r�a=Gry hR tdo doll o -'•N. / di^. ) ,x'io` - y Fi I , .' 1 lotd d i l l aS1 syr 9 ft';J it . „ .s - y Y/ " 1 r v r o t. FyY �: T I 1 ;!<}�n 3..rii' 1 - ^ �.\ 1 Y f/. 1 ;1 M FZ 1 .y 41414, K '• 1 old 6 lG ♦ �%� i 1, r or rc fl. Y�Gy r No. do w , i, . f=�do N t �`y' ' r' N to do J _ 1C 10 Sryly :a\ i'y" rS� ^� 9 odd r\, i t to1' 1 H �`�r �- v p old, i 1 y rr I L L, 4 (+ 4C 2a (or do 't ;< 2 z do- - / No \ y.V rtN 4.. eF �>•'�s '! - .! tr. t i dj od, d +ter Ted r rj 9 or old doldo do-12 do. -do 7f r )�'✓ t% lv . do �n - - 1 _ I do �. i. Lot ,n'x� "kPot No lot P\ IN Y\a 1 0 e R np p'c�^v' , r`tiilNod 'ti:' dod ,r a. 144 rY L' JLLL ld N.1 e . (. .1 ?fv. Mi lNASi'♦ . ma_td No" )l Nod ;c - n.g,,... To 4. to r?� r- q ' e r>�: 4 v: <v:� a x ,*x.: 4�' tdo t`tw.Sy, ake. k1 X A.S,S`�ai o t NO L No N No N. 1• • L "I Ili • r - /, if Ir. •i ` .„ O 14 0;A At I -Al,l, , ®AAIo rA -1I AI AAA AII It AA rA AA AA-AAI AI tI Art. A AA AA Al IIO Ills 1f i /Y - e < C{ .: r f ✓Y r f 1. r IA Araiµ r r { rn I rr, , �' L�•'' 1 Jy,I f�lr l fr �� Y��Y i� �,�!/�% If Ir.'..� t rho !f�O �Y �I� r„I (. ♦ r. :G yI I r+(plry'I/y{/y�,1, 1 / �� �jj�//Vj' I \ y.. '` A `ii a 1 Y 1 + tYIY.iW'��II '�! 1k,�1 'ff/��S5fyYA ! �r., r-! I .t 1. �+ f. C a i I Y,f'sf 5q!�%A �UlY" dAA i IAA tA AA AA IA {e�Rl, I Icy! . . ! _ )'' i "I �1 f rr r !( f f - }� 1 ka, r �•o, '.I�4 f7�'fyr i �"n,r 1"j 1 Ikk IA . . .i �f f '.� '.r P i�CF•.:p;itrt',i r',. 1�'�i{S:tl�l,;; r -!, .,+, ly v `oaf ! s Fl���( f, vl ��+ -�/j'�/ - ° ! y qy4, y '�( r...f1f f^ r f'/f f /. , {\1. Y rl \ J' 8 ,R°I.• \ f "1. /: / v 1. v \{/f-' /r,:, f4. /, r'`��' / 1 f 1 \1r)7 y i oifl�:l�;:� .,f ,„, irpO �\ \ / /'' \y/ Yam}. n�,I r Y. '� /.i''%Y'rTr� Ylf 1,tJi� u���rlY ��1�R�✓ r �� { ro , ' - , . y\ \ �� >/1 �= y y q ��..// -- oI - - 1/ 000 ��' - ' 1 / - YY � x, y vv -1 A - • ' A, t 1 4 _ ! _/ + y - r _ _ 1. IIti ` s�T _ _- - a� _ L ;. a — — - rt f > q- - ,V _ as /,� \ y .. - \. 1 h• et= Y c r�,Q ` ma's - AI o AA _ 1.f c0AAA IA rC/'\ - \ }, .c a�\1 o:f's r' Q �A �1 i; - -. .a4^�s+! .'T 1 .\ ``T 1 .\` L� ., off.- �. -r't _\ lA ,\•` lam:: '.� ee� - AA t/ �� �.. t �aAAAA�� _. !��� A. JJJiIIr� �� v �� as m _ ��� - - � AL k ': — r - \ 4+ �• .� AAAI' -yy-• / A AAA -A Ij—AIIIIIIIA��`_ -. �_�A. i jr Not Iq 4110T Or fog a law lima, p AL Nora all w ` / 1 I j� t� r / Affo ♦ 1. I� _ ♦ �T C 2 V '' ~i S �f '" \ �l✓.. ,�.r I �' Jc •,r.�i • _ �16 � /j 1.�`f', • •••1 1 ,p'i !•�...- r. �`/. .�•'�nL •• ' _ r'�"L y.♦_ Y �Y� .♦�4 !/" SI♦ f/ /► l• /t • /A - -� *J'-( ime �ly• /` . l 1•�•'�• +i1,'f ;'- Y t, '• I��••• �`�Ii —.' �' -• _� �;/ �rFFF774 ���y,o •ati^l /y Awat AS i Ilk 46 WA LL Alo _ ,• •, r _ , too Aift" , • r+ A lit IMP _ ItOle off 4' -41 l ` t r' .ice { t_� r• No at 40 > .44V at + � � � ij�I , J k► j t �o�ll lee 10 \M' a�:�� �- - '"• • to I �1aaaC `1, ).%�•J�� eAid��r� `I .••tA lop Nk NEW alp, 9 Ila W. • .- . �' 1 aPh �J r� r _ OF IWO 1p 144 A lop ad a I I I %a ell a, aw t AP ♦ IA r. •, • 1 ` 1 1 It Aft tag g. AL pI two JP 4, P top 1t :'* r� ' r/ ►1 I + �.` Y �Sr: • •Fi y�` .171 ir i.�:( Lk` t. -at? Wait ♦ - •• r� % 960 III "I OF OF lot l it ! r *' (•. (r ,t' 10 sbv i ,��• _a-.`i I �I I ' 4 �', ��.`t t'',��r�rL ll�••' iw•'C.. �1�Y`I���� /�, A.� ,•. .'.� i_ 1'� 1 �' �•.�`~. �.•�, Par -�♦ `, r•+'�`i r. i'+'i 1 ., f «.RIto ' yyid .t '�'1Tjj v Ft vI?�} / k�� `ti) ?'' .1; r ` ` ,1,. 1 `�ti!Ily J p 44 f d / 1�.5� `V r • :9^i'�, �,: ,e y # �f lr l?f�` .� / •.1:4 , r,� ..F ., a llllllllllllll FORD if IIpIII � II rss ss .'��ll"li IIl Illill l; lllllllllll/lllrmn IF � 1• Ld,, b AI brb� Nr+ Art mi'N "J' �r�� •r � ,: �=tea /' T =r. ^� IF ���`: ASS ,�;' -! l �' 71 \.:.. / 1� a ``��'�1�\`� ` PI Z it^ ' (�\ t ` u 1It t IN IAAAF III IF \r'\i`I ,S�\b IV \. 1• •Y ♦ Ef�rf Z\�AT VAN �• ♦1 t1,, ; e ice�u.VZI \\ ..� rAANFFFF v,�1r i►r--�yKi �y(yy�li Y'��' �' ' -\�!_- \l\)k � \ \ } r J fh k J 4 _C7.,, \ R: \`R♦yI'a\� 17 .R': ``, �.n��"\ufi: <f-\1?Ta ~.yiNEi , �rii\lTsr.'J•fwJ,��y f,)!\'f ,E�l �[.'• .°;`t.'y'!•` <,fy} ✓, . _ fib\--�99) ♦. r .[ ±' �. 1ib '�} 4-. « `I\`�e< ut i♦ ,�I�i µ Y �' °1 _ .,'ai }(�}+ j,`y� ♦♦F� `tty \., a 4• . !,a a v \ ` H < �; . {r - - - - - _ f\�,V�i �♦' Alf•!kr {',•,:: `'l��f AAA a- �t l.5a_ r'i f`,9 a�f`. f r ♦ ;lrl�.t. - - - - • >4 �. `tor f K. y •�y ♦.L IL. t*\ \!(pp�7.� y.' /a:i`,, �s+ ,�0�. -G. (SI Y�' .1 �'.�'� • t\ ai�`i �. ��r'D.. �� \ J a\�! k I AM t i y Z , y �^F�' >tJe{': - •�i •• °'• (-� ` _ _ - _ • _ ..�'_> +"1�,6• ^1.�� FI �v . 1',•W,_�Uv' /Ao - \.. i�� L\ ,. ••\o, �� y'� •� 44'f r 'A- .r R {{�� 4 V" lie�•` _� < ,i>r_ rX• ,�yyie I • 4 1 y. { '�i.t 1, C;1 ). �/,i/,17' ! \e<`f. -iYy `\).��,� Q`:� r �. ti' -"} 'S'r_J7 � �E �� �{}t \� �,',�v t a• -a „`�� �� xj ACME B,-,� a1.iCADES> -_Y/ ac ,g ylr./ ,\ i t .�:; SILI,te _ M?'�:.1. `YU i ,� -•�._ f kil- '.!.ii; !i�, ,Ii ,V1 IE'+>`� ��1. ^ � v5y E J•i� >` la. •\��lti •:�y•.ca_r l it 1`.. - AI 4;_ - Y ✓ �,- `� r. .= 800 373-7704 \ u J f'S((},di 1' �a� Sir \. L c �K A 't tati S ri r.' �`,sj•,;: '\ T �`f �\,1 •1,'t" (\..� al (, ., \. (�r-�f'.� t`.!'0�- �'�a '_ti� ��.� �i i�FAI ��mAAI ,, '1�b ���! 1,La11 �.`.: �"- _ c- �. - d1 _` \ fia•�� �`V '�t.�•1'._,if ,4" •�:f\\�V { f�°E! 'j-�_ \l \ !+`-.'s 1. a w.t.. ��. f }r n > `•`. IF ..' • i ' � IF- FFI ' i '> :•` - �• R �3 � ..� r �� _ At .Z > `: ' 2'•i �f i� f'A^yam _t` ,r l • �r d ' w �-' _". _ ✓ _ _ - - L, �' ''� ,: �1\ �� �� 1 / 40 1.� ♦ �j`i^1�N'� E f F�:TiAV Pi 4� }-r1 � F <� f ) Y �S` /�y .1 l ` + d e�ry�•' {i : f /'•a'11""�''�'Y wr 'r p r ' �u �r - ai� V'i, t:lti.._ 1 • _, IF rb 1 �.' \ ate:\f r . j. ,jr is ar. •I r_ 1.v W. �`` r., I N`a't' > • 1� .: • .. r��,�, .i,\. _yi. R4� V. •,� �. f YJo V • 'L7 5. E '^r - .-.1 At ,.+_ \�T y it J a: .y ! ya(�,., I K: �•\,{� - '1 - _ ,,�,i1.Sw•!1 1 s �_��� Y�\t'. gf!` }l ~-tj1�` 1k .r fi..• , +}�-G'a%L.-,.�.a >..a�s�rl`\ _`I` \� l ±• ,� _V\2�l'i •,7''_i,�- _ '�` III Azo FF Il A� �•a\:t.�,, 1+I•�1 �'1�1. ��i"�S�1ri. t -r 'ram -�_y, - ♦♦\: `�•. IIIIF- IL JAIA r 'i Y! r+'4 �,^ �. �FLjJ 1 �� c� l >({ ^ • - _ , }`i5 '-;-qo'- t.-� r:`r_' - - f `�r y 1 ' < w,t'3`.. .! �. -.` '�." �► Sy��.. \� rM7 �.J7 'J_ •\!s' ��r1 t �..{ L , r l�' \ t i... _��..�'.� \•*. .,'�.� > �: ' •iv\ c ' ` r`•. f/'<.3-.il !: 7/' - - _ •`�i�', f , . - --� „�" 1 s �.. , ` �ii %3".r✓ate:' ^'�J IF i Z = Ii )' f% t A\,�.. 1 i� ' V >r .♦�-\ a}{,�y{.�t.. .%t. • '✓n> , - ,,`tTt ,( .i F� - - "•„ •\r1+S� r '��, \i s �Y�. Ia1 •�i"rA �ri f/ '-.l> G •n.%�j ,�L f� �� E-.a- F` .,��\-Er •�^.`�- *' .)ai, �i 1�;.�...t. ,I_,:' 4C ,.. �la[. �L�.. _ i:. - -v 11°.� �'y .t �II��,°I'� j O • ��� 'a,� t _ _ 'ti" C` � �_ e A t -T-�, A - �c y <� >,.- �:la�i i I •� . %i as- �,.`�,T t'�_.. ,'.� `+�1'i-'.:°fij+;►�.±\ :?r�a�'yt.f�'s�', -�4.. /1�, :- :S!' _a.1! R,'A7. �•�� -'�"�,- '�:�7; ti:T^��` i`l.�`�'• '.l reA ;0t,. .ti) r�aL f.�.Y`- y.?�""%f�~1�li:t�' �-t�r�r �V�} r1l'1-1 - '- --~- \�._� _ FINAFF ....� fIINrF }' '\\•i�JJ, r V �.K„rn f - jh+ f�� r i r - - - ` z..�.i rtfl �\ /�\1ty.R' r i►I_ \ - - y_= - FAA � �:4ti7w.jlr}'� 'v/'r`�r. .f IF Fill. tAF �q�ifDj1 \ i;` �.� J�%f y j i ' "��!°�;IN � i '//♦♦�tQl.; o��llr� C�� �. `\ . _ C L f i l MAN . 4� .A 1��a� ? I� ± IAk �r L�IF .'�`_ 1 I y,E �-'.'bllla, l: l�•Y�' y`LR ' r t a-►• jr. it q `r.�� ' r! �IF �� s^ n�\ , a, . i . \ •IG(� _ y. _ d!R �• da ,r! f i I�fi\�,l�r� A,I`..��• .�, ` -�+ 'l/ , IY 11 I t�1 Vv�nt'i _ �` - - _ /. - ,h ,� �. -•�• ._ _ ,� Ala !' , ��i-% - •. - rot A. \ \i•a�' �r I �.0 �*-` •r•7 �ti �•. �--- - \- _ �• - ,_ �f•� (` .51 �� a�2f.1,i / t�(r \ •`ram \ \ . a.�3.\. �,�r +i�j -•,•l fAAW�`1'•'.�°t 1/}7j �:� t /'r -'�✓ /. / , �c r%a/ 1i)�-\\t 1 Or �� �A �l� \\' •R t ; _ <_ ��s1C I. i�p�- -7 ;i, �.`.. % /',.,..fl _�ql ✓.(1. �r \� t!.i 1 .,1 q> \n,r=,` '. �`, V Y - 7- F Y Z �, - t ��•a "h � �1> .. ��_ff' \ �.1 �� V J .� �V �� �!� �-�V_1.1�•-Yf•A.��y�•G WWI11�, ; I ,i'u''S,ry AN , / . ir:, t j d �IrJ\J\t' t � �' �I 6 %F �.. r.- C� _ - - - ff �'IFF "� iie7h ��,4f / <�t �+iT f a f�!\ j l ,y._, _ - y t r �>t 'pI 7 _ i ♦ V - i ,ice / � I ti i .` .'j � � ' % p. fl �•;- /V--` �\\° 1 �>�•-� a\� \\ . • ♦ ;�,,�•. .. _ � \ N, ' OFF �NNF Will �1, 1 y • A , yy >%� / I:T [.I YI. - . .^A it A \ IF,1 ��. '1Z�`.�FV: i� :� �. �• w ♦ _ �; ;IC►a- 7 t psi 1 r7 a �f fl I � './Y.i /f: �A I a art r rr J f // " '' Y/! 'mot` ice, , �/Nt/' f . ,i;h • �`r- ,t ,Ca� .\ - - \ 'Jett- { .: .\'� r= 1. p �_- '� :�. ;? '-. \r � �`' .. - - �.- �aj �% .q 1 r /.- ;'• ..♦ 1 `l'd iti'IA \i ••,A,a „•' � ,•r A td•P11 `i:7•.r° l.f(_N. .�y`i7 �q �} , C'�4\�t`�•._ ',IF • _ _ - - -- - _ a I i / , ` AV My1 +'11 .•\ AN Ir V{Y Ir�)♦;yo :.�C �1{"_ • _l tR�.'e�irr \ �y-\'� '�b"� • �e - A IF IF M�..F n ' _yf_S vyV IF ,ti� 41 �.� I' iYl� 7/ter., r ���`� I'/�1.�(IIR°'�iF�: aiai. AI c� .l'l. r. OF i s i t/ 1 >. . '� ` I ` - - 1. kq AAA IF v pf +t�j� - ` ". _.\ ' . IN I t For 116� I IN ftoa� v4k �y�;. ���A yam•. ! �'�f &1 rr�!AFF _a iti i li n.. �. - ♦ A� � IN IF FIF �- MIMAI�a l``ri�•f,;;,'s�� c� A AN �t'. h�.•41�'IF I �f1'`•6 !G a�Cr�/\ yy 'a., _ ', ._l �. \ - ft �`, t• ry �,C�i�;� __y.� (41 Id�yn 1IFF,71.. _Al, �� q� \ Imo• aB� �9 IV G�I IF V AI �♦ �4 �-•`�• F AN rP�/I �/�Jj� '��. J�fA 1� , K. y - , �`Ib / - to • .. >. �t>> ► S t ri� r i 9� ^,ai ��. \� vV/ �, l ,`_ IF v � " 7 VIA -n '� /i ��. ,�y r/' r- ' i ►r�`,�1>�, •i •_��7spt v�. 11� a rF/���, ���, � �f �a �� p .� �a I� ."��.1��- frv'�1/ -•jy •/ '•'a'��y�`))(• -'PAIi ',. 'f"I .`� (, �. �1' 1 - V,. '�'.A`11�� \ ,� \� ��,. ,�i: i��} ' / AF //• 'f '.� 7 r.�y • L Ir �yl"' �rs .��7_i3 E �.•`. Ro e - AN .af^ -,ZP �,f` ��lal1 T...i+� \rl�y ,{i-1,r 141 NAN IN NFIFF `.� wfFI •'A Ya lv .yJ \ I \' �yC�1� �� Qi-, tP 1 a -♦ �'' ♦ ►.�� ' +~� t^ ' :� fir. 1 ,; �aI•a ��. ;, 'j� ` r'1 1 AI �t/"ay,7�.� V \ �r'1.\ ..1 \.a ` _ `Y� '\1��a, a=y - •< `•, .` 1YI' 1 a 1 ��, ��'1. , ��' .tr•�Iz / •,w"' _.t `l'GI i��'\ ���� ." d / 1 ! ., \�'\,A'� �T1 `�. N •r-OY• �AN ��1tFFt ��{/ r I" r \ �1�./' / r�l �'A 1 d t [ I '• q"� 1 \ y . .."k �'' - • '. �. V. _c •� ��\�- try( i.. .{1 .!•s .. ®''y,� d1 /.{/ \��T l,°'"wwI !JN �j� -ali!`r �rV.[)�_�- 'w.._� �1"��\\.r - - :vim ,.` •_a;`.=•�``I ..yam ' :..yy, 1pf ;A,�•Y�F �4Y�� � Rat `yl / At 49: At Vt a� 10 AN oLYrir - I ~ i •: I', JI V. t . =i1,'-',af•.•,.'`<;}�Ic r.�vc����if F - ^r�t+ f4, All 1 t�..ury1�IN NO �G •/itit.��1 i •.•1r `f�1✓N. It NNI r a b.�'� �• - • j 1 �1� •� ^�L" �will1t �•- .r. = 1. �>►��''f� + �Ni`if \ rE�SONZO v'f 'y-v.b. �1 r `/+ ? /'�i'•� ' +t, Tom. v r5�, �`!�"/`� y.: A - - `!Jlrlow i� 3, XyL 1 ;�''di. ,°! , '+1�: -�( •, I OFF Alfffr/'jJ/,.IONIAN ��'r!Cfr.�`a rwIF •� • \ .\� 'l•� �t f,Q'1 `A' w,%�'X%i •YNON nSst , if ji"1�'W��z'4�A !At I I t'I \Y/` ! .,1oat,l I "NO -,A Ok 4 ';I a ; . v yr `�'ijr 1•(����, 111y IN / , It t `.lj v, 'y IIF 1 v t 1 V .'`/ r /yid " rrQ y r . J„ l ]� t r `� t '• y ��"��! w" ..IRPr'. 1,* ' 'r K i Jlt `� I_N�'. VVIO O VAItt rz,fir. It ✓� yr. ', / I��I...,, ,- •, c. ��.,, r. ,9�I „�yy a I�,r'(j/,�,•1/�1 wr, i ••� N't.1FyY ��;1 jlam)`4 ..tl . j1 .F % u �� 'J/�Ai�,l`l1^I/�7r��1IGII ..: l� ��\d�.r1ii. J . . I,A�•w, r'I I�i(,1. .: I\• / \JP, l,w 'I �.\ '1j},mc �y fl '�i''' kr,Qjllq ON ��tlayA / I'r"�1'�/IRI �'� . t.. t9 r� �11 �•^t4�� ' ��a�,1 (/ li) r 1 ►\ %s�y1 iC. 11- `` ON 4 (}l 1 ., 1\�� %T,�% It�r �r.11`.,;r �1q /C\�``j �ON 1\ \rtA+\`�h �_:C+ 'F '1 IN, I,���f r\�'1��f� At WA '�M `n>I/� I Cy,, / 1t `' W�TTv��� f. �• I: I�� 1� ,�►` 9� ;or A :� -� ` ^ ,III �AL :�.' fi ark �� �! it 1. �• �t G I�I t� �It �Y�S.�r �'I M • I� ',� y�'I/y ') a ., •r 11 '�A h� •'+��I �r.yfi• I t ��iL11 1 r�� I !1 Y +r I '��`A ram, ,, r� YI `R I Y A. I � � Al -IV.ti'h+ 11~ �� Ilpr'`r1. ' w. i.1 I I Jay', \"II / i� t"+.� T. (lr r. .� 1k t/, /'40. 4 \1 � / I' � � Ft��+�� rT/)�: I�i� ,9r ��'A "� v p , . w P7 NO ✓.r , { ! � 1 ��` • y�ytrl9 d 11tw •�[a P '�II���.W 1 1 ��`•,r �' > v 1• 14 IN j Csyf yFy/ t/yJlr,�?���►�/ 1NOW �Ilk l ` l A.*V+r' - !Vx* < < if A' I:"�'� ', r- ,t i. �.� t :A I �� Ili �'_-�. TIFF. ,.� .i �1 h ( 1]Y'�• / (ire I,I iil rr / riW y�' �I �1 r�.A i' \�I.( • .l �G G 1� r �', I 11 ',\1 �• rl�<t �I �''' ''' ���,,,•rrrf i r. a' / '� �� I�tl(„��, y►j dl"'1 NOV-, 4 IN �I. ,, I�" V: ,, �II�.i �•N� 1,1,1�C,7 %It(t'i J II J� • , n :Zl�u' �1! •! r IIIAN ��►r N�t11�1.��".. T� v� \, r� y % �+1� t2• NOW 1 y :1 ,+t ! II'A / ' ♦ i, Y✓1` IP 1, J.�il,r, ��ri. lr••I� +•� , 1r'Ar,.."� L.7 �, f If '' \ L _ 1 1 t • • I h• 1�, F� \ \ 1 `I A j F�r•� YQ.,T ,!A 'Ir 1�1 a'r,L tr.�1�1 �/ 11/\ I`j �$'y fl ll. / rl *:. i �I '{�N� \, �y?I�,�l{-. +Ip•� ri t ,l r�i`1\`�; ll�l\1 `1 n..,�� d 1. 4A�T��p_,1 O�I -y/ ' ,ry�_�t•�r 1 I ' WIN .�,r�!*,Y��I�. ,�♦ JJ ��� 1 .+' rtl,.� ��` 1 ` •1' 1 ,/ r y It^/i� I ^ \. .•� '1 IN it .. Il, r''�S?s,�,l '4rTM1�. � �� '�! � � li . �1 I ��� ('�:,Yy�— '"J �/ J1 T_ r '1 tr I�11t1'nI/A\ 1� 1��� �yR11 \, 1�0� )���}` -�_"�� OIn�r��� Ii \ . r A N1 1 1. l : ,, f � ��•'��ii 1��'*I ��� !'1 �� 1 �r r �• ��•444_I' � ��J, 1 is 6• 1 �r�r ,a 7�. `�111 ,1:..n...' �h ,1 uC` t.� .4..�'O� 't` ,. �• 1 .i,x r. 6 ' r ILa vw � 10 r As Apt ' ♦► ,7 AS owl r r s— 4*w L 'f 40 41 gj:.t't�j IL w; ♦ rANSI SA r00 0 ti w r 9 •IF ,�� * i ti °a "bF i O t Aa u s- t, 4W. at R iA 1 -� ' "'wee IL , r -� _i o .r i _.! tom+ ,. - i• . tab mm IF Jo 2 ! f % r �. lop r410 � A At Is I is w 14 AP —.ems .6A Ir. � w• _ -_ ' 10 L OIL A. Or AR III Ago v f R r Ip r. Via/ r . I ► t+ I VA .1 It� G � .i • , �_ - o ie -Sim •/• - _ •, _• •/ .• Ivy'' •� .. •!•r y w.• Igo 14 AF IF to OFF v JP Ilk IA / 'r ♦ 1 l -.i ,' .� �•' -wit ,a'1,• 1 1 , 1 .'») ry - . , Poll,1•. + 11 ' z `' • 1 • r t . _• , r 'h• - It too 1 i�: .( • r ♦• r\ Ilb, OF r ♦ Ifav 1. • , 1 . �• r It 41 to; •� r a r f .• r ,. I 1,•,, l • , f % , / Ir r.' to Mr • , b • •�ti • , 40 NO a MI' _ .r , It" • ' " ` ••' for,Ir• r . '^ e• i r••, I I �. • , 1 to ♦ • \ . - �' 1 1^ 01 OV IF r r . r - Y lV I� f, r • 1 r .O • ^S r r I ' ' (• 1j a•\ F OF Ji A / a I • • •(F�.,,. , r / % r 1 1 � 1' • �/ A r 1 • r ' ;1 • t, • L, n • i so 0, r, •Ii•IN,•'• • 'r • r•r•1r /1' / FF" •, r rl r 1 �1 • • • ,�o to r./ NO 4 of r • !�• r r / 1 ,. ,VJs ;b. . rl ` r' . • . . .tr • _ r • . . r •( • r ,. •1/ �1 ' r.I ',/I' �,1.1,,y ' ~ 1'I'i 'ICI 'r. •Lii , • r •� - , • - , .2. If 4 Iti ' S � • { �+ •��.�. - . -1 � . - �G It, .r � . fly r1' r r, r ° � i' r1 � ' 1 r r • [ 'r i•r � � - ... ;'r ti C •' • •rIl ' : 'ram I AP4 , 1 ,•� •� ' • I r� •1,� rot • • ' .r ' r r r / / I r • / r q • " - r l.. 1 r • • I I ... r ' { • . » ' • • t ^ • ' , _ + ` ft r (- / !!• Ii. 1 r ' 1 • ... r' �. , • ,r 'a I rie 1 r 1 , �"t +r • . . • t i r ' r , � I I /r � I f R� 1 , ' . 1 1 • 1 � r ,'r ` • + • ♦ , � . Al , IV �r \i" �� t..i �V `rr� !: ,!' yst'•�• �TRS- .L\i`• `a'`��jsl .; �.. ` ♦ .. _ - ,+ [.:•..- f,.i 1- ' III-''•�`_'�At I �'`• �` _ _ _ A. i-< \ _♦ •. `• ^ `� r t' �� - " ..� \ i I• \' 7 j`0 ` _7d s+.., .. y., ., ,:/`��:• �,..., �•% of). 'l� '•.'- Ia. � •��. _ "<,tA '?' -�_ f• _ "_ - -a �'tji-' < .\ t•%'r •.•.,`l _ '••\� 1 j i _ ._, �`�l►a�V •• n' f!� ✓St ` `' I'w •�" -� _ :j� ti . � . \ 't. ••rt.. .r• - - - . \„ _ - • - - _ ( _ "Y` ..-,C ` �•\L` \� �-` • ` .` _` - - i,. a S' . r(W`3 ,,jANN. CII ' _� tty`',4%\vitt � �•'i' f,•t�•► �\ Y, ,: ��T-A �. • . •' - - . - • •w.✓,.� fi <•.:i_- •._ _ _,; •.r • . e Y •�.. \�� ♦••` a = ']l•�.J 46 ` -ti �+ 1t�' Aj♦_ [ �", "II `4�.ryvIt4 - A � �L. r�` . - `V \ I _^ i .,.r_ 1 .WI�` -J ti 1� _ _ _ ,r v' _t.. `! .: ♦ .� _ - `„_ _ r- _ - � 1_ ;'a ) ` ' {���•�Tw�._� •♦• \�_� l•\lt..a.C♦ i _ .i« 7�a�pi�\ Q4' A. 1pa"/ - - �•.. �.\w:\ }f`+}'4 •L *rt ••Y ` ♦ w `.1% - < , .�` .ice I -'a. •- `1�),' - �.A .. T �4l T.l�'�_•'''to '7 ''• .C. y+'� T`IV 1 n•'+! �\_yYm. '1 • •'\ -� �'- _ •� .' a `1•. \ _t _J.-.- . _ �' \' -ti •- - , ••. r .�ra,' .\ v .� + �`- Y<(. `~� µ{.\�V`` ' /'�. � .1"�`l`-• I. Y '• �- ^.,, �`�i Imo.' :' ._ \. =.'�._ i."_ta �A_ `�)• . ` _`r N, ♦` \� - {_ =• t \ ( . `Ol• G.• \'> -\• �+�\'••.- �.7% r��`. 'iwl \ti _ .* ��,J.of _ -- n�'. = - - OVIp,`✓4.L . %'� ♦r1 'r. _ ,-' -•rie ` 1.mod• - "W WI «--�':• - _ ` • .. I t �`•-- 'r "��a I:\. \s' ��•� \ a t!':'- ���1�_"► `5J`a.�__ +p F _ VIV 1' .+-�_��`� _ _L r,- •'_' 1.' s, t` .r ) 'ki, ,� = .1 ♦ - _.. 'ti.�t - y,t'1, lc .Lt'=\r .' .1.1.-, 1_ _ �.f� � ^'I,, ,r4 i• \ _iI �•r .+�i.\ .- ��• \ - •1t• 1 _� _�-. -, _ la Sii _ `-`TT�. 1 All,�_.�a V '�i. V Il \ 4a + . ♦✓��J • _ ��•, i'r♦�.�•i. _ 1�. _• .. .%i `9t \.._' ` .r-` �L, , --i. k 1 ,aA \X�? '( .I .%WAII %I I A`f- IIIII Iq III . \ ` - .�`' `� :I: `- I \- `. v♦ _ _ '\-Jt)aYr+ ,` - \ •��j �Zt. . -%'� a.• --• "\. Imo'. �. a,\'1 \'w•w 'p `; ~_ • - - . . \I. \ - �: \p't' \ - ...t�svI.�S � ~% ` ice... �• �' „" •''fw t'^ <.: - "•�\ _ •_ �A6 t, w\ :.�. .'� ♦ \t I. +. "( �' - - A•V`.�w .- ., , T��r+ atl,• t A : 1 . _ _ •� �'+yi' �,1 [ �? i\ _ AN,+`�►v ' _ - t �s .`. _\ . r �y �_ . . - f I Vix r Q�• �.e. A~I - 4}� % .. e.l,. . . -br . R 1% AM, 00"^,- �. `, `_ _ , . a ,A. 4VfI l "t '' '•AV ��!^ At- lkIA - t y nir+� ••>\•t It I, .` t `- _y 'L�n`.,•A. \% , Y ea _\, ,. `-Iprt `. k VIIII -ft ,WIPV , It III `\_ - •" ��' •` ,--l;c�t 'T r .W r(� _ �•4....-_ "a _ _ 'w�rJ ♦ - ri. �a �'iP�`La� - _ \ _ _ �^ -aV `. �< ♦ 1 i \`+^'- - �' F `` `���l ♦�1 -_ ` I. '•'. ' tlif• 't1�`-I `'\_V-� _ `\, -r ` - \•r 'l ' - ♦ V.•• yl,-w._l •�" _ .Up t. .rn �'.� f.. r �) - �• ♦' T _ •II ♦:�\,1 % I. `♦ - t' - - \ r'� �i �l - 411�rxt� a• J, �t�s• - .a - r__ t.\ _ _ - V' - '.�_" 1 , >• - L� ALIW , a. ; 1.W.- 1`i * -� �....�'- f "' �L y N � t7A.+�.. \ -i o `•_ -- \ VV-T - - ., �rI�- L'Y.,\ C. y,�li.6rl a's - �' v . _ �\,. .'].'� , l ry : \_ • _ -C.�3 '+ r�I � `\, III - - \- AVIdtowI ,V " _ ♦ - \ � - `r p -♦ w .. .♦14 _ \• �-"')% Zkv - _ _ .` _ _ ems/ . - _ - ♦ - v �C,?�. -t r 't`�_ a_ t .. \ - C._,' _ J , ltol�Z''\i J .1}��. `jy L i- \` If ��i _ .y� i t 1�T V ♦ •r. - \1 ( _ _ - `.'r. �, -%. �1\w '� . `. Y' � 1 * \� {�� ^Y •' 'A';M_���1Lp t \+ 1 _ �, •1+ „dam• Yy-•,L w-III�[�r-�� _ �' a _. \Y\/ �,. . �\ `�_ •e• -_ _ J `%,• ti,:t - .i•V Y. - \ ^.�� .( 1-�'•�'� _. _'''`IV T 4-r,' l �> 1 I• �p��C ?� t ti `.•11 +.V C• _ 54 -.�� >>' � .,� ,, .` tV. r- ' `t "9,f \ i ^•� t r a ♦r `a \�Ty`>,y,A J, `'��ir�y !maCA y �1.-•:,'vAw:i -a•'ti . �i . n . J ✓ ; ` r I A.` 1 _ - \ .� t t `\ 1 � � �. �,~'% s`♦•)•:t - r.` :9 •y .1 �_y •, •.\t `-�_ 1•'. \ �, "�I It , \ . t. \ • r•�C '2'r11Y•G-J+\A.�'V ✓�•�rr'�-.tee - `•\. -!\. �.a�:a..,•` �• .. �.�,. w� -a( t.. '. ��; \•`C• » te;ilr .IC � a ♦M r, t(1 Yy: 1f%" '`% _ +"- .. �- 4 1 I - • �.. L_F{',1 ` L•-� ` • y ( '[ _ � r •_Yr •s.� ..�Z 40I .\ - \„D".♦i ./� fit.' �. '''�t� 1 ...♦ \l,' `i _ "ISO � ,` e. .,`\. - - �a� 1. ``,�• i_ 4` � \� - t'. •F' 3•' � 1'. + .- - - - �.� •, a--'\-' 'l_ - �� ` ... jj \-•Ci �i } ,-� "\''.\1 ♦ •`Y.``rIl ? 1' {+` `� •� ty ♦.Y \ v� . .a - �_�.�.' -" _ �I --' ' - _ . .,�'.'' . ,`. ' �J `'�. t J � ��-�• -. -�- ^ a�'�•. � KW..- -\���^ -V: 1 I .``i4 ♦. _.,K ♦ "ai ='� ' �., t .�%. I �` � _ � ... �.•v.p at f, ,y'It "AA% `f .•-WWWW - "III N • ' • _ _ \ ` C •A-k . I- - -\� - - �. 4 . "Z-.e1. ii - - _ •.�, _ -h /,- �1 _ 1 - ''� i�`�•►` I��,_I^. _ ( - I ♦ A 1• t I. ' - '` - �/" ~ l �� \ .,_>♦ ti w ^. - ♦ay. \. _ 1 _,\ �_„ `_` - _ _ A. ` ♦ . - _1-�,.tf w i, r.--' . •`.. _ % ry r}[`•' sty.\ ` I - \ � L� Jr` 4�r �/��e ri, miI _ -� _ - r s '. a � . - ._•\• s ial�� ` . _ _ `' , . _ _ y�j. I. Ft ow Y•� trAff _ . _ \WA oI -.... ` ,of-. .a; -�• ' • ,,- - i�, �1 _lotm Ll _- - -. � " L L ♦. ` ' VW W - _ ; - - - ` .. _ '-t .. - _-`. . I - '), { _ ` 1. ' -:{- '\�+ �&I "r �. `� r1 a� �-'`I- '1 - Y \, •J .w V _ .4, J- _ v1 , l � `\ �•, _� •� l _IV \' ( iA _ '► `Y7 ^- '; ` IIIL A _ �• _ t• etif - _ 1\,. - . - \`a - ✓1 . - _ _ ) _ '1 -�" - _ W. e �X•T .;� a . ?�j,fs_ - _ 'i - - . _ s .i E• ^ _ ter_• . )• _ _ �. - - a' '_t•+\ VIA-))��•`r 1, `_ `_v �_��.aC�,(� N'of Ott ♦ Y. eA a. wWof _tiTrj•s 4a _ r _ C�'.t t:-. _ ^^•e' •` 1' .\ -` _ , -\�•l� ;.t `!�'= r... PPM� wfl"- �!� • _ � A- ►, • . ,w� IVIV, .�lr•.. .`mot 41100, I,A � d`-r _OR • _f `_' -\• \AVI , - \ � _ _i\,. __`:•\ v� • \ •J.'. `w _' �_ -` r J 1`Y✓lL •♦ \�T _�•t r .Y �lr �'T� .. \•:_^�' t" ✓'< �� _ _] •.` ll J•- `\ C. \- - .. 1. l� --, '�' • \ - \ �� r- -1C' t'i� �i _ .t" I - `. �--yvl `•. �• `. !�_' r . . .l . •• .1'•.' \•-,( �+ _ 1- _ - �. - _ . - \�♦ T Low �- - _ . _ a.. - _ \� ti\.ri �% - _• �- _ ,\�_ e•. .v A'.. tit• t ',r' I -a .♦ = 4• _ , .C'`.`a`If ��V�=!- -�i... . r.�•.ri •' _ -��- _ `y (J��y e� •` - 4 �` •Y `, r'- -_ A' _ ,.. Ott \ l] + " _ . '- ' v - - \ `i \\ . - ..r l �'tl'•a;•' , t - .. _ _. . .-'^ _�"nT!`_ -;- - '�^ �.(�. (,Z'++'l!��� ��++^ �' - ♦ `,', '�_ R., u`ai�i•T l i \�, - . ` •♦ _ ', t1'_ •\ \ L ,� V- _ • `\ �I - _ 7\ tl ., ✓\,i. < \♦ A' • \_I • .`A. ", - \ -�' - - _ w__ NAV_ ..ti+ ,`�OWOOLPX 1}yVsti rtr a•� '•L-% G t \ �• I ' - •`. ` .'� ti� �- p;VIII xt•.. �•. '1 ,I. - \ .`_••.t � . •aim . ` - _ _ ( e• i .♦J'(` _ -i c.�% ` , - � ' .'r. ` , n ` • _ .cv I t �y' 1' -`t• \' t`� or._ - . - _ .. If � _ I ♦ w • a rri .` r l •8. r 1• 4 % _w w _1- \- ., .. Is , 1•a (__ - l t.r \`� . ' �l/ _ _ - Y , J,r .ti \ 1.� t-t. r` I"tra-' '1� ♦. f I. "_•) y D•' �at 7 % G r.v %,•.14 _ \'_ `- _ _,. t� _ r S� l ['.��.. -� v)'•� .e _. , �`. •Z `` - i �" l� �• - ` `a .mot l I0 41t p ll jf�� t 1' _ _ _l - % ` .. _ - _ 1. r• jti --` \ ' I� • � ` .` •r > W • ♦ r .\ _ �., •}- ft • • IV l' a 'a l r \ 'I. % Y '. '\ , �fT ,,�1y _ ' ` . _ yy ``.) Lw: l- _ ' -. I _ _ 1'rffl A_t iaw����y��y�w .. 44 - _ '1 ) 1 ,01, \'1. �A ;`l ` •l.-' -`e •.,s 1.I , ty` \ L ., - \ - \iVAAir 1�., {�t '!✓\ J? •--. n -\• - ,� _ /^.raft .- •w -. -.� - '' _ '..•�'_ _-',r-�Zyf L JV. � IF _ 1r.: 1{-�.►...� 'r "V n : �`.i �V._ �'\ ^-. ` - l ♦ \- • %` ,`tea{ .�\ (.��] �-� . WIr •' - K 4 > \J•r .� ••` 1. ♦ \ ``. 1 a/•� •\ a ¢. l .r• ✓' - • - A. _ I If - _ _ `,•a1'J t ♦ \.•. yea. ; _1 .. ` `.Z l• •. \ \` _ `. '. - ��N AM ��.� ,�. , Arab . i6�,f4'j.'' .^w /1 ~_'r a,,` .. �` ..-1 - •` •v ` �- - -� cA. +L•. ems_ \. _. _ \ ��' _ 1 - ♦ t 't_` \ �.(' _ ,`\< - • \ \ A. 1 IVA . . .._ - 1L -fi t - � 1 •, �� W VIA III a- _ _ �. 1. - -• ` . .- a • _ . `'- - •, . ` . , . .. -- � .. - - . . 44 I. .00 IV` - � - . - - _ - s t w - . ) • 1. _ .• .', a'' . .1. . \ �.... ` l . - ' \ A. IV` '�' � - .f. t.- - -_ y,_ ., _ `I& A _%•./. - . -" \� •• Ian I \ \\AI _ _ • A. � 11 I. . - • , 1. i I I . .I - t - • ra.• <�. ptq ,., 's e � "' `jI -i- _ ✓ _ _ y _ ~_y I ,I I ) - .1t •! ' .: • I• . \r I'.11 \ I 'I. 1 ,A If . 'L - .1. k `. - ✓ _ ^ ` ^ 6. r'r. '' '' ;1 w _ '' \. I .. ,� I / M • `a \. A. t \ \ -` I.r I ` t 1 r f� \• � t ` t • y1• { •1..�1 l� 1� . - . i , - I r � . _ 1 . I 1, ♦ •I 1 L. r '. N ,Y I 1 • a ' r �� \ • ` '•\ a v� ; . , _\ \ JPL �\ VA r" _ I nv- "'. t r v e I 4 I,. ✓tI I\ '' I'• 11\" I` a` I • , I ,a. t. \ \ L.•\�\ _ .�f ~ 1 ) r, _, _ e .' -II I. 1 r. .I' a t1 LII I ,l)' 1 , ..( I,` s �. ` \ \I \ J. . ' ` w •. - d:. a _` i. � ,• < a ' 11 .�t \.• I t ..r • t .`a �1 11 �111 •,\, r y iy' 1 •1 1 I`I` \ I\ �` `�' r\-,fd` G 6. AL . ..J r��� �L� I - .✓ t.� �. .,' - 'tt - III a I I ♦ t '. IIa.\ •1Y• 11 �,L'•;i`.I1 •'n)' ♦ r 1 1, 11=♦�♦♦•�1 • ._\ 4. YIN .J :t- i v� r�' �1�' off ': w '�'c � . i �. .. , • r_`' / `. i� -' / ♦'/_ - - - - -/ - r _ ter - - ;` ` •�"? .�- zA- ^ : y` ii N ~. �.:.e �_ IF, �� },- t_ �l �� - l.+laR + !t`;�♦. a'v,` •♦��"71 •i ♦C �R�'\i.•, t,-, ` 1 i a • Ij _ �y _ - !•. rr - rr _ r �.�i J��ll'� �1t. �r!r!•♦r 1� ( •��. �� l�t� L '4 ' ? • ) • v J {i % ♦ ' •.' J -• / `'T ! �_-r•?``�, 'r�,`�t1�+11.1i•�yi• t I},,� F, . t•(�O•'f--?r 11,I� r _ •. 7. % . �) : - • • _ ' _ _ , . ►►Af��.�.�,,�'i'' . — Y. i .C7'• 1 3�. ♦ 1T. \ tOi' ! ' K .+ - , ) .. 7, ra--,it- . - _ - •♦ s _ �'J„`.. IF A �y�Yh'•�,y�7h �.r'ifi, �q'�+�r .�.h-I ♦. �`� ' r �j/•�J - 'I I .i • �I. ��� _ _ v.♦� .:� -_ 2"y I � t��w y ~� Jl ~a•.r i•1+i !•`,•+=`y'. - .,.r r _ �I,+ -..1 ♦' - .�-�� - • % '� •� i7 ...1 ••`Irf t1•�� "-•. _ r•j •��,rj�•//:,Lr+/�/ �i, 1_. %. i' / -•'✓ - 'If I w `� rtr. ,rat J/4ii��L/6 ^� 'f It 'i _ +1 '- ` •` <a'a `T "7i �V�. •JN+"Y • •• �1 �1�•.•.j�(�`.,1,.�-r fl' �`• r JJr u�� ♦<„C �[��1 ,. 4't,��I )I} L, v:Immir.'�'n-.J:.c- r`1.r1IF /4%♦ ••'r r %�.%,/��t�G. 9,+�'/+�� .-.�i -.. �T ��✓�. •,a7�.. V•4 '�• • - �Lis� `'�_-T j' 'it '•t)�1 JR>",�-_�~�r.ry ►.A�' rJ� /1 0— r _may?1," �l'ti`—" „ 7' �t .7a..xd��( ` 1�i Y� i +t j�:' .yv % N ' ?.�� Sk _ lv+��/+.r�+� :''�� { - .s _�t, J `� _ '-► ♦ t-� . M • 7 F• ��?�� /c.t►� ,, " yf • . - I 11. ` ► ` "Y` /I � IT ,[rl!• r , ' �i' I: r �' Jtr��.f P•� / •�:/ .4�~ ��y, \ `•� W !i _ 'f o. Z Lam" t• 1 •./n iC [11 i � `/.. S /,.� p ���f ti` �, /;''t '���_��,� -r-A_ <t._ �a��`�'' __ of ''� .. .a �7`y��� ♦ •/Pr.ji,C�' _ �^ '!�,(4'/r, /'• i '~~ •' �'�1i• '�'� 'ilyt�{.' �.- / 'C �+� l,'-Lr^ ti, �• 1 ,'W'WWMMI ` '• �l y • ' 'y. ..._>�� '^ j r ,/. rr� _}=�.1?d.r�: 'f.��jQ,r 'tjLrrsa�) p• �..� _/ �'- ! �v►lly, SjYl r>, =��-� •/mot -«N_rl _` 1' _ ..►• .• �C ~ e 11 .•;J�.1, •+,lf %: jT �, • • •!• ' 3 r V ,. _ irl r /f / ♦r L rr; I ,F _/�.� 'i!"���.�` S • s..r - •�� • ���.�' Lam' l , IF • � C r ��). • `::,,�•rr�ii�^_,y , a1'1fr �. l 1 �,�'- r '' 'tV _..r.�_ ..i f�• r�_:J" Ii �• '- a),. 1t•'L,' �v %( �i Ll r ♦ ��'� �.a, �`I l �, " .i _ t •.• . i - �t ,`3. __t'/ J < .*►t _s ✓^ I =^!rYf't(���t-_ , .• _ - �� r• _.• "__� %♦ , ••/.. is • t-:`" / S1L. %- i .L : l ,•.•+'�Raa�1, .i:. ' r.�' „r r.; - r �. I • , rr�J F..LLL LL ^j y._ �' • p f T •• /. ,✓•`."!: ` r •I1' - - .i•X�r+•sow 1! _ �r �^v/ �.ri� j / �'ii .�`r mot. 1r �•" _ _ _ •S1 1'Y jY •'' '� , ~`a .i. ."�""s KJ" '�•.•j ,�. — - :.'� - - - . / ^• �>•r'" ''_ ,(fir. !' /' ' • • �S4 rI, ') _-w�.�....-... - "�,w y•. ��'-' i- _'S _ [,., �. C ♦ - _- rI - _ 7 pr/,� �w $!'i• .,r ,.tr , L • '•.L >`/ • _ ��r r.•„ _ �' lam♦ `s i.,�'" --1 'ry_ _ " 7 y,' ri +�Y'' �tI•t {? /Y/rl f� ?7r�/f1 .�� tti" I I v itr ���'�L i ..��.� - 1 l' I J 1 - i1 a /' •, . `�. f y - • +r , ,. r ✓.` r f Y3 { 1' wr„r'♦.i,wl"�:,J ,�atid.` r _ �. .�`K.".' I - „a:_.c'� ♦. - J��-a _ Y-•i� �Y.. 1 - �'I,:rr�L�P,•:J: jl q� r f ' •/ �f {♦ !F "y,r!'Yr� -J • �a r _ y'L/jf.�.'• a_.� `�+. /1/ - `-�� If r/_-� 'r: •, ,,,. r: ❑ y, �/,�yr, •t •(•�.�P-. _ •,��-A -'-" )+' - /-� - �y1r NJ♦.r /.'t�� '1110v1'u ���EJ� jiry'.tiT�'\ - _ �/ _Ir � t - ti ' oom Try � j : t�•' L/�f'� 'i f` , +� � �✓'�� �' , 1. f.— -' • r/- . = /+ A a ~,Z.'1 a•�%� J'•l� vOil pit'• I,1�_,,1 •,jt�{.}'ff t'�'r ! �L �✓ 1.�-.J•-� ! ; .) . H _ t r - . �., `- ••� ' l,_• /� _ • �� Ili. -Fr �j,�'u`�' y ../-��'•'��' .TI(.�,• tC�' !y ' r ' / ^• �J; `� �r w r }_ .-..•� I - • `! .f '...• . -/ r _ /. TOO �[••1: �1 �. i ♦ iI 'IN,r ..-r ti r_.7 t' - ti. _ f - .jlft.I-I l-, ��• -. //�' -� • = t ; _lam / [do IF. `/' - _ r/�i•r �.,•,� 3.'; , '_ III If 1.It IL Ill yY Zf . H h,t� ( �'r / / r' I� ��i✓ice / ��I, + r . I /„r 'r ,� / _ 'JII _ r (, I I'�� y- I •, , ' t ♦/� _ "�•'��,�.� Yf� r ` )• .y,'eYr�% �n � ♦ l / %r ,,✓ �.�fir �. •rl/i'-� \ _ `` ) i/J�Z•i •f/A;. •�.K''{;r l/. L_�rj J�'_r .✓ _•,I I [• _ . ) &�. L ' I-t r.� {' �i •,�Y I�' iiC., /, Y./.j r' .�J '� - _ '.� - - _ -••. Ii_iWI I ,Iy CC� , 1 J ,'' r �• /T/�Y`Ijl� %:,C�,,� ''�•4Y,% Iy_,� •T4•fy:�., (•�J) 1 1 ."� .• 1 , r ' -i/ /. '� �tit'+tS/`/� S/ ��J••< .../ - ., f -. --.:itJJsj`y y J`i! . ,. �tG 7♦ �s Sr'J " �. �i'+.� / �- ' ' . ,r IF + •• c '''�� ,!.-[' `t. t) +2 II7• �J\ m.,,I' :♦`tI /Y^i?->r.,• _ I /- R7, /L! �J'�'�y X1.' <i g �dy)['1,� Jr' X� .s'IKk7[T• y��" 1 .Y1 ' r - .-_ . , (r\_ I/' Zi ` a� •4. r, N% � ly �y �,'j a ,� r �♦7f�':�•% /• , ' / ,fir S. f'Yt .}IY l j T�'• _ ~ I 1 _ _ r• • _ �L / • Y ' _ ' - •r _ _ •r•• J. ' r r �- f'! �C)I •f:If � ! • I',. / .. , ~ ..r L, _l�\' • A7,4y - \ • ' , � _ ' _ �'/ • . F - r � 1 ') - - If _ off % IIFI / `_,p.• , — •• r.ri/ ter! _ I ,. r• ,. I' -/ —' - Al r••� </ ' ( — •) " ,. . / I If - j 1, i/' - C N •M� / / IF or I or j I .r l _ s r -!'F J. _ - - ' .� �." - .�-� '.� of' Alrr�.�1 I. IIF IF If 04 to Fit a if T '�•'It.Ij T,-b� ✓ ���) ,ram• r. /� .000 of I I or +Tf'•„lx s�f �, f i - ' ,, / 1 ^ n .• •, • I I I r \ ' / `, _ I [ - {. ^ ' " _ Jr �irA1�'7}T��17 ��r~ / I ') 'I I ' .. . . _ // •I f 'r .0011 Uv �I Ad�}/% IF ^ or -', - .' .,. 1. •/ !, ' If, ol A Of "J�'S—'�•�,,r/'�r /�♦'�{,I,��L '� / , ,-r f•, 1, I. . 1 I , , , 1. / _r �j J IF fall, A _FII IF 1 �/.`/ff7• yam; �T•— .4r '" ','. A, 00 `n• J _ I I I I ,' t w •, .. .. J, r / • _ / _.1.. - _ `- t.- _ - -', j �l�r`A �•/JAojkiY/r. 1n_�' �fa� .J, 004 yi.INFO I �/�/,(t/,.��.J /�y�y'b/f'L�y7"f�(/�J'i'' M ' . - ! ' I I� �•. ' '` ' ^J ' . 9.> /� wt {�t�C(. .�� 7�! ,i/JS'/~'�,l�r ~ i r I " ��, r r I _ l 1 'J, ) r ' 1. ' / « _ Also 0,44 '-Y •" ly �I.�fi /+.r' I�ytp/�i(r) Thy„'[i 1. !•61r"� r//.'Y %i /'1i''�j°�'y• r ^M y ,'' / t •1 `,L - - ..1 _ I , i .� . t - YY •••^' L '� /1t�iJ✓T�m•,.I�1 -rL•Ov ,Ly.•l / 1l / *, 'r �/, •* i. - I 1 - I .. • , . I' _ _ ! ! / ,�' _ I• J r Id +) </fx/.(�..•�Vv7rf ..[r(. �/ i Ile•, f` t •�'/' �'l• f -i ,; - / r/^ ',• ,1 r / ll A, { 1 r .t / ! i t r JI t- / 141 It t lJ �• t� I / w'�r ,t - �%Rt(�3� i '.i r. ' ` , , -�_t• , y, r, .,,` r 1 --�. A,' _ i .ijAJ) t 1 [ A �[` OF • ' , - / V ,,fr. • _ r I, ilk Pori >Jt lit Prlit tilt ♦-.!. Y / ' •ri. /� cl ,/J v0=�1r mow, 1, ';I 1 _ tdIIId . ',Y/.. i,' tliI .+. r'r�7"•'*"/.•' _ yd� -<.•� - / �- /✓r / 'I' tt' .It.J / Ill a P,(' in .t♦ kit. A A Pill. lip life.Y,- 4• . ' FIX"«/I fr JN ti r, • 1+�{) '1s. r ..- � ; _ f i•t .a/ J,�. �,./'a rl.;� Ol - _ l T • .1, Rrt r •Yl, ./.- ,)> l� ZrI. _"'.. ). v . ��'•,,, P " Y,.�T�. r.._ J.• I a .I',3y`j —a_ > i 4 - �.t i . r ": O� J �,' _ 4� - ffIlt "L',., r f .r . , riJ , n." {:. •i, f :141 fa me U 'i P, as ,r 'r P ^/ 1 •V'IT, .rn .( f t'':. sf ";'t ,.L J .e �. - - }tri i.l -. �� •�jj �, c 'r.�.,"4! /Iltl%,. /'� �4 •,9 y.` �l{..� 4L, ,«'r "i�/• v`ahti Y` ✓f. �J l.._ . -',' }ri' v Y -+V• - J•.A r..�jn /lr �L~ ��/ 1 •i ^ � •l i; It /.�'1 •i C•r+ft �j tip vl n �'d:"_.� f.�: --("f r .'L� try."i` t` s •r! I '-c1 IMP �I 3P. r•5' •'q�� t. If .•1{~ 1:. /♦.> '...' _ _ - l ti t� •.: _t +� Sill _./�` f •+- > `_ /.,.. I v cl- A- ,r•. y wil ' I v+t>;' _ - '.t d - j _ r,. •f ^J :� �+'t.- { r I 4._ 1 W .l It It ; to t _ to r y r • k I It r ti It r Al ✓,a� r, at ,._ I•. •%i y I' / NCB-`�' Ile Olt .yj) _ a/ - -- 4_...r .••+�.r.i '.•, All&"NOW' Ir ' y-• tr Ill !itila._;'1 M';j.." .,f., '.�;el It 1 r _r r,, t - � ` J !\` ,' fJ ♦I/'� !, ...' i 'l .i.' •1i� / F/ _ " '' ,fi '+ ` \ ij yt� . , !c` v1•_ 2' - a y...'.t`-"- : I-��1 ✓•J s•,' ><.. N�►i + J ' r:_ :�C� Y• - /lp l'1 •>.'/ ; �.� ti►4... 1,� NOW �- -r,-r -•-. �.Jti �.../� �__rl" - '-� _ _ i — •Taa '�/ 1.� r1' I/- _ ,f �.'T_ .+ rl.:iS . .,r:.c �i'.I _ .� f.I�—a 1�c -•.. Y.•iL .(j -♦ i 1,-.-J - , _ awl �' I. ;,4 �;' A. - ' _.f "•. '.L+' i "� J: , _ 'i ' S till" I If or ,1/l � a, .Y< - . T. =i^ . t3 . _ • t - _ , a\ _ _ _ _ rt _ _ _ - - y.y. - _ ..4. y, n ' v }: L, - 'y v` i _ J n _ r .// .a �l L," _a +r,• �. r �'-. f y S w d- t..s Vjt r• , ;K' +�: YL / _ '._. YC .ty i�F it �� 'a. IN wo "::?�` • - ��. -1 �'a� _�•A~ r•N✓..=` - . yy, ft It ��- I ��Fw: - i.��G� • _ 1' -- • 1 . F t� "live "a J _ a it I It It J'. f r - w.T '.R`It 1- ' �.I JI 3�Af�� Ali y•'n-� 15r1^1 'o ,. !f it .v Ztgr— L +xe':�. 'i'Y Jta - t illy JA < - v • �� '��-o� - '4�t� �y -o �f� f 1, +,, ..,'eft. . �. r =\:I .�'..-�i - 471 - , It :llP ir /tlIt I ti44� �,... ` 1 - 1. T ff,f-may r - I •` . -. -. •� Ilk rs \ LS — ���' may_11''_/ • - > If ie � �1'. F Id t��,�.�n{I' M > - - `mot, r\ \ _ 1 ^�,. 1''? , f = Tom-. ��� �f►'�.Yy� j,��' � �. + r � 1 � 1 �1" ,_ '� �'� a i/, t i r v•.��R�j a �"f � a. a. , is16 L T mod. It I �•Y _ _a a Y /- 1 •W r♦ l 1 � I• R i % AN I IN f . 1 /F I, I /" .tit. !• 'v a * ' ti � � i i - / ! u Y'1� 0' av . ♦ ♦ t': rs�.?.A rat , ' �r ok .. 1i):.1 .•y�1,, i �/' Rj ♦` I t:.� { - A. A. r•r, • , r ._)..; , may/ I T y`' WIN OF • IA ` -- - • r C,IN •a♦�, ,, (fir (! //. �� \� --�. III �,�,'} • ullll Lll.i�� , : - -• - A. �. 9 -10 E i WIN I �:J�- ►.' . 'e . DAR 42L�--;fi NJ 1007 A, of No - f , L e• TJxL / _ _ _ •.0 I g _ Z �Lw a •, TWA ♦. f AAr aa T� AN At - IT SAN IN qTW l \T F•Z Y�Y . T ! I •. P'- IN. LAW, I `^r.! i d ?i�C �,. NIT IT TIP �. `•ea 1 '( 1 a F` I.AC t Aw al .�' ate - a G ..., 'Y. •_a' �'�/i ,�� �� ��� ].rs' �� -3 (# ��.r�t. } lAlwor Ltr IG Ta TA LAI *am AN- i v •+k: �''r.- • r... s- _ICJ et4.twb - ILA .1! AN'�^ _ ^4e�.j� :•�ti a h`- J An 1 .}.•s.t . IN ION,�'G.L .Y r..IMMMMMI c.-t•y �t�,. '.•`�� ,^yam •,a. 1 ANAa • •U " Orr r,� .• x `W S - ss.. .• o \ !''� ' {• , It �. �• _ - ••". • ]Y. 1 > r I . ur I it L + ' - i _ err v - RTa r J `• IT ly, '.a. .. _q + - Y_ �. •�+ 4 �I' ( 4 fy. �Y _ ... r to, ' .K '} - a •1^'?'pi"� '� ' 3 {n �� -�. . - 'S<j .n .; •n �L ((��.�yy��yy�} � /i{•}.,: G. i a �Q - i•. �7�. j,l• r.. +Ty i J/ ra _ _`.� w . .e•iLL,.... - ��•4�T`v. '•.. sn.,. 1 14-, • �J ldI-v- 1. a ��•. ��/. x • .".N� .. \� �'N. QiY:..: • ,. AA, 1 Ar aaF Fw Wt 4 �F" - For - s - , -♦ - - - _ _ - r _ 4r` �L - t � •\ ` ,r_ -a!_' • ... . M1 w _ - J-i �1,`f. Y ._m _ P •L +, cti � . r,. .� •. � 1. �. � . � Yam_ - - - _ - � - _ r a r f -` )'r _ s _ w t� .� j _ _ _ 4� 4 VL- _.. L i•-' - 'tom _ - ,� � .=-"'w y �" -v, .'Jl l',� -7 - � �>, •�. a .1 Ml IF 4 — AF,., y - i r .vFF v _ 1'� "`� �,' + s . F�: • is yFri 140, .y FF OF to IF IF Y All For At s �� I 1Iptr,aa c `#. ,. .- -- . - - - it ri Ali VA Ott pp ot Y' a,.i_ r �.;%•r J �f�. ' - >• /- tlt C �'� - _ = ..�obi ..1 i -'• lr r - / ,���...+ Y�Y..pJyw .y,•r ,�. Y` '/. / tr it tI •4 e \•AT �• ,'� !f;°'�3*'�/y 1t r f 1 -� - l - ♦`".I '� a _yJ/ ' . If 7.Itt jj s" - _ < i •r ' .v n ♦ `.� it • I - /- a is - - t 1J. •� f' ,•41 it_ = .- ygrb. ♦, -',, S __.1 - - .�� _ /r •J'• A t{ ) •.1 'i _ i - ' �2v� _ ilk �r' Itpot' 00 .v I Y NO wI, , (' ,y j^�a1r-•ts. sly '�. a '�,ye' v- _ �' _ k V 1` f'' °r} f )t:;, 11.It-1` �""'�VR _ w y�f j- a, i ,�.�j It -,tttt ,,�w.`K,R .�. - - 5.�� .:t w µ4^ +/ <��+' - �/, �tt4 low It —_-'JA41t �}r--t`�::z"i'P�" '�Fy"rr; - +1� / _ - _ - - _ des T .' r fp!t , 1`� ` . tti It tN`�! r 'fi r J� �- - �`�'.iLJ 7P'i III - -� } a '' - _'�, -^tti >/. nrxzi^ 'C" _ /-% ' - , - .tt -.� to /tmt Jr lw ji IL 1 - 1c n ; _ I • .♦, 1` '_ _ IM _ _ R •�,y1 r - _� Py_'•S+.,j\) !� ' Y' i_ _ 4 It It tt- WL AL OX tit J4 -14 to I let i' J _ rt - /Nt It It- ittAo tdd 'ci`�lil41 It n "!r - sl - •' s ✓"7 a4 - j, µ - - pp It N- G f�•1. IF �III�! er to 'tt 4- - Imo" ^J _ s ' - tL _r, Jet It, It It , / , /si'1� ' !}i� - J _ rl .n / - �,.vP •` It It . AW `d 1 -Ott, 4 _ r��Y :J ♦ 1, Sr y� j JIt ,.Xr x+- It ^L,F/ r i ^��: :: rr+, t AY At IL 40 } �40- Z?''It It It,a I1 y - ' ;. „fr. • _ r I, ilk Pori >Jt lit Prlit tilt ♦-.!. Y / ' •ri. /� cl ,/J v0=�1r mow, 1, ';I 1 _ y - ''� - 4 - r. •MAY -f'�_:• s,,/ ,; r /tdIIId . ',Y/.. i,' tliI .+. r'r�7"•'*"/.•' _ yd� -<.•� - / �- /✓r / 'I' tt' .It.J / Ill a P,(' in .t♦ kit. A A Pill. lip life.Y,- 4• - . ' FIX"«/I fr JN ti r, • 1+�{) '1s. r ..- � ; _ f i•t .a/ J,�. �,./rl a .;� Ol - _ l T • .1, Rrt r •Yl, ./.- ,)> l� lal. _"'.. ). v . ��'•,,, P ” Y,.�T�. r.._ J.• I a .I',3y`j —a_ > i 4 - �.t i . r ": O� / �,' _ 4� - ffIlt "L',., r f .r . , ri/ , n." {:. •i, f :141 fa me U 'i P, as ,r 'r P ^/ 1 •V'IT, .rn .( f t'':. sf ";'t ..L J .e �. - - }tri i.l -. �� •�jj �, c 'r.�.,"4! /Iltl%,. /'� �4 •,9 y.` �l{..� 4L, ,«'r "i�/• v`ahti Y` ✓f. �J l.._ . -',' }ri' v Y -+V• - J•.A r..�jn /lr �L~ ��/ 1 •i ^ � •l i; It /.�'1 •i C•r+ft �j tip vl n �'d:"_.� f.�: --("f r .'L� try."i` t` s •r! I '-c1 IMP �I 3P. r•5' •'q�� t. If .•1{~ 1:. /♦.> '...' _ _ - l ti t� •.: _t +� Sill _./�` f •+- > `_ /.,.. I v cl- A- ,r•. y wil ' I v+t>;' _ - '.t d - j _ r,. •f ^J :� �+'t.- { r I 4._ 1 W .l It It ; to t _ to ✓ 1 It' k I It r ti It r Al ✓,a� r, at ,._ I•. •%i y I' / NCB-`�' Ile Olt .yj) _ a/ - -- 4_...r .••+�.r.i '.•, All&"NOW' Ir ' y "atr Ill !itila. M'; j.." .,f., '.�;el It 1 r _r r,, t - � ` J !\` ,' fJ ♦I/'� t. !, ...' i 'l .i.' •1i� / F/ _ " '' ,fi '+ ` \ ij yt� . , !c` v1•_ 2' - a y...'.t`-"- :I-��1 ✓•J s•,' ><.. N�►i + J ' r:_ :�C� Y• - /lp l'1 •>.'/ ; �.� ti►4... 1,� NOW �- -r,-r -•-. �.Jti �.../� �__rl" - '-� _ _ i — •Taa '�/ 1.� r1' I/- _ ,f �.'T_ .+ rl.:iS . .,r:.c �i'.I _ .� f.I�—a 1�c -•.. Y.•iL .(j -♦ i 1,-.-J - , _ awl �' I. ;,4 �;' A. - ' _.f "•. '.L+' i "� J: , _ 'i ' S till" I If or ,1/l � a, .Y< - . T. =i^ . t3 . _ • t - _ , a\ _ _ _ _ rt _ _ _ - - y.y. - _ ..4. y, n ' v }: L, a�r s. y S w d- t..s Vjt r• , ;K' +�: YL _ '._. YC .ty i�F it �� 'a. IN wo "::?�` • - ��. -1 �'a� _�•A~ r•N✓..=` - . yy, ft It ��- I ��Fw: - i.��G� • _ 1' -- • 1 . F t� "live "a J _ a it I It It J'. f r - w.T '.R`It 1- ' �.I JI 3�Af�� Ali y•'n-� 15r1^1 'o ,. !f it .v Ztgr- L +xe':�. 'i'Y Jta - t illy rA < - v • �� '��-o� - '4�t� �y -o �f� f 1, +,, ..,'eft. . �. r =\:I .�'..-�i - 471 - , It :llP ir /tlIt I ti44� �,... ` 1 - 1. T ff,f-may r - I •` . -. -. •� Ilk rs \ LS — ���' may_11''_/ • - > If ie � �1'. F Id t��,�.�n{I' M > - - `mot, r\ \ _ 1 ^�,. 1''? , f = Tom-. ��� �f►'�.Yy� j,��' � �. + r � 1 � 1 �1" ,_ '� �'� a i/, t i r v•.��R�j a �"f � a. a. , is16 L T mod. It I �•Y _ _a a Y /- 1 •W r♦ l 1 � I• R i 1 F+ % AN I IN f . 1 /F I, I /" .tit. !• 'v a * ' ti � � i i - / ! u Y'1� 0' av . ♦ ♦ t': rs�.?.A rat , ' �r ok .. 1i):.1 .•y�1,, i �/' Rj ♦` I t:.� { - A. A. r•r, • , r ._)..; , may/ I T y`' WIN OF • IA ` -- - • r C,IN •a♦�, ,, (fir (! //. �� \� --�. III �,�,'} • ullll Lll.i�� , : - -• - A. �. 9 -10 E i WIN I �:J�- ►.' . 'e . DAR 42L�--;fi NJ 1007 A, of No - f , L e• TJxL / _ _ _ •.0 I g _ Z �Lw a •, TWA ♦. f AAr aa T� AN At - IT SAN IN qTW l \T F•Z Y�Y . T ! I •. P'- IN. LAW, I `^r.! i d ?i�C �,. NIT IT TIP �. `•ea 1 '( 1 a F` I.AC t Aw al .�' ate - a G ..., 'Y. •_a' �'�/i ,�� �� ��� ].rs' �� -3 (# ��.r�t. } lAlwor Ltr IG Ta TA LAI *am AN- i v •+k: �''r.- • r... s- _ICJ et4.twb - ILA .1! AN'�^ _ ^4e�.j� :•�ti a h`- J An 1 .}.•s.t . IN ION,�'G.L .Y r..IMMMMMI c.-t•y �t�,. '.•`�� ,^yam •,a. 1 ANAa • •U " Orr r,� .• x `W S - ss.. .• o \ !''� ' {• , It �. �• _ - ••". • ]Y. 1 > r I . ur I it L + ' - i _ err v - RTa r J `• IT ly, '.a. .. _q + - Y_ �. •�+ 4 �I' ( 4 fy. �Y _ ... r to, ' .K '} - a •1^'?'pi"� '� ' 3 {n �� -�. . - 'S<j .n .; •n �L ((��.�yy��yy�} � /i{•}.,: G. i a �Q - i•. �7�. j,l• r.. +Ty i J/ ra _ _`.� w . .e•iLL,.... - ��•4�T`v. '•.. sn.,. 1 14-, • �J ldI-v- 1. a ��•. ��/. x • .".N� .. \� �'N. QiY:..: • ,. AA, 1 Ar aaF Fw Wt 4 �F" - For - s - , -♦ - - - _ _ - r _ 4r` �L - t � •\ ` ,r_ -a!_' • ... . M1 w _ - J-i �1,`f. Y ._m _ P •L +, cti � . r,. .� •. � 1. �. � . � Yam_ - - - _ - � - _ r a r f -` )'r _ s _ w t� .� j _ _ _ 4� 4 VL- _.. L i•-' - 'tom _ - ,� � .=-"'w y �" -v, .'Jl l',� -7 - � �>, •�. a .1 Ml IF 4 — AF,., y - i r .vFF v _ 1'� "`� �,' + s . F�: • is yFri 140, .y FF OF to IF IF Y All For At s �� I 1Iptr,aa c `#. ,. .- -- . - - - it ri Ali VA Ott pp ot Y' a,.i_ r �.;%•r J �f�. ' - >• /- tlt C �'� - _ = ..�obi ..1 i -'• lr r - / ,���...+ Y�Y..pJyw .y,•r ,�. Y` '/. / tr it tI •4 e \•AT �• ,'� !f;°'�3*'�/y 1t r f 1 -� - l - ♦`".I '� a _yJ/ ' . If 7.Itt jj s" - _ < i •r ' .v n ♦ `.� it • I - /- a is - - t 1J. •� f' ,•41 it_ = .- ygrb. ♦, -',, S __.1 - - .�� _ /r •J'• A t{ ) •.1 'i _ i - ' �2v� _ ilk �r' Itpot' 00 .v I Y NO wI, , (' ,y j^�a1r-•ts. sly '�. a '�,ye' v- _ �' _ k V 1` f'' °r} f )t:;, 11.It-1` �""'�VR _ w y�f j- a, i ,�.�j It -,tttt ,,�w.`K,R .�. - - 5.�� .:t w µ4^ +/ <��+' - �/, �tt4 low It —_-'JA41t �}r--t`�::z"i'P�" '�Fy"rr; - +1� / _ - _ - - _ des T .' r fp!t , 1`� ` . tti It tN`�! r 'fi r J� �- - �`�'.iLJ 7P'i III - -� } a '' - _'�, -^tti >/. nrxzi^ 'C" _ /-% ' - , - .tt -.� to /tmt Jr lw ji IL 1 - 1c n ; _ I • .♦, 1` '_ _ IM _ _ R •�,y1 r - _� Py_'•S+.,j\) !� ' Y' i_ _ 4 It It tt- WL AL OX tit J4 -14 to I let i' J _ rt - /Nt It It- ittAo tdd 'ci`�lil41 It n "!r - sl - •' s ✓"7 a4 - j, µ - - pp It N- G f�•1. IF �III�! er to 'tt 4- - Imo" ^J _ s ' - tL _r, Jet It, It It , / , /si'1� ' !}i� - J _ rl .n / - �,.vP •` It It . AW `d 1 -Ott, 4 _ r��Y :J ♦ 1, Sr y� j JIt ,.Xr x+- It ^L,F/ r i ^��: :: rr+, t AY At IL 40 } �40- Z?''It It It,a I1 y - ' ;. ► `A i t J.' -NNI e Ills IV As I .sAVPP..' gafrIssis +A✓ �, J♦ �f.1.� itIr / f, _ _ R'111Vr'1 _ ` ; v' > ply As .A; c"I.IZ"'r4 J� It INN �- I � ` F � r �(r(y _ a� I ', •' IreA OF wit, �� : c �AA Ism + =�, _ 9� is w �{��_ is wm� It Via-Af IN As 11- 1/ -A\\ 1 It• !� �,' r .y _ Y Vis , c t-• 1' is p �.. .l• ,.�..� �� �A�',, N. v AIII VVA Vwl t It tj IN IF ` OAR J'. ( ,•I pt _ y,,,` - \Ir 1' 1 /%�/��.' stills ,.--h�_i 'W �, Y�j,{y-•1 ♦ i x y. r'.7 IIIA siz It it low I kv ,•t� _ Y All or. %Its Its Nas if IJIAI All - - Wss ice= yy-r_ I N' _ - kiss :.- J AL i_ j _r ' ;AA,,. . �� ' v1Y� 1, �` - �� .;TT hY j/'' _� - Fry v Missit so 4. III is r Y ' is i �1 7 ♦ �/ {� .�� ' �� �� " �^1:3' � �_ 1 .� <� � ��� � -- .- 11 Its, Ass— NN FM A, is yy 1 w�l,�, ,� to ?�j �, l ��� its - oil its, A A AV X9 IN A. Atis Issis IV Its r .�:ti ,\a "� fie..\` 41) 11 Vitt/ -As �- �r -44 IV PbVr 'sit N�Nq 1 1W. �. r�r Its toots �,. te—`..L�. �- 1 -h'� ice- It ♦. Kit\` i... ..' .4 "!`� lam' ♦tt,N"�� _ oA ss,- , fi /� �� Iy " %s e' 1 J, .� - .� - ,/'` 10 IN Issoor XIN �►j ,,� 1 _ siVisitili .I'svrr� w.�% fi �\ _ i�/ \ 'l, �. .. ni_ LI s���C� ��"� _ \'� F Ma ] J o ]t r, r IV SEWX lc 'Ilt" lot It R r I r' r. rt0 y r . IF k•IF oll, _ C r,�`� v�1 _ Z.A;�„>1i•�, 4�4. ._� .,.5,. �.' •^ !�� '•'! , -�.• at I �.`�d.3C' aS�''� �:��� �4 '�~v's ".-.0 _ ., w -! r _ fl\��Y M, 4./,��`]1i.`.r��• b r {1��, o ��/ •�JjV"�.ia{'•`l Mom,• 5 I OFF .�, ! `may �\ \ : 1 �.] 1 �i % r • ��1 �1/ 1( .iY 1 i It 41 Ilk /Sc2I VO �\• \.`.L,.' J��r< !� �v f K���,-K."i �Y J/`l'Pl_�` , .,� IF IF kt pppp IFFI M�� - �.. � ,l`. •�� � \'yew`" � ; IF IF lFF.: i : \�-/ -lI a A ate. i / •t:• e /• Nil l IN - NI It 1.4 Fill 1. 1 / 1 •yam 7j%' ti #if id :4s•h t 4 �.U'. IF lFa '� �i nIII� L WE IF - IF "1.���, "mow ! h� / lr - ...<_ ! �e, t °r� �ill' � ..� .��1__. IV "4� ��.� � � ♦ • t'� Grp ./^ p / v , � ./.a lF FV er q 1 Ile y i�/ t -� �.II�S- a 1 ] IF Q 1; %IF 41 IF FL -IF -11 IF J •u l � f. n ll IFIL •,r ` �NV � �5 ♦ % ^ FlIppoll IF t All fN IF may, �`� 1 lt\ \\ 1 11�{1,//11``I/^j •�_ f�,(.., �L�1i Llol— i 1 O "' r l 4 �• a� 4, TIN VA �l¢¢¢✓.��!��-�,, ' >:�� r_ , �_, firlF IF / `, \� mll / f�� `�\\� �—/�J\/"7 W; `\V �� .. _a `-�\ r J :d ;FFFFF c » o i '\ C. � IOF IN v kI ]� • v r i .//j/ ��i �.-'��,'tYI.w�' (al / 'Jw.�= - All NlI `'�.1.\1� �\`I�, y •��r' �_ ! L / (d .�_- b� r�`iu� a /I - ' / / .l., 1' �� ;•�'l�yi i (� f. �`-�"• 'l-. ` ` - •��_T. t. Itl IN lix IV J1��\•`t\\��'��h `i� ,�.,a'', �� - a - r f • V 7I. . ♦ Y` yio A ` J a; pv J s , �j a `µel 1 ' .l , y ..� � a,M�� ,. 'ice •',� •J' � a� . , :"fir �a � y.1±: , r ` K r • V , y _ I \ . i no T. F _ v ' VIA kt Al if fc � T i t „ , r �+►f L f� - I �/ 4 �c t7l it — r v .v, If1 - - vo / '. l : • _!,� ' ' > is 1 9 l;d%�-o,'�� I � �^r •;� .:�,� .v_ . : \ , ki IL I.�.- I, - 0�+ I� I - I II�I� 0I,I" AAI f.-I� �I IIi�1�II , -�-.,II . r V- �.I -� ' Y F •1/ _ I' a Y , •I yam' I.. - , - '�4 _ +� VL i ',Y '( I ... V'6-� ) 4 16Y �/ v►-i r -+✓ eq _ _ ' .,04 ;,MI . eik"' `py`''. A,► i �c. -✓✓✓✓ IV IIII Cd` I/IA - .q�-I -jAd 4 II# �-IcI I,A. .,V.II 1pMI Pwr :II M1,4A-Ie0 I,I�Y1 f/, IPI-I I�I AI t. pe ; - I VI'�,A0 I,� , I I 6,/w� - , lA�fIII , I��I I v e��L; �I-��V IIA�A � ''�).V -;p ,� A )W.0- i-rI� �.A , lI v fa1I,%"" �Ix,sW , 1I � ,, �,A- I , ,- lI-A� ,. A 1I P I4 I -, d . ` l�p `� 11�1'$Ie ,�I4..I-�I)IW��I�II--'1I"�1:II-AII�.t, `L 4 -L II17jAI V # r�IIpI� 1i?L� -r& .Ir� I* � i p. I - IIII,t�I"bbbV I\%.,I-'I.� A'- ,,IM(/rI , �,1 �I7v� I. ,AAr I �-. ,,1' V m�V� A%-rIII �1-I ` I I I�II,L'..IIV�IIkA.rI`.. ) I I,I,I II :� %%VI � II I .I�I II .IIII ,-rV I,w ),,�` I _....�"AII"I,- �-m y� / Iv II II �u M' n• 4 '�' w . ._ J - <. y - _ A, r _ ,j » _ - - w. ., 7,.L!'"ems f _ +,jam. ♦• y-7}p'' - f .il ",�1. �.y .. \ ,\.firr rr1' 4" ,el), '.+'' .,.w '�- ram. �. - :v, i - " �` / e. _ - tY- i LMI i Y i IIrI ArI� VA o Ia •f IJ - . -` - . 1, ' \'fir i r',. - " / . _- - &' _ _ . - - J !v ~yy !r,J 1 _ - - Y k., i . fjN ✓r` _ I { --� O. ., » - i, � V+ ,d :y. c". I' - '�, f�+ r F r. ;.li I, O -J , „"rV- - - �fy 'i O/a"- _ �•'- _ y.' I r'1-' - "''r-y - ' - '/ w-0N,,✓'yJ.. .. �.7!9 ./ -e• n - ` ; l '� "e �-,. , r _ -� '. , l _ _'1 ci �A =:r /". _ - L:./ _ II II - II III _ : - -._ - . - - -- - . r �3 4 ,•�I! _ ... ^ .s .,-! - _<-- i` 4 "+� ,;a, «� _ bi: _ _ / -•�r. d i'� w• i - �,,1_- f, •.A �r _ ' ' '•v _ `,J. ,,..� _ -IA '+` \.i 'J - J:� `v CFI°- ✓ -'d _ - -J� r,Y/_ •�Y✓y:� v L w r, ..v - F 4 b. [ j'/ ✓ Fes. r,. - "Y'- .�✓' - 1 _ c \: ti .. < %. M- , F--. - ` <,: - ,Z' '.r II. _ �; �fF - as aw ', _ ,_ _ .. 1 -1-,ti. _ _ - , -.. - - _ py v '. *-, r... " y '?r a ..e: -- - J r.I . .- _ ., -s , _ - _ . X ,I/i��i ' .' 1, I �. .i .. - ->�: J}j�,� Sr " l a �/ - ./'__ _w ''v�•s�wt' G •ri •! ., v - - - - - - - J .ah ti .4 . - -- - - __ _ _ r s- --.,. , - .rk j y .._...•- , .. - a' ., r .._... J yr .. _; -..- .,>: j wAs ,:'J.'�.3F' s1C- -�. .& } Y i f .,. .., . i.a' _- „ .1. .ii--' - _ - `i. - O.Y. _As { i.h - ., . _£ - - y1 n' .q .. „ _ ': �Lt�-a• a,(S: - �M•% - v ,Y f - { _ - _ _ _ :j _ _-• - 1. - :.. fc. - _ _ r j. , - _ -.� Y ',�y.c>j ♦ y _ \•'• r 'h.�s ` i�_ a y�.'�s `, A, +•--J'-_.-. - - a rm -7`VA . .. -. :_'.: .r, _ r _ -,. _ p -.l l' Y: yr J Y Ip��.-' _.J.r �1_. q 7 _ '>>. - AV L _- i j t 1 -'.,,-, .. _ - V � �•I vI. - _ ..IY .1 ,1i _ _ '4. r - I y .. - yy i -na a Y ',1_-Z> , r_ L IW I �. - .{ -rf4 �e 1 ,^I , - _ -I. _ 4. A� n-_ - _ _. - - - - _ - _ 'w!.-�! r' ,. �.' t" .r-`-Erg - ' . �� (�-f. : _ , _ _ %s' "it f'--.`-;_ -,.._ . r tea'". -, _ .. _ •v _ - �I � r , - _, ` - . - _ _ P . > - _ _ - - - - - _ { >e f - � s. , i= - - _ ..�. _ r , .�' t�I - 4 'r'. -,. S-V h s.. <' �fb,t - i - _ - - 4 1 _ , _ r . _ ' y - ` i' J , i' .- ' I-- _ iY"' _ _ _ _ '! .. "'f : - ,/ - _ -: J ems- ` , I V ' . r- - V � . � '-b: - W _ t- 1 LL� am, ,..,v - - x--- . j j - . ,�, . _ ` - - f a, - 'v , `.yam . L _ _ � - _ i i - i',i { Y b Q >N <w n i G 33�� - '1 - - - ♦ '"\ 1 -.�•r , J ' _ Imo! _ - /.. + N-' _ - ~.T [ - _ - 1� h. _ _ p .. `.: [' - _ _ - - _ 1' �_. _ / ._ - - - /n'/4�`' ;/ _ - 'J' J �i _ a - :>:•-ate- - II �> ► rd> I. .✓ / - ' .�. f r _ ! •� -�' .� '.. _ _ _) _ tom' ..- �_ - 4 1 •rJ %'- �Y ' J. •f/ J - I _ - `-.ter' Y a \ _ \ `_ _ .: i''' JJ . +� , , ' `�� 6. i - _./. - F'k 7 >' ��J _ .�j _ - -/ �1[ ~ _ ,L±,,. a-, _ _' _ l irtt y - f -. / ` .. .. iFlr../ ' v _ A� . - fit. e. y vo- ''/ _ A at .S vYSL /' .. - _ - ;/) �-,r/ Via". J. " ' 1 . .I I m �vI / - -y - c _ ♦ Y R s ,I _\ I�� v =_I - fm l _ V t - : I_.l `. _ _ - J J ii ./ '. `v ` r/;f ,I-a•c... '7L v-��O-♦' - _ > �y v^ F I I 1r C ! s !I \ `{ OqF '.I r- r - '' -)'I I \ II:* _ It ! - ^� e '�. �; j_ - __ (- tip l i' ,i / ' d" � - , / \ .r .J - ,/ - - yI" - 'I` - v;q� � j,' f - 'S� , `/r?.,�'l l`t r�r• J:. %, _ _ ,I % _ J v`� i •. '/ J, - - \,-_ "`�. b . ♦` ^. E 0 t/ J _/ `I f 1 I , ' a. \ ` \a lam. i _ P' • 1 ._� h, -- r.I ' ( I / n-' J, III qI / i ' _ ,,'/ 4, /_' ` _ - ,eA ; 1,'� r.` '� �� . - � 1 ��< f - hr - . a // /,i a�- i i� - ' �� V , d / ; • i� _J J ) 'A AA' 1I. r� r� - } �r- J� r t 1 J / �-- I' y`,�ip {��1-�' S�3y sy"?v�pP� �vn��vq •�' ,�-,y' -.- -. _ - + _ 4'� �� �.. - � �. � Ie-• . � k -l.�j�M71 f : r-�r'�✓D;X�� r� rl�, - �. - �'-. .- � ` V�� Y'. _:Y. _ - y, En... r� � � ti - _ � � �. �h Ga✓r� _ - _ -' �''- - _ ! •_1 ��^� � / -. �"!iyV � .. :} - ,`W r v- �' h.� ��� � Sat - - .r ,1 J' afro- - ,.� _lv - w. ��'. .q-.i,.-. .v>.. �J. �.c" p�'-t. _ ra-l•` _,'tea,: "�le,.v 3i,- .��: _ c - `F' .- ,-. �a ,. � ;��-.. - ^ •t. � ` '" '' c - - v.. � - _ pr w �. Ci,"' �� r i r.d - _ - .r . - "�.»�.`-. •�'. ay'if Y♦' _ >N;. '_I _ - - rrr Joe Itt ij'F{� jj(%' .f / a Ji ti�1 _ _ _ `t:. - - .,r J✓ - �,) }�-.; - y.. `Sa=.-: _ _ .�...*r{r - " - ifa. - /°^ h ✓'1. - - - - - , - •�'` r. 7n �+l a7Ca.1►�'Ir Lr e w ;<. . {, , �'.'•-may 'i- .�„ \ ,,,-y.. `'r _ a VL t _ - • - . b i _mob -<3a=- ��%' i� .. f � �' y�`- -�� .-. - ., � "��'. �,✓ � "V� - w. - �.�. � �, v�' �.. �v"vr,r._ ..�-...A.� -...' , ti t. / - � iBF, �,+'� �,ar �'c�("ti �"- - - _ .'. _io. ''? - .- `zs ��''�+d^�•_... �� ,'v ,��� �'ir �- �.. ".,-_ .v y - ' J j _r - _ _ r•... MIa. ,� _ �Y . �W''fl` '4 �f tl ..Yt, �' h..: w t' . °` wI r4 - — , `1 r— IN I Or S, a .� f \ r 7r - S ��; �•"; �'LI :y _ '. v f�1 {:.: ./��" �i�` f '1r - .: A ti •.._ �, t ,. �. t�q n+/• K`yr ({'.'• q .r-',1 1. ri Y »» / fJ �. .fir ,",W 7titi r�'. .'`.�17 Ii /� � �a♦♦ �.� Ito !,. 1 /i „t �Z i �r .L � ` `j1Yt .P '.+1,�> r`ay. wy I •' 4 N 4 ,'. ` 4f, ." r _ i y .�<} r� - 414 ~bit. -v M T '1' •✓ f..' �A I'a l`. ''ar °K :r- 'R- V .�' -p:_� 1 ' ,...�9' `✓.. 'y1.. �. V'. �••r• 7 ic7%f Yr V.`•�i _ �� A .'.#1•'v� f �""�"=...�. `•i gyp.. Y :T i ; 4'/..., �7 _ _ �t - -:r U .� .yA :$At ,�;p ,'` •,( f/ N _ '.� :,�' , fD w ,.�. - ✓.i �-, � �- ^`y Ay4a � -` .1 - - _ ,�`, .t ♦ �' �,.". 4r""' .n_. ..�✓-.�.-'i' Yy , r'r- �,' tr �+T ' `-f.,. t L-VII �;,,,p�+f w"'iC' :✓ moo, r �• - _�.". mac.. v_ •�. +,J - - '.���.'%, '�"A - r. ,�j✓, .�' y '- +�i jIt yy r r d A—l- — ♦ w. �l•_ ,` � j(ar 1 "�,r ��• v� (�l �o }f `Vr - a.� :�► 4 T A If "•- `f'i .'\l: "'k\. i'eII IN lk - -/ .>.j 'Y.. r'•y!\ - l '44' •� r , r`' - - - 'j`, •^f1 C;S7.: ��,: J. 'i: >.F\.I. `a�' �1� y,� t� r�+� ,'y 1' , r,I 61 -" - i,• Via. -1''' ..>r; _ \. Y' 1 ...rv.., r �*.- %.' ✓;,� _ a "Y f I• a r }qNI r� wx tea'.. \a. .,.: d,C' ✓ti r ✓�. .> ✓ •♦ '�.• . ,gyp .D - ♦c t.r - .. ��• _ 1 'ij f,.=... '�r '�''- i. +-e,} „�, W{ 'a e ;.,/ �:J •,;qfr v '•;• ,i<�,, _�, .�. -'� •.'�': 4 '+=' � .�. - _! M" +•�"' r � � :�.rL ^'=f"_r 'W., r .Y t1% C lZ -){ .s.: '-%ivN- �` �_ � - ' - --14 r :;.M 1 _ #.� _ Est_ .,. �-•/ 3!.' .L . -fir .- � ..1� �/-. y ' {, . ILIIN 0440 :,.r_. '✓ . , I.,� i~ ,�• n 1 y l .7f�, _% _ n• s / `' -;S /. ` t t '..7�' yp� .., "-axi+. .,.jA �, ar�•4F �J" ' yr �v.�-.. L �L �'. Z- , .;nr r t r�! '. .`"'�. - Y _ 'Jt, - !'- . . sy. N f -..1 7. t9t1 :-, 1 -•::�INN r V r• fit .- 1. i_ ;-A\.i(. ` _.'.'� 99y�t'. a. ''l.G �_ •JR'1,� i r .EEi LIK ."' \ +. ,. Ti ✓mow ' _ s: i ". j , IINI.INIF 14 IV y , . ry�b ss IIt QI SA x �.00 �J - 1 , <xr - r - .i \" J _ t•... •-rIo Ottl tI may/ `i i.- _."a' �.• .Y 4.. Y �_: -'-t v' _ - ` \ It IJ mmIIJ Ir 1 _ n"{ It ♦ _ _ - _ Idiot LL . - It to / Ao�.1'. - - - ':a _ IV Ir 00 Jf . — ter.. NVI Is ✓> ✓ }ILa i 1 It 14 SAP Ir l r .. 3 I IIx t ' �41 • / .J AAA . - Ar v ,� Ld / r . AIs 7SI t / /LILA` ILIIt u4+ y r i ca r ool 4 p: 1}_� r' �, Avot Id , 1 ` Ie -_i.4.1A'f'" ram. r r ,. 1 4� 71`-,`ti•' �1R ' .. i' � i,�" iT� T.-- - - fir. r ` ; TAL , r or , �," , � , 4'16 ..�( v fit. p e ,: �,• rR v _ � �,� �, l t 1: y� iA 1 row 01 of .,'- AWW �'';,`� e arm:., •1� Io1.: t Lil 9 1 3 ,V, f i �i ��•! 7` 1 eY� I� ��r� l�«•d'>�'�f�► `�'+is• :'.. [ s _ �, {� ��+vx r. , t owwrl - a l_ W.. _ - ,� �V-.r. r -. r - A .. �a �_ .. ' �. V " G ►-- �� - ��.��a�j �A ♦ • �� \ r It 1 Ambiz Lot w .a �- �...� mac— .•_ s 4 �' — d rv,_ w:, Vv tky(�-J000m . r - b- 0000r� ',-'�.)�r Po- 4 dt✓[«''` - �\.� �15. �rt,� 1'.. •� ..1 ' Y IPA L' iv u Air r _ .r '. '�� <7 �11 �i . �'•;' `V .p .;:kAll A. .N 1. �... ' _ ��! \ '1 fF�i♦ .:, r, ��. - � ��, t 11�hJ. _y.-'�'*7 0w—:; _ -C"sA J I, IN v. Yt. _ �i- •. 'W. '� ! '�� rw '7'// �.\� ..L'�4�rlr,lll j�� . t(C .r ��j/�r ��'�� 1 J� vk r'� `• 7 Lot 3� r�i.� ` 'l_'� x� .t. _ V>� �� %�Fl�o 4�r .1 �.�i' ,,i-'- 'La� - +l ._ s" ED I ..`�. , .A5, P [, Iva IN - Al I rr f�fVIPjA All II \Iy \' "j ��'`o4W It III r /wo- 1 Y33 CCS c / �� S = h� M �1� < t;� b f` P r _ i > _ - .� - s ' 1 _ ".; h" ! t .r-S _ - / v ♦ �.. ',.e' �Ah ��� - {� A �� tit i �.".-L; ,.: "'.. . r J4 Wow ' ,- ' ./ . �'. v.1Y .: r �i-'.; •�:-'x'"�: 'ic Sri~. rr„ �,.�->"+YR,, yM 1-.:It 1; ���� It .. .♦ a 4 '�• r T,,a ,Y `^iat y(g -:.i• s.9=.: - �'�-`C•''��.1 1. „p^y.- i 1 -,.�.+�.\SJ���~' s' .. 5.. - ^q:. a' . A �,.-'^ii rr, • ie - - 7 .. ,r `�.iL.,_I L'S ..,...,§c P.vF Mom, `Y. E"' .:v. a, 1 s• •.`, , .. ,r „C i - `R i'.r ' `_ems-' \{4"cr` -r,, � � 7 �,../„ - 'Y, a��,'ti..; a''a;�{. �; ...4:, /..qq "+ "S'C.e>?�".. I� r/y,X`.:y�'"/ >( r tl i( ry,501 _ s �V aILL t:. r..:; r �P'.1. "`2��' 5. / .rl ,.r r'. 1 Y,w `;•�. y 1 r i�''"?s.. r.3'_tL �1. l-' . ^` .. • ',<.`�; ti .r - r a 7y' ,. "y" " '^' `'� `.: tw Ttr: yy 9y _ 7^s.A7 _ a���;•�-nw� i +}. 'y r ALAI . , "� .[ t#i, n; !`r' .4 ,1"' t r r .,. i r n - :,� •� ,_ .,.-,:.._.,.- LL-.' '�. T.V. i^+i'S >�, :y b'�."� : ?� ..r- I. ✓ .,. ... R- cA. :>...r 1... %1 1 '7.ag )T.' - :�', rr ..'!. 1-' -rY -,a �CCyy Ynr; . - .. - r\ r'-• �� s.cwJ �ta.A� t_eiu'.1- '4' _-Q e`a' `.l ,el".' - _ , I:le till )l_ji ,yY�? eit _ � r ,* I - . ,. r �y,.-.'P`A �1Vi'.�`}P w:�.. %'S .�'.' y � ..�, .nl .. Yt,: : i4 ot , t Y _'.,.':ri :':-v ;:.� %�'.; ,,' .k` 5.,., ~.5 - Y" '•3 r `Ja` ° lei•`. :.�`i`I,L .V... .'-ti. t . (( �.p� by ,�y � .}1 , ..�_�. (.AiiUtk nt. ^r\ ? -9.J. ,,A r.c�"T'� i '..�I t',: .1 g i ,': .'�. - tl ` \ _ - S .f ... .. .... dry.d _ 'r Y. ,1_ :.. 1 �•�' �? - - - - try I ol II � :r. r 4, _<:•' :.. ,ra \ILL ' J r V :i t `c 4 :. S ...Y VI ul r , 1 Zl '•/ 'a!>f <Pao-" =t✓� .i y.; :,i . .� rt "4F.f. a.. „�✓' mil,•. =V- , ILI 1 �- .�'. .,�: 1•)' YF�r. . Y .. •Y.. ( t.,. ! + )r , n •'y ��. i-.. �) 8 �y!`V" a•( 1 ,1\4I� <1. . }Sv. `,i.. " AL r ntiJ',. r�.;�si�'k ".� �...Y�y ,..1 \ 1 p'Qx"LI }iY+' r ��}})jTewI♦y,1ar"Sa.i' It i. I. Y� "f ' N <'- .},\ ` a ) . 4 jj ':. �l 5` ai. �:. j $ n)R rtt 4 . Y " "i!>�: T 5ha.,.. :. .. '\ •,�Y�{�.1af1'`4"1 ,r�?y'AL, '��i'-s+. ,y IJ.tt;" y�:y�. 'sv t/ . Yy r (''vI "'tt'� � "ir "11111 1 �i� t{�`r: �,�t.��a- 1, `d t''kt 1 �i - '�.�t (1 n':F I ' 7�'�' S' �`�F':r .91 o i : - : ?11 w yam' by aLLL "��10111 <�r .'`LI Lot Lot T t VII L, ILL I. V Oki 'Iop� it r. n '�i✓ - .a' ..'.'. i> ��: ,t� 1 - l,iF' ✓y, .4. •. ,; `•, P :a ...•. ,' d4 T` iti`".i' 2,+' '7 tI 2 e n.. ,yh+ i _ . ,ry >., l �+ - (tom 2?'"; i yy ,� t=1', 1. +ate 4i Y .?f 1 ro Jr .-. P r ;. 4; llwlrt: -*�. '13 �, _ �i' wVap�� i.' v; •`i` �.> `> f� - .r .: p" .i',1"' wd . Ye_� k,,-,r".:Y `taro i - 4' _ .''�'• -'r: Z, .S'.'' : .v 9:xy7 "Y �R .��' l'�.N .rL' •ix.-F!.wt`,-. ?a- ,r,); r„F{ .:•>; ��� .: .. a . '4.C. t, t... j' n,( r�,r T �:at �. nY. v A: S• �< •.. �_ ILI At IA' ..r„ „ y,)p .N%..l A. I.A # r-, �. hilt t.; �,y l'.f .,�." , VW ` k .. .n.. txi is -4"' .'� , ',.`✓ ,.. ,..f, 1�5� p' ti~ (` :v T „� > 1> J, 'si'%i. ..r _ �j'r� : , ' A;t , F ry .'� •skq- 'A �. y, { pi�. - Aa�l� j 1Y�eTi,� a.. > rv....n,..y. (. (: ', 'r . �f ....;d., •fit°,. _e,. 7;,. ". - ,...U' ,,p. I . F Itrl,.: th ., S _ y,, iR :. ,t v.,. _'!i d•. `fy. c 4.,. ( i +:�. Yi a`LsN .�,_ ��^i, .n. nS'�9 :. l i} A ( ` 's ..-. ,:..x . .4; " l,. t . - . i _ a,. .. , 1 . ^.y fµf•-.x . �'t ilf '„ `! 4' �`. a .Y 4i. 315 epptY } ra ,yy(.�.i� n ,., t _ �'� 1��_,�i� `.V... ,.}� •rf ` �t, to .'�'��. 2 (:, ..).. 1. >•" ? v`t ,. .'t„ .S' 1. w1' .. ✓, `3 �`e A. �-:✓'..-.< r-1 ,., .7_r, . r , J r :.. x.. ., .} ;.. .:_ . ; t • ,� � a- .• ,.r.. � �. _ ,l ', f F ^f'..•. ,�. .. .,M". .. , . >. >` - +`; r. _sK • r' s, v' - i' �S. l� , _ .... ... „ .,. i}rT%<.•..: Y'-' .. _v ... :.y,.'A`).-...-. a. }}..a ♦' f s S w�v ,,,. r r 7i. ., �".t ... uv ..., .. ', .. ,:' .y c�+r'P^,; .' r 1. :•.1,. � r.'^c^,l_'j aid t .. l,h e ..�.� ..Y.+�- ._J+; �. - .r_ a.15`a.., ...a .a ♦ :r '.�.1i. ,�� >., v. l r� ` -. ... ., " ,.,• _. )i 1.Y. . a..4 ,J. L ` :a.. - lr l- 4 '�. '%�i:.•:. . _ a: , t •.. ":, 4�g,, 4w,....,,`�,.i '- , 1nS[,l?:..'Y�Y �3:3 F-,6:4 ,:.. s��:` ,:: < . i'.: v!>Y-�i�, . �r.`;.n,. ,a'i�xr:in�, s:.ah�_....d'rt'MN.arc`t y :.r_f.... _ I!lall.t,�,i[a.L!.�,�iYA 7&i?i��^ 1 .,... _ - .. ��L .'."v!�: ,.f .. l f' ...,. '=F �f; :.(�S X','r. a:r.1�- .•tom \�\. ... '! ! ` ,`• t- 'Pr,Ia ,y:' 1 , w�_!j'W j �! 1 ! 'I ! ` , :� r I y.. h �•� Ohl I Ip c 1 ) h 4 ®r I" i'%.. •tee �Ui�,y,�, Y,� • { - 'NI Ns". Nd 14 ell e s ar.. .�... ..ram' . `q ' 1 1, ��� t; v• r r I Vr i. a r4 R.yA 0-0 �u.iK �. • i''. to hr s A - M i w� �r 110. m � jAi ilia.. .1414 If Fk �� 1\ --� � - _ � r•. /` J � Ste_ --1=�++� . tj t :If6` _ ' I. If ;;; J <4OW "sip ,to ' ._ .y w.. v.•�. Tv i� low a 1 l •,y J'k 1 tSLyU �- _ �t�Yiy I OIL it t C'A iwJIr loll laf3{y t7w: WA 44 f IN 1l "i 4 ofi '� ^( C i`1i� ti i j C IjIlw— y Tl L ' Yr� f.. Ilk IN µiv _ ^aJ :.. '. r� ::T I ` - Ill IrIJI I'd pt —A r ovi Y t ! \ t 3- GI Alt.- pl� ACME BARRICADES 1. 800 373=7704 S J 0 ' r - • � r IE r v _ adfiL If Y 4„ ...� t FI 0 ♦ � "-° r -fir\ r. - rr_ — - 4t 7 1 ♦ � ! z � Y1'�- i' - - - '" rid . - - - _ � _ J ZZ 1 . - Ap J ''X����w.� " . �-• _' _ - - -... - - _ -. - .�:;_;,, •\ - � � Epp �TP�E',:-I; - - - R - Keith Blacl a I �' � - � a � �'"h�� .iwT1�t f � 1!. r� � � b ✓ 'v_"� I� , � /�, 1p VIP` ,c 3 WOW i >'t� s . ' - _ - _ {i^h' . ...... j- - d ♦ r.'r' �4.. J :'� . - __ if" �F _ �. 'F'.�, \ y �' '\ fs ,c a, r . yLI,�( 117 Y �' j•v' ♦ y�, - �. •'-_ J . '.J �� _ ;r^. _, �, w `� Y _'. /. 1.� -a .. �yv.+-'�r_ ��� � �_ —��i. 14 .t(C {,ti , `�!y' / A �df�-,.. - - •r, .+ r. ♦%_ .J r „W Yam.` •`� y-'� - y+1C1`-'�i It .z ?ti. aL. _ .' I;� '!q •.` - '; a y ti yJ _ .� i h> • .a.. v. .�� .a _ _r -,�IS �IlL � II JI .y 'f.}� _ - �. _ .'$ .+ •.�-_ i + ,F�/ .. - vI •r ' / vFl �' > sy .J¢ d+�r,:'-clfJ -IL ,, - ..v .'1'..J\.,� v. M^+ ;�'�. �1� I• - 4 LL Ilk XL ly L tip IN a Jk lkk A Le } - 'J _ ���., a.. - + '.. ,r,t - .T. - ,� , •�!�&ivy' R - wo �(!Attt Y Ito, _ W /. > -a I • ,' uw .J 4. ' r -, •,. - �n •4/ a>.. �+ err ♦ >w D _ r K It IV Jo IV -.'W f 111, 114 kwIe Or I M vtO ,tk . `.I, _ ,��,^y".. ..:A 1 �> •• 1• _tj3r.,�t'+'Yr _��� a. F. ♦. r.y..a - Y• -� -0 ♦x f ,1 J ♦Y`i VI 1 sue,. t� �E ���.-� A `_;r�tT1L tI`�n �.Gr:1�t� �Jrr•�:�",',��"� - _ •� ♦ .:D.: .. `>W ' +'fir T'i., 4 •. I p ,mod e� \T iq IN - - - .. >_ - - - _ - =y _ ' _ .- - ' - -- >, r - - r,' P s - /L ,9 T ' ./ -!ice M1, - _ .f' G' - - .f. Fi _ - _ .. _ r - ter. • - y. ,.0-I-_ -. _ _ • _ }i - ate' .t i s qR Y _ �t _ .. _ $? a - .. .. P .. , - .. �+ - ' �" - . i f- ,+ �rL ,.t �' .T I ✓-. ` tJ "r ,.... y _ �_i:'-�'•.•i ;.� - - _ _. _ - v . _ > _ _- '•" ai _ . ,... - , r„ , V J,:>' 4�,>,yX: 1 _ - �= - _ - - - �' _ = T.aS'` ri�*y� +:. - a .. .fh'_ N� a ( '.- _ ;, - - - - 1 +fit +�!a : . . `r" : c." _ _ h ;<?' t -: / '' ' i`M..-"�"r_ ,^,.•1. '"i _ �+ - .d , x, - 7 - �. s:y. - `4, _ - r ' a _ - . _ - _ , - %..-: - - .� Hr ,✓ '> - 'r. 1' y.�a.- a I- _ .Y/,-."w :l. - - _ - - - h - eI •y"`�'. _ c+` .t : -:..IL -'':A .. -� �.Y w�. '5,�y nlf j . _ w'v i 1r »! x -` M a . .y 1` _ .. _ - _ _ 'r r,"" s - - a -�,+,` � - - =r y . :a + - • �- - *w . - :.ln/ -.ate+, S _ - s- _ .' : .�y'�•. _ .'�+• - - 1 y d: Y`> J rn .< -�iY L - -' i.' _ - ���.a�c! _ w , , I I - _ � r -'v` �.�.:w+it:.' _ M �y, - ,''. �I " .yy--r li '. �'.i .._ ' M .-' •`•,.1` - >..t .,-:^r� s i f Y - - _s:. w• J;a _.-L.y>�, 'X,.-0'i I f 11h, M � J•; _. _ a. v p_ .i': ~• 'r:>rfY_� ;+r ..vr: ii �:f- �b4J y..>, <:.•'• Ia,.Y„� _ i \, 4 y ^' ` . ,: W -[' �=+�, . rt.. ".,,.. •'Si r. .. ice -=L ? .Y N' _ i-'., - _ .�s .fir. : q, s> .v - _ '�-'si�,�4 -,(l •'n. .,i. = " ._ ... >'•r.�'- r5:. f'='. - Wye •Vw' - Y'~ _ _ - - _ r41`. �„'�N..�` '''r'� '.N•"- -'� _ _ rF r ..,. I_ _ >... ,-. -, ,.. r T�i/."--F.=';..�_ «axis. _ - _ _ 4 j tw _ - ,f I I.-1.,:;r'ld - '€ .+..� .. �'7:. / -: , '>.�.. a = `�--_`-rrs:.-7 - SY y _ ..r:Y- ;r.. e1 -5.._ .:rY > - .:, Irk ,-:-..&1 :.0 s., ':= �.+ '4� _ -°<'4 <, Y _ -v `m: .f •?✓3 y �: -:s.a.wt!Fc ..,.».. •,. v. ✓fi., -'t '.� x!r - �i-< ix ' .., s-'; .0s ._ . - ,-� , ' v_ fir., p��i�µ, .. y --.0 Lf t, .. w ..:-r.F ' "i�i'x� y v:fJl a .•».+i�.., a. `k'"" ' - I - 4 <» - - ` -. J.io..:-. - 'C!IJ'r� - i. c - xy <i n 1Jr .a . =f. A_ �J. _ `F c y-r. -- r�:.-i•.Xd -''> _ _ o - - _ _ : r!>a^':` ` ,r aC.- / < - �. i. .'Y S..- ) ', ,•' YY_'-,T _f 4rx - .a try . �..-` _ '(Y _ � _ -2. '.. e \ 4 ^a* .'V.. `= - ' ...-.-� v t.... - r- '�-.- ;,�s;,_ -sA,�� . �,_ ;' .,&> ,. 'i y ' .,w'�,,,� •,�.; „o.,�� L ', . _ ems. 'z;- w` ' - "•... ' I I �ti "_'+r..!�a ,ti"r' i`^` .3 r -.°ia s, i..:,`_'r , III, /f. _ a.-� a, : _ "". l :�w^ ,�.. ,' - � a r. J_ r?l' `.' �.a . ar, f-� i=. Sf .� n f .. N o': ,, � / v:. °^e'Y'r:�%$:'✓;.� _ _ _ r y :, i '' . :'XI, ./ � .FP .c/l ,f V.. aJ Y✓' .. '� _ _ r.., 'I`F•`;:Y,i a,--2= .s!eJr"': ,vrcl-'�r .:r _ ,!Lr. 'j.. Y.,_ _ •�,a• -u�,-' - - - - el'..r.>. to - v 2": v ,� r> ' :, I ' r _ ../".,l r3 _ 4, v:/r - '` ... yy,, ,,,, fir.".:- i :•.a:.ti - •'i>t '.:." _. j ' i + :`w _,�. ",:r.. "'u " v ' : «: "`i' e •'C. ,>� �kr .'. 6� ,•.` :! � i_w' a'�_��c - ' QA = " . "spa : " � I.. �`aii, . r'`y. _ _ J-J.:'! 'Sa "c .^:,:. >. v `� "+,. Y , -. „Y c - !?y., o. )..r aC- a✓-. .. _ ^ w*'� S,9'.fy ,a v `�iyp.::.c � ,..� v .w : AI; •" .ij. �p„rIi � � k_, t I.iY I, T .r.n:, 'r•Ag_ = .' - `ah-` r' - - ->^�i` al',,. - - . Y . aV R - t '�c '9-- - -'r: �kfA G.r' _ .f e< 1' }/ z?; J_ ai _ - _ - .f:: r..:.f.. .,,..• .vb' ,s:' .� .yy +.. �'.- -4 _ . , , st. '„ -!.. .•,fir+`-s .. .. or, Cas*Y.P - ;•C,' -.:..v_ - - `•,*.. `.r`' =a" ,_ - _ ..a'- .. 9.a 1r e z,. .<.a;^� ^gam. .M .7�F�w`r��'�', _o r: >.. ... ._ _.`� _ r ."' y'.y ^Y.6.' .r�:..i.. r. ,f C'y,` s, 3 -✓ is Y - _ y..+` - -. - ,� - .: . ` 't.� u- �} - ry� ha .'.•></'� .-. J!. '� - , yr. •-FF�. - t� f'R._� saw, ':rr ,:�.. ,��J �.?S(" _s. ��a .v'..ary^a.i,` ,F .C• - '";\ 4. y - _ - _ ?" <Vr, aC- : �' - ..iy ..etc. d•,..s. a ,1+:F^a-. .y-..: S. .,:rsi" .-'_x . , - ��p.s Y ri'yr-._er f ps. '♦ .Mr, t. .,`,�'t4 w.r'y .•<..�qs'.,. .;:v y' .-" ..:. •-7k„- .>�-'y`�- t,.. F•r.'>3'�': '"1T'. .�I �,- - . '].i>. v.:� r!'�4: 44{•y�/.+-Y( _'X..� .�J�� _i-. L<.L ,.~i.Yv J.!..q ,« J•. -ref .a -.A. o.r a w t ieL{ _ a'i �F M1....4 . i<i. -. /,w_ - v`. r-.J= _ - ,,.'p'p 'T" ^,. l �'°' t-` _ '�v .,..ice - .. V4,._� J. �.i.' v. r_ �' y a.. .v .... ,�•' e_V - :�." y, u�n \ '�r "^ ,_.�W' •-airy. _`r!.'. '�, - f c k ram.. ^ 7F5/:..i Jv.'e} ,.1 e b pC - _ - . / .. .. Y' O .-� - .'V A r TsJ-• r s... -. -h f _ ' �-yt - _ t p _ t. r:,.. aaa/• '_>!' A..a., - = w. : _ _,,,-.. - +airnC ,, r'Y S ,✓ '^_V. :. ,3.:r' �.'r - J, f e 4 _ _ -. .v. .._ _ .• ... .-. ... .. .eC .r ter. .ac :. _. -. 3' _o-`,. r;,; f:,.i- �,�.y��. .p �"<-. �,�' y1 .- - . _.,.-/ar'� - .. , i..: - • _ :. •r +. .1,.. .,". tr:. 'rf�' q,, -r i., ems. .O.+I'.:. f' " .ri r j 4!! _ ,. �}.. . :_. .}'. .: N+. .. )�=' rM.- iva' .. z:. .B+Y2' : _ ar 'l r!i - .f'" _ NB vv`♦ �yy - _', v-,:.','v, - .. a . -. lr, -fM wiJ,._..- a w. ... .A'� _ <I-�-')t .3t '}9" �S• .✓,. `Jl�_' - _ _ lr ... .;>.. - _ _ 'r -✓_ Y .. y+��yy"')�'y- , ..._.ar'-!�-'•l:_ ,.'may' - ': �hi.. >n' .i /.. _ _ - ~ ,_,: ,. _ :r -. / '.+Lir4'--. - rr .._.r., as ... __ -etl :'+ir ,y s r -'+.T' f ,'/ry�:x ;..,� r f"'/ - - :! '. -:.i A.JrV.. L/ ln_ h :1 11: As y_� f: ry ..� - �! �S --I '."Y'✓i.. ''-w ':L -",.. nY 4 1 . i- A �,y�' . i r.. -: v'n, ..'2 X. IL _ �..aF.Y �.Y. >"'.yw� ..->ix - r . ' a..• -^a. T' - S . 1 '�' _ -Y..J1� -:;;* ':JJ ./. i+..[c..�o-/" YK: R•"`!2" Y.y..aw...A .,`!+. „/v''f .r-: _ .- V a/Y o: ti' .. ...-r .+ems' y;� .r.- ,.<r- ..=r, .,+' - 'w' �l-• 4<:;- : w.:- .r - - rr.. - :i' 7•✓:sfr Y ^ 1 _,r -ry _I .t, -.s y,i. , � - - _ t _r �. �- v , .'T.-^.-/s'.-s.... _.: -rre. .{ 1„ `: - 1. A - �. rtr C4, -r, lw "`j e%I - .`y� '"-,(- :'!r, err:- _„'>J' r. >li` -:r - _,...'.�. -r. `-_Tr' - .y: . .r-. '- a ";'.._. - - ' " :•.' :.-i.: s ,. ri; --'5v..'�.,-ram :h- �..A►".. •..J ',+.= - T?5.---�-', r, _ . . _ ,, r� , ,._ _ _ - - ,.. �. - .r:. .! .J:. srg1 ... _ ✓, .� "� "^� lX. e5, ''ice - - 1 a.'. - .t' -":... . r !< 'JM1('li1/ .r - - . I; i:.' ,L ,/ :.. a .. .. _.: l '... a -�. J : •lfil '. I� ' • vr?t'9. !'d _ "-+ < ...._..: �.e.. ,. -_ . �v. - �} !u/a' „v-.>, ., r f y ) V v- e 1 `Yvv�a r - 1'P +.ram _ .1- -. .•. .-.lAf.. _ .�,_,,/.4., w. . uiy.. -af._/ ,f_'. T. h5. _.Y-., Iv £- > .:f ' - -�. �y (,�� ,-�.. `y'! �y xis ,. _ _ I ._r ... W~ yy .ram .w _:ai ;"<'`fa - - >.�:. "•r;'-;:' h' ,!-,.d,: �i�� .r• �; ,, a.-� `!"'L _r` _ •.M:.x ,.,. r _ .r. n._:.r y- qE y lint .. - - '-I, ,. x"�'- ._ f_-: .. .-V r'�r. _!. L, ...i d-t .Y d I f ( -! - �. r`.l.. v: r _�.•I�' ?(V•, \' (�_, .;. ,\^ -�3 r;c;i -I- , 6 - ......> ..,, r-r:,t-/'- _ _ i�,A„ _ �i ., , a.- Y >: .ter , a - _ \_` > .. "IM1» '. a-- Y;.:�. 'W`.'A'I, ,k,J+✓r.• _ v,. -Y.�l" i�'v`. Y, J - - 't,♦ y ,l - - -.1 1. ♦' _. - .. , >)--- I : ,. M r: , .. - > cJ c,�Y.y <..- •,.3er . Y k, ,'F• ±e� '�. -; „� Y �.__ �/ �J /_ '" - -_ ,{_ . ♦ • -fir_. .. w , p' �>.. _ ,. .�•l J,. ,Y .�.._ a k. �. ., s:f, �jyy. YI _ ^aJh ,f _ •Y.' A' •C , , ..•-a_. - y i n _._,. r . _ ram* .'I�' G'„ ,,... 'aw.b_•''r . ! -1.^-'r,... �.. Y. (� _ _G. , V _ * . L } - �C�._. .,• ._ -.r _ yr , . -✓Y >. ...-._.. _ /. .-/ _ .. +_ _ -Jyb iv. .7 -�\' > ''�•' - ;p1.'c nC'• -a�'= • . awe ...... ..� r - - K- >'',. ,..r. �-^' "r t''` L.'✓":: :.*>'Vr /,,. ,.,� n �. ��Ss:,t,•�' .w.. ..-...-.[.-y.. ... ...a, .,, .r. c G -._d. a.. '., _.'.., �Ya. ., ,.. (-.,,.. r'_.__. .J .. - ...r_. -. rr :. ., .. _ _ r-•; _ _ ✓ • n... .a. / r / '.- ,. 'IIt ,. a -� .r ,. _ ,,,,. :7.. ?� -ter ♦-�[.`.V .,. _ .a>�. .a ...,I �.,_ .. :.,..' , r ✓ ./, ..'..:-, _ . .,-7 .-I v '�:'ti .�' -~A¢. •,�,� ! ♦ ->>r -:r - .r - 4 -Jacr . ✓ r _ . ,, ,x / -,. 'fit >_� :'t,_ ,_ �> - �„ 1 Zr z- _ .YYe'-.; _ . '.r•. ., .j - / . ,,._, .iR'.. .y,i"' _ -.J1' - P' -:'Y °' - ma`s.' - Y'. r.. _. _. %M - v><.� /. ,i- ..fC, r,,>9 _ :. _ .-.t' .. ,. r<_.. s- ,sr } ',7 y'..,:.. .-..C4''� _ L - �{.y,�-�.l .._+ li' t .a• _+' `4\[• "� -Jav .. ._ ..Y'. wG.., p w i%",►y! / ! _ . L .,. . . -.•. ) h _ _ - -. lY ,-Yr. f_ b �,1; :<' , . :a .� , . : .. e - .�T d .-.....'>a'_ - , .. - . M , u i- .. ->:, o '..:J' aV 1 .,N _ ,yam. `a a T� N'1 _y $, r". _ a.,.. .. _ jv�. �/ _ . _,. ,. .. a r a r i ..f!.'� - - ' S _ _: ,._ wa .<-' o�i�' .- ,a.,r_.. _. _ . ...✓. -_ram, _ - i. _r> - k'' - - -:t rt. .,'m,rr yh �Yc. y .:,-7b:. ,+ _.. .. ._P _ , , i ,::. _ 1. .. .'., :✓a"IfiiW .. / /.. >:. i ..i.' " r`� _ _ t� . iu .f `i ..wa Y.-- r� .r „r{ _ ..d .a �' ,l: - "•s``<'i :..: rJY\:� 'a�_ r'�_ �r''� a _v _.. - :a '. r. T '.Gc�p.-- !. f. y"f.-!. - is '.��' �,J'�r. r 'rw'ri. zi' •.�`_ - v.., ". `:y: .,.i'. ___'r, F--..- ♦i _a.. .Ftary '.,. -: ..•'a ,r.._' �.... � +.`;.: 'z4Y_�,*aty?� t'r`4,.. w.- ,.� l ,�.-.� '\: .o. f4. �.: _- y g ' - _z:' s,> -Y _ yr .J... - ._/`.., .�i,1 '1/. �._..,- . �.4r _ _ty. ,i c4 _ _il{•�+,,�. - \. .:,r.,�, _ '���t z' q" < .'. .f �, .d,'.,.1 , :i+.I I, I <.. ....' r `i'� s,.,. r.,., "._. '-V .. '',V ,tiY.� ' _ \-z �I:.. -c �y ,.;.d,3 ::?pt'-.•.`,�`i♦ ^7c i= 3 ,,/ r J=a �/ J- ... 'd'... .....-ax /+.i,. "- -y, r- _ f{9t '-.:r_'- S. , ..,.. �'.- . y .♦i!e . .rc �.. . I y, w. - - i- - ;'� _ 'da.. r., . - '+ 1 - - f �. . <, - - W .'+�`t ..'o r }r -.-. ,� i .J,. :. „ tI, :_ ,Z t, _.:: ;w r. .,J. - >si i1'• 1 -i' -�r a-. -, ' z yam- V' I - y_e . _ e .e .> 'W'.. ice. C. .! ♦ . L y- s, _ - ,.:;':� - - .>�_ SI✓. a.: \' _ `��p. "♦L t M, �,' '�`� ` - _ aR J- .J - 4 v mY. -,..i,�... _ -.•. - :.:. .. 'x'. f+' ak..:�.. w .;, ..-., aay.. _ ' F -�,. 'S '�r,""�- ".I- i,• .ts. •., _ 'a P� r .'`'1is: =p. _:.b- .- -.•�i4-:6.�-.•.•t- ... r_i": .. r,i.e. :1. r-'- ..a a - - 's" - "M'•. _ ''i.S.__ )•� _ •�,1 ,.. X/, 1k:: rR .q ', „- ,., y ..:,t ?_ 'kF, „,' ram. e { ;,„vy >� Y. ln>�. `.'-l. '. :i. , ..:a:>�., :La+:- ,.v -� ' ':.i r.-` J .�-' Ir.--x.:: .3•:ii. _ {.. `C, "v: ,�' }.S t" �F- :r<'. \"i._l,�t` ,�� h �-". - - -s :!v i '.fw._µ fay.�y4-. ,.•✓a �'. - fir,- M '�. Y,� a.� -,f• - _y ` , Is _ _ , y; _ _ "%-.. 4. ?''- r �>,....^\<' 2 >1 .�aX` '�S i tl � <`r: .w�- ,.;s. , -�"i-. ter! 'Y* / i, - - �,F .tv ,..1'+..' 1 �- "S'~ Y(,: ,Ka` i II ..%' 'C. .�-.A ✓� :� a- _ .r� ':++c. '>5: <:I:_7 >.;f iU W4j e` 11 "yti.,'-' '�.•. �'V W ti=r .`e- "�. ,! l\,J ., 5 .. •c _ 1 .. vim -�� , iK1r't.l''I. . .' '..'• -Y1:' !Y'r 4' ' r` a Fv' '.'li+H !". . '\`_` I" �.�( a -�' '.'D;rr Y - `y'-'Z. ,/ .,sa`."_+i ' t L ,.x. L, t ,:..F� r°F- i __ '!`.i ,,3. f - - s; _Y 'w� «may, i:r' ,Th./, ?^�.:?'Sj,r- 'y -�' w�a ...; ?.O[ �5'�: aS `e'�.,1yf• Y "-C`•�..�.. ,: i_It f. _ f,.'- _ ri �. f.tf - rl ^,. :. .. _ 'ti.z'4- .'� s,r` \'I ">'`. >,. `t• t" �ry '-�l ^� - - �:. s: N' `r�1 -�'r. „^ •<: -.''�ti c, .wt\-,r�'r VK,_,�,Ai-K�"'"•' J,if `,. �' .T' �''' w.\�� , S i� 4'1,, . �! ` . _ `! _ - F. ,�.-' '-.f` `. .A"'1�.5:- 'll�i. �,: 1. yt'.. `t'.: >ryr'' .l�.r _ t ,. l 2.4:.c2 ``-"^•,�''.-i'" �; e• Y - 1 ' Y ^`1�+ �,. `."' ..'tie?''" _\ Y"u 'L•n2:•, 1' .-. ♦ .'r= �•� - .. _ '' y tit - r , ry' /r7": r i t y,tiA; ., .i'alsc 4. ;•\•> - ti ,r-.<'_' •\. z - _ I :'r♦ '" I r sy s,yib;�,�' t;a.,,t�.a_ a t {�, _ `•l^ 1 1:_r 1'r - _ ice,: _ : .# -„ 7#rCPr ' +Y + �v - , >_r,`.`R" '� •t1 a +r 4 t'.'. Vf. ✓ y < ,, _ >, ,.rs 'a: y - ! a �"�' .+. a► zatir 4 \ ..A l"''o Y:�IC. -L "Z Fa•�1 `� v -�,� y -.... - - iy +!' : 4M _._ Fy :r •'- ;t• � . S ... Cs, K� +'�Iati' 'h 1� �_ �� '. , t %I "'- �• i' i �`- a v.`'` .. %' rr 1 V - >rJ" •.''eL,l '•4. > I t,Y <. }% t)vv la�!`v'��ir'- tt" `-�-rt-�i-�1'.y�V'`S'=\•' ;.. as y;•..: y - _ �'. e. tt '17, •Y ry . r>. - Y'w' ,v _ 'a-. _ .. _ , i_ < ' _ _ n� 4 -�" bJ t �`'" r ".r :fit+ r ,� ,.d'r �1'i:°. _ ?iton .'s •'� :� '.& k / 4' �4� "5 `'. a' - / •" - -j.,-.r,_✓. R µlI'� aL'_.w rlw :f J .;7'C .,y .•a+' - / r '/J - 1�f� -fir ,Yw ,, ifAY� a•T�"-'', j'>k,!+ - \� -�f :•`. �G - / _r �r' r� r ' r �:• astir, •a• 1� i1. X _� �' r / r - _ r , , e 1 1R. Ya, r1'l.. if •.r a Xr``i + >. im . ,`• t \ � S� r - . l ` > A�. — '— s � � _ s s�•z»s� --�-�u lei \ „ ra ._ ram♦,." f lip, p Up rip pro M+ x I.u•' .r f ne�f\ ppptit rio,;' �? ea'• F,' its..("::. r f:` \ i .•! R - 'ar,. '"Z� .n-•i.> i',J F.' rr •r, f,r '-,Pi W♦l.� VA .^+n 't ` /. fa ''6w'.`s.6't , ^ 1} r. tL YK]j �.,lt'kY} _•.•,4w�;" �ryip k tlll1 0742.4 s �G" ♦ r, 7i�>Y?iwl?..if ^l� _r•�Hi .{ y> i.< - raga (,1-}♦' V l�> �, °� I t rt,'K �•a.v r yt.� �' y ::. - _ -��-.. Y a•\ rF't R>,' v� :,'�'`\\N"jCl A •ti �j, f ^. ',�' 7,'� a• , r z "f ,r lr ,d' v.i t,'. ..r .l o L f �* �: 7. i:V � r/a �^ r:q. -:_ ' a. ;lH-'"1 t r: r .'k ti C �v/ — e ..� r t t,J{.. /;� .z, ,s... f. 4'F .:lh. it+i..( :. i' 11,; Jr'Rf., t,�fi-I �AY:",. ..>y-. 1 ti'.. 'h'J F. r1�J t ,� a.r. «. .?r. t.S• ir,. - �:`:4. - f •>tl �. , .,.., e1 �:4 -'',. 's .'. 1rP •_A:+; 'Q .. '.;: } t. :�,yd,.-- :r> i IL 't" �,. i `�' :�Cir.,�'• 'Y g.. ,.. ;•{ " j t',• : . y., ! h •. Y III c _ - - %`l y � �'"�' r yyt .,�., ., G ., f . y- n„tee. :.v..l l�: '1. "iri.-i _ - � 'ai ,�'�. fyl-+�l�iY}i.-Wt.`y6�h. r��:'t�r�fla %A � ^ '. \a,. �Y• �. t '�.�`•{y�� Y,�V d :f,.'s {, t,t �r .•r" T^''-- u!� Zt•p.v r !'!4 , 4'l�• .:il :.7LV+LL r+�(v��•/ � �.v ♦ ..f j�}u.;�a. �4'i,. r x t'�, ..r�'p .�•�' •'�. �' apn�. 1 ,n J {.rrh ,•,Y. r J. s.r L31�+ Y, ij,` 7 ✓:nl:' :F": ,u'my, .Ir.: 'I., ?� _f a^„ (v _;� ,:t'rY . -1 r, Y it t. t, vi .r-' 1 tvn.,7> o. s .. 1 ,J.+• 'P}�+.�fll +. •iv;"'*• r�v., «�',. ,.:It,,. _ '"3 111 •.--N �. ,"r .r t r,l, ty - 'r•.,. :3 4,: I. e. 1.' •,td I-'.'t,h�. 1 Y"' £ ye<.. l .vJ.'"'nal n1•Y:. ,Ir I, J _y.. _ ir.,ter. ,} r y,�: .Y'r +.}lags, ..K., -� e�, 1% fa},. 'm^ d•.lt r� • J , , r JJ S . - _ $:r;J r4' 'teC f r pq'+ � I. � 1 �l� � ( , �g'�pq�ry%•; i ?!•rr«. .C.' .vl{.lr i.+.. I `:1..1 I :, 1. F, �• - - \k`Ik ° �v L '':� ; �k�.`r Ytrs •.:lrk \ !, ,51'r \ 'P�.. ,N/ r,�..��yy. r f "+le1r ��x� 6� Id..•,.� i )t a<; ph <. v7\ .l.._ _ _ _ .u.r. w•.1 if n� s` f }P b�;; ,. �r it•'1: :�/, �>� ��±fli r. .�I-�vJ+.�-` „r Y{" e, f; 9i"!t '41k r�.,/}. - - ta.>_.4: i '• Jrr r'}i` :i" 'rt: p - - Y"1.11 1 M. , 5.. ,• Lt ,? 7 6 }iq}y�-' ,S'� _ - _ f �V \�� Js ., f rM ♦'1 it "1' �'v T. .y.. 4,. .ti' \ 7ii;iyll 1 rf I\rip pr .. _ 1\Fat�,, ,+. R4' P " :�'�, `:'�vv-�" `�. $♦_ > r.•Y{`'��" pp J.��F ,• Vtir. �_ J ,`. � ;bh':y fa.�`R .--.✓-�..-..n� _ _ ___ pp r kip .' "frY" 3a- '\`"jl •-"%i '�� __ _ _ _. - _ \ ": +t _ i • 1. ' -4 pirr 'W �. i Fat, �•\'' `t, 'y��] 1 tfLn s ray. ,� L.-s, - - 4.3. �.tyy S,-.•y: �: 6 �♦.. a ^ i t "ti it - F. y'�.':.C"���if _ -.tom+._ - _ - - _ _ _�4 _ iy.�: _ 1 ripY ♦ i , o 'r it �[y� - i SY r., ...<b v ''a.I } } 1 v ♦ �' -ya `i' �_ - - - - c - - -' Tr ,- 4 ••r£Vd: _ ems.- �•.-tl'. =r' % 't 1 -e'ft 1 x� - 1. • , °j95lc '1. - _ s - _ _ - -tea' r •-�`- Y . k �,� ?, C `` ' Ne '� y,r.45. , • k,�,• ,,> <,fY. N'4 - - "- ••t'.»♦-- <•' C♦� par. , �, '}•'_ _ _ - _ - _ _ - - �}.-; sue. iri n :X3t' - - _ ^ ar.. pry C x ) �t . ^.qj. 'M A�. riles ".. i,•h. _ --e "'i': -• ` Yl +,`. + ' ^ 1. r• r ..i �:� �y ik' -r>t \ ''��yl'�,. '1��`-� \ . - .. - _ _-- .6.- : f Y.` . 4.. .; _ _I pro IN ,..' rp Y..., Ict�r.. - - r.-rt w•t`' -- _.. - _ _ _ - ter'..` t4�•_.r-,- 51--. N cam^:_.1• y , ;G„ c' .rfas e�'rw', �If _ _ -o - - _ .. �'a _ - ' M r e l�Jr / �yj w- k/t � } `r•1,., � ' fyi-:'�=�-s•�'-c _ _ _ - - �_ - _ -,i- - �`' - _ - -.. -' _ I-r,\i•♦`. W a�jiti .fr _ {i y r'ty ,, 1� :\i - .y 't?JyF:c'- a} T* M._ _ - _ - _ _ -(! _ :1 - Ni �i. >vj IN. :Y.Y ,f 4� l'.' W,�J - r _ _ - Y. -� J•r,�,'G:',c\ i -a ^T s j+• r- _ - _ _ , - _ , ^ ,�r�,..�'.;-. >1/ !. 3•i'�F' ,}la'�.`Zi.J.tii- _, nit. y'.r,_ t .o y�• _ u:,- - _ _ -- - — I"All � _ Jrpri jr p pi C ipk �. 'k jr pi�� - - � -- - - "� - v '-mow - ' 'L i - Oki IrLi i ,,�' ;y rIp rippir Ill _ ... �.. ?�..- "�' - _ �` - pi,_ • Air .I •, ,"..a_9.F ._.� '.�' :.CApppp r .: r_ 's?��.� I:Vt;t .. rp :Yc , q.n.... .;. j, . _-'r W, t•`f •. }r-y..1 - Q.l •"4..i`I,'7..\♦tiil,�h r, �(' a `'! „ca? '�-' ...��y F'..> ' _ Via.. T ,L t ♦4'� ._`_ ..'/ r d Y - 'i•". •' • �'. ., s,. -; {'c`i... t97 :}. 4irripp\.. - - - oo .�s`G�'/, >�.+' '�;\r_ - �a n j� ,J)dF--. ,G :?os"i- _ _-_"✓ty.� -_ _I f.A. 7 ;.. -fy1 - _ _ - - - _ _ _ .ti sir,+-_r.`_..� ,� _-,.�^-•!�.. ^. .. `_d;�+:'i.. q.' LI1' 'a A../ j _Yl�' — _ r _ .•'.-.J - .. - ,•"ri` 'C[t. �•'.r'p'pir.- a:. a ; k7 i _`.�4 _ - ..._ .I 1 - - _ 1.\lp f Tip, ,(arc .- _ - �'i �i - - _ _ a' i` v=`r.{i ..a r' rt 1 1!!.. ao #'s-' .c a .,K� - ,.•� _ _ _ _ _ _ - `N., irk Y�. .F. .•... it Ii v •ice. ' _ s s- x�n` ,� - -�: Ir N� - , ''Tf7- v•i.. .e• �M' '''a ` _ •-!' _i - .. `�l-�•i vl.��+'+ -t'4r.-fit`. f / ' � pi pi •- a�",.,,v,R'-' f C'v2vf• 'tiJ`i'�, ri'*=i-" �•. ` of ' s^ ✓'� - - - - _ _ Lt ��,� c.. liai t 't ✓i,�.•. L x .. ppirrip 6.` ,.4 �Y.` - v �►F a'-� I- r '.�L•-v •...�.. _gc,,, v^ r may, �. nV< tat...: ��+ '."Z� �."°t` i`r _ - _ S»pi i- y _ • ', poi' s`'`�,.tt'-' -.I - — h - rip pit pirt Os - - -. - - - - - .- _r-_. - - - - -�.._ - _.- _ - \R� �,I J 4 A � r � PW? e i 1 V % 11 ♦ y..l. ��� r. r i4.";t• Nit'w ]C S!�h4�� '�,+� JYI a"'. ��,Ike A 1 t', rttC °i tiSne'� �tN 4 'n� NN a ♦ ^tea/ --'� mow,.' k it 2 No !INN . tit =.. .tI ! K}y V[ All. UP,NN .y y Nt ✓ , �t L lotdd tq- ! JAW it lw \I� .7 W 'yT< ry�14 �;� y1 lip YNNN Ju `wyyyy, by $��� k 41 s'`S"���'Yy%� >y 'F` <� 'tiv .S.tY`"f"falu� h .. w��K ``'►�+'�"+~ . ar - Wf.3` t`tIN ex I No .�''{-C .,.1 r x tiff faitk y 1 y :'d1r {�'•/• ' S � n � saw � a��a,°� � �*IN 7,dry s•.w!'�4. t I - 3 ` NO OUTLET IN - �• I �+.A�Y•.V • V4 i .Ic. i..t ♦ _ - - .. 'IT ���i IT PIP -51 IT « Z. .. 1c r. . PlIs IT P,n rr'� �-d -".v �•. 3-. - {._... - Vi IT r _1 Ar A I A._ Y S' ! i t 'il < - 1 1 AId .�%". ;; 1 1 y �. `.. IT I , .r „�s� _ • - - 1 yt r r l - 'l A� - ,,Ry�.1l, P1I<L� r s\ "d F III :u-.i ,- - ...< �ihl�r}d�irQf}11i�y� rt4=:� <,� P. _ ll�t,�+{t^�`gI�JI4f.Jky,��t1�t`ti,A 11�N ,'aqi ,riL -�� -ITIP__,^.��_ - _ +;- _-. -- _ - - _ r .y rL.'A��,li[1txrtr1�tt^'Y-ir 4`r �',��y lrV: rV�ll,h �,Y y1 y� �. '� - - L .y • .`sueP. _ _ „ - r. �A {�4'+Il'th7�-,ylr�i,,rF1L.'L,'1SS+µ1,�j`l�t`{Y^,4'`i.;;tl 41 i - - ' - - - _ '.>. h,,. ,4.,yy,•/'.� M�'i�v(,V, ,�}t%1 h' Rir ,1 N : if �,� �1 _ a A _' _. - 1. ��..i. r Nd ,+,i'?"fin ,}.• ,�qt!,A?� 1 An,. e 1� �M ,'d i^,, c; , 01 .. _ - .` -✓_. _ �,. ` `? J1 I' r(•.A- aYl;• _s -- 'n. I. N' <4� 1(/f,yli '.(. !ji „i.ID y.�irY r�,L.}. r• .r- .4% - - _ v — Av ,h_r" �.1�,. _ �'. ,1 �"' . r �•r n .1 r �f Id S F'I /'+:.. � {�I � r w I PIP,_ 4 ~• •. e... 1 // 1 ` �' i•. 'Si 1t, dI r Y V 1r?�r 111 ry, l 4 ! _. - - s -(. •"" A1,Ir .Ja>4'Ir`�'a . �1� fr. l dr,; .. e1: ilsl;r py; • y�'Stil vuT , ph tlt'1"� , S't yP ... . (J{, t. +V(' j 1 ol Pe.'.�. - ' v.. «Ai - ._^".• .< ;t.• _ . "` s i l'. �•�� . i. r/y r�p�% �J , h� tl t abM 1. 1s:.4{ij {�.rw •it +.IYW�! Vi'M; 1'%' `•i .i _ _ �. .+i; 3', ,u'=- - '�;. Al •-},1�':; f I r ..� r ai�,.�. 14.. �. ,� R r ,; 1• "„s' - c ♦ a t L l •, r k, �. !da t t' F -n 1 r Sr' r� :K aJ J .t x r S sCn ,I�ol PIP. - .- PI I_ _ _ T s ;ti <�. �' �•.. - - - ` - r✓�j' ! - 4„+ Iw t�♦ti'i�t"irLn'It7la4".I�Mii�/'t is, Poll d AllIT ('. 6.- I_ r - - - I , w b {i 'r>,IAT '7,�dw. Y'- • - , + ,. r y r fl i7 r " R} "� - - - - r ♦ `+r 1 S '♦s-'Pr n 1 rlj( , ; ,U'`y / a`��rabYs j.l r Iti. dl� r j,�T}`"r 'qL`^`•tI`r 41 t xy t)ittL i t I Y1� 1a , t G rr •r,. MIrr rsr! n n vm�lJ: ' ti/ 1' I , / JV ,f Irti.. 7 ,PPP11 )IlAr 0 11l r J- 1:;,,� / �� t5 4 .r _ 11 r3'd .. / r . E.If Irt4 rt, i 1, 1' r e r Y�li 's 1' /%ri Poll a -1t ♦p "}� ✓f iir/i/PIP, I� -,1 `P! ' Pf +:51. .,i'�'' sStl6rl1 +.. ITy IIli 11 ru I)IIIt /1 '� F,d,rr')1-t I'b(;� \ I Y.' n ♦ rRr. 4 f r tl r'.,/ {P fir, ! a r r.� �r 1iA t� k cR Al •J; '1 ri \ A t Yk Vt tp r♦F V t t �AI':Lr , r fr PIT r },I,(F'tl `%1 Or `\ ^Try< y s '�' �.'!�e>rs r ,�, r t A ,r• f n`N .;T1Sf' iti�'1 r � ,:, Mt '. (��� yA r t - { P qr. 1�Ar +y yr' �(Ar/ ^t A( If `JI 1{ �'7 fr ( <� 4 pY r rr <�\ j,, �T` ''tr try✓h1 �'. i'�,Il t5do,' %1 {t�`�F h'r t• I _i+ ) �'±. /rr1�}�Yy rGib �` r t Lfi1. 11'.�c h�:��t} N• n;+ ♦ �;. 'q try a +�•. `7✓ )i , „d a. �f I '�. <}w .f 1 } 11(1� ksn 1 r + rl u a, ���Ytl r e �ny,L,ir !1 ,y y�.tist* /'m'bT \s -�' �^ yt"rt 6�'*�J f - _ CgLr �{, i,�rLfi�t`r♦�rht. {$j`r}�-rp r (t 1 rn'1j •tr a<�i)`\v �•d(7'`1�.j�, rr` �'PIl '•, rt7r +. .nl (r'k 1"r , i'Yi/ J`ji t♦.rl t 4 11k.w'f, '�' x rr .F it Sr r i r 1 iit ifl \i fi r Q/< 'rl f «rr ti PIP. Aid I'd ip f. r f �r h Elk. ra ` r r h PIT IT �. rsi x L <r ° `ra / y4'it F ''I! I �"�.4. `.r p y �t 1 i'rt / !L`Y1 !Aketi(l•P EE''t+ «♦ 114 1L,J, fit, • �'� I, } Y`". i,� • { Il. ,. yW� 7„SV6�rA(`v xJJ[[ ', it n -> >< J M.� 1 r. 1G I ♦ r i - i. G ! ` - - . _ �► l; z� �t� Y't•'\�, .CYty S� �yii� 7h Pc ''B\F t I PIP:' `�.�jYryy �:. a F' 'Y T Jr'�.✓ s G.1• r r r.�[•1+ , TA-P ..L� - ♦� ♦` ' Yr ♦'R•� l ,,u `, ': �,Y�'.�,''6'.,i..� d�v"t {J` , + " ��• , }Mlrr 9l• T"dr:t - - .tl do `w`!t<,. �Yr rh"'ac•T,Y�� Pry +-Vi `.r. rP rlFs' - r �! as s 7 _ Ye v 9 ! ?Y ✓zPIT 1 SV �AT _ i - _ - - -ITT o.. <,,^h! 1La?cyw r,<�r� r 1r�< `fl+A r F' �}1< / r,ILI`j;,I�r, ,o,,`s. PIP �Z'4i?G�l{, PIP 4q • y u PAT .t/5 t 1 I. sS1`'11f1•�•`, 'Y {LI :.}..t{ {N f, {'<tiI.b± 2 a .orit,., _ _ s. . ��' It IT PIT PIP All IT IT IT I I PIP iP--Y.r fAa.�`. �••A �(� _ t.'?c�' Ja.xY•♦.. ..fdl`wY.'*- ar,'. - d .. AI PP PIP .'c.. y.. it �.. '/,;. ice'--:. •? .aw.,/ . r• •yF: ny :. - r = III, - : -• _ _ _ __ �r(`'ly •''�', '12; ,Pl. ,3„.. r.2'• `'., 4 .i" ]n=°"{: ..♦' . �. <IT T I_ - _ _ - _ _ _ - - -�r <..':.rkjG,{# l`._ rr?�F_ L•{_ _ - - �.•.. 'd, _ •.. . i. e `i.`IlCT.r' - - - v v ,J../. . ':f,../, + I. .'' ri.''-.....ur` - _ _.,i z! ,2_..fi•_ - _ t '(�'<'�t• ♦ iT<.i t' Y PI PIT N 4 PIT _Id I Ia It - IT r , or r _1 vIT <o - p.. —Id _ _ t, _ IT yf% _PI lk TIZI - t�wr'�. 1Md IT NO OUTLET ,.Iop�'."mmpm'� w ► rn i. 111NJ 1 Y � 1 ` •^k vM1ti � �1'St.'2' Qr _ l _ VAW f . aim• ��Y %Y^ F.� i-= � _..c _ .� -'J_'- _ _ . _ y - y - _ _ _ . . NA le a 1 µ . - .. .. ♦ _ti�_`-'"�Y4{„ttij..a:..� �. _. .:..:. , . _ _ _ _ �f _ - - . tea. - _ . - �`. •'�''"�►�� .- —. - — it - _ 'a . � _ _ —. ^ Y .. �- \! � .ii J ff °q,J N�i •� r't 4'.W't A. �4 r f s .y v w i 67 " 1 r 7� �'ts� 2 i fil .. M•! 7;c7rti /1l^rat rA•} tau t P% .l,r}r I,,. f!^ �+ R�; f• r el J✓ / Z .�. / S('j11a,:d�nJ V°14)0 A't i..;..ti Iu��llr •4.,, 7l:�..(n; 4F' �I`lk�;f_ptf♦Pislt`.,���'.. 4in� i',• i kliFhij�ry+,_. - �® �•-i; ne�jo h�°' Rol 4r;. �1 T. r� ffr dtNpV�tJr. t ! r ♦t°,'dh Srd••''+fnri, fH r %! trry ti s-O ANkia _S ?: hl I} ytrV. y �'� Y �..i�•t'.rI J �r l "{ >'(��#'�' ,.! 1at / q fi lf� t• �a .* R IF.t-.. _ �> N'55�. ,U �:,r r °UN i''�. tial�LtVr% I �;,:� �'�}' "�.:jAaf '�'�F�C./ar tb:. l'1;1i, fry (��♦ r w rI{/ i a+. l� : XM E; F. �:J'ww?�}tF •rw . -t,[ti. 4,t v °Lt J ) it '''�l5 '/},K 1� _ K K .x i ii' r t•UJ.tjIk } 'i �r Jd�d f!a° �;M(ll+i4% ,j',_ r •' G $1(jjl`Fa�c'G.�';v v>t t 'f'' rr7�yyyj' 1 h1,,,,! � ° ( � „I" II F _ / fYv! : Y" Sh{� k�, � /y°i if,. � a� w���'" °1• •,. .;{ v ,(�°i Gig '� y4 J1},.}a ' �Y P �jj, < ' v 4S a i (�(� T1•a'rl r ' �'h.r+ ( Ys,S ♦ 1 �'y. •P T_ '+! Y ♦ J 41 �Y� t�l Yi �FFi �l 1 f'• hX r •5y�aa °f J4<, b 1 k,�� rtnl�7 r % y1'r' if Adr �i „,3°f aSd t o 1} 'i 4 t f R. J f. _. _. _ ' tt 1\ N��7.:+ w+ It'a i�F4 V U jfr w /P�} ,p ✓ly, �� dl.•y�Jj�ri£'"1:� } �� Yj F f,., , d.f rilA ( ;w.P+o- 4'ys`r ir�r r p Trk 3//i ¢� `E �. i, it /1 $' X e>I �¢ rk ti r. r+, off, K �X r 7 T,'tlt, 7 ? �E n q �'• �� ' i...•i �i"✓h° } � M� ;fr X� �d'G/ 4,"a �.. ,a ♦1 al tl3�Ct�i ,,IPA }i'r�i�y.r 5' r n Qgy�♦ t$. 'a }l�°nd "a(•��,ghJ'.n •.1� yl)f .,:. ,R�d?tat �l,^,y�'trf�t�sry �l j/ •v'�i h+' jri �'�, V' klP� +! � w�.yl' t i ''} y FF"W�.� � ti5' �`}i ) {`�.' 4 N 21 �32 ,1 (!�a f7Y^A UY { �4 . r ✓ 17>A.iJr([ �'4R r'+� } Ll I ! s \ Vtl. l*; � .til �a2 �d{� f°(Q �, 1i'1 �•, J1� 5] rf �r� a0 Q ^kt4" ,� � qt) Y✓, C.�1ft NON z +l* �i1 lyl i �, _ \ `.•,'♦t�Z$Y' . ♦ '!r iy�"�N�nrjT` 1Ir,. °j_ li°. j�f F1.dP,(1�y ty1�f Yi7 ^,fir♦ tfi v , ° r r�� !�1 k - r3 �1� � L�1 �J .tA FR r �' i� ! I, ,, f f s. , Ie r+ j r i .. • - �9,Tr c� S•S+. v`3i �,(}l IPA, ' .rr' .,'{�,Y9ai t '��, ilr v. �•� I°= a.1�. I>Y�al �`y4 b.Y p { n� T i i� ?t 2r�`t'N r ta+5 `z¢7• a -J 1 4�. r � 'y�Nl.'ti1zS•"1�� ,fit ,k�, wy. ��{. 0A. �fls�P3 Apf -.,ti�f� �`.� r+t � �a •n.�( �'i�1'a at }i%r��••++�y'e�„iTM r ,� n, , :.✓ fit+ ��'t� - .�- - _ - } siti� �'l `'$���'r �`'S�'�1'j 'g�' �Yy'�'��Irri� � S sl >�ay�"lc a•r ° rt y4y��'}�1�'�+� �p�J11 I I (I"9S IVAF, C 1 r{r >; y, .a T l r" o- _ • y �° er/ � . I i �I 'Is CFK' 4it let IF r•' ,} oZ�e� Y�r'>* y \ 1.A �L �i 7�kt NIP �i �1�.} tIF � S V M y IF a„ .fie It- INd IF FPl NIP, Ir _ AF Flit,_ - - ;� _ ,+c IF IF q. A * All i♦� ._ _ •r♦y..4. IF LL l n \ • -'� ' i t y If ILA IF F IF IN `� F r `.PooI ti�a •.♦, �'.d •�,w IN 0 NIP, a «� A b t A l ` Q\ Ir r� �, LY* NAt L� N - � 'i t_ - - - .. >_ - - - _ - =y _ ' _ .- - ' - -- >, r - - r,' P s - /L ,9 T ' ./ -!ice M1, - _ .f' G' - - .f. Fi _ - _ .. _ r - ter. • - y. ,.0-I-_ -. _ _ • _ }i - ate' .t i s qR Y _ �t _ .. _ $? a - .. .. P .. , - .. �+ - ' �" - . i f- ,+ �rL ,.t �' .T I ✓-. ` tJ "r ,.... y _ �_i:'-�'•.•i ;.� - - _ _. _ - v . _ > _ _- '•" ai _ . ,... - , r„ , V J,:>' 4�,>,yX: 1 _ - �= - _ - - - �' _ = T.aS'` ri�*y� +:. - a .. .fh'_ N� a ( '.- _ ;, - - - - 1 +fit +�!a : . . `r" : c." _ _ h ;<?' t -: / '' ' i`M..-"�"r_ ,^,.•1. '"i _ �+ - .d , x, - 7 - �. s:y. - `4, _ - r ' a _ - . _ - _ , - %..-: - - .� Hr ,✓ '> - 'r. 1' y.�a.- a I- _ .Y/,-."w :l. - - _ - - - h - eI •y"`�'. _ c+` .t : -:..IL -'':A .. -� �.Y w�. '5,�y nlf j . _ w'v i 1r »! x -` M a . .y 1` _ .. _ - _ _ 'r r,"" s - - a -�,+,` � - - =r y . :a + - • �- - *w . - :.ln/ -.ate+, S _ - s- _ .' : .�y'�•. _ .'�+• - - 1 y d: Y`> J rn .< -�iY L - -' i.' _ - ���.a�c! _ w , , I I - _ � r -'v` �.�.:w+it:.' _ M �y, - ,''. �I " .yy--r li '. �'.i .._ ' M .-' •`•,.1` - >..t .,-:^r� s i f Y - - _s:. w• J;a _.-L.y>�, 'X,.-0'i I f 11h, M � J•; _. _ a. v p_ .i': ~• 'r:>rfY_� ;+r ..vr: ii �:f- �b4J y..>, <:.•'• Ia,.Y„� _ i \, 4 y ^' ` . ,: W -[' �=+�, . rt.. ".,,.. •'Si r. .. ice -=L ? .Y N' _ i-'., - _ .�s .fir. : q, s> .v - _ '�-'si�,�4 -,(l •'n. .,i. = " ._ ... >'•r.�'- r5:. f'='. - Wye •Vw' - Y'~ _ _ - - _ r41`. �„'�N..�` '''r'� '.N•"- -'� _ _ rF r ..,. I_ _ >... ,-. -, ,.. r T�i/."--F.=';..�_ «axis. _ - _ _ 4 j tw _ - ,f I I.-1.,:;r'ld - '€ .+..� .. �'7:. / -: , '>.�.. a = `�--_`-rrs:.-7 - SY y _ ..r:Y- ;r.. e1 -5.._ .:rY > - .:, Irk ,-:-..&1 :.0 s., ':= �.+ '4� _ -°<'4 <, Y _ -v `m: .f •?✓3 y �: -:s.a.wt!Fc ..,.».. •,. v. ✓fi., -'t '.� x!r - �i-< ix ' .., s-'; .0s ._ . - ,-� , ' v_ fir., p��i�µ, .. y --.0 Lf t, .. w ..:-r.F ' "i�i'x� y v:fJl a .•».+i�.., a. `k'"" ' - I - 4 <» - - ` -. J.io..:-. - 'C!IJ'r� - i. c - xy <i n 1Jr .a . =f. A_ �J. _ `F c y-r. -- r�:.-i•.Xd -''> _ _ o - - _ _ : r!>a^':` ` ,r aC.- / < - �. i. .'Y S..- ) ', ,•' YY_'-,T _f 4rx - .a try . �..-` _ '(Y _ � _ -2. '.. e \ 4 ^a* .'V.. `= - ' ...-.-� v t.... - r- '�-.- ;,�s;,_ -sA,�� . �,_ ;' .,&> ,. 'i y ' .,w'�,,,� •,�.; „o.,�� L ', . _ ems. 'z;- w` ' - "•... ' I I �ti "_'+r..!�a ,ti"r' i`^` .3 r -.°ia s, i..:,`_'r , III, /f. _ a.-� a, : _ "". l :�w^ ,�.. ,' - � a r. J_ r?l' `.' �.a . ar, f-� i=. Sf .� n f .. N o': ,, � / v:. °^e'Y'r:�%$:'✓;.� _ _ _ r y :, i '' . :'XI, ./ � .FP .c/l ,f V.. aJ Y✓' .. '� _ _ r.., 'I`F•`;:Y,i a,--2= .s!eJr"': ,vrcl-'�r .:r _ ,!Lr. 'j.. Y.,_ _ •�,a• -u�,-' - - - - el'..r.>. to - v 2": v ,� r> ' :, I ' r _ ../".,l r3 _ 4, v:/r - '` ... yy,, ,,,, fir.".:- i :•.a:.ti - •'i>t '.:." _. j ' i + :`w _,�. ",:r.. "'u " v ' : «: "`i' e •'C. ,>� �kr .'. 6� ,•.` :! � i_w' a'�_��c - ' QA = " . "spa : " � I.. �`aii, . r'`y. _ _ J-J.:'! 'Sa "c .^:,:. >. v `� "+,. Y , -. „Y c - !?y., o. )..r aC- a✓-. .. _ ^ w*'� S,9'.fy ,a v `�iyp.::.c � ,..� v .w : AI; •" .ij. �p„rIi � � k_, t I.iY I, T .r.n:, 'r•Ag_ = .' - `ah-` r' - - ->^�i` al',,. - - . Y . aV R - t '�c '9-- - -'r: �kfA G.r' _ .f e< 1' }/ z?; J_ ai _ - _ - .f:: r..:.f.. .,,..• .vb' ,s:' .� .yy +.. �'.- -4 _ . , , st. '„ -!.. .•,fir+`-s .. .. or, Cas*Y.P - ;•C,' -.:..v_ - - `•,*.. `.r`' =a" ,_ - _ ..a'- .. 9.a 1r e z,. .<.a;^� ^gam. .M .7�F�w`r��'�', _o r: >.. ... ._ _.`� _ r ."' y'.y ^Y.6.' .r�:..i.. r. ,f C'y,` s, 3 -✓ is Y - _ y..+` - -. - ,� - .: . ` 't.� u- �} - ry� ha .'.•></'� .-. J!. '� - , yr. •-FF�. - t� f'R._� saw, ':rr ,:�.. ,��J �.?S(" _s. ��a .v'..ary^a.i,` ,F .C• - '";\ 4. y - _ - _ ?" <Vr, aC- : �' - ..iy ..etc. d•,..s. a ,1+:F^a-. .y-..: S. .,:rsi" .-'_x . , - ��p.s Y ri'yr-._er f ps. '♦ .Mr, t. .,`,�'t4 w.r'y .•<..�qs'.,. .;:v y' .-" ..:. •-7k„- .>�-'y`�- t,.. F•r.'>3'�': '"1T'. .�I �,- - . '].i>. v.:� r!'�4: 44{•y�/.+-Y( _'X..� .�J�� _i-. L<.L ,.~i.Yv J.!..q ,« J•. -ref .a -.A. o.r a w t ieL{ _ a'i �F M1....4 . i<i. -. /,w_ - v`. r-.J= _ - ,,.'p'p 'T" ^,. l �'°' t-` _ '�v .,..ice - .. V4,._� J. �.i.' v. r_ �' y a.. .v .... ,�•' e_V - :�." y, u�n \ '�r "^ ,_.�W' •-airy. _`r!.'. '�, - f c k ram.. ^ 7F5/:..i Jv.'e} ,.1 e b pC - _ - . / .. .. Y' O .-� - .'V A r TsJ-• r s... -. -h f _ ' �-yt - _ t p _ t. r:,.. aaa/• '_>!' A..a., - = w. : _ _,,,-.. - +airnC ,, r'Y S ,✓ '^_V. :. ,3.:r' �.'r - J, f e 4 _ _ -. .v. .._ _ .• ... .-. ... .. .eC .r ter. .ac :. _. -. 3' _o-`,. r;,; f:,.i- �,�.y��. .p �"<-. �,�' y1 .- - . _.,.-/ar'� - .. , i..: - • _ :. •r +. .1,.. .,". tr:. 'rf�' q,, -r i., ems. .O.+I'.:. f' " .ri r j 4!! _ ,. �}.. . :_. .}'. .: N+. .. )�=' rM.- iva' .. z:. .B+Y2' : _ ar 'l r!i - .f'" _ NB vv`♦ �yy - _', v-,:.','v, - .. a . -. lr, -fM wiJ,._..- a w. ... .A'� _ <I-�-')t .3t '}9" �S• .✓,. `Jl�_' - _ _ lr ... .;>.. - _ _ 'r -✓_ Y .. y+��yy"')�'y- , ..._.ar'-!�-'•l:_ ,.'may' - ': �hi.. >n' .i /.. _ _ - ~ ,_,: ,. _ :r -. / '.+Lir4'--. - rr .._.r., as ... __ -etl :'+ir ,y s r -'+.T' f ,'/ry�:x ;..,� r f"'/ - - :! '. -:.i A.JrV.. L/ ln_ h :1 11: As y_� f: ry ..� - �! �S --I '."Y'✓i.. ''-w ':L -",.. nY 4 1 . i- A �,y�' . i r.. -: v'n, ..'2 X. IL _ �..aF.Y �.Y. >"'.yw� ..->ix - r . ' a..• -^a. T' - S . 1 '�' _ -Y..J1� -:;;* ':JJ ./. i+..[c..�o-/" YK: R•"`!2" Y.y..aw...A .,`!+. „/v''f .r-: _ .- V a/Y o: ti' .. ...-r .+ems' y;� .r.- ,.<r- ..=r, .,+' - 'w' �l-• 4<:;- : w.:- .r - - rr.. - :i' 7•✓:sfr Y ^ 1 _,r -ry _I .t, -.s y,i. , � - - _ t _r �. �- v , .'T.-^.-/s'.-s.... _.: -rre. .{ 1„ `: - 1. A - �. rtr C4, -r, lw "`j e%I - .`y� '"-,(- :'!r, err:- _„'>J' r. >li` -:r - _,...'.�. -r. `-_Tr' - .y: . .r-. '- a ";'.._. - - ' " :•.' :.-i.: s ,. ri; --'5v..'�.,-ram :h- �..A►".. •..J ',+.= - T?5.---�-', r, _ . . _ ,, r� , ,._ _ _ - - ,.. �. - .r:. .! .J:. srg1 ... _ ✓, .� "� "^� lX. e5, ''ice - - 1 a.'. - .t' -":... . r !< 'JM1('li1/ .r - - . I; i:.' ,L ,/ :.. a .. .. _.: l '... a -�. J : •lfil '. I� ' • vr?t'9. !'d _ "-+ < ...._..: �.e.. ,. -_ . �v. - �} !u/a' „v-.>, ., r f y ) V v- e 1 `Yvv�a r - 1'P +.ram _ .1- -. .•. .-.lAf.. _ .�,_,,/.4., w. . uiy.. -af._/ ,f_'. T. h5. _.Y-., Iv £- > .:f ' - -�. �y (,�� ,-�.. `y'! �y xis ,. _ _ I ._r ... W~ yy .ram .w _:ai ;"<'`fa - - >.�:. "•r;'-;:' h' ,!-,.d,: �i�� .r• �; ,, a.-� `!"'L _r` _ •.M:.x ,.,. r _ .r. n._:.r y- qE y lint .. - - '-I, ,. x"�'- ._ f_-: .. .-V r'�r. _!. L, ...i d-t .Y d I f ( -! - �. r`.l.. v: r _�.•I�' ?(V•, \' (�_, .;. ,\^ -�3 r;c;i -I- , 6 - ......> ..,, r-r:,t-/'- _ _ i�,A„ _ �i ., , a.- Y >: .ter , a - _ \_` > .. "IM1» '. a-- Y;.:�. 'W`.'A'I, ,k,J+✓r.• _ v,. -Y.�l" i�'v`. Y, J - - 't,♦ y ,l - - -.1 1. ♦' _. - .. , >)--- I : ,. M r: , .. - > cJ c,�Y.y <..- •,.3er . Y k, ,'F• ±e� '�. -; „� Y �.__ �/ �J /_ '" - -_ ,{_ . ♦ • -fir_. .. w , p' �>.. _ ,. .�•l J,. ,Y .�.._ a k. �. ., s:f, �jyy. YI _ ^aJh ,f _ •Y.' A' •C , , ..•-a_. - y i n _._,. r . _ ram* .'I�' G'„ ,,... 'aw.b_•''r . ! -1.^-'r,... �.. Y. (� _ _G. , V _ * . L } - �C�._. .,• ._ -.r _ yr , . -✓Y >. ...-._.. _ /. .-/ _ .. +_ _ -Jyb iv. .7 -�\' > ''�•' - ;p1.'c nC'• -a�'= • . awe ...... ..� r - - K- >'',. ,..r. �-^' "r t''` L.'✓":: :.*>'Vr /,,. ,.,� n �. ��Ss:,t,•�' .w.. ..-...-.[.-y.. ... ...a, .,, .r. c G -._d. a.. '., _.'.., �Ya. ., ,.. (-.,,.. r'_.__. .J .. - ...r_. -. rr :. ., .. _ _ r-•; _ _ ✓ • n... .a. / r / '.- ,. 'IIt ,. a -� .r ,. _ ,,,,. :7.. ?� -ter ♦-�[.`.V .,. _ .a>�. .a ...,I �.,_ .. :.,..' , r ✓ ./, ..'..:-, _ . .,-7 .-I v '�:'ti .�' -~A¢. •,�,� ! ♦ ->>r -:r - .r - 4 -Jacr . ✓ r _ . ,, ,x / -,. 'fit >_� :'t,_ ,_ �> - �„ 1 Zr z- _ .YYe'-.; _ . '.r•. ., .j - / . ,,._, .iR'.. .y,i"' _ -.J1' - P' -:'Y °' - ma`s.' - Y'. r.. _. _. %M - v><.� /. ,i- ..fC, r,,>9 _ :. _ .-.t' .. ,. r<_.. s- ,sr } ',7 y'..,:.. .-..C4''� _ L - �{.y,�-�.l .._+ li' t .a• _+' `4\[• "� -Jav .. ._ ..Y'. wG.., p w i%",►y! / ! _ . L .,. . . -.•. ) h _ _ - -. lY ,-Yr. f_ b �,1; :<' , . :a .� , . : .. e - .�T d .-.....'>a'_ - , .. - . M , u i- .. ->:, o '..:J' aV 1 .,N _ ,yam. `a a T� N'1 _y $, r". _ a.,.. .. _ jv�. �/ _ . _,. ,. .. a r a r i ..f!.'� - - ' S _ _: ,._ wa .<-' o�i�' .- ,a.,r_.. _. _ . ...✓. -_ram, _ - i. _r> - k'' - - -:t rt. .,'m,rr yh �Yc. y .:,-7b:. ,+ _.. .. ._P _ , , i ,::. _ 1. .. .'., :✓a"IfiiW .. / /.. >:. i ..i.' " r`� _ _ t� . iu .f `i ..wa Y.-- r� .r „r{ _ ..d .a �' ,l: - "•s``<'i :..: rJY\:� 'a�_ r'�_ �r''� a _v _.. - :a '. r. T '.Gc�p.-- !. f. y"f.-!. - is '.��' �,J'�r. r 'rw'ri. zi' •.�`_ - v.., ". `:y: .,.i'. ___'r, F--..- ♦i _a.. .Ftary '.,. -: ..•'a ,r.._' �.... � +.`;.: 'z4Y_�,*aty?� t'r`4,.. w.- ,.� l ,�.-.� '\: .o. f4. �.: _- y g ' - _z:' s,> -Y _ yr .J... - ._/`.., .�i,1 '1/. �._..,- . �.4r _ _ty. ,i c4 _ _il{•�+,,�. - \. .:,r.,�, _ '���t z' q" < .'. .f �, .d,'.,.1 , :i+.I I, I <.. ....' r `i'� s,.,. r.,., "._. '-V .. '',V ,tiY.� ' _ \-z �I:.. -c �y ,.;.d,3 ::?pt'-.•.`,�`i♦ ^7c i= 3 ,,/ r J=a �/ J- ... 'd'... .....-ax /+.i,. "- -y, r- _ f{9t '-.:r_'- S. , ..,.. �'.- . y .♦i!e . .rc �.. . I y, w. - - i- - ;'� _ 'da.. r., . - '+ 1 - - f �. . <, - - W .'+�`t ..'o r }r -.-. ,� i .J,. :. „ tI, :_ ,Z t, _.:: ;w r. .,J. - >si i1'• 1 -i' -�r a-. -, ' z yam- V' I - y_e . _ e .e .> 'W'.. ice. C. .! ♦ . L y- s, _ - ,.:;':� - - .>�_ SI✓. a.: \' _ `��p. "♦L t M, �,' '�`� ` - _ aR J- .J - 4 v mY. -,..i,�... _ -.•. - :.:. .. 'x'. f+' ak..:�.. w .;, ..-., aay.. _ ' F -�,. 'S '�r,""�- ".I- i,• .ts. •., _ 'a P� r .'`'1is: =p. _:.b- .- -.•�i4-:6.�-.•.•t- ... r_i": .. r,i.e. :1. r-'- ..a a - - 's" - "M'•. _ ''i.S.__ )•� _ •�,1 ,.. X/, 1k:: rR .q ', „- ,., y ..:,t ?_ 'kF, „,' ram. e { ;,„vy >� Y. ln>�. `.'-l. '. :i. , ..:a:>�., :La+:- ,.v -� ' ':.i r.-` J .�-' Ir.--x.:: .3•:ii. _ {.. `C, "v: ,�' }.S t" �F- :r<'. \"i._l,�t` ,�� h �-". - - -s :!v i '.fw._µ fay.�y4-. ,.•✓a �'. - fir,- M '�. Y,� a.� -,f• - _y ` , Is _ _ , y; _ _ "%-.. 4. ?''- r �>,....^\<' 2 >1 .�aX` '�S i tl � <`r: .w�- ,.;s. , -�"i-. ter! 'Y* / i, - - �,F .tv ,..1'+..' 1 �- "S'~ Y(,: ,Ka` i II ..%' 'C. .�-.A ✓� :� a- _ .r� ':++c. '>5: <:I:_7 >.;f iU W4j e` 11 "yti.,'-' '�.•. �'V W ti=r .`e- "�. ,! l\,J ., 5 .. •c _ 1 .. vim -�� , iK1r't.l''I. . .' '..'• -Y1:' !Y'r 4' ' r` a Fv' '.'li+H !". . '\`_` I" �.�( a -�' '.'D;rr Y - `y'-'Z. ,/ .,sa`."_+i ' t L ,.x. L, t ,:..F� r°F- i __ '!`.i ,,3. f - - s; _Y 'w� «may, i:r' ,Th./, ?^�.:?'Sj,r- 'y -�' w�a ...; ?.O[ �5'�: aS `e'�.,1yf• Y "-C`•�..�.. ,: i_It f. _ f,.'- _ ri �. f.tf - rl ^,. :. .. _ 'ti.z'4- .'� s,r` \'I ">'`. >,. `t• t" �ry '-�l ^� - - �:. s: N' `r�1 -�'r. „^ •<: -.''�ti c, .wt\-,r�'r VK,_,�,Ai-K�"'"•' J,if `,. �' .T' �''' w.\�� , S i� 4'1,, . �! ` . _ `! _ - F. ,�.-' '-.f` `. .A"'1�.5:- 'll�i. �,: 1. yt'.. `t'.: >ryr'' .l�.r _ t ,. l 2.4:.c2 ``-"^•,�''.-i'" �; e• Y - 1 ' Y ^`1�+ �,. `."' ..'tie?''" _\ Y"u 'L•n2:•, 1' .-. ♦ .'r= �•� - .. _ '' y tit - r , ry' /r7": r i t y,tiA; ., .i'alsc 4. ;•\•> - ti ,r-.<'_' •\. z - _ I :'r♦ '" I r sy s,yib;�,�' t;a.,,t�.a_ a t {�, _ `•l^ 1 1:_r 1'r - _ ice,: _ : .# -„ 7#rCPr ' +Y + �v - , >_r,`.`R" '� •t1 a +r 4 t'.'. Vf. ✓ y < ,, _ >, ,.rs 'a: y - ! a �"�' .+. a► zatir 4 \ ..A l"''o Y:�IC. -L "Z Fa•�1 `� v -�,� y -.... - - iy +!' : 4M _._ Fy :r •'- ;t• � . S ... Cs, K� +'�Iati' 'h 1� �_ �� '. , t %I "'- �• i' i �`- a v.`'` .. %' rr 1 V - >rJ" •.''eL,l '•4. > I t,Y <. }% t)vv la�!`v'��ir'- tt" `-�-rt-�i-�1'.y�V'`S'=\•' ;.. as y;•..: y - _ �'. e. tt '17, •Y ry . r>. - Y'w' ,v _ 'a-. _ .. _ , i_ < ' _ _ n� 4 -�" bJ t �`'" r ".r :fit+ r ,� ,.d'r �1'i:°. _ ?iton .'s •'� :� '.& k / 4' �4� "5 `'. a' - / •" - -j.,-.r,_✓. R µlI'� aL'_.w rlw :f J .;7'C .,y .•a+' - / r '/J - 1�f� -fir ,Yw ,, ifAY� a•T�"-'', j'>k,!+ - \� -�f :•`. �G - / _r �r' r� r ' r �:• astir, •a• 1� i1. X _� �' r / r - _ r , , e 1 1R. Ya, r1'l.. if •.r a Xr``i + >. im . ,`• t \ � S� r - . l ` > A�. — '— s � � _ s s�•z»s� --�-�u lei \ „ ra ._ ram♦,." f lip, p Up rip pro M+ x I.u•' .r f ne�f\ ppptit rio,;' �? ea'• F,' its..("::. r f:` \ i .•! R - 'ar,. '"Z� .n-•i.> i',J F.' rr •r, f,r '-,Pi W♦l.� VA .^+n 't ` /. fa ''6w'.`s.6't , ^ 1} r. tL YK]j �.,lt'kY} _•.•,4w�;" �ryip k tlll1 0742.4 s �G" ♦ r, 7i�>Y?iwl?..if ^l� _r•�Hi .{ y> i.< - raga (,1-}♦' V l�> �, °� I t rt,'K �•a.v r yt.� �' y ::. - _ -��-.. Y a•\ rF't R>,' v� :,'�'`\\N"jCl A •ti �j, f ^. ',�' 7,'� a• , r z "f ,r lr ,d' v.i t,'. ..r .l o L f �* �: 7. i:V � r/a �^ r:q. -:_ ' a. ;lH-'"1 t r: r .'k ti C �v/ — e ..� r t t,J{.. /;� .z, ,s... f. 4'F .:lh. it+i..( :. i' 11,; Jr'Rf., t,�fi-I �AY:",. ..>y-. 1 ti'.. 'h'J F. r1�J t ,� a.r. «. .?r. t.S• ir,. - �:`:4. - f •>tl �. , .,.., e1 �:4 -'',. 's .'. 1rP •_A:+; 'Q .. '.;: } t. :�,yd,.-- :r> i IL 't" �,. i `�' :�Cir.,�'• 'Y g.. ,.. ;•{ " j t',• : . y., ! h •. Y III c _ - - %`l y � �'"�' r yyt .,�., ., G ., f . y- n„tee. :.v..l l�: '1. "iri.-i _ - � 'ai ,�'�. fyl-+�l�iY}i.-Wt.`y6�h. r��:'t�r�fla %A � ^ '. \a,. �Y• �. t '�.�`•{y�� Y,�V d :f,.'s {, t,t �r .•r" T^''-- u!� Zt•p.v r !'!4 , 4'l�• .:il :.7LV+LL r+�(v��•/ � �.v ♦ ..f j�}u.;�a. �4'i,. r x t'�, ..r�'p .�•�' •'�. �' apn�. 1 ,n J {.rrh ,•,Y. r J. s.r L31�+ Y, ij,` 7 ✓:nl:' :F": ,u'my, .Ir.: 'I., ?� _f a^„ (v _;� ,:t'rY . -1 r, Y it t. t, vi .r-' 1 tvn.,7> o. s .. 1 ,J.+• 'P}�+.�fll +. •iv;"'*• r�v., «�',. ,.:It,,. _ '"3 111 •.--N �. ,"r .r t r,l, ty - 'r•.,. :3 4,: I. e. 1.' •,td I-'.'t,h�. 1 Y"' £ ye<.. l .vJ.'"'nal n1•Y:. ,Ir I, J _y.. _ ir.,ter. ,} r y,�: .Y'r +.}lags, ..K., -� e�, 1% fa},. 'm^ d•.lt r� • J , , r JJ S . - _ $:r;J r4' 'teC f r pq'+ � I. � 1 �l� � ( , �g'�pq�ry%•; i ?!•rr«. .C.' .vl{.lr i.+.. I `:1..1 I :, 1. F, �• - - \k`Ik ° �v L '':� ; �k�.`r Ytrs •.:lrk \ !, ,51'r \ 'P�.. ,N/ r,�..��yy. r f "+le1r ��x� 6� Id..•,.� i )t a<; ph <. v7\ .l.._ _ _ _ .u.r. w•.1 if n� s` f }P b�;; ,. �r it•'1: :�/, �>� ��±fli r. .�I-�vJ+.�-` „r Y{" e, f; 9i"!t '41k r�.,/}. - - ta.>_.4: i '• Jrr r'}i` :i" 'rt: p - - Y"1.11 1 M. , 5.. ,• Lt ,? 7 6 }iq}y�-' ,S'� _ - _ f �V \�� Js ., f rM ♦'1 it "1' �'v T. .y.. 4,. .ti' \ 7ii;iyll 1 rf I\rip pr .. _ 1\Fat�,, ,+. R4' P " :�'�, `:'�vv-�" `�. $♦_ > r.•Y{`'��" pp J.��F ,• Vtir. �_ J ,`. � ;bh':y fa.�`R .--.✓-�..-..n� _ _ ___ pp r kip .' "frY" 3a- '\`"jl •-"%i '�� __ _ _ _. - _ \ ": +t _ i • 1. ' -4 pirr 'W �. i Fat, �•\'' `t, 'y��] 1 tfLn s ray. ,� L.-s, - - 4.3. �.tyy S,-.•y: �: 6 �♦.. a ^ i t "ti it - F. y'�.':.C"���if _ -.tom+._ - _ - - _ _ _�4 _ iy.�: _ 1 ripY ♦ i , o 'r it �[y� - i SY r., ...<b v ''a.I } } 1 v ♦ �' -ya `i' �_ - - - - c - - -' Tr ,- 4 ••r£Vd: _ ems.- �•.-tl'. =r' % 't 1 -e'ft 1 x� - 1. • , °j95lc '1. - _ s - _ _ - -tea' r •-�`- Y . k �,� ?, C `` ' Ne '� y,r.45. , • k,�,• ,,> <,fY. N'4 - - "- ••t'.»♦-- <•' C♦� par. , �, '}•'_ _ _ - _ - _ _ - - �}.-; sue. iri n :X3t' - - _ ^ ar.. pry C x ) �t . ^.qj. 'M A�. riles ".. i,•h. _ --e "'i': -• ` Yl +,`. + ' ^ 1. r• r ..i �:� �y ik' -r>t \ ''��yl'�,. '1��`-� \ . - .. - _ _-- .6.- : f Y.` . 4.. .; _ _I pro IN ,..' rp Y..., Ict�r.. - - r.-rt w•t`' -- _.. - _ _ _ - ter'..` t4�•_.r-,- 51--. N cam^:_.1• y , ;G„ c' .rfas e�'rw', �If _ _ -o - - _ .. �'a _ - ' M r e l�Jr / �yj w- k/t � } `r•1,., � ' fyi-:'�=�-s•�'-c _ _ _ - - �_ - _ -,i- - �`' - _ - -.. -' _ I-r,\i•♦`. W a�jiti .fr _ {i y r'ty ,, 1� :\i - .y 't?JyF:c'- a} T* M._ _ - _ - _ _ -(! _ :1 - Ni �i. >vj IN. :Y.Y ,f 4� l'.' W,�J - r _ _ - Y. -� J•r,�,'G:',c\ i -a ^T s j+• r- _ - _ _ , - _ , ^ ,�r�,..�'.;-. >1/ !. 3•i'�F' ,}la'�.`Zi.J.tii- _, nit. y'.r,_ t .o y�• _ u:,- - _ _ -- - — I"All � _ Jrpri jr p pi C ipk �. 'k jr pi�� - - � -- - - "� - v '-mow - ' 'L i - Oki IrLi i ,,�' ;y rIp rippir Ill _ ... �.. ?�..- "�' - _ �` - pi,_ • Air .I •, ,"..a_9.F ._.� '.�' :.CApppp r .: r_ 's?��.� I:Vt;t .. rp :Yc , q.n.... .;. j, . _-'r W, t•`f •. }r-y..1 - Q.l •"4..i`I,'7..\♦tiil,�h r, �(' a `'! „ca? '�-' ...��y F'..> ' _ Via.. T ,L t ♦4'� ._`_ ..'/ r d Y - 'i•". •' • �'. ., s,. -; {'c`i... t97 :}. 4irripp\.. - - - oo .�s`G�'/, >�.+' '�;\r_ - �a n j� ,J)dF--. ,G :?os"i- _ _-_"✓ty.� -_ _I f.A. 7 ;.. -fy1 - _ _ - - - _ _ _ .ti sir,+-_r.`_..� ,� _-,.�^-•!�.. ^. .. `_d;�+:'i.. q.' LI1' 'a A../ j _Yl�' — _ r _ .•'.-.J - .. - ,•"ri` 'C[t. �•'.r'p'pir.- a:. a ; k7 i _`.�4 _ - ..._ .I 1 - - _ 1.\lp f Tip, ,(arc .- _ - �'i �i - - _ _ a' i` v=`r.{i ..a r' rt 1 1!!.. ao #'s-' .c a .,K� - ,.•� _ _ _ _ _ _ - `N., irk Y�. .F. .•... it Ii v •ice. ' _ s s- x�n` ,� - -�: Ir N� - , ''Tf7- v•i.. .e• �M' '''a ` _ •-!' _i - .. `�l-�•i vl.��+'+ -t'4r.-fit`. f / ' � pi pi •- a�",.,,v,R'-' f C'v2vf• 'tiJ`i'�, ri'*=i-" �•. ` of ' s^ ✓'� - - - - _ _ Lt ��,� c.. liai t 't ✓i,�.•. L x .. ppirrip 6.` ,.4 �Y.` - v �►F a'-� I- r '.�L•-v •...�.. _gc,,, v^ r may, �. nV< tat...: ��+ '."Z� �."°t` i`r _ - _ S»pi i- y _ • ', poi' s`'`�,.tt'-' -.I - — h - rip pit pirt Os - - -. - - - - - .- _r-_. - - - - -�.._ - _.- _ - \R� �,I J 4 A � r � PW? e i 1 V % 11 ♦ y..l. ��� r. r i4.";t• Nit'w ]C S!�h4�� '�,+� JYI a"'. ��,Ike A 1 t', rttC °i tiSne'� �tN 4 'n� NN a ♦ ^tea/ --'� mow,.' k it 2 No !INN . tit =.. .tI ! K}y V[ All. UP,NN .y y Nt ✓ , �t L lotdd tq- ! JAW it lw \I� .7 W 'yT< ry�14 �;� y1 lip YNNN Ju `wyyyy, by $��� k 41 s'`S"���'Yy%� >y 'F` <� 'tiv .S.tY`"f"falu� h .. w��K ``'►�+'�"+~ . ar - Wf.3` t`tIN ex I No .�''{-C .,.1 r x tiff faitk y 1 y :'d1r {�'•/• ' S � n � saw � a��a,°� � �*IN 7,dry s•.w!'�4. t I - 3 ` NO OUTLET IN - �• I �+.A�Y•.V • V4 i .Ic. i..t ♦ _ - - .. 'IT ���i IT PIP -51 IT « Z. .. 1c r. . PlIs IT P,n rr'� �-d -".v �•. 3-. - {._... - Vi IT r _1 Ar A I A._ Y S' ! i t 'il < - 1 1 AId .�%". ;; 1 1 y �. `.. IT I , .r „�s� _ • - - 1 yt r r l - 'l A� - ,,Ry�.1l, P1I<L� r s\ "d F III :u-.i ,- - ...< �ihl�r}d�irQf}11i�y� rt4=:� <,� P. _ ll�t,�+{t^�`gI�JI4f.Jky,��t1�t`ti,A 11�N ,'aqi ,riL -�� -ITIP__,^.��_ - _ +;- _-. -- _ - - _ r .y rL.'A��,li[1txrtr1�tt^'Y-ir 4`r �',��y lrV: rV�ll,h �,Y y1 y� �. '� - - L .y • .`sueP. _ _ „ - r. �A {�4'+Il'th7�-,ylr�i,,rF1L.'L,'1SS+µ1,�j`l�t`{Y^,4'`i.;;tl 41 i - - ' - - - _ '.>. h,,. ,4.,yy,•/'.� M�'i�v(,V, ,�}t%1 h' Rir ,1 N : if �,� �1 _ a A _' _. - 1. ��..i. r Nd ,+,i'?"fin ,}.• ,�qt!,A?� 1 An,. e 1� �M ,'d i^,, c; , 01 .. _ - .` -✓_. _ �,. ` `? J1 I' r(•.A- aYl;• _s -- 'n. I. N' <4� 1(/f,yli '.(. !ji „i.ID y.�irY r�,L.}. r• .r- .4% - - _ v — Av ,h_r" �.1�,. _ �'. ,1 �"' . r �•r n .1 r �f Id S F'I /'+:.. � {�I � r w I PIP,_ 4 ~• •. e... 1 // 1 ` �' i•. 'Si 1t, dI r Y V 1r?�r 111 ry, l 4 ! _. - - s -(. •"" A1,Ir .Ja>4'Ir`�'a . �1� fr. l dr,; .. e1: ilsl;r py; • y�'Stil vuT , ph tlt'1"� , S't yP ... . (J{, t. +V(' j 1 ol Pe.'.�. - ' v.. «Ai - ._^".• .< ;t.• _ . "` s i l'. �•�� . i. r/y r�p�% �J , h� tl t abM 1. 1s:.4{ij {�.rw •it +.IYW�! Vi'M; 1'%' `•i .i _ _ �. .+i; 3', ,u'=- - '�;. Al •-},1�':; f I r ..� r ai�,.�. 14.. �. ,� R r ,; 1• "„s' - c ♦ a t L l •, r k, �. !da t t' F -n 1 r Sr' r� :K aJ J .t x r S sCn ,I�ol PIP. - .- PI I_ _ _ T s ;ti <�. �' �•.. - - - ` - r✓�j' ! - 4„+ Iw t�♦ti'i�t"irLn'It7la4".I�Mii�/'t is, Poll d AllIT ('. 6.- I_ r - - - I , w b {i 'r>,IAT '7,�dw. Y'- • - , + ,. r y r fl i7 r " R} "� - - - - r ♦ `+r 1 S '♦s-'Pr n 1 rlj( , ; ,U'`y / a`��rabYs j.l r Iti. dl� r j,�T}`"r 'qL`^`•tI`r 41 t xy t)ittL i t I Y1� 1a , t G rr •r,. MIrr rsr! n n vm�lJ: ' ti/ 1' I , / JV ,f Irti.. 7 ,PPP11 )IlAr 0 11l r J- 1:;,,� / �� t5 4 .r _ 11 r3'd .. / r . E.If Irt4 rt, i 1, 1' r e r Y�li 's 1' /%ri Poll a -1t ♦p "}� ✓f iir/i/PIP, I� -,1 `P! ' Pf +:51. .,i'�'' sStl6rl1 +.. ITy IIli 11 ru I)IIIt /1 '� F,d,rr')1-t I'b(;� \ I Y.' n ♦ rRr. 4 f r tl r'.,/ {P fir, ! a r r.� �r 1iA t� k cR Al •J; '1 ri \ A t Yk Vt tp r♦F V t t �AI':Lr , r fr PIT r },I,(F'tl `%1 Or `\ ^Try< y s '�' �.'!�e>rs r ,�, r t A ,r• f n`N .;T1Sf' iti�'1 r � ,:, Mt '. (��� yA r t - { P qr. 1�Ar +y yr' �(Ar/ ^t A( If `JI 1{ �'7 fr ( <� 4 pY r rr <�\ j,, �T` ''tr try✓h1 �'. i'�,Il t5do,' %1 {t�`�F h'r t• I _i+ ) �'±. /rr1�}�Yy rGib �` r t Lfi1. 11'.�c h�:��t} N• n;+ ♦ �;. 'q try a +�•. `7✓ )i , „d a. �f I '�. <}w .f 1 } 11(1� ksn 1 r + rl u a, ���Ytl r e �ny,L,ir !1 ,y y�.tist* /'m'bT \s -�' �^ yt"rt 6�'*�J f - _ CgLr �{, i,�rLfi�t`r♦�rht. {$j`r}�-rp r (t 1 rn'1j •tr a<�i)`\v �•d(7'`1�.j�, rr` �'PIl '•, rt7r +. .nl (r'k 1"r , i'Yi/ J`ji t♦.rl t 4 11k.w'f, '�' x rr .F it Sr r i r 1 iit ifl \i fi r Q/< 'rl f «rr ti PIP. Aid I'd ip f. r f �r h Elk. ra ` r r h PIT IT �. rsi x L <r ° `ra / y4'it F ''I! I �"�.4. `.r p y �t 1 i'rt / !L`Y1 !Aketi(l•P EE''t+ «♦ 114 1L,J, fit, • �'� I, } Y`". i,� • { Il. ,. yW� 7„SV6�rA(`v xJJ[[ ', it n -> >< J M.� 1 r. 1G I ♦ r i - i. G ! ` - - . _ �► l; z� �t� Y't•'\�, .CYty S� �yii� 7h Pc ''B\F t I PIP:' `�.�jYryy �:. a F' 'Y T Jr'�.✓ s G.1• r r r.�[•1+ , TA-P ..L� - ♦� ♦` ' Yr ♦'R•� l ,,u `, ': �,Y�'.�,''6'.,i..� d�v"t {J` , + " ��• , }Mlrr 9l• T"dr:t - - .tl do `w`!t<,. �Yr rh"'ac•T,Y�� Pry +-Vi `.r. rP rlFs' - r �! as s 7 _ Ye v 9 ! ?Y ✓zPIT 1 SV �AT _ i - _ - - -ITT o.. <,,^h! 1La?cyw r,<�r� r 1r�< `fl+A r F' �}1< / r,ILI`j;,I�r, ,o,,`s. PIP �Z'4i?G�l{, PIP 4q • y u PAT .t/5 t 1 I. sS1`'11f1•�•`, 'Y {LI :.}..t{ {N f, {'<tiI.b± 2 a .orit,., _ _ s. . ��' It IT PIT PIP All IT IT IT I I PIP iP--Y.r fAa.�`. �••A �(� _ t.'?c�' Ja.xY•♦.. ..fdl`wY.'*- ar,'. - d .. AI PP PIP .'c.. y.. it �.. '/,;. ice'--:. •? .aw.,/ . r• •yF: ny :. - r = III, - : -• _ _ _ __ �r(`'ly •''�', '12; ,Pl. ,3„.. r.2'• `'., 4 .i" ]n=°"{: ..♦' . �. <IT T I_ - _ _ - _ _ _ - - -�r <..':.rkjG,{# l`._ rr?�F_ L•{_ _ - - �.•.. 'd, _ •.. . i. e `i.`IlCT.r' - - - v v ,J../. . ':f,../, + I. .'' ri.''-.....ur` - _ _.,i z! ,2_..fi•_ - _ t '(�'<'�t• ♦ iT<.i t' Y PI PIT N 4 PIT _Id I Ia It - IT r , or r _1 vIT <o - p.. —Id _ _ t, _ IT yf% _PI lk TIZI - t�wr'�. 1Md IT NO OUTLET ,.Iop�'."mmpm'� w ► rn i. 111NJ 1 Y � 1 ` •^k vM1ti � �1'St.'2' Qr _ l _ VAW f . aim• ��Y %Y^ F.� i-= � _..c _ .� -'J_'- _ _ . _ y - y - _ _ _ . . NA le a 1 µ . - .. .. ♦ _ti�_`-'"�Y4{„ttij..a:..� �. _. .:..:. , . _ _ _ _ �f _ - - . tea. - _ . - �`. •'�''"�►�� .- —. - — it - _ 'a . � _ _ —. ^ Y .. �- \! � .ii J ff °q,J N�i •� r't 4'.W't A. �4 r f s .y v w i 67 " 1 r 7� �'ts� 2 i fil .. M•! 7;c7rti /1l^rat rA•} tau t P% .l,r}r I,,. f!^ �+ R�; f• r el J✓ / Z .�. / S('j11a,:d�nJ V°14)0 A't i..;..ti Iu��llr •4.,, 7l:�..(n; 4F' �I`lk�;f_ptf♦Pislt`.,���'.. 4in� i',• i kliFhij�ry+,_. - �® �•-i; ne�jo h�°' Rol 4r;. �1 T. r� ffr dtNpV�tJr. t ! r ♦t°,'dh Srd••''+fnri, fH r %! trry ti s-O ANkia _S ?: hl I} ytrV. y �'� Y �..i�•t'.rI J �r l "{ >'(��#'�' ,.! 1at / q fi lf� t• �a .* R IF.t-.. _ �> N'55�. ,U �:,r r °UN i''�. tial�LtVr% I �;,:� �'�}' "�.:jAaf '�'�F�C./ar tb:. l'1;1i, fry (��♦ r w rI{/ i a+. l� : XM E; F. �:J'ww?�}tF •rw . -t,[ti. 4,t v °Lt J ) it '''�l5 '/},K 1� _ K K .x i ii' r t•UJ.tjIk } 'i �r Jd�d f!a° �;M(ll+i4% ,j',_ r •' G $1(jjl`Fa�c'G.�';v v>t t 'f'' rr7�yyyj' 1 h1,,,,! � ° ( � „I" II F _ / fYv! : Y" Sh{� k�, � /y°i if,. � a� w���'" °1• •,. .;{ v ,(�°i Gig '� y4 J1},.}a ' �Y P �jj, < ' v 4S a i (�(� T1•a'rl r ' �'h.r+ ( Ys,S ♦ 1 �'y. •P T_ '+! Y ♦ J 41 �Y� t�l Yi �FFi �l 1 f'• hX r •5y�aa °f J4<, b 1 k,�� rtnl�7 r % y1'r' if Adr �i „,3°f aSd t o 1} 'i 4 t f R. J f. _. _. _ ' tt 1\ N��7.:+ w+ It'a i�F4 V U jfr w /P�} ,p ✓ly, �� dl.•y�Jj�ri£'"1:� } �� Yj F f,., , d.f rilA ( ;w.P+o- 4'ys`r ir�r r p Trk 3//i ¢� `E �. i, it /1 $' X e>I �¢ rk ti r. r+, off, K �X r 7 T,'tlt, 7 ? �E n q �'• �� ' i...•i �i"✓h° } � M� ;fr X� �d'G/ 4,"a �.. ,a ♦1 al tl3�Ct�i ,,IPA }i'r�i�y.r 5' r n Qgy�♦ t$. 'a }l�°nd "a(•��,ghJ'.n •.1� yl)f .,:. ,R�d?tat �l,^,y�'trf�t�sry �l j/ •v'�i h+' jri �'�, V' klP� +! � w�.yl' t i ''} y FF"W�.� � ti5' �`}i ) {`�.' 4 N 21 �32 ,1 (!�a f7Y^A UY { �4 . r ✓ 17>A.iJr([ �'4R r'+� } Ll I ! s \ Vtl. l*; � .til �a2 �d{� f°(Q �, 1i'1 �•, J1� 5] rf �r� a0 Q ^kt4" ,� � qt) Y✓, C.�1ft NON z +l* �i1 lyl i �, _ \ `.•,'♦t�Z$Y' . ♦ '!r iy�"�N�nrjT` 1Ir,. °j_ li°. j�f F1.dP,(1�y ty1�f Yi7 ^,fir♦ tfi v , ° r r�� !�1 k - r3 �1� � L�1 �J .tA FR r �' i� ! I, ,, f f s. , Ie r+ j r i .. • - �9,Tr c� S•S+. v`3i �,(}l IPA, ' .rr' .,'{�,Y9ai t '��, ilr v. �•� I°= a.1�. I>Y�al �`y4 b.Y p { n� T i i� ?t 2r�`t'N r ta+5 `z¢7• a -J 1 4�. r � 'y�Nl.'ti1zS•"1�� ,fit ,k�, wy. ��{. 0A. �fls�P3 Apf -.,ti�f� �`.� r+t � �a •n.�( �'i�1'a at }i%r��••++�y'e�„iTM r ,� n, , :.✓ fit+ ��'t� - .�- - _ - } siti� �'l `'$���'r �`'S�'�1'j 'g�' �Yy'�'��Irri� � S sl >�ay�"lc a•r ° rt y4y��'}�1�'�+� �p�J11 I I (I"9S IVAF, C 1 r{r >; y, .a T l r" o- _ • y �° er/ � . I i �I 'Is CFK' 4it let IF r•' ,} oZ�e� Y�r'>* y \ 1.A �L �i 7�kt NIP �i �1�.} tIF � S V M y IF a„ .fie It- INd IF FPl NIP, Ir _ AF Flit,_ - - ;� _ ,+c IF IF q. A * All i♦� ._ _ •r♦y..4. IF LL l n \ • -'� ' i t y If ILA IF F IF IN `� F r `.PooI ti�a •.♦, �'.d •�,w IN 0 NIP, a «� A b t A l ` Q\ Ir r� �, LY* NAt L� N - � 'i t_ n` �1 A9. I IT +� t:IT IT, � IT IA, 4 Yf e _ j jj R ti s IN If No z If NI ITC-r� % t r y f �° rptr �J��s l� n ,l l b, t z, { Al W NJ �rNNr ' _ - Y✓vg It NO IN I , 4 �:.I d IT --�llllllko. No r�pl'✓ fsT IL A: �'• ,�•.. I et NY NY i Fr} ,, It -2: < / — i <�.. + IT l _ 1 . '� .1 'r ,l TIT 01 To IT ♦�iF - __t 1 JILI ON IN r d t t �\ a 11F f , ti adog rp t+rr �f'r{fsis ,� Js �•4>.. ,a i 1 i�.tr�i+ lo • too JC F I i. 'n.�'aX' T' r ! Ir �'^ y T•q a r lJ °It y( Amt E�1+DNIS� �V'J a I PM mg ME%P�IT. t�iifi�'d •..ttp�t�d �.}.i��Jii��d����dd'i y'S4 t pal law .7 &AT 305E 7�/��►��� f . s IT - 41 �a rY :.� tl ttI ram' -tea. �. r It �'t 'I'Z +y fi w' fit'" N •,", n 1:;. • t v 01 �/ ti t r a✓ '�> r" ,�)., u .',+ i^\'.r v,���f,s`4' ..•�^�. tT����sH�j�,'+P�s��fi," r''y tt 1 - :K' , , r � ".-al ..y�'..'Yr«rY � f V:y.,. J. �•. 21�? f♦- �iV •. ` if` a �... ./ 1 A '�' �•�•'^��7J'<t Y i "�' ��r' 1. r.` �S�.� � '` y �'p,� `'''ir q. ,'W .wrj.{��r`. le I•{I.-.yt' ;a 't _ .` '•. •l.. N$ Ito yy�j '�, ..,�, r.. rw.. S ♦ :,Ao . -..i:° --, iy^.a-.►'1 �,_+ " eltl f f 4•', .. • r "-•�_,, • ,' f. n.. �w. . a d'•,+^"Nr+{La for. 1- / fa f.rn'.x... •`�+�'" ,r „I}Qe`'.a)y, \ tip, • t.ras,y..w • 4 .6y•ti { " < - sppQ� i'�i�. Y.-•r9•t �' wit,rya `•1.tTd.. 9+a '.'�, +v 'S .• !! ~• ,`I o{/ '1� 4' i• .T •w ♦ .+"7i:L av +-'� 4Y� ..� 3,. •�.t ... p.. T f t y• • :, -. II--:vf,,; _ .•-� 'r a ' ?,.� t:. t t ♦ A`. ILr, °! .+'1'. F- 7 �•� '3-4 s�% -+r. s . ..cif a ». b.. / 'q Y=' 3%ryr _ ,a� -! I' f�, r- t .fir.: ♦. l dt t..y k n ;.`T. .•i rar .4. `y S' fa. l�,i,. •♦ �. .. <•r..,�'a'�a - q }r .1 •t �. 19 , i.a;`•K.r Ito,�. 'hI'• k r t t f - .1 - > y. v - a -- - - I' r T 4 CAFE Q 1 000 pe j Vf4el�4 • J/. ��� 1 _ '-ice .l iy l • •y �• _ _ ..y1.. _ f _ `.yT� 1 ♦ - V ,4 `�- x. ....- - i.t tlilf •` _ t ��, � t•, / _ ,¢ Yam. •r. �\ - r • \t ♦ w l io s+i • �.• is ar �r'1!� � _ ` n • _ - . .� T. �, ♦ .. 7� „�+rT � .+�. a!r�Jt t.`. ,T{ � �rM, i. �t1�` '�^/� t r` A• t rNy W ,Y`ia ��'. _ t �' .y'-.• 1� , '�,..�. ��;. * -"ter.. +�._ Y> - � � - .. • �;• '0 w n a n1 F fJI yItt 'Ito Itoi _ v n .rSy�. r- •7Jb ^^ ! ,�j±� ii ,4..,`. ' toot =+,. + ♦'x`1+4' ' .v �yl ia/.7`r�' �WVV,4!' - • x _ �� *, w r ^x1Y L .•'* -� , s i.,r - ,+ �` • '"'x"'fr 1� vjpf J { }.,.. J * *y 'K ri v} '¢.i {. r ',� r _ ". M' - IIIII 1. y y sry,•�.°�r. _ .n r x M t_ �.,. t4 ,G '•'" 'R P+ r _ r • �.•s ... C/ FT c '.r. s• J.,`i / ✓• r..' �r' %fir • �vw`Y�r„� •' R"fc_ •y..�'. • • r t A'• r� • �- }' -.�„ ..+L^ -..r y Fn l.p., ..% T`J.r :rYy .Y.` `e r ... .fi.�j �' - ;�c •� ` .i. `• 7 + I�r .✓ K _r 0" {. t. �fy. �t }r' f r'wsi +G 1r J ,J� •'!� /A«. ... - . - ° '...y. T• -i. ` •p • t • 4 �ArSr 'f1, ✓#�i, r`6.. `' P a1 - . .., x � .K,V. �' xt at IIt Vt It. Vip IL to Vr�. s s i ✓ • J° - r r ✓ ,VVp 11,- *! • .. -{ Lr 'is. 1 • "d'�F � -`• � -b�•�x �i♦ iV I ,�,a.a•- ,. - • - .. r . s .p•. ' 0 I't Ito It- { •; ! s ' 40 ♦ `..,," yya ✓. ♦. 4to to* Inv w .�•ts y `_ _ .'�� 7R' +�7 -;tea x •bAl L Vt Y^ t It to w .I xt It, LIt, Ir F'y' .1 J aj4 ,•- fay%�.>n14 r - - 40 -% �'M 4i ✓' Y� r "b.'_. x n , VoV, It Itf.1. rr _ !y jj ,JI ..c '♦� "Vo r♦ ..` ,. . �, #v. .*".^.idst,.t77 trp"}xl' •�!'rx ;i - r It It Ji. 4' .. .v/��' _ r'i f� f "T . �i / ,{ �r qae'� M I' , r.. a -4� �. r d `, _. '.- • sr ,�*+r i �. a r.�+S� w s' • 4 r...u. ir. \ Y x ♦'/. IKIr o .I Yrfw _ ♦'" r ' t ,r'�." j'ti •Y rw :�' '�g . d>14G `* i t "'#" :;JA N c O } 1 •���1 IF III „/I • .;\ / f ,• T 00 OAF lk AV 40 lye , f1k 'it f /�'' . �, l/IfII� • 1 f 1 1 1. d.r Orel lie - r N ' u oil Ir'1'?' l AM( , All M , / .b4-..I �. _ ± - All I. alf \ aIF � ik': v:v. , /f \.AL + Tyr lip V , ♦ �� -1 Vy i 'ice. \ r ♦ F e' .: ♦jj \ \f lool It, �, el �. ��' OF IF R �\ V Ol Olt AO. IN AZ .AIO , \ IL I 1, Y 71,,♦ ♦ • a \ . - , \' l'. - -1 r ' •p. Ot s ` a t y 1 ati � Y '•� , it • v w• t ! +Y • Y J �WFJ Zxt •. ail �' \ �1. ,.-.. " 7i: '%I►1 i t4. , +-� .� .> rr r' Vi a` C[+�• W i p��SV:,�`. ��'w zo74W1).� SAW w�� •'r' { f�+��` \• --_ ,�r� / 6��+�•��i' _ '��.% i� 1. a fin•/e'� V So ot ,'p r U �; :t w ~ !♦ 1yew. -_•]� _ „ • \,. .e�(. .luAli1C t►1;��( ,.Sn Y. ,F,4 �•,� �� _ \ - - _ -- Ld F 'g_ >4AN,�•''�%ii�^^rr���M 0 r �•,\ . fir_ i'�'. `t* .^ dtoar � . as -. t_ - � ��.) .. • I%--- - - � z A - i LI Is �4 III A ae u,, 'fix / �f (' R' _ tzo4 116. . . �� r. �� ! f1' k� 11• � �v�'q E�, !r it �, n•,�. .N' �� �i�� //�"'• i ., t � ,/ " ni , n`�\� 4�� "� Y., •-1� � �'-�� 5 4 •�tR� 1 ��.: y !r l i Y -'�� i+-/��/ .,� 1.' �P; � ';Rt r '� r j '0 •r^ r \r n! .'4 '�j "/9 !L� iIt C L ••� t):', �� ia. _ ''b�... 1 ti. w( .w ( v�.�v�'r M��.�t{'1.11i'CC♦. "rr "..••. n� .,�Y �'"' rit' •�I *�fr�� +z` •1 l:1-%�+ ��C\'n C Af `J�N 1�:°�' ♦ 1 +Y 'r rI X♦ — at'�T ! \ �♦�Y ryrt V A �y`�yl �� 4/�. ry'M �� I 1 �•• ti 14 - i - y+... '1 ' ' ' � f " "' fitly t •. .N 1 f I '4.+t � l .e t o �h �!1 1-v; fa ) i�! R'.I �/ AT' J� - f ttia' Ali a-f It IN (il r�':' 1,4 \ �a F:^ ...�p `rr i� iy I1',S 1,��+ • `r��y h WWI A , 1 . % rK" is a r i�l� Lr�M. !A L "'. •'Y. '� t R.ug7 ii 's/ t{I;t to r' .y • r�r.+�•� 4+t. S \ • r a� 'k°'y�,+ .� IL ^ •.'mow � \_ _ ��1 � fir^' � f a: IV Nil x ! i n /. -Ott ITrr -J ' s «( s eirIt 14, IF w• 77��li7000 X Of r .r �46 IT It r�d''��t1 �a7S._r�'Li�i ��"r3�.�,r;JIC✓vn�!�:rt''�'ri� � .1 -• - , . a1 1 r ;• .� ,ie .lit �yh�1 '`?, 3r r✓i l�.: r�- •-C� :1 :i•� 1F� 4, ,ram rrY�4/� �;'.�' it M L r •Y 1 -1 1wit : 0 ` t ✓ '.' r rti�#pit p Ot �•./ J ' 0MOW 44OW - AUM hK� f � R y��� Y x :nM + A� + P, * % .... . 40M MWO «.Kf Im a M, 11 wo IT a �,< L40 it, rt al �cc . Jv. C w� xc - �a 4 r 41 NEW fz N Z. Zo aol000 fg,l ' .00,"`f •,.. ' � ,... • :. -- ... If �► s' sr, j 1 r 1 i s k — h om '^1' SCAM" too AwL '7 n _ AiV �. a.♦ rh , ♦ �` 1 If ph a n � sacf'` a e �- i r� �'c' ?s''�a^'. t a a •'r - - � _ { atw - � 3"Yr • - - k r „ -i --4e'c .xy°�'�.J�s 3''.`iaW'tI "S �. �'�`e'xc .r ,i•..u3'r�s weNr:yc ..tip -.. y�. If " Tri F a _ _ A WEI i •1 _ i�� fi ' I �` I �f I'R/ -+ b.R.n .{•' '-F it i ^ Ei I ti lam,/ 1 t}.Gi yr ('` r• •y +a ? ... r '7 't rI%�1�`�"7 t1 't.. •.n_ ! %, i `Y5 f 1 Ir N. III Iw if •.�'� f 'S i / ` f' �'%l 'r / l w j��'� ��JaJ�[/{,t 1 I v •, .� • �]�� ! !�1?F44j1 4 i a 9� ,�=1 '"11i �' 4 �- I.' ' {, �}Ir c •�{a •tti;=., • ,+ ,:� +'i``, f •f- t }s , A0 J4 ,r/r ,M 1:.. r I + J IJ,. 1. f4 4y jam ,• �1 ,I \ 1 • Yi v , 4 art - •>x�� 1 f.. s \ r' r ' � 1 t'A r = _ —•_lr Cam. i i-''+.9T.•!^wk.�^=`� .:r �-+•u ,-v. _a __ i - .1 41 aI;\- 1i,. /,;s tar(�� :.'�, r°f,..h.. ✓a' `4"' `11• " r., -+: t. q, I l4 p`� f .�.- rF 4it J /}� s�.-, 1. �r t�T _ O l 51 I Y I ) ys v 1 : t +i'b , ", s, .1 41 a / •.� 1- , r I y,, t I / w r , •-' `'b^e' (11 . y, !., i` '" fl•{^" 11 R t�sPJ :v; 1�, f,r r '}'s:.yl �. 1 , 1 ' ?i`. "r -,8 : ,t" 'tr 's n ,..,6� S J ,\\,.�.' , d... t:. >1 �t �..g f 5. },11Ydp`t iC' .•1f2g1 ¢,yr h/, 1, 13. tyr e' ./,. r '1 N67Yi:f.4''1, ( + i I :•y r .y ,. (, + / r 1 ./ Y,-Y:C I I 'i \V. igJi» ttjls^'• �I `yj1ll 4�� l.r I 9 ,.v 1+�\ i7/ %, 1 If. e! / ,y t ' 4 CI !1�'iY'SY y $1 (.� • AI• rf S 1 1�'tfr111.E f1 y.666nnn}iV•ijlll l'. 'I.t} q`+1 t,1N 1 tr /y t:l; ,' . ,.1r 1 > -; A 1 ti, i / `•ifc-.--'}16`d4; e y 1 1 /ld I Yil �<�s(i��� r r L Y r ` +cl• _.tr I Irt I> d+. ;% 1 J. t r. II r r 0 !-i 1. oV{'1.� „Il'�r 1NNf'r`d yl'i '[ s "i 'r'•1 t�/ ^3'1'{IT > 1't r ` z 1' rl �r`7'r r .r !1 vr. it I u' 1 , i.)', r'i l��'wJ' r 1` ,e tit r���v n%rlS.rt/t �t t u l• s J ya5� / : 1 �p �,� k. ,'1 6 t i 1. 1 I 11 I llf{ /v 1�e rr)Iu .. I � r V w�'t? r 'r111 r� 1, rV � � ��i{ v i�' Y7�'g�p ���� I [t •/-. 1� Ja 1 6 -lr � , � ;I-. .t �\.�• 5 '. :.w !}� t ♦. a fN IYk d Y%t r i+t 1 ji 'r {.r I({(te �IrY b IA'> 1 r 4 ; 'b r $>✓I• . 1 / •" / �y•.1+wr r p �y F •It'� r aV.r r IY .e _ — f� 4 Y11 9Yy •(s ^u yY M�t ,Gy.i'{��, c.� t�l ,'r (;Y(� 1�! /•,. ,i �a�ty. /� a{ 1,..� I1It, 1��=r�1�41j' �1a �`. Nt Lj lF I i •C4 �++�.Y �/ ^• I, 1'yC.'lY�i� 4/y1 '�Y''if, f71ct t1 f:l✓."r r.. `r `/11 y(�y '�n(•��5`'1 Aj 1'{'/7 (�'% \ r -. - - 'ri.1 9 I �i i 1 ^rt' �k f •ai`,9( 7 %Ail 1 iYf 1 L rr 7 ',/ v Ys '! °`� 14°� ?r a , '�+::1 _ r�`r7 t al ,ri•7' fa-T( } Yt .✓ V1�}I �, q .F a M1 ri`+, • -s < �,�•b,-rr<Y� 1}a i r' t1 Yy �)'tl-"i �,da �-,�'Jr ri E Y, �I � Fr+f As:. �T. f J`} � ) I � .;-ls 0.� J'• I a' v I til(fn f/ `I''. n a 1 I r+:l// .{yrt )) ry l� �,.y, 11 _ , ' 14r. t •i`'"f}3 � Ai � ''�� •Y �1 ��l - ���� / � i f ' '�{I �,Y Nk 'y' e 1��11ss� v � \�Y^� _ _ i' -r' I�Fy� k - s , i s` 2 f Q { f . ! . IrVVV`"'} 1• b -N JJ + Ij[y'3 _ - T IfW •A✓ M _ t g hiT .+,a ''^c�'dY`>� w"-s _ ''? 1'"��' *_._ N -at ,{•',- t II IAN rIIfl iI rl I If It If d If .11 y - e+ �2".s tit:)• y- .cd'e y� r�'Y ,�� v _ - _K / � .� .. - x y +e if IN If If If if -fll h -- '-�}4�r --.a' L 1S sue' - _- - Ln• r'� j" , r ' , _�S. o�+ k. 'a - _ ^-i.. �.•,� �! .-.. 'J'A • J y` fs �- - YC"` s��. 'c - -�a�- - ' l y n� k »5 q4y - q — _ - _ - - _- _ - Y ` . - s _ _ - -oY. yrr - ... Y y�� Y }v a�1 _ G`a.. z _ _S,GY' y,.Te^! s.. _ -_.f - - _ - ^:r.1 Y, �'�i�.i - _ _ _�'•- r•+"is 1 Ni ':"r, - - -i•:.$ III y+. :G'� yy-� 1 _ t rEK. la �- .,,� r_^Y. -r•*: _ �"C'iS �. _. •_� gti. i,q^��"3..eieeel!ec. v*'s,.�.;•��y 3.F arEY+'�-_-_ ����iw.n'._ .. .. � .. - \'. A�'; _ _ _ _ _ _ _ _ -" � - �_ �•w1I• � -+i' �."Y s��u �� 3 FY� s....,,sTYU••-`y. �.. �sl.:a"tt :-'jFn, -� �y .� Gi'r' a ,S. �� - '. - 1-,��YSt.} .,-4 Y$ S - '..< y ! ,. - may® Y 7. •w M: !M I -,. l 4 cS�, .'. 4 ~lam _ zit i C .4 r \ ,. - - ` :%�.•a.3�A� J•JEw> i>z-ti �, ji �-M1- y\. y J� 4 w ry v • IN c. • If 71 flI IWO 017 ♦' .: '1. -. ., •-tut > Ail if a ° .:: air - � _ - .. �� ; e•eT , fL pip ,]�. _- It $.i- - a„ tom, •:"t�) 1 +y .�sr - - -,<� .� . a. ` �....��M4�t �.r n �.. Via. •' ` - .. Y+o4g ram; ItIr ar v •It 91 �v It'llI It AI t 1144 tI AIt �. }S 1 tIf I IF 2 s+. i.• ��t '-✓(- , � i_ y[ .. _y"IyT)y� : h� - v��,'M ti � -d `R'/t• < Y� .S !a• � � _�J?�:,.�� � I.•'2r. _ .•cJ f-yG+l ti �t.s• �-.' _.• It' At T w h It If .. _ eh ,b 't • a/er�"ri -N �...� 7:r / It, :aIt,r'..✓r-,Jr ra'� •�! - fir.-.'' .�` s '_�'. vm� 'a I -.I •.v "ia _ '� " "�. 1�• IfI i'�'rm ,.j'-wf i� PS Ff Jt r.b.. - YY �._ - - _..4/Y,/•' It , '1�''SA't _ _ yb�. �t l.T � - ._. •�a - �,. i l a ` v - rr aV . �i7j.. �yl t <`Ay��t. a �ti _ •`"� )11' f�_ � d-. ♦ �I�. 1't < '[ lL.�tN i. "i 'o• �t rc ♦ _ - - _ �"+ Tw -. �..: ... •v�y.I' •�1yc4�4W F i _ 1N^ � `• �'.�i•}�:C�a�r�'+�-.r. � - <� - ✓....p• C` ,;, t i..�y`'-1'ii, v: � � � 1 _ �' . ' � � - ♦ wt ya�. T•,.� ,' I .� VrIt J�. ,1 ..s " If Ra�,GIIIItt at, Ilzr �. At �lr ir Itt ` - •-r.=- �- ,S i.+ _ ��:'i/,,- ♦�.ti._-rti_ -_Y�"'M'.'. j�.;" �v.� R A- ,.- . _ _ f- :•,ti.J.-.:-_ y - . �- .' \„ti;.tY:►,:.x-`� _.�.�'`. = - _ - JAN At'' rItt AI, fe It II If 4 ov < _t - - - _ - _ r yj -. - _ Qq Ar If ILIIJ It It .1_ 1 r_ _ : 1` 40. l _ _ -1141 1 1 1 It IIt If It It It If III ;iF IN It vIii. It IN 11 1•r} - -- .•ice• 'I'. ions _F_.c _ a�e��:f f-- '� �_�t.. I •,\- a ��• Iry WL dI �'lk �_ � ..�lit _ aIN If It It dr 46 red -60 If Ive IF r {' i'� �''•It .•Y1 S _ _ ti �^ R,•�' - r 1. . %/i r i. y .. _��Y% ,, -F•w��,-` t y �``'•'1R�—Y. r� �`+ltit1-� :•1 :. ♦P� �: ,�,j f.. �1ti •t1'"•ti•� ;� .. , •I�J}('�.� J� CX X - :-1• y>�.:.x c✓sd gr ,'_-�I;vS• YES+ -i6 f'< •' i , ` 01 ,Y~ '•r.". P Y , r '�L\`ram, ♦ - I . '� - i . - �. ° I!\• .lam a .. •j • f+� if If - • . r .drJ'y .� ft 1 ..•'Py.. twTOO ` aOW c • .• • r•s lift 1AP` If If •�}'I d06It got f If OL VT It If 46, " � >.y � � � �ItIgIf If 3bxe._'S r III r .��p.. if 'Fl • . �. lot If e r� 0 s a_ _ w_-•. .. 4For- ip loo tot ♦ to I IF IF I It t• , i �/ 'F , ,ice , i • 1 ,I , C It `_ - .1� • • r i-• ' r ^4 xP Z r••1`;i q1'r , 7 ri. R'Y i Y .ail' - .� s . , 0 L _ tat s oq. rI it ,II IIt PoOF FI 11 II LLL `R e - ♦ '♦ it •�! -�- / _ CO��, �^• y1w'14'i<' L ) '�y y�r',7Y�`tr y r • t ' i , f `•+' IAL S r•.♦ !?'!„ v. i� ^.st- 4 '�•11 • 1i•c' _ r r- ,µt 'a 7 -_"� J.e�Ic .'�• l•w .�y,t` yr t..•.-� �,w„ w. .i � � j^' •�-. aa rN � : - r��:�,�yw�>y�•R� �iw ,. dty. is • ii . FIZF r, FoI ItIF or add •I _ r .t.. '' _ tea" 1 - " - / r It -`- _ , :•1'r i' 1F! k ,. r ll 44 d ' \ ti [~y��i y� / fl I� ,, ♦ 'r" \ `J. <T•,'- J\ ..\\ J: r� 1 .R' 0 _ 1 4 of i< c �' '�yj[7;y' t• s AA r, �. _ '• _- -. - .. , - it - ... !! � .:.. 1•' - - _-I II - '`1 IIF IF wott Fo ' s • Ff <• a — _ J • - fM t • ' �� 4 - :�+ - \ -yam J.., �* - _ _ ,r� i - �1 _ _yam n.-1,•_Sa .ram f ''r �§`.. �..,. _'''ci`tX - r - . - - - - t• i. - r,�-'\' " J a .xt -,J ' .. ' j ` ^ + •-� )_�. • is /�•- ti y a r •♦.. - oo �.-' <-a �"s { ♦ fig �'>♦ _ _ - �- v "" too V. Jr -C�._ rgr.S;' .•� f �� '3� � _ • -i..• to 14 C i i F ` -('- -. _ 3�[. a �y t1�e. '• �a ^�4 V .ter _ - O i y J •r� _ • .a - - _ Rom' r di I J to too — Ito • ♦ •ow It fj S A'_ St ��4^ ri .. •t ` . i,..yM, s�to to "to Put I OffoolloIF rim l �. M1 ' li•� r i III oP nto to I II Po 5 , jI No IF 4 Rl IF It to I .=N 1 •O t it IF — , III _ , Ivr _ y` 1, r+, { Zt � w 9 1� � •.b. i.."y to 4 �to too' ` N R , t. . '� r � to ILI OFF PI w n - f� �. IF to ' yy� !•If IFIL W4 It, 3 E 1 fir' `, fi i icy\ �.. •. ;R iZ ,✓.; ��(. '.{r ./, At Ilk t-mob _ - -.. rA 17 �lyfso :it 4 ` r _ L .. �� ' L r♦ f�ylj,^1 > ytl%� - - _ , .� �74 ^. \LarF �` ` S^k�+1.a - '•f�A _4'J'tF- 44 ob +400 Ww , .. MM `�- - �414� - j+J 1r' OE~'� ' -.� .ls_ i _ .��� ,..i-dM._1�!>}iiN r�./1jt �. - ' •..a _ - !ry - .h'�,-� 1. `�1,���►�1���, r.,L _'•%. .`/1'iil a V y 1'{( - _ : �' .w-�. . -/, =�' _ • jL - _ - 4�;r�P� c� t _-t- / ( R` •��� . ,o._a,- _ .. r.'� _ �• ..:1 ,. _ �1 i-fir, ,-r �_• �, � '`i �{ �� �;`)•��'�' 4 !. ^�/i. ., t .t r- :set_f,yl _- _ � N It Im yam., .ly [� ♦ �� �. y i F Y� "• ' ' v �- � , { � r �.- - �� erg./.•i'•...�,5, _..r. -a r_� - + i wl ��.At wl._F�1�'►r.- v4:.•'`..` ILL lb ll ' R FLO IL i �P�,y •� '� y, /i?�1rf5'� •i�l.�`'�1+,1,�, � •syti�y �> ��R � - , ' e - c t . � 1. 411, rL a r{ail .`~r,�`• ` •s.. ,. OL LILL Lie iN%�.r/• AIVL�iYSsy♦,.yytys3+M•.f,"V..0. �rr,✓•f. 1 Y. y '.Y A.7LI 4YL�: 1. -•L-I Jw % vwUrF 14 \ ,.- !� _ .. cam • 4 * . 00 r _ 1i ' - r I ILL. Iv� F r Y t� lax - . ix too rG. �� E 3 VT7i 47 NI 7�4w"W WO y �r0 ~ 1 �° 'Y4, . r - \ 1r ^ •`�`" �.r_ �T• /e. • l 5i. �. t �. , ;+ \, �.�\ \ M `, ?� A 44 �- x."�kr - S in%'y� Ro ppp - . - ♦ '7" '� . - rye,.. 4 %� ♦ ,.,ram+ „-. '!r may. •-e ,. _ 4 1 I I_ ,r�6r .� y.. •'1 rP .- s:� x� 4? - t Ll Iv r w. \a ,. t- S ILI 74 II.r . ��_ Am r , 81r `- a C f , 5 •! w _ `•I Y` :^�; 1 t }5• 44 ILL. 66 Kve LI�ILL j 1 I 1 I♦ i �•. , TII .. _-lam T -S II - I I I P 1 _ _ ti r /' If A+C — t -� _n'• y '''`_ _ = sS' -i ,�._f.'� -� i.--`1.`L _ r__>•;� _ - a •� .a ... t P:y��7l'—�ti -•s j ti• �.r,•" l'� Gi. y I J1 •. r. - - If i 1• _' ~ - i� /`A _ f i-• 1 ti"•. .. 'is+ .i •sue - Jam- �' x. _ -'3 �:s- ��,C-"• ]� -ram i'+� a-•. "\^ - ty-!�. IV If�A�• -��, - �i '-t•• `/� r - �c _`._a l r �F ItIf -- ..-;+h-- '9 ..- -.r--r:•}''a .1tr.-- + +1'r'� � - - _ - - r _ 4 .�-- .�-c,. ,'J'" F'�..V•r �:-.' -�`' 10 Y w�c : �P ?�IFfl 5' c lr 'r•. " J r' ,J If DI­IrOAWf Isf If If I lfi If Iddd I If VI lI IlF If If IfII �, •,i*.Y. �i' Ulf/- _ .. d - � � ,j1, � !L ,. `! _%c -'.+%- 1't 6. r "i,. • ; �- Yam' �. �.i_ �.•'�`.�:�- "• ,h Yr c�j. `�"yi, .' I c�rZs..'' •i... ��`Q IKl6 �r•, _ �`� c �• 57 _ `\^+• c. �� r r _ x- S". ' - i : s �Y. 1 -7C+- / rI' - 'T `- _4T.., •.ar ear 'Y f/0- -f �fr„ i / / - •�� '✓..-iS:r� /1 y.:, ll,. ,` , v- M �•-aj* \ a ) "'rrr'S . _ ♦:�Yti 'syE,�14 j L lr'. - L� '• II �'� '�J.,-`.�i4 i `y -)- -a �.,C ',p/-•ly , .— j'TF-` .. . ra*�� �� a,.lr • '. _ - , - - - - T 1.4 - >. r - �� .1 ' . .. - - - e'ti I,� _ �1111AY�1r'Fi • r A , l I s f _ 3/ - �f - fir. '�if - r ��y.:I - .�. -. ;. _ i / %i�_ '"11 �..'•, i ! ' _ iY i��%' r •`� ,n ram., \\�� ' � �'�. - H-lv Y. •.V' tt �y1��`J\- /� / 1 r ` _ �t ` l�I I ,� C.�' ,l J�• r •C •'' • •\ \ - f lr��(1}' .v^r _ r 1` i • TV��Wj _ r/_�' _ +(• �"` -_ . c. i - 4 4?.. -. - •,i /. is .. � " - - a •"JY ., - s YI_ 1 _ klAe of J•.I' J f .a , r . " V -r-- y` < `z a r'i .'1 + q-` - - " a . << - 'y - t ' _ �� 1rd �ts✓S -.ry. v r h / Y 3 '+ r/•> /, �YF. CC" JQ. — r s /, �ia_: 1: - - - t [yi IV VIA V• - - ." ,ham• ( - r _ _ — �rF E _y.. V �h.,rl r N^ Y - * I + - - _ yh - _ , • f► + , -' - -t 1 ter- � � _ y 1 `' ~ ca � A�� V S i o•,.. -. .. - s - >� wit :! - r " / t ,r ., � 7 r e - S F �rJ • . r 1' I ' ' N � f- --•�- -� � " �� - �' {/IJ,� � � • . _ � _ - it J. -- >,- R�,'-'�' r' 1 � �r l�-4 •ems. �p� �Ir �t � _ � � �- �� y 4 fip� Its Irk r i' �• ON t ts— ofj r c t , ' � r WOO FPS } 4,nrt a OOO.` ., e =>¢' ••'�� - a Il '" _ r ._ s•57� - ... u' _� .�'_. - _ A-.'. •�•,. =:ems. y�� �S.i _ _ 'N ��- v '' a.�'k` r _,...4'✓'-^'� %c4r yr' .v- _ - ' .� -.-r_.� C .'1i _>"'.- 1 IJ! mmI N_� f'. 11"�/�. 4•' �.., .T r -• >:' 14 t-__ .. <��1>.- - _ _ ?•x'a _inl��.f.(i' f'._- -"�f- _ _ i 'y•-�'!'T •. {K -r e'er.''. 'n'r __ `1 __a;C� tC _ r'.e�-1 _ _ �'A'♦.'� +�—• -.> - -t ` -f!`� .a -) �^" :•!<,�� �,jY -✓ [. 1"•F T� d. ^��1�'rs.l�ib: ln: !L'. ..y: - . " Is 'C Is '10 Is '� _♦ _ (\. " - v. A� �•- _ Ya, _Jr �..'r.�i,-y^' Lt♦ - - . _ 4. _.�•l `.�` �'- t� ). - - t ti` o ,:.4 J i>,, - - _� ,';'Jr ., _�' _'s _fib_• > y' �:,�1!a.` r : l ` _ r'y> =-K _ _ _ ItIItI . ':./� ♦/. _ ..ice• _ _ ` ^iA -P•.' jam/ _ .a.^F:`t l Is ,�.j�rr. •Y`Y' �1 _ _ �1:,` \�i .`�'+��_ �Pl� lT.tl k\1 rN� _•lfl.' < ,- rS:'. f"\ _ '>•_• 2%�.a. - -��' - - Asir L./, +.. .ti—_-- - ,tiy."-.��'• r'`,� S[1 �, �I y. �` - -_.•f 4.- �i' ._ ♦ -ay> :'E'`gSl`�7•- N<� s' i'� !`y>'- - _ t1,-� i- _ -_ '.•-,-��„-�i �.' _�".P'�l� !Gf` \.♦-a��ti Slur sir, ., t rJ ,?•'-rtn, 7r _^ r 1 /�~-y ~•�",,'.�v5.� - -` Y _ _. _ _ - :i' -T' - !. - i !._'�Iy i • 1� /��..��!Is vow _ ... _ '-i.-ti y �Oi } .: .1 �r _•7S'�`f tiJ�; r.: ,. _ .f-r. -{� _�l" is`1� •w� v'J� 7& .ram• ♦.fl _ - � . �i:" I IVY . F.. p,,�. ;�Y' 1�. y� L a .�4 _ {{s+r: -.! J - .q: e L''�. +r�.: fie-/ �t -u�rr,' S ,Rft y s•y�L. 1�-`4\\• 1 r - t_ __S. _+ T J '�Z. Is - ` - .'1.!-�,y `.J•-R_f.""P`T...�l Its ' 'c,..$i:, ('1.' - fTO Or I 01 �y j 1 r Is, . . Is: r. L Isof,..; _`..�+ - -r-•- - Jy! _ I1� int/"�/K� f"r!`��r•� >�J� lL:d �,< <i..1 J \ '`h.�IIsIp _,:' 'ifsrLf "�titj,y _ .i T, i�. Y �.t ♦%ramL. I owl '.* ^` �Y+'�isrFa =�2f tii•`f `. i / `[r'r' P'ti • MY!. y 't ' , .�..L - > 1 Lam` ^ Y'�' ,.. •, °' 1. ' 9 ,1 Zf ski NIL \ .1 r V' />.'i . - L , Ot Is all it. L Is of /n +.t! w, .-1. .[ `. 1��• _ ..aFr..`lNO, q 1 weP OF . T :- i .III I It Or VIE . 3 oar j AR - of �• 1 "pt n. IS ... AL If W - • i . fell, If J- ram• v� r ' �]y. •`I _ r - J V. I Of If ON Ole IV - VIP s e Jlc Its a !,� P.i'-`� r Zlfflr,- is /''. x .. r • it ♦�� f - low 1.13 41 I Off +, i.. .r,'}�"��r II.��^ .P rry�s A T�jee i'p+'"ram' p� ll i�J'♦ IF j ' Oak 70 elf .. %'fir✓� r ! ,/ _ •� 'If IV 40 If If ' t r ff !� e'- f ! ✓'.-'n•- 1 - i-iir •.� c r �' da��■ I- Ni`� F 'r.� VIt If y v.. '�, •1 ff/f III .710 -r! Il 1 , J ,� •-+Il ?I' / :1-�=.. ,c•Off'?' - .If r _ _ ice- All _ / I ef - .• � / .� Illo IF VIVO - VVI ' t�ST rJ If :aw IV If PS _ -r' ; e• S•, Off�A\ t_:->v"yy_ N- 1''yi'�',- l a„ Ieflll VIVO # tIf rL '.ra r \ ` N\lis a 1 Ile If fIF f I� t Tf.1 l iy l . VZ , r-A .� ` ib• -) ss�IV Ir / v/ 1F� 1 - - �. I �r . 1 / . ,�is �. _. 1 *s'µ lor J �,• ,, 't . i� \ i ` Vo Qj \ ik �T 1 1^s:l i` I Ir tt t1 v J P ti'/ .f 1p Y A4I yr�� �! /'� � t lv; p� fl,`t d�> v-IflJq +0 �. ri�y f I , I � Y, f -`; / /,• �If I. r r� L n a \ f' �i d y\ C ft 3 c / f/ ✓ 1 y♦ V. t! SAtA'itfl�r4 E ^fl I - IV ft % C:.If Tti' , , �If � V $ vy I. vJ� I I/ ''IV If '�.l �f y�'i��. �� Ih Pp I ZA !� N �;'71\ f'V �'� +'. }fr y` 'i._� If 1 "�T bh. f / + LP.�.., ��,P'w`t /. •+"�.� i+t J. lb, ! �. PIN VI, V ff If IF I I/ ` .! F/,''. VON I V ."Sf o.. 1 �' c�r ( i I rb I i y- ` ' .a >, L I t. i y \f. ` !1� , �I 11�I1 . 11� 6 ! ! t Of 'fk 1. A t�� llr r tIf, r r ,>A1� ,hA4�l� �,�'. •,► ,k��, •'� n „ ' �`�� /1r'ai �' r,f lll, .!, 4. �P.,t' c. '�.�{iv D�U�i%j10 It,/r/-. YY'i�k `. a7�ff 1+,�y+lr'` �Elf� 1*4 fir, VOL t. I i £'f l �P / Y �I�I�I 'Mi 1: 4 M �► �.• i` a C / Y-r If ii '� J`r!/ \ . _ .�!!\'.�.��LS�V�sfi I If �Ile 3 r P ;Io, ,9 I" 44 00 : v Y r i,. fell If I OIL If r,r If If y' •1 i, r � I } * ' 1} 1 11. j{ l ` O 1'If ` h... .`i ,.�q?«,.. .fit. R��.-�\`,ye µy'�}��'��♦}�\ .{�-,y �`�.� I..V� z" If 546 lov,+'"\ice' ,., ria�}:fr'�1-+rlItOO.- VI ! aOf .+Mn`-'�.I'll IV ,4� e .♦ \ KI L w ♦ t• it L II If F. 7 I ,3 .^* - ��• 't , ft Ifi " ti Yr 'JC"" " '''Ft'sy' P4'•i'wy '�,�yT4.^ K^v'z If f VI It I If I Y ✓�•r�^'.± �y '9',� �t�'.y�e iY'dY\5}:. \� I` `1' yrc ' IV Ir Ow. . a . rvW as If f VI Owl ,, v.S� l�4 NM44� ♦I Pf t 'If.l� y \ '. ♦ V ►,1� �y. 4It P t .s> .� ,. Rrr ,+ t ii 1 ♦ '6P0 If'r ri I • ♦ t�a '� ,fly{'^ N 'Y. T +r r •Y r df / ' t P let ! q a , / J t � r it 1 � for .w f ( � I, f IMP At ZP Ow Pw- 410 MOMINg ok VP mg,AW mow Op Ogg: At kv wvr Via qggw � 4IWO 4L At OIL mvp ow Ob Ab 14 view AL gO It It go 0or .t )'L - = �• _ -- ��� .J` f. / i '. - • •S . ; ; ,.� - C';�,T . ::r. +49 / / law ; ? •.. i .►--i'- r --mac �•�� • �`- +♦-'�� �. 000, ,IV t 1��om l -amro lop'_•�� `� +yft70 \f 0 'a , ^ ` T , %.1 `^1 Oak 00 A. it VC dq �..� v ' �'• .�� `�` •r `,,`� + _ T Joe, • Ora ` y • 1. AA we ve IF � `�-•`[; 'r � , , '� 2 ' qw \ s IL � � , - Sw lot a 1 ' • �. •1 —Y. \ . \ � -, 1 1000, ISO III 1 06 -` ^ �" j ``` % .r d ) �• e `, - 1 !•�- '� "�\ r_, •'.Ah. JOB. �!� .i • r 2. f 1 + `F••� TM •>r g ��� _ 1 . �R „ v r AP r _ ' OWN ` ' '',gyp `'� •� :c jt - P •' '.. �-• .�,. Vol r,-- V� all- � .:�� �- � .��.. 1.• _. �%' �•� i � . �1�Ii 1` .'� � - �. _ tr '2 4 M a �.� _ 1, . ° ,, ^V,' +�"� •/ , ,/ '._ -,'-� - -� . s 1.0 IN 4737 lo • , ,��� .' `Y ` \ty�C V�r..M'-3 `' + f: r. •%."£'/'¢ f' hk�J'�'ft nj�. .. _ _ .�_ _ - - _�. " - _'�•'� - ANA 46 T't' �e/-ram` - - ♦ � . -_ i -`a .♦ . ram. lam, - _ `- 040 No Y� _ \ y •a - ,jam _ . _` ` � ._— • `. r, . _ St'- Vp low op' ` Y - 14 100 s i� jy. .It IF III•/��o/,.. jX IV ' A j ,1sp` sj1 - `0 pro lo 34, ALL oAo 00 // p ri ! F 40 �. 100�*�Awo .04 / �► . +' a 1 1 i' _0 of Ail;� Opt ,r1.106L, 1 'w ok r • � •c i r • 1 JLI Ir JO i1 � • I 1 � 00 1. . «. �X t %k� woman' ��'•"r� � .a ..^tom. _ .I • _ � � • _, ; `' ` • fir. • `� � . , _- ,� OWAAL t � r r [, . •.At `'' NIP It b 'IFIN IF i /� '"'TTY^''� •Y r 1 IF i ... , - - — : f1•` 4 !1 , a } K \IN a ION, IN to IF ALI At IN IF FloF • ' �' , • • a.�+/ . i ✓ L - _ ,•�'iP' ♦ a Y ` • : l cam'` \ ' ', I _ i Itr Piro 41 jj IN • . ,i fte ON, fNow _. • .�•'�• I. �, f? , '� e ; twat. `� �\ \• ! .` •� 4 yNO IF 1}IF it r �1 i�`L���.�„` \�P' • /'i�^. it 1./� .r '1 -w ('.+� IN • ` -�•Gs�� NO 44 1, 1 1 �1% A IN I It fNA Nor .+IF IF 0 ' �\ `i , i ' f+ t'/C♦-*a _ '�/ ,', �''IN ot, It ���e 1•��/`` 1i •-. ..�• e♦., ,4. I ` f i ��R\: f_tr�`�•'�_VV `..\.)IN[�IF Y. !` rJ � eIN lb is / 1 •. �� ��� . 1 1" + . , , . T ._ i �\ i a. �' t 0 p� s 71. •�• � / � � './ i �. + 14B y�.t \ •1 I' 1 � ••I a I� " .1 , e , - ' ' < v , �. • \ ``` __ �' • ♦ 1•I'�'� � .,. 1 ���A�" ie • ei� ��i"N �� 1 A. a +�1, " • n`�. .� v. �. ��f,- 4AWOL3 T ` 1 It Ot/ 4AN I IN � , I � _ IN �A ON ` i !�• ,rl.1./e0. ♦ \� 1 1 rI . t l4 • `�.' I� r>�I•/ • ♦ �L'! \ • (fir '._ ` " 1'�A �!'' '.�f� ! .1 /j/ Iif 14,1 } f�.` i.. I Y4 'y'ie 1� ^>' 3 F �•_� l/��e� ,''! .! I i1 .. �e s . ,`\ �j, +` • 1 ' \' \. ,'1 r s� rA\ :. �7. 1 �' r /1 �1►4-C ua., ! j. t / �1 •� NAN �'i the �a! `. +•! t r,� t• ^. 0 IN it- {!�•...A. �•/r jr1{' 1 �`• l r�1, �r IL.V% INN i �• 4+�♦, 1. s.Y .� j . 1 'A -\ .N e s� .A ..� ?, ��7�'.k A.J,�L.�L r. �, BC/ ..�.L, • .�! .� . �•L! l'1 )» _.' / �. �` _••:.\ �,,.'\� i \9, .look 3 •1 .` �\ \�. "•. `�` J. ` I......... \ _ ± ♦ \♦11. Z �.. `.; ..K ter• �1♦ w`At or ^'F,,,a ,' s� -`3 . lr•-...,` 1' — .r -••` _ Q -�� a a' r y�,r.� a� �r �,.;. - v' - �t w _... --C �_• .ate _r-• 'y � S'� e� �},Ri•Y�rj •♦- '�+.�.`+ q. 'fk• 1 Alt r ` - _ - '' 1. T •1'�- _ 1,�f iy`1�! . ♦ jI r . _ ;�.^ i,.• a _ - �•a �/ •-n '. =♦.•,'yT ah Tt,4' � `,1�t. 4� v� 1 Y - .2 . -A. �� C,,, �.cSi "a. �• `• P, a is 1 �C •' �7' v� t . p� ayty ,T ��'�! `♦A or- {h,. y�, ` ` , 5 . i%�O k AN Al AN t 4.1 tj x i 1MrIL WIN, � v♦Y'rY R'yr••YY�l.•��!- r- .• \� J `rii�' ,✓117 :1 �: V1, �•w: �� .-a •� ry r' IIpp : ,. .' - f.It v If qw it 1 / r • '1.` .. • 11 , ,' it • t +•'�'� k VT 0 41r ( ,ny f ,. r ' � Il' ?r ' 4• ' ' • 1 /!r 4'. r . ) ^I '..1 , �, t. `a\� lot •r 1 4`. ��ti 6'l tt ( `\ 117 i ji ♦��ti �r•�� i� r IV A7, •W C IPA, A l . t, ••� rd t �~� �•�' N 1.ir.. L't A At VIA A il'W. Al. c _ iAN AA ✓ ,� - y i w _ M u` a _yard• _ 1, ` ! .r l_ - - - - - - yr le - � r- - - PA -- PI ' - IPPIP - i mil_. .i PPPP -� .... IPA — 'At IPPPAP � a - - IPA 1'PoP _ - j API Ito IF ,P r (, ; Ar - 1 . ` �+ Ir VIA le Y !3f fy Ali APPIP AIP *A IF Ir PAP PAP IPA, OPP is i; 'VIA PI 'Pf 1: p vl ^ t-t� t 11 j. r , • Tom' M / !l i/ I PIP` T�l�-.S' tom. 1a '.� .If -1 h •r 1 rll i. of PPAAAAAA CAP P.? i r rPy�l y t l { rI ! • � 1 � ; 9 Jt/ t �� 'J`� �. ', � 1 � , ,lr� J �� JIB VI tl .i i'V , � � t'r �.A, �� 1 'Pe1 rr (ate/ } �!- y A k '�. , '�)is/yl7t'PIA +�A, > , . �+;,•.�s../.of C.-.I•�1'raac"..'L"l':St�r.�.ii. aAVA ll Y /�d i- r;✓./.-.45.�7�,?s' /, y rd I _ �y _`S� � I �.. If 01 -If If d POP PA. 1 IN �n'r.;s'I(M • 'APOP LL" _ m `yam i�i r i If I PP F PIP dd Ar PAP - 1 �.. _ _ vi I 1 -.r.POP IPPkI' T If �' t.PPF If PAPPPPPPI of } ✓PPAP- PIP 1 VI �' - �, •10 F_ 4 _ - VIA, / . 1 11 l V A 1. I ♦� yt� ti �� _ _.� i PC PL%, ,!{ 1 , ,,/� �� { r�u �e , A, i f ✓1v` li/\���\r \ c��.C;�``!� 1'I k\k ,� rAVV it ` r♦' i jriyNAo fAj? - a l IF Jill tt Ip r tom.Fillal�a'� _ - i L �y,i r` r - '•ru i �- - — a \ h ♦�� \ Sl4 �a try . 1',� I ; .� Iv q1i pp — — ,.,all - t 17 - v �;�" —� 1p -All 0 - _ fmi If 1r _ \ I+ - iOilrn, - _ - - •'GAY a. _ _ . S -' � ,;! t � .l _', .. J - �L`� if _ _teams _ - �1_ r �. . ( ♦,. /. •tii''! ? , �' •_• if 1i "vill r. .?ti , ♦ `, . �u Iditi C1Ong eL�. �' _-'-� � _...4 > tea, y - c... ;nt .. fir•. \ y - •- - f --� - r � - � `.� , !`. \1J.�•�`\1'' I. \ � � T'rr� yY2 � - L }ll`•..1 u(J�(r 1Fr1ZIP. fi�1�= t -� - - - i _-rr -� `�'- ,r t♦ ♦, - t _ - .�.� h: \• LL .,r �ZS'1'..Y c. .' _iYVL'�'�"�i - -- -- - + ~ �/ �. .- - ` v. +1.••,s ir, `_! ji .b .. ♦- y 1�6w��9e.'i�•t;r"��7 `Y �.`_ '1 "4*��A_-' - �• �. _ �� V\.! - - r •. .1,. .�), •^��` ::\P i - :Tw I vm ail{ 1 l'f�A�. 1}i �yrF(.\' \�, Z'.,yy� .�1 .;ti• - _ _ �✓i'r �•�• � - 7 � \ -. i •� _S,'t` r .1_ f� �• :o.` � �_Sli,!�� {�� Z': "c �:� � ��� ��_Js• `-Tc�"_�'y� 4:r ~�, . ♦ i�- �:� � R .��- _`�,.• �p �. i'. �p j,s�l ��-? � , c.� o__�.- 'fit-' % ♦fii I�.. .k:.. '1' M `, - '�'C�r9:• '! �. .. � , i : s '��( •-i .'Q t ...yam, i c, ` ice... � ..%� �� . " �� . r '�� , • O � ., �- -• �. �A ai,C � `� +1 R�� J�:• y��e " � r'-1 � i7R' `_�- �•. • � � ��•-!r�"L1 C� . {' -�.- - •♦ • I ' � ` �� � xj� � �,� �Al � � t� ��pr.� t -a.. • >l/-� 1 � •_SSA-�tY�t- ♦ s _.'_ f - �_ �.� - f . �� : M A e. `y - ♦ •f S \Y\ -.fir •fit •lt 7S♦-cam.. w�- A ` Y s.y ��� �.-1 If, _ - "-� _ •��!"� N. �. f o�tii rl.,:Lii. Y✓�.•,�.'�.y'-1`'�?► S 4_��Y{F��'�`'`�o. -''!6c`?-'>J•--_ I i.A�r�+. q , i ipr 4�a'L-iiit�`•!r S��%y, .�iy�a�i; -`•. •�, _t'y} _,_�, -v r _�./ r- - 1 r 1 ��� !71'`� Cam. .F ,.'4:=-+i•%..i "r+',�3.�.c��.� �- '�' _�^-_� ti-��. - 1, _ �_•-_..� �' c '�-� ''. ... �� �.�t: -� a �p;T ar. ".r�r'°��Av f`- , c- �.;o••.����4y�.;t�:-_JSsfill -`-F ,-`.� ` ., �' I - i�'r „♦' • 5�1'. � % + y��,+t• r - ��`VV _♦ '.�T^], rN �(�`� J . �� ��\sue: t �' ``_••� i t +c�.1 -`Irk� Yf � -\ �- 1 i r' ��.•. i 1 �?;�P"{J \ � � �r�S..� - -� (�p��' �Y. r.A �L-..`�1��1�? r� - - . �R.. �j� �- !: P-�''i 1 i • S. .�. r '1�' ��.�\ v \"i*'.♦ :.i< •T'Y♦7R�P �``'F' '�' tF TFD a..: i' `' ?'�'v �1�'` ! i�- �.1" -N .T`i. •'� I '� ,\�f; .? 1 \`�\ •' y �>r��V (+> �._ Rey • Y . tom` oa. ft �. l `-'.r. • . 1Y, t `i \1 u' �1+\ j �bt j�M1.4 7' ,�'�r✓Y,.? ♦ 4 �_r , Y ♦NIF t �, •:.r . t .. g • R Lam+`+ t;'AR If J*4 tit .. -. - - CI r• 5 .'{ , ,tOR'+ I `-` �! �\(�lC,Ey.-\ r 1+ ,it. = .� - \Y��"C �,l• Z _c 'ram - - •�tr�l -���.�`•�.- i•�.:-. , �.r.',,� ,� -gfillit l .�E c�7ti'I,'r_ 7! . ... 1 . '• � � • ��� Id `' � I �� { ���f1;����y4, � � r �\+�f 11• e 070 1 t`1 i9 . r '' 7. ,.g, �� • ILI r 1 �fgot C 'gg, till Id I It Ale it lit F (� Y - p lite - r �ti`' �� ,} > 1 �, u t �_got ito - •— -4 ice r ;�• ' .-• ` \ � r` i ,� ! �:,i •L'•fAC'arr.'' B`' '1 \ �: ,r- �!' .w�r' L•f+-¢rll��,_ y..vr� __ � � «` i Ilk * to .LlJ� ..ay„1't :\ j .. .. " ' } (• - ! ` `,yA 1 1. '1 C ,Yt,- ! gkIge It Jig or 'i'a)x •,...l �i_ ` \ PI ! r � / a' r \ l • �% � r'" - AAA l - _ Ali •�' \ � ��� tiY - 1 ! 1 it It I gi It to It gill It h r '� .� a iti 1 i ♦Y'� • 1' �) {-., �"� '• '� � ./l ...E �� r 1 ty � •� � ''� � r � � }). '�' �t ..l\ Yrl `i1: 1•' +w1 1Ira 17 P4..1 ;J�M1.1• �,� ! .r IY.�d. r.� \ \ >�1�i y, t 'h �'�.'pf 1-� Ifl �It��JS•� ��{�•"""�►►►[[S _J,•—l� i `,F�,,` 1 `F+�\ \ .\?�\ \\ �P It \� b .. r ��_' i fir. r� �'Y`yC �I f ��t�•y� � �? It '+,1� � `�b \I�. Y ��' �i'' P ,1 ,yQ1\. xfi� \�, J.�. ! ' M A7 �y'�� • � 1 r � 1 A �.?.vy{t'h rt . l�_A- /j,� �-.. ys1C' / gi �..Y'l _ r. -. .1 ILQ �•!1,�{A .�1`T��..h •- `rY. �<:\ .�.►4,:* `\1 �Ix _-`Mgl' 1 r - — _ t ` L!, \.. 1` �•,_ 1 ♦ . �r S ry}. {. Y Y i a d/, r. \ e a do.,'� q, ,^ ♦Ipp Y 3 JIB' t • Alb k� _ do vd, odd,> .� �.11 w4 F• �� It t 1 P S 1 S y{�Q > ♦ t Fri l T Y 1 V!�. r Y `• } `i•I�"e 5! ai i. /, j _ ` _ 'L ,l 'err 1. -do. 111� rtN S� —,{ i �• t� Ad . f '. 3 4 ., 1r . � dodw py 1 � T l ..1 r- �.. I rod P . r J s < 1 F OJ?. " ` r t r, r lf r.' 1 j�.r. "1 • • T > • - - ., } der. qry�� do Iw od _ - r 11 L do Added od dd ..`. _ % . { ' .a), '... .. �af.l J` Mr {F{� c! Yr�,•i's' i `ems *�sy{�1 do 4L do, d L.to do ]�{ 1 do I do - ok ? r> r do - — - - 1 ',�% .1 , Y �. 'V 17. l 'f'Jt y' ♦ �� ` r _ _fir,• r >+ r 1 • 1 1L SOP I i • + r r + yr�j��/rdd-{''I ♦ •x Lt" ,ice= -�.. "`+F-♦ ` ` `•_ • !ode L ow d- ' - - i ,. �� v _� �`�, �, +— v ' .fiol �g Irk r ` r • t � a ' � 1 4 do s Y .�►. �/ 1 r 1r. r. r � { all 04 do .4e �" i X'A x. 9 - - - - - --ova . f- 4,7 \ � 9Kit_ ' VON r �'Ac\' _ ' < • • �\. ` 61 • - - gyp. s _ �'m.. ri`"m.•-<'c` , �j`.`"l♦����. �' ��; _Y i - -7 m .. - - 1 +4. \, _�, -R a `\��iy ��`• FAy- ram•. ✓- _ - - - _ �I s- _ - - _ .. - � _ ,\y4V \ • is \• _ r � I 'r`i� - � - _ - _ _ '. � s�.f- Qt amdo QV WI WII VI AP Aw 41 30 a •� AWN ; I v 4 tqP• .+•'ly.! �_♦. �. iy. _f •.T '.' - ,.`a _t ,�--.i: bl<: - S-` y. .r i - - w ,'/i, c �a l,^•• :��" `t.w _ i.- �+'bv • + �� TAB\ m ,• �. -� i' �_.�� - - �'�-_ �� �►' �� - t 1^ - >�'. i ,_ • .i c9 f .. 1. (I►y a - • _ <.. a. ` i` •c` 'a!l'�',� _ f401 41 '�/f� - - � It +Lt'�Yjk� a f -. ' a F + ^• `�r _ ' FIm. .�^1 y 1 ``�. J� «rt _ , f . ^ I `` a t. ,�1 � It / - s .�1r► ^`Y - ••ar. . ° V r • �'a-cl rf'`Yyl i �,,i(J_ 1( `.� • [ •'� ti t ♦e. _tit L r WIN CL / 2 O IN IV - III i4tow It toM c .Ya to IV IV +r �_ N - - ' 11 • ._. `` A_ .'�• ..'\. ter, -. _ _ :�i -�. !• �Il• - - - f r _• 'S•~ ,•'44 1�►._ - <•' - - w i dam/ _' +- ' `•- 1• '1 ,d.^v♦`-,. t'"r. `. -' ._ ,1�. `i y- - M } . y - , \ 'Q , ,ice \ \ �.•�_ a > . 'Po' K.'t•'Ztr' � ` •\• _ M .O� F. 4''y+,v' . •-SIR rp- , 1 Y 1',\'�• - ^ „ • -'`f _ \•1.�-`' �•--~L ``�� - \ -�-\`` ate,\ . 9 �' a , 3 .. ( .._ j• .r., 7;# 1. • ' ii \ lam" ^ i�li\\ ' �` •��. • -1IFR VIP i ti Tom' , ••.. l i• _ �, �. �. �'ra' '\ b 41- V,_ • , J . ti 1,E �', T C- t f� � �• ,;.i � _ -. -" .- _ �. ). It i w Si►,Sf1Ai- � _ I \, lUU1 ., \ 1'� i� .. '` ° ~ t `i A c` i A\ . r \ Ai i �/ - r yr 'r\: ��X - '`f••. r. r •"i�?yam • v\ h�\ �. -♦i �; -i {-` rt�,�t. �. !' L. - • iw 4, i ��'. ` ^ .`r. \ ^ .r' a milt h.� •/ - r'. w r •!� --lam r ..: 'Q. [ > \:\. .~ i ' �. y. f a ��•: A . 'h t �,^m ?a a • \ ,i owl T Vq to Age N r •'_ Vie• d t i y AO :,'. :,••fir/��:;ivl�i�►*� ��� f;F���,.,, y� " 1 1�,r op el;� ;I' %7+.Ti ~, '+•aid,%r, �'4 '� II�E � /• `�!' 14 10 I s 24 ` im Iva y! �� , M Li j . \ '-- •� \�law INIt , `t 1 ' I ,.,, i , <� �.> IN.IN ti 'j; i y AO :,'. :,••fir/��:;ivl�i�►*� ��� f;F���,.,, y� " 1 1�,r op el;� ;I' %7+.Ti ~, '+•aid,%r, �'4 '� II�E � /• `�!' 14 10 I s 24 ` im Iva y! �� , M Li j . \ '-- •� \�law INIt , `t 1 ' I ,.,, i , <� �.> IN.IN ti 'j; • —.� �. _-� (i� _ IF Ps AIR �y �i,i a . L to i� f to .OP // k ✓ P _ f II , q, �,•� pRIts -. , t�� •• ,AMID 1 . AIR .. 7 s. At Row- AIR ap, It t r `- t ._ _f ' . ,t'" : l.' �// /••) ✓ .}' �" f" Y`i At T f IYi _ -.a - , i^ •er ` .,Il �• L H : ^'��.-=,qf�- of y f i%IA 4%.0, i .� �[•�. f7 t. . l._, _ - _ yIa •fir. y� i`fJ'. �yry7 _� _ sel." i11 '_"V-):Y'd. v-, '',��(>S�ri✓�',, -"" sJ"Q'l•_f"-♦i i "'ff q!.ar �-yl �i _ ,.\TS-tie? , •�L` . l - 11 i. �!. „ / ` _ .., "_I Ads.Im. so If 'Ilo.' 1 / �l r.,. q ,♦..+'ll:.�' ..K�`r ►.t `Nv is gq�err,� _I�= ^♦ - •'/f-. - ��\ -,: _is or IN Ory r� w } . 'i, p�•i�'`,��/ `1'aJ ff _ = ..•r- _ •iyl4�.As a, \ tr sy "9 :. �i ,'�' i/` :--�fR �y� y. 7 I Ross ms-- Y) • Kill 1 • 1 �i i' tea+ t yl - ..Yi �,r- c`�+.i yi•,' �Ir _ yY'-�. _ l�s�y�, t. • AO Am soF soomIsif RI u f ; .7 •d(,,..�A.,-_Z 6+i l : +•';,•!' �tr) a rJ"�r�` __r>t�♦�js• t 1 'r a >; - _-r ♦ _ s li.ir ?•-i• .�vr�♦ tr �• 't a-,• - -J .tom. s l .V • t ' . , i �,X ��i ' S �' ' j� t a}-�-� t r !- ire'! , ',1�_ .�,�.•!y- tj-,.A, _JI ,. [-R ',-�"r�•' II:f�, _„t', ai?-y���Y1,._ •- -` - ,- - ` it�����_ l�L :fi l,.T, �,—._•t+' �'•y�It��%�f�'.✓% 4k ;.'St'♦S`*3eAIR -� .'('�ii �l . *;.,-w�- `Z►i - ..f'-'t s"� — _;,/•71i- ..s' / i .. .!'J J j _ f� .:� .j" _ . •.y �r R:�• �., ;` �"'�lY ot+ .kc I't� <` v N f : .y!�X' 3 _" ` a r.♦� '2 %�: r :'- : t� �• c. "ate* V-Ar 'R i t �i r.;Sr 1 ;`S �j ,, ^�' -_.'-- T'T��.IJ�JI"'q -• ;.-..'Ty.?�. ,.Y,- s%-.-.i` ' �•,• . _ +erraril. l� LTt` _ ' o v `} L •t� im �a� V.�r� 7X4i �t-�►r.('/:_.<fY.. ♦. • '• ��-- • r - t �'/ _� 3 J.Y. ' . �. v �• Lc :e qr _:i - - - _ 910 ( day •� _ / �, ��41, .� a !_ rf•.i�� �s Y. �i - .♦'sis',lit --+�7At J i I/ t,' `w a� �!� / /•! �� .O_✓/� .,/ "r� i•I r.st♦ 1 <�fir., ✓ �1�/ .l 't • r . 4_♦I-... ��70 • yY 's 11,s JI.f1 '` C!r .j,;-� ' •.r w.` rirl / �',97%( r �' - y i I ROW.* ...g. �" Y.. feu/NR+ a^'l k��l. �e�1 � > \Ir �� - )p 4 •..� . ',r • ' f,. lf�i" f.. t� .J• f ii % JFi V'.• !soli 'd al ✓.i` �, Vr•aVIIr, r �,`M fit!'��, "1.• �T�' / ♦�i. _or /l j;.. �i I f•.sp /l•}•ta r , "p-�stfi�r�r .✓T. Olt •.. i� �a' aa�y��..�`t •!4,�''..yei\�\\-' i t S` t l Jay .'r `i 1l f`jam .. .l. 11�'t ! • ,A��!' r7.Ow ' ►fi+3 .i/��.�,1' /$'` 1 / r • ' FaM I ` 's ! I i" • J i,F e f j f +' r.Y� v • it r i AN or r ii 1 .,`• {;'p"FI t..�t!•�ri;•"I�.%.7 tl.III ' rt"!'•Jd-;•/•" ✓.11 lv'r•J 1/(.117'i� ��••+ ' Row _ Jam/ J f PP++ _ ji Is: s/ l�� iar /": •�` 11!I',! J 1/,Y1� '�'Ii�i��. •of 1 17 sq. If Is,., .•SvJI/{C'i f ` ..1� j ;Nf.ry�%1 /'-' /� /��` .{ 1 `A `� • f' • q �-i,�,i1' t.�r[t�Y1.;�Y ,�J� P•: .Jl i,�- tI WIZ '• �J` '' Ilt� I 'r✓ 1 J' J -" fyI/�'y -' rel;4 I'-1� ,%fffF. T„7i �S• l,•�'•��l:yl�e��tR���^�Q� 'w �J� f:' l :��Q11� F.i: yi 'y,//'•.jc�T %(�K,J'j.'/ Fl� na% , •r ': er ,:• It.i ,74•A,. r. ! ,•, ;y`Jt'}t d'l A> JA- �'. $ ` '"'�..#'. 'TJ* e r !/ 'Il' .lr �, Ja �;' fni /�.dy �'1�tY/' I t ♦Z1T9,r J �, yT . 1 �e� .0 I • : r{{f•- t .: 'j��dil+ 'yll• fi. rC /'.' _. '.. J /, ��il�yf� !"p'i Y,V,i% 7!v`._ .,� ,�'i�„�.r y4'•.rW'. '' •I , `1• ` L� . ` ./ �. .� j Its"Y' / �!. ` ' �.0%/ / � ��jc .. �t ��:7 ,� (�• � i•� '/' /' r �,� l �1� � �+.'. �"� 1+l 1).J I r,� y If NY ►. t ' e, 1fi may. is r1 Row 7Ys( t1•. ijAIR o �1'I r ♦ �.M, }I��'yr�.��'�w. t �j �' ! f ( / , of '4 1 ', °l!, I`�1 ! :w� ••' - -lf ac ,• ` ♦`'� 'j am. !, %♦ i.' � �T�T;, ,'• ,i�- ✓ %/,�` ;,r 'IJJ' ti j:�Jcl,ll�« ll -If' .,.e•1♦ 111' i A. .^�• Ill,y��� / r"r a !I i/ .! .�l!{'�.7 r!• ._ ( +� j.n i� r 'ii l.` !• :'�i -wf+' .• ✓ , °. . • , 1 '� a�. I % • le p r 'e' IyiI l C r - rr ♦It j r/ r 'S%� ♦"La i �J(Y �}. ���L? . el IRA ,,f���t^,rr. �,�j% �' .1.1"' r.r �� ' � y r'�',�. �fi� 'f 1��� 7 rs �! •f l; •, r: ♦/^' '•�7T ���• '� .(z if Y r? i7 l�r /, Jof _ OR I k i.'.a�i�.' •:i�; • 1. .1J +, .r "j,1 _ � yor soot'f i.ti 9t. '' JAM �/ `� '.!!' %, 1' 1 �• I-vMI� �"'.J ,� r, 1 i 11� �;' / ♦r , ,+/ _ sa `.r.,�r L-" /-♦ LV 'V r♦ ' ' At . �Of= (• '11` ` ✓Y%/ i' • -w' ` ♦ 1), ' ♦ ( �y et rV->✓ '1 ..•JI i.♦i.'.'l, /'. �i,� •to JO .a� L.M/�(�r ; dd r yr/,,�♦ r/. . iV.V•,, _'t) a �yr!.•1' , ,-f' II ./)< 6 '`. f. t A � if � 'Oi hr �� 1, Rosy, ►, f �. N Y - \-. Z r ! (. �• l st !: 1 r. y! ryw 5 f (. • t e. fill4 l *1 . J ! ,. I7� , 91 ... 0 Is Apr f ah Isor .� . i • I yy i ( fill \ / L "l ;! r -1 •('IJ �' .mot �1 .�1 '�i.AI 11�I, - Y I• a� qi' �If e,/.v,e �,/(y I'� �Y10 I16. � • i ' 'e' �. y ,.r 11wt1 f.1 on • ' \, 1 +♦/ '/ Lj' ..'IN ad' ` t �. 1 ! d�� 0r` ~\ tA iss soRo r✓r l �� / '�fi,! G T ' J.a`!%-I(1 1. ♦ I �, , Aviv �' 's. _ �. %J ♦/^✓ �V��� M y 'V11 �t 1'S�� ! r .,_ 'r�Ii. ���ti' �A '�� •V' �e\ �� I' ,/ e - ► 1 f e 1 � f � �V r 7•• e �'' e� •J f w4 1 ����� F' 1 '� a r_ r! . I f' J .� a f�`� +rim. •- �! ,U• '4Y_ , l .i rf'.� r •�_-r+�C` /�J�. •1 �.At `l- rrFY• I r ',y �1 ! r• _• . ,- , �4•/�fa .,R �S. \ .,;L,. y4�`7 `!r l'I,7a��1• t.'4':44 r'7/ . • t�y/,�'��/ /.111�y • ,- IA '1 ti"�rfs'-' ,'� / /' �•�� II r" `^\•�`..!' ♦�? •J yy�b'!J ,�,.e• 1 ' '� I • d i. - - _ ---- t�Jjj •--e,nr•,' �! ` ASS w r.i i ,'✓ .Y - r- I - _'Y -` _ _ f lt r may{ - i .: � l �,. •"R4`'�=: � �� ��. 1 r . 1 � 'V � r llaI♦ + IrttA I'. Z1 .42 Awe; Air . AP-w I' rA ` '�.^'i .-rye <___ __v • J ata 1 _ " r >_ y ~tea. - --.. � ._i � -N�.�, _ ..N -10 Art ;E4`I`lAm,mmrw i '_ ' ,5-•-�= .+,r > _.tea--cT� ;�.Ir oI A. - - , �. " •.i - - _ i:!^ r - S s Yam/ �t =T -+f l.T�- �" .... '•"-ssii� r ,•/!vim i .--..4-' •., >= a-t�f`�- �• .: $y ,t ,r _ •l ynr{. J .. s'- ram• - L, IrI At,_-- -ILI It _r✓lY ;fit �1441111_ 'y4 •Q� ,��..'�f, .:♦ �+ _t-may,: -J'� _ r ; ✓' .. _ _ - --�i' 4:": • y _-�a._� ",.u„� Tyt MI 'AaA Alto IN e �' / .� '�v'iL�V'P Gil Imo: ^_ �t 'y jam_ �`r•'-- ,� h: 1i - It Art -.' - 'w - 4 Z- _t _ Ei Ikk It �Y •a,-_ , . 1_C, . �i It '� o, MIA AI It - AN Stir, .3f t✓t1 '-ar:z \.'.�� _ __ i T: Apr i ,� �a _ -rr i - _ _-" - _ _ -}t �,�jiir-a�„�ia� A Air MI, IA I'vit, _ _ O _ _ _ . ` to � _ .•tt- _ . - ., Via'' -1/ �if I 'a � -�� � _ •, y'C _ _ - _ _ _ - 1♦ _ - ' _ - - _ �J�6• - _ Ail Air ! _• ���,,yyy�r /r - _ -.s - �K - +�J�{� ♦ d,y,���'� . . . .P _ i - - �AptI�♦- - - ` �_ �"•iV- --�1-7 �•- - _ - _ 11• Y� •-I\ q s: 1 ' _ yT}'r _`mac.. _ •` - t.r1ti,� s, -�\c qIL IIN -A oar Ao LIN AA,III - -71 Al A. I, Its arA IS APIA wAroov� '` Ago it dr ._ J�- ' ,:~•'Ir• 'r �� /r L:.2"•y,,r�''r Lf 11 _� `! .'' ; �J'C 7,;��R\ s♦;./if i icl� ! •f'..� •��� i a:..(' �{S/ ••�,� - .�•� r 1. T,,. •. #_ CY-• ^► �'�• 1�` \. `_� _ n tilft ����� ! `' ♦,� .% ' > �'I I " 1 _ 1"� -1 \. ~-may _ • -i _ _ L/ i1 - •/'' *. I.,i Y� �./X� i.�! a. ') • 'Yxe i '.,� -o ' .as O� , I rw .rU :.A-+ ./ ♦• -[ - 'aa _ y v` f-< - .7��•. ;+ 9' 1 ,K+• fi.t •• r .�{:' _ "f f j y ..r. •J v-� I , '; 1�`; � :� ��:.. - - . :w _ \t1,- '� �l�\'•- _ _ '; T_�, "r irk• c •+" •` Y %� Q,'7• ',� f „ ' .'J/+yy,_/.�+b' �S'+r �. i. R, _�` ,I^ .I''J :III to,�• _ ♦ •� \ -. .. •� •` :�1.. T�d•i ��• �.r, APO OOK -IN I&ARIF I tit to r •,Atr . r . r�.. A ! .rI I %.t •. .r 1., `,. t �. .1 r� ,`�' 1 - _ t J 1 •r,\.It a ._ Nita ;rl r�' �f � �' I ,%'r� ry •r rr •.. /1/ ,ic,, J, wyy, \4 limit J4, 1'•4+� :A - �� ,�.` �'� �``�y - -'��._ .� �Aof } Y �. 1 1 v �,,� -Z ll yam" i r . j ',yI A/r�'Jj.:' f '�;o r, r _ s rr�! /w v �:� Y' -ti! ��� _ IL -t1 V,'r --�� 1 i'y�L�ti %e.o�I._ ItIl Via., ; /y �'j ,�! r , w I Art At N �s' , lr:� yl %+ ! ' �� .1 .r 1, ,r(�r.�j� ?-- '' 'il r r }yl r-ip'• iAI ; .� a ,�,• r. r. y- ! ✓� Y. .!. /''r r ir' {� ( ` t�'r� w 11 '• _ Ir ♦ oA.•� '��I i •�Ylf h� ��_ .yy�F, ,. lo s'1. •�'.� •Yv/ J t�. ! �a 1 /', .�•, �_I' ,�,/, r•. T•"' 1 , y, ` -�.v\y��J �.. •�s`�,` •! j(� r +�, , y s• - r - ^gyp i io'\l+''wr -'t_ h�"•i_ _•rlt1\- , C+� *.�',�.7 1/ ,' 1 .r , 4 ! / r/' r'1 1.� ~ 1 - - :F '`\- t:` 2.ai.+. " "'`\+Q-]'•: l' V'j _ ,, / !+- _�/�' ,� +>' •i /.�.•{��•����, �,1� ''� ae �'I`:' Z�•rZ '� �+ r :�� Ij: r. ✓ r , _ '✓ 'x Arl / 'J�•`1 �.lr Ap I'. I. ,, I. 1W'♦ I '"104 Jf r p •1 �. I� "�' / - �-/ I ✓ � �� ✓ �I 1_J / - r.'�- i 'NolitiF . ,/�- 1� r/,�•- , �' 'r J I rit, s {y� I '1� '.•V ( 4r•�• - 1 f',�� `1 ,�� tIN •." r I'r ri ',i r /�' '• /p" r' r�• 1 i' •, -� .. " �� ����� Z-� V •v '� -: ! I \ "I I 1, % ,r ., /.Y .1.� .P,•1 \ �' _ a �� a l' /r iIF • +l /✓ !• r r I' ,/ .+ �� /,, ir1► ir� AL - �L' "� ► kAp �R'`ri �. r,�„ �' �f- r -i ���,FOO�,, ,.+�rt �'1 I .!' ,�t .!` -J; � �I A, �.. i. ^' ,��'�V��.:�V ti r •, '/" !�,/ /�✓1 1� ' �( !�Fr �// /, r� �'�" l r • r' r �. ' .�. >r �A, r/,? v� ,�? \��t`M•.! y ��``' • �:� J•^�r1 'j r rj��/ d s /1, / % I I,l ✓ 7 �f�+ �tl Y' y vLto r�Awit '1 %wJ"/a'4a• l�r .r r /i+: �/•rif/ "d I �1W •,:^ +�' ~-„�lT` \ �. '�\� \t. �` ���(�`1/y�,/%{!�''. ' 1 r r r r +P. I . . Al1 K • ,. `f ♦ r a•�L`� ` t r I ,l S /JJJ ri ,,� `J^ /I` ��- 41c, l rfs�� y�/ r y�•� 1' �, r� r��t� �'j ��a �- i.Poo VQ ti r ! I, r.i �` �,IN'�I �! '., •+r+�l ..���,/ 'I' -'`..- +i. ���'.�(r�'. ��4M, \ •a•.\'I\1A. > Ate-.. y' .,>. •�/ y r 1, .l1 (' .. v W( \ ' .R''2� ��- "`t .i �j>l�• tt..'♦V�L !' 'G• 440 9fW AI .. ♦ r r •���� �� 1 �..►. 11,E {T 5 � _S\ � V 4 rev_ II �, �� �. .� P ..tl �' i^�44 LL r •^�" • T j _ .. r. a ♦ "'� r �•< 'ti_' •'a' r 'yJ -ai y♦T ..� 'ems , �'- •• , .- �, - a 1 r _ I ul< d'+a _ . � C \ - ♦ F " � ` � f�\��� �T�♦j�'.` ,r '- ply. i. - ♦Pt• 6j-yj-t; :'s-._ C � : _ L:tYt '�• ... � � ! j).., �4�rJF •`•��ia'�'l�'�'�%.'g.,i h'' f , � i _.i ., r'' '--" " �.�-rK'.�'r �.�.:r: •'a.r�_ - 'r.- . • �Q "~s•- J� - . � ��r - . - - -. ,:, li� \ `i 'i' :d��k Lt �i.�:�Z�g aa,y. `.�S�n i 6.. �_-���.s�.,>r..t•171E_.i'�`+"•r. �.. - .. _ - , f � - ♦ _ � .. _ i �.. � 1 � �^ 6�1, • s c � lr;,.�y��. ts%` r;,nq .. �; S..,r.r 4 / -. �,"�e-a fir'' _ J i ,'^ " - - •, LJ.,7 Ti r % �_ 1�.� /r r� ti . fi7 KS l"J �'"�.• i�i 'i�>I�� �'%• , - - JJ '.' - .'i' �: .!T s ', Y !G "`�; +•a {1W,�• St_S"�`•o' i _ _ �� e•, - - - _ i •,� • -.� K� u�♦o j�141:y� ,v.2;�J i, I t _ `d" a v _ '- �. - ♦"._ s .. _ a- y ---�iX _- - '' '\ . ..�.: - - - ' WET �l,f � ' �.• �- " Y ... `a��'`A •t� n Y _ y ' ♦�.i,Y'i �/: +r.;,� > _Y. _ � �_. 'rt .. Y_ }� _ y� 'SY�,'+r / / - ``rn i,t s n�,.. �� `./ ,`tirt e {., '���'r,�.�. .; 7r \ ,:`L�`\� � �, `� .<�+ y�♦1 � ^ r• ! :� .a` ti <•_ ,:ti ,,( `.� •L, C .. i.} 'ArI, �,r',1�' ,l. _ f� ��j. Z� `"N Y'.' _`♦- r Lir. `t.. I p ,(: _ 1 _ .;4 a •may} 1 `Y e 1 sCr♦ ' t. V + * _+�.,- „^ -r♦�:. t ,� !I _ f r , - t 'l : • r. w\ r ) J:.'`_ . - �.e�'� < - __: L so.72;y� ) r. <.:" - <J r a , i ..�t� ' �.. r% 1 �.•. . - +^s.. - r .r,'�• 1r,. !'�? �♦n� t J� fp If !, '.. •.: .sue,.r,1i a•. ..t .-ram _ .jrr x 1 / .. • r' }f`,, . 1 {) p 'r• _ .'' yl.) -.�' Ii •''rl _: u/ -r� I f `. •�� ,r I rif M1 4, I h �`:.! },(!': `. •�L Q i�'j? ^ l ft ' f a -_` �r 9 < 7,, i•�� —".1 �� i- ,y� r n.Nr l.•. c.P.., �,}s > _+sue' '♦ !,! y r t •C s+. .�C- - / l tot o ♦IL - t I ea ,• , A IpI OF IS Ift, It - + . ' . �\ A . tl�,.,�r S -- _ •n `- < r S t / w }�. r .... . , ( 'rf . , .' $' +r r.� J 'r �'.� rig ' '�•�1\ + v < � �./ � , P � �, .� r 1 ,•°sap`. . ,, • ol Wit p - (In i 11 •, r / k wt' r• '.�, - .. -s h IJ' �• ,fit " q ,,.� _ }'�" -' , ♦ / r jr/ ( • �^s� �. ! r \ moo w 499 No mac. - .. _ '�—. s :t.•.. i. : t•, �� - --'�� c _ t50037�-7704 s� Y �. - �•.+.-.. - _ y _ - _ IN - ' lam'. .. .... T •�_ .V - t _ a - - _ v. \ wIN IN, �t�1w \ i r - — _ t ` L!, \.. 1` �•,_ 1 ♦ . �r S ry}. {. Y Y i a d/, r. \ e a do.,'� q, ,^ ♦Ipp Y 3 JIB' t • Alb k� _ do vd, odd,> .� �.11 w4 F• �� It t 1 P S 1 S y{�Q > ♦ t Fri l T Y 1 V!�. r Y `• } `i•I�"e 5! ai i. /, j _ ` _ 'L ,l 'err 1. -do. 111� rtN S� —,{ i �• t� Ad . f '. 3 4 ., 1r . � dodw py 1 � T l ..1 r- �.. I rod P . r J s < 1 F OJ?. " ` r t r, r lf r.' 1 j�.r. "1 • • T > • - - ., } der. qry�� do Iw od _ - r 11 L do Added od dd ..`. _ % . { ' .a), '... .. �af.l J` Mr {F{� c! Yr�,•i's' i `ems *�sy{�1 do 4L do, d L.to do ]�{ 1 do I do - ok ? r> r do - — - - 1 ',�% .1 , Y �. 'V 17. l 'f'Jt y' ♦ �� ` r _ _fir,• r >+ r 1 • 1 1L SOP I i • + r r + yr�j��/rdd-{''I ♦ •x Lt" ,ice= -�.. "`+F-♦ ` ` `•_ • !ode L ow d- ' - - i ,. �� v _� �`�, �, +— v ' .fiol �g Irk r ` r • t � a ' � 1 4 do s Y .�►. �/ 1 r 1r. r. r � { all 04 do .4e �" i X'A x. 9 - - - - - --ova . f- 4,7 \ � 9Kit_ ' VON r �'Ac\' _ ' < • • �\. ` 61 • - - gyp. s _ �'m.. ri`"m.•-<'c` , �j`.`"l♦����. �' ��; _Y i - -7 m .. - - 1 +4. \, _�, -R a `\��iy ��`• FAy- ram•. ✓- _ - - - _ �I s- _ - - _ .. - � _ ,\y4V \ • is \• _ r � I 'r`i� - � - _ - _ _ '. � s�.f- Qt amdo QV WI WII VI AP Aw 41 30 a •� AWN ; I v 4 tqP• .+•'ly.! �_♦. �. iy. _f •.T '.' - ,.`a _t ,�--.i: bl<: - S-` y. .r i - - w ,'/i, c �a l,^•• :��" `t.w _ i.- �+'bv • + �� TAB\ m ,• �. -� i' �_.�� - - �'�-_ �� �►' �� - t 1^ - >�'. i ,_ • .i c9 f .. 1. (I►y a - • _ <.. a. ` i` •c` 'a!l'�',� _ f401 41 '�/f� - - � It +Lt'�Yjk� a f -. ' a F + ^• `�r _ ' FIm. .�^1 y 1 ``�. J� «rt _ , f . ^ I `` a t. ,�1 � It / - s .�1r► ^`Y - ••ar. . ° V r • �'a-cl rf'`Yyl i �,,i(J_ 1( `.� • [ •'� ti t ♦e. _tit L r WIN CL / 2 O IN IV - III i4tow It toM c .Ya to IV IV +r �_ N - - ' 11 • ._. `` A_ .'�• ..'\. ter, -. _ _ :�i -�. !• �Il• - - - f r _• 'S•~ ,•'44 1�►._ - <•' - - w i dam/ _' +- ' `•- 1• '1 ,d.^v♦`-,. t'"r. `. -' ._ ,1�. `i y- - M } . y - , \ 'Q , ,ice \ \ �.•�_ a > . 'Po' K.'t•'Ztr' � ` •\• _ M .O� F. 4''y+,v' . •-SIR rp- , 1 Y 1',\'�• - ^ „ • -'`f _ \•1.�-`' �•--~L ``�� - \ -�-\`` ate,\ . 9 �' a , 3 .. ( .._ j• .r., 7;# 1. • ' ii \ lam" ^ i�li\\ ' �` •��. • -1IFR VIP i ti Tom' , ••.. l i• _ �, �. �. �'ra' '\ b 41- V,_ • , J . ti 1,E �', T C- t f� � �• ,;.i � _ -. -" .- _ �. ). It i w Si►,Sf1Ai- � _ I \, lUU1 ., \ 1'� i� .. '` ° ~ t `i A c` i A\ . r \ Ai i �/ - r yr 'r\: ��X - '`f••. r. r •"i�?yam • v\ h�\ �. -♦i �; -i {-` rt�,�t. �. !' L. - • iw 4, i ��'. ` ^ .`r. \ ^ .r' a milt h.� •/ - r'. w r •!� --lam r ..: 'Q. [ > \:\. .~ i ' �. y. f a ��•: A . 'h t �,^m ?a a • \ ,i owl T Vq to Age N r •'_ Vie• d t i y AO :,'. :,••fir/��:;ivl�i�►*� ��� f;F���,.,, y� " 1 1�,r op el;� ;I' %7+.Ti ~, '+•aid,%r, �'4 '� II�E � /• `�!' 14 10 I s 24 ` im Iva y! �� , M Li j . \ '-- •� \�law INIt , `t 1 ' I ,.,, i , <� �.> IN.IN ti 'j; i y AO :,'. :,••fir/��:;ivl�i�►*� ��� f;F���,.,, y� " 1 1�,r op el;� ;I' %7+.Ti ~, '+•aid,%r, �'4 '� II�E � /• `�!' 14 10 I s 24 ` im Iva y! �� , M Li j . \ '-- •� \�law INIt , `t 1 ' I ,.,, i , <� �.> IN.IN ti 'j; • —.� �. _-� (i� _ IF Ps AIR �y �i,i a . L to i� f to .OP // k ✓ P _ f II , q, �,•� pRIts -. , t�� •• ,AMID 1 . AIR .. 7 s. At Row- AIR ap, It t r `- t ._ _f ' . ,t'" : l.' �// /••) ✓ .}' �" f" Y`i At T f IYi _ -.a - , i^ •er ` .,Il �• L H : ^'��.-=,qf�- of y f i%IA 4%.0, i .� �[•�. f7 t. . l._, _ - _ yIa •fir. y� i`fJ'. �yry7 _� _ sel." i11 '_"V-):Y'd. v-, '',��(>S�ri✓�',, -"" sJ"Q'l•_f"-♦i i "'ff q!.ar �-yl �i _ ,.\TS-tie? , •�L` . l - 11 i. �!. „ / ` _ .., "_I Ads.Im. so If 'Ilo.' 1 / �l r.,. q ,♦..+'ll:.�' ..K�`r ►.t `Nv is gq�err,� _I�= ^♦ - •'/f-. - ��\ -,: _is or IN Ory r� w } . 'i, p�•i�'`,��/ `1'aJ ff _ = ..•r- _ •iyl4�.As a, \ tr sy "9 :. �i ,'�' i/` :--�fR �y� y. 7 I Ross ms-- Y) • Kill 1 • 1 �i i' tea+ t yl - ..Yi �,r- c`�+.i yi•,' �Ir _ yY'-�. _ l�s�y�, t. • AO Am soF soomIsif RI u f ; .7 •d(,,..�A.,-_Z 6+i l : +•';,•!' �tr) a rJ"�r�` __r>t�♦�js• t 1 'r a >; - _-r ♦ _ s li.ir ?•-i• .�vr�♦ tr �• 't a-,• - -J .tom. s l .V • t ' . , i �,X ��i ' S �' ' j� t a}-�-� t r !- ire'! , ',1�_ .�,�.•!y- tj-,.A, _JI ,. [-R ',-�"r�•' II:f�, _„t', ai?-y���Y1,._ •- -` - ,- - ` it�����_ l�L :fi l,.T, �,—._•t+' �'•y�It��%�f�'.✓% 4k ;.'St'♦S`*3eAIR -� .'('�ii �l . *;.,-w�- `Z►i - ..f'-'t s"� — _;,/•71i- ..s' / i .. .!'J J j _ f� .:� .j" _ . •.y �r R:�• �., ;` �"'�lY ot+ .kc I't� <` v N f : .y!�X' 3 _" ` a r.♦� '2 %�: r :'- : t� �• c. "ate* V-Ar 'R i t �i r.;Sr 1 ;`S �j ,, ^�' -_.'-- T'T��.IJ�JI"'q -• ;.-..'Ty.?�. ,.Y,- s%-.-.i` ' �•,• . _ +erraril. l� LTt` _ ' o v `} L •t� im �a� V.�r� 7X4i �t-�►r.('/:_.<fY.. ♦. • '• ��-- • r - t �'/ _� 3 J.Y. ' . �. v �• Lc :e qr _:i - - - _ 910 ( day •� _ / �, ��41, .� a !_ rf•.i�� �s Y. �i - .♦'sis',lit --+�7At J i I/ t,' `w a� �!� / /•! �� .O_✓/� .,/ "r� i•I r.st♦ 1 <�fir., ✓ �1�/ .l 't • r . 4_♦I-... ��70 • yY 's 11,s JI.f1 '` C!r .j,;-� ' •.r w.` rirl / �',97%( r �' - y i I ROW.* ...g. �" Y.. feu/NR+ a^'l k��l. �e�1 � > \Ir �� - )p 4 •..� . ',r • ' f,. lf�i" f.. t� .J• f ii % JFi V'.• !soli 'd al ✓.i` �, Vr•aVIIr, r �,`M fit!'��, "1.• �T�' / ♦�i. _or /l j;.. �i I f•.sp /l•}•ta r , "p-�stfi�r�r .✓T. Olt •.. i� �a' aa�y��..�`t •!4,�''..yei\�\\-' i t S` t l Jay .'r `i 1l f`jam .. .l. 11�'t ! • ,A��!' r7.Ow ' ►fi+3 .i/��.�,1' /$'` 1 / r • ' FaM I ` 's ! I i" • J i,F e f j f +' r.Y� v • it r i AN or r ii 1 .,`• {;'p"FI t..�t!•�ri;•"I�.%.7 tl.III ' rt"!'•Jd-;•/•" ✓.11 lv'r•J 1/(.117'i� ��••+ ' Row _ Jam/ J f PP++ _ ji Is: s/ l�� iar /": •�` 11!I',! J 1/,Y1� '�'Ii�i��. •of 1 17 sq. If Is,., .•SvJI/{C'i f ` ..1� j ;Nf.ry�%1 /'-' /� /��` .{ 1 `A `� • f' • q �-i,�,i1' t.�r[t�Y1.;�Y ,�J� P•: .Jl i,�- tI WIZ '• �J` '' Ilt� I 'r✓ 1 J' J -" fyI/�'y -' rel;4 I'-1� ,%fffF. T„7i �S• l,•�'•��l:yl�e��tR���^�Q� 'w �J� f:' l :��Q11� F.i: yi 'y,//'•.jc�T %(�K,J'j.'/ Fl� na% , •r ': er ,:• It.i ,74•A,. r. ! ,•, ;y`Jt'}t d'l A> JA- �'. $ ` '"'�..#'. 'TJ* e r !/ 'Il' .lr �, Ja �;' fni /�.dy �'1�tY/' I t ♦Z1T9,r J �, yT . 1 �e� .0 I • : r{{f•- t .: 'j��dil+ 'yll• fi. rC /'.' _. '.. J /, ��il�yf� !"p'i Y,V,i% 7!v`._ .,� ,�'i�„�.r y4'•.rW'. '' •I , `1• ` L� . ` ./ �. .� j Its"Y' / �!. ` ' �.0%/ / � ��jc .. �t ��:7 ,� (�• � i•� '/' /' r �,� l �1� � �+.'. �"� 1+l 1).J I r,� y If NY ►. t ' e, 1fi may. is r1 Row 7Ys( t1•. ijAIR o �1'I r ♦ �.M, }I��'yr�.��'�w. t �j �' ! f ( / , of '4 1 ', °l!, I`�1 ! :w� ••' - -lf ac ,• ` ♦`'� 'j am. !, %♦ i.' � �T�T;, ,'• ,i�- ✓ %/,�` ;,r 'IJJ' ti j:�Jcl,ll�« ll -If' .,.e•1♦ 111' i A. .^�• Ill,y��� / r"r a !I i/ .! .�l!{'�.7 r!• ._ ( +� j.n i� r 'ii l.` !• :'�i -wf+' .• ✓ , °. . • , 1 '� a�. I % • le p r 'e' IyiI l C r - rr ♦It j r/ r 'S%� ♦"La i �J(Y �}. ���L? . el IRA ,,f���t^,rr. �,�j% �' .1.1"' r.r �� ' � y r'�',�. �fi� 'f 1��� 7 rs �! •f l; •, r: ♦/^' '•�7T ���• '� .(z if Y r? i7 l�r /, Jof _ OR I k i.'.a�i�.' •:i�; • 1. .1J +, .r "j,1 _ � yor soot'f i.ti 9t. '' JAM �/ `� '.!!' %, 1' 1 �• I-vMI� �"'.J ,� r, 1 i 11� �;' / ♦r , ,+/ _ sa `.r.,�r L-" /-♦ LV 'V r♦ ' ' At . �Of= (• '11` ` ✓Y%/ i' • -w' ` ♦ 1), ' ♦ ( �y et rV->✓ '1 ..•JI i.♦i.'.'l, /'. �i,� •to JO .a� L.M/�(�r ; dd r yr/,,�♦ r/. . iV.V•,, _'t) a �yr!.•1' , ,-f' II ./)< 6 '`. f. t A � if � 'Oi hr �� 1, Rosy, ►, f �. N Y - \-. Z r ! (. �• l st !: 1 r. y! ryw 5 f (. • t e. fill4 l *1 . J ! ,. I7� , 91 ... 0 Is Apr f ah Isor .� . i • I yy i ( fill \ / L "l ;! r -1 •('IJ �' .mot �1 .�1 '�i.AI 11�I, - Y I• a� qi' �If e,/.v,e �,/(y I'� �Y10 I16. � • i ' 'e' �. y ,.r 11wt1 f.1 on • ' \, 1 +♦/ '/ Lj' ..'IN ad' ` t �. 1 ! d�� 0r` ~\ tA iss soRo r✓r l �� / '�fi,! G T ' J.a`!%-I(1 1. ♦ I �, , Aviv �' 's. _ �. %J ♦/^✓ �V��� M y 'V11 �t 1'S�� ! r .,_ 'r�Ii. ���ti' �A '�� •V' �e\ �� I' ,/ e - ► 1 f e 1 � f � �V r 7•• e �'' e� •J f w4 1 ����� F' 1 '� a r_ r! . I f' J .� a f�`� +rim. •- �! ,U• '4Y_ , l .i rf'.� r •�_-r+�C` /�J�. •1 �.At `l- rrFY• I r ',y �1 ! r• _• . ,- , �4•/�fa .,R �S. \ .,;L,. y4�`7 `!r l'I,7a��1• t.'4':44 r'7/ . • t�y/,�'��/ /.111�y • ,- IA '1 ti"�rfs'-' ,'� / /' �•�� II r" `^\•�`..!' ♦�? •J yy�b'!J ,�,.e• 1 ' '� I • d i. - - _ ---- t�Jjj •--e,nr•,' �! ` ASS w r.i i ,'✓ .Y - r- I - _'Y -` _ _ f lt r may{ - i .: � l �,. •"R4`'�=: � �� ��. 1 r . 1 � 'V � r llaI♦ + IrttA I'. Z1 .42 Awe; Air . AP-w I' rA ` '�.^'i .-rye <___ __v • J ata 1 _ " r >_ y ~tea. - --.. � ._i � -N�.�, _ ..N -10 Art ;E4`I`lAm,mmrw i '_ ' ,5-•-�= .+,r > _.tea--cT� ;�.Ir oI A. - - , �. " •.i - - _ i:!^ r - S s Yam/ �t =T -+f l.T�- �" .... '•"-ssii� r ,•/!vim i .--..4-' •., >= a-t�f`�- �• .: $y ,t ,r _ •l ynr{. J .. s'- ram• - L, IrI At,_-- -ILI It _r✓lY ;fit �1441111_ 'y4 •Q� ,��..'�f, .:♦ �+ _t-may,: -J'� _ r ; ✓' .. _ _ - --�i' 4:": • y _-�a._� ",.u„� Tyt MI 'AaA Alto IN e �' / .� '�v'iL�V'P Gil Imo: ^_ �t 'y jam_ �`r•'-- ,� h: 1i - It Art -.' - 'w - 4 Z- _t _ Ei Ikk It �Y •a,-_ , . 1_C, . �i It '� o, MIA AI It - AN Stir, .3f t✓t1 '-ar:z \.'.�� _ __ i T: Apr i ,� �a _ -rr i - _ _-" - _ _ -}t �,�jiir-a�„�ia� A Air MI, IA I'vit, _ _ O _ _ _ . ` to � _ .•tt- _ . - ., Via'' -1/ �if I 'a � -�� � _ •, y'C _ _ - _ _ _ - 1♦ _ - ' _ - - _ �J�6• - _ Ail Air ! _• ���,,yyy�r /r - _ -.s - �K - +�J�{� ♦ d,y,���'� . . . .P _ i - - �AptI�♦- - - ` �_ �"•iV- --�1-7 �•- - _ - _ 11• Y� •-I\ q s: 1 ' _ yT}'r _`mac.. _ •` - t.r1ti,� s, -�\c qIL IIN -A oar Ao LIN AA,III - -71 Al A. I, Its arA IS APIA wAroov� '` Ago it dr ._ J�- ' ,:~•'Ir• 'r �� /r L:.2"•y,,r�''r Lf 11 _� `! .'' ; �J'C 7,;��R\ s♦;./if i icl� ! •f'..� •��� i a:..(' �{S/ ••�,� - .�•� r 1. T,,. •. #_ CY-• ^► �'�• 1�` \. `_� _ n tilft ����� ! `' ♦,� .% ' > �'I I " 1 _ 1"� -1 \. ~-may _ • -i _ _ L/ i1 - •/'' *. I.,i Y� �./X� i.�! a. ') • 'Yxe i '.,� -o ' .as O� , I rw .rU :.A-+ ./ ♦• -[ - 'aa _ y v` f-< - .7��•. ;+ 9' 1 ,K+• fi.t •• r .�{:' _ "f f j y ..r. •J v-� I , '; 1�`; � :� ��:.. - - . :w _ \t1,- '� �l�\'•- _ _ '; T_�, "r irk• c •+" •` Y %� Q,'7• ',� f „ ' .'J/+yy,_/.�+b' �S'+r �. i. R, _�` ,I^ .I''J :III to,�• _ ♦ •� \ -. .. •� •` :�1.. T�d•i ��• �.r, APO OOK -IN I&ARIF I tit to r •,Atr . r . r�.. A ! .rI I %.t •. .r 1., `,. t �. .1 r� ,`�' 1 - _ t J 1 •r,\.It a ._ Nita ;rl r�' �f � �' I ,%'r� ry •r rr •.. /1/ ,ic,, J, wyy, \4 limit J4, 1'•4+� :A - �� ,�.` �'� �``�y - -'��._ .� �Aof } Y �. 1 1 v �,,� -Z ll yam" i r . j ',yI A/r�'Jj.:' f '�;o r, r _ s rr�! /w v �:� Y' -ti! ��� _ IL -t1 V,'r --�� 1 i'y�L�ti %e.o�I._ ItIl Via., ; /y �'j ,�! r , w I Art At N �s' , lr:� yl %+ ! ' �� .1 .r 1, ,r(�r.�j� ?-- '' 'il r r }yl r-ip'• iAI ; .� a ,�,• r. r. y- ! ✓� Y. .!. /''r r ir' {� ( ` t�'r� w 11 '• _ Ir ♦ oA.•� '��I i •�Ylf h� ��_ .yy�F, ,. lo s'1. •�'.� •Yv/ J t�. ! �a 1 /', .�•, �_I' ,�,/, r•. T•"' 1 , y, ` -�.v\y��J �.. •�s`�,` •! j(� r +�, , y s• - r - ^gyp i io'\l+''wr -'t_ h�"•i_ _•rlt1\- , C+� *.�',�.7 1/ ,' 1 .r , 4 ! / r/' r'1 1.� ~ 1 - - :F '`\- t:` 2.ai.+. " "'`\+Q-]'•: l' V'j _ ,, / !+- _�/�' ,� +>' •i /.�.•{��•����, �,1� ''� ae �'I`:' Z�•rZ '� �+ r :�� Ij: r. ✓ r , _ '✓ 'x Arl / 'J�•`1 �.lr Ap I'. I. ,, I. 1W'♦ I '"104 Jf r p •1 �. I� "�' / - �-/ I ✓ � �� ✓ �I 1_J / - r.'�- i 'NolitiF . ,/�- 1� r/,�•- , �' 'r J I rit, s {y� I '1� '.•V ( 4r•�• - 1 f',�� `1 ,�� tIN •." r I'r ri ',i r /�' '• /p" r' r�• 1 i' •, -� .. " �� ����� Z-� V •v '� -: ! I \ "I I 1, % ,r ., /.Y .1.� .P,•1 \ �' _ a �� a l' /r iIF • +l /✓ !• r r I' ,/ .+ �� /,, ir1► ir� AL - �L' "� ► kAp �R'`ri �. r,�„ �' �f- r -i ���,FOO�,, ,.+�rt �'1 I .!' ,�t .!` -J; � �I A, �.. i. ^' ,��'�V��.:�V ti r •, '/" !�,/ /�✓1 1� ' �( !�Fr �// /, r� �'�" l r • r' r �. ' .�. >r �A, r/,? v� ,�? \��t`M•.! y ��``' • �:� J•^�r1 'j r rj��/ d s /1, / % I I,l ✓ 7 �f�+ �tl Y' y vLto r�Awit '1 %wJ"/a'4a• l�r .r r /i+: �/•rif/ "d I �1W •,:^ +�' ~-„�lT` \ �. '�\� \t. �` ���(�`1/y�,/%{!�''. ' 1 r r r r +P. I . . Al1 K • ,. `f ♦ r a•�L`� ` t r I ,l S /JJJ ri ,,� `J^ /I` ��- 41c, l rfs�� y�/ r y�•� 1' �, r� r��t� �'j ��a �- i.Poo VQ ti r ! I, r.i �` �,IN'�I �! '., •+r+�l ..���,/ 'I' -'`..- +i. ���'.�(r�'. ��4M, \ •a•.\'I\1A. > Ate-.. y' .,>. •�/ y r 1, .l1 (' .. v W( \ ' .R''2� ��- "`t .i �j>l�• tt..'♦V�L !' 'G• 440 9fW AI .. ♦ r r •���� �� 1 �..►. 11,E {T 5 � _S\ � V 4 rev_ II �, �� �. .� P ..tl �' i^�44 LL r •^�" • T j _ .. r. a ♦ "'� r �•< 'ti_' •'a' r 'yJ -ai y♦T ..� 'ems , �'- •• , .- �, - a 1 r _ I ul< d'+a _ . � C \ - ♦ F " � ` � f�\��� �T�♦j�'.` ,r '- ply. i. - ♦Pt• 6j-yj-t; :'s-._ C � : _ L:tYt '�• ... � � ! j).., �4�rJF •`•��ia'�'l�'�'�%.'g.,i h'' f , � i _.i ., r'' '--" " �.�-rK'.�'r �.�.:r: •'a.r�_ - 'r.- . • �Q "~s•- J� - . � ��r - . - - -. ,:, li� \ `i 'i' :d��k Lt �i.�:�Z�g aa,y. `.�S�n i 6.. �_-���.s�.,>r..t•171E_.i'�`+"•r. �.. - .. _ - , f � - ♦ _ � .. _ i �.. � 1 � �^ 6�1, • s c � lr;,.�y��. ts%` r;,nq .. �; S..,r.r 4 / -. �,"�e-a fir'' _ J i ,'^ " - - •, LJ.,7 Ti r % �_ 1�.� /r r� ti . fi7 KS l"J �'"�.• i�i 'i�>I�� �'%• , - - JJ '.' - .'i' �: .!T s ', Y !G "`�; +•a {1W,�• St_S"�`•o' i _ _ �� e•, - - - _ i •,� • -.� K� u�♦o j�141:y� ,v.2;�J i, I t _ `d" a v _ '- �. - ♦"._ s .. _ a- y ---�iX _- - '' '\ . ..�.: - - - ' WET �l,f � ' �.• �- " Y ... `a��'`A •t� n Y _ y ' ♦�.i,Y'i �/: +r.;,� > _Y. _ � �_. 'rt .. Y_ }� _ y� 'SY�,'+r / / - ``rn i,t s n�,.. �� `./ ,`tirt e {., '���'r,�.�. .; 7r \ ,:`L�`\� � �, `� .<�+ y�♦1 � ^ r• ! :� .a` ti <•_ ,:ti ,,( `.� •L, C .. i.} 'ArI, �,r',1�' ,l. _ f� ��j. Z� `"N Y'.' _`♦- r Lir. `t.. I p ,(: _ 1 _ .;4 a •may} 1 `Y e 1 sCr♦ ' t. V + * _+�.,- „^ -r♦�:. t ,� !I _ f r , - t 'l : • r. w\ r ) J:.'`_ . - �.e�'� < - __: L so.72;y� ) r. <.:" - <J r a , i ..�t� ' �.. r% 1 �.•. . - +^s.. - r .r,'�• 1r,. !'�? �♦n� t J� fp If !, '.. •.: .sue,.r,1i a•. ..t .-ram _ .jrr x 1 / .. • r' }f`,, . 1 {) p 'r• _ .'' yl.) -.�' Ii •''rl _: u/ -r� I f `. •�� ,r I rif M1 4, I h �`:.! },(!': `. •�L Q i�'j? ^ l ft ' f a -_` �r 9 < 7,, i•�� —".1 �� i- ,y� r n.Nr l.•. c.P.., �,}s > _+sue' '♦ !,! y r t •C s+. .�C- - / l tot o ♦IL - t I ea ,• , A IpI OF IS Ift, It - + . ' . �\ A . tl�,.,�r S -- _ •n `- < r S t / w }�. r .... . , ( 'rf . , .' $' +r r.� J 'r �'.� rig ' '�•�1\ + v < � �./ � , P � �, .� r 1 ,•°sap`. . ,, • ol Wit p - (In i 11 •, r / k wt' r• '.�, - .. -s h IJ' �• ,fit " q ,,.� _ }'�" -' , ♦ / r jr/ ( • �^s� �. ! r \ moo w 499 No mac. - .. _ '�—. s :t.•.. i. : t•, �� - --'�� c _ t50037�-7704 s� Y �. - �•.+.-.. - _ y _ - _ IN - ' lam'. .. .... T •�_ .V - t _ a - - _ v. \ wIN IN, �t�1w \ i {:-- NNW lAI II Ml�v— — li � .l 1 ;J _ VAI Am._ _ _� ,. ,z o -f� �Am A �� t .. / _ - _ _ - -ay 1 mA.I r1 _ ....�tI, /l i - y _ ' .Lr—� Am._ - �;'''� v Ad A % l� �..; `.: +e--'y r/"yam -` �`� --c _ Am t�Am AI _ ..� - - - - - - `- -r+ Yar'-_i �+"•r - ..rat r'� . z rs _- ,'."f 1 - _ Am L Am Am /- = `-� ­AIJ- "u r; .T" 1.--r '•.t.- r« r�Ti��r - i/� \!f.,• '- v.. :D' _ `Cr:".. _."cam L. _ -� _ _.s•.5� ';rl� ' _ w/ -.. _'� �� �r� _.w• _i:.� _ - 'i ` _��—_ tea. 'III,. "AlY i I: yam. ` �� _ rA me A:w AL A Am cam- ..fir._.x r-AII s..` p✓.:-. -- -_ r J frr d i- tr x".�.dl �'• y° AI- i cT^ -- _ . t IAI IA -o— yAm mYz-„c r~ l J..�__ w ':ls`mT li p AmA ' _ -�. Am A AIA _III Am <{y1, /S a-� yc 7 'ram 1 > i 1�'r�. - 'l�.y��'Vi •.fit' I`-.^�`"l ♦ ^i '.; ^•.. _ .`��..�, d y.�. _ a`_ _ �l - _ I�.. . .>~r R �___• �_ �- y _ r'--1-' i-1� _ �,.> yf!J �:. '��.. ;•n�-'� _ .v �_e\ . -u t` __r •� - s_-_• �i ;>; •. :C c _ _ mm ImIm Am- AIL Am !-Ji - - t-.".r.�3' ..a :� -�. .i ...♦ - _ -w •f� _ �TiF...• may'" :W�^Z _=`_"•-�f -,^ _ ' !Nz __ �`.•T il'9t•.fr }!` Xi1� ..+ - -•. _ t51i! .. -_'�— - _ 5-+f _ 1' ,f-,r y ' f�� .r �• `1�Y _ _ -� �'•;.�. "J^ i .f �.`� 1 :,III: '.. j,. a. J - <d- 1 ^L.u' _ --�.�:f'"j/�- .G`.. -�' "Yal'�w1•�-,'��,c��y"x. -4--"->L�'. �-G-4 !`-"�_ .:�` `3.�.Ci- �`�.]',!.:.A,s.�y.'y\-c+ �, AI �.. r,. _ r _ �.' i. j.(=-- .� j — ./.- �fe`1• --�_ 'r: -; - 'I" +=):'=��! _tltI �..._ _," al a.. `.F_,. � ?�-.`Yr: {:_ sir.. -a. _ _ . +.• terry' _ :. .'_ ! �. _.', `_ .I"-'� �. '`1 _ _ •t _ - r'� .. - ./ %%. .��.I-, ..:<- '�','�:�.-�•r�-�--�� �_ _ ___.�.-�^�... i� -4 ....•J r,�,..6- f ~4`_ _ Am I _ _ _ {.� {may �w.� a_ _ it AI md •^-�.=�_--"-_ _ _ r`. - %'.fi - _ _ ,%' 1.,. V+ _ ri ._ems-.e '•t. �. _ - Ys i.'_- _L^ _ ��'ii`L�ri.'^zJ �'`^-_ r:. y-+nC' ~'z •� �. } 1 AL i' w�i+z�'_' _ D's. �J :�P,�C - --_ _✓• _i - - _ �. �Ii ". _ ` t.. + 1 . " , _ !.- - - -:�.. f2-<� +.r', - z--^C"( - .r. -'•a. r�••�._�,,,. - •: ". - '� - - l_- _ +� `L _ - _ J-' ... _l �.{•+-.v'� 3' dr�.'°.z" r.r.-;r ',1_.r mImAm F. AmA AmA A AI IAL II Im'AA ♦ - iy�J±=+`-. ,i'_�. _ i �.- _ \..: - _ .� _ ;r �.f` •¢srd' ..-: - yam- p. •m�.pr '•'�la;-a-/''i,I� Yea- -T - �-'c' '� - - o= - - '!• �'' ter. = - - - - - , r"�%`.y�- - _ _ti,c:'- " _ c �7�• ✓' 1 _ v .�i� y _ i e -�'.. 'S.� ... y,,. _ _ _ _ t-._ .�.' •r•.._ _-„ __ .'� _ - _ - _ _ f -'i" _ _="'li-.r•'.e fi__.,..a -` h „ Y..,- -� -" r- - _ ti d {�i.-~rA-_,.�• _ _ _ _ iR-•_ _r- •i�� <,z,-�`. — _ �C+ `'a'�. ". I L I. >-c _ ,_., ♦ _ /p rC ' �; �-.-�_ ,U.. _ _ _ -. /�--_ ='- t. Lr1' sl..-••, - - y _ - --�',-4- .- - _ 'tom; 6w!-; -t"v "i -+iit _ . e _ _ `-s- 1. mom' IC �- _ d - _ C3+ �i ,+ .-1� A. _ r.'a - _ _ - _J - S' ="ln-' �.., %y_.. «4 . r .� i''��.L i� '� _ - - tea`. . �r•�w_.. �'1. `.�r'^•yr, f_/lr .; _.:v.:l ; r _ _ _ _ w �, /I lr"K a- ^.1�"-. •.: >•.f _ -' r •� - _ ., _. r Jt _ . ^l)~`�at w= ._\"' >r _ --'1'_ YAK"�'AC145`-_.,Y'sf'] _ _ e� ^ S1 4 .`� l _. - _ - •- 1Er '�'. �C -� 't - - - _ r i�r _.� .'.:rr _ - �� a •d�'- vv^.�Y. �' L-f = _ •'�'"., ir{�3 `h.. .�.- y_� ?� _ _ - _ _ - _ _ y _ I./ •r�y., _ ti.._ t •'f _ __� "' 1k f'� j_,a. _ . - - _ ._'9.''. 4.'. v�.d-. r�.y .. �i'�,'t_ _ 4 +aj:- �:�.t t- - - ' - - hp�'. r _ }.' _ _ -'_. / - -it-•�`i �1-R: _ _. - _ �.r• "�i, tt`� '_ _- `v.�`�t�-+.- .-a.:r ..°'fit y: _ I _ _ _3 7�` >•.jq_� L - — 'r `i.. •: _ ! 1 _ ` y /t" _ �rK7�`. 1`-3'I t - i+.�/. 'K . � .. - _ - r� A -' �.. A. - +1? - _ -yt-l7•�+J r-•,' --.I _ .- �•j. 1�_` 1'' ' , v -"x' �•'_�?�cII : P ^ s ,". / - ', r1.. _ _ I d ' a> Y I-� '_J_ ~N d �' '� II • r - 1r Q� _ - - _ _ - - _ M r ' r `mod f.�' - �e - - - ._, _ - �P _ J:. i.•^ _ _ 6 - -'!ra J%qI v. .`;tea. _t _ �.JI 4' - r.. AmI rc: .•i v / •-♦%' �- l fir_ a "_r��Jj' �Y�. r:. �i: _�M•`rYr•S "_i'.',:k?►� . - ��•r _rT~ �- - _ a: a'4{'-:.t .. :.- • -��:' ,.�`�' _i• f -k..r _ s t ``�- .4?. _ yJUsfc _� 1 �' • C.. �•.t` 3 _ i ,� - .r any Y' \ _ _ y - J-� v _ Y l�y.' _ . _ . e�'- .'r 7 <at.9... • w;-__ ' .,'�. �f �s i�l, q_ rt - �r�i �'�. - h -_ _• - - _ .-�e-'�F,,', �- )�� _ I'f - - 'Fw ♦ 't�'' _ III t+c^1`- .yam 1 ^�" _ •. •.i.Nl� _ �. �. l �1 ..v: ti' f-' _ �' aAA AA _'" �,e• 's f . - _r• eP .vs __ X...•h -` - l pl ~ ,rf _ _ µ - .e 1 r.r Wt1�y a.+.-..: �_y' IA ~- AAIl •� ALA _ '� •`l-'All A, "u.._ - - -'}.. v 3.p..- �`.�{ -R•e t - -:a' _ . _ ~% - •• - _ . Ms- ' ♦. -s . > .Y • ♦ ". 4 _ `�-a'ti tir- �....• a_ _ �-'� f - . = _ T� _Am11A -AA w- C J s f: '."d' fJ _- • .is•. - . �..;('.•. -Pr,' y. ♦-"`V`_ ) ~- _ - K �' c v - _�.- '-... Z - - _ rs " AA c `� . ^c - ,e�}�� _ <T _ �y� .. ��„3 '!►yv� M ^-'<V{,�.•l _ - tk _ :i.�"�^� ♦..v._. `V" _ A. _ '♦ '>� r.. :-:. �:_.> .�,�y _ .J.ay _ .ram - 5 �` yy - ��i _k_ _ - _ - �':i "- . r: ±k: tiR� 'b T .y� •+M1 _ii, '� - f• ,+lS„_ e r. - b C "_•fir' - I ^ - c - - —`+� - - _'�- • M I -.i r r _ ,� - ,i� ti !fi'' o ' r.- -. ^z ..' - y' f r_ .d�`r.. f t.a .��♦•_' ; 4 "+ : _ A i - _ _ •tl c� 'ri3v., ���lN•r-. A,_ ., •-.•- _ tK -•Y --'►A tee.' �'_ _ f'f r +',' _ I' - " v _ C +" _ ti _ y� ♦-AA`O �'. i .+',• -'-� ...��i. - � \~fig -�f "Y'�`y.�.I' .s - Z'�G•� J 5 _ e '�_�.�fL� f..ryw-. y_ t . I vr.J �.`.r_ °A --s -o AAmm 1 n �'r' i.. \ _ • ! - •mot Mdf,4 T �t A J _ _ .�. - �s — --'JS Ic ` •_ mAmAIr _ t AL Am,`III .. -/ � A, IIIA Am AAcmt OFF ' move AAA 'L E .r� ♦ _ Y6- _ R� - �. .. - t _ _ _ / roIr 1 ,�- _, _ _ ♦ - • • _ may`.' _ ' _Nm /-s ~.y9 : • = �'.� ..} ., ... ' _.� 4 ' ��- il�• _ 1_ - +. f Y r v`` C �'f.. rt+AImmm _ ,,_ _ III ► _ a 'j. .. -J!�'e . _ _� .l. -ter w+a ti\.x--=— - _r^'fti , _ ,` i i1I ,. _ .,I} _ _ ► �" .'. a ._. _ e.,!�_ �.f••!�..-'ifI/-.:� '�l�i r' - r•r - _ _ f� ' . f = - - t " _ iM -.. _ ... - `Or 0 Of If fI s'•Y- -01 11A li"Al N 9 4 y,- ,yy ktv y`�,4U 'ri yraa��4 �.i a (i �.. k� .d 4m ' rT,7`T 7^"'Z �.r., +t =1?' �low. r - If - - Of Or _ _ - - Or Of d "Offfir. - - - l n I' .. _ 01 - - ._ .} - _ .. L ✓ t - _ 0 Om Or If OZ jai bl; S .ice. .e - ��` •j _ r = ti , 10 ro Of Off If it a. ► ✓v iA r: r�,. T d .�0 Of J d Or�. �..�� r 1 4 V J 1, \f G If j000, J ♦ r 2'- b• - Of Of ?mayOf Off Off- '�' 9 ice- } xt i S.tivc r _. '✓" �'? A✓+ \' ). - tr L ✓ 'i Or I 11 t� l r ` r fy t4 � : ' v A r - -I. - si r ✓ 1 [ kf Y� i s t.., �s rOff Y . t K;♦ r �J, e Or I Of e, '" r ' P '' 3', 3 2, Y' , 1 < Or e < a .-tom' ✓ i .�t f - ;�. -r:—• i 1. 6Y �Ai. •``Tr\. _ _ cOl v '1t Off�' . r fl^' b ✓ ,� r ? fit. 1{V �iIf Of, \. o P ✓` r., r o C r _.,. v�y,ft'Y.a�, • �y- w.rxo / �� / , ✓wei'. pp,A1 ^.i w°. }- )s' A4sAli v �{ ,1^ ?%r -shF 444www AY�� .fit 6 (' _ Of ytIf < '/ 't 10 i - ,,. - .✓! il. �.^,� M. ,. <^r0, .. y. +s I Of �'? rOotA/ 7,r:�%''J 'FS...•cAc.%`,.'�� .- %. -✓•rt .1 '.. ✓ 1 y .i�' �yw' ''a°'x�v' ^-' - �r'-�S�Y. S r'., .. ..Of T If fr Of Or .. a_.iA:' .� '•° �\rr11'� .'SJ .CJ� OfO fk '--^> _ a a.. r:':� ••.y 7 ec .Y'.i: .:' ,,yy y, q' f- - J r ,- 7,. :, .� H sP.J 4 �r R : Fai.'.�:.,' 'c .� i- .;, .: ., .".: .,^% r✓...� s ':.c�. a::�ari/l�-A rt;'l':ra.3a.'�7Ht.F.Jf1 - %j�m911ffA )1r0 < vrl%e44 ' yr Ldew • y ? �tV � a � � i --_ _ -.6.8 .. r� t�G.' - _- . �-J �6��i"� tom♦.. - s- tip.; ao-TZFi! • ��'..,�� ... ��. `� i!?'JGY+ 'Y1'e. `�f ~ ~_ 3 >t y : r= -s•�d' ilfSri " >z ► •s. c c -,� .y7r.. " �-..�_i����, �f� - mac. __. `_ t � � � 1r= ifs -�','�,.e.�••��, •rt � ,�e.�:` �� ����A' ': jibe a-�l ' c �J'-^:ASS �►C.." '`�siw^`�-.'+e3i�� .. ST _ >n W- is —;, -- � •,. l'`�X� L� � l !ri ! J�?t^ r 4•r1f {., . - / � ' Z.: �,,•J.• •ems • }`Ft • v V 1A TOWN OF GULF STREAM PALM BEACH COUNTY, FLORIDA COMMISSIONERS SCOTT W. MORGAN, Mayor THOMAS M. STANLEY, Vice -Mayor PAUL A. LYONS, JR. JOAN K. ORTHWEIN. DONNA S. WHITE October 13, 2016 Mathews Consulting a Baxter & Woodman Company 477 S. Rosemary Ave. Suite 330 West Palm Beach, FL 33401 Dear Ms. Mathews: Telephone (561)276-5116 Fax (561)737-0188 Town Manager WILLIAM H. THRASHER Town Clerk RITA L. TAYLOR Please find enclosed the FINAL fully executed copy of our agreement for you General Engineering Services. We have placed one in our files as well. If you have any questions, feel free to contact the undersigned. Very truly yours, Rita L. Taylor Town Clerk Encl. 100 SEA ROAD, GULF STREAM, FLORIDA 33483 MATHEWS CONSULTING a BARTER&F,10ODMAN company August 2, 2016 Mr. William Thrasher, Town Manager TOWN OF GULF STREAM 100 Sea Road Gulf Stream, Florida 33483 Dear Mr. Thrasher. Town of Gulf Stream eneral Engineering S rvices Mathews Consulting, Inc. is pleased to announce the acquisition and merger of our firm with Baxter & Woodman, Inc. As Mathews Consulting, a Baxter & Woodman Company, we will continue to provide exceptional engineering services to the Town as follows: • Plan Review- to ensure compliance with the Town's ordinance requiring onsite retention of stormwater, • Drainage Issues - evaluation of any flooding problems within the Town and recommendation of solutions. • Water Distribution and Sanitary Sewers - design and/or reconstruction/rehabilitation services for issues relative to the Town's water distribution and sanitary sewer system. • Environmental Permitting/Regulatory Compliance - permitting services for new projects and the update of existing, permits as needed in accordance with permitting rules of the Florida Department of Environmental Protection, Palm Beach County Health Department, South Florida Water Management District, and the United States Environmental Protection Agency. • Construction Management- provide shop drawing review and approval, cost estimating, project scheduling, bidding procurement, value engineering, contract clarification, construction inspection, job site meetings, change order negotiation, equipment testing/startup, and certification of construction. • General Consulting- available to answer questions or review correspondence, ordinances and regulations on an as needed basis. We will also be able to provide the following specialty disciplines on an as -needed basis by our new in-house staff: • Surveying • Electrical Engineering • Structural Engineering • GIS • Instrumentation & Controls 477 S. Rosemary Ave. Suite 330, West Palm Beach, FL 33401 • 561.655,6175 MATHEWS CONSULTING 4A a BAXTER f' OODMAN company We are available to provide the above services on an hourly fee basis in accordance with the attached fee schedule or on a negotiated lump sum fee basis. Our primary goal is to provide the Town of Gulf Stream with accurate and responsive engineering services to ensure the success of your projects. We look forward to a continued working relationship with the Town on many important and challenging projects. Sincerely, BAXTE & WOODMAN, INC. e L. Mathews, P.E. Vice President 'ram ACCEPTED BY: FOR: TOW F STR DATE: `/ 3 - / Notwithstanding the above, nothing in this agreement shall preclude the Town of Gulf Stream from issuing Requests for proposals or otherwise soliciting or contracting engineering services form other providers on an as needed basis. Either party may terminate this agreement in its sole discretion by providing the other party thirty (30) days written notice prior to the effective date. Initial for Baxter & Woodman, Inc. 12 Initial for the Town of Gulf Stream A copy of Section 119.0701, Florida Statutes, has been provided to contractor. 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 561-276-5116, RTATLOR@CULF-STREAM.ORG; TOWN OF GULF STREAM, TOWN CLERK, 100 SEA ROAD, GULF STREAM, FLORIDA 33483. Initial for BAxter & Woodman, Inc. Initial for the Town of Gulf Stream 477 S. Rosemary Ave. Suite 330, West Palm Beach, FL 33401 • 561,655.6175 www.baxterwoodman.com MATH EWS CONSULTING a BAXTE ! OOD MAN company 2016 Billable Rate Schedule Classification Hourly Rate Principal Engineer $165.00/hr Senior Engineer— Level II $150.00/hr Engineer —Level I $112.00/hr Senior Construction Inspector (RPR) $110.00/hr Construction Inspector $90.00/hr Sr. Engineering Technician $110.00/hr CADD Designer $95.00/hr Clerical $68.00/hr ♦ Reimbursable Expenses —billed at direct costs ♦ Subconsultant Costs— billed with 10% markup 411 S Rosemary Ave Suite 330, West Paim Beach. Ft 33 401 • 561.655,6175 www-baxterwoodman.com Statutes & Constitution :View Statutes: Online Sunshine Page 1 of 2 Select Year: 2016 v Go The 2o16 Florida Statutes Title X Chapter 119 View Entire_ Chapter PUBLIC OFFICERS, EMPLOYEES, AND RECORDS PUBLIC RECORDS 119.0701 Contracts; public records; request for contractor records; civil action.— (1) DEFINITIONS. —For purposes of this section, the term: (a) "Contractor" means an individual, partnership, corporation, or business entity that enters into a contract for services with a public agency and is acting on behalf of the public agency as provided under s. 119.011(2). (b) "Public agency" means a state, county, district, authority, or municipal officer, or department, division, board, bureau, commission, or other separate unit of government created or established by law. (2) CONTRACT REQUIREMENTS. —In addition to other contract requirements provided by law, each public agency contract for services entered into or amended on or after July 1, 2016, must include: (a) The following statement, in substantially the following form, identifying the contact information of the public agency's custodian of public records in at least 14-point boldfaced type: 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 aeteonane number, e-mail address, and mailing addressi . (b) A provision that requires the contractor to comply with public records Laws, specifically 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 shalt 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. http://www.leg.state.fl.us/Statutes/index.efin?App mode=Displa... 9/13/2016 Statutes & Constitution : View Statutes : Online Sunshine Page 2 of 2 (3) REQUEST FOR RECORDS; NONCOMPLIANCE. — (a) A request to inspect or copy public records relating to a public agency's contract for services must be made directly to the public agency. if the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request, and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. (b) If a contractor does not comply with the public agency's request for records, the public agency shall enforce the contract provisions in accordance with the contract. (c) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under s. 119.10. (4) CIVIL ACTION. — (a) If a civil action is filed against a contractor to compel production of public records relating to a public agency's contract for services, the court shalt assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. (b) A notice complies with subparagraph (a)2. if it is sent to the public agency's custodian of public records and to the contractor at the contractor's address listed on its contract with the public agency or to the contractor's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. (c) A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. History.—s. 1, ch. 2013.154; s. 1, ch. 2016-20. Copyright a) 1995-2016 The Florida Legislature • Privacy -Statement • Contact Us http://www.leg.state.fl.us/Statutes/index.cfm?App_mode=Displa... 9/ 13/20 16 TOWN OF GULF STREAM Construction Management Services for State Road AIA Water Main Improvements — Phase 2 DATE: April 3, 2020 BACKGROUND The Town of Gulf Stream (Town) contracted with Baxter & Woodman, Inc. (Consultant) to provide engineering design services for the replacement of the existing 6-inch water main, north of Golfview Drive, along State Road AIA, then west on Sea Road, then north on County Road, north on State Road Al and then west to the end of Little Club Road (Phase 2). As part of previous improvements (Phase 1) the Town replaced the existing 8-inch force main along State Road (S.R) AIA, south of Golfview Drive with a new 12-inch water main. The Town has requested that Consultant provide Construction Management Services for the Phase 2 portion of the project. DESCRIPTION OF WORK The limits of the water main replacement are presented on Exhibit 1. The replacement water main along S.R. AIA will be minimum 12-inch diameter. The replacement water main along all other roadways will be 8-inch diameter. All water main piping will be installed using either the open cut trench method or horizontal directional drilling method (HDD). The water main improvements are as follows: • Design a 12-inch water main (approx. 3,200-ft.) on S.R. AIA, north of Golfview Drive • Design a 8-inch water main (approx. 300-ft.) on Sea Road • Design a 8-inch water main (approx. 1,300-ft) on County Road • Design a 8-inch water main (approx. 200-ft) on S.R. Al A, north of County Road • Design a 8-inch water main (approx.. 1,000-ft) on Little Club Road • Connect to all side roads along pipeline route • Directional drill or alter alignment in areas of Australian Pines, where feasible • Fire Hydrants (500 ft. residential and 1,000 ft. non-residential) • Valves (8-inch and smaller shall be gate valves; 12-inch valves shall be butterfly type) • Water Services (2-inch meters and services) • Driveway Restoration • Pavement trench repair when crossing roads 04/03/20 SCOPE OF WORK The services provided under this authorization will be divided into defined tasks in order to provide the Town with required construction management services: • Task No. 1 — Services During Construction • Task No. 2 — Resident Project Representative Services The specific scope of services to be provided by Consultant in this Proposal includes the following: Task 1 - Services During Construction (SDC) The specific SDC phase services to be provided by the Consultant include the following: Subtask 1.1 Pre -Construction Conference Prepare agenda and conduct pre -construction conference with selected Contractor and Town staff. Prepare and issue written minutes of meeting. Subtask 1.2 Submittal Review Receive, log, and review Shop Drawing and Product submittals for general conformance with the design intent and provisions of the Contract Documents. Review of up to fifty (50) submittals (total, which includes submittals and re -submittals, if required) is included in the budget for SDC phase services. Consultant will review and return submittals to Town and Contractor within fourteen (14) days of receipt. Subtask 1.3 Monthly Meetings Attend construction progress meetings with the Town and Contractor once a month and provide an agenda and written summary of the issues discussed. Project meetings will be conducted by the Construction Manager with the Resident Project Representative also in attendance. Following the meeting, the Construction Manager will prepare and distribute meeting minutes (within twenty-four (24) to thirty-six (36) hours after meeting) to the Town and other attendees. Meetings will be held at the Town facilities. Five (5) progress meetings are included in the budget for this task. Subtask 1.4 Pay Estimate Review Review monthly payment applications submitted in a format acceptable to the Town. Consultant shall verify the quantities as represented on the pay request and make a recommendation to the Town to proceed with the payment as requested, or as modified based on Consultant review. A seven (7) month construction period is assumed in budgeting this task. Subtask 1.5 Construction Schedule Review Monitor the construction schedule monthly and report, to the Town, conditions which may cause delay in completion. 04/03/20 Subtask 1.6 Construction Clarifications/Daily Communication Respond in writing to Contractor's Request for Information (RFI) regarding design documents during the estimated seven (7) month construction period. Consultant shall issue interpretations and clarifications of the Contract Documents, along with associated support materials, as requested by the Contractor. Those interpretations will be rendered and a response prepared and submitted to the Contractor within a targeted time frame of five (5) working days. This subtask also includes the necessary Day to Day Communication with Contractor and Town for coordination of the construction activities for the seven (7) month construction time -frame. Subtask 1.7 Construction Changes Prepare and negotiate Change Orders (CO) and Field Change Directives (FCD) during the seven (7) month construction period. For the purpose of this task order, it is assumed that up to three (3) CO's and ten (10) FCD's will be prepared during the seven (7) month construction period. ' Subtask 1.8 Periodic Field Inspections Consultant's Construction Manager will visit the project site an average of eight (8) hours a month for the seven (7) month construction time frame. Subtask 1.9 Certification of Construction Complete Consultant shall certify to Florida Department of Health — Palm Beach County (FDOH-PBC) and Florida Department of Transportation (FDOT) based on visible project features, Consultant's inspections and review of testing reports that the project was constructed in accordance with the plans and specifications submitted in the permit applications. Certification will include that water services were properly pressure tested and bacteriologically sampled to allow a "request for release of facilities to be placed into service" to be filed with the FDOH-PBC. It is assumed that up to three (3) partial releases and one final release will be prepared for FDOH-PBC. Subtask 1.10 Substantial and Final Inspection In conjunction with Town staff, Consultant shall make preliminary and final inspections and assist in the preparation of a Contractor "punch list" to achieve Substantial Completion. Review completion of identified punch list items to assist in the determination that Substantial Completion has been achieved by the Contractor. Ad -vise the Town that Final Acceptance of the project has been reached in accordance with the Contract Documents. Subtask 1.11 Public Outreach Consultant shall attend and assist the Town in presentation of the proposed project to local residents at a public meeting. The meeting shall be held at the Town Hall. Consultant shall prepare meeting notification handouts. Consultant shall prepare a power point presentation for the meeting and shall provide construction plan sets for discussion/review purposes. Consultant 04/03/20 shall develop Social Media Sites for the Public to follow along with the Project. Consultant shall also administer a Project Hotline during the seven (7) month construction timeframe, Consultant shall also create and maintain a resident owner complaint log. Consultant will coordinate the issues with the Town and Contractor; and will track resolution of all matters. Task 2 - Resident Project Representative Services The Resident Project Representative Phase services to be provided by the Consultant to include the following: Subtask 2.1 SR Al Inspections Provide a full-time (40 hours/week) Resident Project Representative (RPR) during the critical construction work along SR AIA in a total period of not -to -exceed sixty eight (68) working days (for a total of five -hundred and forty four (544) hours) for this portion of the construction contract. This assumes a total overall construction duration of 6-months to Substantial Completion, and total onsite RPR services of 5-months including Town Roads. It is anticipated that some of the directional drill procedures are likely to exceed normal 8-hour per day working times. On those days it will be necessary for Inspection Oversight to extend beyond the normal working times to provide this additional coverage. We will attempt to absorb this with our allotted budget and notify the Town if this becomes an issue. Subtask 2.2 Town Road Inspections Provide a part-time (25 hours/week) Resident Project Representative (RPR) during the critical construction work along Town Roads in a total period of not -to -exceed forty five (45) working days (for a total of two -hundred and twenty five (225) hours) for this portion of the construction contract. This assumes a total construction duration of 6-months to Substantial Completion, and total onsite RPR services of 5-months including Town Roads. Activities performed under the above tasks 2.1 and 2.2 consist of furnishing an RPR during the construction of the project, to observe the quality of the construction work, and to determine, in general, if the construction is proceeding in accordance with the contract documents so that an engineering certification can be made regarding the construction of the proposed improvements. The RPR shall: ■ Serve as Consultant's liaison with Contractor, working principally through the Contractor's superintendent and assisting him in understanding the intent of the Contract Documents. Conduct on -site observations of the work in progress to assist in determining if the work is proceeding in accordance with the Contract Documents and that completed work conforms to the Contract Documents. Consultant's Project Manager shall report, in writing to the Town, whenever Consultant believes that work is unsatisfactory, faulty or defective, or does not conform to the Contract Documents, or does not meet the requirements of inspections, tests or approval required to be made, or has been damaged prior to final payment. ■ Accompany visiting inspectors representing public or regulatory agencies having jurisdiction over the project. Record, in writing, the outcome of these inspections and report same to Town. 04/03/20 ■ Consider and evaluate Contractor's suggestions for modifications in drawings or specifications and report them to the Town, in writing. Consultant shall make recommendation for action by the Town. ■ Review Contractor As -Built information on a monthly basis to confirm proper updates are being made. ■ Observe all flushing and pressure testing of the piping. ■ Assist the Contractor in coordinating all required density testing, etc. as required by the Construction Documents. • Consultant shall provide to the Town the RPR's daily inspection report and digital photos (electronic copy). The reports and digital photos will be provided on a bi-weekly basis (e.g. every two (2) weeks). • RPR shall work with the Contractor and develop a Daily Quantity Sheet (based on the approved Schedule of Values) to be reviewed and accepted each day agreeing to the quantities of Schedule of Value items installed. LIMITATIONS OF AUTHORITY Except upon written instructions of Consultant, Resident Project Representative: 1. Shall not exceed limitations on Consultant's authority as set forth in the Contract Documents, 2. Shall not undertake any of the responsibilities of Contractor, Subcontractors or Construction Manager, or expedite the Work. 3. Shall not issue directions relative to any aspect of the means, methods, techniques, sequences or procedures of construction unless such is specifically called for in the Contract Documents. 4. Shall not participate in specialized field or laboratory tests. ASSUMPTIONS In addition to the work items discussed above, the following assumptions were made in establishing the scope of this Task Order and associated fee. Changes and/ or modifications in the above work items or these assumptions are considered an Additional Services Item under the terms of the contract. Assumptions include: 1. Deviations from the As -Bid Drawings will be compiled by the Contractor and electronically incorporated onto the drawing files. Two (2) sets of signed and sealed RECORD drawings by Florida Registered Surveyor will then be submitted by the Contractor to the Town. Four (4) sets of RECORD drawings will be provided to Consultant for submittal to FDOH-PBC and FDOT. 2. The construction man-hours are based on the following: • 7-Month construction duration (NTP issued to Contractor) = 210 calendar days (152 working days) 04/03/20 6 • Construction Administration Services During Construction (SDC) 7-Month SDC Construction Administration Services (NTP to Final Payment) = 210 calendar days (152 working days) • 5-Month RPR Services = 130 working days. 85 working days along SR Al at 8-hours per day and 25 working days at 5-hours per day, which equates to 769 inspection hours (Monday through Friday). Weekend work and/or night-time work is not included in this scope and budget. As previously discussed with the Town, the above Inspection Hours assumes the Contractor can complete the work along SR AIA within a 3-month timeframe. We make this assumption without knowledge of the Contractor's planned Construction Schedule. Please note, that once the Construction Schedule is provided, and if the Contractor is unable to complete the work along SR A I A within the assumed 3-month timeframe the Consultant will need to renogtiate their fee for Inspection Services with the Town. If SDC or RPR is extended beyond above for any other reason during construction, then an Amendment to this Proposal may need to be executed for the additional work. 3. Contractor will be required to secure any dewatering permits. 4. Arborist Services are being provided by the Town. Town's Arborist shall coordinate with Consultant for necessary updates on the project work activities, schedule and protection measures for the Australian Pines along SR AIA. ADDITIONAL SERVICES The following are examples of some specific Additional Services Items that may be required, but are not included within this Proposal. Generally, a condition contrary to the work description in or assumptions in the previous sections (upon which the construction management fee is based) are considered an Additional Services Item. Examples include: 1. Additional supervision or construction observation in excess of that specified in this Proposal. 2. Assisting the Town in the settlement of construction contract claims will be an additional service. These and other services can be provided, if desired by the Town, under separate Proposal(s) or by an amendment to this Proposal. Services performed will be on an as- directed basis in accordance with a written Notice to Proceed from the Town. SCHEDULE: The completion dates for this work will be as follows (starting at time that Contractor is issued award of the Construction Contract). Engineering Services Time per Phase Task 1 — Services During Construction 152 working days Task 2 — RPR 130 working days 04/03/20 SUMMARY OF PROPOSED FEES: Compensation by the Town to Consultant for the services described in this Work Order will be in accordance with the method of payment indicated below and detailed in Exhibit B. Tasks Task 1 - Services During Construction (SDC) Task 2 - Resident Project Representative (RPR) Reimbursable Expenses Cost $ 50,223.00 (Lump Sum) $ 69,210.00 (Not -to -Exceed) 4,000.00 of -to -Exceed Total $123,433.00 Additional Services - The fee for Additional Services shall be billed using the Hourly Rate Schedule contained in Exhibit B. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. TOWN OF GULF STREAM, through an authorized official of the Town and Baxter & Woodman. Inc. signing by and through Aaron Cutler (Vice Presidentl duly authorized to execute same. TOWN OF GULF STREAM: <e -;�� By: By: I . - % / °�-# 04/03/20 'OODMAN, INC.: C.G.C., Vice President Date: O S t 1 /Zo -0 a 75 m 1 o O 0 o 0 (n C y p y O N O 64 U ooloo b a!,:, l o o O aa000 o 0 0 0 o pp 0 0 000 0 0 0 0 $ InOlO0000000 to CO 00 O N er (O a CO oq N N o6c to N M ? F J a O! O .7 NT N N h M fA 1' ti (O M .6 N N to fA tAi 63 ffl 6RS b4 (A 69 d9 H (A W. W r00 O p 9 7 (D cO (O O (O G Q cl) 69 m + W 6f O O O U 0 iv Z G CO_C N p r O O b O O N~ •O m W O OI (o O O M M N Q Lf) N C r co Nco G 0) 69 to J a O LL m p M N O n ,� �� O O M N O N O fn d 1 N � N O O OI W O o m c o n7 cn 0 O (O Lni In c W O O O. Gf O O O O .� N m v O O) v LO co c O CIO O O c a` ` v' w o N91 0o a � W d N I N K R A I y QI V G 0c I O N U! w u G > Q' 0 c m y 2! W� y do,C N �@U y ( G! Ui C p f-tf W' C V V D a '� �1 S L G I N G j� I. O_ N O O r O O F H 0 l4 C O N C UI N= •7 C O C V d. U N. y LU 2 U 0 U r2 G W G7 N C C C LL m '� '� V L C o y 0 o ¢ o N NI U U� d a v Wo1 o m G 46 (�° j � O 0 o Hu O rLoay p 0 cn (i OO D O > Q a E o a000a01(ona on41ay wA c*cnnw w 0. d y r cl r I,1I � N CO m l N Nk NI � I TOWN OF GULF STREAM Construction Management Services for State Road AIA Water Main Improvements — Phase 2 DATE: April 3, 2020 BACKGROUND The Town of Gulf Stream (Town) contracted with Baxter & Woodman, Inc. (Consultant) to provide engineering design services for the replacement of the existing 6-inch water main, north of Golfview Drive, along State Road AIA, then west on Sea Road, then north on County Road, north on State Road Al and then west to the end of Little Club Road (Phase 2). As part of previous improvements (Phase 1) the Town replaced the existing 8-inch force main along State Road (S.R) AIA, south of Golfview Drive with a new 12-inch water main. The Town has requested that Consultant provide Construction Management Services for the Phase 2 portion of the project. DESCRIPTION OF WORK The limits of the water main replacement are presented on Exhibit 1. The replacement water main along S.R. AIA will be minimum 12-inch diameter. The replacement water main along all other roadways will be 8-inch diameter. All water main piping will be installed using either the open cut trench method or horizontal directional drilling method (HDD). The water main improvements are as follows: • Design a 12-inch water main (approx. 3,200-ft.) on S.R. AIA, north of Golfview Drive • Design a 8-inch water main (approx. 300-ft.) on Sea Road • Design a 8-inch water main (approx. 1,300-ft) on County Road • Design a 8-inch water main (approx. 200-ft) on S.R. Al A, north of County Road • Design a 8-inch water main (approx.. 1,000-ft) on Little Club Road • Connect to all side roads along pipeline route • Directional drill or alter alignment in areas of Australian Pines, where feasible • Fire Hydrants (500 ft. residential and 1,000 ft. non-residential) • Valves (8-inch and smaller shall be gate valves; 12-inch valves shall be butterfly type) • Water Services (2-inch meters and services) • Driveway Restoration • Pavement trench repair when crossing roads 04/03/20 SCOPE OF WORK The services provided under this authorization will be divided into defined tasks in order to provide the Town with required construction management services: • Task No. 1 — Services During Construction • Task No. 2 — Resident Project Representative Services The specific scope of services to be provided by Consultant in this Proposal includes the following: Task 1 - Services During Construction (SDC) The specific SDC phase services to be provided by the Consultant include the following: Subtask 1.1 Pre -Construction Conference Prepare agenda and conduct pre -construction conference with selected Contractor and Town staff. Prepare and issue written minutes of meeting. Subtask 1.2 Submittal Review Receive, log, and review Shop Drawing and Product submittals for general conformance with the design intent and provisions of the Contract Documents. Review of up to fifty (50) submittals (total, which includes submittals and re -submittals, if required) is included in the budget for SDC phase services. Consultant will review and return submittals to Town and Contractor within fourteen (14) days of receipt. Subtask 1.3 Monthly Meetings Attend construction progress meetings with the Town and Contractor once a month and provide an agenda and written summary of the issues discussed. Project meetings will be conducted by the Construction Manager with the Resident Project Representative also in attendance. Following the meeting, the Construction Manager will prepare and distribute meeting minutes (within twenty-four (24) to thirty-six (36) hours after meeting) to the Town and other attendees. Meetings will be held at the Town facilities. Five (5) progress meetings are included in the budget for this task. Subtask 1.4 Pay Estimate Review Review monthly payment applications submitted in a format acceptable to the Town. Consultant shall verify the quantities as represented on the pay request and make a recommendation to the Town to proceed with the payment as requested, or as modified based on Consultant review. A seven (7) month construction period is assumed in budgeting this task. Subtask 1.5 Construction Schedule Review Monitor the construction schedule monthly and report, to the Town, conditions which may cause delay in completion. 04/03/20 Subtask 1.6 Construction Clarifications/Daily Communication Respond in writing to Contractor's Request for Information (RFI) regarding design documents during the estimated seven (7) month construction period. Consultant shall issue interpretations and clarifications of the Contract Documents, along with associated support materials, as requested by the Contractor. Those interpretations will be rendered and a response prepared and submitted to the Contractor within a targeted time frame of five (5) working days. This subtask also includes the necessary Day to Day Communication with Contractor and Town for coordination of the construction activities for the seven (7) month construction time -frame. Subtask 1.7 Construction Changes Prepare and negotiate Change Orders (CO) and Field Change Directives (FCD) during the seven (7) month construction period. For the purpose of this task order, it is assumed that up to three (3) CO's and ten (10) FCD's will be prepared during the seven (7) month construction period. ' Subtask 1.8 Periodic Field Inspections Consultant's Construction Manager will visit the project site an average of eight (8) hours a month for the seven (7) month construction time frame. Subtask 1.9 Certification of Construction Complete Consultant shall certify to Florida Department of Health — Palm Beach County (FDOH-PBC) and Florida Department of Transportation (FDOT) based on visible project features, Consultant's inspections and review of testing reports that the project was constructed in accordance with the plans and specifications submitted in the permit applications. Certification will include that water services were properly pressure tested and bacteriologically sampled to allow a "request for release of facilities to be placed into service" to be filed with the FDOH-PBC. It is assumed that up to three (3) partial releases and one final release will be prepared for FDOH-PBC. Subtask 1.10 Substantial and Final Inspection In conjunction with Town staff, Consultant shall make preliminary and final inspections and assist in the preparation of a Contractor "punch list" to achieve Substantial Completion. Review completion of identified punch list items to assist in the determination that Substantial Completion has been achieved by the Contractor. Ad -vise the Town that Final Acceptance of the project has been reached in accordance with the Contract Documents. Subtask 1.11 Public Outreach Consultant shall attend and assist the Town in presentation of the proposed project to local residents at a public meeting. The meeting shall be held at the Town Hall. Consultant shall prepare meeting notification handouts. Consultant shall prepare a power point presentation for the meeting and shall provide construction plan sets for discussion/review purposes. Consultant 04/03/20 shall develop Social Media Sites for the Public to follow along with the Project. Consultant shall also administer a Project Hotline during the seven (7) month construction timeframe, Consultant shall also create and maintain a resident owner complaint log. Consultant will coordinate the issues with the Town and Contractor; and will track resolution of all matters. Task 2 - Resident Project Representative Services The Resident Project Representative Phase services to be provided by the Consultant to include the following: Subtask 2.1 SR Al Inspections Provide a full-time (40 hours/week) Resident Project Representative (RPR) during the critical construction work along SR AIA in a total period of not -to -exceed sixty eight (68) working days (for a total of five -hundred and forty four (544) hours) for this portion of the construction contract. This assumes a total overall construction duration of 6-months to Substantial Completion, and total onsite RPR services of 5-months including Town Roads. It is anticipated that some of the directional drill procedures are likely to exceed normal 8-hour per day working times. On those days it will be necessary for Inspection Oversight to extend beyond the normal working times to provide this additional coverage. We will attempt to absorb this with our allotted budget and notify the Town if this becomes an issue. Subtask 2.2 Town Road Inspections Provide a part-time (25 hours/week) Resident Project Representative (RPR) during the critical construction work along Town Roads in a total period of not -to -exceed forty five (45) working days (for a total of two -hundred and twenty five (225) hours) for this portion of the construction contract. This assumes a total construction duration of 6-months to Substantial Completion, and total onsite RPR services of 5-months including Town Roads. Activities performed under the above tasks 2.1 and 2.2 consist of furnishing an RPR during the construction of the project, to observe the quality of the construction work, and to determine, in general, if the construction is proceeding in accordance with the contract documents so that an engineering certification can be made regarding the construction of the proposed improvements. The RPR shall: ■ Serve as Consultant's liaison with Contractor, working principally through the Contractor's superintendent and assisting him in understanding the intent of the Contract Documents. Conduct on -site observations of the work in progress to assist in determining if the work is proceeding in accordance with the Contract Documents and that completed work conforms to the Contract Documents. Consultant's Project Manager shall report, in writing to the Town, whenever Consultant believes that work is unsatisfactory, faulty or defective, or does not conform to the Contract Documents, or does not meet the requirements of inspections, tests or approval required to be made, or has been damaged prior to final payment. ■ Accompany visiting inspectors representing public or regulatory agencies having jurisdiction over the project. Record, in writing, the outcome of these inspections and report same to Town. 04/03/20 ■ Consider and evaluate Contractor's suggestions for modifications in drawings or specifications and report them to the Town, in writing. Consultant shall make recommendation for action by the Town. ■ Review Contractor As -Built information on a monthly basis to confirm proper updates are being made. ■ Observe all flushing and pressure testing of the piping. ■ Assist the Contractor in coordinating all required density testing, etc. as required by the Construction Documents. • Consultant shall provide to the Town the RPR's daily inspection report and digital photos (electronic copy). The reports and digital photos will be provided on a bi-weekly basis (e.g. every two (2) weeks). • RPR shall work with the Contractor and develop a Daily Quantity Sheet (based on the approved Schedule of Values) to be reviewed and accepted each day agreeing to the quantities of Schedule of Value items installed. LIMITATIONS OF AUTHORITY Except upon written instructions of Consultant, Resident Project Representative: 1. Shall not exceed limitations on Consultant's authority as set forth in the Contract Documents, 2. Shall not undertake any of the responsibilities of Contractor, Subcontractors or Construction Manager, or expedite the Work. 3. Shall not issue directions relative to any aspect of the means, methods, techniques, sequences or procedures of construction unless such is specifically called for in the Contract Documents. 4. Shall not participate in specialized field or laboratory tests. ASSUMPTIONS In addition to the work items discussed above, the following assumptions were made in establishing the scope of this Task Order and associated fee. Changes and/ or modifications in the above work items or these assumptions are considered an Additional Services Item under the terms of the contract. Assumptions include: 1. Deviations from the As -Bid Drawings will be compiled by the Contractor and electronically incorporated onto the drawing files. Two (2) sets of signed and sealed RECORD drawings by Florida Registered Surveyor will then be submitted by the Contractor to the Town. Four (4) sets of RECORD drawings will be provided to Consultant for submittal to FDOH-PBC and FDOT. 2. The construction man-hours are based on the following: • 7-Month construction duration (NTP issued to Contractor) = 210 calendar days (152 working days) 04/03/20 6 • Construction Administration Services During Construction (SDC) 7-Month SDC Construction Administration Services (NTP to Final Payment) = 210 calendar days (152 working days) • 5-Month RPR Services = 130 working days. 85 working days along SR Al at 8-hours per day and 25 working days at 5-hours per day, which equates to 769 inspection hours (Monday through Friday). Weekend work and/or night-time work is not included in this scope and budget. As previously discussed with the Town, the above Inspection Hours assumes the Contractor can complete the work along SR AIA within a 3-month timeframe. We make this assumption without knowledge of the Contractor's planned Construction Schedule. Please note, that once the Construction Schedule is provided, and if the Contractor is unable to complete the work along SR A I A within the assumed 3-month timeframe the Consultant will need to renogtiate their fee for Inspection Services with the Town. If SDC or RPR is extended beyond above for any other reason during construction, then an Amendment to this Proposal may need to be executed for the additional work. 3. Contractor will be required to secure any dewatering permits. 4. Arborist Services are being provided by the Town. Town's Arborist shall coordinate with Consultant for necessary updates on the project work activities, schedule and protection measures for the Australian Pines along SR AIA. ADDITIONAL SERVICES The following are examples of some specific Additional Services Items that may be required, but are not included within this Proposal. Generally, a condition contrary to the work description in or assumptions in the previous sections (upon which the construction management fee is based) are considered an Additional Services Item. Examples include: 1. Additional supervision or construction observation in excess of that specified in this Proposal. 2. Assisting the Town in the settlement of construction contract claims will be an additional service. These and other services can be provided, if desired by the Town, under separate Proposal(s) or by an amendment to this Proposal. Services performed will be on an as- directed basis in accordance with a written Notice to Proceed from the Town. SCHEDULE: The completion dates for this work will be as follows (starting at time that Contractor is issued award of the Construction Contract). Engineering Services Time per Phase Task 1 — Services During Construction 152 working days Task 2 — RPR 130 working days 04/03/20 SUMMARY OF PROPOSED FEES: Compensation by the Town to Consultant for the services described in this Work Order will be in accordance with the method of payment indicated below and detailed in Exhibit B. Tasks Task 1 - Services During Construction (SDC) Task 2 - Resident Project Representative (RPR) Reimbursable Expenses Cost $ 50,223.00 (Lump Sum) $ 69,210.00 (Not -to -Exceed) 4,000.00 of -to -Exceed Total $123,433.00 Additional Services - The fee for Additional Services shall be billed using the Hourly Rate Schedule contained in Exhibit B. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. TOWN OF GULF STREAM, through an authorized official of the Town and Baxter & Woodman. Inc. signing by and through Aaron Cutler (Vice Presidentl duly authorized to execute same. TOWN OF GULF STREAM: <e -;�� By: By: I . - % / °�-# 04/03/20 'OODMAN, INC.: C.G.C., Vice President Date: O S t 1 /Zo -0 a 75 m 1 o O 0 o 0 (n C y p y O N O 64 U ooloo b a!,:, l o o O aa000 o 0 0 0 o pp 0 0 000 0 0 0 0 $ InOlO0000000 to CO 00 O N er (O a CO oq N N o6c to N M ? F J a O! O .7 NT N N h M fA 1' ti (O M .6 N N to fA tAi 63 ffl 6RS b4 (A 69 d9 H (A W. W r00 O p 9 7 (D cO (O O (O G Q cl) 69 m + W 6f O O O U 0 iv Z G CO_C N p r O O b O O N~ •O m W O OI (o O O M M N Q Lf) N C r co Nco G 0) 69 to J a O LL m p M N O n ,� �� O O M N O N O fn d 1 N � N O O OI W O o m c o n7 cn 0 O (O Lni In c W O O O. Gf O O O O .� N m v O O) v LO co c O CIO O O c a` ` v' w o N91 0o a � W d N I N K R A I y QI V G 0c I O N U! w u G > Q' 0 c m y 2! W� y do,C N �@U y ( G! Ui C p f-tf W' C V V D a '� �1 S L G I N G j� I. O_ N O O r O O F H 0 l4 C O N C UI N= •7 C O C V d. U N. y LU 2 U 0 U r2 G W G7 N C C C LL m '� '� V L C o y 0 o ¢ o N NI U U� d a v Wo1 o m G 46 (�° j � O 0 o Hu O rLoay p 0 cn (i OO D O > Q a E o a000a01(ona on41ay wA c*cnnw w 0. d y r cl r I,1I � N CO m l N Nk NI � I TOWN OF GULF STREAM Engineering Services for State Road AIA Water Main Improvements — Phase 2 DATE: February 21, 2019 BACKGROUND The Town of Gulf Stream desires to replace the existing 6-inch water main, north of Golfview Drive, along State Road A l A, then west on Sea Road, then north on County Road and then west to the end of Little Club Road. As part of previous improvements (Phase 1) the Town replaced the existing 8-inch force main along State Road (S.R) Al A, south of Golfview Drive with a new 12-inch water main. The Town has requested that Baxter & Woodman (Consultant) provide data collection preliminary design, detailed design, permitting and bidding services in the execution of this project. DESCRIPTION OF WORK The limits of the water main replacement are presented on Exhibit 1. The replacement water main along S.R. A 1 A will be minimum 12-inch diameter. The replacement water main along all other roadways will be 8-inch diameter. All water main piping will be installed using either the open cut trench method or horizontal directional drilling method (HDD). Water main installation using the HDD method will be considered at locations where water service connections are not required. The water main improvements are as follows: • Design a 12-inch water main (approx. 3,200-ft.) on S.R. A 1 A, north of Golfview Drive • Design a 8-inch water main (approx. 300-ft.) on Sea Road • Design a 8-inch water main (approx. 1,300-ft) on County Road •. Design a 8-inch water main (approx.. 1,000-ft) on Little Club Road • Connect to all side roads along pipeline route • Directional drill or alter alignment in areas of Australian Pines, where feasible • Fire Hydrants (500 ft. residential and 1,000 ft. non-residential) • Valves (8-inch and smaller shall be gate valves; 12-inch valves shall be butterfly type) • Water Services (2-inch meters and services) • Driveway Restoration Pavement trench repair when crossing roads • Abandonment of existing 6-inch water mains 04/ 17119 1 SCOPE OF WORK The services provided under this authorization will be divided into defined tasks in order to perform the required engineering services. The following is the description of the tasks to be completed by the Consultant: Task No. 1 - Client Workshops/Meetings Up to four (4) client workshops/meetings and three (3) Commission meetings shall be attended by Consultant and Town staff. Consultant shall provide a written summary of the issues discussed at the workshop meetings. These include review meetings for the following: Item 1.1 Kickoff Meeting for the purpose of verifying the Town's goals, objectives and design standards for the project. Lines of communication for the project will also be established. Item 1.2 50% Design Review Meeting. Item 1.3 75% Design Review Meeting. Item 1.4 100% Design Review Meeting. Item 1.5 Commission Meetings (up to 3) Task No. 2 — Data Collection Item 2.1 - Surve% Verification Consultant shall furnish the services of its in-house professional land surveyor to provide survey services. The survey services shall consist of field topography including locating existing vertical and horizontal control (GPS Localization), baseline stationing (established from south to north and west to east), and all above and below ground existing facilities and utilities within the full right-of-way (including 5-feet back on each side of the right-of-way) of the established construction limits. The survey control will be referenced from the Palm Beach County Control Network which is the North American Datum of 1983 and the 1990 adjustment for horizontal control and the North American Vertical Datum of 1988 for vertical control. The survey work shall include the following: Topography survey at 50-foot intervals and at major ground elevation changes to depict existing ground profile at proposed project area. All topographical surveys shall have stationing established from south to north and west to east (station numbering system will be reviewed and approved by the Project Engineer). This shall be accomplished by creating a baseline in the field to collect pertinent data which shall include the following: a. Location of all visible fixed improvements within the right-of-ways (including visible fixed improvements that would pertain to engineering design lying 5 feet outside of R-O-W on each side or up to existing privacy fence/wall), easements and parcels of the project limits, including physical objects, roadway pavement, driveways, sidewalks, walls, curb, drainage swales, shrubs, trees, sprinkler heads and control valves, lift stations, signs, fences, power poles, buildings, and any other encumbrances, including point of curvature and point of tangency. Specific attention shall be given to the existing trees (Australian Pines, etc.) along N. Ocean Boulevard b. Location of all known above and below ground existing utilities: FP&L, AT&T, Cable TV, Natural Gas, Potable Water (pipe diameter, TOP, valves 02/21/19 TON, fire hydrants, and meters), Force Mains (pipe diameter, TOP, and valves TON), Sanitary Sewer (pipe diameter, manhole inverts and direction, rim elevations, laterals, and clean -outs w/in 5-ft. R-O-W), Storm Sewers (pipe diameter, manhole inverts and direction, catch basins, and rim/grate elevations), and all other accessible structures. This will include coordination with Sunshine (i.e. One Call) and the Town. Underground piping shall be pot -holed and survey data collected to denote the actual horizontal and vertical locations of all utilities located. C. Identify all platted rights -of -way lines within the project limits (including bearing and distances for centerline), lot numbers, house/building address, ownership lines, block numbers and dedicated easements according to recorded plats. A title/records search is not included in the project scope. Cross-section elevations shall be indicated every 50 feet, at a minimum, to indicate centerline grades, edge of pavement grades and shoulder grades, low points and all right-of-way lines. Intermediate grades shall be indicated at all grade breaks, driveways and sidewalks. Two grades (one at the right-of-way line and one 5 feet back) shall be indicated on the driveways to indicate direction of grade. The survey shall show the limits of FDOT Rights -of -Way for State Road A I A (i.e. N. Ocean Blvd). The survey shall show the limits of all Town Rights -of -Way for Sea Road and County Road. g. The survey shall clearly indicate all private property limits which encompass Little Club Road which is a privately owned drive. The Town shall coordinate access with the Little Club Homeowners Association, as required, to facilitate all work which will be performed on private property. h. The survey shall include topography of the complete intersection, 50 feet beyond radius returns, at the terminal end of each street. Provide and reference benchmarks at maximum 600-foot intervals. Elevations to be referenced to an existing established Town or County Benchmark. 2. The above topographical survey data will be prepared in AutoCAD (Version 2016) format at a plan scale of 1 "=20' horizontal, as one continuous file. Baxter & Woodman's standard layering system shall be followed. Item 2.2 Geotechnical CONSULTANT shall use the services of a professional geotechnical engineer to provide subsurface investigations of the project area that will include: 1. Perform up to ten (10) standard penetration test (SPT) borings to an average depth of ten (10) feet. 02/21/19 2. Perform up to six (6) SPT borings to an average depth of 30-ft along water main segments which are designed to be installed using the HDD method. Coordinate and secure all necessary permits from FDOT for all work located within FDOT rights -of -way. 4. Maintenance of traffic for all geotechnical field work. Evaluate field data collected and provide geotechnical engineering evaluation report. The soil boring locations will be shown on the design drawings and the geotechnical report will be included in the contract specifications. Item 2.3 Field Verification Consultant shall furnish the services of a professional underground services company to provide underground field locations (i.e. soft -digs) of affected existing utilities. The work shall consist of measuring and recording the approximate horizontal, vertical, width and depth data of affected utilities within the project limits. The soft -digs cost $500 each. Consultant has budgeted $20,000 (40 soft -digs) for the project. Consultant shall determine the number of field locations required after the 50% design has been completed. CONSULTANT shall meet with the Town to discuss the number of field verifications that should be charged to under this subtask. Only actual soft - digs taken and approved by the Town will be billed. Additionally, a $10,000 allowance has been included in the scope for the completion of utility targeting using ground penetrating radar (GPR) within specific locations along the proposed water main alignment. The Town will only be billed for the cost to perform utility targeting at the specific locations desired by the Consultant. Item 2.4 Water Meter Stud CONSULTANT shall field review the existing water meter box locations and the size of the meters. A spreadsheet shall be developed that will provide street name, house address and meter sizes. Town staff shall mark the locations of the water services, before CONSULTANT begins this work item. Task No. 3 — Final Design Final design shall consist of the completion of an alignment study followed by the preparation of Contract Specifications, Contract Drawings (plan/profile), and Final Construction Cost Opinion for the selected water main alignment. A summary of the work items to be performed as part of Task No. 3 are included herein. Item 3.1 Utility Coordination Consultant shall coordinate with utility agencies (Electric, Telephone, Gas, and Cable TV) which have infrastructure within the areas within the selected pipeline corridor to collect record information. This Item includes reconciling apparent discrepancies between record information and existing photographic and field -verification information. Item 3.2 Water Main Corridor Analvsis Consultant shall identify potential routes for the replacement of the existing 6-inch water main, north of GolfView Drive, along State Road A I A, then west on Sea Road, then north on County 02/21 /19 Road and then west to the end of Little Club Road. This Item shall include a corridor analysis of routing alternatives with verification of utilities based on review of available water, sewer and drainage atlas maps and review of visible above -ground features. The corridor analysis shall evaluate and list all Town, County, and FDOT right of ways (ROWs) needed for pipe routing. This task will evaluate space and alignment feasibility only within the ROWS, and shall not include negotiation with the agencies for actual use of the ROW. Consultant shall meet with each agency to obtain feedback on the use of their ROW for the water main. Consultant shall obtain existing site data and record plan information and develop base plans from surveys, record drawings and Town supplied maps. As part of the corridor analysis, the Consultant shall confer with the Town's certified arborist consultant to discuss potential methods to mitigate impacts to the Australian Pines located along S.R. AIA. Consultant shall prepare a Preliminary Design Report (PDR) which shall summarize the results and findings of the Water Main Corridor Analysis. Three (3) hard copies and one (1) PDF copy of the PDR will be submitted for review by the Town. Consultant shall attend one (1) meeting with Town staff to discuss the PDR and receive comments. The Final PDR will incorporate Town comments and three (3) hard copies and one (1) PDF copy shall be submitted. Item 3.3 Construction Documents for Water Main Des4zn Preparation of construction documents shall include contract drawings and technical specifications. Contract drawings shall include: cover sheet, general notes, plan/profile drawings, and miscellaneous detail sheets. The drawing scale shall be ]-inch equals 20 feet for pipeline plan and 1-inch equals 2 feet for pipeline profile. Consultant shall prepare the engineering design elements on topographic survey information in an AutoCAD release 2016 format. Contract documents shall include: "front-end" documents and technical specifications. The front-end documents shall be prepared by the Town for review and inclusion into the final Bid Set documents by Consultant Drawings and specifications (four copies) shall be submitted for Town review at 50% (plan view only, no specifications), 75% (plan/profile), and 100% (plan/profile) stages. Consultant shall meet with the Town to discuss comments, and incorporate comments into final documents. Consultant shall furnish with the 100% design drawings, one (1) set of AutoCAD Version 2016 files in electronic format on flash drive. Item 3.4 Construction Cost Opinion Preparation of construction cost opinion at 50%, 75%, and 100% design stages. The construction cost opinion shall reflect changes in general scope, extent or character of design requirements incorporated during the various design review stages. Item 3.5 Oualih, Assurance Consultant shall provide an internal QA/QC construction review of the 100% Design Documents (e.g. drawings, specifications and cost opinions). 02/21 /19 Item 3.6 Public Outreach Meetim s Consultant shall attend up to two (2) group meetings with the homeowners in the project area. This will also include the development of presentation materials for the public meeting for the affected residents. Task No. 4 — Permitting During the Final Design Phase, Consultant shall meet with the potential permitting and other interested agencies to determine all potential pennitting requirements. Agencies anticipated to have interest in the project include: Florida Department of Transportation (FDOT) and Palm Beach County Health Department (PBCHD). 1. Permit applications shall be completed as required for FDOT: ■ Utility Permit 2. Permit applications shall be completed as required for PBCHD: ■ Potable Water Main Associated permit application fees shall be determined by Consultant and paid by Town. In addition to preparing the permit applications for appropriate regulatory agencies, Consultant shall assist the Town in consultations with the appropriate authorities. Consultation services shall include the following: Attend up to one (1) pre -application meeting with the staff of each of the regulatory agencies 2. Respond to request(s) for additional information from each regulatory agency. Task No. 5 - Bidding Services Item 5.1 Bid Advertisement Consultant shall assist Town in advertising for and obtaining bids or negotiating proposals for construction (including materials, equipment and labor). It is anticipated that work shall be awarded under a single construction contract. Consultant shall sell the bidding documents and shall maintain a record of prospective bidders to whom bidding documents have been issued. The Town shall also post the bid documents on Demand Star. Item 5.2 Pre -Bid Conference Consultant shall prepare agenda and conduct a mandatory pre -bid conference with interested potential bidders and Town staff. Consultant shall provide a written summary of issues discussed. 02/21 /19 Item 5.3 Bid Clarification Consultant shall issue addenda and shall provide supplemental information or clarification, as appropriate, to interpret, clarify, or expand the bidding documents to all prospective bidders during the bid period. Item 5.4 Contract Award Consultant shall attend the bid opening, prepare bid tabulation sheet and assist Town in evaluating bids and proposals, and in assembling and awarding contract for construction. Consultant shall submit to Town written recommendation concerning contract award. ASSUMPTIONS Work described herein is based upon the assumptions listed below. If conditions differ from those assumed in a manner that will affect schedule of Scope of Work, Consultant shall advise Town in writing of the magnitude of the required adjustments. Changes in completion schedule or compensation to Consultant will be negotiated with Town. Town will provide Consultant record drawings of all available existing facilities and proposed facilities, which shall serve as the basis of design in this project. The information will be Rrovided to Consultant within 5 calendars of NTP. Consultant will add this information to the design drawings in plan view only. 2. Town personnel will assist in limited field verification of affected existing Town facilities and provide pot -holing for existing water mains in the project area. 3. Consultant can assume that all existing and proposed water main alignment is within Town of Gulf Stream and FDOT rights -of -way with the exception of the water main alignment along Little Club Road, which is a private driveway. 4. Town will be responsible for any acquisition of easements (including temporary) for construction of the water main. Legal description and sketches of required easements, including temporary construction easements, are not included in this Work Order. if required by the Town, they will be provided under a subsequent Work Order. S. Surveying and legal work necessary to prepare document for and to secure easements (temporary and permanent) required for installation of the piping and improvements is the responsibility of the Town. 6. Survey and acquisition of any easements (construction or permanent) for the new piping and improvements will be the responsibility of the Town. 7. The Town is responsible for all permitting fees, including costs of public notification in local newspapers. 8. A single bidding effort is assumed. Re -bidding of the project is considered an Additional Services item. 9. The design is to be based on the federal, state and local codes and standards in effect at the beginning of the project. Revisions required for compliance with any subsequent changes to those regulations is considered an Additional Services Item. 02/21 /19 10. Consultant assumes that there are no contaminated soils or groundwater in the project area. ADDITIONAL PROVISIONS The services described herein will be provided in accordance with the current generally accepted standards of the engineering profession. Reasonable material changes between work tasks, or level of effort actually required and those budgeted, may serve as a basis for modifying this scope and budget, as mutually agreed to between Consultant and the Town. • Consultant is entitled to rely upon the accuracy of historical and existing data and information provided by the Town and others without independent review and verification. Consultant is not responsible for the means, methods, sequences, techniques or procedures of Town and vendor operations or for safety precautions and programs. • Any Opinion of the Construction Cost prepared by Consultant represents its judgment as a design professional and is supplied for the general guidance of Town. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual costs to the Town. DELIVERABLES TASKS DELIVERABLES QUANTITY 1. Client Workshops/ Review Notes/Comments 1 — Set per Meeting Meetings Survey _ 1 — Survey Drawings 2. Data Collection 1 — Set of Electronic Files Geotechnical Report 2 — Report Utility Targeting/Soft Digs 1 —Report 3. Final Design 50% Drawings & Specs 4 — Sets (22" x 34") 75% Drawings & Specs 4 — Sets (22" x 34") 100% Drawings & Specs 4 — Sets (22" x 34") 4. Permitting Permit Appdications 1 — Set each Permit 5. Bidding Bid Sets 20 — Sets (22" x 34") 02/21/19 PROJECT SCHEDULE The duration and completion times of all tasks are indicated in the project schedule shown in Attachment A as follows: ATTACHMENT A i S.R. AIA Water Main • • ` Project Schedule 2019 2020 Project April May Jun July AugSep Oct: Nov Dec Jan I Mar NTP (April 1, 2019) Kick -Off Meeting Topographical Survey (45 days) Water Meter Survey (30 days) Water Main Alignment PDR DRAFT Report (30 days) Town Review (7 days) FINAL Report (15 days) Utility Coordination (30 days) Soil Borings (30 days) Soft Digs (30 days) Final Design 50% Design (30 days) Town Review (7 days) 75% Design (45 days) Town Review (7 days) 100% Design (30 days) Town Review (7 days) Permitting (30 days) Bidding and Award (60 days) 02/21 /l 9 10 SUMMARY OF PROPOSED FEES: Compensation by the Town to Consultant for the services described in this Work Order will be in accordance with the method of payment indicated below and detailed in Attachment B. Tasks Task I —Client Workshops/Meetings Task 2 — Data Collection Utility Locate Allowance Geotechnical Allowance Task 3 — Final Design Task 4 — Permitting Task 5 — Bidding Reimbursable Expenses Cost $ 8,863.00 (Lump Sum) $ 33,441.00 (Lump Sum) $ 33,000.00 (Not -to -Exceed) $ 18,700.00 (Not -to -Exceed) $ 70,198.00 (Lump Sum) $ 4,862.00 (Lump Sum) $ 4,912.00 (Lump Sum) $ 4.000.00 (Not -to -Exceed) Total $177,976.00 Additional Services - The fee for Additional Services shall be billed using the Hourly Rate Schedule contained in Attachment B. 02/21 /19 11 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. TOWN OF GULF STREAM, through an authorized official of the Town and Baxter & Woodman. Inc. signing by and through Jason A. Pugsley (Vice President) duly authorized to execute same. TOWN OF GULF STREAM: BAXTER & WOODMAN, INC. By: .. l� By: -- _ faason A. Pugsley, P.E., ie esident Date: 4-12-19 02/21/19 12 Date: ATTACHMENT B Town of Gulf Stream State Road A/A Water Main Improvements - Phase 1 Buddlet Summary Task No. Item Description Principal Engineer 3165.00 Labor Classification and HouTyRates Senior Engineer $150.00 _ Engineer $112,00 Senior Eng. Technician $11 D.00 Senior Inspector $110.O1) Sr. Prof. Surveyor $150.00 Survey Crew (2 party) $126.00 Clerical $68.00 Total Labor Sub - Consuaenl Services 1 _ _ _ Client WorkshopalMeatings 1.1 Kick -Ott Meetly _ _ _ 1.2 60% Des! n Review Meeting 1.3 75% Design Review Meelinp 1.4 i00%Desi n Review Meeting 4 4 6 1 $1,400_ $1,400 _ 6 6 _ 6 8 1 4 4 1 $1,400 4 9 1 51,84D 1.6 Board Meetings s ( to 3j_ Subtotal 3 0 0 _ 4 $2,823 16,863 25 0 33 0 _ 7 Date Collection 2.1 She Topographic Survey 2 _ 36 116 1 8 72 $28,997 2.2 Geotechmcal (Allowance) 2 2 _ 4 $778 $17.DDD.00 2.3 Field VeriBcallon (Allowance) 6 _ 51,002 52,664 $33A41 $30,000.00 ] 2.4 Water Meter St 2 12 B _ 9 Subtota _ 0 30 72 36 11e 0 Final Design 3.1 UkRyCoordination 2 _ 6 28 15 2 53,012 $5,DD6 _ _ 32 Water Main Corridor An sis 6 8 3.3 Construction Documents for Water Main Design 3 3a 50% Design Drawings 6 Technical Specifications 6 8 STe124 524.244 _ 16 _ _ 48 70 _ _ 110 3.3b 75% Dec n Drawings & Technical Specifications 16 12 80 3.3c 100% Design Drawings 6 Technical Specifications 50 60 8 514,724 $3,112 M ConsWelIon Cost Opinion 3.5 Oual Assurance 4 16_ 6 12 1.320 $1,320 9.6 Public Outreach Meeting (total of 2) Subtotal 8 64 a 4 $2,656 - 0 233 269 2 16 0 a 24 $70,198 B 4 $2,708 4.1 FDOT Utility ROW Permit 0 8 6 4.2 PB_CHD Water Main Perms Sublota BFd01ng 5.1 Bid Advertisement 6 14 2 _ _ 4 $2,154 14 4 0 0 0 a $4,862 6 _ 2 4 2 _ $914 $1,244 _ 52 PwBid Conference _ _ 6,3 Bid Clarification 5.4 Contract Award 4 4 2 4 2 _ 12 6 4 _ 0 2 $1.908 4 19 4 1 $S46 Subtotal 0 0 0 7 $4,912 Labor Subtotal Hours Labor Subtotal Costs Labor Total Costs I Lump Sum) _ _ Subconsuaant Costs Total Subconsuaant Multiplier 6ubconsuttant TotalSAllowance, Not-tofxceedl 32 $3.520 36 $5.400 116 $14,616 _ 122 0 333 349 $38,390 43 3122,276 $47.000 $20,130 $122,276 so— $37.296 $2,924 _ $47,000 1.1 _ _ $51.700 _ Reimbursable ExpenseslNot-toExceed) Project Total (Lump Sum, Incl Allowances) $177.976 Baxter Woodman, Inc. I:\WestPalmBeach\GULST\190170-Ocean Blvd. WM Repla\60-Construction\Construction Reports\201106rls.doc STATE ROAD A1A WATER MAIN IMPROVEMENTS CONSTRUCTION REPORT Owner: Town of Gulf Stream Owner Representative: Greg Dunham Engineer: Baxter & Woodman Project Engineer: Jockey Prinyavivatkul Engineer’s Inspector: Ron Sellers Contractor: Foster Marine Contractor’s Representative: Gary Czajkowski Today’s Date: 11/6/20 Arrival Time:730 Departure Time:1030 Day: S M T W Th F S AT TIME OF INSPECTION WEATHER SUNNY CLOUDY RAIN TEMP 35-65 65-85 85-UP CONSTRUCTION ACTIVITIES & COMMENTS CREWS STILL WORKING ON CHANGING OUT WATER SERVICES AND METER BOXES ON A1A. THEY GOT TO A POINT WHERE NOW THEY ARE GOING TO HAVE TO WAIT TILL THEY CAN SHUT DOWN THE OLD 6” WM DUE TO HARD CONNECTIONS WITH RIDGED PIPE AND NO OPERATIONAL VALVES TO SHUT DOWN. THEY WILL FINISH THIS ON WEDNESDAY THE 11TH WHEN THEY ALSO HAVE TO TIE INTO METER AT 3 STORY BLD Reported By: Signature on file MC File #190170.60 Ron Sellers I:\WestPalmBeach\GULST\190170-Ocean Blvd. WM Repla\60-Construction\Construction Reports\201109rls tropicial storm.doc STATE ROAD A1A WATER MAIN IMPROVEMENTS CONSTRUCTION REPORT Owner: Town of Gulf Stream Owner Representative: Greg Dunham Engineer: Baxter & Woodman Project Engineer: Jockey Prinyavivatkul Engineer’s Inspector: Ron Sellers Contractor: Foster Marine Contractor’s Representative: Gary Czajkowski Today’s Date: 11/9/20 Arrival Time: 730 Departure Time:930 Day: S M T W Th F S AT TIME OF INSPECTION WEATHER SUNNY CLOUDY RAIN TEMP 35-65 65-85 85-UP CONSTRUCTION ACTIVITIES & COMMENTS WENT AROUND WITH CONTRACTOR THIS MORNING LOOKING AT ALL CATCH BASINS THAT HAD FABRIC ON THEM TO MAKE SURE THAT THEY COULD DRAIN DUE TO THE STORM. MET WITH GREG THIS MORNING AND MADE HIM AWARE THAT ALL DRAINS WHERE FLOWING WITH NO PROBLEM Reported By: Signature on file MC File #190170.60 Ron Sellers I:\WestPalmBeach\GULST \190170-Ocean Blvd. WM Repla \60-Construction\Construction Reports\201110rls.doc STATE ROAD A1A WATER MAIN I MPROVEMENTS CONSTRUCTION REPORT Owner: Town of Gulf Stream Owner Representative: Greg Dunham Engineer: Baxter & Woodman Project Engineer: Jockey Prinyavivatkul Engineer’s Inspector: Ron Sellers Contractor: Foster Marine Contractor’s Representative: Gary Czajkowski Today’s Date: 11/10/20 Arrival Time:730 Departure Time:4 Day: S M T W Th F S AT TIME OF INSPECTION WEATHER SUNNY CLOUDY RAIN TEMP 35-65 65-85 85-UP CONSTRUCTION ACTIVITIES & COMMENTS CONTRACTOR SET UP ON SEA ROAD TO ABANDON 6” WATER MAIN GOING EAST TO A1A. THEY EXCAVATED AND CUT AND PLUGGED THE 6” CROSS AND INSTALLED A 2” GROUT TUBE IN MAIN TO BE ABANDON. THEY REMOVED OLD VALVE BOX AND BURIED THE OLD VALVE. ON A1A CREWS WHERE EXCAVATING IN VARIOUS AREAS LOCATING THE OLD 6” WM THAT IS TO BE ABANDONED WITH GROUT IN PLACE AT 400’ INTERVALS AND AT 90’S SO WHEN TIE-IN’S ARE DONE TOMORROW AT GOLFVEIW AND LAKEVEIW THESE ARES CAN HAVE GROUT TUBES INSTALLED PRIOR TO GROUTING Reported By: Signature on file MC File #190170.60 Ron Sellers I:\WestPalmBeach\GULST \190170-Ocean Blvd. WM Repla \60-Construction\Construction Reports\201111rls golfveiw lakeveiw tie in.doc STATE ROAD A1A WATER MAIN I MPROVEMENTS CONSTRUCTION REPORT Owner: Town of Gulf Stream Owner Representative: Greg Dunham Engineer: Baxter & Woodman Project Engineer: Jockey Prinyavivatkul Engineer’s Inspector: Ron Sellers Contractor: Foster Marine Contractor’s Representative: Gary Czajkowski Today’s Date: 11/11/20 Arrival Time:730 Departure Time:4 Day: S M T W Th F S AT TIME OF INSPECTION WEATHER SUNNY CLOUDY RAIN TEMP 35-65 65-85 85-UP CONSTRUCTION ACTIVITIES & COMMENTS CREWS SET UP GOLFVEIW AND LAKEVEIW TO TIE IN THE NEW 12” WM. CREW AT GOLFVEIW SHUT DOWN EXSISTING 12” WM IN ROAD AND TIED THE NEW 12” MAIN INTO IT OPENED UP VALVES AND DID A VISUAL INSPECTION ON CONNECTIONS BACKFILLED AND COMPACTED. CREW AT LAKEVEIW HAD TOWN SHUT DOWN VALVES IN THE CORE TO ISOLATE THE 6” MAIN THAT WAS TO TIED INTO THE NEW 12” WM. TIE IN WAS COMPLETE VALVES OPENED BACK UP AND A VISUAL INSPECTION WAS DONE NO LEAKS BACKFILLED AND COMPACTED. GROUT TUBES WHERE INSTALLED IN BOTH AREAS FOR ABANDONMENT. CREW AT A1A ON THE EASTSIDE OF THE ROAD AT 3 STORY APT BLD INSTALLED 2” WATER SERVICES WITH NEW METERS SUPPLIED BY THE TOWN AFTER THE OLD MAIN WAS TOTALLY OFF LINE. GROUT TUBES WHERE INSTALLED AFTER TIE-IN ’S WHERE DONE IN AREAS THAT WHERE EXCAVATED AND READY FOR GROUTING TO TAKE PLACE TOMORROW Reported By: Signature on file MC File #190170.60 Ron Sellers I:\WestPalmBeach\GULST \190170-Ocean Blvd. WM Repla \60-Construction\Construction Reports\201112rls A1A pipe grout.doc STATE ROAD A1A WATER MAIN I MPROVEMENTS CONSTRUCTION REPORT Owner: Town of Gulf Stream Owner Representative: Greg Dunham Engineer: Baxter & Woodman Project Engineer: Jockey Prinyavivatkul Engineer’s Inspector: Ron Sellers Contractor: Foster Marine Contractor’s Representative: Gary Czajkowski Today’s Date: 11/12/20 Arrival Time: 730 Departure Time:4 Day: S M T W Th F S AT TIME OF INSPECTION WEATHER SUNNY CLOUDY RAIN TEMP 35-65 65-85 85-UP CONSTRUCTION ACTIVITIES & COMMENTS CREWS WORKING ON A1A FINISHING UP INSTALLING GROUT TUBES GETTING READY FOR SURREY TO SHOW UP AT NOON. CEMEX ON SITE AND CONTRACTOR STARTED AT SEA ROAD AND BERMUDA PUMPING GROUT EAST TO A1A THEN SOUTH TO GOLFVEIW AT VARIOUS POINTS TO GROUT THE OLD 6” WM Reported By: Signature on file MC File #190170.60 Ron Sellers I:\WestPalmBeach\GULST \190170-Ocean Blvd. WM Repla \60-Construction\Construction Reports\201113rls.doc STATE ROAD A1A WATER MAIN I MPROVEMENTS CONSTRUCTION REPORT Owner: Town of Gulf Stream Owner Representative: Greg Dunham Engineer: Baxter & Woodman Project Engineer: Jockey Prinyavivatkul Engineer’s Inspector: Ron Sellers Contractor: Foster Marine Contractor’s Representative: Gary Czajkowski Today’s Date: 11/13/20 Arrival Time: Departure Time: Day: S M T W Th F S AT TIME OF INSPECTION WEATHER SUNNY CLOUDY RAIN TEMP 35-65 65-85 85-UP CONSTRUCTION ACTIVITIES & COMMENTS CREWS WORKING ALONG A1A CLEANING UP AT TIE IN AREA AT GOLFVIEW AND AT THE GROUT POINTS ALONG THE ROAD THEY ALSO WHERE MOVING OUT LEFT OVER MATERIAL FROM STAGGING AREA AND HAULING OUT EXCESS FILL MATERIAL CLEAN UP DAY Reported By: Signature on file MC File #190170.60 Ron Sellers I:\WestPalmBeach\GULST \190170-Ocean Blvd. WM Repla \60-Construction\Construction Reports\201116rls.doc STATE ROAD A1A WATER MAIN I MPROVEMENTS CONSTRUCTION REPORT Owner: Town of Gulf Stream Owner Representative: Greg Dunham Engineer: Baxter & Woodman Project Engineer: Jockey Prinyavivatkul Engineer’s Inspector: Ron Sellers Contractor: Foster Marine Contractor’s Representative: Gary Czajkowski Today’s Date: 11/16/20 Arrival Time: 730 Departure Time:1130 Day: S M T W Th F S AT TIME OF INSPECTION WEATHER SUNNY CLOUDY RAIN TEMP 35-65 65-85 85-UP CONSTRUCTION ACTIVITIES & COMMENTS CONTRACTOR AND I DID A WALK THRU ALONG A1A ON BOTH SIDES OF THE ROAD LOOKING AT VARIOUS AREAS OF RESTORATION AND DRIVEWAYS THAT NEEDED TO BE CLEANED. CREWS WORKING ALONG ROAD FINIAL GRADING FOR SOD Reported By: Signature on file MC File #190170.60 Ron Sellers I:\WestPalmBeach\GULST \190170-Ocean Blvd. WM Repla \60-Construction\Construction Reports\201117rls.doc STATE ROAD A1A WATER MAIN I MPROVEMENTS CONSTRUCTION REPORT Owner: Town of Gulf Stream Owner Representative: Greg Dunham Engineer: Baxter & Woodman Project Engineer: Jockey Prinyavivatkul Engineer’s Inspector: Ron Sellers Contractor: Foster Marine Contractor’s Representative: Gary Czajkowski Today’s Date: 11/17/20 Arrival Time: 1 Departure Time:4 Day: S M T W Th F S AT TIME OF INSPECTION WEATHER SUNNY CLOUDY RAIN TEMP 35-65 65-85 85-UP CONSTRUCTION ACTIVITIES & COMMENTS A FRONT MOVED IN THIS MORNING BRINGING RAINY WEATHER SO CONTRACTOR COULD NOT WORK IN THE CORE. SO THEY HAD CREWS WORKING ON GRADING OUT FOR SOD AND ALSO WORKING AT LITTLE CLUB GETTING ROAD READY FOR MILL AND OVERLAY Reported By: Signature on file MC File #190170.60 Ron Sellers I:\WestPalmBeach\GULST \190170-Ocean Blvd. WM Repla \60-Construction\Construction Reports\201202rls.doc STATE ROAD A1A WATER MAIN I MPROVEMENTS CONSTRUCTION REPORT Owner: Town of Gulf Stream Owner Representative: Greg Dunham Engineer: Baxter & Woodman Project Engineer: Jockey Prinyavivatkul Engineer’s Inspector: Ron Sellers Contractor: Foster Marine Contractor’s Representative: Gary Czajkowski Today’s Date: 12/2/20 Arrival Time: 7 Departure Time:5 Day: S M T W Th F S AT TIME OF INSPECTION WEATHER SUNNY CLOUDY RAIN TEMP 35-65 65-85 85-UP CONSTRUCTION ACTIVITIES & COMMENTS HARDRIVE ON SITE SETTING TO START MILLING COUNTY ROAD. ALL RESIDENTS WERE NOTIFIED TO MOVE VEHICLES TO TOWN HALL. MILLING STRARTED AT NORTH END BY TENNIS COURTS GOING SOUTH TO SEA ROAD AND TURNED EAST ON SEA AND WENT TO A1A AND STOPPED AT PT. CONTRACTOR BACKED UP AND FINISHED CLEANING UP ROAD OF DEBRI AND STOPPED FOR THE DAY. Reported By: Signature on file MC File #190170.60 Ron Sellers TABLE OF CONTENTS TO SPECIFICATION AND CONTRACT DOCUMENTS FOR STATE ROAD A1A WATER MAIN IMPROVEMENTS – PHASE 2 TOWN OF GULF STREAM SECTION TITLE PART I : BIDDING REQUIREMENTS PAGE NO. NOTICE INVITING BID A- 1 INSTRUCTIONS TO BIDDER A- 2 thru A- 8 BID PROPOSAL FORM A-9 thru A-10 SCHEDULE OF BID PRICES A-11thru A-22 BIDDER'S GENERAL INFORMATION A-23 thru A-25 SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE (11 pages) BID BOND A-26 REFERENCE SHEET A-27 NON-COLLUSION AFFIDAVIT A-28 DRUG FREE WORKPLACE FORM A-29 PERFORMANCE BOND FORM A-30 PAYMENT BOND FORM A-31 PUBLIC ENTITY CRIMES A-32 thru A-33 DAVIS BACON REQUIREMENTS (10 pages) FDEP SUPPLEMENTARY CONDITIONS (25 pages) PART II: FORM OF AGREEMENT PAGE NO. ARTICLE 1 - GENERAL PROVISIONS 2 thru 6 ARTICLE 2 - CONTRACTOR'S SERVICES AND RESPONSIBILITIES 7 thru 13 ARTICLE 3 - OWNER'S & ENGINEER'S RESPONSIBILITIES 14 thru 16 ARTICLE 4 - TIME 17 thru 18 ARTICLE 5 - PAYMENTS 19 thru 23 ARTICLE 6 - PROTECTION OF PERSONS AND PROPERTIES 24 ARTICLE 7 - INSURANCE AND BONDS 25 thru 29 ARTICLE 8 - CHANGES IN THE WORK 30 thru 32 ARTICLE 9 - WARRANTIES, TESTS AND INSPECTIONS, CORRECTION OF DEFECTIVE WORK 33 thru 35 ARTICLE 10 - MISC. PROVISIONS 36 thru 37 ARTICLE 11 - DISPUTES 38 ARTICLE 12 – TERMINATION OF THE AGREEMENT 39 thru 40 ARTICLE 13 - BASIS OF COMPENSATION 41 thru 44 ARTICLE 14 - OTHER PROVISIONS 45 thru 47 CONTRACT SIGNATURE PAGES 48 TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS 01010 SUMMARY OF WORK 01020 ALLOWANCES 01025 MEASUREMENT AND PAYMENT 01041 PROJECT COORDINATION 01045 CUTTING AND PATCHING 01050 FIELD ENGINEERING 01090 REFERENCE STANDARDS 01152 APPLICATION FOR PAYMENT 01153 CHANGE ORDER PROCEDURES 01200 PROJECT MEETINGS 01300 SUBMITTALS 01310 CPM CONSTRUCTION SCHEDULE REQUIREMENTS 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01370 SCHEDULE OF VALUES 01390 VIDEO AND PHOTOGRAPHIC SITE SURVEY 01400 QUALITY CONTROL 01410 TESTING LABORATORY SERVICES 01500 CONSTRUCTION CONSIDERATIONS 01505 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01530 BARRIERS 01535 TREE AND PLANT PROTECTION 01540 PROTECTION OF EXISTING FACILITIES 01570 TRAFFIC CONTROL 01600 MATERIAL AND EQUIPMENT 01640 PRODUCTS AND SUBSTITUTIONS 01658 TEMPORARY EROSION AND SEDIMENTATION CONTROL 01700 CONTRACT CLOSEOUT 01720 PROJECT RECORD DOCUMENTS 01740 WARRANTIES DIVISION 2 - SITE WORK 02010 SUBSURFACE INVESTIGATION 02110 CLEARING AND GRUBBING 02140 DEWATERING 02211 SITE GRADING 02220 TRENCHING, BACKFILLING AND COMPACTING 02235 LIMEROCK BASE, PRIMED 02260 FINISH GRADING 02340 HORIZONTAL DIRECTIONAL DRILLING 02520 CONCRETE CURBS AND HEADERS 02521 FLOWABLE FILL 02550 ASPHALTIC CONCRETE OVERLAY 02570 MILLING OF EXISTING ASPHALT PAVEMENT 02574 PAVEMENT REMOVAL AND REPLACEMENT 02580 PAVEMENT MARKINGS 02645 VALVES, COCKS, AND APPURTENANCES 02661 WATER MAINS 02675 DISINFECTION OF POTABLE WATER LINES 02680 TESTING PIPE SYSTEMS – POTABLE WATER 02934 SODDING 02950 TREES, PLANTS AND GROUND COVER DIVISION 3 – CONCRETE 03300 CONCRETE APPENDICES APPENDIX A – PBCHD WATER MAIN PERMIT APPENDIX B – FDOT UTILITY PERMIT PART I – BIDDING REQUIREMENTS Page A-1 NOTICE INVITING BIDS The work generally consists of the following: Furnishing all labor, materials, equipment, incidentals and appurtenances for the installation of a 12-inch and 8- inch water main by open-cut methods and directional drill methods, including fittings, restraining devices, valves, water services, fire hydrants, connections to existing systems and abandonment, grouting and/or removal of existing water main. A portion of the work is along State Road A1A, which is within Florida Department of Transportation rights-of-way. Construction also includes clearing and grubbing, dewatering, maintenance of traffic, pavement restoration, pavement markings, driveway restoration, complying with permit conditions, testing and all site restoration work for a complete and operating system. SUBMITTING PROPOSALS: Sealed bids will be received electronically through DemandStar and via hand delivery or mail at the Office of the Town Manager, Town Hall, 100 Sea Road, Gulf Stream, Florida, 33483 until 2:00 PM on Monday, March 16, 2020 for a completed project for the Town of Gulf Stream State Road A1A Water Main Improvements – Phase 2. All bids received will be opened and read at the close of bidding in the Commission Chambers of Town Hall. All bidders or their representatives are invited to be present. Any proposal received after 2:00 PM on Monday, March 16, 2020 whether by mail or otherwise, will be returned unopened. It will be the sole responsibility of the bidder to deliver their proposal to the Manager on or before the date and time specified. A Mandatory Pre-Bid Conference will be held at 10:00 a.m. on Thursday, February 13, 2020 at the Town of Gulf Stream Commission Chambers, Town Hall, 100 Sea Road, Gulf Stream, Florida 33483. All interested parties are required to attend the pre-bid meeting. NO FAXED BIDS WILL BE ACCEPTED. Bidders choosing to submit via hand delivery or mail must submit Bids in a sealed envelope and plainly marked on the outside of the envelope; the bidder's name and address followed by "SEALED BID FOR Town of Gulf Stream State Road A1A Water Main Improvements – Phase 2 BID NO. 20-100” address where bid is to be delivered or mailed to, and the date and time of bid opening. Bids must be submitted on the Bid Proposal Form(s) provided herein. Failure to do so may be cause for bid to be rejected. Proposals having an erasure or correction must be initialed by the bidder in ink. Bids shall be signed in ink; all quotations shall be typewritten and filled in with pen and ink. COMPLETION OF WORK: The work shall be completed within 210 calendar days after the commencement date stated in the Notice to Proceed. BID SECURITY: Each Bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 5 percent of the Total Bid Price payable to the Town of Gulf Stream as a guarantee that the Bidder, if its Bid is accepted, will promptly execute the Agreement. The Bidder shall guarantee the Total Bid Price for a period of 90 calendar days from the date of bid opening. PROJECT ADMINISTRATION: All communications and technical questions relative to this Work shall be directed to Baxter & Woodman (Sira Prinyavivatkul) at sprinyavivatkul@baxterwoodman.com (e-mail) by Friday, March 6, 2020. The Town of Gulf Stream (OWNER) reserves the right to waive informalities in any bid and further reserves the right to reject any and all bids and to take any other action that may be deemed necessary in its best interest. OWNER: TOWN OF GULF STREAM BY: Greg Dunham – Town Manager Publish: Legal Section Palm Beach Post – January 26, 2020 Page A-2 INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS. Terms used in these Instructions to Bidders and the Notice Inviting Bids which are defined in the General Conditions have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid directly to OWNER, as distinct from a sub-bidder, who submits a Bid to a Bidder. 2. COMPETENCY OF BIDDERS. In selecting the Bidder deemed to be in the best interest of the Town of Gulf Stream consideration will be given not only to the financial standing but also to the general competency of the Bidder for the performance of the WORK covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "INFORMATION REQUIRED OF BIDDER," bound herein. No Bid for the WORK will be accepted from a contractor who does not hold a valid contractor's license in the State and County where the WORK is to be performed (if required by the State and County) applicable to the type of work bid upon at the time of opening Bids. 3. DISQUALIFICATION OF BIDDERS. More than one bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the OWNER believes that any Bidder is interested in more than one Bid for the WORK contemplated, all Bids in which such Bidder is interested will be rejected. If the OWNER believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1 It is the responsibility of each Bidder before submitting a Bid, to: (a) Examine the Contract Documents thoroughly, (b) Visit the site to become familiar with local conditions that may affect cost, progress, or performance of the WORK, (c) Consider federal, state and local Laws and Regulations that may affect cost, progress, or performance of the WORK, (d) Study and carefully correlate the Bidder's observations with the Contract Documents, and (e) Notify the ENGINEER of all conflicts, errors, or discrepancies in the Contract Documents. 4.2 Not Used 4.3 Not Used 4.4 Information and data reflected in the Contract Documents with respect to Underground Utilities at or contiguous to the site is based upon information and data furnished to the OWNER and the ENGINEER by the owners of such underground utilities or others, and the OWNER does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Agreement or Contract Documents. 4.5 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Utilities and other physical Page A-3 conditions, and possible changes in the Contract Documents due to differing conditions appear in the Agreement. 4.6 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests, and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress or performance of the WORK and which the Bidder deems necessary to determine its Bid for performing the WORK in accordance with the time, price, and other terms and conditions of the Contract Documents. 4.7 On request in advance, the OWNER will provide each Bidder access to the site to conduct such explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and shall clean up and restore the site to its former condition upon completion of such explorations. 4.8 The lands upon which the work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by the CONTRACTOR in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the CONTRACTOR. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by the OWNER unless otherwise provided in the Contract Documents. 4.9 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of "Bidder's Examination of Contract Documents and Site" contained herein, that without exception the Bid is premised upon performing the WORK required by the Contract Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the WORK. 5. INTERPRETATIONS: All questions about the meaning or intent of the Contract Documents are to be directed to the ENGINEER in writing. Interpretations or clarifications considered necessary by the ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by the ENGINEER or OWNER as having received the Contract Documents. Questions received less than 3 days prior to the date for opening of Bids may not be answered. Only questions answered by formal written addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6. BID SECURITY, BONDS: Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the OWNER and shall be given as guarantee that the Bidder, if awarded the WORK will enter into an Agreement with the OWNER, and shall furnish the necessary Insurance Certificates, Payment Bond and Performance Bond, each of said bonds to be in the amount stated in the Agreement. In case of refusal or failure to enter into said Agreement, the check or Bid Bond, as the case maybe, shall be forfeited to the OWNER. If the Bidder elected to furnish a Bid Bond as its Bid Security, the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it inform. 7. RETURN OF BID SECURITY: Within 14 days after award of the Contract, The OWNER will return the Bid securities accompanying such of the Bids as are not considered in making the Page A-4 award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. 8. BID FORM: The Bid shall be made on copies of the bidding schedule bound herein. 9. SUBMISSION OF BIDS: Refer to NOTICE INVITING BIDS. 10. DISCREPANCIES IN BIDS: In the event there is more than one Bid item in a Bidding schedule, the Bidder shall furnish a price for all Bid items in the schedule, and failure to do so will render the Bid non-responsive and may cause its rejection. In the event there are unit price Bid items in a bidding schedule and the "amount" indicated for a unit price bid item does not equal the product of the unit price and quantity, the unit price shall govern and the amount will be corrected accordingly, and the CONTRACTOR shall be bound by said correction. In the event there is more than one bid item in the bidding schedule and the total indicated for the schedule does not agree with the sum of the prices bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly, and the CONTRACTOR shall be bound by said correction. 11. QUANTITIES OF WORK: The quantities of work or material stated in unit price items of the bid are supplied only to give an indication of the general scope of the WORK; the OWNER does not expressly or by implication agree that the actual amount of work or material will correspond therewith, and reserves the right after award to increase or decrease the amount of any unit price item of the WORK by an amount up to and including 25 percent of any bid item, without a change in the unit price, and shall include the right to delete any bid item in its entirety, or to add additional bid items up to and including an aggregate total amount not to exceed 25 percent of the Contract Price. 12. WITHDRAWAL OF BID: The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or its properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids for receipt of Bids prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS. Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid Forms shall be without interlineations, alterations or erasures in the printed text. Alternative Bids will not be considered unless called for. Oral, telegraphic, or telephonic Bids or modifications will not be considered. 14. LIQUIDATED DAMAGES: Provisions for liquidated damages if any are set forth in the Agreement. Page A-5 15. SUBSTITUTE OR "OR EQUAL" ITEMS: 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 and the name is followed by the words "or-equal", the Bidder may write the name of the substitute Supplier (which the Bidder considers as an "or-equal") in the Proposed Substitute Equipment/Material Supplier List in the Bid Form. These substitute suppliers will only be considered after award of the Contract. The procedure for the submittal of substitute or "or- equal" products is specified in the Section entitled "Contractor Submittals" of the General Requirements. 16. AWARD OF CONTRACT: Award of a contract, if it be awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Technical Specifications and as listed in the Named Equipment/Material Supplier List and will be made to the Bid which is deemed to be in the best interest of the Town of Gulf Stream as determined in the sole discretion of the Town. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the bids are to remain open. Unless otherwise indicated, a single award will be made for all the Bid Items in an individual bidding schedule. In the event the WORK is contained in more than one bidding schedule, the OWNER may award schedules individually or in combination. In the case of 2 bidding schedules which are alternative to each other, only one of such alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT: The Bidder to whom award is made shall execute a written agreement with the OWNER on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 14 calendar days after receipt of the Agreement Forms from the OWNER. Failure or refusal to enter into an Agreement as herein provided or to conform to any stipulated requirements in connection therewith shall be just cause for annulment of the award and forfeiture of the Bid Security. If the bidder who has been awarded the bid pursuant to paragraph 16 refuses or fails to execute the agreement, the OWNER may award the Contract to whichever bidder it determines next best serves its interest. On the failure or refusal of such second or third Bidder (who has been awarded the contract) to execute the Agreement each such Bidder’s Bid Security shall be likewise forfeited to the OWNER. 18. SITE INSPECTION: Bidder is responsible for a site inspection and final determination of all materials, labor and equipment required in their proposal. CONTRACTOR will obtain complete data at the site and inspect surfaces that are to receive his work. Before proceeding with work, CONTRACTOR will be solely responsible for accuracy of measurements and laying out of work; will correct errors or defects due to faulty measurements taken, information obtained, layout or due to failure to report discrepancies. 19. GOVERNMENT RESTRICTIONS: In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship, or performance of the items/services offered on the bid prior to delivery/performance, it shall be the responsibility of the successful bidder to notify the Town at once, indicating in their letter the specific regulation which required an alteration. The Town of Gulf Stream reserves the right to accept any such alteration, including any price adjustments occasioned hereby, or to cancel the contract at no further expense to the Town. Page A-6 20. PUBLIC ENTITY CRIMES INFORMATION STATEMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may no submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 21. DISCRIMINATORY VENDOR LIST: An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with 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 award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 22. COPYRIGHTS OR PATENT RIGHTS: Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing, or selling the goods shipped or ordered, as a result of this bid. 23. TAXES: The Town of Gulf Stream is exempt from all Federal and State taxes. 24. STANDARDS OF SAFETY: The bidder warrants that the product(s) and services supplied to the Town conforms in all respects to the standards set forth n the Occupational Safety and Health Act and its amendments and to any industry standards if applicable. Bid Proposal must be accompanied by Material Safety Data Sheet(s). (See attachment - Compliance with Occupational Safety and Health Act). 25. ASSIGNMENT: The contractor shall not transfer or assign the performance required by this bid without the proper written consent of the Town of Gulf Stream. Any award issued pursuant to this bid invitation and monies which may become due hereunder are not assignable except with prior written approval of the Town of Gulf Stream. 26. NO BID: See Town of Gulf Stream "Statement of No Bid" form incorporated into the bid proposal package. 27. OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the contractor of supplying such work as specified. 28. REGULATIONS: All applicable laws and regulations of the Federal Government, State of Florida, Palm Beach County and Ordinances of the Town of Gulf Stream will apply to any resulting award of contract. 29. TOWN PERMITS: The contractor will be required to obtain all necessary permits from the Town of Gulf Stream, SFWMD and FDOT . Page A-7 30. NOTICE TO PROCEED: The CONTRACTOR shall commence work within ten (10) days after receipt of Notice to Proceed from the OWNER unless otherwise stated. After start of work CONTRACTOR to remain on site until work is completed. 31. LIABILITY INSURANCE: The bidder will assume the full duty, obligation and expense of obtaining all insurance required. The Town of Gulf Stream and ENGINEER shall be an additional insured under all policies required by this proposal. The successful bidder shall furnish to the Town Manager, Town of Gulf Stream, 100 Sea Road, Gulf Stream, Florida 33483 certificates of insurance which indicate the insurance coverage have been obtained or otherwise secured in a manner satisfactory to the Town in an amount equal to 100% of the requirements provided herein and shall be presented to Town prior to issuance of any contract(s) or award(s) document(s) which meets the requirements as outlined on the accompanying Agreement. 32. INDEMNIFICATION: CONTRACTOR agrees to indemnify, defend, save, and hold harmless the Town, their officers and employees, from or on account of all damages, losses, liabilities and costs to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of this construction contract. 33. IDENTICAL TIE BIDS: Refer to Attachment - Drug Free Workplace Program Form. 34. CONFLICT OF INTEREST: For purposes of determining any possible conflict of interest, all bidders must disclose if any Town of Gulf Stream employee is also an owner, corporate officer, or employee of their business Indicate either "Yes" (a town employee is also associated with your business), or "No". If "Yes", give person(s) name(s) and position(s) with your business. NO______ YES ______ NAME & POSITION _______________________________ (Note: If answer is "Yes", you must file a statement with the Supervisor of Elections, pursuant to Florida Statutes 112.313.) 35. FORCE MAJEURE: Seller's failure to make, or buyer's failure to take, any delivery or deliveries when due, if caused by Force Majeure as hereinafter defined, shall not constitute a default hereunder nor subject the party so failing to any liability to the other, provided however, the party affected by such Force Majeure shall promptly notify the other of the existence thereof and its expected duration and the estimated effect thereof upon its ability obligations hereunder. Such party shall promptly notify the other party when such Force Majeure circumstances has ceased to effect its ability to perform its obligations hereunder. The quantity to be delivered hereunder shall be reduced to the extent of the deliveries omitted for such cause or causes, unless both parties agree that the total quantity delivered hereunder remain unchanged. As used herein, the term Force Majeure shall mean and include and ACT OF GOD or the public enemy, accident, explosion, fire, storm, earthquake, flood, drought, perils of the sea, strikes, lockouts, labor troubles, riots, sabotage, embargo, war (whether or not declared and whether or not the United States is a participant) Federal, State, or Municipal Law, regulation, order license, priority, seizure, requisition, or allocation, failure to delay of transportation shortage of or inability to obtain supplies, equipment, fuel or labor, or any other circumstances of a similar or different nature beyond the reasonable control of the party so failing. Page A-8 36. WARRANTIES: Warranty of Merchantability - Successful offeror warrants that all equipment and materials to be supplied pursuant to the Agreement will be merchantable, or good quality and free from defects, whether patent or latent in material and workmanship. Warranty of Material and Workmanship - Successful Offeror warrants all material and workmanship for a minimum of one (1) year from date of completion and acceptance by Town. If within one (1) year after acceptance by Town, or within such larger period of time as may be prescribed by Law any of the work is found to be defective or not in accordance with the contract documents, successful offeror shall promptly after receipt of written notice from Town to do so, promptly correct the work unless Town has previously given successful offeror a written acceptance of such condition. This obligation shall survive termination of the contract. Warranty of Fitness for a Particular Purpose - Successful offeror warrants the equipment shall be fit for and sufficient for the purpose(s) intended and outlined within this proposal package. Successful Offeror understands and agrees that Town is purchasing the equipment in reliance upon the skill of successful offeror in furnishing the equipment suitable for the purpose stated. If the equipment cannot be used in the manner stated in the proposal, then Town, at its sole discretion, may return the equipment to successful offeror for a full refund of any and all moneys paid for the equipment. Warranty of Title - Successful Offeror warrants that all equipment delivered under the contract shall be of new manufacture and that successful offeror possesses good and clear title to said equipment and there are no pending liens, claims or encumbrance whatsoever against said equipment. 37. DISPUTES: Except as otherwise provided in the Contract, any dispute arising under this Contract which is not disposed of by agreement shall be decided by the Town Manager of the Town of Gulf Stream or his designee, who shall reduce his decision to writing and furnish copy thereof to the CONTRACTOR. The decision of the Town Commission of the Town of Gulf Stream, Florida, and those persons to whom it delegates authority to decide disputes, shall be final and conclusive unless determined by a court of competent jurisdiction to be fraudulent, capricious, arbitrary, so grossly erroneous as to necessarily imply bad faith, or not supported by substantial evidence. 38. LITIGATION VENUE: The parties waive the privilege of venue and agree that all litigation between them shall take place in the state court in Palm Beach County, Florida. The parties waive jury trial for all disputes. 39. CANCELLATION FOR UNAPPROPRIATED FUNDS: The obligation of the Town for payment to a CONTRACTOR is limited to the availability of funds appropriated in current fiscal period, and continuation of the contract into a subsequent fiscal period is subject to appropriation of funds, unless otherwise authorized by law. 40. PRESENCE OF ASBESTOS MATERIALS: If in the course of work, the CONTRACTOR encounters any existing materials which he suspects contain asbestos, the CONTRACTOR will stop work in that area immediately and notify the Town. 41. SPECIAL CONDITIONS: Any and all Special Conditions that may vary from the General Conditions shall have precedence. Page A-9 BID PROPOSAL FORM BID NO. 20-100 BID TO: TOWN COMMISSION TOWN OF GULF STREAM 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract Documents to perform the WORK as specified or indicated in said Contract Documents entitled: Town of Gulf Stream State Road A1A Water Main Improvements – Phase 2 2. Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and Instructions to Bidders, dealing with the disposition of the Bid Security. 3. The Bid will remain open for the period stated in the Notice Inviting Bids unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Notice Inviting Bids and the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond and Performance Bond required by the Contract Documents. 4. Bidder has examined copies of all the Contract Documents including the following addenda (receipt of all of which is acknowledged): Number ______________________ Date _______________________ ______________________ _______________________ ______________________ _______________________ 5. Bidder has familiarized itself with the nature and extent of the Contract Documents, WORK, site, locality where the WORK is to be performed, the legal requirements (federal, state and local laws, ordinances, rules and regulations), and the conditions affecting cost, progress or performance of the WORK and has made such independent investigations as Bidder deems necessary. 6. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. Bidder has not solicited or induced any person, firm or corporation to refrain from bidding and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. To all the foregoing, and including all Bid Schedule(s) and Information Required of Bidder contained in this Bid Form, said Bidder further agrees to complete the WORK required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment thereof the Contract Price based on the Total Bid Price(s) named in the aforementioned Bidding Schedule(s). Page A-10 NAME OF FIRM ADDRESS: NAME OF SIGNER (Print or Type) TITLE OF SIGNER SIGNATURE: DATE: TELEPHONE NO.: FACSIMILE NO. Page A-11 SCHEDULE OF BID PRICES – BID NO. 20-100 TO: TOWN COMMISSION TOWN OF GULF STREAM (Please fill in all blanks and return with your proposal.) In accordance with your request for proposals and the specifications contained herein, the undersigned proposes the following: ************************************************************************************************************** ITEM NO. DESCRIPTION UNIT EST. QTY. UNIT PRICE (in words) UNIT PRICE EXTENDED TOTAL PRICE BASE BID ITEMS 1 General Conditions, Overhead, LS 1 $ $ Profit (10% Max.) Dollars Cents 2 Site Mobilization/Demobilization LS 1 $ $ (5% Max.) Dollars Cents 3 Bonds and Insurance LS 1 $ $ (2% Max.) Dollars Cents 4 Pre-Construction Video LS 1 $ $ Dollars Cents 5 As-Built Record Drawings LS 1 $ $ Dollars Cents 6 NPDES Permit/Erosion Protection LS 1 $ $ Measures Dollars Cents Page A-12 ITEM NO. DESCRIPTION UNIT EST. QTY. UNIT PRICE (in words) UNIT PRICE EXTENDED TOTAL PRICE 7 Dewatering LS 1 $ $ Dollars Cents 8 Maintenance of Traffic LS 1 $ $ Dollars Cents 9 12" PVC C-900 Pipe LF 960 $ $ (Push On) Dollars Cents 10 12" PVC C-900 Pipe LF 440 $ $ (Restrained Joint) Dollars Cents 11 8" PVC C-900 Pipe LF 170 $ $ (Push On) Dollars Cents 12 8" PVC C-900 Pipe LF 105 $ $ (Restrained Joint) Dollars Cents 13 6" PVC C-900 Pipe LF 20 $ $ (Restrained Joint) Dollars Cents 14 12" Directional Drill Certa-Lok LF 2,000 $ $ C-900 DR18 Dollars Cents 15 Restore Directional Drill Pit EA 8 $ $ Dollars Cents 16 Cut and Plug Existing Water Main EA 3 $ $ Dollars Cents Page A-13 ITEM NO. DESCRIPTION UNIT EST. QTY. UNIT PRICE (in words) UNIT PRICE EXTENDED TOTAL PRICE 17 Abandon and Grout Existing LF 3,770 $ $ Water Main Dollars Cents 18 Remove and Dispose Existing LF 20 $ $ Water Main Dollars Cents 19 Fire Hydrant Assembly EA 7 $ $ Dollars Cents 20 Remove Existing Fire Hydrant EA 2 $ $ Dollars Cents 21 8" Gate Valve and Box EA 2 $ $ Dollars Cents 22 6" Gate Valve and Box EA 2 $ $ Dollars Cents 23 6"x6" Tapping Tee and 6" Tapping EA 1 $ $ Gate Valve Dollars Cents 24 6" Linestop EA 1 $ $ Dollars Cents 25 12" Butterfly Valve and Box EA 7 $ $ Dollars Cents 26 Connect to Existing Water Main EA 3 $ $ Dollars Cents Page A-14 ITEM NO. DESCRIPTION UNIT EST. QTY. UNIT PRICE (in words) UNIT PRICE EXTENDED TOTAL PRICE 27 DIP Compact Fittings TN 3.5 $ $ Dollars Cents 28 2" Offset Air Release Valve EA 8 $ $ with Box Dollars Cents 29 2" Single Water Service (Short EA 5 $ $ Side) Installed on Open Cut Dollars Trench WM Section Cents 30 2" Single Water Service (Long EA 9 $ $ Side) Installed on Open Cut Dollars Trench WM Section Cents 31 (2) - 2" Single Water Service (Long EA 1 $ $ Side) Installed on Open Cut Dollars Trench WM Section in 6" Casing Cents 32 (3) - 2" Single Water Service (Long EA 1 $ $ Side) Installed on Open Cut Dollars Trench WM Section in 8" Casing Cents 33 (2) - 3" Single Water Service (Long EA 1 $ $ Side) Installed on Open Cut Dollars Trench WM Section in 8" Casing Cents 34 2" Single Water Service (Short EA 8 $ $ Side) Installed on Directional Drill Dollars WM Section Cents 35 2" Single Water Service (Long EA 10 $ $ Side) Installed on Directional Drill Dollars WM Section Cents 36 Sample Point EA 6 $ $ Dollars Cents Page A-15 ITEM NO. DESCRIPTION UNIT EST. QTY. UNIT PRICE (in words) UNIT PRICE EXTENDED TOTAL PRICE 37 Fill and Flush Assembly EA 3 $ $ Dollars Cents 38 Remove and Reinstall Brick SF 700 $ $ Driveways Dollars Cents 39 Remove and Reinstall SF 400 $ $ Stone/Marble Driveways Dollars Cents 40 Remove and Replace Asphalt SF 530 $ $ Driveways Dollars Cents 41 Remove and Replace Gravel SF 130 $ $ Driveways Dollars Cents 42 Open Cut Pavement Trench LF 400 $ $ Repair Dollars Cents 43 Clearing and Grubbing LS 1 $ $ Dollars Cents 44 Tree Protection LF 1,650 $ $ Dollars Cents 45 Remove and Reinstall Mailbox EA 3 $ $ Dollars Cents 46 Restore Pavement Markings and LS 1 $ $ Signage Dollars Cents Page A-16 ITEM NO. DESCRIPTION UNIT EST. QTY. UNIT PRICE (in words) UNIT PRICE EXTENDED TOTAL PRICE 47 Remove and Replace Trees and LS 1 $ $ Landscaping Dollars Cents 48 Utility Relocation Allowance LS 1 Thirty Thousand $ 30,000.00 $ 30,000.00 Dollars No Cents 49 Irrigation System Replacement LS 1 Ten Thousand $ 10,000.00 $ 10,000.00 Allowance Dollars No Cents 50 Unsuitable Soils Removal and LS 1 Seventy-Five Thousand $ 75,000.00 $ 75,000.00 Replacement Allowance Dollars No Cents TOTAL COST OF BASE BID BID ITEMS 1 – 50 (in numbers) TOTAL COST OF BASE BID BID ITEMS 1 – 50 (in words) Dollars Cents The Contract shall be awarded on the Total Base Bid ALTERNATE A BID ITEMS A-1 General Conditions, Overhead, LS 1 $ $ Profit (10% Max.) Dollars Cents A-2 Site Mobilization/Demobilization LS 1 $ $ (5% Max.) Dollars Cents A-3 Bonds and Insurance LS 1 $ $ (2% Max.) Dollars Cents Page A-17 ITEM NO. DESCRIPTION UNIT EST. QTY. UNIT PRICE (in words) UNIT PRICE EXTENDED TOTAL PRICE A-4 Pre-Construction Video LS 1 $ $ Dollars Cents A-5 As-Built Record Drawings LS 1 $ $ Dollars Cents A-6 NPDES Permit/Erosion Protection LS 1 $ $ Measures Dollars Cents A-7 Dewatering LS 1 $ $ Dollars Cents A-8 Maintenance of Traffic LS 1 $ $ Dollars Cents A-9 8" PVC C-900 Pipe LF 1,340 $ $ (Push On) Dollars Cents A-10 8" PVC C-900 Pipe LF 230 $ $ (Restrained Joint) Dollars Cents A-11 6" PVC C-900 Pipe LF 40 $ $ (Restrained Joint) Dollars Cents A-12 Cut and Plug Existing Water Main EA 2 $ $ Dollars Cents A-13 Abandon and Grout Existing LF 1,420 $ $ Water Main Dollars Cents Page A-18 ITEM NO. DESCRIPTION UNIT EST. QTY. UNIT PRICE (in words) UNIT PRICE EXTENDED TOTAL PRICE A-14 Fire Hydrant Assembly EA 1 $ $ Dollars Cents A-15 Remove Existing Fire Hydrant EA 1 $ $ Dollars Cents A-16 8" Gate Valve and Box EA 1 $ $ Dollars Cents A-17 6" Gate Valve and Box EA 1 $ $ Dollars Cents A-18 Connect to Existing Water Main EA 1 $ $ Dollars Cents A-19 DIP Compact Fittings TN 0.6 $ $ Dollars Cents A-20 2" Offset Air Release Valve EA 1 $ $ with Box Dollars Cents A-21 2" Single Water Service (Short EA 6 $ $ Side) Installed on Open Cut Dollars Trench WM Section Cents A-22 Sample Point EA 2 $ $ Dollars Cents A-23 Fill and Flush Assembly EA 1 $ $ Dollars Cents Page A-19 ITEM NO. DESCRIPTION UNIT EST. QTY. UNIT PRICE (in words) UNIT PRICE EXTENDED TOTAL PRICE A-24 Open Cut Pavement Trench LF 1,250 $ $ Repair Dollars Cents A-25 Curb Replacement LF 30 $ $ Dollars Cents A-26 Clearing and Grubbing LS 1 $ $ Dollars Cents A-27 Restore Pavement Markings and LS 1 $ $ Signage Dollars Cents A-28 Remove and Replace Trees and LS 1 $ $ Landscaping Dollars Cents TOTAL EVALUATED ALTERNATIVE BID ITEMS A-1 – A-28 (in numbers) TOTAL EVALUATED ALTERNATIVE BID BID ITEMS A-1 – A-28 (in words) Dollars Cents ALTERNATE B BID ITEMS B-1 General Conditions, Overhead, LS 1 $ $ Profit (10% Max.) Dollars Cents B-2 Site Mobilization/Demobilization LS 1 $ $ (5% Max.) Dollars Cents B-3 Bonds and Insurance LS 1 $ $ (2% Max.) Dollars Cents Page A-20 ITEM NO. DESCRIPTION UNIT EST. QTY. UNIT PRICE (in words) UNIT PRICE EXTENDED TOTAL PRICE B-4 Pre-Construction Video LS 1 $ $ Dollars Cents B-5 As-Built Record Drawings LS 1 $ $ Dollars Cents B-6 NPDES Permit/Erosion Protection LS 1 $ $ Measures Dollars Cents B-7 Dewatering LS 1 $ $ Dollars Cents B-8 Maintenance of Traffic LS 1 $ $ Dollars Cents B-9 8" PVC C-900 Pipe LF 1,060 $ $ (Push On) Dollars Cents B-10 8" PVC C-900 Pipe LF 80 $ $ (Restrained Joint) Dollars Cents B-11 6" PVC C-900 Pipe LF 20 $ $ (Restrained Joint) Dollars Cents B-12 Cut and Plug Existing Water Main EA 2 $ $ Dollars Cents B-13 Abandon and Grout Existing LF 1,150 $ $ Water Main Dollars Cents Page A-21 ITEM NO. DESCRIPTION UNIT EST. QTY. UNIT PRICE (in words) UNIT PRICE EXTENDED TOTAL PRICE B-14 Remove and Dispose Existing LF 20 $ $ Water Main Dollars Cents B-15 Fire Hydrant Assembly EA 3 $ $ Dollars Cents B-16 Remove Existing Fire Hydrant EA 3 $ $ Dollars Cents B-17 8" Gate Valve and Box EA 1 $ $ Dollars Cents B-18 DIP Compact Fittings TN 0.2 $ $ Dollars Cents B-19 2" Single Water Service (Short EA 5 $ $ Side) Installed on Open Cut Dollars Trench WM Section Cents B-20 Sample Point EA 1 $ $ Dollars Cents B-21 Open Cut Pavement Trench LF 1,050 $ $ Repair Dollars Cents B-22 Clearing and Grubbing LS 1 $ $ Dollars Cents B-23 Restore Pavement Markings and LS 1 $ $ Signage Dollars Cents Page A-22 ITEM NO. DESCRIPTION UNIT EST. QTY. UNIT PRICE (in words) UNIT PRICE EXTENDED TOTAL PRICE B-24 Remove & Replace Trees & LS 1 $ $ Landscaping Dollars Cents TOTAL EVALUATED ALTERNATIVE BID $ ITEMS B-1 – B-24 (in numbers) TOTAL EVALUATED ALTERNATIVE BID BID ITEMS B-1 – B-24 (in words) Dollars Cents ************************************************************************************************************************ ALL BIDS MUST BE SIGNED WITH THE VENDOR NAME AND BY AN OFFICER OR EMPLOYEE HAVING THE AUTHORITY TO BIND THE COMPANY OR FIRM BY SIGNATURE. PUBLIC ENTITY CRIMES FORM ATTACHED? YES__________ NO________ NON-COLLUSION AFFIDAVIT ENCLOSED? YES__________ NO________ HAVE YOUR INSURANCE REPRESENTATIVE REVIEW THE SAMPLE INSURANCE CERTIFICATE TO ENSURE COMPLIANCE. Page A-23 BIDDER'S GENERAL INFORMATION: The Bidder shall furnish the following information. Additional sheets shall be attached as required. Failure to complete Item Nos. 1 - 10 will cause the bid to be non-responsive and may cause its rejection. In any event, no award will be made until all of the Bidder's General Information (i.e., items I through 10 inclusive) is delivered to the OWNER. (1) CONTRACTOR'S name and address: (2) CONTRACTOR'S telephone number: (3) CONTRACTOR'S license: Primary classification State License Number Supplemental classifications held, if any: Name of Licensee, if different from (1) above: (4) Name of person who inspected site of proposed WORK for your firm: Name: Date of Inspection: (5) Name, address, and telephone number of surety company and agent who will provide the required bonds on this contract: (6) ATTACHED TO THIS BID the experience resume of the person who will be designated chief construction superintendent or on-site construction manager. (7) ATTACHED TO THIS BID a financial statement, references, and other information, sufficiently comprehensive to permit an appraisal of CONTRACTOR'S current financial condition. Page A-24 (8) List 5 projects completed in last 5 years in United States involving work of similar type and complexity: PROJECT NAME CONTRACT PRICE NAME, ADDRESS AND TELEPHONE NUMBER OF OWNER (9) Subcontractors: The Bidder further proposes that as part of their submittal attached is a list of subcontracting firms or businesses will be awarded subcontracts for portions of the work in the event the bidder is awarded the Contract. (10) Submit name and address of Directional Drill Contractor: (10A) ATTACHED TO THIS BID the experience resume of the person who will be designated chief Construction Superintendent for Directional Drill work. Page A-25 (10B) List 5 directional drill type projects completed in the last 5 years in South Florida involving work of similar type and complexity: PROJECT NAME CONTRACT PRICE NAME, ADDRESS AND TELEPHONE NUMBER OF OWNER SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE Questionnaire - Cover Page ***************************************************************************** CONTENTS - INFORMATION TO BE SUBMITTED Page 1. Basic Information 1 2. Organizational Structure & History 2 3. Officers and Owners 3 4. Experience 4 5. Key Personnel 8 6. Bonding 8 7. Safety 9 8. Environmental and Civil Rights Information 11 9. Certifications Under Oath 12 ****************************************************************************************************** Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE Town of Gulf Stream Page 1 of 11 1/27/2020 State Road A1A Water Main Improvements – Phase 2 **************************************************************************** INSTRUCTIONS 1. This Application must be filled out by all Bidders. 2. Please print legibly, type, or word process. Sign in ink. When attaching sheets, please place the question number to which you are responding in the upper right hand corner of each sheet and number the sheets. 3. Note that the person signing this Application must swear that the information provided below is true, accurate, and complete. **************************************************************************** 1. Basic Information Name of Contractor: _________________________________________________________ [Same as on Cover Page of This Application] Contact Person(s): _________________________________________________________ Telephone No: _____________ Fax No: ____________ E-mail: _______________ Address: _________________________________________________________ _________________________________________________________ Federal Tax ID No: _________________________________________________________ Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE Town of Gulf Stream Page 2 of 11 1/27/2020 State Road A1A Water Main Improvements – Phase 2 2. Organizational Structure & History 2.1 The Contractor is duly organized under the laws of the State of ____________________________________. 2.2 The Contractor has the following organizational structure. ( ) individual ( ) corporation ( ) partnership ( ) limited liability company ( ) joint venture ( ) other: __________________ 2.3 Please provide the year the Contractor (and not any Predecessor Entities or Related Entities) was first organized. __________ 2.4 Please list all Predecessor Entities below (or on attached sheets if necessary). ________________________________ ________________________________ ________________________________ 2.5 Please list all Related Entities below (or on attached sheets if necessary). ________________________________ ________________________________ ________________________________ 2.6 If organized in any state other than Florida or in a foreign country, are you in compliance with all laws and regulations necessary to legally do business in the State of Florida? YES _____ NO _____ Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE Town of Gulf Stream Page 3 of 11 1/27/2020 State Road A1A Water Main Improvements – Phase 2 3. Officers and Owners 3.1 Officers Please list the name, title, and address of current Officers, Directors, Partners, Members, and any other persons with analogous positions, in descending order of degree of control. Name Title Address ________________________ __________________ ____________________________ ________________________ __________________ ____________________________ ________________________ __________________ ____________________________ ________________________ __________________ ____________________________ [Attach additional sheets as necessary.] 3.2 Owners. Please list the name, address, and percentage of ownership of all persons or entities owning 10 percent or more of the Contractor, in descending order of percentage of ownership. Owner Address % ________________________ ___________________________________ __________ ________________________ ___________________________________ __________ ________________________ ___________________________________ __________ ________________________ ___________________________________ __________ [Attach additional sheets as necessary.] 3.3 Employees. Please list total quantity of employees, # of crews, and discipline of each crew. Crew Discipline Number of employees in crew % of total firm ________________________ ___________________________________ __________ ________________________ ___________________________________ __________ ________________________ ___________________________________ __________ ________________________ ___________________________________ __________ [Attach additional sheets as necessary.] Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE Town of Gulf Stream Page 4 of 11 1/27/2020 State Road A1A Water Main Improvements – Phase 2 4. Experience 4.1 Summary of Contractor Experience With respect to this specific project, list the approximate number of years of experience that the Contractor has as a prime contractor or as a subcontractor with primary responsibility. Project Type Years Utility Construction (primary) _________ Utility Construction (subcontractor) _________ 5.2 Most Recently Completed Contracts Please provide the following information regarding the last ten contracts completed by the Contractor. Please list in reverse chronological order (most recently completed project first, next most recently completed project, etc.). [Please feel free to provide this information on attached sheets in another format as long as it contains all the information requested.] Contract Amount Project Type & Location Month / Year Completed Name, Address, Contact Person & Tel. # of Owner 4.3 Contracts In Progress Please provide the following information regarding all contracts currently in progress, in descending order of contract amount. [Please feel free to provide this information on attached sheets in another format as long as it contains all the information requested.] Contract Amount Project Type & Location % Completed Name, Address, Contact Person & Tel. # of Owner Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE Town of Gulf Stream Page 5 of 11 1/27/2020 State Road A1A Water Main Improvements – Phase 2 Contract Amount Project Type & Location % Completed Name, Address, Contact Person & Tel. # of Owner 4.4 Provide an alphabetical listing of all state or local government or procurement agencies, including telephone number and contact person, that have awarded the Contractor (or any Predecessor Entities and Related Entities) a contract during the last five years. 1. 6. 2. 7. 3. 8. 4. 9. 5. 10. [Attach additional sheets as necessary.] 4.5 Liquidated Damages Within the last five years, has the Contractor (or any Predecessor Entities or Related Entities) had liquidated damages assessed against it? YES _____ NO _____ If YES, please provide full details on attached sheets including the per diem amount of liquidated damages, the original contract time, and the number of days for which liquidated damages were assessed. Please feel free to include a written summary of your position on the matter. 4.6 Terminations / Suspensions / Defaults (a) Within the last five years, has a contract of the Contractor (or any Predecessor Entities or Related Entities) been terminated or suspended for cause? YES _____ NO _____ Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE Town of Gulf Stream Page 6 of 11 1/27/2020 State Road A1A Water Main Improvements – Phase 2 (b) Within the last five years, has another party (e.g. surety) completed Work which the Contractor (or any Predecessor Entities or Related Entities) was originally responsible to perform? YES _____ NO _____ (c) Within the last five years, has the Contractor (or any Predecessor Entities or Related Entities) been considered in default of a contract that was not cured within the time frame allowed by the contract? YES _____ NO _____ If the answer to any of questions 4.6(a) -(c) is YES, please provide full details on attached sheets. Please feel free to include a written summary of your position on the matter. 4.7 Denial of Qualification or Award (a) Within the last 5 years, has any federal, state, or local government or procurement agency denied the Contractor (or any Predecessor Entities or Related Entities) qualification? YES _____ NO _____ (b) Within the last 5 years, has any federal, state, or local government or procurement agency, after the Contractor (or any Predecessor Entities or Related Entities) submitted the apparent low bid, refused to award a contract for reasons related to the Contractor’s qualifications, experience, competence, or financial situation? YES _____ NO _____ If the answer to either of questions 4.7(a) or (b) is YES, please provide full details on attached sheets. Please feel free to include a written summary of your position on the matter. 4.8 Debarments, Etc (a) Within the last 5 years, has the Contractor (or any Predecessor Entities or Related Entities) been debarred for any reason by any federal, state, or local government or procurement agencies? YES _____ NO _____ (b) Within the last 5 years, has the Contractor (or any Predecessor Entities or Related Entities) refrained from bidding for any reason, such as suspension or agreement not to bid, or as part of the settlement of a Dispute of any type with any federal, state, or local government or procurement agencies? YES _____ NO _____ Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE Town of Gulf Stream Page 7 of 11 1/27/2020 State Road A1A Water Main Improvements – Phase 2 If the answer to either of questions 4.8(a) or (b) is YES, please provide full details on attached sheets. Please feel free to include a written summary of your position on the matter. 4.9 Claims History Within the last 5 years, has the Contractor (or any Predecessor Entities or Related Entities) been a party to a Claim with an originally claimed amount in excess of $50,000? YES _____ NO _____ If YES, please provide full details for each Claim on attached sheets including (a) whether the Claim was brought by or against the Contractor (or any Predecessor Entities or Related Entities), (b) the nature of the Dispute underlying the Claim, (c) originally claimed amounts, (d) the resolution of such Claims (including the amount) or if unresolved, the current status of such Claims, and (e) the name, address and phone number of the primary adverse party who an be contacted for additional information, and (f) a written summary of your position on the matter (if desired). 4.10 Bid or Other Crimes Within the last 10 years, has the Contractor (or any Predecessor Entities or Related Entities), or any officers, owners, or Key Personnel of the same ever been indicted on, convicted of, or plead or consented to a violation of a bid crime including bid collusion or any other crime involving fraud or knowing misrepresentation? YES _____ NO _____ If YES, please provide full details on attached sheets. Please feel free to include a written summary of your position on the matter. 4.11 Quality Control Does the Contractor have a written organizational-level quality control plan (as opposed to project-level plans)? YES _____ NO _____ If YES, please answer the following two questions. (a) What year was it first adopted? ______ (b) In what year was its substance last revised? ______ Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE Town of Gulf Stream Page 8 of 11 1/27/2020 State Road A1A Water Main Improvements – Phase 2 5. Key Personnel 5.1 Please provide the following information for all Key Personnel whose duties consist primarily of one or more the following functions: (a) project management, (b) quality control and (c) safety oversight. [Please feel free to provide this information on attached sheets in another format as long as it contains all the information requested.] Name Job Duties Relevant Licenses Experience Education (a-c above) or Certifications (# of Yrs) (Degree or # Yrs) 1_____________________ ________ ______________ _________ _________ 2_____________________ ________ ______________ _________ _________ 3_____________________ ________ ______________ _________ _________ 4_____________________ ________ ______________ _________ _________ 5_____________________ ________ ______________ _________ _________ 6_____________________ ________ ______________ _________ _________ [Attach additional sheets as necessary.] 6. Bonding 6.1 Is the Contractor capable of obtaining from a Qualifying Bonding Company a performance bond and a payment bond each in the amount of the bid prices that the Contractor will be submitting to the Town? A Qualifying Bonding Company is an insurance, bonding, and/or surety company. YES _____ NO _____ If YES, please attach a letter from a Qualifying Bonding Company that (a) states that the said company meets the definition of “Qualifying Bonding Company” and (b) sets forth the bonding capacity of the Contractor for a specific dollar amount for this single project. Letters indicating “unlimited” bonding capacity are not acceptable. If NO, please explain why you cannot meet the bonding standards set forth in question 6.1 above on attached sheets. Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE Town of Gulf Stream Page 9 of 11 1/27/2020 State Road A1A Water Main Improvements – Phase 2 7. Safety 7.1 Does the Contractor have a written safety program? YES _____ NO _____ If YES, please answer the following two questions. (a) What year was it first adopted? ______ (b) In what year was its substance last revised? ______ 7.2 Does the Contractor hold regular work site safety meetings for immediate supervisors? YES _____ NO _____ If YES, at what frequency? Weekly ____ Monthly ____ Other ___________ 7.3 Have you had any accident in the past three years that caused over $ 50,000 in property damage? YES _____ NO _____ If YES, please provide full details of each such accident on attached sheets. Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE Town of Gulf Stream Page 10 of 11 1/27/2020 State Road A1A Water Main Improvements – Phase 2 8. Environmental Information 8.1 Environmental Record. Within the last 5 years, has the Contractor (or any Predecessor Entities or Related Entities) been found to be in violation of any federal, state or local environmental law or regulation in an administrative, civil or criminal proceeding in which the fact finder found that the Contractor committed the violation and/or failed to comply after having been notified of the violation? YES _____ NO _____ If YES, please provide full details, including a summary of your position, on attached sheets. Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE Town of Gulf Stream Page 11 of 11 1/27/2020 State Road A1A Water Main Improvements – Phase 2 9. Certifications Under Oath By signing below, the person signing below hereby certifies and swears, ON OATH, as follows. 1. I have personal knowledge of all the information contained in this Questionnaire OR I am responsible for the accuracy of all such information 2. The information contained in this Application is true and complete. 3. I hereby authorize the Town of Highland Beach to contact any person or entity necessary to verify or supplement any of the information requested by or provided in this Application without liability, and I hereby further authorize any person or entity contacted to provide any and all information requested without liability. 4. The Contractor has read, understands, and agrees to all terms of the Qualification Questionnaire. 5. I am duly authorized by law and by the Contractor to sign this Qualification on behalf of the Contractor. _____________________________ CONTRACTOR Date _____________________________ ______________________________________ Witness [Signature] By: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ [Name and Title Printed] State of ____________________ County of __________________ Date: ___________________ Then personally appeared the person who signed this page above and acknowledged this instrument to be his or her free act and deed and the free act and deed of the Contractor, and further said person swore, ON OATH, that the statements made under the section 9 entitled “Certifications Under Oath” are true and complete. ______________________________________ [Signature of Notary Public] Name Printed: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ My Commission Expires: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Page A-26 BID BOND KNOW ALL MEN BY THESE PRESENTS, That______________________________________________________ as Principal, and _____________________________________________ as Surety, are held and firmly bound unto TOWN OF GULF STREAM, hereinafter called "OWNER" in the sum of ($_________________) _____________________________________________________________________dollars, (not less than 5 percent of the total amount of the Bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said OWNER to perform the WORK required under the bidding schedule of the OWNER'S Contract Documents entitled: Town of Gulf Stream State Road A1A Water Main Improvements – Phase 2 NOW THEREFORE, if said Principal is awarded a contract by said OWNER and, within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the form of the agreement bound with said Contract Documents, furnishes the required certificates of insurance, and furnishes the required Performance Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by said OWNER and OWNER prevails, said Surety shall pay all costs incurred by said OWNER in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this _________ day of ____________________, 2020 _________________________________(SEAL) ________________________ (SEAL) (Principal) (Surety) By: _______________________________ By:_____________________________ (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) Page A-27 REFERENCE SHEET In order to receive Bid Award consideration on the proposed bid, it is a mandatory requirement that the following "Reference Sheet" must be completed and returned with your bid. This information may be used in determining the Bid Award for this contract. BIDDER (COMPANY NAME): ___________________________________________________ ADDRESS: _____________________________TELEPHONE NO: _____________________ CONTACT PERSON: ________________________ TITLE ___________________________ NUMBER OF YEARS IN BUSINESS _____________________________________________ ADDRESS OF NEAREST FACILITY _____________________________________________ LIST THREE (3) GOVERNMENTAL AGENCIES WHERE THESE SERVICES HAVE BEEN PROVIDED IN THE LAST FIVE YEARS. 1. Company Name: ________________________________________________________ Address: ___________________________ Phone:_____________________________ Contact Person: _____________________ Title: ______________________________ 2. Company Name: ________________________________________________________ Address: __________________________ Phone: ___________________________ Contact Person: _____________________ Title: ____________________________ 3. Company Name: ________________________________________________________ Address: __________________________ Phone: ____________________________ Contact Person:_____________________ Title: _____________________________ BID DESCRIPTION: Town of Gulf Stream State Road A1A Water Main Improvements – Phase 2 BID NO. 20-100 Page A-28 TOWN OF GULF STREAM NON-COLLUSION AFFIDAVIT This affidavit is to be filled in and executed by the bidder, if the bid is made by a Corporation, then by its Chief Officer. This document must be submitted with the bid. STATE OF __________________________ COUNTY OF ________________________ being first duly sworn, deposes and says that ___________________________________ residing at _________________________ and ____________________________________ residing at _________________________ and ____________________________________ residing at _________________________ (is/are) the only person(s) with (him/them) in the delivery of the materials bid upon or the services performed under these specifications; that the said bid is made without any connection or common interest in the profits with any other persons making any bid or proposal for the said work; that the said contract is on (his/their) part in all respects fair and without collusion or fraud; and also that no head of any department or any employee therein; or any officer of the Town of Gulf Stream is directly or indirectly interested therein. BIDDER'S AUTHORIZED SIGNATURE ___________________________________________ Subscribed and sworn to before me this ___________ day of ___________________, 2020 BID DESCRIPTION: Town of Gulf Stream State Road A1A Water Main Improvements – Phase 2 BID NO. 20-100 Page A-29 DRUG-FREE WORKPLACE PROGRAM FORM In accordance with Section 287.087, State of Florida Statutes, preference shall be given to businesses with Drug-free Workplace Programs. Whenever two or more bids which are equal with respect to price, quality and service are received for the procurement of commodities or contractual service, a bid received from a business that certifies that it has implemented a Drug- free Workplace Program shall be given preference in the award process. In the event that none of the tied vendors have a Drug-free Workplace program in effect the Town reserves the right to make final Decisions in the Town's best interest. In order to have a Drug-free Workplace Program, a business shall: 1 . Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contenders to, any violation of Chapter 893 or of any controlled substance law of the United States of any State, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation. If bidder's company has a Drug-free Workplace Program, so certify below: AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. SIGNATURE OF BIDDER:__________________________________DATE: __________ BID DESCRIPTION: Town of Gulf Stream State Road A1A Water Main Improvements – Phase 2 BID NO. 20-100 Page A-30 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, _____________________________________________________ , as Contractor, and ___________________________________________________________ as Surety, are held and firmly bound unto the TOWN OF GULF STREAM, FLORIDA hereinafter called "OWNER" in the sum of ______________________________________________ dollars, lawful money of the United States, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, said CONTRACTOR has been awarded and is about to enter into the annexed Agreement with said OWNER to perform the WORK as specified or indicated in the Contract Documents entitled: Town of Gulf Stream State Road A1A Water Main Improvements – Phase 2 BID NO. 20-100 NOW, THEREFORE, if the said CONTRACTOR shall fully and faithfully perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the WORK to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said CONTRACTOR or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said CONTRACTOR or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED and SEALED, this ___________ day of _________________________, 2020. _______________________ ________ ____________________________ (CONTRACTOR) (SURETY) BY: ___________________________ BY: ___________________________ (SIGNATURE) (SIGNATURE) STATE OF FLORIDA : COUNTY OF PALM BEACH: BEFORE ME PERSONALLY APPEARED THE ABOVE TO ME WELL KNOWN AND KNOWN TO ME TO BE THE PERSONS DESCRIBED IN AND WHO EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO AND BEFORE ME THAT THEY EXECUTED SAID INSTRUMENT FOR THE PURPOSES THEREIN EXPRESSED. WITNESS MY HAND AND OFFICIAL SEAL, THIS _____________DAY OF ____________________,2020 NOTARY PUBLIC: _________________________________ Page A-31 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That _______________________________________________________ as CONTRACTOR and _______________________________________________________ as Surety, are held and firmly bound unto the TOWN OF GULF STREAM, FLORIDA, hereinafter called "OWNER", in the sum of dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said CONTRACTOR has been awarded and is about to enter into the annexed Agreement with said OWNER to perform the WORK as specified or indicated in the Contract Documents entitled: Town of Gulf Stream State Road A1A Water Main Improvements – Phase 2 BID NO. 20-100 NOW THEREFORE, if said CONTRACTOR, or subcontractor, fails to pay for any materials, equipment, or other supplies, or for rental of same, used in connection with the performance of work contracted to be done, or for amounts due under applicable State law for any work or labor thereon, said Surety will pay for the same in an amount not exceeding the sum specified above, and, in the event suit is brought upon this bond, a reasonable attorney's fee to be fixed by the court. This bond shall inure to the benefit of any persons, companies, or corporations entitled to file claims under applicable State law. PROVIDED, that any alterations in the WORK to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said CONTRACTOR or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said CONTRACTOR or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED and SEALED, this ___________ day of _______________________, 2020 _____________________________ ____________________________ (CONTRACTOR) (SURETY) By: _________________________ By: ___________________________ (Signature) (Signature) STATE OF FLORIDA : COUNTY OF PALM BEACH: BEFORE ME PERSONALLY APPEARED THE ABOVE TO ME WELL KNOWN AND KNOWN TO ME TO BE THE PERSONS DESCRIBED IN AND WHO EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO AND BEFORE ME THAT THEY EXECUTED SAID INSTRUMENT FOR THE PURPOSES THEREIN EXPRESSED. WITNESS MY HAND AND OFFICIAL SEAL, THIS __________ DAY OF_______________________, 2020 NOTARY PUBLIC: ___________________________ Page A-32 SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to the (print name of the public entity) by (print individual’s name and title) for (print name of entity submitting sworn statement) whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: .) 2. I understand that a “public entity crime” as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or materiel misrepresentation. 3. I understand that “convicted” or “conviction” as defined in Paragraph 287.133(1)(b), Florida Statutes, means finding of guilt of a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or in formation after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term “affiliate” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm’s length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a “person” as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to Page A-33 transact business with a public entity. The term “person” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Indicate which statement applies). Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative hearings and the Final Order entered by the hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order). I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (Signature) Sworn to and subscribed before me this day of , 20 Personally known Or Produced Identification Notary Public – State of My commission expires (Type of identification) (Printed, typed or stamped commissioned name of notary public) DAVIS-BACON REQUIREMENTS 10.FEDERAL LABOR STANDARDS PROVISIONS (Davis-Bacon Act, Copeland Act, and Contract Works Hours & Safety Standards Act) The Project to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A.1.( I) Minimum Wages. All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; provided, that the employer=s payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii) (a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. EPA shall approve an additional classification and wage rate and fringe benefits; therefore, only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and EPA or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by EPA or its designee to the Administrator of the Wage and Hour Division, employment Standards Administration, U. S. Department of Labor, Washington, D. C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise EPA or its designee or will notify EPA or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) ( c) In the event that the Contractor, the laborers or mechanics to be employed in the Classification or their representatives, and EPA or its designee do not agree on the proposed classification and wage rate (including the amount designed for fringe benefits, where appropriate), EPA or its designee shall refer the questions, including the views of all interested parties and the recommendation of EPA or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise EPA or its designee or will notify EPA or its designee within the 30-day period that the additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(b) or ( c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program. Provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) 2. Withholding. EPA or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, EPA, or its designee may, after written notice to the contractor, sponsor, applicant, or owners, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. EPA or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis-Bacon Act contracts. 3.( i) Payrolls and Basic Records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017). (ii)(a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to EPA or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owners, as the case may be, for transmission to EPA or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(I). This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U. S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0149). (b) Each payroll submitted shall be accompanied by a Statement of Compliance, signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5.5 (a)(3)(I) and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. ( c) The weekly submission of a properly executed certification set forth on the reverse side of Option Form WH-347 shall satisfy the requirement for submission of the Statement of Compliance required by paragraph A. 3(ii)(b) of this section. (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph A.3(I) of this section available for inspection, copying, or transcription by authorized representatives of EPA or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, EPA or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. 4.( i) Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program, shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman=s hourly rate) specified in the contractor=s or subcontractor=s registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice=s level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with the determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U. S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee=s level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program the contract will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as EPA or its designee may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contract shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract Termination, Debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3 and 5 are herein incorporated by referenced in this contract. 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and EPA or its designee, the U. S. Department of Labor, or the employees or their representatives. 10.( i) Certification of Eligibility. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor=s firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded EPA contracts or participate in EPA programs pursuant to Executive Order 12549. (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded EPA contracts or participate in EPA programs pursuant to Executive Order 12549. (iii) The penalty for making false statements is prescribed in the U. S. Criminal Code, 18 U. S. C. 1001. Additionally, U. S. Criminal Code, Section 1010, Title 18, U. S. C., Federal Housing Administration transactions, provides in part Whoever, for the purpose of. . .influencing in any way the action of such Administration. . .makes, utters or publishes any statement, knowing the same to be false. . .shall be fined not more than $5,000 or imprisoned not more than two years, or both. 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this contract are applicable shall be discharged or in any other manner discriminated against by the contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this contract to his employer. B. Contract Work Hours and Safety Standards Act. As used in the paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subparagraph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. EPA or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act , which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 (formerly part 1518) and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act (Public Law 91-54.83 State 96). (3) The contractor shall include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. 11. Guidance to Contractor for Compliance with Labor Standards Provisions a) Contracts with Two Wage Decisions If the contract includes two wage decisions, the contractor, and each subcontractor who works on the site, must submit either two separate payrolls (one for each wage decision) or one payroll which identifies each worker twice and the hours worked under each wage decision. One single payroll, reflecting each worker once, may be submitted provided the Contractor uses the higher rate in the wage decisions for each identical job classification. However, where a job classification is not listed in a wage decision and is needed for that portion of the work, the classification must be added to the wage decision. A worker may not be paid at the rate for a classification using the hourly rate for that same classification in another wage decision. After the additional classification is approved, the contractor may pay the higher of the two rates and submit one payroll, if desired. b) Complying with Minimum Hourly Amounts 1) The minimum hourly amount due to a worker in each classification is the total of the amounts in the Rates and Fringe Benefits (if any) columns of the applicable wage decision. 2) The contractor may satisfy this minimum hourly amount by any combination of cash and bona fide fringe benefits, regardless of the individual amounts reflected in the Rates and Fringe Benefits columns. 3) A contractor payment for a worker which is required by law is not a fringe benefit in meeting the minimum hourly amount due under the applicable wage decision. For example, contractor payments for FICA or unemployment insurance are not a fringe benefit; however, contractor payments for health insurance or retirement are a fringe benefit. Generally, a fringe benefit is bona fide if (a) it is available to most workers and (b) involves payments to a third party. 4) The hourly value of the fringe benefit is calculated by dividing the contractor=s annual cost (excluding any amount contributed by the worker) for the fringe benefit by 2080. Therefore, for workers with overtime, an additional payment may be required to meet the minimum hourly wages since generally fringe benefits have no value for any time worked over 40 hours weekly. (If a worker is paid more than the minimum rates required by the wage decision, this should not be a problem. As long as the total wages received by a worker for straight time equals the hours worked times the minimum hourly rate in the wage decision, the requirement of the Davis-Bacon and Related Acts has been satisfied.) c) Overtime For any project work over 40 hours weekly, a worker generally must be paid 150% of the actual hourly cash rate received, not the minimum required by the wage decision. (The Davis-Bacon and Related Acts only establishes minimum rates and does not address overtime; the Contract Work Hours Act contains the overtime requirement and uses basic rate of pay as the base for calculation, not the minimum rates established by the Davis- Bacon and Related Acts.) d) Deductions Workers who have deductions, not required by law, from their pay must authorize these deductions in writing. The authorization must identify the purpose of each deduction and the amount, which may be a specific dollar amount or a percentage. A copy of the authorization must be submitted with the first payroll containing the deduction. If deducted amounts increase, another authorization must be submitted. If deducted amounts decrease, no revision to the original authorization is needed. Court-ordered deductions, such as child support, may be identified by the responsible payroll person in a separate document. This document should identify the worker, the amount deducted and the purpose. A copy of the court order should be submitted. e) Classifications Not Included in the Wage Decision If a classification not in the wage decision is required, please advise the owner=s representative in writing and identify the job classification(s) required. In some instances, the State agency may allow the use of a similar classification in the wage decision. Otherwise, the contractor and affected workers must agree on a minimum rate, which cannot be lower than the lowest rate for any trade in the wage decision. Laborers (including any subcategory of the laborer classification) and truck drivers are not considered a trade for this purpose. If the classification involves a power equipment operator, the minimum cannot be lower than the lowest rate for any power equipment operator in the wage decision. The owner will provide forms to document agreement on the minimum rate by the affected workers and contractor. The U.S. Department of Labor (USDOL) must approve the proposed classification and rate. The contractor may pay the proposed rate until the USDOL makes a determination. Should the USDOL require a higher rate, the contractor must make wage restitution to the affected worker(s) for all hours worked under the proposed rate. f) Supervisory Personnel Foremen and other supervisory personnel who spend at least 80% of their time supervising workers are not covered by the Davis-Bacon and Related Acts. Therefore, a wage decision will not include such supervisory classifications and their wages are not subject to any minimums under the Davis-Bacon and Related Act or overtime payments under the Contract Work Hours and Safety Standards Act. However, foremen and other supervisory personnel who spend less than 80% of their time engaged in supervisory activities are considered workers/mechanics for the time spent engaged in manual labor and must be paid at least the minimum in the wage decision for the appropriate classification(s) based on the work performed. g) Sole Proprietorships / Independent Contractors / Leased Workers The nature of the relationship between a prime contractor and a worker does not affect the requirement to comply with the labor standards provisions of this contract. The applicability of the labor standards provisions is based on the nature of the work performed. If the work performed is primarily manual in nature, the worker is subject to the labor standards provisions in this contract. For example, if John Smith is the owner of ABC Plumbing and performs all plumbing work himself, then Mr. Smith is subject to the labor standards provisions, including minimum wages and overtime. His status as owner is irrelevant for labor standards purposes. If a worker meets the IRS standards for being an independent contractor, and is employed as such, this means that the worker must submit a separate payroll as a subcontractor rather than be included on some other payroll. The worker is still subject to the labor standards provisions in this contract, including minimum wages and overtime. If a contractor or subcontractor leases its workers, they are subject to the labor standards provisions in this contract, including minimum wages and overtime. The leasing firm must submit payrolls and these payrolls must reflect information required to determine compliance with the labor standards provisions of this contract, including a classification for each worker based on the nature of the work performed, number of regular hours worked, and number of overtime hours worked. h) Apprentices / Helpers A worker may be classified as an apprentice only if participating in a federal or state program. Documentation of participation must be submitted. Generally, the apprentice program specifies that the apprentice will be compensated at a percentage of journeyman rate. For Davis-Bacon Act purposes, the hourly rate cannot be lower than the percentage of the hourly rate for the classification in the applicable wage decision. If the worker does not participate in a federal or state apprentice program, then the worker must be classified according to duties performed. This procedure may require classification in the trade depending on tools used, or as a laborer if specialized tools of the trade are not used. The contractor may want to consult with the Wage and Hour Division of the U.S. Department of Labor located in most large cities regarding the appropriate classification. Presently, no worker may be classified as a helper. As with apprentices not participating in a formal apprentice program, the worker must be classified according to duties performed and tools used. FDEP SUPPLEMENTARY CONDITIONS (CONSTRUCTION) Revised October 2017 SUPPLEMENTARY CONDITIONS (CONSTRUCTION) Florida Department of Environmental Protection State Revolving Fund Program Supplementary Conditions for Formally Advertised Construction Procurement Revised October 2017 TABLE OF CONTENTS FOR THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS Article Number Article Title Page 1 DEFINITIONS FDEP-1 2 PRIVITY OF AGREEMENT/CONTRACT FDEP-2 3 PROCUREMENT REQUIREMENTS FDEP-2 4 RESOLUTION OF PROTESTS AND CLAIMS/DISPUTES FDEP-2 5 CHANGES TO THE BIDDING AND CONTRACT DOCUMENTS FDEP-3 6 BONDS AND INSURANCE FDEP-3 7 AWARD OF AGREEMENT/CONTRACT FDEP-4 8 ITEMIZED CONSTRUCTION COST BREAKDOWN; CONSTRUCTION AND PAYMENT SCHEDULES FDEP-4 9 FDEP/USEPA ACCESS TO RECORDS AND PROJECT SITE FDEP-4 10 DISADVANTAGED BUSINESS ENTERPRISES FDEP-4 11 DEBARMENT AND SUSPENSION (EXECUTIVE ORDER 12549) FDEP-5 12 EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) FDEP-6 13 IMMIGRATION REFORM AND CONTROL ACT OF 1986 FDEP-12 STATE OF FLORIDA EXECUTIVE ORDER 11-116) 14 ENVIRONMENTAL COMPLIANCE FDEP-12 15 FEDERAL LABOR STANDARDS PROVISION FDEP-12 16 AMERICAN IRON AND STEEL PROVISION FDEP-12 17 PROHIBITED LOCAL GOVERNMENT CONSTRUCTION PREFERENCES FDEP-12 Appendix Title Page A CERTIFICATION OF COMPLIANCE WITH THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS FDEP-13 B GOALS AND TIMETABLES FOR MINORITIES AND FEMALES FDEP-14 C FEDERAL LABOR STANDARDS PROVISION FDEP-15 D AMERICAN IRON AND STEEL PROVISION FDEP-23 FDEP-1 Revised October 2017 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS The intent of the Florida Department of Environmental Protection (FDEP) Supplementary Conditions is to complement and supplement other provisions of the Bidding Documents. However, if there is any conflict between the FDEP Supplementary Conditions and other provisions of the Bidding Documents, the FDEP Supplementary Conditions shall take precedence over the other provisions except when the other provisions are similar to, but more stringent than, the FDEP Supplementary Conditions. When other provisions of the Bidding Documents are similar to, but more stringent than, the FDEP Supplementary Conditions, the more stringent provisions shall apply. ARTICLE 1 - DEFINITIONS Wherever used in these Supplementary Conditions (except in the appendices to these Supplementary Conditions), the following terms have the meanings indicated, which are applicable to both the singular and plural thereof. 1.1 Addendum -A written or graphic instrument that is issued prior to the opening of bids and that clarifies, corrects, or changes the Bidding Documents. 1.2 Agreement or Contract - The written agreement between the Owner and the Contractor covering the Work to be performed and furnished; these Supplementary Conditions and other Contract Documents are attached to the Agreement/Contract and made a part thereof as provided therein. 1.3 Bid - The offer or proposal of a bidder submitted on the prescribed form and setting forth the price(s) for the Work to be performed and furnished. 1.4 Bidder - Any person, firm, or corporation that submits a bid directly to the Owner. 1.5 Bidding Documents - The Advertisement for Bids or the Invitation to Bid, the Instructions to Bidders or the Information for Bidders, the Bid Form, the proposed Contract Documents, and all addenda. 1.6 Bond - An instrument of security. 1.7 Change Order - A document that is recommended by the Engineer and signed by the Contractor and the Owner; that authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time; and that is issued on or after the Effective Date of the Agreement/Contract. 1.8 Contract Documents - The Agreement/Contract; the Contractor's Bid when attached as an exhibit to the Agreement/Contract; the Performance and Payment Bond(s); the General Conditions; the Supplementary Conditions (including these Supplementary Conditions); the Specifications (written technical descriptions of material, equipment, construction systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto); the Drawings (drawings that show the character and scope of the Work to be performed and furnished); all addenda that pertain to the Contract Documents; and all change orders. 1.9 Contract Time - The number of days or the date stated in the Contract Documents for completion of the Work. 1.10 Contractor - The person, firm, or corporation with whom or which the Owner enters into the Agreement/Contract. 1.11 Effective Date of the Agreement/Contract - The date indicated in the Agreement/Contract on which the Agreement/Contract becomes effective, or if no such date is indicated in the Agreement/Contract, the date on which the Agreement/Contract is signed and delivered by the last of the two parties to sign and deliver the Agreement/Contract. 1.12 Engineer - The person, firm, or corporation named as such in the Contract Documents. 1.13 Minority Business Enterprise (MBE) - A historically Black college or university or a business that is (a) certified as socially and economically disadvantaged by the Small Business Administration, (b) certified as an MBE by a state or federal agency, or (c) an independent business concern which is at least 51-percent owned and controlled by minority group members. (A minority group member is an individual who is a citizen of the United States and one of the following: [i] Black American; [ii] Hispanic American [with origins from Puerto Rico, Mexico, Cuba, or South or Central America]; [iii] Native American [American Indian, Eskimo, Aleut, or native Hawaiian]; or [iv] Asian-Pacific American FDEP-2 Revised October 2017 [with origins from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia, Taiwan, or the Indian Subcontinent].) 1.14 Notice to Proceed -The written notice given by the Owner to the Contractor fixing the date on which the Contract Time will commence to run and on which the Contractor shall start to perform its obligations under the Contract Documents. 1.15 Owner - The local government (municipality, county, district, or authority; or any agency thereof; or a combination of two or more of the foregoing acting jointly) with which the Florida Department of Environmental Protection (FDEP) may execute, or has executed, a State Revolving Fund loan agreement and for which the Work is to be provided. 1.16 Project - The total construction or facilities described in a State Revolving Fund loan agreement between the FDEP and the Owner, of which the Work to be provided under the Contract Documents may be the whole or a part. 1.17 Sponsor – The recipient of the State Revolving Fund loan agreement that provides funds for the project. 1.18 Subcontract - A direct contract between a subcontractor and the Contractor, or any other subcontractor at any tier, for the furnishing of goods (material and equipment) or the performance of services (including construction) necessary to complete the Work. 1.19 Subcontractor - A person, firm, or corporation having a direct contract with the Contractor, or any other subcontractor at any tier, for the furnishing of goods (material and equipment) or the performance of services (including construction) necessary to complete the Work. 1.20 Successful Bidder - The lowest responsive, responsible bidder to whom or which the Owner intends to award the Agreement/Contract. 1.21 Women's Business Enterprise (WBE) - A business that is (a) certified as a WBE by a state or federal agency or (b) an independent business concern which is at least 51-percent owned and controlled/operated by women. (Determination of whether a business is at least 51-percent owned by women shall be made without regard to community property laws [e.g., an otherwise qualified WBE that is 51-percent owned by a married woman in a community property state will not be disqualified because the married woman's husband has a 50-percent interest in the married woman's share of the business; similarly, a business that is 51-percent owned by a married man and 49-percent owned by women will not become a qualified WBE by virtue of the married man's wife having a 50-percent interest in the married man's share of the business].) 1.22 Work - The entire completed construction or the various separately identifiable parts thereof required to be performed and furnished under the Contract Documents; Work is the result of performing services, furnishing labor, furnishing material and equipment, and incorporating material and equipment into the construction as required by the Contract Documents. ARTICLE 2 - PRIVITY OF AGREEMENT/CONTRACT 2.1. The Owner expects to finance this Agreement/Contract with assistance from the FDEP, which administers a State Revolving Fund loan program supported in part with funds directly made available by grants from the United States Environmental Protection Agency (USEPA). Neither the State of Florida nor the United States (nor any of their departments, agencies, or employees) will be a party to this Agreement/Contract or any lower-tier subcontract. ARTICLE 3 - PROCUREMENT REQUIREMENTS 3.1. This Agreement/Contract and the Owner's solicitation and award of this Agreement/Contract are subject to requirements contained in Chapter 62-503 (Revolving Loan Program) and/or Chapter 62-552, Florida Administrative Code as applicable. ARTICLE 4 - RESOLUTION OF PROTESTS AND CLAIMS/DISPUTES Resolution of Protests Concerning the Owner's Solicitation and/or Award of this Agreement/Contract: FDEP-3 Revised October 2017 4.1. Protests concerning the Owner's solicitation and/or award of this Agreement/Contract must be filed in writing with the Owner to be considered. 4.2. All timely written protests concerning the Owner's solicitation and/or award of this Agreement/Contract are to be resolved in accordance with the Owner's dispute resolution process. A copy of the ordinance(s), resolution(s), or written policy (policies) that set forth the Owner's dispute resolution process is included elsewhere in the Bidding Documents or is to be made available by the Owner upon request. 4.3. Neither the (FDEP) nor the USEPA will become a party to, or have any role in resolving, protests concerning the Owner's solicitation and/or award of this Agreement/Contract. Protest decisions made by the Owner cannot be appealed to the FDEP or the USEPA. Resolution of Claims and Disputes Between the Owner and the Contractor: 4.4. Unless otherwise provided in the Contract Documents, all claims and disputes between the Owner and the Contractor arising out of, or relating to, the Contract Documents or the breach thereof are to be decided by arbitration (if the Owner and the Contractor mutually agree) or in a court of competent jurisdiction within the State of Florida. 4.5. Neither the FDEP nor the USEPA will become a party to, or have any role in resolving, claims and disputes between the Owner and the Contractor. ARTICLE 5 - CHANGES TO THE BIDDING AND CONTRACT DOCUMENTS 5.1. All changes to the Bidding Documents made subsequent to the FDEP's acceptance of the Bidding Documents and prior to the opening of bids are to be documented via addendum (addenda) to the Bidding Documents; all changes to the Contract Documents made after the opening of bids are to be documented by change order(s) to the Contract Documents. The Owner shall submit all addenda and change orders to the FDEP. ARTICLE 6 - BONDS AND INSURANCE Bid Guarantees: 6.1. Each bidder's bid is to be accompanied by a bid guarantee made payable to the Owner in an amount at least equal to five percent of the bidder's maximum bid price and in the form of a certified check or bid bond. Performance and Payment Bond(s): 6.2. The Contractor shall furnish a combined performance and payment bond in an amount at least equal to 100 percent of the Contract Price (or, if required elsewhere in the Contract Documents, the Contractor shall furnish separate performance and payment bonds, each in an amount at least equal to 100 percent of the Contract Price) as security for the faithful performance and payment of all the Contractor's obligations under the Contract Documents. This(these) bond(s) are to be delivered to the Owner by the Contractor along with the executed Agreement/Contract. The Owner shall forward a copy of this (these) bond(s) to the FDEP. Insurance: 6.3. The Owner and/or the Contractor (as required elsewhere in the Contract Documents) shall purchase and maintain, during the period of construction, such liability insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims that may arise out of, or result from, the Contractor's performance and furnishing of the Work (whether the Work is to be performed or furnished by the Contractor or any subcontractor at the Work site) and the Contractor's other obligations under the Contract Documents. This insurance is to include workers' compensation insurance, comprehensive general liability insurance, comprehensive automobile liability insurance, and contractual liability insurance applicable to the Contractor's indemnification obligations and is to be written for not less than the limits of liability and coverages determined by the Owner or required by law, whichever is greater. FDEP-4 Revised October 2017 6.4. The Owner and/or the Contractor (as required elsewhere in the Contract Documents) shall purchase and maintain, during the period of construction, property insurance upon the Work at the Work site in an amount equal to the full replacement cost of the Work or the full insurable value of the Work. This insurance is to include the interests of the Owner, the Contractor, and all subcontractors at the Work site (all of whom are to be listed as insured or additional insured parties); is to insure against the perils of fire and extended coverage; and is to include "all-risk" insurance for physical loss or damage due to theft, vandalism and malicious mischief, collapse, water damage, and/or all other risks against which coverage is obtainable. 6.5. Before any Work at the Work site is started, the Contractor shall deliver to the Owner certificates of insurance that the Contractor is required to purchase and maintain in accordance with Paragraphs 6.3 and 6.4 of this Article and other provisions of the Contract Documents, and the Owner shall deliver to the Contractor certificates of insurance that the Owner is required to purchase and maintain in accordance with Paragraphs 6.3 and 6.4 of this Article and other provisions of the Contract Documents. ARTICLE 7 - AWARD OF AGREEMENT/CONTRACT 7.1. If this Agreement/Contract is awarded, it is to be awarded to the lowest responsive, responsible bidder. A fixed price (lump sum or unit price or both) agreement/contract is to be used. A clear explanation of the method of evaluating bids and the basis for awarding this Agreement/Contract are included elsewhere in the Bidding Documents. All bids may be rejected when in the best interest of the Owner. After the contract has been awarded, the Owner shall give the Contractor a notice to proceed fixing the date on which the Contract Time will commence to run. The Owner shall forward a copy of this notice to proceed to the FDEP. ARTICLE 8 - ITEMIZED CONSTRUCTION COST BREAKDOWN; CONSTRUCTION AND PAYMENT SCHEDULES 8.1. The Contractor shall submit to the Owner, within ten calendar days after the Effective Date of this Agreement/Contract, an itemized construction cost breakdown and construction and payment schedules. 8.1.1. The itemized construction cost breakdown, or schedule of values, is to include quantities and prices of items aggregating the Contract Price and is to subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices are to include an appropriate amount of overhead and profit applicable to each item of Work. 8.1.2. The construction, or progress, schedule is to indicate the Contractor's estimated starting and completion dates for the various stages of the Work and is to show both the projected cost of Work completed and the projected percentage of Work completed versus Contract Time. 8.1.3. The payment schedule is to show the Contractor's projected payments cumulatively by month. ARTICLE 9 – FDEP/USEPA ACCESS TO RECORDS AND PROJECT SITE 9.1. Authorized representatives of the Owner, the FDEP, and the USEPA shall have access to, for the purpose of inspection, the Work site(s), any books, documents, papers, and records of the Contractor that are pertinent to this Agreement/Contract at any reasonable time. The Contractor shall retain all books, documents, papers, and records pertinent to this Agreement/Contract for a period of five years after receiving and accepting final payment under this Agreement/Contract. NOTE: ARTICLE 10 ONLY APPLIES TO FEDERAL CAP GRANT PROJECTS ARTICLE 10 - DISADVANTAGED BUSINESS ENTERPRISES 10.1 A goal of five percent of the Contract Price is established for Minority Business Enterprise (MBE) participation in the Work, and a goal of five percent of the Contract Price is established for Women's Business Enterprise (WBE) participation in the Work. If bidders or prospective contractors (including the Contractor) intend to let any lower-tier goods FDEP-5 Revised October 2017 or services (including construction) subcontracts for any portion of the Work, they shall physically include these percentage goals for MBE and WBE participation in all solicitations for subcontracts and shall take good faith efforts to assure that MBEs and WBEs are utilized, when possible, as sources of goods and services. Good faith efforts are to include the following: 10.1.1. Require Disadvantaged Business Enterprises (DBEs) are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. For Indian Tribal, State and Local and Government recipients, this will include placing DBEs on solicitation lists and soliciting them whenever they are potential sources. 10.1.2. Make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date. 10.1.3. Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs. For Indian Tribal, State and local Government recipients, this will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process. 10.1.4. Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually. 10.1.5. Use the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. 10.1.6. If the prime contractor awards subcontracts, require the prime contractor to take the steps in paragraphs 10.1.1 through 10.1.5 of this section. 10.2. Within ten calendar days after being notified of being the apparent Successful Bidder, the apparent Successful Bidder shall submit to the Owner documentation of the affirmative steps it has taken to utilize Minority and Women's Business Enterprises (MBEs and WBEs) in the Work and documentation of its intended use of MBEs and WBEs in the Work. The Owner shall keep this documentation on file and shall forward to the FDEP a copy of the apparent Successful Bidder's documentation concerning its intended use of MBEs and WBEs in the Work. ARTICLE 11 - DEBARMENT AND SUSPENSION (EXECUTIVE ORDER 12549) Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions 11.1. The bidder certifies, by submission of this proposal, that neither the bidder nor its principals, nor the bidder’s subcontractors nor their principals, are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. 11.2. Where the bidder is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 11.3 . The bidder also certifies that it and its principals and the bidder’s subcontractors and their principals: 11.3.1. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under a public transaction; violation of federal or state anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 11.3.2. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any of the offenses enumerated in paragraph 11.3.1 of this certification; and 11.3.3. Have not within a three-year period preceding this proposal had one or more public transactions (federal, state or local) terminated for cause or default. Where the bidder is unable to certify to any of the above, such owner shall attach an explanation to this proposal. FDEP-6 Revised October 2017 11.3.4. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the federal government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 11.3.5. The bidder shall incorporate the foregoing requirements 11.1 through 11.3 in all subcontracts. ARTICLE 12 - EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) 12.1. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246). (Applicable to contracts/subcontracts exceeding $10,000) 12.1.1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Specifications" set forth herein. 12.1.2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in Florida, are as follows: Goal for female participation: 6.9 percent statewide Goal for minority participation: (See Appendix B at FDEP-20 for goals for each county) These goals are applicable to all the Contractor's construction work (whether or not it is federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non-federally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 12.1.3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 12.1.4. As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is the State of Florida. 12.1.5. Contractors shall incorporate the foregoing requirements in all subcontracts. 12.2. Equal Opportunity Clause (Applicable to contracts/subcontracts exceeding $10,000) During the performance of this contract, the contractor agrees as follows: 12.2.1. The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor shall take affirmative action to ensure that applicants for employment are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. FDEP-7 Revised October 2017 12.2.2. The Contractor shall post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. The notice can be obtained online at http://www.eeoc.gov/employers/upload/eeoc_self_print_poster.pdf. The Contractor shall state that all qualified applicants be considered without regard to race, color, religion, sex or national origin. 12.2.3. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 12.2.4. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 12.2.5. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 12.2.6. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 12.2.7. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 12.2.8. The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs 12.2.1 through 12.2.8 in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 12.3. The Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 12.3.1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and FDEP-8 Revised October 2017 (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 12.3.2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 12.3.3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 12.3.4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction Contractors performing construction work in geographical areas where they do not have a federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the FEDERAL REGISTER in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 12.3.5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 12.3.6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 12.3.7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. FDEP-9 Revised October 2017 c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 12.3.7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. l. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. FDEP-10 Revised October 2017 n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 12.3.8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (12.3.7a through 12.3.7p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 12.3.9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 12.3.10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 12.3.11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12.3.12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 12.3.13. The Contractor, in fulfilling its obligation under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 12.3.14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. FDEP-11 Revised October 2017 12.3.15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 12.4. Pursuant to 41 CFR 60-1.7, if the price of this bid exceeds $10,000, the bidder, by signing and submitting this proposal, certifies the following: 12.4.1. Affirmative action programs pursuant to 41 CFR 60-2 have been developed and are on file; 12.4.2. Documentation of a previous contract or subcontract subject to the equal opportunity clause is available; 12.4.3. All reports due under the applicable filing requirements have been filed with the Joint Reporting Committee, the Deputy Assistant Secretary or the Equal Employment Opportunity Commission; and 12.4.4. Each prospective construction subcontractor that may be awarded a lower-tier construction subcontract with a price exceeding $10,000 shall meet the above requirements 12.4.1 through 12.4.3. 12.5. Pursuant to 41 CFR 60-1.8, if the price of this bid exceeds $10,000, the bidder, by signing and submitting this proposal, certifies the following: 12.5.1. That he/she does not maintain or provide for his/her employees any segregated facility at any of his/her establishments; 12.5.2. That he/she does not permit employees to perform their services at any location, under his/her control, where segregated facilities are maintained; 12.5.3. That he/she will not maintain or provide for employees any segregated facilities at any of his/her establishments; 12.5.4. That he/she will not permit employees to perform their services at any location under his/her control where segregated facilities are maintained; 12.5.5. That a breach of this certification is violation of the Equal Opportunity Clause of this contract; and 12.5.6. That he/she will obtain identical certifications from proposed Subcontractors prior to the award of Subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his/her files. As used in this certification, the term “segregated facilities” means any waiting rooms, work eating areas, time clocks, locker rooms, and other storage or dressing areas, transportation and housing facilities provided for employees which are in fact segregated on the basis of race, color, religion, or otherwise. 12.6. If the price of this Agreement/Contract exceeds $10,000, the Owner shall give written notice to the Director of the Office of Federal Contract Compliance Programs within ten working days of award of this Agreement/Contract. The notice is to include the name, address, and telephone number of the Contractor; the employer identification number of the Contractor; the dollar amount of this Agreement/Contract; the estimated starting and completion dates of this Agreement/Contract; the number of this Agreement/Contract; and the geographical area in which the Work is to be performed. 12.7. If the price of this Agreement/Contract equals or exceeds $50,000 and if the Contractor has 50 or more employees, the Contractor shall electronically file Standard Form 100 (EEO-1) online at https://egov.eeoc.gov/eeo1/eeo1.jsp within 30 calendar days after the award of this Agreement/Contract , unless the Contractor has submitted such a report within 12 months preceding the date of award of this Agreement/Contract. In addition, the Contractor shall ensure that each construction subcontractor having 50 or more employees and a lower-tier construction subcontract with a price equaling or exceeding $50,000 also electronically files this form within 30 calendar days after the award to it of the lower-tier construction subcontract, unless the construction subcontractor has submitted such a report within 12 months preceding the date of award of the lower-tier construction subcontract. FDEP-12 Revised October 2017 ARTICLE 13 - IMMIGRATION REFORM AND CONTROL ACT OF 1986 (STATE OF FLORIDA EXECUTIVE ORDER 11-116) The Immigration Reform and Control Act of 1986 prohibits employers from knowingly hiring illegal workers. The Contractor shall only employ individuals who may legally work in the United States – either U.S. citizens or foreign citizens who are authorized to work in the U.S. The Contractor shall use the U.S. Department of Homeland Security’s E- Verify Employment Eligibility Verification system (http://www.uscis.gov/portal/site/uscis) to verify the employment eligibility of: • all new employees, during the term of this Agreement, to perform employment duties within Florida; and, • all new employees (including subcontractors and subrecipients) assigned by the Contractor to perform work pursuant to this Agreement. The Contractor shall include this provision in all subcontracts/subgrants it enters into for the performance of work under this Agreement. ARTICLE 14 – ENVIRONMENTAL COMPLIANCE The Contractor, and all subcontractors at any tier, shall comply with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 1857[h]), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738 (Administration of the Clean Air Act and the Federal Water Pollution Control Act with Respect to Federal Contracts, Grants, or Loans). ARTICLE 15 – FEDERAL LABOR STANDARDS PROVISION Contracts being constructed with assistance from the State Revolving Fund Program are currently required to comply with the Federal Labor Standards Provisions as provided in Appendix C. Signing Appendix A certifies compliance with these provisions. ARTICLE 16 – AMERICAN IRON AND STEEL PROVISION Contracts being constructed with assistance from the State Revolving Fund Program are currently required to comply with The American Iron and Steel Provision as provided in Appendix D. Signing Appendix A certifies compliance with these provisions. ARTICLE 17 - PROHIBITED LOCAL GOVERNMENT CONSTRUCTION PREFERENCES A. Pursuant to Section 255.0991, F.S., for a competitive solicitation for construction services in which 50 percent or more of the cost will be paid from state-appropriated funds which have been appropriated at the time of the competitive solicitation, a state, college, county, municipality, school district, or other political subdivision of the state may not use a local ordinance or regulation that provides a preference based upon: 1. The contractor’s maintaining an office or place of business within a particular local jurisdiction; 2. The contractor’s hiring employees or subcontractors from within a particular local jurisdiction; or 3. The contractor’s prior payment of local taxes, assessments, or duties within a particular local jurisdiction. B. For any competitive solicitation that meets the criteria in Paragraph A., a state college, county, municipality, school district, or other political subdivision of the state shall disclose in the solicitation document that any applicable local ordinance or regulation does not include any preference that is prohibited by Paragraph A. FDEP-13 Revised October 2017 APPENDIX A TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS CERTIFICATION OF COMPLIANCE WITH THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS This certification relates to a construction contract proposed by _______________________________, (insert the name of the Owner) which expects to finance the proposed construction contract with assistance from the Florida Department of Environmental Protection (which administers a State Revolving Fund loan program supported in part with funds directly made available by grants from the United States Environmental Protection Agency). I am the undersigned prospective construction contractor or subcontractor. I certify that I have read the Florida Department of Environmental Supplementary Conditions and agree to incorporate the following articles into the bid and/or contract: ARTICLE 11 DEBARMENT AND SUSPENSION (EXECUTIVE ORDER 12549) ARTICLE 12 EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) ARTICLE 13 IMMIGRATION REFORM AND CONTROL ACT OF (STATE OF FLORIDA EXECUTIVE ORDER 11-116) ARTICLE 14 ENVIRONMENTAL COMPLIANCE ARTICLE 15 FEDERAL LABOR STANDARDS PROVISION ARTICLE 16 AMERICAN IRON AND STEEL PROVISION I agree that I will obtain identical certifications from prospective lower-tier construction subcontractors prior to the award of any lower-tier construction subcontracts with a price exceeding $2,000. I also agree that I will retain such certifications in my files. ____________________________________________________ _______________ (Signature of Authorized Official) (Date) ___________________________________________________________________________________ (Name and Title of Authorized Official [Print or Type]) ___________________________________________________________________________________ (Name of Prospective Construction Contractor or Subcontractor [Print or Type]) ___________________________________________________________________________________ (Address and Telephone Number of Prospective Construction Contractor or Subcontractor [Print or Type]) ___________________________________________________________________________________ (Employer Identification Number of Prospective Construction Contractor or Subcontractor) FDEP-14 Revised October 2017 APPENDIX B TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS GOALS AND TIMETABLES FOR MINORITIES AND FEMALES [Note: These goals and timetables are the goals and timetables referred to in Paragraph 2 of the "Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246)"; these goals and timetables are to be included in all FDEP assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] The following goals and timetables for female utilization shall be included in all federal and federally assisted construction contracts and subcontracts in excess of $10,000. The goals are applicable to the contractor's aggregate on-site construction workforce whether or not part of that workforce is performing work on a federal or federally assisted construction contract or subcontract. Area covered: Goals for Women apply nationwide. Goals and Timetables __________________________________________________________________________________ Timetable Goals (percent) Indefinite 6.9 ___________________________________________________________________________________ Goals for minority utilization can be found in the Department of Labor’s Technical Assistance Guide for Federal Construction Contractors (May 2009), available on the internet at http://www.civilrightsusa.gov/pdf/TAG%20- %20Constuction.pdf . These goals shall be included for each craft and trade in all federal or federally assisted construction contracts and subcontracts in excess of $10,000 to be performed in the respective geographical areas. The goals are applicable to each nonexempt contractor's total onsite construction workforce, regardless of whether or not part of that workforce is performing work on a federal, federally assisted or non-federally related project, contract or subcontract. Construction contractors which are participating in an approved Hometown Plan (see 41 CFR 60-4.5) are required to comply with the goals of the Hometown Plan with regard to construction work they perform in the area covered by the Hometown Plan. With regard to all their other covered construction work, such contractors are required to comply with the applicable SMSA or EA goal contained in this Appendix. FDEP-15 Revised October 2017 APPENDIX C TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS Davis-Bacon Requirements FEDERAL LABOR STANDARDS PROVISIONS (Davis-Bacon Act, Copeland Act, and Contract Works Hours & Safety Standards Act) The Project to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such federal assistance. 1 Minimum Wages. (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act, 29 CFR Part 3, the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; provided, that the employer’s payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii) (a) The sponsor, on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The FDEP shall approve a request for an additional classification and wage rate and fringe benefits; therefore, only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the sponsor(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the sponsor to the FDEP. The FDEP will transmit the request to the Administrator of the Wage and Hour Division, employment Standards Administration, U. S. Department of Labor. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional FDEP-16 Revised October 2017 classification action within 30 days of receipt and so advise the FDEP or will notify FEDP within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) (c) In the event that the Contractor, the laborers or mechanics to be employed in the Classification or their representatives, and the sponsor do not agree on the proposed classification and wage rate (including the amount designed for fringe benefits, where appropriate), the FDEP shall refer the request and the local wage determination, including the views of all interested parties and the recommendation of FDEP, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program. Provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account, assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) 2. Withholding. The sponsor shall, upon written request of the EPA or an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract or any other federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, EPA may, after written notice to the contractor, sponsor, applicant, or owners, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and Basic Records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017). FDEP-17 Revised October 2017 (ii) (a) The contractor shall submit weekly for each week in which any contract work is performed, a copy of all payrolls to the sponsor. Such documentation shall be available upon request by FDEP. As to each payroll copy received, the sponsor shall provide a certification that the project is in compliance with the requirements of 29 CFR 5.5(a)(1) with each disbursement request. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(I), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead, the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee’s social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site http://www.dol.gov/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current addresses of each covered worker, and shall provide them upon request to the sponsor for transmission to the FDEP or EPA if requested by EPA, the FDEP, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsor. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149). (b) Each payroll submitted shall be accompanied by a Statement of Compliance, signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under 29 CFR Part 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR Part 5.5 (a)(3)(I), and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Option Form WH-347 shall satisfy the requirement for submission of the Statement of Compliance required by paragraph A. 3(ii)(b) of this section. (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph A.3(I) of this section available for inspection, copying, or transcription by authorized representatives of the FDEP or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FDEP may, after written notice to the contractor, or sponsor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U. S. Department of Labor, the Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio FDEP-18 Revised October 2017 of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program, shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman’s hourly rate) specified in the contractor’s or subcontractor’s registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice’s level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with the determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U. S. Department of Labor, the Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee’s level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program the contract will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as EPA determines may be appropriate, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract Termination, Debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. FDEP-19 Revised October 2017 8. Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3 and 5 are herein incorporated by referenced in this contract. 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the sponsor, FDEP, EPA, the U. S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor’s firm is a person or firm ineligible to be awarded government contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded EPA contracts or participate in EPA programs pursuant to Executive Order 12549. (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a government contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded EPA contracts or participate in EPA programs pursuant to Executive Order 12549. (iii) The penalty for making false statements is prescribed in the U. S. Criminal Code, 18 U. S. C. 1001. Additionally, U. S. Criminal Code, Section 1010, Title 18, U. S. C., Federal Housing Administration transactions, provides in part “Whoever, for the purpose of . . . influencing in any way the action of such Administration . . . makes, utters or publishes any statement, knowing the same to be false . . . shall be fined not more than $5,000 or imprisoned not more than two years, or both”. 11. Complaints, Proceedings, or Testimony by Employees. A. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this contract are applicable shall be discharged or in any other manner discriminated against by the contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this contract to his employer. B. Contract Work Hours and Safety Standards Act. The sponsor shall insert the following clauses set forth in paragraphs B.(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by item 3 above or 29 CFR 4.6. As used in the paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subparagraph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. The sponsor, upon written request of the FDEP or an authorized representative of the Department of Labor, may withhold or cause to be withheld, from any moneys payable on FDEP-20 Revised October 2017 account of work performed by the contractor or subcontractor under any such contract or any other federal contract with the same prime contract, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 (formerly part 1518) and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act (Public Law 91-54.83 State 96). (3) The contractor shall include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. 12. Guidance to Contractor for Compliance with Labor Standards Provisions a) Contracts with Two Wage Decisions If the contract includes two wage decisions, the contractor, and each subcontractor who works on the site, must submit either two separate payrolls (one for each wage decision) or one payroll which identifies each worker twice and the hours worked under each wage decision. One single payroll, reflecting each worker once, may be submitted provided the Contractor uses the higher rate in the wage decisions for each identical job classification. However, where a job classification is not listed in a wage decision and is needed for that portion of the work, the classification must be added to the wage decision. A worker may not be paid at the rate for a classification using the hourly rate for that same classification in another wage decision. After the additional classification is approved, the contractor may pay the higher of the two rates and submit one payroll, if desired. b) Complying with Minimum Hourly Amounts 1) The minimum hourly amount due to a worker in each classification is the total of the amounts in the Rates and Fringe Benefits (if any) columns of the applicable wage decision. 2) The contractor may satisfy this minimum hourly amount by any combination of cash and bona fide fringe benefits, regardless of the individual amounts reflected in the Rates and Fringe Benefits columns. 3) A contractor payment for a worker which is required by law is not a fringe benefit in meeting the minimum hourly amount due under the applicable wage decision. For example, contractor payments for FICA or unemployment insurance are not a fringe benefit; however, contractor payments for health insurance or retirement are a fringe benefit. Generally, a fringe benefit is bona fide if (a) it is available to most workers and (b) involves payments to a third party. 4) The hourly value of the fringe benefit is calculated by dividing the contractor’s annual cost (excluding any amount contributed by the worker) for the fringe benefit by 2080. Therefore, for workers with overtime, an additional payment may be required to meet the minimum hourly wages since generally fringe benefits have no value for any time worked over 40 hours weekly. (If a worker is paid more than the minimum rates required by the wage decision, this should not be a problem. As long as the total wages received by a worker for straight time equals the hours worked times the minimum hourly rate in the wage decision, the requirement of the Davis-Bacon and Related Acts has been satisfied.) c) Overtime FDEP-21 Revised October 2017 For any project work over 40 hours weekly, a worker generally must be paid 150% of the actual hourly cash rate received, not the minimum required by the wage decision. (The Davis-Bacon and Related Acts only establishes minimum rates and does not address overtime. The Contract Work Hours Act contains the overtime requirement and uses basic rate of pay as the base for calculation, not the minimum rates established by the Davis-Bacon and Related Acts.) d) Deductions Workers who have deductions, not required by law, from their pay must authorize these deductions in writing. The authorization must identify the purpose of each deduction and the amount, which may be a specific dollar amount or a percentage. A copy of the authorization must be submitted with the first payroll containing the deduction. If deducted amounts increase, another authorization must be submitted. If deducted amounts decrease, no revision to the original authorization is needed. Court-ordered deductions, such as child support, may be identified by the responsible payroll person in a separate document. This document should identify the worker, the amount deducted and the purpose. A copy of the court order should be submitted. e) Classifications Not Included in the Wage Decision If a classification not in the wage decision is required, please advise the owner’s representative in writing and identify the job classification(s) required. In some instances, the state agency may allow the use of a similar classification in the wage decision. Otherwise, the contractor and affected workers must agree on a minimum rate, which cannot be lower than the lowest rate for any trade in the wage decision. Laborers (including any subcategory of the laborer classification) and truck drivers are not considered a trade for this purpose. If the classification involves a power equipment operator, the minimum cannot be lower than the lowest rate for any power equipment operator in the wage decision. The owner will provide forms to document agreement on the minimum rate by the affected workers and contractor. The U.S. Department of Labor (USDOL) must approve the proposed classification and rate. The contractor may pay the proposed rate until the USDOL makes a determination. Should the USDOL require a higher rate, the contractor must make wage restitution to the affected worker(s) for all hours worked under the proposed rate. f) Supervisory Personnel Foremen and other supervisory personnel who spend at least 80% of their time supervising workers are not covered by the Davis-Bacon and Related Acts. Therefore, a wage decision will not include such supervisory classifications and their wages are not subject to any minimums under the Davis-Bacon and Related Act or overtime payments under the Contract Work Hours and Safety Standards Act. However, foremen and other supervisory personnel who spend less than 80% of their time engaged in supervisory activities are considered workers/mechanics for the time spent engaged in manual labor and must be paid at least the minimum in the wage decision for the appropriate classification(s) based on the work performed. g) Sole Proprietorships / Independent Contractors / Leased Workers The nature of the relationship between a prime contractor and a worker does not affect the requirement to comply with the labor standards provisions of this contract. The applicability of the labor standards provisions is based on the nature of the work performed. If the work performed is primarily manual in nature, the worker is subject to the labor standards provisions in this contract. For example, if John Smith is the owner of ABC Plumbing and performs all plumbing work himself, then Mr. Smith is subject to the labor standards provisions, including minimum wages and overtime. His status as owner is irrelevant for labor standards purposes. If a worker meets the IRS standards for being an independent contractor, and is employed as such, this means that the worker must submit a separate payroll as a subcontractor rather than be included on some other payroll. The worker is still subject to the labor standards provisions in this contract, including minimum wages and overtime. If a contractor or subcontractor leases its workers, they are subject to the labor standards provisions in this contract, including minimum wages and overtime. The leasing firm must submit payrolls and these payrolls must reflect information required to determine compliance with the labor standards provisions of this contract, including a classification for each worker based on the nature of the work performed, number of regular hours worked, and number of overtime hours worked. FDEP-22 Revised October 2017 h) Apprentices / Helpers A worker may be classified as an apprentice only if participating in a federal or state program. Documentation of participation must be submitted. Generally, the apprentice program specifies that the apprentice will be compensated at a percentage of journeyman rate. For Davis-Bacon Act purposes, the hourly rate cannot be lower than the percentage of the hourly rate for the classification in the applicable wage decision. If the worker does not participate in a federal or state apprentice program, then the worker must be classified according to duties performed. This procedure may require classification in the trade depending on tools used, or as a laborer if specialized tools of the trade are not used. The contractor may want to consult with the Wage and Hour Division of the U.S. Department of Labor located in most large cities regarding the appropriate classification. Presently, no worker may be classified as a helper. As with apprentices not participating in a formal apprentice program, the worker must be classified according to duties performed and tools used. FDEP-23 Revised October 2017 APPENDIX D TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS American Iron and Steel Requirement The Contractor acknowledges to and for the benefit of the ____________________ (“Owner”) and the State of Florida (the “State”) that it understands that iron and steel products to be installed as a part of this contract must be in compliance with the requirements in H.R. 3547, “Consolidated Appropriations Act, 2014,” (Appropriations Act). H.R. 3547 includes the following language in Division G, Title IV, Sec. 436, under the heading, "Use of American Iron and Steel,": (a) (1) None of the funds made available by a State water pollution control revolving fund as authorized by title VI of the Federal Water Pollution Control Act (33 U.S.C. 1381 et seq.) or made available by a drinking water treatment revolving loan fund as authorized by section 1452 of the Safe Drinking Water Act (42 U.S.C. 300j-12) shall be used for a project for the construction, alteration, maintenance, or repair of a public water system or treatment works unless all of the iron and steel products used in the project are produced in the United States. (2) In this section, the term "iron and steel products" means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. (b) Subsection (a) shall not apply in any case or category of cases in which the Administrator of the Environmental Protection Agency (in this section referred to as the "Administrator") finds that-- (1) applying subsection (a) would be inconsistent with the public interest; (2) iron and steel products are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or (3) inclusion of iron and steel products produced in the United States will increase the cost of the overall project by more than 25 percent. (c) If the Administrator receives a request for a waiver under this section, the Administrator shall make available to the public on an informal basis a copy of the request and information available to the Administrator concerning the request, and shall allow for informal public input on the request for at least 15 days prior to making a finding based on the request. The Administrator shall make the request and accompanying information available by electronic means, including on the official public Internet Web site of the Environmental Protection Agency. (d) This section shall be applied in a manner consistent with United States obligations under international agreements. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Purchaser or State to recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney’s fees) incurred by the Purchaser or State resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the State or any damages owed to the State by the Purchaser). While the Contractor has no direct contractual privity with the State, as a lender to the Purchaser for the funding of its project, the Purchaser and the Contractor agree that the State is a third-party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the State. For waivers to these requirements based on (2)(b) above, contact Sheryl Parsons at USEPA Region IV. She can be reached by phone at (404) 562-9337. PART II – FORM OF AGREEMENT Page 1 of 48 AGREEMENT Between TOWN OF GULF STREAM and _______________________ CONTRACTOR's Name for Town of Gulf Stream State Road A1A Water Main Improvements – Phase 2 Bid No. 20-100 This is an Agreement between: The TOWN OF GULF STREAM, a municipal Corporation in the State of Florida, hereinafter referred to as "TOWN" and "OWNER" AND ___________________________________, its successors and assigns, hereinafter referred to as "CONTRACTOR" WITNESSETH, in consideration of the mutual terms and conditions, promises, covenants and payments hereinafter set forth, TOWN and CONTRACTOR agree as follows: Page 2 of 48 GENERAL PROVISIONS 1.1 BASIC DEFINITIONS Wherever used in this Agreement or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1.1.1 Agreement - The written agreement between TOWN and CONTRACTOR covering the Work to be performed including other Contract Documents that are attached to the Agreement or made a part thereof. 1.1.2 Not Used 1.1.3 Change Order - A document which is signed by CONTRACTOR and TOWN and authorizes an addition, deletion or revision in the Work within the general scope of this Agreement, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 1.1.4 TOWN - The Town Commission of the TOWN OF GULF STREAM, FLORIDA with whom CONTRACTOR has entered into an Agreement and for whom the Work is to be provided. 1.1.5 Contract Documents - The Contract Documents consist of the Drawings, Plans and Specifications, Non-Collusive Affidavit, Public Entity Crimes Form, Contract, Notice of Award, Notice to Proceed, Certificate(s) of Insurance, Payment and Performance Bonds and any additional documents which are required to be submitted under the Contract, and all amendments, modifications and supplements, change orders and work directive changes issued on or after the effective date of the Contract. 1.1.6 Defective - An adjective which when modifying the Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to final payment. 1.1.7 Drawings - The drawings which show the character and scope of the Work to be performed and which are referred to in the Contract Documents. 1.1.8 Effective Date of the Agreement - The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 1.1.9 ENGINEER – Baxter & Woodman or its authorized employees. 1.1.10 Field Order - A written order issued by the ENGINEER which orders minor changes in the work but which does not involve a change in the Contract Price or the Contract Time. Page 3 of 48 1.1.11 Notice to Proceed - A written notice given by TOW N to CONTRACTOR fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. 1.1.12 Project is the total construction for which the CONTRACTOR is responsible under this agreement, including all labor, materials, equipment and transportation used or incorporated in such construction. 1.1.13 Specifications - Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. 1.1.14 Subcontractor - An individual, firm or corporation having a direct Contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.1.15 Supplier - A manufacturer, fabricator, supplier, distributor, material man or vendor. 1.1.16 Work - Work is the result of performing services, specifically, including but not limited to construction, furnishing labor, soil borings, equipment and materials incorporated used or incorporated in the construction of the entire project as required by the Contract Documents. 1.1.17 Work Change Directive - A written directive to CONTRACTOR issued on or after the effective date of the Agreement and signed by TOWN and recommended by ENGINEER ordering an addition, deletion or revision in the work. A work change directive shall not change the Contract price or time, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time. 1.1.18 Written Amendment - A written amendment of the Contract Documents, signed by TOWN and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non-engineering, or non-technical aspects rather than strictly Work related aspects of the Contract Documents. Page 4 of 48 1.2 EXECUTION, CORRELATION AND INTENT 1.2.1 This Agreement shall be signed in not less than duplicate by the OWNER and CONTRACTOR. 1.2.2 It is the intent of the OWNER and CONTRACTOR that the Contract Documents include all items necessary for proper execution and completion of the Work. The Contract Documents are complementary, and what is required by any one shall be as binding as if required by all. Work not covered in the Contract Documents will not be required unless it is consistent with and is reasonably inferable from the Contract Documents as being necessary to produce the intended results. Words and abbreviations which have well-known technical or trade meanings are used in the Contract Documents in accordance with such recognized meanings. 1.3 Enumeration of Contract Documents: 1.3.1 The Contract Documents which comprise the entire agreement between TOWN and CONTRACTOR are attached to this Agreement, made a part hereof and consist of the following: (1) This Agreement (pages 1 to 48, inclusive) and Bidding Requirements (pages A- 1 to A-33, inclusive). (2) Plans and Specification Attachments (3) Construction performance bond, consisting of 1 page. (4) Construction payment bond, consisting of 1 page. (5) Insurance certificate, consisting of 1 page. (6) Notice of Award and Notice to Proceed. (6) All applicable provisions of State, Federal or local law. (8) Any modification, including all change orders, duly delivered after execution of Agreement. IN THE EVENT OF CONFLICT, THE ABOVE LISTING OF DOCUMENTS SHALL TAKE PRECEDENCE IN THE ORDER THAT THEY ARE LISTED. Page 5 of 48 1.4 Intent: It is the intent of the Contract Documents to describe a functionally complete project in accordance with the Plans and Specifications. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will 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, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of contract award, except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of TOWN, CONTRACTOR, or any of their consultants, agents or employees from those set forth in the Contract Documents. 1.5 Conflict, Error or Discrepancy: If, during the performance of the Work, CONTRACTOR finds a conflict, error or discrepancy in the Contract Documents, CONTRACTOR shall so report to ENGINEER and ENGINEER in writing at once and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from TOWN through the ENGINEER. 1.6 Amending and Supplementing Contract Documents: The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 1.6.1 A Change Order; or 1.6.2 A formal written amendment. 1.6.3 Work change directive. 1.7 Supplements, Minor Variations or Deviations: In addition, the requirements of the Contract Documents may be supplemented and minor variations and deviations in the work may be authorized in one or more of the following ways: 1.7.1 ENGINEER'S approval of a shop drawing or sample; or 1.7.2 ENGINEER'S written interpretation or clarification. 1.7.3 A field order. Page 6 of 48 1.8 Representation of CONTRACTOR. Execution of the Contract by the CONTRACTOR is a representation that CONTRACTOR has visited the site and become familiar with the local conditions under which the work is to be performed. 1.9 Before Commencing Operations: Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon. CONTRACTOR shall promptly report in writing to ENGINEER and ENGINEER any conflict, error or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected thereby. 1.10 OWNERSHIP AND USE OF DOCUMENTS 1.10.1 The drawings, specifications, designs, models, photographs, reports, surveys and other data provided with this Agreement are and shall remain the property of the Town whether the project for which they are made is executed or not. This is not an assignment of any copyrights or other ownership rights which the ENGINEER maintains. 1.10.2 Submission or distribution of documents to meet official regulatory requirements or for other purposes in connection with the Project is not to be construed as publication in derogation of the ENGINEER’s common law copyrights or other reserved rights. Page 7 of 48 ARTICLE 2 CONTRACTOR’S SERVICES AND RESPONSIBILITIES 2.1 SERVICES AND RESPONSIBILITIES 2.1.2 The CONTRACTOR shall assist the OWNER and ENGINEER in filing documents required to obtain necessary approvals of governmental authorities having jurisdiction over the Project. 2.1.3 Unless otherwise provided in the Contract Documents, the CONTRACTOR shall provide or cause to be provided and shall pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 2.1.4 The CONTRACTOR shall be responsible for and shall coordinate all construction means, methods, techniques, sequences and procedures. 2.1.5 The CONTRACTOR shall keep the OWNER and ENGINEER informed of the progress and quality of the Work. 2.1.6 If requested in writing by the OWNER, the CONTRACTOR, with reasonable promptness and in accordance with time limits agreed upon, shall interpret the requirements of the Contract Documents and shall decide, subject to determination by the ENGINEER, subject to demand for arbitration, claims, disputes and other matters in question relating to performance thereunder by both OWNER and CONTRACTOR. Such interpretations and decisions shall be in writing, shall not be presumed to be correct and shall be given such weight as the arbitrator(s) or the court shall determine. 2.1.7 The CONTRACTOR shall correct Work which does not conform to the Construction Documents. 2.1.8 The CONTRACTOR warrants to the OWNER that materials and equipment incorporated in the Work will be new unless otherwise specified, and that the Work will be of good quality, free from faults and defects, and in conformance with the Contract Documents. Work not conforming to these requirements shall be corrected in accordance with Article 9. 2.1.9 The CONTRACTOR shall pay all sales, consumer, use and similar taxes which were in effect at the time the CONTRACTOR's Proposal was first submitted to the OWNER, and shall secure and pay for building and other permits and governmental fees, licenses and inspections necessary for the proper execution and completion of the Work which are either customarily secured after execution of this Agreement or are legally required at the time the CONTRACTOR's Proposal was first submitted to the OWNER. Page 8 of 48 2.1.10 The CONTRACTOR shall give notices and comply with laws, ordinances, rules, regulations and lawful orders of public authorities relating to the Project. 2.1.11 The CONTRACTOR shall pay royalties and license fees. The CONTRACTOR shall defend suits or claims for infringement of patent rights and shall save the OWNER harmless from loss on account thereof, except that the OWNER shall be responsible for such loss when a particular design, process or product of a particular manufacturer is required by the OWNER. However, if the CONTRACTOR has reason to believe the use of a required design, process or product is an infringement of a patent, the CONTRACTOR shall be responsible for such loss unless such information is promptly given to the OWNER. 2.1.12 The CONTRACTOR shall be responsible to the OWNER for acts and omissions of the CONTRACTOR's employees and parties in privity of contract with the CONTRACTOR to perform a portion of the Work, including their agents and employees. 2.1.13 The CONTRACTOR shall keep the premises free from accumulation of waste materials or rubbish caused by the CONTRACTOR's operations. At the completion of the Work, the CONTRACTOR shall remove from and about the Project the CONTRACTOR's tools, construction equipment, machinery, surplus materials, waste materials and rubbish. 2.1.14 The CONTRACTOR shall prepare Change Orders for the ENGINEER's and OWNER's approval and execution in accordance with this Agreement and shall have authority to make minor changes in the design and construction consistent with the intent of this Agreement not involving an adjustment in the contract sum or an extension of the contract time. The CONTRACTOR shall promptly inform the OWNER and ENGINEER in writing, of minor changes in the design and construction. 2.1.15 The CONTRACTOR shall notify the ENGINEER and OWNER when the Work or an agreed upon portion thereof is substantially completed by issuing a Certificate of Substantial Completion which shall establish the Date of Substantial Completion, shall state the responsibility of each party for security, maintenance, heat, utilities, damage to the Work and insurance, shall include a list of items to be completed or corrected and shall fix the time within which the CONTRACTOR shall complete items listed therein. 2.1.16 The CONTRACTOR shall maintain in good order at the site one record copy of the drawings, specifications, product data, samples, shop drawings, Change Orders and other Modifications, marked currently to record changes made during construction. These shall be delivered to the OWNER upon completion of the construction and prior to final payment. Page 9 of 48 2.2 BASIC SERVICES The Work will consist of furnishing all materials, labor, equipment and transportation to provide Town of Gulf Stream State Road A1A Water Main Improvements – Phase 2. CONTRACTOR will provide necessary weather protection against rain, wind, storms, heat as to maintain work. All work to be guaranteed for a minimum of one (1) year from the date of final acceptance by the Town. 2.3 Not used. 2.4 Shop Drawings and Samples: 2.4.1 Within fourteen (14) calendar days after contract commencement, CONTRACTOR shall submit to ENGINEER for review and approval eight (8) copies of all Shop Drawings for all equipment, apparatus, machinery, fixtures, piping, wiring, fabricated structures and manufactured articles. The purpose of the Shop Drawing is to show the suitability, efficiency, technique-of-manufacture, installation requirements, details of the item and evidence of compliance with the Contract Documents. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to enable ENGINEER to review the information as required. 2.4.2 CONTRACTOR shall also submit to ENGINEER for review and approval with such promptness as to cause no delay in Work, all samples required by the Contract Documents and shall be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended. 2.4.3 Before submission of each Shop Drawing or sample CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 2.4.4 At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to ENGINEER for review and approval of each such variation. Failure to point out such departures shall not relieve CONTRACTOR from his responsibility to comply with the Contract Documents. 2.4.5 Approval of the Shop Drawings by ENGINEER shall be general and shall not relieve CONTRACTOR of responsibility for the accuracy of such drawings nor for the Page 10 of 48 proper fittings and construction of the work, nor for the furnishing of material or work required by the Agreement and not indicated on the drawings. No work called for by any Shop Drawing shall be done until the drawings have been approved by ENGINEER. 2.5 Supervision and Superintendence: CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying CONTRACTOR'S best skill, attention and expertise. CONTRACTOR shall be solely responsible for and have control over the means, methods, techniques, sequences and procedures of construction. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 2.6 Resident Superintendent CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent and any necessary assistants who shall not be replaced without written notice to TOWN unless the superintendent proves to be unsatisfactory to CONTRACTOR and ceases to be in his employ. The superintendent will be CONTRACTOR’S representative at the 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 CONTRACTOR. 2.7 Labor 2.7.1 Construction services shall be performed by qualified construction contractors licensed to do business in the State of Florida and suppliers, selected and paid by the CONTRACTOR 2.7.2 CONTRACTOR shall provide and pay for competent, suitably qualified personnel to perform the work as required by the Contract Documents. CONTRACTOR shall not permit employment of unfit persons or persons not skilled in tasks assigned to them. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during the hours of 8:00 a.m. and 5:00 p.m., and CONTRACTOR will not permit overtime Work or the performance of Work on Sunday or any legal holiday without TOWN'S written consent. 2.8 Materials: 2.8.1 Unless otherwise specified herein, CONTRACTOR shall furnish, pay for and assume full responsibility for all materials, equipment, transportation, machinery, tools, appliances, water, heat, utilities and all other facilities and services necessary for the furnishing, performance, testing, start-up and proper completion of the Work. 2.8.2 CONTRACTOR warrants that all materials and equipment shall be of good quality and new, unless otherwise provided in the Contract Documents and that the work will be free from defects whether patent or latent in nature. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in Page 11 of 48 accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents. 2.9 Concerning Subcontractors, Suppliers and Others: 29.1 No more than 50% of dollar value of the total contract work may be accomplished by Subcontractors. Balance of work must be accomplished by selected CONTRACTOR'S own forces. 2.9.2 Within seven (7) calendar days after execution of the Contract and in any event prior to the commencement of any work hereunder, CONTRACTOR shall furnish, in writing to TOWN, the names-of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for each principal portion of the work. TOWN shall advise CONTRACTOR, in writing, of any proposed person or entity to which TOWN has a reasonable objection. Failure of TOWN to reply promptly shall constitute notice of no reasonable objection. CONTRACTOR shall not contract with a proposed person or entity to whom TOWN has made a reasonable and timely objection. If TOWN has reasonable objection to a person or entity proposed by CONTRACTOR, CONTRACTOR shall propose another to whom TOWN has no reasonable objection. CONTRACTOR shall not change a Subcontractor, person or entity previously selected if TOWN makes reasonable objection to such change. 2.9.3 CONTRACTOR shall be fully responsible to TOWN for all acts and omissions of the CONTRACTOR'S employees, Subcontractors, Suppliers and other persons directly or indirectly employed by his Subcontractors, suppliers and of persons for whose acts any of them may be liable and any other persons and organizations performing or furnishing of the Work under a direct or indirect Contract with CONTRACTOR. Nothing in the Contract Documents shall create any Contractual relationship between TOWN and any such Subcontractor, supplier or other person or organization, nor shall it create any obligation on the part of TOWN to pay or to see to the payment of any moneys due any such Subcontractor, supplier or other person or organization except as may otherwise be required by laws and regulations. 2.9.4 All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of TOWN. 2.10 Patent Fees and Royalties: CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. 2.11 Permits: CONTRACTOR shall obtain and pay for all permits and licenses except for permits obtained by the OWNER. Permits obtained by the OWNER includes the following: Page 12 of 48 1) Palm Beach County Health Department General Permit for Construction of Water Main Extensions for PWS's. The CONTRACTOR is required to comply with all conditions of the permit. 2) FDOT Utility Permit. The CONTRACTOR is required to comply with all conditions of the permit. 2.12 Laws and Regulations: CONTRACTOR shall comply with and give all notices required by laws, ordinances, rules, regulations and lawful orders of public authorities applicable to the performance of the Work. TOWN shall not be responsible for monitoring CONTRACTOR'S compliance with any laws and regulations. CONTRACTOR shall promptly notify TOWN if the Contract Documents are observed by CONTRACTOR to be at variance therewith. 2.13 Risk of Loss; Title: The risk of loss, injury or destruction shall be on CONTRACTOR until acceptance of the work by TOWN. Title to the Work shall pass to TOWN upon acceptance of the Work by TOWN. 2.14 Taxes: CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the laws and regulations of the State of Florida and its political subdivisions. CONTRACTOR is responsible for reviewing the pertinent state statutes involving such taxes and complying with all requirements. 2.15 Use of Premises: 2.15.1 CONTRACTOR shall confine equipment, the storage of materials and equipment and the operations of workers to the project site and areas identified in and permitted by the Contract Documents and shall not unreasonably encumber the premises with equipment or other materials. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against TOWN by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim. The general indemnification provided elsewhere in this Contract specifically applies to claims arising out of CONTRACTOR' S use of the premises. 2.15.2 During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by TOWN. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. Page 13 of 48 2.15.3 CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 2.16 Access to Work: CONTRACTOR shall provide TOWN, TOWN'S consultants, representatives and personnel, independent testing laboratories and governmental agencies with jurisdictional interests with access to the work at reasonable times for their observation, inspection and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR'S site safety procedures and programs so that they may comply therewith. 2.17 Safety and Protection: 2.17.1 CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work to prevent damage, injury or loss to all employees on the work site and other persons and organizations who may be affected thereby; all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and other property at the site or adjacent thereto. 2.17.2 CONTRACTOR shall comply with all applicable laws and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. 2.18 Indemnification: CONTRACTOR agrees to indemnify, defend, save, and hold harmless the Town, their officers and employees, from or on account of all damages, losses, liabilities and costs to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of this construction contract. 2.19 Survival of obligations: All representations, indemnifications, warranties and guarantees made in, required by, or given in accordance with this Agreement, as well as all continuing obligations indicated in the Contract Documents, shall survive final payment, completion and acceptance of the work and termination or completion of the Agreement. 2.20 Correction and Removal of Defective Work: If required by TOWN and ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER and ENGINEER, remove it from the site and replace it with non- defective Work. CONTRACTOR shall bear all direct, indirect and consequential costs of such correction or removal (including but not limited to fees and charges of engineers, attorneys and other professionals) made necessary thereby. Page 14 of 48 ARTICLE 3 OWNER’S AND ENGINEER’S RESPONSIBILITIES 3.1 The OWNER shall designate a representative authorized to act on the OWNER's behalf with respect to the Project. The OWNER or such authorized representative shall examine documents submitted by the CONTRACTOR and shall promptly render decisions pertaining thereto to avoid delay in the orderly progress of the Work. 3.2 The OWNER may appoint an on-site project representative to observe the Work and to have such other responsibilities as the OWNER and CONTRACTOR agree in writing prior to execution of this Agreement. 3.3 The OWNER shall cooperate with the CONTRACTOR in securing building and other permits, licenses and inspections, and shall pay the fees for such permits, licenses and inspections if the cost of such fees is not identified as being included in the CONTRACTOR's Proposal. 3.4 If the OWNER observes or otherwise becomes aware of a fault or defect in the Work or nonconformity with the Design or Construction Documents, the OWNER shall give prompt written notice thereof to the Design/ Builder. 3.5 The OWNER shall furnish required information and services and shall promptly render decisions pertaining thereto to avoid delay in the orderly progress of the design and construction. 3.6 The OWNER shall communicate with contractors only through the CONTRACTOR. 3.7 TOWN shall furnish data required of TOWN under the Contract Documents promptly. 3.8 Except for permits and fees which are the responsibility of CONTRACTOR, TOWN shall secure and pay for necessary approvals, easements, assessments and charges required for construction, use or occupancy of permanent structures or permanent changes in existing facilities. 3.9 If the work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, TOWN may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of TOWN to stop the Work shall not give rise to any duty on the part of TOWN to exercise this right for the benefit of CONTRACTOR or any other party. 3.10 ENGINEER's Responsibilities 3.10.1 ENGINEER will be TOWN'S part-time representative during the construction period and until final payment is due. Page 15 of 48 3.10.2 Visits to Site: ENGINEER will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed work and to determine, in general, if the W ork is proceeding in accordance with the Contract Documents. ENGINEER'S efforts will be directed toward providing for TOWN a greater degree of confidence that the completed work will conform to the Contract Documents. On the basis of such visits and on-site inspections, ENGINEER shall keep TOWN informed of the progress of the work and shall endeavor to guard TOWN against defects and deficiencies in the work. 3.10.3 Technical Clarifications and Interpretations: ENGINEER will issue, with reasonable promptness, such written clarifications or interpretations of the technical requirements of the Contract Documents as ENGINEER may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. Should CONTRACTOR fail to request interpretation of questionable items in the Contract Documents neither TOWN nor ENGINEER will thereafter entertain any excuse for failure to execute the work in a satisfactory manner. 3.10.4 ENGINEER will interpret and decide matters concerning performance under the requirements of the Contract Documents upon written request of either TOWN or CONTRACTOR. ENGINEER will make initial decisions on all claims, disputes or other matters in question between TOWN and CONTRACTOR. Written notice of each such claim, dispute or other matter will be delivered by claimant to ENGINEER and the other party but in no event later than three (3) days after the occurrence of the event giving rise thereto and written supporting data will be submitted to the ENGINEER and other party within five (5) calendar days after such occurrence. All written decisions of the ENGINEER on any claim, dispute or other matter will be final and binding upon TOWN and CONTRACTOR unless a written notice of intention to appeal from ENGINEER'S written decision is delivered within five (5) days after the date of such decisions and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction within thirty (30) days of the date of such decision. The rendering of a decision by ENGINEER with respect to any such claim, dispute, or matter (except any which have been waived by the making or acceptance of final payment) is a condition precedent to any exercise by TOWN or CONTRACTOR of such rights or remedies existing under the Contract Documents or by law. 3.10.5 Authorized Variations in work: ENGINEER may authorize minor variations in the work from the technical requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a field order and will be binding on TOWN, and also on CONTRACTOR who shall perform the work involved promptly. Page 16 of 48 3.10.6 Rejecting Defective Work: ENGINEER will have the authority to disapprove or reject work which ENGINEER believes to be defective, and will also have authority to require special inspections or testing of the work whether or not the work is fabricated, installed or completed. Page 17 of 48 ARTICLE 4 TIME 4.1 TIME IS OF THE ESSENCE OF THIS CONTRACT. The work to be performed under this contract as further described in Section 01010 “Summary of Work” shall be substantially complete within 180 calendar days from notice to proceed. Final completion of the entire project shall be complete within 210 calendar days from notice to proceed. Failure to achieve timely, substantial and/or final completion for the work shall be regarded as a breach of this Contract and subject to appropriate remedies including but not limited to liability for liquidated damages in accordance with Paragraph 4.8 herein. The CONTRACTOR shall provide services as expeditiously as is consistent with reasonable skill and care and the orderly progress of design and construction. 4.2 Time limits stated in the Contract Documents are of the essence of this Agreement. The Work to be performed under this Agreement shall commence upon execution of a notice to proceed unless otherwise agreed and, subject to authorized Modifications, Substantial Completion shall be achieved as indicated in Article 14. 4.3 The Date of Substantial Completion of the Work or an agreed upon portion thereof is the date when construction or an agreed upon portion thereof is sufficiently complete so the OWNER can occupy and utilize the Work or agreed upon portion thereof for its intended use. 4.4 The schedule provided in the CONTRACTOR's Proposal shall include a construction schedule consistent with Paragraph 4.2 above. 4.5 If the CONTRACTOR is delayed in the progress of the Project by acts or neglect of the OWNER, OWNER's employees, separate CONTRACTORs employed by the OWNER, changes ordered in the Work not caused by the fault of the CONTRACTOR, labor disputes, fire, unusual delay in transportation, adverse weather conditions not reasonably anticipatable, unavoidable casualties, or other causes beyond the CONTRACTOR's control, or by delay authorized by the OWNER's pending arbitration or another cause which the OWNER and CONTRACTOR agree is justifiable, the contract time shall be reasonably extended by Change Order. 4.6 Change of Contract Time ALL TIME LIMITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE ESSENCE OF THE AGREEMENT. NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST THE TOWN BY REASON OF ANY DELAYS. CONTRACTOR shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from TOWN for direct, indirect, consequential, impact or other costs, expenses or damages including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by CONTRACTOR for hindrances or delays due solely to fraud, bad faith or active interference on the part of TOWN or its agents. Otherwise, CONTRACTOR shall be entitled only to extensions of the Contract Time as the sole Page 18 of 48 and exclusive remedy for such resulting delay, in accordance with and to that extent specifically provided above. No extension of time shall be granted for delays resulting from normal weather conditions prevailing in the area as defined by the average of the last ten (10) years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale Weather Station. 4.7 NO RECOVERY FOR EARLY COMPLETION. If the CONTRACTOR submits a schedule or expresses an intention to complete the Work earlier than any required milestone or completion date, the TOWN shall not be liable to the CONTRACTOR for any costs incurred because of delay or hindrance should the CONTRACTOR be unable to complete the Work before such milestone or completion date. The duties, obligations and warranties of the TOWN to the CONTRACTOR shall be consistent with and applicable only to the completion of the Work and completion dates set forth in this Agreement. 4.8 Liquidated Damages: Upon failure of the CONTRACTOR to complete the Work within the time specified in Paragraph 4.1 for completion, (plus approved extensions if any) CONTRACTOR shall pay to TOWN the sum of five hundred and xx/100 dollars ($500.00) for each calendar day that the completion of the Work is delayed beyond the time specified in the Contract for Substantial Completion, as fixed and agreed liquidated damages and not as a penalty. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by the TOWN, CONTRACTOR shall pay OWNER five hundred and xx/100 dollars ($500.00) for each calendar day that expires after the time specified in Paragraph 4.1 for completion and readiness for final payment. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by TOWN as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of CONTRACTOR to complete the Contract on time. Regardless of whether or not a single Contract is involved, the above-stated liquidated damages shall apply separately to each portion of the Work for which a time of completion is given. TOWN shall have the right to deduct from and retain out of moneys which may be then due or which may become due and payable to CONTRACTOR, the amount of such liquidated damages and if the amount retained by TOWN is insufficient to pay in full such liquidated damages, the CONTRACTOR shall pay in full such liquidated damages. CONTRACTOR shall be responsible for reimbursing TOWN, in addition to liquidated damages or other per day damages for delay, for all costs of engineering, and inspection and other costs incurred in administering the construction of the project beyond the completion date specified or beyond an approved extension of time granted to CONTRACTOR whichever is later. Page 19 of 48 ARTICLE 5 PAYMENTS 5.1 CONTRACT SUM TOWN shall pay CONTRACTOR in current funds as full compensation for the performance of all the work subject to additions and deductions by Change Order as provided in this Agreement, the Contract sum of 5.2 PROGRESS PAYMENTS 5.2.1 The CONTRACTOR shall deliver to the OWNER itemized Application for Payment in such detail as indicated in Article 14. CONTRACTOR may requisition payments for work completed during the project at intervals of not more than once a month. The CONTRACTOR'S requisition shall show a complete breakdown of the project components, the quantities completed and the amount due, together with a certification by the CONTRACTOR that the CONTRACTOR has disbursed to all Subcontractors and suppliers their pro-rata shares of the payment out of previous progress payments received by the CONTRACTOR for all work completed and materials furnished in the previous period or properly executed releases of liens by all Subcontractors, suppliers and materialmen who were included in the CONTRACTOR'S previous applications for payment, and any other supporting documentation as may be required by the ENGINEER or Contract Documents. Each requisition shall be submitted in triplicate to the ENGINEER for approval. The TOWN shall make payment to the CONTRACTOR within thirty (30) calendar days after approval by the ENGINEER of the CONTRACTOR'S requisition for payment. 5.2.2 Within thirty (30) days of the OWNER's receipt of a properly submitted and correct Application for Payment, the OWNER shall make payment to the CONTRACTOR. 5.2.3 Ten percent (10%) of all monies earned by the CONTRACTOR shall be retained by the TOWN until the work is totally completed as specified, and accepted by the TOWN. 5.3 The Application for Payment shall constitute a representation by the CONTRACTOR to the OWNER that, to the best of the CONTRACTOR's knowledge, information and belief, the design and construction have progressed to the point indicated; the quality of the Work covered by the application is in accordance with the Contract Documents; and the CONTRACTOR is entitled to payment in the amount requested. 5.4 The CONTRACTOR shall pay each Subcontractor, upon receipt of payment from the OWNER, out of the amount paid to the CONTRACTOR on account of such Subcontractor's work, the amount to which said Subcontractor is entitled in accordance with the terms of the CONTRACTOR's contract with such Subcontractor. The CONTRACTOR shall, by appropriate Page 20 of 48 agreement with each Subcontractor, require each Subcontractor to make payments to sub- Subcontractors in similar manner. 5.5 The OWNER shall have no obligation to pay or to be responsible in any way for payment to a Subcontractor of the CONTRACTOR except as may otherwise be required by law. 5.6 No progress payment or partial or entire use or occupancy of the Project by the OWNER shall constitute an acceptance of Work not in accordance with the Contract Documents. 5.7 The CONTRACTOR warrants that: (1) title to Work, materials and equipment covered by an Application for Payment will pass to the OWNER either by incorporation in construction or upon receipt of payment by the CONTRACTOR, whichever occurs first; (2) Work, materials and equipment covered by previous Applications for Payment are free and clear of liens, claims, security interests or encumbrances, hereinafter referred to as "liens"; and (3) no Work, materials or equipment covered by an Application for Payment will have been acquired by the CONTRACTOR, or any other person performing work at the site or furnishing materials or equipment for the Project, subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the CONTRACTOR or such other person. 5.8 If the Contract provides for retainage, then at date of Substantial Completion or occupancy of the Work or any agreed upon portion thereof by the OWNER, whichever occurs first, the CONTRACTOR may apply for and the OWNER, if the CONTRACTOR has satisfied the requirements of the Contract relating to retainage, shall pay the CONTRACTOR the amount retained, if any, for the Work or for the portion completed or occupied, less the reasonable value of incorrect or incomplete Work. Final payment of such withheld sum shall be made upon correction or completion of such Work. 5.9 Final Inspection: Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, TOWN and ENGINEER will make a final inspection and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. 5.10 Final Application for Payment: After CONTRACTOR has completed all such corrections to the satisfaction of TOWN and ENGINEER and delivered all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, marked up record documents and other documents required by the Contract Documents, and after ENGINEER has indicated that the work is acceptable, CONTRACTOR may make application for final payment. The final application for payment shall be accompanied by (1) complete and legally effective releases or waivers of all liens arising out of or filed in connection with the work; or (2) CONTRACTOR'S receipts in full covering all labor, materials and equipment for which a lien could be filed; or (3) a final affidavit stating that all laborers, material men, suppliers and Subcontractors who worked for CONTRACTOR under Page 21 of 48 this Contract have been paid in full or if the fact be otherwise, identifying the name of each lienor who has not been paid in full and the amount due or to become due each for labor, services or materials furnished. If any Subcontractor or supplier fails to furnish a release or receipt in full, CONTRACTOR may furnish a bond satisfactory to TOWN to indemnify TOWN against any lien. In addition, CONTRACTOR shall also submit with the final application for payment, the completed set of "As-Built" drawings for review and approval. The "As-Built" drawings shall be prepared, sealed and certified by a professional registered land surveyor licensed by the State of Florida. Final payment to CONTRACTOR shall not be made until said drawings have been reviewed and approved by ENGINEER. Prior to approval, if necessary, the drawings may be returned to CONTRACTOR for changes or modifications if in the opinion of ENGINEER they do not represent correct or accurate "As-built" drawings. 5.11 Final Payment and Acceptance: 5.11.1 If, on the basis of ENGINEER'S observation of the Work during construction and final inspection, and ENGINEER'S review of the final Application for Payment and accompanying documentation, ENGINEER is satisfied that the Work has been completed and CONTRACTOR'S other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten (10) days after receipt of the final Application for Payment, indicate in writing ENGINEER'S recommendation of payment and present the Application to TOWN for payment. Thereupon ENGINEER will give written notice to TOWN and CONTRACTOR that the Work is acceptable. Otherwise, ENGINEER will return the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty (30) days after presentation to TOWN of the Application and accompanying documentation, in appropriate form and substance, and with ENGINEER'S recommendation and notice of acceptability, the amount recommended by ENGINEER will become due and will be paid by TOWN to CONTRACTOR. 5.11.2 If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if ENGINEER so confirms, TOWN shall, upon receipt of CONTRACTOR'S final Application for Payment and recommendation of ENGINEER, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by TOWN for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if bonds have been furnished as required, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 5.11.3 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be paid by the TOWN to the CONTRACTOR when the work has been completed, the Contract fully performed, and a final certificate for payment has been issued by the ENGINEER. The making of final payment shall constitute a waiver of claims by TOWN except those arising from: Page 22 of 48 (1) Liens, claims, security interests or encumbrances arising out of this Agreement and unsettled. (2) Faulty or defective work and latent defects discovered after acceptance. (3) Failure of the work to comply with the requirements of the contract documents. (4) Terms of special warranties required by the contract documents. (5) Any of CONTRACTOR'S continuing obligations under this Agreement. The acceptance of final payment by CONTRACTOR or the Subcontractor for materials and supplies shall constitute a waiver of claims by that payee except those previously made in writing and identified by payee as unsettled at the time of final application for payment. 5.12 TOWN'S Right to Withhold Payment: The TOWN may withhold in whole or in part, final payment or any progress payment to such extent as may be necessary to protect itself from loss on account of: 5.12.1 Defective work not remedied. 5.12.2 Claims filed or reasonable evidence indicating the probable filing of claims by other parties against the CONTRACTOR. 5.12.3 Failure of the CONTRACTOR to make payments to Subcontractors or suppliers for materials or labor. 5.12.4 Damage to another CONTRACTOR not remedied. 5.12.5 Liability for liquidated damages has been incurred by the CONTRACTOR. 5.12.6 Reasonable evidence that the work cannot be completed for the unpaid balance of the contract sum. 5.12.7 Reasonable evidence that the work will not be completed within the Contract time. 5.12.8 Failure to carry out the work in accordance with the Contract Documents. When the above grounds are removed or resolved or the CONTRACTOR provides a surety bond or a consent of surety satisfactory to the TOWN which will protect the TOWN in the amount withheld, payment may be made in whole or in part. Page 23 of 48 5.13 FINAL PAYMENT 5.13.1 Neither final payment nor amounts retained, if any, shall become due until the CONTRACTOR submits to the OWNER (1) an affidavit that payrolls, bills for materials and equipment, and other indebtedness connected with the Project for which the OWNER or OWNER's property might be liable have been paid or otherwise satisfied, (2) consent of surety, if any, to final payment, (3) a certificate that insurance required by the Contract Documents is in force following completion of the Work, and (4) if required by the OWNER, other data establishing payment or satisfaction of obligations, such as receipts, releases and waivers of liens arising out of this Agreement, to the extent and in such form as may be designated by the OWNER. If a CONTRACTOR refuses to furnish a release or waiver required by the OWNER, the CONTRACTOR may furnish a bond satisfactory to the OWNER to indemnify the OWNER against such lien. If such lien remains unsatisfied after payments are made, the CONTRACTOR shall reimburse the OWNER for moneys the latter may be compelled to pay in discharging such lien, including all costs and reasonable attorneys' fees. 5.13.2 Final payment constituting the entire unpaid balance due shall be paid by the OWNER to the CONTRACTOR upon the OWNER's receipt of the CONTRACTOR's final Application for Payment when the Work has been completed and the Contract fully performed except for those responsibilities of the CONTRACTOR which survive final payment. 5.13.3 The making of final payment shall constitute a waiver of all claims by the OWNER except those arising from: .1 unsettled liens; .2 faulty or defective Work appearing after Substantial Completion; .3 failure of the Work to comply with requirements of the Contract Documents; .4 terms of special warranties required by the Contract Documents. 5.13.4 Acceptance of final payment shall constitute a waiver of all claims by the CONTRACTOR except those previously made in writing and identified by the CONTRACTOR as unsettled at the time of final Application for Payment. Page 24 of 48 ARTICLE 6 PROTECTION OF PERSONS AND PROPERTIES 6.1 The CONTRACTOR shall be responsible for initiating, maintaining and providing supervision of OSHA standards for safety precautions and programs in connection with the Work. 6.2 The CONTRACTOR shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to (1) employees on the Work and other persons who may be affected thereby;(2) the Work and materials and equipment to be incorporated therein; and (3) other property at or adjacent to the site. 6.3 The CONTRACTOR shall give notices and comply with applicable laws, ordinances, rules, regulations and orders of public authorities bearing on the safety of persons and property and their protection from damage, injury or loss. 6.4 The CONTRACTOR shall be liable for damage or loss (other than damage or loss to property insured under the property insurance provided or required by the Contract Documents to be provided by the OWNER) to property at the site caused in whole or in part by the CONTRACTOR, a contractor of the CONTRACTOR or anyone directly or indirectly employed by either of them, or by anyone for whose acts they may be liable. 6.5 HURRICANE PRECAUTIONS: During such periods of times that are designated by the United States Weather Bureau as a hurricane warning or alert; all construction materials or equipment will be secured against displacement by wind forces; provided that where a full complement of personnel is employed or otherwise in attendance, or engaged for such purposes, formal construction procedures or use of materials or equipment may continue allowing such reasonable time as may be necessary to secure such materials or equipment before winds of hurricane force are anticipated. Construction materials and equipment will be secured by guying and shoring, or removing or tying sown loose materials, equipment and construction sheds. Page 25 of 48 ARTICLE 7 INSURANCE AND BONDS 7.1 CONTRACTOR'S LIABILITY INSURANCE 7.1.1 The CONTRACTOR shall purchase and maintain in a company or companies authorized to do business in the State of Florida, such insurance as will protect the CONTRACTOR from claims set forth below which may arise out of or result from operations under the Contract by the CONTRACTOR or by a subcontractor of the CONTRACTOR, or by anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable: .1 claims under workers' or workmen's compensation, disability benefit and other similar employee benefit laws which are applicable to the Work to be performed; .2 claims for damages because of bodily injury, occupational sickness or disease, or death of the CONTRACTOR's employees under any applicable employer's liability law; .3 claims for damages because of bodily injury, sickness or disease, or death of persons other than the CONTRACTOR's employees; .4 claims for damages covered by usual personal injury liability coverage which are sustained (1) by a person as a result of an offense directly or indirectly related to employment of such person by the CONTRACTOR or (2) by another person; .5 claims for damages, other than to the Work at the site, because of injury to or destruction of tangible property, including loss of use; and .6 claims for damages for bodily injury or death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle. 7.1.2 The insurance required by the above Subparagraph 7.1.1 shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever are greater. 7.1.3 The CONTRACTOR's liability insurance shall include contractual liability insurance applicable to the CONTRACTOR's obligations. 7.1.4 Certificates of Insurance, and copies of policies, acceptable to the OWNER shall be delivered to the OWNER at the time of execution of contract. These Certificates as well as insurance policies required by this Paragraph shall contain a provision that coverage will not be canceled or allowed to expire until at least thirty days prior written notice has been given to the OWNER. Page 26 of 48 If any of the foregoing insurance coverages are required to remain in force after final payment, an additional certificate evidencing continuation of such coverage shall be submitted along with the application for final payment. 7.2 Payment and Performance Bonds: 7.2.1 Within fifteen (15) calendar days after Notice of Award and in any event prior to commencing work, the CONTRACTOR shall execute and furnish to TOWN a performance bond and a payment bond, each written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in accordance with United States Department of Treasury Circular No. 570. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular and the excess risks must be protected by coinsurance, reinsurance, or other methods, in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR, Section 223.10, Section 223.11). Further, the surety company shall provide TOWN with evidence satisfactory to TOWN, that such excess risk has been protected in an acceptable manner. The surety company shall have at least the following minimum rating of B+ to A+, in accordance with the latest edition of A.M. Best's Insurance Guide, published by Alfred M. Best Company, Inc., Ambest Road, Oldwick, New Jersey 08858. 7.2.2 Two (2) separate bonds are required and both must be approved by the TOWN. The penal sum stated in each bond shall be the amount equal to the total amount payable under the terms of the contract. The performance bond shall be conditioned that the CONTRACTOR perform the contract in the time and manner prescribed in the contract. The payment bond shall be conditioned that the CONTRACTOR promptly make payments to all persons who supply the CONTRACTOR with labor, materials and supplies used directly or indirectly by the CONTRACTOR in the prosecution of the work provided for in the Contract and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law; and that they shall indemnify and save harmless the TOWN to the extent of any and all payments in connection with the carrying out of said Contract which the TOWN may be required to make under the law. 7.2.3 Pursuant to the requirements of Section 255.05(l)(a), Florida Statutes, it shall be the duty of the CONTRACTOR to record the aforesaid payment and performance bonds in the public records of Palm Beach County, with the CONTRACTOR to pay all recording costs. 7.3 Bonds, Reduction After Final Payment: Such bonds shall continue in effect for one (1) year after final payment becomes due except as otherwise provided by law or regulation or by the Contract Documents with the final sum of said bonds reduced after final payment to an amount equal to twenty five percent (25%) of the Contract Price, or an additional bond shall be conditioned that CONTRACTOR shall correct any Page 27 of 48 defective or faulty Work or material which appears within one (1) year after final completion of the Contract, upon notification by the TOWN. 7.4 Duty to Substitute Surety: If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Florida or it ceases to meet the requirements of other applicable laws or regulations, CONTRACTOR shall within seven (7) days thereafter substitute another bond and surety, both of which must be acceptable to TOWN. 7.5 Insurance: 7.5.1 AT THE TIME OF EXECUTION OF THE CONTRACT, THE CONTRACTOR SHALL SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING THE REQUIRED COVERAGES AND SPECIFICALLY PROVIDING THAT THE TOWN OF GULF STREAM IS AN ADDITIONAL NAMED INSURED WITH RESPECT TO THE REQUIRED COVERAGE AND THE OPERATIONS OF THE CONTRACTOR UNDER THE CONTRACT. Insurance Companies selected must be acceptable by the TOWN. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be cancelled, materially changed or renewal refused until at least thirty (30) calendar days written notice has been given to TOWN by certified mail. The CONTRACTOR shall procure and maintain at its own expense and keep in effect during the full term of the Contract a policy or policies of insurance which must include the following coverage and minimum limits of liability: Additionally, any Subcontractor hired by the CONTRACTOR for this project shall provide insurance coverage as stated herein. (a) Professional Liability Insurance in an amount not less than $1,000,000.00. (b) Worker's Compensation Insurance for statutory obligations imposed by Worker's Compensation or Occupational Disease Laws, including, where applicable, the United States Longshoremen's and Harbor Worker's Act, the Federal Employers's Liability Act and the Homes Act. Employer's Liability Insurance shall be provided with a minimum of One Hundred Thousand and xx/100 dollars ($100,000.00) per accident. CONTRACTOR shall agree to be responsible for the employment, conduct and control of its employees and for any injury sustained by such employees in the course of their employment. (c) Comprehensive Automobile Liability Insurance for all owned, non-owned and hired automobiles and other vehicles used by the CONTRACTOR in the performance of the work with the following minimum limits of liability: $1,000,000.00 Combined single Limit, Bodily Injury and Property Damage Liability, per occurrence Page 28 of 48 (d) Comprehensive General Liability with the following minimum limits of liability: $1,000,000.00 Combined Single Limit, Bodily Injury and Property Damage Liability, per occurrence Coverage shall specifically include the following with minimum limits not less than those required for Bodily Injury Liability and Property Damage: 1. Premises and operations; 2. Independent contractors; 3. Product and Completed Operations Liability; 4. Broad Form Property Damage; 5. Broad Form Contractual Coverage applicable to the Contract and specifically confirming the indemnification and hold harmless agreement in the Contract; and 6. Personal Injury coverage with employment contractual exclusions removed and deleted. 7.5.2 The required insurance coverage shall be issued by an insurance company authorized and licensed to do business in the State of Florida, with the following minimum rating of B+ to A+, in accordance with the latest edition of A.M. Best's Insurance Guide. 7.5.3 All required insurance policies shall preclude any underwriter's rights of recovery or subrogation against TOWN with the express intention of the parties being that the required insurance coverage protect both parties as the primary coverage for any and all losses covered by the above described insurance. 7.5.4 The CONTRACTOR shall ensure that any company issuing insurance to cover the requirements contained in this Contract agrees that they shall have no recourse against TOWN for payment or assessments in any form on any policy of insurance. 7.5.5 The clauses "Other Insurance Provisions" and "Insurers Duties in the Event of an occurrence, Claim or Suit" as it appears in any policy of insurance in which TOWN is named as an additional named insured shall not apply to TOWN. TOWN shall provide written notice of occurrence within a reasonable time of the actual notice of such an event. 7.5.6 The CONTRACTOR shall not commence performance of its obligations under this Agreement until after it has obtained all of the minimum insurance herein described and the same has been approved. 7.5.7 The CONTRACTOR agrees to perform the work under the Contract as an independent CONTRACTOR, and not as a Subcontractor, agent or employee of TOWN. 7.5.8 Violation of the terms of this paragraph and its subparts shall constitute a breach of the Contract and TOWN, at its sole discretion, may cancel the Contract and all rights, title and interest of the CONTRACTOR shall thereupon cease and terminate. Page 29 of 48 7.6 TOWN'S Liability and Insurance: TOWN shall not be responsible for purchasing and maintaining any insurance to protect the interests of CONTRACTOR, Subcontractors or others on the Work. TOWN specifically reserves all statutory and common law rights and immunities and nothing herein is intended to limit or waive same including, but not limited to, the procedural and substantive provisions of Florida Statute 768.28 and Florida Statute 95.11. 7.7 LOSS OF USE INSURANCE The OWNER, at the OWNER's option, may purchase and maintain such insurance as will insure the OWNER against loss of use of the OWNER's property due to fire or other hazards, however caused. The OWNER waives all rights of action against the CONTRACTOR, and its contractors and their agents and employees, for loss of use of the OWNER's property, including consequential losses due to fire or other hazards, however caused, to the extent covered by insurance under this Paragraph. Page 30 of 48 ARTICLE 8 CHANGES IN THE WORK 8.1 CHANGES IN THE WORK 8.1.1 TOWN, without invalidating this Agreement, may order additions, deletions or revisions to the Work. Such additions, deletions or revisions shall be authorized by a Written Amendment, Change Order or Work Directive Change. 8.1.2 All Change Orders which, individually or when cumulatively added to amounts authorized pursuant to prior change Orders for this project, increase the cost of the work to TOWN or which extend the time for completion, must be formally authorized and approved by the TOWN'S Commission prior to their issuance and before work may begin. No claim against TOWN for extra work in furtherance of such change order shall be allowed unless prior approval has been obtained. No claim against TOWN for extra work in furtherance of a Change Order shall be allowed unless prior approval pursuant to this section has been obtained. 8.1.3 The Contract Price and Contract Time shall be changed only by Change Order or written Amendment. 8.1.4 Proposed Change orders shall be prepared by the ENGINEER on forms provided by TOWN. When submitted for approval, they shall carry the signature of the ENGINEER and the CONTRACTOR. 8.1.5 If TOWN and CONTRACTOR are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract times that should be allowed as a result of a Work Change Directive, a claim may be made therefor. 8.1.6 CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract times with respect to any work performed that is not required by the Contract Documents as amended, modified and supplemented. 8.1.7 If notice of any change affecting the general scope of the work or the provisions of the Contract Documents is required by the provisions of any bond to be given to a surety, the giving of any such notice will be CONTRACTOR'S responsibility and the amount of each applicable bond shall be adjusted accordingly. 8.1.8 Any claim for adjustment in the Contract Price or time shall be based upon written notice delivered by the party making the claim to the other parties and to ENGINEER not later than three (3) calendar days after the occurrence or event Page 31 of 48 giving rise to the claims and stating the general nature of the claim. No claim for an adjustment in the Contract Price or an extension of the contract time will be valid if not submitted in accordance with this Paragraph. 8.1.9 The cost or credit to TOWN from a change in the work shall be determined by mutual agreement. 8.2 CHANGE ORDERS 8.2.1 A Change Order is a written order signed by the OWNER and CONTRACTOR, and issued after execution of this Agreement, authorizing a change in the Work or adjustment in the contract sum or contract time. The contract sum and contract time may be changed only by Change Order. 8.2.2 Cost or credit to the OWNER resulting from a change in the Work shall be determined in one or more of the following ways: .1 by mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation; .2 by unit prices stated in the Contract Documents or subsequently agreed upon; .3 by cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or percentage fee; or .4 by the method provided below. 8.2.3 If none of the methods set forth in Clauses 8.2.2.1 or 8.2.2.2are agreed upon, the CONTRACTOR, provided a written order signed by the OWNER is received, shall promptly proceed with the Work involved. The cost of such Work shall then be determined on the basis of reasonable expenditures and savings of those performing the Work attributable to the change, including the expenditures for design services and revisions to the Contract Documents. In case of an increase in the contract sum, the cost shall include a reasonable allowance for overhead and profit. Unless otherwise provided in the Contract Documents, cost shall be limited to the following: cost of materials, including sales tax and cost of delivery; cost of labor, including social security, old age and unemployment insurance, and fringe benefits required by agreement or custom; workers' or workmen's compensation insurance; bond premiums; rental value of equipment and machinery; additional costs of supervision and field office personnel directly attributable to the change, and fees paid to ENGINEERs, engineers and other professionals. Pending final determination of cost to the OWNER, payments on account shall be made on the Application for Payment. The amount of credit to be allowed by the CONTRACTOR to the OWNER for deletion or change which results in a net decrease in the contract sum will be actual net cost. When both additions and credits covering related Work or substitutions are involved in a change, the allowance for overhead and profit shall be figured on the basis of the net increase, if any, with respect to that change. Page 32 of 48 8.2.6 If unit prices are stated in the Contract Documents or subsequently agreed upon, and if quantities originally contemplated are so changed in a proposed Change Order that application of agreed unit prices to quantities proposed will cause substantial inequity to the OWNER or CONTRACTOR, applicable unit prices shall be equitably adjusted. 8.3 CONCEALED CONDITIONS By execution of this agreement, CONTRACTOR has satisfied itself as to all conditions necessary to fulfill this contract. No contract adjustments shall be allowed for concealed conditions nor different site conditions than anticipated. 8.4 REGULATORY CHANGES The CONTRACTOR shall be compensated for changes in the Work necessitated by the enactment or revision of codes, laws or regulations subsequent to the submission of the CONTRACTOR's Proposal. Page 33 of 48 ARTICLE 9 WARRANTIES, TESTS AND INSPECTIONS CORRECTION OF DEFECTIVE WORK 9.1 Warranty of Title: The CONTRACTOR warrants to the TOWN that it possesses good, clear and marketable title to all equipment and materials provided hereunder and there are no pending liens, claims or encumbrances whatsoever against said equipment and materials. 9.2 Warranty of Specifications: The CONTRACTOR warrants that all equipment, materials and workmanship furnished, whether furnished by the CONTRACTOR or its subcontractors and suppliers, will comply with the specifications, drawings and other descriptions supplied or adopted and that all services will be performed in a workmanlike manner. 9.3 Warranty of Merchantability: CONTRACTOR warrants that any and all equipment to be supplied pursuant to the Agreement is merchantable, free from defects, whether patent or latent in material or workmanship and fit for the ordinary purposes for which it is intended. 9.4 Correction Period: CONTRACTOR warrants all material and workmanship for a minimum of one (1) year from date of acceptance by the TOWN. If within one (1) year after the date of final completion or such longer period of time as may be prescribed by laws or regulations or by the terms of any applicable special guarantee required by the Contract Documents, any work is found to be defective, whether observed before or after acceptance by TOWN, CONTRACTOR shall promptly, without cost to TOWN and in accordance with TOWN'S written instructions, either correct such defective work, or, if it has been rejected by TOWN, remove it from the site and replace it with work that is not defective and satisfactorily correct and remove and replace any damage to other work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, TOWN may have the defective workmanship corrected or the rejected Work removed and replaced, and all direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, ENGINEERs, attorneys and other professionals) will be paid by CONTRACTOR. 9.4.1 Where defective W ork (and damage to other work resulting therefrom) has been corrected, removed or replaced under this paragraph, the correction period hereunder with respect to such Work will be extended for an additional period of one (1) year after such correction or removal and replacement has been satisfactorily completed . Page 34 of 48 9.4.2 Nothing contained in this Article shall be construed to establish a period of limitation with respect to other obligations which CONTRACTOR might have under the Contract Documents. Establishment of the time period of one (1) year as described in Paragraph 9.4.1 relates only to the specific obligation of the CONTRACTOR to correct the work, and has no relationship to the time within which the obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish CONTRACTOR'S liability with respect to the CONTRACTOR' S obligation other than specifically to correct the work. 9.5 CONTRACTOR warrants to the TOWN that it will comply with all applicable federal, state and local laws, regulations and orders in carrying out its obligations under the Contract. 9.6 CONTRACTOR warrants to the TOWN that it is not insolvent, it is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform its obligations under the Contract. 9.7 CONTRACTOR warrants to the TOWN that the consummation of the work provided for in the Contract Documents will not result in the breach of any term or provision of, or constitute a default under any indenture, mortgage, contract, or agreement to which the CONTRACTOR is a party. 9.8 CONTRACTOR warrants that there has been no violation of copyrights of patent rights either in the United States of America or in foreign countries in connection with the work of the Contract. 9.9 No warranty, either express or implied, may be modified, excluded or disclaimed in any way by CONTRACTOR. All warranties shall remain in full force and effect, notwithstanding acceptance and payment by TOWN. 9.10 Tests and Inspections: 9.10.1 CONTRACTOR shall give TOWN timely notice of readiness of the work for all required inspections, tests or approvals. CONTRACTOR shall assume full responsibility, pay all costs in connection therewith and furnish TOWN the required certificates of inspection, testing or approval for all materials, equipment or the Work or any part thereof unless otherwise specified herein. 9.10.2 Inspectors shall have no authority to permit deviations from nor to relax any of the provisions of the Contract Documents, nor to delay the Agreement by failure to inspect the materials and work with reasonable promptness. 9.10.3 The payment of any compensation whatever may be its character or form, or the giving of any gratuity or the granting of any favor by the CONTRACTOR to any inspectors, directly or indirectly is strictly prohibited and any such action on the part of the CONTRACTOR will constitute a breach of this Agreement. Page 35 of 48 9.11 The CONTRACTOR shall promptly correct Work rejected by the OWNER or known by the CONTRACTOR to be defective or failing to conform to the Construction Documents, whether observed before or after Substantial Completion and whether or not fabricated, installed or completed, and shall correct Work under this Agreement found to be defective or nonconforming within a period of one year from the date of Substantial Completion of the Work or designated portion thereof, or within such longer period provided by any applicable special warranty in the Contract Documents 9.12 Nothing contained in this Article 9 shall be construed to establish a period of limitation with respect to other obligations of the CONTRACTOR under this Agreement. Paragraph 9.11 relates only to the specific obligation of the CONTRACTOR to correct the Work and has no relationship to the time within which the obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish the CONTRACTOR's liability with respect to the CONTRACTOR's obligations other than correction of the Work. 9.13 If the CONTRACTOR fails to correct the defective Work as required or persistently fails to carry out the Work in accordance with the Contract Documents, the OWNER, by written order signed personally or by an agent specifically so empowered by the OWNER in writing, may stop the Work, or any portion thereof, until the cause for such order has been eliminated; however the OWNER's right to stop the Work shall not give rise to a duty on the part of the OWNER to exercise the right for benefit of the CONTRACTOR or other persons or entities. 9.14 If the CONTRACTOR defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within seven days after receipt of written notice from the OWNER to commence and continue correction of such default or neglect with diligence and promptness, the OWNER may give a second written notice to the CONTRACTOR and seven days following receipt by the CONTRACTOR of that second notice and without prejudice to other remedies the OWNER may have, correct such deficiencies. In such case an appropriate Change Order shall be issued deducting from payments then or thereafter due the CONTRACTOR costs of correcting such deficiencies. If the payments then or thereafter due the CONTRACTOR are not sufficient to cover the amount of the deduction, the CONTRACTOR shall pay the difference to the OWNER. Page 36 of 48 ARTICLE 10 MISCELLANEOUS PROVISIONS 10.1 This Agreement shall be governed by the law where the Work is located. 10.2 The table of contents and the headings of articles and paragraphs are for convenience only and shall not modify rights and obligations created by this Agreement. 10.3 In case a provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not be affected. 10.4 SUBCONTRACTS 10.4.1 The CONTRACTOR, as soon as practicable after execution of this Agreement, shall furnish to the OWNER in writing the names of the persons or entities the CONTRACTOR will engage as Subcontractors for the Project. 10.4.2 Nothing contained in the CONTRACTOR Contract Documents shall create a professional obligation or contractual relationship between the OWNER and any third party. 10.5 WORK BY OWNER OR OWNER'S CONTRACTORS 10.5.1 The OWNER reserves the right to perform work related to, but not part of, the Project and to award separate contracts in connection with other work at the site. If the CONTRACTOR claims that delay or additional cost is involved because of such action by the OWNER, the CONTRACTOR shall make such claims as provided in Subparagraph 10.6. 10.5.2 The CONTRACTOR shall afford the OWNER's separate contractors reasonable opportunity for introduction and storage of their materials and equipment for execution of their work. The CONTRACTOR shall incorporate and coordinate the CONTRACTOR's Work with work of the OWNER's separate contractors as required by the Contract Documents. 10.5.3 Costs caused by defective or ill-timed work shall be borne by the party responsible. 10.6 CLAIMS FOR DAMAGES Should either party to Agreement suffer injury or damage to person or property because of an act or omission of the other party, the other party's employees or agents, or another for whose acts the other party is legally liable, claim shall be made in writing to the other party within a reasonable time after such injury or damage is or should have been first observed. Page 37 of 48 10.7 SUCCESSORS AND ASSIGNS 10.7.1 This Agreement shall be binding on successors, assigns, and legal representatives of and persons in privity of contract with the OWNER or CONTRACTOR. Neither party shall assign, sublet or transfer an interest in this Agreement without the written consent of the other. 10.8 EXTENT OF AGREEMENT This contract represents the entire agreement between the OWNER and CONTRACTOR and supersedes any prior negotiations, representations or agreements. This Agreement may be amended only by written instrument signed by both OWNER and CONTRACTOR. Page 38 of 48 ARTICLE 11 DISPUTES EXCEPT AS OTHERWISE PROVIDED IN THE CONTRACT, ANY DISPUTE ARISING UNDER THIS CONTRACT WHICH IS NOT DISPOSED OF BY AGREEMENT SHALL BE DECIDED BY THE TOWN MANAGER OF THE TOWN OF GULF STREAM, FLORIDA, WHO SHALL REDUCE HIS DECISION IN WRITING AND FURNISH A COPY THEREOF TO THE CONTRACTOR. THE DECISION OF THE TOWN COMMISION OF TOWN OF GULF STREAM, FLORIDA AND THOSE PERSONS TO WHOM IT DELEGATES AUTHORITY TO DECIDE DISPUTES, SHALL BE FINAL AND CONCLUSIVE UNLESS DETERMINED BY A COURT OF COMPETENT JURISDICTION TO BE FRAUDULENT, CAPRICIOUS, ARBITRARILY, OR GROSSLY ERRONEOUS AS TO NECESSARILY IMPLY BAD FAITH, OR NOT SUPPORTED BY SUBSTANTIAL EVIDENCE. Page 39 of 48 ARTICLE 12 TERMINATION OF THE AGREEMENT 12.1 TERMINATION BY THE OWNER TOWN'S Right to Terminate upon the occurrence of any one or more of the following events: 12.1.1 If CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency. 12.1.2 If a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency. 12.1.3 If CONTRACTOR makes a general assignment for the benefit of creditors. 12.1.4 If a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law or under Contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR'S creditors. 12.1.5 If CONTRACTOR admits in writing an inability to pay its debts generally as they become due. 12.1.6 If CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (including but not limited to, failure to supply sufficient skilled Workers or suitable materials or equipment or failure to adhere to the progress schedule as same may be revised from time to time). 12.1.7 If CONTRACTOR disregards laws or regulations of any public body having jurisdiction. 12.1.8 If CONTRACTOR otherwise violates in any substantial way any provision of the Contract Documents TOWN may, after giving CONTRACTOR and the Surety seven (7) days written notice to the extent permitted by laws and regulations, terminate the services of the CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR'S tools, appliances, construction equipment and machinery at the site and use the same to full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which has paid CONTRACTOR but which are sorted elsewhere, and finish the Work as TOWN may Page 40 of 48 deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. 12.1.9 Termination for Convenience of TOWN: Upon seven (7) days written notice to CONTRACTOR, TOWN may, without cause and without prejudice to any other right or remedy, terminate the agreement for TOWN'S convenience whenever TOWN determines that such termination is in the best interests of TOWN. Where the agreement is terminated for the convenience of TOWN, the notice of termination to CONTRACTOR must state that the Contract is being terminated for the convenience of the TOWN under the termination clause, the effective date of the termination and the extent of termination. Upon receipt of the notice of termination for convenience, CONTRACTOR shall promptly discontinue all Work at the time and to the extent indicated on the notice of termination, terminate all outstanding Subcontractors and purchase orders to the extent that they relate to the terminated portion of the Contract, and refrain from placing further orders and Subcontracts. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 12.1.10 This Agreement may be terminated by the OWNER upon fourteen days' written notice to the CONTRACTOR in the event that the Project is abandoned. If such termination occurs, the OWNER shall pay the CONTRACTOR for Work completed and for proven loss sustained upon materials, equipment, tools and construction equipment and machinery, including reasonable profit and applicable damages. 12.1.11 If the CONTRACTOR defaults or persistently fails or neglects to carry out the Work in accordance with the Contract Documents or fails to perform the provisions of this Agreement, the OWNER may give written notice that the OWNER intends to terminate this agreement. If the Design/ Builder fails to correct the defaults, failure or neglect within seven days after being given notice, the OWNER may then give a second written notice and, after an additional seven days, the OWNER may without prejudice to any other remedy make good such deficiencies and may deduct the cost thereof from the payment due the CONTRACTOR or, at the OWNER's option, may terminate the employment of the CONTRACTOR and take possession of the site and of all materials, equipment, tools and construction equipment and machinery thereon owned by the CONTRACTOR and finish the Work by whatever method the OWNER may deem expedient. If the unpaid balance of the contract sum exceeds the expense of finishing the Work, the excess shall be paid to the CONTRACTOR, but if the expense exceeds the unpaid balance, the CONTRACTOR shall pay the difference to the OWNER. Page 41 of 48 ARTICLE 13 BASIS OF COMPENSATION 13.1 CHANGE IN CONTRACT PRICE 13.1.1 THE CONTRACT PRICE CONSTITUTES THE TOTAL COMPENSATION (SUBJECT TO AUTHORIZED ADJUSTMENTS) PAYABLE TO CONTRACTOR FOR PERFORMING THE WORK. ALL DUTIES, RESPONSIBILITIES AND OBLIGATIONS ASSIGNED TO OR UNDERTAKEN BY CONTRACTOR SHALL BE AT HIS EXPENSE WITHOUT CHANGE IN CONTRACT PRICE. 13.1.2 THE CONTRACT PRICE MAY ONLY BE CHANGED BY A CHANGE ORDER OR BY A WRITTEN AMENDMENT. ANY CLAIM FOR AN INCREASE OR DECREASE IN THE CONTRACT PRICE SHALL BE BASED ON WRITTEN NOTICE DELIVERED TO ENGINEER PROMPTLY (BUT IN NO EVENT LATER THAN TEN (10) DAYS) AFTER THE OCCURRENCE OF THE EVENT GIVING RISE TO THE AMOUNT OF THE CLAIM WITH SUPPORTING DATA SHALL BE DELIVERED WITHIN TWENTY (20) DAYS AND SHALL BE ACCOMPANIED BY CLAIMANT'S WRITTEN STATEMENT THAT THE AMOUNT CLAIMED COVERS ALL KNOWN AMOUNTS (DIRECT, INDIRECT AND CONSEQUENTIAL) TO WHICH THE CLAIMANT IS ENTITLED AS A RESULT OF THE OCCURRENCE OF SAID EVENT. NO RESOLUTION OF A CLAIM FOR ADJUSTMENT IN THE CONTRACT PRICE SHALL BE EFFECTIVE UNTIL APPROVED BY TOWN COMMISSION IN WRITING. NO CLAIM FOR ADJUSTMENT IN THE CONTRACT PRICE WILL BE VALID IF NOT SUBMITTED IN ACCORDANCE WITH THIS PARAGRAPH. 13.1.3 The value of any Work covered by a change order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: .1 Where the Work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of the items involved. .2 By mutual acceptance of a lump sum (which may include an allowance for overhead and profit including any Subcontractor fees) which shall not exceed twenty five percent (25%). If the negotiated lump sum change order exceeds the percentages set forth for "Cost of Work" it must be accompanied by a detailed explanation justifying the increase. .3 On the basis of the cost of the work (determined as provided in Paragraphs 13.2 and 13.3) plus a CONTRACTOR'S fee for overhead and profit (determined as provided in Paragraph 13.4). Page 42 of 48 13.2 Cost of the Work in the Event of Change Order: The term "Cost of the Work" means the sum of all direct costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by TOWN, such costs shall be in amounts no higher than those prevailing in the locality of the project, shall include only the following items and shall not include any of the costs itemized in Paragraph 13.3: 13.2.1 Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the work under schedules of job classifications agreed upon by TOWN and CONTRACTOR. Payroll costs for employees not employed full time on the work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, worker's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall not be included in the above unless authorized in writing by TOWN. 13.2.2 Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and suppliers field services required in connection therewith. All cash discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to TOWN, and CONTRACTOR shall make provisions so that they may be obtained. 13.2.3 Supplemental costs including the following: .1 Cost, including transportation and maintenance of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work. .2 Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by TOWN with the advice of ENGINEER, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with terms of said rental agreements, the rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. .3 Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by laws and regulations. .4 Royalty payments and fees for permits and licenses. .5 The cost of utilities, fuel and sanitary facilities at the site. Page 43 of 48 .6 Minor expenses such as telegrams, long distance telephone calls, telephone service at site, express message and similar petty cash items in connection with the Work. .7 Cost of premiums for additional bonds and insurance required because of changes in the Work. 13.3 Not Included in the Cost of the Work in the Event of Change Order: The term cost of the Work shall not include any of the following: 13.3.1 Payroll costs and other compensation of CONTRACTOR'S officers, executives, principals, (of partnership and sole proprietorships), general managers, engineers, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR'S principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.2.1 - all of which are to be considered administrative costs covered by CONTRACTOR'S fee. 13.3.2 Expenses of CONTRACTOR'S principal and branch offices other than CONTRACTOR'S office at the site. 13.3.3 Any part of CONTRACTOR'S capital expenses, including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. 13.3.4 Cost of premiums for all bonds and all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same. 13.3.5 Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 13.3.6 Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraph 13.2. Page 44 of 48 13.4 CONTRACTOR'S Fee in the Event of Change Order: CONTRACTOR'S fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 13.4.1 A mutually acceptable negotiated fee: 13.4.1 For costs incurred under Paragraphs 13.2.1 and 13.2.2 CONTRACTOR'S fee shall not exceed ten percent (10%). 13.4.2 No fee shall be payable on the basis of costs itemized under Paragraphs 13.2.3.1, 13.2.3.2, 13.2.3.3, 13.2.3.4, 13.2.3.5, 13.2.3.6, 13.2.3.7, 13.3, 13.3.1, 13.3.2, 13.3.3, 13.3.4, 13.3.5 and 13.3.6. 13.4.3 The amount of credit to be allowed by CONTRACTOR to TOWN for any such change which results in a net decrease plus a deduction in CONTRACTOR'S fee by an amount equal to ten percent (10%) for the net decrease. 13.4.4 When both additions and credits are involved in any one change the combined overhead and profit shall be figured on the basis of net increase if any, however, profit will not be paid on any Work not performed. 13.5 Cost Breakdown Required in the Event of Change Order: Whenever the cost of any Work is to be determined pursuant to Paragraphs 13.2 or 13.3, CONTRACTOR will submit in form acceptable to ENGINEER an itemized cost breakdown together with supporting data. Whenever a change in the work is to be based upon mutual acceptance of a lump sum, whether the amount is an addition, credit or no-change-in-cost, the CONTRACTOR shall submit an estimate substantiated by a complete itemized breakdown. (a) The breakdown shall list quantities and unit prices for materials, labor, equipment and other items of cost. (b) Whenever a change involves the CONTRACTOR and one (1) or more Subcontractors and the change is an increase in the contract price, the overhead and profit percentage for the CONTRACTOR and each Subcontractor shall be itemized separately. The OWNER shall compensate the CONTRACTOR in accordance with Article 5, Payments, and the other provisions of this Agreement as described below. 13.6 REIMBURSABLE EXPENSES in the Event of Change Order: 13.6.1 Reimbursable Expenses are in addition to the compensation for Basic and Additional Services and include actual expenditures made by the CONTRACTOR in the interest of the Project for the expenses listed as follows: 13.6.2 FOR REIMBURSABLE EXPENSES, compensation shall be a multiple of 1.10 times the amounts expended. Page 45 of 48 ARTICLE 14 OTHER PROVISIONS 14.1 NOTICE AND COMPUTATION OF TIME 14.1.1 Giving Notice: All notices required by any of the Contract Documents shall be in writing and shall be deemed delivered upon mailing by certified mail, return receipt requested to the following: The business address of CONTRACTOR is: The business address of TOWN is: Town Manager Town of Gulf Stream 100 Sea Road Gulf Stream, Florida 33483 The business address of the ENGINEER is: Baxter & Woodman, Inc. 477 S. Rosemary Ave. Suite 330 West Palm Beach, FL 33401 14.2 Computation of Time: When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first 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 will be omitted from the computation. A calendar day of twenty four (24) hours measured from midnight to the next midnight shall constitute a day. Page 46 of 48 14.3 MISCELLANEOUS 14.3.1 The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guaranties and obligations imposed upon CONTRACTOR and all of the rights and remedies available to TOWN thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available to any or all of them which are otherwise imposed or available by laws or regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents, and the provisions of this Paragraph will survive final payment and termination or completion of the Agreement. 14.3.2 CONTRACTOR shall not assign or transfer the Contract or its rights, title or interests therein without TOWN'S prior written approval. The obligations undertaken by CONTRACTOR pursuant to the Contract shall not be delegated or assigned to any other person or firm unless TOWN shall first consent in writing to the assignment. Violation of the terms of this Paragraph shall constitute a breach of Contract by CONTRACTOR and the TOWN may, at its discretion, cancel the Contract and all rights, title and interest of CONTRACTOR shall thereupon cease and terminate. 14.3.3 CONTRACTOR and its employees, volunteers and agents shall be and remain independent contractors and not agents or employees of TOWN with respect to all of the acts and services performed by and under the terms of this Agreement. This Agreement shall not in any way be construed to create a partnership, association or any other kind of joint undertaking or venture between the parties hereto. 14.3.4 TOWN reserves the right to audit the records of CONTRACTOR relating in any way to the work to be performed pursuant to this Agreement at any time during the performance and term of the Contract and for a period of three (3) years after completion and acceptance by TOWN. If required by TOWN, CONTRACTOR agrees to submit to an audit by an independent certified public accountant selected by TOWN. CONTRACTOR shall allow TOWN to inspect, examine and review the records of CONTRACTOR at any and all times during normal business hours during the term of the Contract. 14.3.5 The remedies expressly provided in this Agreement to TOWN shall not be deemed to be exclusive but shall be cumulative and in addition to all other remedies in favor of TOWN now or hereafter existing at law or in equity. 14.3.6 The validity, construction and effect of this Contract shall be governed by the laws of the State of Florida. 14.3.7 Should any part, term or provision of this Agreement be by the courts decided to be invalid, illegal or in conflict with any law of the State, the validity of the remaining portion or provision shall not be affected thereby. Page 47 of 48 14.4 TOWN AND CONTRACTOR HEREBY KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND INTENTIONALLY WAIVE ANY RIGHT EITHER MAY HAVE TO A TRIAL BY JURY IN RESPECT TO ANY ACTION, PROCEEDING, LAWSUIT OR COUNTERCLAIM BASED UPON THE CONTRACT, ARISING OUT OF, UNDER, OR IN CONNECTION WITH THE CONSTRUCTION OF THE WORK, OR ANY COURSE OF CONDUCT, COURSE OF DEALING, STATEMENTS (WHETHER VERBAL OR WRITTEN) OR THE ACTIONS OR INACTIONS OF ANY PARTY. Page 48 of 48 WITNESS WHEREOF, the parties hereto have made an executed Agreement on the respective dates under each signature; Town of Gulf Stream through its Town Commission signing by and through its Mayor and Town Manager, authorized to execute same by Town Commission the _______ of _____________________2020 ______________________________ of _________________________, signing by and through its duly authorized to execute same. TOWN OF GULF STREAM ATTEST: ___________________________ Mayor, Scott Morgan ____________________________ ____________________________ Town Clerk Gregory Dunham Date: _______________________ CONTRACTOR FOR CORPORATION: ___________________________ President (CORPORATE SEAL) ___________________________ Secretary AGREEMENT BETWEEN TOWN OF GULF STREAM AND CONTRACTOR FOR THE PROPOSED Town of Gulf Stream State Road A1A Water Main Improvements – Phase 2, Bid No. 20-100. DIVISION 1 GENERAL REQUIREMENTS STATE ROAD A1A WATER MAIN 01010-1 SUMMARY OF WORK IMPROVEMENTS – PHASE 2 SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. The work covered by these specifications comprises, in general, the furnishing of all labor, equipment, materials, and performing all operations to construct water main improvements for the Town of Gulf Stream as described and specified further in the Technical Specifications and as shown on the Contract Drawings. B. Except as specifically noted, the CONTRACTOR shall provide and pay for: 1. Labor, materials, tools, construction equipment, and machinery. 2. Water and utilities required for construction. 3. Other facilities and services necessary for proper execution and completion of the work. C. The CONTRACTOR shall comply with all codes, ordinances, rules, regulations, orders and other legal requirements of the Town of Gulf Stream. 1.02 SILTATION AND BANK EROSION A. The CONTRACTOR shall take adequate precautions to minimize siltation and bank erosion in the vicinity of canals or ditches, in discharging well point systems or during other construction activities. 1.03 STORAGE OF MATERIALS A. Suitable storage facilities shall be furnished by the CONTRACTOR. All materials, supplies and equipment intended for use in the work shall be suitably stored by the CONTRACTOR to prevent damage from exposure, admixture with foreign substances, or vandalism or other cause. The ENGINEER will refuse to accept, or sample for testing, materials, supplies or equipment that have been improperly stored, as determined by the ENGINEER. B. Materials found unfit for use shall not be incorporated in the work and shall immediately be removed from the construction or storage site. Delivered materials shall be stored in manner acceptable to the ENGINEER before any payment for same will be made. Materials strung out along the line of construction will not be allowed unless the materials will be installed within one week from the time of unloading and stringing out. C. The OWNER will make available approximately 750-square yards of open area north of the OWNER’s maintenance building for use by the CONTRACTOR as a laydown yard. D. At the end of each working day, all construction equipment shall be returned to the laydown yard and not left along the right-of-ways or on private property. STATE ROAD A1A WATER MAIN 01010-2 SUMMARY OF WORK IMPROVEMENTS – PHASE 2 E. CONTRACTOR shall provide erosion and sediment control by installing silt fencing along the perimeter of the laydown area and an aggregate driveway apron. At the end of each working day, the driveway and parking lot leading to the laydown area shall be swept clean. The driveway and parking lot shall be swept clean during the day if a reasonable request is made by the ENGINEER or OWNER. F. CONTRACTOR shall provide temporary 7-foot tall chain link fence with a lockable gate along the perimeter of the laydown area. Security is the responsibility of the CONTRACTOR. OWNER or ENGINEER are not responsible for theft, vandalism, etc. that may occur. G. At the end of the project, the CONTACTOR shall restore the laydown area by regrading (if necessary), sodding and removing all silt fencing, aggregate driveway, security fencing, etc. as necessary to return the use of the property back to the OWNER. H. Should the CONTRACTOR require additional area for a laydown yard, the CONTRACTOR could make accommodations with other property owners. Copy of an agreement or contract between the CONTRACTOR and property owner must be provided to the OWNER prior to mobilization. All requirements for temporary erosion and sediment controls would still be in effect. 1.04 PRESERVATION OF PROPERTY A. The CONTRACTOR shall preserve from damage all property along the line of the work, or which is in the vicinity of or is in any way affected by the work, the removal or destruction of which is not called for by the plans. Wherever such property is damaged due to the activities of the CONTRACTOR, it shall be immediately restored to its original condition by the CONTRACTOR at no cost to the OWNER. B. In case of failure on the part of the CONTRACTOR to restore such property, or make good such damage for injury, the OWNER may, after 48 hours notice to the CONTRACTOR, proceed to repair, rebuild or otherwise restore such property as may be deemed necessary and the cost thereof will be deducted from any monies due or which may become due the CONTRACTOR under this contract. 1.05 CLEAN UP A. The CONTRACTOR shall keep the construction site free of rubbish and other materials and restore to their original conditions those portions of the site not designated for the alteration by the Contract Documents. Clean up and restoration shall be accomplished on a continuing basis throughout the contract period and in such a manner as to maintain a minimum of nuisance and interference to the general public and residents in the vicinity of the work. B. The CONTRACTOR shall also remove, when no longer needed, all temporary structures and equipment used in his operation. It is the intent of this specification that the construction areas and those other areas not designated for alteration by the Contract Documents shall be immediately restored to original condition as upon completion of the project. STATE ROAD A1A WATER MAIN 01010-3 SUMMARY OF WORK IMPROVEMENTS – PHASE 2 1.06 PUBLIC SAFETY AND CONVENIENCE A. The CONTRACTOR shall at all times so conduct his work as to ensure the least possible obstruction to traffic, or inconvenience to the general public and residents in the vicinity of the work. No road or street shall be closed to the public, except with the permission of the ENGINEER and other jurisdictional governmental authority, if any. Fire hydrants on or adjacent to the work shall be kept accessible. Provisions shall be made by the CONTRACTOR to ensure public access to sidewalks, public telephones, and the proper functioning of all gutters, sewer inlets, drainage ditches, and irrigation ditches. No open excavation shall be left overnight except during road closing. All open excavation within the roadway shall be backfilled and a temporary asphalt patch applied prior to darkness each day. A cold asphalt patch is acceptable. 1.07 SAFETY AND OSHA COMPLIANCE A. The CONTRACTOR shall comply in all respects with all Federal, State and Local safety and health regulations. Copies of the Federal regulations may be obtained from the U.S. Department of Labor, Occupation Safety and Health Administration (OSHA), Washington, DC 20210 or their regional offices. B. The CONTRACTOR shall comply in all respects with the applicable Workman's Compensation Law. 1.08 CONTRACTOR'S USE OF PREMISES A. Coordinate use of premises under direction of ENGINEER. B. Assume full responsibility for the protection and safekeeping of equipment and materials stored on the site. C. Move any stored Products, under CONTRACTOR's control, which interfere with operations of the OWNER or separate CONTRACTOR. END OF SECTION STATE ROAD A1A WATER MAIN 01020 - 1 ALLOWANCE IMPROVEMENTS – PHASE 2 SECTION 01020 ALLOWANCE PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Include in the Contract Sum the allowance stated in the Contract Documents. 1.02 RELATED REQUIREMENTS A. Conditions of the Contract. 1.03 CONTINGENCY ALLOWANCE A. Include in the Contract, lump sum contingency allowances as follows: 1. Utility Allowance: Allow the lump sum of $30,000.00. 2. Irrigation System Replacement Allowance: Allow the lump sum of $10,000.00. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION 3.01 GENERAL A. The Utility Allowance shall be used as necessary to pay for unforeseen utility conflict resolutions, utility repair work, or other work not within the original scope of work as bid, such work to be performed only at the direction and with the authorization of the OWNER. B. The Irrigation System Replacement Allowance shall be used as necessary to pay for relocating the homeowner’s irrigation and control systems that are in conflict with the proposed infrastructure improvements. The work shall be performed only at the direction and with the authorization of the OWNER. C. At the closeout of contract, monies remaining in the Contingency Allowance will be credited to the OWNER by Change Order. END OF SECTION STATE ROAD A1A WATER MAIN 01025 -1 MEASUREMENT AND PAYMENT IMPROVEMENTS – PHASE 2 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 EXPLANATION AND DEFINITIONS A. The following explanation of the Measurement and Payment for the bid form items is made for information and guidance. The omission of reference to any item in this description shall not, however, alter the intent of the bid form or relieve the CONTRACTOR of the necessity of furnishing such as part of the Contract. 1.02 PAYMENT A. Payment shall be made for the items listed on the Bid Form on the basis of the work actually performed and completed, such work including but not limited to, the furnishing of all necessary labor, materials, equipment, transportation, clean up, and all other appurtenances to complete the construction and installation of the work to the configuration and extent as shown on the drawings and described in the specifications. B. It is intended that all mobilization, insurance, bond, license and other miscellaneous administrative costs, and all other costs to the CONTRACTOR not specifically identified in the following item description be distributed among and included in the unit prices stated. No additional payment shall be made for transportation, communications, office maintenance, project signs, and other incidental work or services, and no further payment shall be made for remobilization unless all of the work is suspended by the ENGINEER for a period in excess of three months and through no fault to the CONTRACTOR. C. All required manufacturer testing and certification shall be included in the unit prices shown in the Proposal and Contract. Density testing required for compacted backfilling, and concrete strength and materials testing required at the time of construction shall be arranged for and paid for by the OWNER. PART 2 - MATERIALS Not used. PART 3 - EXECUTION BASE BID 3.01 GENERAL CONDITIONS, OVERHEAD, PROFIT – Bid Item No. 1 A. Payment for general conditions, overhead, and profit will be made at the Contract Lump Sum price bid for the item. STATE ROAD A1A WATER MAIN 01025 -2 MEASUREMENT AND PAYMENT IMPROVEMENTS – PHASE 2 B. Payment item for general conditions, overhead, and profit shall not exceed ten percent (10%) of Base Bid contract price. 3.02 SITE MOBILIZATION – Bid Item No. 2 A. Payment for mobilization/demobilization, scheduling and temporary facilities and utilities will be made at the contract lump sum price bid for the item, which price shall be full compensation for all materials, labor, equipment, tools, excavation, reinforced concrete, masonry and all other incidentals necessary to complete this item. B. Payment item for mobilization shall not exceed five percent (5%) of the Base Bid contract price. 3.03 BONDS AND INSURANCE – Bid Item No. 3 A. Payment for bonds and insurance will be made at the Contract Lump Sum price bid for the item. B. Payment item for bonds and insurance shall not exceed two percent (2%) of Base Bid contract price. 3.04 PRE-CONSTRUCTION VIDEO – Bid Item No. 4 A. The quantity to be paid for under this Section shall be on a lump sum basis. The work specified in this Section consists of the CONTRACTOR engaging the services of a professional videographer to prepare a pre-construction video to document existing site conditions prior to the CONTRACTOR mobilizing to the project site. The pre-construction video shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in the business of preparing color audio-visual tape documentation for construction purposes. B. Payment shall be made at the Contract Lump Sum Unit Price. Two (2) copies of the video (DVD format) shall be provided to the OWNER for their review and acceptance prior to the CONTRACTOR mobilizing to the project site. All work shall be completed in accordance with Section 01390 – Video and Photographic Site Survey. 3.05 AS-BUILT RECORD DRAW INGS - Bid Item No. 5 A. Payment for this item shall be on a Lump Sum Basis. One set of full size design drawings on reproducible material and an electronic file of the design drawings on compact disk will be furnished to the CONTRACTOR by the OWNER. The CONTRACTOR shall maintain full size (24" x 36") field drawings to reflect the "as-built" items of work as the work progresses. Upon completion of the work, the CONTRACTOR shall prepare a record set of "as-built" drawings on full size, reproducible material and an electronic file in AutoCAD 2018 or latest version. No payment will be made for "as-built" drawings until both the reproducible and electronic files are received and accepted by the OWNER. B. This item does not include surveying work required for layout and alignment of utility improvements. C. The signed and sealed As-Built drawings prepared by professional surveyor are required to be submitted with each pay request. STATE ROAD A1A WATER MAIN 01025 -3 MEASUREMENT AND PAYMENT IMPROVEMENTS – PHASE 2 3.06 NPDES PERMIT/EROSION PROTECTION MEASURES – Bid Item No. 6 A. Payment for CONTRACTOR required NPDES Permit application (Notice of Intent and Notice of Termination), reporting and associated erosion protection measures including turbidity abatement for dewatering procedures will be made at the Contract Lump Sum (LS) Price Bid for this item. The percent completion of the project shall be based on the percent of the total project actually constructed and not on the percent of the Contract price completed. B. Payment for NPDES Permit/Erosion Protection Measures shall be made on the basis of a percentage (as determined in 'A' above) of the Lump Sum Price. The contract unit price shall include compensation for required labor, materials, and equipment necessary for obtaining and complying with the NPDES Permit and providing Erosion Protection Measures during construction activities in accordance with the Contract Documents. C. This item includes NPDES inspections and reporting per the permit conditions and all erosion protection including protection of existing drainage inlets. 3.07 DEWATERING – Bid Item No. 7 A. Payment for this item shall be made on a Lump Sum (LS) Basis and shall be based on the percentage of work completed. B. The CONTRACTOR’s contract unit price shall include full compensation for labor, material, equipment, and cleanup necessary for providing dewatering and disposal operation for the construction of the proposed improvements. This item includes, well points, settling basin, piping, Silent Knight Pumps or equivalent, pump noise mitigation and all other required dewatering appurtenances. Dewatering pumps shall have mitigation measures to reduce the noise level to less than 60 dBA measured at the base of residential structures. C. Discharge water exiting the CONTRACTOR's dewatering system shall not exceed background turbidity of the receiving water body. Discharge shall comply, at a minimum, with SFWMD permit conditions and FDEP requirements for a Generic Permit for the discharge of Produced Groundwater from a non-contaminated site activity (62-621.300(2) FAC) and any other applicable regulations governing discharge of dewatering water. Water discharge activities shall be adjusted accordingly and corrective actions taken if the water exiting the dewatering system exceeds these requirements to be compliant with all applicable regulations. CONTRACTOR shall implement best management practices (BMPs) and install pollution control devices including but not limited to settling tanks, silt barriers, and hay bales as needed to comply with discharge water quality requirements. D. If the CONTRACTOR uses any existing drainage system for dewatering activities then the CONTRACTOR will be required to desilt the existing drainage system prior to project completion. Include this desilting work under this bid item. 3.08 MAINTENANCE OF TRAFFIC - Bid Item No. 8 A. The quantity of traffic control to be considered for payment shall be equivalent to the percentage of the project determined by the ENGINEER to be complete as of the date of the pay request submitted. The percent completion of the project shall be based on the percent of the total project actually constructed and not on the percent of the Contract price completed. STATE ROAD A1A WATER MAIN 01025 -4 MEASUREMENT AND PAYMENT IMPROVEMENTS – PHASE 2 B. Payment for traffic control shall be made on the basis of a percentage (as determined in 'A' above) of the Lump Sum Price. The contract unit price shall include compensation for required labor, materials, and equipment necessary to keep roadways and property accesses in service during construction activities in accordance with the Contract Documents and FDOT Permit Conditions. C. This item includes maintenance of traffic plan, traffic control, flagman, portable changeable (variable) message signs, detour signs, barricades, advance warning arrow panels, etc. in order to provide safety and traffic access in accordance with local and state requirements. 3.09 PVC C900 PIPE - Bid Item No. 9, 10, 11, 12, and 13 A. Payment for this PVC C900 water main pipe (color blue) shall be determined by the number of linear feet of each size of pipe installed, in place, completed and approved. The footage shall be the horizontal distance measured along the surface of the trench between the centerlines of connecting or branch mains. The length of all fittings, sleeves, bends and valves in the main shall not be included in the footage as typical sections of the pipeline being measured. B. The unit price bid per foot under this item shall be full compensation for the following: unloading, stringing, excavation of any type including rock and/ or muck, sheeting, shoring, special pipe bedding material, temporary plugs, de-watering, backfilling, complying with the State of Florida Trench Safety Act, restraining devices, pipe location tape (metallic), replacing sod in kind, all restoration and water required for testing and other appurtenances required to complete construction of the water main and not included in other bid items. Also included is painting 4" wide continuous blue line as indicated on the drawings (this will be on all DIP fittings). 3.10 DIRECTIONAL DRILL – Bid Item No. 14 A. Payment for this item shall be on a linear foot basis. The CONTRACTOR's unit price shall include full compensation for furnishing and installing the 12-inch SDR 18 C900 Certa-lok water main pipe (all pipe shall be blue in color) as shown on Drawings, Detail Drawings and specified herein by directional drill methods, including piping, pipe location tape (metallic), entry and exit directional drill pits, sheeting, shoring, dewatering, making temporary and permanent pavement repairs, and all other appurtenances and miscellaneous work required for a complete operating system. B. The unit price shall also include locating the existing utilities within Directional Drill Crossings and preparing a detailed Directional Drill Plan prior to construction using this utility location information. C. Upon completion of the directional drill activities, a "Surface Drill Path Profile" must be submitted to the FDOT prior to final acceptance of the project. 3.11 RESTORE DIRECTIONAL DRILL PIT – Bid Item No. 15 A. The unit price for this bid item is for complete restoration of the directional drill pits. STATE ROAD A1A WATER MAIN 01025 -5 MEASUREMENT AND PAYMENT IMPROVEMENTS – PHASE 2 3.12 CUT AND PLUG EXISTING WATER MAIN – Bid Item No. 16 A. Measurement of this item shall be a count of actual number of plugs installed and accepted regardless of size. B. Payment shall be made at the contract unit price per plug and shall include all labor, materials and equipment required to complete the work at the locations shown on the plans. Payment shall also include full compensation for providing all excavation, backfilling, dewatering, fittings, thrust blocking, isolation of piping, restraint or other appurtenances necessary to cut and plug the existing water mains in accordance with the plans and specifications. This includes all sod and pavement restoration required for a complete installation. 3.13 ABANDON AND GROUT EXISTING WATER MAIN – Bid Item No. 17 A. Payment for grouting of existing water mains shall be determined by the number of linear feet of pipe grouted. Payment under this item shall be made at the contract unit price and shall include full compensation for grouting existing water mains as indicated on the plans. 3.14 REMOVE AND DISPOSE EXISTING WATER MAIN – Bid Item No. 18 A. Payment for removing and disposing of existing water mains shall be determined by the number of linear feet of pipe removed and disposed. Payment under this item shall be made at the contract unit price and shall include full compensation for removing and disposing existing water mains as indicated on the plans. 3.15 FIRE HYDRANT ASSEMBLY – Bid Item No. 19 A. Payment for furnishing and installing a fire hydrant assembly shall include full compensation for all labor, materials and equipment to furnish and install the proposed fire hydrants, including the 6-inch gate valve and valve box, required fittings, 6-inch ductile iron pipe, pipe restraints and reflective pavement markings in accordance with the plans and specifications. This includes all restoration to complete the work and painting the fire hydrant. 3.16 REMOVE EXISTING FIRE HYDRANT - Bid Item No. 20 A. Payment for removal of existing fire hydrants shall be determined by the number of fire hydrants removed. Payment under this item shall be made at the contract unit price and shall include full compensation for properly restraining, capping, cutting, removing, hauling away, and returning existing fire hydrants to Town as indicated on the plans. 3.17 GATE VALVE AND BOX - Bid Item No. 21 and 22 A. Payment for furnishing and installing gate valves of each size shall be made at the CONTRACTOR's unit price per valve and shall include all necessary labor and materials for furnishing and installing the valves and appurtenances as called for in the plans. This includes furnishing and installing concrete pads for water main valve boxes (as required) complete with identification disc. No payment shall be made under this item for valves required for wet taps, or fire hydrants. STATE ROAD A1A WATER MAIN 01025 -6 MEASUREMENT AND PAYMENT IMPROVEMENTS – PHASE 2 B. The number of gate valves to be paid will be determined by the actual number of units installed and accepted. Payment shall include the cost of painting the valve box. 3.18 TAPPING TEE AND TAPPING GATE VALVE - BID ITEM NO. 23 A. Payment under this item shall be made at the Contractor's unit price for each size wet tap, and shall include all necessary labor and materials for a pressure tested and approved tap, including tapping sleeve and gate valve. This includes sodding and all other restoration as a result of installing tapping sleeve and gate valve. 3.19 LINESTOP - Bid Item No. 24 A. Payment under this item shall be made at the Contractor’s unit price for each size line stop and shall include full compensation for all labor, material, dewatering, all restoration, and equipment required to provide the line stop in accordance with the plans and specifications. B. The number of line stops to be paid will be determined by the actual number of units installed and accepted. 3.20 12” BUTTERFLY VALVE AND BOX – Bid Item No. 25 A. Payment for furnishing and installing butterfly valves of each size shall be made at the CONTRACTOR's unit price per valve and shall include all necessary labor and materials for furnishing and installing the valves and appurtenances as called for in the plans. This includes furnishing and installing concrete pads for water main valve boxes (as required) complete with identification disc. No payment shall be made under this item for valves required for wet taps, or fire hydrants. B. The number of butterfly valves to be paid will be determined by the actual number of units installed and accepted. Payment shall include the cost of painting the valve box. 3.21 CONNECT TO EXISTING WATER MAIN - Bid Item No. 26 A. The unit price bid for this item shall be full compensation for the furnishing and installation of water main connections as shown on the Drawings, including all appurtenant and miscellaneous items of work required. Water main connection shall include the following operations to be performed by the CONTRACTOR: B. Advance notification of shut down to all affected residents, coordination and scheduling of the operation of valves by OWNER personnel to effect shut down, restraining existing mains, dewatering of existing mains, cutting and plugging of existing mains, salvaging of all existing valves to be abandoned, removal of existing pipe and/or fittings, pipe, fittings, valves, saddles, flushing, disinfection by swabbing of the pipe as required, installation of sleeves and other connecting pipe and fittings (with joint restraints), pressure testing, and any other operations required to make the connection complete. C. CONTRACTOR shall maintain service to all homes during the installation and testing of new mains. D. The “cut out” of an existing section of pipe as required for vertical or horizontal adjustments shall be paid under this item. STATE ROAD A1A WATER MAIN 01025 -7 MEASUREMENT AND PAYMENT IMPROVEMENTS – PHASE 2 E. The number of connections to be paid for will be determined by the actual number of units installed and accepted but excluding all other separate bid items. 3.22 DIP COMPACT FITTINGS – Bid Item No. 27 A. The unit price bid for this item shall be full compensation for furnishing, installing and testing fittings, including restraint glands, bolts, nuts, gaskets, and all other appurtenances. Only fittings actually installed will be measured for payment by the ton, based on certified shipping weight slips supplied by the CONTRACTOR. B. This item does not include any fittings included in other bid items. 3.23 2” OFFSET AIR RELEASE VALVE WITH BOX – Bid Item No. 28 A. The Contract unit price for this item shall be full compensation for furnishing and installing two-inch offset air release valves (ARV) with utility box for water mains including all appurtenances and miscellaneous items of work required. B. The number of units to be paid for will be determined by the actual number of units installed and accepted. C. Refer to “Typical Water Main Air Release Valve Detail Alternate Offset Configuration” on Drawing D-2. 3.24 SINGLE WATER SERVICE FROM NEW WATER MAIN TO EXISTING METER – Bid Items No. 29, 30, 31, 32, 33, 34 and 35 A. The number of water services will be determined by the count of units installed and accepted as indicated on the plans. B. Payment for furnishing and installing water services will be made at the CONTRACTOR's unit price for each water service installed and accepted. The Contract Unit Price will include compensation for labor, material and equipment, required to install the new water service and connection from the proposed water main to the existing meter, all in accordance with the plans and specifications. Payment will also include full compensation for providing all excavation, backfilling, fittings, casing pipe, sodding and all other restoration required and other appurtenances necessary to have a complete and fully functional water service. All water services are to be bored under roadways. 3.25 WATER MAIN TESTING APPURTENANCES - Bid Items No. 36 and 37 A. Payment for this item will be made at the contract unit price per each sample point and/or fill and flush connection installed and accepted. Payment shall constitute full compensation for all necessary labor, equipment and materials required to complete the work as indicated on the plans, including filling, flushing, testing the line, and disinfecting the line. 3.26 REMOVE AND REINSTALL BRICK DRIVEWAYS - Bid Item No. 38 A. The quantity of brick paver driveway restoration shall be determined by measurement of the units installed and accepted. STATE ROAD A1A WATER MAIN 01025 -8 MEASUREMENT AND PAYMENT IMPROVEMENTS – PHASE 2 B. Payment for removal and reinstallation of brick paver units shall be made at the contract unit price per square foot of brick paver units reinstalled and accepted. The contract unit price shall include full compensation for all labor, materials, and equipment necessary to restore the existing brick paver driveways in accordance with the plans and specifications. Refer to Detail on Drawing D-3. 3.27 REMOVE AND REINSTALL STONE/MARBLE DRIVEWAYS - Bid Item No. 39 A. The quantity of stone/marble driveway restoration shall be determined by measurement of the units installed and accepted. B. Payment for removal and reinstallation of stone/marble units shall be made at the contract unit price per square foot of brick paver units reinstalled and accepted. The contract unit price shall include full compensation for all labor, materials, and equipment necessary to restore the existing stone/marble driveways in accordance with the plans and specifications. 3.28 REMOVE AND REPLACE ASPHALT DRIVEWAYS – Bid Item No. 40 A. The quantity of asphalt drive aprons shall be determined by measurement of the units installed and accepted. B. Payment for furnishing and installing asphalt drive aprons shall be made at the contract unit price per square foot of asphalt apron installed and accepted. The contract unit price shall include full compensation for all labor, materials, and equipment necessary to install the asphalt drive aprons in accordance with the plans and specifications. This pay item shall include asphalt and limerock base in accordance with the plans and specifications. 3.29 REMOVE AND REPLACE GRAVEL DRIVEWAYS – Bid Item No. 41 A. The quantity of gravel driveway restoration shall be determined by measurement of the units (per square foot) installed and accepted. B. Payment for furnishing and installing polished gravel driveways shall be made at the contract unit price per square foot of polished gravel installed and accepted. The contract unit price shall include full compensation for all labor, materials, and equipment necessary to install the polished gravel driveways in accordance with the plans and specifications. 3.30 OPEN CUT PAVEMENT TRENCH REPAIR - Bid Item No. 42 A. Measurement of this item shall be a count of the linear feet of length of pavement removed for installation of the proposed underground utilities. No measurement of width shall be made for this item. The contract unit price shall include all labor, materials, and equipment necessary to construct the trench repair in accordance with the plans and specifications. This pay item also includes providing a temporary asphalt concrete patch until replaced with permanent overlay. The trench repair along S.R. A1A shall follow FDOT requirements. B. Payment shall be made at the contract unit price for the length of asphalt pavement to be repaired in the section of road that will have utilities installed under pavement. C. FDOT requires the trench to be repaired by placing flowable fill (per FDOT Specifications No. 121) in the trench and providing FC-3 friction course asphalt (min. depth of 1 5/8"). STATE ROAD A1A WATER MAIN 01025 -9 MEASUREMENT AND PAYMENT IMPROVEMENTS – PHASE 2 Refer to "Trench Backfill and Pavement Restoration Detail State Roadway" on Drawing D- 3. 3.31 CLEARING AND GRUBBING – Bid Item No. 43 A. Payment for this item shall be made on a Lump Sum Basis. The CONTRACTOR's unit price shall include full compensation for all Clearing and Grubbing necessary within the road right of way, and any other required clearing and grubbing, except for any areas designated to be paid for separately or to be specifically included in the costs of other work under the Contract. B. The CONTRACTOR shall remove and dispose of all bushes, trees, stumps, roots, and other such protruding objects, structures, drainage structures, appurtenances, fences, existing pavement, sidewalks, asphalt drive aprons, concrete drive aprons, asphalt swale areas, or any other facilities to prepare the area within the Right-of Way for construction of the proposed improvements. C. This item shall include the removal and reinstallation of all mailboxes, irrigation piping, and irrigation heads, signage, fencing and other such appurtenances that conflict with the proposed improvements. 3.32 TREE PROTECTION – Bid Item No. 44 A. Payment for installation of tree protection shall be made on a Unit Price Basis per linear foot (LF). The CONTRACTOR's unit price shall include full compensation for installation of tree protection as indicated on the plans. B. The unit price bid per linear foot of tree protection shall include all labor, material, and equipment required to install tree protection in accordance with the drawings and specifications. If trees are damaged due to negligence of the CONTRACTOR, the CONTRACTOR shall be responsible for replacement of the tree at no additional cost to the OWNER. 3.33 REMOVE AND REINSTALL MAILBOX – Bid Item No. 45 A. Payment for removal and reinstallation of existing mailbox shall be made on a Unit Price Basis for Each (EA). The CONTRACTOR's unit price shall include full compensation for removing the existing mailbox and post and re-installation as indicated on the plans. B. The CONTRACTOR's unit price shall include compensation for labor, materials and equipment required to remove and re-install the mailbox and existing post, in accordance with the drawings and specifications. If the mailbox post and/or mailbox are damaged due to negligence of the CONTRACTOR, the CONTRACTOR shall be responsible for replacement of the mailbox post and mailbox at no additional cost to the OWNER. 3.34 RESTORE PAVEMENT MARKINGS AND SIGNAGE – Bid Item No. 46 A. The unit price bid per stop condition shall include all labor, material, and equipment required to restore pavement markings & signage in kind due to construction activities. All pavement marking shall be thermoplastic. The unit price shall include all materials, equipment, preparation, and other miscellaneous work required to complete the work in accordance with Florida Department of Transportation Section 711 and Town of Gulf Stream specification. STATE ROAD A1A WATER MAIN 01025 -10 MEASUREMENT AND PAYMENT IMPROVEMENTS – PHASE 2 3.35 REMOVE AND REPLACE TREES AND LANDSCAPING - Bid Item No. 47 A. Payment for this item shall be made on a Lump Sum Basis. The CONTRACTOR's unit price shall include full compensation for labor, materials and equipment for removing and replacing trees, landscaping & sod not included in other bid items. B. Watering of the trees, landscaping and sod is also included as part of this Pay Item. C. This Pay Item does not include replacement of existing sod which dies as a result of the CONTRACTOR not maintaining the existing irrigation. ALLOWANCES 3.36 UTILITY RELOCATION ALLOWANCE - Bid Item No. 48 A. Payment under this item shall be made as stipulated in Specification Section 01020 – Allowance. 3.37 IRRIGATION SYSTEM REPLACEMENT ALLOWANCE - Bid Item No. 49 A. Payment under this item shall be made as stipulated in Specification Section 01020 – Allowance. ALTERNATE BID ITEMS ALTERNATE A – Bid Item No. A-1 – A-29 A. Alternate A as indicated on the drawings C-9 to C-12 shall include all labor, material, and equipment required to construct the 8-inch water main, services, fire hydrants, valves, fittings, sample points etc. between the intersection of County Road and Sea Road to the City of Boynton Beach supply connection on Little Club Road. B. All bid items listed in the bid schedule under Alternate A shall follow the measurement and payment description for each respective item as listed under BASE BID and listed below. C. Deductions shall be provided for piping, fittings, valves, etc. not utilized at the intersection of County Road and Sea Road to perform the construction of Alternate A. 6” INSERTION VALVE W ITH BOX AND CONCRETE COLLAR – Bid Item A-18 A. Payment for furnishing and installing insertion valves of each size shall be made at the CONTRACTOR's unit price per valve and shall include all necessary labor and materials for furnishing and installing the valves and appurtenances as called for in the plans. This includes furnishing and installing concrete pads for water main valve boxes (as required) complete with identification disc. No payment shall be made under this item for valves required for wet taps, or fire hydrants. B. The number of insertion valves to be paid will be determined by the actual number of units installed and accepted. Payment shall include the cost of painting the valve box. STATE ROAD A1A WATER MAIN 01025 -11 MEASUREMENT AND PAYMENT IMPROVEMENTS – PHASE 2 CURB REPLACEMENT– Bid Item No. A-26 A. The quantity of curb replacement shall be determined by measurement of the units Linear Feet (LF) installed and accepted. B. Payment for replacing concrete curbs and gutters shall be made at the contract unit price per Linear Foot (LF) of each type concrete curb, including flared ends and transitions, drop curbs, formwork, rebar (as applicable) installed and accepted. The contract unit price shall include all labor, materials, equipment and testing necessary to prepare the sub-base and install the concrete curbs and/or gutter in accordance with the plans, specifications and per FDOT Index 300. C. Payment shall be made for concrete curb as indicated on the drawings. Concrete that is damaged incidental to the construction or concrete that is defective shall be replaced by the CONTRACTOR at no additional cost to the OWNER. ALTERNATE A and B – Bid Item No. B-1 – B-23 A. Alternate A and B as indicated on the drawings C-9 to C-15 shall include all labor, material, and equipment required to construct the 8-inch water main, services, fire hydrants, valves, fittings, sample points etc. between the intersection of County Road and Sea Road to the west end of Little Club Road. Backfill of over excavation shall be in accordance with Section 02220 – Trenching, Backfilling and Compacting. B. All bid items listed in the bid schedule under Alternate A and B shall follow the measurement and payment description for each respective item as listed under BASE BID and listed below. C. Deductions shall be provided for piping, fittings, valves, etc. not utilized at the intersection of County Road and Sea Road to perform the construction of Alternate A. D. Deductions shall be provided for piping, fittings, valves, etc. not utilized at the connection to the City of Boynton Beach supply connection on Little Club Road under Alternate A to perform the construction of Alternate B. END OF SECTION STATE ROAD A1A WATER MAIN 01041-1 PROJECT COORDINATION IMPROVEMENTS – PHASE 2 SECTION 01041 PROJECT COORDINATION PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. ENGINEER will coordinate the work between Contractors as required. B. CONTRACTOR shall: 1. Coordinate work of his [own] employees and Subcontractors. 2. Expedite his work to assure compliance with schedules. 3. Coordinate his work with that of the work by OWNER. 4. Comply with orders and instructions of ENGINEER. 1.02 RELATED REQUIREMENTS A. Section 01152: Application for Payment. B. Section 01200: Project Meetings. C. Section 01310: CPM Construction Schedule Requirement. D. Section 01340: Shop Drawings, Product Data and Samples. E. Section 01500: Construction Considerations. F. Section 01700: Contract Close out. 1.03 CONSTRUCTION ORGANIZATION AND START-UP A. ENGINEER shall establish on-site lines of authority and communications: 1. Schedule and conduct pre-construction meeting and progress meetings as specified in Section. 2. Establish procedures for [intra-project communications]: a. Submittals b. Reports and records c. Recommendations d. Coordination of drawings e. Schedules f. Resolution of conflicts STATE ROAD A1A WATER MAIN 01041-2 PROJECT COORDINATION IMPROVEMENTS – PHASE 2 3. Interpret Contract Documents: a. Transmit written interpretations to CONTRACTOR, and to other concerned parties. 4. Assist in obtaining permits and approvals: a. Verify that CONTRACTOR and Subcontractors have obtained inspections for Work and for temporary facilities. 5. Control the use of Site: a. Allocate space for CONTRACTOR's use for field offices, sheds, and work and storage areas. 6. Inspection and Testing: a. Inspect work to assure performance in accord with requirements of Contract Documents. b. Administer special testing and inspections of suspect Work. c. Reject Work which does not comply with requirements of Contract Documents. 1.04 CONTRACTOR'S DUTIES A. Construction Schedules: 1. Prepare a detailed schedule of basic operations. 2. Monitor schedules as work progresses: a. Identify potential variances between scheduled and probable completion dates or each phase. b. Recommend to OWNER adjustments in schedule to meet required completion dates. c. Document changes in schedule; submit to OWNER, ENGINEER and to involved Subcontractors. 3. Observe work of each Subcontractor to monitor compliance with schedule. a. Verify that labor and equipment are adequate for the work and the schedule. b. Verify that product procurement schedules are adequate. c. Verify that product deliveries are adequate to maintain schedule. d. Report noncompliance to ENGINEER, with recommendation for changes. B. Process Shop Drawings, Product Data and Samples: 1. Prior to submittal to ENGINEER, review for compliance with Contract Documents: a. Field dimensions and clearance dimensions. b. Relation to available space. c. Effect of any changes on the work of any Subcontractor. STATE ROAD A1A WATER MAIN 01041-3 PROJECT COORDINATION IMPROVEMENTS – PHASE 2 C. Maintain Reports and Records at Job Site, available to ENGINEER and OWNER. 1. Daily log of progress of work. 2. Records a. Contracts b. Purchase orders c. Materials and equipment records d. Applicable handbooks, codes and standards 3. Maintain file of record documents 1.05 CONTRACTOR'S CLOSE-OUT DUTIES A. At completion of Work, conduct an inspection to assure that: 1. Specified cleaning has been accomplished. 2. Temporary facilities have been removed from site. B. Substantial Completion: 1. Conduct an inspection to develop a list of Work to be completed or corrected. 2. Assist ENGINEER in inspection. 3. Supervise correction and completion of work of Subcontractors. 1.06 ENGINEER'S CLOSE-OUT DUTIES A. Final Completion: 1. When CONTRACTOR determines that Work is finally complete, conduct an inspection to verify completion of Work. B. Administration of Contract closeout: 1. Receive and review CONTRACTOR's final submittals. 2. Transmit to OWNER with recommendations for action. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION STATE ROAD A1A WATER MAIN 01045-1 CUTTING AND PATCHING IMPROVEMENTS – PHASE 2 SECTION 01045 CUTTING AND PATCHING PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. CONTRACTOR shall be responsible for all cutting, fitting and patching, including related excavation and backfill, required to complete the Work or to: 1. Make its several parts fit together properly. 2. Uncover portions of the Work to provide for installation of ill-timed work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to requirement of Contract Documents. 5. Remove samples of installed work as specified for testing. 6. Provide routine penetrations of non-structural surfaces for installation of piping and electrical conduit. 1.02 RELATED REQUIREMENTS A. Section 01010: Summary of Work. B. Section 01640: Products and Substitutions. C. Section 02220: Trenching, Backfilling and Compacting. D. Section 02661: Water Mains. 1.03 SUBMITTALS A. Submit a written request to ENGINEER well in advance of executing and cutting or alteration which affects: 1. Work of the OWNER or any separate CONTRACTOR. 2. Structural value or integrity of any element of the project. 3. Integrity or effectiveness of weather-exposed or moisture-resistant element or systems. 4. Efficiency, operational life, maintenance or safety of operational elements. 5. Visual qualities of sight-exposed elements. B. Request shall include: 1. Identification of the Project. STATE ROAD A1A WATER MAIN 01045-2 CUTTING AND PATCHING IMPROVEMENTS – PHASE 2 2. Description of affected work. 3. The necessity for cutting, alteration or excavation. 4. Effect on work of OWNER or any separate CONTRACTOR, or on structural or weatherproof integrity of Project. 5. Description of proposed work: a. Scope of cutting, patching, alteration, or excavation. b. Trades who will execute the work. c. Products proposed to be used. d. Extent of refinishing to be done. 6. Alternative to cutting and patching. 7. Cost proposal, when applicable. 8. Written permission of any separate CONTRACTOR whose work will be affected. C. Should conditions of Work or the schedule indicate a change of products from original installation, CONTRACTOR shall submit request for substitution as specified in Section 01640 – Products and Substitutions. D. Submit written notice to ENGINEER designating the date and the time the Work will be uncovered. PART 2 - PRODUCTS 2.01 MATERIALS A. Comply with specifications and standards for each specific product involved. PART 3 - EXECUTION 3.01 INSPECTION A. Inspect existing conditions of Project, including elements subject to damage or to movement during cutting and patching. B. After uncovering work, inspect conditions affecting installation of Products, or performance of work. C. Report unsatisfactory or questionable conditions to ENGINEER in writing; do not proceed with work until ENGINEER has provided further instructions. 3.02 PREPARATION A. Provide adequate temporary support as necessary to assure structural value or integrity of affected portion of work. STATE ROAD A1A WATER MAIN 01045-3 CUTTING AND PATCHING IMPROVEMENTS – PHASE 2 B. Provide devices and methods to protect other portions of Project from damage. C. Provide protection from elements for that portion of the Project which may be exposed by cutting and patching work, and maintain excavations free from water. 3.03 PERFORMANCE A. Execute cutting and demolition by methods which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs. B. Execute excavating and backfilling by methods which will prevent settlement or damage to other work. C. Employ original Installer or Fabricator to perform cutting and patching for: 1. Weather-exposed or moisture-resistant elements. 2. Sight-exposed finished surfaces. D. Execute fittings and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances and finishes. E. Restore work which has been cut or removed; install new products to provide completed work in accord with requirements of Contract documents. F. Fit work airtight to pipes, sleeves, ducts, conduit or other penetrations through surfaces. G. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes; 1. For continuous surfaces, refinish to nearest intersection. 2. For an assembly, refinish entire unit. END OF SECTION STATE ROAD A1A WATER MAIN 01050-1 FIELD ENGINEERING IMPROVEMENTS – PHASE 2 SECTION 01050 FIELD ENGINEERING PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Provide and pay for field engineering services required for Project. 1. Survey work required in execution of Project. 2. Civil, structural or other professional engineering services specified, or required to execute CONTRACTOR's construction methods. B. OWNER's Representative will identify existing control points indicated on the Drawings, as required. 1.02 RELATED REQUIREMENTS A. Conditions of the Contract. B. Section 01010: Summary of Work. C. Section 01700: Contract Closeout. 1.03 QUALIFICATIONS OF SURVEYOR OR ENGINEER A. Qualified engineer or land surveyor, registered in the State of Florida. 1.04 SURVEY REFERENCE POINTS A. Existing basic horizontal and vertical control points for the Project are those designated on Drawings. B. Locate and protect control points prior to starting site work, and preserve all permanent reference points during construction. 1. Make no changes or relocations without prior written notice to ENGINEER. 2. Report to ENGINEER when any reference point is lost or destroyed, or requires relocation because of necessary changes in grades or locations. 3. Require surveyor to replace project control points which may be lost or destroyed. a. Establish replacements based on original survey control. 1.05 PROJECT SURVEY REQUIREMENTS A. Establish lines and levels, locate and lay out, by instrumentation and similar appropriate means: STATE ROAD A1A WATER MAIN 01050-2 FIELD ENGINEERING IMPROVEMENTS – PHASE 2 1. Site improvements a. Stakes for grading, fill and topsoil placement. b. Utility slopes and invert elevations. 2. Batter boards for structures. 3. Building foundation, column locations and floor levels. 4. Controlling lines and levels required for mechanical and electrical trades. B. From time to time, verify layouts by same methods. C. Locate and mark all known underground utilities prior to entrance of any equipment on the site. All such utilities shall be protected from heavy traffic. Establish and maintain barricades around all manholes, drains, and similar underground items. Immediately notify the OWNER of any conflict between operations and any in ground item to remain. D. Reestablish permanent control points. 1.06 RECORDS A. Maintain a complete, accurate log of all control and survey work as it progresses. 1.07 SUBMITTALS A. Submit name and address of registered surveyor and Professional Engineer to ENGINEER. B. On request of ENGINEER, submit documentation to verify accuracy of field engineering work. C. Submit certificate signed by registered engineer or surveyor certifying that elevations and locations of improvements are in conformance, or non-conformance, with Contract Documents. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION STATE ROAD A1A WATER MAIN 01090-1 REFERENCE STANDARDS IMPROVEMENTS – PHASE 2 SECTION 01090 REFERENCE STANDARDS PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Abbreviation and acronyms used in Contract Documents to identify reference standards. 1.02 QUALITY ASSURANCE A. Application: When a standard is specified by reference, comply with requirements and recommendations stated in that standard, except when requirements are modified by the Contract Documents, or applicable codes establish stricter standards. B. Publication Date: The publication in effect on the date of issue of Contract Documents, except when a specific publication date is specified. 1.03 ABBREVIATIONS, NAMES, AND ADDRESSES OR ORGANIZATIONS A. Obtain copies of referenced standards direct from publication source, when needed for proper performance of Work, or when required for submittal by Contract Documents. AA Aluminum Association 818 Connecticut Avenue, N.W. Washington, DC 20006 AABC Associated Air Balance Council 1000 Vermont Avenue, N.W. Washington, DC 20005 AASHTO American Association of State Highway & Transportation Officials 444 North Capitol Street, N.W. Washington, DC 20001 ACI American Concrete Institute Box 19150 Redford Station Detroit, MI 48219 ADC Air Diffusion Council 435 North Michigan Avenue Chicago, IL 60611 AI Asphalt Institute Asphalt Institute Building College Park, MD 20740 STATE ROAD A1A WATER MAIN 01090-2 REFERENCE STANDARDS IMPROVEMENTS – PHASE 2 AISC American Institute of Steel Construction 1221 Avenue of the Americas New York, NY 10020 AISI American Iron and Steel Institute 1000 16th Street, N.W. Washington, DC 20036 AMCA Air Movement and Control Association 30 West University Drive Arlington Heights, Il 60004 ANSI American National Standards Institute 1430 Broadway New York, NY 10018 ARI Air-Conditioning and Refrigeration Institute 1815 North Fort Myer Drive Arlington, VA 22209 ASHRAE American Society of Heating, Refrigerating & Conditioning Engineers 345 East 47th Street New York, NY 10017 ASME American Society of Mechanical Engineers 345 East 47th Street New York, NY 10017 ASPA American Sod Producers Association Association Building Ninth and Minnesota Hastings, NE 68901 ASTM American Society of Testing & Materials 1916 Race Street Philadelphia, PA 19103 AWWA American Water Works Association 6666 W. Quincy Avenue Denver, CO 80235 AWI Architectural Woodwork Institute 2310 South Walter Reed Drive Arlington, VA 22206 AWPA American Wood-Preserver's Association 7735 Old Georgetown Road Bethesda, MD 20014 AWS American Welding Society 2501 NW 7th Street Miami, FL 33125 STATE ROAD A1A WATER MAIN 01090-3 REFERENCE STANDARDS IMPROVEMENTS – PHASE 2 CDA Cooper Development Association 57th Floor, Chrysler Building 405 Lexington Avenue New York, NY 10017 CLFMI Chain Link Fence Manufacturers Institute 1101 Connecticut Avenue Washington, DC 20036 CRSI Concrete Reinforcing Steel Institute 180 North LaSalle Street, Suite 2110 Chicago, IL 60601 MF Factory Mutual System 1151 Boston Providence Turnpike Norwood, MA 02062 FS Federal Specification General Services Administration Specifications and Consumer Information Distribution Section (WFSIS) Washington Navy Yard, Bldg. 197 Washington, DC 20407 GA Gypsum Association 1603 Orrington Avenue Evanston, IL 60201 MIL Military Specification Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 MLSFA Metal Lath/Steel Framing Association 221 North LaSalle Street Chicago, IL 60601 NAAMM National Association of Architectural Metal Manufacturers 221 North LaSalle Street Chicago, IL 60601 NEBB National Environmental Balancing Bureau 8224 Old Courthouse Road Vienna, VA 22180 NEMA National Electrical Manufacturer's Association 2101 L Street, N.W. Washington, DC 20037 NFPA National Fire Protection Association 470 Atlantic Avenu Boston, MA 02210 NFPA National Forest Products Association 1619 Massachusetts Avenue, N.W. Washington, DC 20036 STATE ROAD A1A WATER MAIN 01090-4 REFERENCE STANDARDS IMPROVEMENTS – PHASE 2 NTMA National Terrazzo and Mosaic Association 3166 Des Plains Avenue Des Plains, Il 60018 PCA Portland Cement Association 5420 Old Orchard Road Skokie, IL 20076 PCI Prestressed Concrete Institute 20 North Wacker Drive Chicago, IL 60606 PS Product Standard U.S. Department of Commerce Washington, DC 20203 RCSHSB Red Cedar Shingle & Handsplit Shake Bureau 515 116th Avenue Bellevue, WA 98004 SDI Steel Deck Institute Box 3812 St. Louis, MO 63122 SDI Steel Door Institute 712 Lakewood Center North Cleveland, OH 44107 SIGMA Sealed Insulating Glass Manufacturers Association 111 East Wacker Drive Chicago, IL 60601 SJI Steel Joist Institute 1703 Parham Road, Suite 204 Richmond, VA 23229 SMACNA Sheet Metal and Air Conditioning Contractors' National Association 8224 Old Court House Road Vienna, VA 22180 TAS Technical Aid Series Construction Specifications Institute 1150 Seventeenth Street, N.W. Washington, DC 20036 TCA Tile Council of America, Inc. Box 326 Princeton, NJ 08540 UL Underwriter's Laboratories, Inc. 333 Pfingston Road Northbrook, Il 60062 STATE ROAD A1A WATER MAIN 01090-5 REFERENCE STANDARDS IMPROVEMENTS – PHASE 2 PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION STATE ROAD A1A WATER MAIN 01152-1 APPLICATION FOR PAYMENT IMPROVEMENTS – PHASE 2 SECTION 01152 APPLICATION FOR PAYMENT PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Submit Applications for Payment to ENGINEER in accordance with the schedule established by Conditions of the Contract and herein. 1.02 RELATED REQUIREMENTS A. Agreement Between OWNER and CONTRACTOR: Lump Sum and Unit Price. B. Conditions of the Contract: Progress Payments, Retainage and Final Payment. C. Section 01020: Allowances. D. Section 01153: Change Order Procedures. E. Section 01370: Schedule of Values. F. Section 01700: Contract Closeout. 1.03 FORMAT AND DATA REQUIRED A. Submit applications in the form required by OWNER, with itemized data typed on 8-1/2 inch x 11 inch white paper continuation sheets. B. Provide itemized data on continuation sheet: C. Format, schedules, line items and values: Those of the Schedule of Values accepted by ENGINEER. 1.04 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application Form: 1. Fill in required information, including that for Change Orders executed prior to date of submittal of application. 2. Fill in summary of dollar values to agree with respective totals indicated on continuation sheets. 3. Execute certification with signature of a responsible officer of Contract firm. B. Continuation Sheets: 1. Fill in total list of all scheduled component items of Work, with item number and scheduled dollar value for each item. STATE ROAD A1A WATER MAIN 01152-2 APPLICATION FOR PAYMENT IMPROVEMENTS – PHASE 2 2. Fill in dollar value in each column for each scheduled line item when work has been preformed or products stored. a. Round off values to nearest dollar, or as specified for Schedule of Values. 3. List each Change Order executed prior to date of submission at the end of the continuation sheets. a. List by Change Order Number, and description, as for an original component item of work. 1.05 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS A. When the OWNER or the ENGINEER requires substantiating data, CONTRACTOR shall submit suitable information, with a cover letter identifying: 1. Project 2. Application number and date. 3. Detailed list of enclosures. 4. For stored products: a. Item number and identification as shown on application. b. Description of specific material. B. Submit one copy of data and cover letter for each copy of application. 1.06 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in Application form as specified for progress payments. B. Use continuation sheet for presenting the final statement of accounting as specified in Section 01700 - Contract Closeout. 1.07 SUBMITTAL PROCEDURE A. Submit Applications for Payment to ENGINEER at the times stipulated. B. Number: Four (4) copies of Application. C. When ENGINEER finds Application properly completed and correct, he will transmit certificate for payment to OWNER, with copy to CONTRACTOR. PART 2 - PRODUCTS Not used. STATE ROAD A1A WATER MAIN 01152-3 APPLICATION FOR PAYMENT IMPROVEMENTS – PHASE 2 PART 3 - EXECUTION Not used. END OF SECTION STATE ROAD A1A WATER MAIN 01153-1 CHANGE ORDER PROCEDURES IMPROVEMENTS – PHASE 2 SECTION 01153 CHANGE ORDER PROCEDURES PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Promptly implement change order procedures. 1. Provide full written data required to evaluate changes. 2. Maintain detailed records of work done on time and material/force account basis. 3. Provide full documentation to ENGINEER on request. B. Designate in writing the member of CONTRACTOR's organization: 1. Who is authorized to accept changes in the Work. 2. Who is responsible for informing others in the CONTRACTOR's employ of the authorization of changes in the Work. C. OWNER will designate in writing the person who is authorized to execute Change Orders. 1.02 RELATED REQUIREMENTS A. Agreement: The amounts of established unit prices. B. General conditions and Supplementary Conditions. C. Conditions of the Contract: 1. Methods of determining cost or credit to OWNER resulting from changes in Work made on a time and material basis. 2. CONTRACTOR's claims for the additional cost. D. Section 01020: Allowances. E. Section 01152: Application for Payment. F. Section 01310: CPM Construction Schedule Requirements. G. Section 01370: Schedule of Values. H. Section 01640: Products and Substitutions. I. Section 01700: Contract Closeout. STATE ROAD A1A WATER MAIN 01153-2 CHANGE ORDER PROCEDURES IMPROVEMENTS – PHASE 2 1.03 DEFINITIONS A. Change Order: See General Conditions and Supplementary Conditions. B. Construction Change Authorization: A written order to the CONTRACTOR, signed by OWNER and ENGINEER, which amends the Contract Documents as described, and authorizes CONTRACTOR to proceed with a change which affects the Contract Sum or the Contract Time, for inclusion in a subsequent Change Order. C. Field Order: A written order, instructions, or interpretations, signed by ENGINEER making minor changes in the Work not involving a change in Contract Sum or Contract Time. 1.04 PRELIMINARY PROCEDURES A. OWNER or ENGINEER may initiate changes by submitting a Proposal Request to CONTRACTOR. Request will include: 1. Detailed description of the Change, products, and location of the change in the Project. 2. Supplementary or revised Drawings and Specifications. 3. The projected time span for making the change, and a specific statement as to whether overtime work is, or is not, authorized. 4. A specific period of time during which the requested price will be considered valid. 5. Such request is for information only, and is not an instruction to execute the changes, nor to stop Work in progress. B. CONTRACTOR may initiate changes by submitting a written notice to ENGINEER, containing: 1. Description of the proposed changes. 2. Statement of the reason for making the changes. 3. Statement of the effect on the Contract Sum and the Contract Time. 4. Statement of the effect on the work of separate contractors. 5. Documentation supporting any change in Contract Sum or Contract Time, as appropriate. 1.05 CONSTRUCTION-CHANGE AUTHORIZATION A. In lieu of Proposal Request, ENGINEER may issue a construction change authorization for CONTRACTOR to proceed with a change for subsequent inclusion in a Change Order. B. Authorization will describe changes in the Work, both additions and deletions, with attachments of revised Contract Documents to define details of the change, and will designate the method of determining any change in the Contract Sum and any change in Contract Time. STATE ROAD A1A WATER MAIN 01153-3 CHANGE ORDER PROCEDURES IMPROVEMENTS – PHASE 2 C. OWNER and ENGINEER will sign and date the Construction Change Authorization as authorization for the CONTRACTOR to proceed with the changes. D. CONTRACTOR shall sign and date the Construction Change Authorization to indicate agreement with the terms therein. 1.06 DOCUMENTATION OF PROPOSALS AND CLAIMS A. Support each quotation for a lump-sum proposal, and for each unit price which has not previously been established, with sufficient substantiating data to allow ENGINEER to evaluate the quotation. B. On request provide additional data to support time and cost computations: 1. Labor required. 2. Equipment required. 3. Products required. a. Recommended sources of purchase and unit cost. b. Quantities required. 4. Taxes, insurance and bonds. 5. Credit for work deleted from Contract, similarly documented. 6. Overhead and profit. 7. Justification for any change in Contract Time. C. Support each claim for additional costs, and for work done on a time-and-material/force account basis, with documentation as required for a lump-sum proposal, plus additional information: 1. Name of OWNER's authorized agent who ordered the work, and date of the order. 2. Dates and times work was performed, and by whom. 3. Time record, summary of hours worked, and hourly rates paid. 4. Receipts and invoices for: a. Equipment used, listing dates and times of use. b. Products used, listing of quantities. c. Subcontractors. D. Document requests for substitutions for Products as specified in Section 01630. 1.07 PREPARATION OF CHANGE ORDERS A. ENGINEER will prepare each Change Order. B. OWNER's Form, per example provided by the ENGINEER. STATE ROAD A1A WATER MAIN 01153-4 CHANGE ORDER PROCEDURES IMPROVEMENTS – PHASE 2 C. Change Order will describe changes in the Work, both additions and deletions, with attachments of revised Contract Documents to define details of the change. D. Change Order will provide an accounting of the adjustment in the Contract Sum and in the Contact Time. 1.08 LUMP-SUM/FIXED PRICE CHANGE ORDER A. Content of Change Orders will be based on, either; 1. ENGINEER's Proposal Request and CONTRACTOR's responsive Proposal as mutually agreed between OWNER and CONTRACTOR. 2. CONTRACTOR's Proposal for a change, as recommended by ENGINEER. B. OWNER and ENGINEER will sign and date the Change Order as authorization for the CONTRACTOR to proceed with the changes. C. CONTRACTOR shall sign and date the Change Order to indicate agreement with the terms therein. 1.09 UNIT PRICE CHANGE ORDER A. Content of Change Orders will be based on, either: 1. ENGINEER's definition of the scope of the required changes. 2. CONTRACTOR's Proposal for a change, as recommended by ENGINEER. 3. Survey of completed work. B. The amounts of the unit prices to be: 1. Those stated in the Agreement. 2. Those mutually agreed upon between OWNER and CONTRACTOR. C. When quantities of each of the items affected by the Change Order can be determined prior to start of the work: 1. OWNER and ENGINEER will sign and date the Change Order as authorization for CONTRACTOR to proceed with the changes. 2. CONTRACTOR shall sign and date the Change Order to indicate agreement with the terms herein. D. When quantities of the items cannot be determined prior to start of the work: 1. ENGINEER or OWNER will issue a construction change authorization directing CONTRACTOR to proceed with the change on the basis of unit prices, and will cite the applicable unit prices. 2. At completion of the change, ENGINEER will determine the cost of such work based on the unit process and quantities used. a. CONTRACTOR shall submit documentation to establish the number of units of each item and any claims for a change in Contract Time. STATE ROAD A1A WATER MAIN 01153-5 CHANGE ORDER PROCEDURES IMPROVEMENTS – PHASE 2 3. ENGINEER will sign and date the Change Order to establish the change in Contract Sum and in Contract Time. 4. OWNER and CONTRACTOR will sign and date the Change Order to indicate their agreement with the terms therein. 1.10 TIME AND MATERIAL/FORCE ACCOUNT CHANGE ORDER/ CONSTRUCTION CHANGE AUTHORIZATION A. ENGINEER and OWNER will issue a Construction Change Authorization directing CONTRACTOR to proceed with the changes. B. At completion of the change, CONTRACTOR shall submit itemized accounting and supporting data as provided in the Article "Documentation of Proposals and Claims" of this Section. C. ENGINEER will determine the allowable cost for such work, as provided in General Conditions and Supplementary Conditions. D. ENGINEER will sign and date the Change Order to establish the change in Contract Sum and in Contract Time. E. OWNER and CONTRACTOR will sign and date the Change Order to indicate their agreement therewith. 1.11 CORRELATION WITH CONTRACTOR'S SUBMITTALS A. Periodically revise Schedule of Values and Request for Payment forms to record each change as a separate item of Work, and to record the adjusted Contract sum. B. Periodically revise the Construction Schedule to reflect each change in Contract Time. 1. Revise subschedules to show changes for other items of work affected by the changes. C. Upon completion of work under a Change Order, enter pertinent changes in Record Documents. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION STATE ROAD A1A WATER MAIN 01200-1 PROJECT MEETINGS IMPROVEMENTS – PHASE 2 SECTION 01200 PROJECT MEETINGS PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. OWNER shall schedule and administer preconstruction meeting, periodic progress meetings, and specially called meetings throughout progress of the Work. 1. Prepare agenda for meetings. 2. Distribute written notice of each meeting four days in advance of meeting date. 3. Make physical arrangements for meetings. 4. Preside at meetings. 5. Record the minutes; include significant proceedings and decisions. 6. Reproduce and distribute copies of minutes within three days after each meeting. a. To participants in the meeting. b. To parties affected by decisions made at the meeting. B. Representatives of contractors, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 1.02 RELATED REQUIREMENTS A. Instructions to Bidders: Pre-Bid Conferences. B. Section 01340: Shop Drawings, Product Data and Samples. C. Section 01700: Contract Closeout. 1.03 PRE-CONSTRUCTION MEETING A. Schedule within 20 days after effective date of the agreement. B. Location: A central site, convenient for all parties, designated by the OWNER. C. Attendance: 1. OWNER's Representative. 2. ENGINEER and his professional consultants. 3. Resident Project Representative. 4. CONTRACTOR's Superintendent. STATE ROAD A1A WATER MAIN 01200-2 PROJECT MEETINGS IMPROVEMENTS – PHASE 2 5. Major Subcontractors. 6. Others as Appropriate and approved by the OWNER. D. Suggested Agenda: 1. Distribution and discussion of: a. List of major subcontractors and suppliers. b. Projected Construction Schedules. 2. Critical work sequencing. 3. Major equipment deliveries and priorities. 4. Project Coordination. a. Designation of responsible personnel. 5. Procedures and processing of: a. Field decisions. b. Proposal requests. c. Submittals. d. Change Orders. e. Applications for Payment. 6. Adequacy for distribution of Contract Documents. 7. Procedures for maintaining Record Documents. 8. Use of premises. a. Office, work and storage areas. b. OWNER's requirements. 9. Construction facilities, controls and construction aids. 10. Temporary utilities. 11. Safety and first-aid procedures. 12. Security procedures. 13. Housekeeping procedures. 14. Miscellaneous. 1.04 PROGRESS MEETINGS A. Schedule regular periodic meetings, as required. B. Hold called meetings as required by progress of the Work. C. Location of the meetings: Project field office of the CONTRACTOR or other site directed by the ENGINEER. STATE ROAD A1A WATER MAIN 01200-3 PROJECT MEETINGS IMPROVEMENTS – PHASE 2 D. Attendance: 1. ENGINEER, and his professional consultants as needed. 2. Subcontractors as appropriate to the agenda. 3. Suppliers as appropriate to the agenda. 4. Others. E. Suggested Agenda: 1. Review, approval of minutes of previous meeting. 2. Review of Work progress since previous meeting. 3. Field observations, problems, conflicts. 4. Problems which impede Construction Schedule. 5. Review of off-site fabrication, delivery schedules. 6. Corrective measures and procedures to regain projected schedule. 7. Revisions to Construction Schedule. 8. Progress, schedule, during succeeding work period. 9. Coordination of schedules. 10. Review of submittal schedules; expedite as required. 11. Maintenance of quality standards. 12. Pending changes and substitutions. 13. Review proposed changes for: a. Effect on Construction Schedule and on completion date. b. Effect on other contracts relating to the project. 14. Review of record drawings. 15. Other business. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION STATE ROAD A1A WATER MAIN 01300 - 1 SUBMITTALS IMPROVEMENTS – PHASE 2 SECTION 01300 SUBMITTALS PART 1 - GENERAL 1.01 WORK INCLUDED A. This section covers the work required to prepare and submit construction progress schedules, proposed products list, shop drawings, product data, samples, manufacturers' instructions and manufacturers; certificates, complete, all in accordance with the Contract Documents. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. GENERAL CONDITIONS B. Special Conditions. C. Section 01700 – Project Closeout. D. Section 01720 – Project Record Documents. E. Individual Specification Sections: Additional specific requirements for submitted data. 1.03 SUBMITTAL PROCEDURES A. Transmit each submittal with ENGINEER accepted form. B. Sequentially number the transmittal forms. Resubmittals to have original number with an alphabetic suffix. C. Identify Project, CONTRACTOR, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. D. Drawings and schedules shall be checked and coordinated with the work of all trades involved, before they are submitted for review by the ENGINEER and shall bear the CONTRACTOR's stamp of approval as evidence of such checking and coordination. Drawings or schedules submitted without this stamp of approval shall be returned to the CONTRACTOR for resubmission. E. Schedule submittals to expedite the Project, and deliver to ENGINEER at Baxter & Woodman, 477 S. Rosemary Ave., Suite 330, West Palm Beach, FL 33401 and allow 7- 14 working days for review. F. If drawings show variations from Contract requirements because of standard shop practice or for other reasons, describe such variations in the letter of transmittal. If acceptable, proper adjustment in the Contract shall be implemented where appropriate. Failure to describe such variations does not relieve the CONTRACTOR of the responsibility for executing the work in accordance with the Contract, even though such drawings have been reviewed. STATE ROAD A1A WATER MAIN 01300 - 2 SUBMITTALS IMPROVEMENTS – PHASE 2 G. Each Shop Drawing shall have a blank area 3-1/2 inches by 3-1/2 inches, located adjacent to the title block. The title block shall display the following: 1. Number and title of drawing. 2. Date of drawing or revision. 3. Name of project building or facility. 4. Name of CONTRACTOR and subcontractor submitting drawing. 5. Clear identification of contents and location of the work. 6. Specification title and number. 7. Specification Section. 8. Applicable Drawing Number. H. Revise and resubmit submittals as required; identify all changes made since previous submittal. I. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. J. Requirements in this Section are in addition to any specific requirements for submittals specified in other Divisions and Sections of these Contract Documents. 1.04 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in triplicate within 15 days after date established in the Notice to Proceed for ENGINEER review. B. Revise and resubmit as required. C. Submit revised schedules with each Application for Payment, identifying changes since previous version. D. Submit computer generated network analysis diagram using the critical path method, generally as outlined in Associated General Contractors of America (AGC) publication "The Use of CPM in Construction – A Manual for General Contractors and the Construction Industry". E. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. F. Indicate estimated percentage of completion for each item of Work at each submission. G. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates, including those furnished by OWNER and under Allowances. 1.05 PROPOSED PRODUCTS LIST A. Within 30 days after date established in the Notice to Proceed, submit a complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. STATE ROAD A1A WATER MAIN 01300 - 3 SUBMITTALS IMPROVEMENTS – PHASE 2 1.06 SHOP DRAWINGS A. Submit the number of opaque reproductions which CONTRACTOR requires, plus three copies, which will be retained by ENGINEER (maximum of eight). B. After review, distribute in accordance with Article on Procedures above and for Record Documents described in Section 01720 – Project Record Documents. C. When used in the Contract Documents, the term "Shop Drawings" shall be considered to mean, in addition to the definition in Section 00700 – GENERAL CONDITIONS, CONTRACTOR's drawing plans for material and equipment which become an integral part of the Project. These drawings shall be complete and detailed. Shop Drawings shall consist of fabrication, erection and setting drawings and schedule drawings, manufacturer's scale drawings, and wiring and control diagrams. Cuts, catalogs, pamphlets, descriptive literature, and performance and test data, shall be considered only as supportive to required Shop Drawings as defined above. D. Data on materials and equipment include, without limitation, materials and equipment lists, catalog data sheets, cuts, performance curves, diagrams, materials of construction and similar descriptive material. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size finish and all other pertinent data. E. For all mechanical and electrical equipment furnished, provide a list including the equipment name, address, telephone number of the manufacturer's representative and service company so that service and/or spare parts can be readily obtained. F. All manufacturers or equipment suppliers who proposed to furnish equipment or products shall submit an installation list to the ENGINEER along with the required shop drawings. The installation list shall include at least five installations where identical equipment has been installed and has been in operation for a period of at least one (1) year. G. Only the ENGINEER will utilize the color "red" in marking Shop Drawing submittals. The CONTRACTOR shall utilize the color “green”. H. After two (2) reviews of the same shop drawing, the CONTRACTOR shall be subject to reimbursement of Engineering Fees for additional review time. 1.07 PRODUCT DATA A. Submit eight (8) copies of each shop drawing submittal. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturer's standard data to provide information unique to this Project. C. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01720 - Project Record Documents. 1.08 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. STATE ROAD A1A WATER MAIN 01300 - 4 SUBMITTALS IMPROVEMENTS – PHASE 2 B. Submit samples of finishes in custom colors selected, textures, and patterns for ENGINEER's selection. C. Include identification on each sample, with full Project information. D. Submit the number or samples specified in individual specification Section; one of which will be retained by ENGINEER. E. Samples not destroyed in testing shall be sent to the ENGINEER or stored at the site of the work. Accepted samples of the hardware in good condition will be marked for identification and may be used in the work. Materials and equipment incorporated in the work shall match the accepted samples. Samples which failed testing or are not accepted will be returned to the CONTRACTOR at his expense, if so requested at time of submission. 1.09 MANUFACTURE'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturer's instructions and Contract Documents. 1.10 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturer's certificate to ENGINEER for review, in quantities specified for Product Data. B. Indicate material or Product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to ENGINEER. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION STATE ROAD A1A WATER MAIN 01310 - 1 CPM CONSTRUCTION IMPROVEMENTS – PHASE 2 SCHEDULE REQUIREMENTS SECTION 01310 CPM CONSTRUCTION SCHEDULE REQUIREMENTS PART 1 - GENERAL 1.01 GENERAL A. This section covers the requirements for submittal of a critical path method (CPM) construction schedule and an associated schedule of values. B. Development of the schedule, the cost loading of the schedule, monthly payment requisitions, and project status reporting requirements of the contract shall employ computerized CPM scheduling. The CPM schedule shall be cost loaded based on the schedule of values or unit bid prices or combination thereof. 1.02 INITIAL SCHEDULE SUBMITTALS A. Submit two short-term schedule documents at the preconstruction conference and as described in the subsection on "Submittals" which shall serve as the CONTRACTOR's plan of operation for the initial 60-day period of the contract time and to identify the manner in which the CONTRACTOR intends to complete all work within the contract time. Submit (1) a 60-day narrative plan of operation, describing in detail narrative how contract operations will be conducted, and (2) a project overview bar-chart type plan for all work as indicated below. 1. 60-Day Narrative Plan of Operation: During the initial 60 days of the contract time, conduct contract operations in accordance with the 60-day detail narrative and bar chart plan of operation. The bar chart shall show the accomplishment of the CONTRACTOR's early activities (mobilization items, permits, submittals necessary for early material and equipment procurement, submittals necessary for long lead equipment procurement, CPM submittals, initial site work, and other submittals and activities required in the first 60 days). 2. Comprehensive Project Overview Bar Chart: The comprehensive overview bar chart shall indicate the major components of the project work and the sequence relations between major components and subdivisions of major components. The overview bar chart shall indicate the relationships and time frames in which the various components of the work will be substantially complete and placed into service in order to meet the project milestones. Sufficient detail shall be included for the identification of subdivisions of major components into such activities as potholing, excavation, bedding and pipe installation, backfilling, surface restoration, tunneling, structures, relocations, improvements, and other important work for each major facility within the overall project scope. Indicate planned durations and start dates for each work item subdivision. Plot each major component and subdivision component on time scale sheets not to exceed 24 inches by 36 inches in size. Do not use more than four sheets to represent this overview information. B. The OWNER and the CONTRACTOR shall meet to review and discuss the narrative 60- day plan of operations and project overview bar chart within 5 days after they have been submitted to the OWNER. The OWNER's review and comment on the schedules shall be limited to contract conformance (with the sequencing and interim duration requirements). Make corrections to the schedules necessary to comply with the contract requirements, STATE ROAD A1A WATER MAIN 01310 - 2 CPM CONSTRUCTION IMPROVEMENTS – PHASE 2 SCHEDULE REQUIREMENTS and adjust the schedules to incorporate any missing information requested by the OWNER. C. Satisfactory incorporation of the OWNER's comments shall be a condition for progress payments. 1.03 CPM PROGRAM A. Use Microsoft Project, or an equivalent computer software for the CPM schedule, as approved by the OWNER. If software other than one of the programs named above is used, provide licensed copy and training to OWNER. 1.04 SUBMITTALS A. Within three calendar days of the Notice to Proceed, submit a written statement of CPM capability, verifying that the CONTRACTOR has qualified in-house personnel capable of using the CPM technique or that the CONTRACTOR employs a qualified CPM consultant. The statement shall identify the individuals who will perform the CPM scheduling and provide those individuals' detailed resumes. Capability shall be verified by detailed description of construction projects and references on which the individuals have successfully applied computerized CPM and shall include at least three projects of similar nature, scope, and value not less than one-half the total bid price of this project. The statement shall also provide the contact persons for the referenced projects with current telephone and address information. B. Submit an initial schedule within ten days of the date of Notice to Proceed. If revisions are required to this initially submitted schedule, resubmit a revised schedule within five calendar days after the CONTRACTOR receives the returned copy. C. Submit graphic network diagram and tabulated schedules within 30 days of the Notice to Proceed. D. Within 10 days after the conclusion of OWNER's review, revise the network diagram and resubmit the network diagram and a tabulated schedule produced therefrom. The revised network diagram and tabulated schedule will be reviewed and accepted or rejected by OWNER within 15 days after receipt. The network diagram and tabulated schedule when accepted by OWNER shall constitute the project work schedule unless a revised schedule is required due to substantial changes in the work or a change in contract time, delinquency by CONTRACTOR requiring a recovery schedule, or as otherwise provided herein below. Activities not occurring as scheduled are delinquent if they begin after early start or they finish after early finish. E. Submit a copy of the schedule, clearly showing progress made and actual "S" curves, on a monthly basis along with the Application for Payment. F. Schedule submittals to the OWNER shall include eight hard copies and one electronic copy of a CPM-type construction schedule, generally as outlined in the Associated General CONTRACTORs publication The Use of CPM in Construction. G. Submit a preliminary schedule of values for the major components of the work within three days of the Notice to Proceed. H. Prepare and submit a detailed schedule of values to the OWNER within 30 days from the date of Notice to Proceed. STATE ROAD A1A WATER MAIN 01310 - 3 CPM CONSTRUCTION IMPROVEMENTS – PHASE 2 SCHEDULE REQUIREMENTS 1.05 PROJECT INFORMATION A. Each network diagram and report tabulation shall be prefaced with the following summary data: 1. Project name. 2. CONTRACTOR. 3. Type of tabulation (initial or updated). 4. Project duration. 5. Project contract completion date. 6. Projected completion date. 7. Variance analysis per activity. 1.06 GRAPHIC NETWORK DIAGRAM AND TABULATED SCHEDULES A. The completed schedule shall include a graphic network and tabulated schedules with the graphic network displayed on a sheet with a minimum size of 11 inches by 17 inches and a maximum size of 24 inches by 36 inches. The graphic network shall be the precedence diagram method (PDM). It may be divided into two or more sheets, if necessary, provided that all sheets are properly referenced. Notation on each activity arrow shall include a brief work description and an estimate of the time duration of the work. Show a calendar along the full length of each sheet. Plot each activity so that the beginning and completion dates can be readily determined by comparison to the calendar scale. Show activities using symbols and/or color that clearly designate whether it is a critical path or noncritical activity. Noncritical path activities shall show estimated work time and free float time. B. Float Time: 1. Definition: Unless otherwise provided herein, float as referenced in these documents is total float. Total float is the period of time measured by the num ber of working days each noncritical path activity may be delayed before it and its succeeding activities become part of the critical path. If a noncritical path activity is delayed beyond its float period, that activity then becomes part of the critical path and controls the end date of the project. Thus, the delay of the noncritical path activity beyond its float period will cause delay to the project itself. 2. Float Ownership: Neither the OWNER nor the CONTRACTOR owns the float time. The project owns the float time. As such, liability for delay of the project completion date rests with the party actually causing delay to the project completion date. For example, if Party A uses some but not all of the float time and Party B later uses the remainder of the float time as well as additional time beyond the float time, Party B shall be liable for the costs associated with the time that represents a delay to the project's completion date. Party A would not be responsible for any costs since it did not consume all of the float time and additional float time remained; therefore, the project's completion date was unaffected. C. Display time at the top of the schedule, reading left to right, with no greater than weekly divisions. D. The schedule shall indicate dates for important activities including: STATE ROAD A1A WATER MAIN 01310 - 4 CPM CONSTRUCTION IMPROVEMENTS – PHASE 2 SCHEDULE REQUIREMENTS 1. A logical succession of work from start to finish. This logical succession, when accepted, is the CONTRACTOR's work plan and is only designated as early start to accommodate standard computerized systems. 2. Detailed definition of each activity. 3. A logical flow of work crews/equipment (crews are to be defined by labor category and labor hours; equipment by type and hours). 4. Shop drawing submittals and reviews. 5. Decisions. 6. Product procurement and delivery. 7. Beginning and completion of each element of construction. 8. Critical coordination dates. 9. Submittal of record drawings and equipment manuals. 10. Cleanup, final inspection, etc. 11. Any project milestones or phases of work that affect important dates, such as other parallel contracts. E. Submit: 1. Activity sort by early start, organized by related elements. 2. Activity sort by float, organized by related elements. 3. Activity sort by predecessor/successor. 4. Narrative description of the logic and reasoning of the schedule. 5. Resource allocation by activity. 6. List of cost-loaded activities that identifies specific cost amount for each activity in the CPM schedule. F. Show constraints between interrelated activities. G. The initial schedule shall include the following minimum data for each activity: 1. Activity numbers. 2. Estimated duration. 3. Activity description. 4. Early start date (calendar dated). 5. Early finish date (calendar dated). 6. Status (whether critical). 7. Float. 8. Cost of activity. 9. Other resources including equipment hours by type, labor by craft or crew, and materials by units. H. Where float time exists in activities, show the activities with early start/early finish times. I. The schedule shall include a title block with the project title, the CONTRACTOR's business name, the date of submittal or revision, and the signature of the STATE ROAD A1A WATER MAIN 01310 - 5 CPM CONSTRUCTION IMPROVEMENTS – PHASE 2 SCHEDULE REQUIREMENTS CONTRACTOR's authorized representative attesting to his review and accuracy of the submittal. J. The duration indicated for each activity shall be in calendar days and shall represent the single best time considering the scope of the work and resources planned for the activity including time for inclement weather. Except for certain nonlabor activities, such as curing concrete or delivering materials, activity durations shall not exceed 14 days, be less than one day, or exceed $50,000 in value unless otherwise accepted by the OWNER. 1.07 CONSTRUCTION SCHEDULE PROGRESS A. If the CONTRACTOR's progress has fallen behind the accepted construction schedule, the CONTRACTOR shall take such steps as may be required, including increasing the number of personnel, shifts, overtime operations, days of work, and amount of construction equipment until such time as the work is back on schedule. Increased costs of any accelerated work program shall be paid for by the CONTRACTOR. Submit such recovery schedule within 10 days upon written request by OWNER. 1.08 ACCEPTANCE A. The finalized schedule will be acceptable to the OWNER when it provides an orderly progression of the Work to completion in accordance with the contract requirements, adequately defines the CONTRACTOR's work plan, provides a workable arrangement for processing the submittals in accordance with the project specification requirements, and properly allocates resources (labor, equipment, and costs) to each activity (free of unbalances in resources). When the network diagram and tabulated schedule have been accepted, submit to OWNER eight copies of the timescaled network diagram; eight copies of a computerized, tabulated schedule in which the activities have been sequenced by activity numbers; and eight copies of all reports required by this specification. B. Also submit a 700MB CD that contains all of the schedule submittal information. The disk shall contain data compatible with the specified CPM program to generate network diagrams and schedule reports identical to the hard copies submitted. C. Review of the CONTRACTOR's project schedule is for conformance to the requirements of the contract documents only. Review by the OWNER of the CONTRACTOR's project schedule does not relieve the CONTRACTOR of any of its responsibility whatsoever for the accuracy or feasibility of the project schedule, or of the CONTRACTOR's ability to meet the interim milestone date(s) and the contract completion date, nor does such review and acceptance imply or expressly warrant, acknowledge, or admit the reasonableness of the logic, durations, labor, or equipment loading of the CONTRACTOR's project schedule. 1.09 REVISIONS OR UPDATES TO CONSTRUCTION SCHEDULE A. Submit a revised or updated construction schedule by the third working day of each month. The data date shall be the 25th of the preceding month. Revise or update the schedule upon the occurrence of any of the following: 1. When delay in completion of any activity or group of activities indicates an overrun of the contract time or control point requirement by 10 working days or 10% of the remaining duration, whichever is less. STATE ROAD A1A WATER MAIN 01310 - 6 CPM CONSTRUCTION IMPROVEMENTS – PHASE 2 SCHEDULE REQUIREMENTS 2. Delays in submittals, deliveries, or work stoppage are encountered which make replanning or rescheduling of the work necessary. 3. The schedule does not represent the actual prosecution and progress of the project as being performed in the field and progress for any activity is five working days behind the current schedule. 4. The CONTRACTOR will be performing work at an earlier date than is shown on the schedule and the work will require additional inspection and/or testing personnel. B. In the event of any change to the contract, submit a time analysis of the effect on the critical path. If the CONTRACTOR maintains there is no impact, submit a statement to that effect. C. The cost of revisions to the construction schedule resulting from OWNER-initiated contract changes shall be included in the cost for the change in the work and shall be paid as part of the total cost of the change through the contract allowable percentages for changed work. D. The cost of revisions to the construction schedule not resulting from authorized changes in the work shall be the responsibility of the CONTRACTOR. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION STATE ROAD A1A WATER MAIN 01340-1 SHOP DRAWINGS, PRODUCT IMPROVEMENTS – PHASE 2 DATA AND SAMPLES SECTION 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Submit Shop Drawings, Product Data and Samples required by Contract Documents. 1.02 RELATED REQUIREMENTS A. Definitions and Additional Responsibilities of Parties: Conditions of the Contract. B. Section 01700: Contract Closeout. 1.03 SHOP DRAWINGS A. Drawings shall be presented in a clear and thorough manner. 1. Details shall be identified by reference of sheet and detail or schedule. B. Minimum sheet size: 8½ X 11 inches. 1.04 PRODUCT DATA A. Preparation 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. 4. Show wiring or piping diagrams and controls. B. Manufacture's standard schematic drawings and diagrams: 1. Modify drawings and diagrams by deleting information which is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.05 CONTRACTOR RESPONSIBILITIES A. Review Shop Drawings, Product Data and Sam ples prior to submission. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with specifications. STATE ROAD A1A WATER MAIN 01340-2 SHOP DRAWINGS, PRODUCT IMPROVEMENTS – PHASE 2 DATA AND SAMPLES C. Coordinate each submittal with requirements of the Work and of the Contract Documents. D. Notify the ENGINEER in writing, at time of submission, of any deviations in the submittals from requirements of the contract Documents. E. Begin no fabrication or work which requires approved submittals until return of submittals by ENGINEER 1.06 SUBMISSION REQUIREMENTS A. Make submittals in such sequence as to cause no delay in the work. B. Number of submittals required: 1. Shop Drawings and Product Data: Submit eight (8) copies. 2. Samples: Submit the quantity stated in each specification section. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The Project title and number. 3. Contract identification. 4. The names of: a. CONTRACTOR b. Supplier c. Manufacturer 5. Identification of the product, with the specification section number. 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the work or materials. 8. Applicable standards, such as ASTM or Federal specification numbers. 9. Identifications of deviations from Contract Documents. 10. Identification of revisions on resubmittals. 11. An 8-inch X 3.5-inch blank space for CONTRACTOR and ENGINEER stamps. 12. CONTRACTOR'S stamp initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria and coordination of the information within the submittal with requirements of the Work and of Contract Documents. 1.07 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in the submittals noted by the ENGINEER and resubmit unless otherwise noted. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. STATE ROAD A1A WATER MAIN 01340-3 SHOP DRAWINGS, PRODUCT IMPROVEMENTS – PHASE 2 DATA AND SAMPLES 2. Indicate any changes which have been made other than those suggested by the ENGINEER. C. Samples: Submit new samples as required for initial submittal. 1.08 ENGINEER'S DUTIES A. Review submittals within 30 days or in accord with schedule. B. Affix stamp and initials or signature, and indicate status of submittal. C. Return submittals to CONTRACTOR for distribution, or resubmission. D. Review initial submittals and one resubmittal. Resubmittals that cannot be approved will be returned. Additional resubmittals will be reviewed by the ENGINEER, and costs for time and materials for reviewing resubmittals will be back charged by the ENGINEER to the CONTRACTOR. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION STATE ROAD A1A WATER MAIN 01370-1 SCHEDULE OF VALUES IMPROVEMENTS – PHASE 2 SECTION 01370 SCHEDULE OF VALUES PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Submit to the ENGINEER a Schedule of Values allocated to the various portions of the Work, within ten days after award of contract. B. Upon the request of the ENGINEER, support the values with data which will substantiate their correctness. C. The Schedule of Values, unless objected to by the ENGINEER, shall be used only as the basis for the CONTRACTOR's Applications for Payment. D. Related Requirements in Other Parts of the Contract Documents. 1. Agreement 2. General Conditions 3. Supplementary Conditions 1.02 RELATED REQUIREMENTS A. Section 01020: Allowances B. Section 01152: Application for Payment C. Section 01600: Material and Equipment. 1.03 FORM AND CONTENT OF SCHEDULE OF VALUES A. Type schedule on 8-1/2-inch X 11-inch white paper; CONTRACTOR's standard forms and automated printout will be considered for approval by ENGINEER upon CONTRACTOR’s request. Identify schedule with: 1. Title of Project, location and (Town, County, Owner) Project Number. 2. ENGINEER and ENGINEER's Project number. 3. Name and Address of CONTRACTOR. 4. Date of Submission. B. Schedule shall list the installed value of the component parts of the Work, in sufficient detail to serve as a basis for computing values for progress payments during construction. C. Follow the table of contents of these Specifications as the format for listing component items. STATE ROAD A1A WATER MAIN 01370-2 SCHEDULE OF VALUES IMPROVEMENTS – PHASE 2 1. Identify each line item with the number and title of the respective major section of the specifications. D. For each major line item list sub-values of: 1. Major products or operations under the item. 2. Contract conditions, such as: bonds, insurance premiums, job mobilization, construction facilities and temporary controls. E. For the various portions of the Work: 1. Each item shall include a directly proportional amount of the CONTRACTOR's overhead and profit. 2. For items on which progress payments will be requested for stored materials, break down the value into: a. The cost of the materials, delivered and unloaded, with taxes paid. b. The total installed value. F. The sum of all values listed in the schedule shall equal the total Contract Sum. 1.04 SUBSCHEDULE OF UNIT MATERIAL VALUES A. Submit a subschedule of unit costs and quantities for: 1. Products specified under a unit cost allowance in Section 01020. 2. Products on which progress payments will be requested for stored products. B. The form of submittal shall parallel that of the Schedule of Values, with each item identified the same as the line item it the Schedule of Values. C. The unit quantity for bulk materials shall include an allowance for normal waste. D. The unit values for the materials shall be broken down into: 1. Cost of the material, delivered and unloaded at the site, with taxes paid. 2. Installation costs, including CONTRACTOR's 3. Overhead and profit. E. The installed unit value multiplied by the quantity listed shall equal the cost of that item in the Schedule of Values. PART 2 - PRODUCTS Not used. STATE ROAD A1A WATER MAIN 01370-3 SCHEDULE OF VALUES IMPROVEMENTS – PHASE 2 PART 3 - EXECUTION Not used. END OF SECTION STATE ROAD A1A WATER MAIN 01390 - 1 VIDEO AND PHOTOGRAPHIC IMPROVEMENTS – PHASE 2 SITE SURVEY SECTION 01390 VIDEO AND PHOTOGRAPHIC SITE SURVEY PART 1 - GENERAL 1.01 SECTION INCLUDES: A. The work under this Section includes the performance of a Pre Construction Video Survey of the condition of existing facilities, public ROW, easements, roads, private property, and other surface features and “before and after” digital still photographs. 1.02 SUBMITTALS: A. Pre-Construction Video and Photographic Site Survey 1. Submit two (2) copies of the Pre Construction Video Survey (DVD format) with video log to the Project Manager for review and acceptance. PART 2 - EXECUTION 2.01 VIDEO SITE SURVEY A. The CONTRACTOR shall provide the OWNER with video DVD, accurately representing existing conditions of the site to be disturbed by his operations. This video DVD shall be submitted at least 21 days prior to the start of work on this project. B. Taping shall be on a DVD. The camera shall be capable of producing clean color images. The original is to be submitted to the ENGINEER and a copy is to be retained by the CONTRACTOR until Final Acceptance. C. As a minimum, the video shall contain: 1. At the beginning of the video, the project name and date of taping shall be superimposed on the picture. 2. As the location of the video tapping progresses, i.e., the individual street name shall be temporally superimposed on the picture. 3. Centerline stationing at 100' intervals or clear reference to the individual residences (by street number) and/or business (by street number and name). a. The video shall be run twice the full length of the project, first facing and proceeding ahead station wise and slightly angled to the right of centerline. The second run shall be the full length of the project facing and proceeding back station wise and slightly angled to the right of centerline. b. Both shootings shall contain the centerline within the view of the observer. The taping is to be continuous during each run. Areas of special importance / interest may be “zoomed-in” on to provide the STATE ROAD A1A WATER MAIN 01390 - 2 VIDEO AND PHOTOGRAPHIC IMPROVEMENTS – PHASE 2 SITE SURVEY necessary details but must be “zoomed-out” to the original view before proceeding. D. Audio content 1. Simultaneously record the audio portion during videotaping. 2. Audio recording shall assist in viewer orientation and in any needed identification, clarification, or description of features being recorded. 3. Audio recording will only consist of camera operator commentary. E. Prepare a written video log that describes the contents of each DVD including: 1. Name of streets and/or easements. 2. Videotape location designator. 3. Coverage begin/end, station and location. 4. Recording date. F. The video shall present a clear and accurate representation of existing conditions. If, in the opinion of the Engineer, this intent is not met, the tape will be returned and the area re-televised at no additional cost to the OWNER. G. This accepted video will serve as an aid to the ENGINEER in determining existing conditions. Nothing contained in the video will supersede or relieve the Project Manager from determining the acceptability of restoration. H. Prior to Substantial Completion, the CONTRACTOR is responsible to review the video and prepare a detailed list of surface improvements to be reinstated. This list shall include lawn areas, trees and plants, driveways, driveway aprons, roadways, signage, sprinkler systems, sidewalks, mailboxes and any other existing conditions affected by the work and submit to the ENGINEER for review and approval. 2.02 PHOTOGRAPHIC SURVEY A. In addition to the DVD, the CONTRACTOR shall take “before and after” digital still photographs of each home and/or property. The photographs of each home and/or property shall consist of a set of photographs (3 minimum) and shall provide property-line to property-line coverage of the roadway, swale and sidewalk areas for each property. The “areas of interest” are the edge of roadway, condition of the swale, type of grass, landscaping within the swale, mail box and driveway apron. B. The digital “file” name is to be the address of the property being photographed and shall be incorporated as part of the image. The CONTRACTOR shall provide the ENGINEER the following: 1. One (1) CD with the digital files in street named/numbered subdirectory and a digital file log. 2. Two (2) sets of “Before” color prints and one (1) set of “After” color prints of each digital file, with the file name displayed. Color print sets are to be bound with a Table of Contents and divided and tabbed by street name/number. STATE ROAD A1A WATER MAIN 01390 - 3 VIDEO AND PHOTOGRAPHIC IMPROVEMENTS – PHASE 2 SITE SURVEY 3. “Before” photographs (color prints and CD) shall be submitted 21 days in advance of the commencement of the work. “After” photographs (color prints and CD) shall be submitted with the final Application For Payment. C. The CONTRACTOR shall maintain a bound set of pre-construction photographs available at the Project Site for use during the project. An additional page (page 4), with sample photographs, follows the End of Section. END OF SECTION STATE ROAD A1A WATER MAIN 01390 - 4 VIDEO AND PHOTOGRAPHIC IMPROVEMENTS – PHASE 2 SITE SURVEY STATE ROAD A1A WATER MAIN 01400 - 1 QUALITY CONTROL IMPROVEMENTS – PHASE 2 SECTION 01400 QUALITY CONTROL PART 1 - GENERAL 1.01 WORK INCLUDED A. This section covers the work as required to provide and/or coordinate: 1. Quality assurance and control of installation. 2. References 3. Field samples. 4. Inspection and testing laboratory services. 5. Manufacturers' field services and reports. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. GENERAL CONDITIONS 1.03 REFERENCES A. Conform to reference standard by date of current issue on date for receiving bids. B. Should specified reference standards conflict with Contract Documents, request clarification from ENGINEER before proceeding. C. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.04 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturer's instruction conflict with Contract Documents, request clarification from ENGINEER before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by Professional Audio/Visual Company qualified to produce workmanship of specified quality. F. Secure Product in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. STATE ROAD A1A WATER MAIN 01400 - 2 QUALITY CONTROL IMPROVEMENTS – PHASE 2 1.05 FIELD SAMPLES A. Install field samples at the site as required by individual specification Sections for review. B. Acceptable samples represent a quality level for the Work. C. Where field sample is specified in individual Sections to be removed, clear area after field sample has been accepted by ENGINEER. 1.06 MANUFACTURERS' FIELD SERVICES AND REPORTS A. When specified in individual specification Sections, require material or Product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust, and balance of equipment and place equipment into operation as applicable, and to initiate instructions when necessary. B. Individuals to report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. C. Submit report in triplicate within 30 days of observation to ENGINEER for review. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION STATE ROAD A1A WATER MAIN 01410-1 TESTING LABORATORY SERVICES IMPROVEMENTS – PHASE 2 SECTION 01410 TESTING LABORATORY SERVICES PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. The OWNER will employ services of an Independent Testing Laboratory to perform specified testing. 1. CONTRACTOR shall cooperate with laboratory to facilitate the execution of its required services. 1.02 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to: 1. Release, revoke, alter or enlarge on requirements of Contract Documents. 2. Approve or accept any portion of the Work. 3. Perform any duties of the CONTRACTOR. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel and/or CONTRACTOR, provide access to Work or manufacturer's operations. B. Secure and deliver to the laboratory adequate quantities of representational samples of materials proposed to be used and which require testing. C. Provide to the laboratory the preliminary design mix proposed to be used for concrete, and other material mixes which require control by the testing laboratory. D. Furnish copies of Products test reports as required. E. Furnish incidental labor and facilities: 1. To provide access to Work to be tested. 2. To obtain and handle samples at the Project site or at the source of the product to be tested. 3. To facilitate inspections and tests. 4. For storage and curing of test samples. F. Notify the CONTRACTOR sufficiently in advance of operations to allow for laboratory assignment of personnel and scheduling of tests: STATE ROAD A1A WATER MAIN 01410-2 TESTING LABORATORY SERVICES IMPROVEMENTS – PHASE 2 G. When tests or inspections cannot be performed after such notice, reimburse OWNER for laboratory personnel and travel expenses incurred due to CONTRACTOR's negligence. H. Make arrangements with the CONTRACTOR and the laboratory and pay for additional samples and tests required for CONTRACTOR's convenience. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION 3.01 PAYMENT A. Testing of materials and products will be performed by an independent testing laboratory appointed and paid for by the OWNER. Testing will be performed so as to least encumber the performance of Work. B. The OWNER will authorize the cost of one (1) series of tests only, on the area or item being evaluated. The CONTRACTOR shall pay for costs of additional testing as required due to improper performance of Work. C. When work of this contract or portions of work are completed, notify the CONTRACTOR so that arrangements can be made with the laboratory to perform or witness the tests. Do not proceed with additional portions of Work until results have been verified. END OF SECTION STATE ROAD A1A WATER MAIN 01500 - 1 CONSTRUCTION CONSIDERATIONS IMPROVEMENTS – PHASE 2 SECTION 01500 CONSTRUCTION CONSIDERATIONS PART 1 - GENERAL 1.01 HYDRAULIC UPLIFT ON STRUCTURES A. The CONTRACTOR shall be completely responsible for any pipelines, valve vaults, or similar structures that may become buoyant during the construction operations due to the ground water or floods and before the structure is put into operation. Should there be any possibility of buoyance of a structure, the CONTRACTOR shall take the necessary steps to prevent its buoyance. Damage to any structures due to floating or flooding shall be repaired or the structures replaced at the CONTRACTOR’s expense. 1.02 RELOCATIONS A. The CONTRACTOR shall be responsible for the relocation of structures, including but not limited to, light poles, sign poles, fences, piping, conduits and drains that interfere with the positioning of the Work as set out on the Drawings. The cost of all such relocations shall be included in the bid for the project and shall not result in any additional cost to the Owner. 1.03 SUBSURFACE INVESTIGATIONS A. The CONTRACTOR shall be responsible for having determined to his satisfaction, prior to his bid, the nature and location of the work, the conformation of the ground, the character and quality of the substrata, the types and quantity of materials to be encountered, the nature of the groundwater condition, the character of equipment and facilities required preliminary to and during the performance of the work, the general and local conditions and all other matters which can in any way affect the work under this Contract. The prices established for the work to be done shall reflect all costs pertaining to the work. Any claims for extras based on the substrata or groundwater table conditions will be disallowed. 1.04 OBSTRUCTIONS A. All water pipes, storm drains, sanitary sewers, force mains, gas, or other pipe, telephone or power cables or conduits and all other obstructions, whether or not shown, shall be temporarily supported across utility line excavations. The CONTRACTOR shall be responsible for any damage to any such pipes, conduits, or structures. Approximate locations of known water, sanitary, raw water, drainage, power and telephone installations along route of sanitary sewer, storm and water main pipeline or in the vicinity of new work are shown, but must be verified in the field by the CONTRACTOR before beginning any excavation. The CONTRACTOR shall uncover these pipes, ducts, cables, etc., carefully, by hand if necessary, prior to installing new pipeline. Any discrepancies or differences found shall be brought to the attention of the ENGINEER in order that necessary changes may be made to permit installation of new work. These conditions are supplemental to general requirements elsewhere in the Contract Documents. STATE ROAD A1A WATER MAIN 01500 - 2 CONSTRUCTION CONSIDERATIONS IMPROVEMENTS – PHASE 2 1.05 SITE CONDITIONS A. The CONTRACTOR acknowledges that he has investigated prior to bidding and satisfied himself as to the conditions affecting the work, including but not restricted to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, canal stages, tides, water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the work. The CONTRACTOR further acknowledges that he has satisfied himself as to the character, quality of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, or any contiguous site, as well as from information presented by the Drawings and Specifications made a part of this Contract, or any other information made available to him prior to receipt of Bids. Any failure by the CONTRACTOR to acquaint himself with the available information will not relieve him from responsibility for estimating properly the difficult or cost of successfully performing the work. The Owner assumes no responsibility for any conclusions or interpretations made by the CONTRACTOR on the basis of the information made available by the Owner. 1.06 PROTECTION OF PROPERTY A. The CONTRACTOR shall protect all property that may be affected by his work or operations. The location and extent of underground and covered facilities are not guaranteed and the CONTRACTOR is cautioned to proceed with care in order to prevent the undermining or damage to existing structures, piping, or facilities. B. When Town water is being used, the supply source shall be protected against contamination in accordance with existing codes and regulations. All Town water used by CONTRACTOR shall be metered. Town will provide temporary meter and CONTRACTOR will pay Town for water used at current utility billing rates. C. In the event any of the CONTRACTOR’s activities were to disrupt or endanger any facilities, he shall at his own expense make all necessary repairs or replacements necessary to correct the situation to the satisfaction of the ENGINEER. Such work shall progress continuously to completion on a 24-hour per day, seven workday basis. The CONTRACTOR shall be responsible for the services of repair crews on call 24 hours per day for emergencies that arise involving work under this Contract. 1.07 WORK ADJACENT TO FLORIDA POWER AND LIGHT CORPORATION (FP&L) FACILITIES A. The attention of the CONTRACTOR is drawn to existing FP&L overhead and underground facilities are located in the construction area. The CONTRACTOR shall protect all existing power transmission and distribution facilities throughout the period of construction and shall contact the offices of FP&L at least 72 hours prior to the start of any construction. B. It is full and complete responsibility of the CONTRACTOR to determine the exact location of all overhead and underground power transmission and distribution facilities in the area of the Works whether or not they are indicated on the Drawings. STATE ROAD A1A WATER MAIN 01500 - 3 CONSTRUCTION CONSIDERATIONS IMPROVEMENTS – PHASE 2 1.08 WORK ADJACENT TO BELLSOUTH TELEPHONE COMPANY OR AT&T TELECOMMUNICATIONS FACILITIES A. The attention of the CONTRACTOR is drawn to the existing overhead and underground telecommunications facilities are located in the construction area. The CONTRACTOR shall protect all existing telecommunications facilities throughout the construction of the project and shall contact the appropriate telecommunications offices at least 72 hours prior to the start of construction. B. It is full and complete responsibility of the CONTRACTOR to determine the exact location of all overhead and underground telecommunications facilities in the area of the Work whether or not they are indicated on the Drawings. 1.09 WORK ADJACENT TO FLORIDA PUBLIC UTILITIES COMPANY FACILITIES A. The attention of the CONTRACTOR is drawn to the existing underground natural gas lines are located in the construction area. The CONTRACTOR shall protect all existing natural gas pipelines throughout the construction of the project and shall contact the appropriate natural gas offices at least 72 hours prior to the start of construction. B. It is full and complete responsibility of the CONTRACTOR to determine the exact location of all underground natural gas lines in the area of the Works whether or not they are indicated on the Drawings. 1.10 WORK ADJACENT TO CABLE TV (CATV) FACILITIES A. The attention of the CONTRACTOR is drawn to the existing overhead and buried CATV lines are located in the construction area. The CONTRACTOR shall protect all existing overhead and buried CATV throughout the construction of the project and shall contact the appropriate cable TV offices at least 72 hours prior to the start of construction. B. It is full and complete responsibility of the CONTRACTOR to determine the exact location of all overhead and underground CATV in the area of the Works whether or not they are indicated on the Drawings. 1.11 RESIDENT NOTIFICATIONS A. The CONTRACTOR will be responsible for preparation and distribution of informational flyers to affected residents on a periodic basis. The flyers shall include notification of construction schedules with regards to road closures or detours, utility service interruptions, etc. PART 2 - PRODUCTS Not Used. STATE ROAD A1A WATER MAIN 01500 - 4 CONSTRUCTION CONSIDERATIONS IMPROVEMENTS – PHASE 2 PART 3 - EXECUTION Not Used. END OF SECTION STATE ROAD A1A WATER MAIN 01505-1 CONSTRUCTION FACILITIES AND IMPROVEMENTS – PHASE 2 TEMPORARY CONTROL SECTION 01505 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Furnish, install and maintain temporary utilities required for construction, remove on completion of Work. 1.02 RELATED REQUIREMENTS A. Section 01010: Summary of Work. 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with National Electric Code. B. Comply with Federal, State and local codes and regulations and with utility company requirements. PART 2 - PRODUCTS 2.01 MATERIALS, GENERAL A. Materials may be new or used, but must be adequate in capacity for the required usage, must not create unsafe conditions, and must not violate requirements of applicable codes and standards. 2.02 TEMPORARY ELECTRICITY AND LIGHTING A. Arrange with utility company, provide service required for power and lighting, and pay all costs for service and for power used. B. Install circuit and branch wiring, with area distribution boxes located so that power and lighting is available throughout the construction by the use of construction-type power cords. C. Provide adequate artificial lighting for all areas of work when natural light is not adequate for work, and for areas accessible to the public. 2.03 TEMPORARY HEAT AND VENTILATION A. Provide temporary heat and ventilation as required to maintain adequate environmental conditions to facilitate progress of the Work, to meet specified minimum conditions for the STATE ROAD A1A WATER MAIN 01505-2 CONSTRUCTION FACILITIES AND IMPROVEMENTS – PHASE 2 TEMPORARY CONTROL installation of materials, and to protect materials and finishes from damage due to temperature or humidity. B. Provide adequate forced ventilation of enclosed areas for curing of installed materials, to disperse humidity, and to prevent hazardous accumulations of dust, fumes, vapors or gases. C. Portable heaters shall be standard approved units complete with controls. D. Pay all costs of installation, maintenance, operation and removal, and for fuel consumed. 2.04 TEMPORARY WATER A. Provide water for construction and potable purposes; pay all costs for installation, maintenance and removal. B. {OWNER will provide all water for construction purposes for use by the CONTRACTOR. CONTRACTOR will pay OWNER for water used at current utility billing rates. C. Make conservative use of water. Any negligence or wastefulness will be reason for waiving the provisions for free water. D. All connections to hydrants to be made by OWNER's personnel. E. Non-potable water for general construction purposes shall be clean, non-turbid, and non- saline; and acceptable to the ENGINEER. F. Water utilization for concrete plaster and mortar shall meet the respective requirements and standards set forth for water utilized in these construction materials. 2.05 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities in compliance with laws and regulations. B. Service, clean and maintain facilities and enclosures. C. Existing plumbing facilities shall not be used by construction personnel. 2.06 TEMPORARY ACCESS ROAD AND PARKING A. Site Access Roads: 1. Construct new temporary access roads over designated easements from public thorough- fare to site entrance. B. On-Site Roads and Parking Areas: 1. Locate roads, drives, walks and parking facilities to provide uninterrupted access to construction offices, mobilization, work, storage areas, and other areas required for execution of the contract. 2. Submit proposed location for ENGINEER's approval. 3. Provide access for emergency vehicles. STATE ROAD A1A WATER MAIN 01505-3 CONSTRUCTION FACILITIES AND IMPROVEMENTS – PHASE 2 TEMPORARY CONTROL a. Maintain driveways a minimum of 15 feet wide, between and around combustible materials in storage and mobilization areas. 4. Maintain traffic areas free as possible of excavated materials, construction equipment, products and debris. 5. Keep fire hydrants and water control valves free from obstruction and accessible for use. 6. Provide traffic control devices as required by governing authorities along established public thoroughfares which will be used as haul routes to site access. 2.07 TEMPORARY CONTROLS A. Noise Control: 1. Not used. B. Dust Control: 1. Provide positive methods and apply dust control materials to minimize raising dust from construction operations, and provide positive means to prevent air- borne dust from dispersing into the atmosphere. C. Water Control: 1. Provide methods to control surface water to prevent damage to the Project, the site, or adjoining properties. a. Control fill, grading and ditching to direct surface drainage away from excavations, pits, tunnels and other construction areas; and to direct drainage to proper runoff. 2. Provide, operate and maintain hydraulic equipment of adequate capacity to control surface water. 3. Dispose of drainage water in a manner to prevent flooding, erosion, or other damage to any portion of the site or to adjoining areas. D. Pest Control: 1. Not used. E. Rodent Control: 1. Provide rodent control as necessary to prevent infestation of construction or storage area. a. Employ methods and use materials which will not adversely affect conditions at the site or on adjoining properties. b. Should the use of rodenticides be considered necessary, submit an informational copy of the proposed program to OWNER with a copy to ENGINEER. Clearly indicate: (1) The area or areas to be treated. (2) The rodenticides to be used, with a copy of the manufacturer's printed instructions. (3) The pollution preventative measures to be employed. STATE ROAD A1A WATER MAIN 01505-4 CONSTRUCTION FACILITIES AND IMPROVEMENTS – PHASE 2 TEMPORARY CONTROL 2. The use of any rodenticide shall be in full accordance with the manufacturer's printed instructions and recommendations. F. Debris Control: 1. Maintain all areas under CONTRACTOR's control free of extraneous debris. 2. Initiate and maintain a specific program to prevent accumulation of debris at construction site, storage and parking areas, or along access roads and haul routes. a. Provide acceptable containers for deposit of debris. b. Prohibit overloading of trucks to prevent spillages on access and haul routes. (1) Provide periodic inspection of traffic areas to enforce requirements. 3. Schedule periodic collection and disposal of debris. a. Provide additional collections and disposals of debris whenever the periodic schedule is inadequate to prevent accumulation. G. Pollution Control: 1. Provide methods, means and facilities required to prevent contamination of soil, water or atmosphere by the discharge of noxious substances from construction operations. 2. Provide equipment and personnel, perform emergency measures required to contain any spillages, and to remove contaminated soils or liquids. a. Excavate and dispose of any contaminated earth off-site, and replace with suitable compacted fill and topsoil. 3. Take special measure to prevent harmful substances from entering public waters. a. Prevent disposal of wastes, effluents, chemicals, or other such substances adjacent to streams, or in sanitary or storm sewers. 4. Provide systems for control of atmospheric pollutants. a. Prevent toxic concentrations of chemicals. b. Prevent harmful dispersal of pollutants; into the atmosphere. H. Erosion Control: 1. Plan and execute construction and earth work by methods to control surface drainage from cuts and fills, and from borrow and waste disposal areas, to prevent erosion and sedimentation. a. Hold the areas of bare soil exposed at one time to a minimum. b. Provide temporary control measures such as berms, dikes and drains. 2. Construct fills land waste areas by selective placement to eliminate surface silts or clays which will erode. 3. Periodically inspect earthwork to detect any evidence of the start of erosion, apply corrective measures as required to control erosion. STATE ROAD A1A WATER MAIN 01505-5 CONSTRUCTION FACILITIES AND IMPROVEMENTS – PHASE 2 TEMPORARY CONTROL PART 3 - EXECUTION 3.01 GENERAL A. Maintain and operate systems to assure continuous service. B. Modify and extend systems as work progress requires. 3.02 REMOVAL A. Completely remove temporary materials and equipment when their use is no longer required. B. Clean and repair damage caused by temporary installations or use of temporary facilities. C. Restore permanent facilities used for temporary services to specified condition. 1. Prior to final inspection, remove temporary lamps and install new lamps. END OF SECTION STATE ROAD A1A WATER MAIN 01530-1 BARRIERS IMPROVEMENTS – PHASE 2 SECTION 01530 BARRIERS 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Furnish, install and maintain suitable barriers as required to prevent public entry, and to protect the Work, existing facilities, trees and plants from construction operations; remove when no longer needed, or at completion of Work. 1.02 RELATED REQUIREMENTS A. Section 01010: Summary of Work. B. Section 01505: Construction Facilities and Temporary Control. 2 PRODUCTS 2.01 MATERIALS, GENERAL A. Materials may be new or used, suitable for the intended purpose, but must not violate requirements of applicable codes and standards. 2.02 FENCING A. Minimum fence height six feet. B. Open-Mesh Fence: 1. No 11 gauge, two inch mesh, 72 inches high galvanized chain link fabric, with extension arms and three strands of galvanized barbed wire. 2. Galvanized steel posts; 1-1/2 inch line posts and two inch corner posts. 2.03 BARRIERS A. Materials are CONTRACTOR's option, as appropriate to serve required purpose. STATE ROAD A1A WATER MAIN 01530-2 BARRIERS IMPROVEMENTS – PHASE 2 3 EXECUTION 3.01 GENERAL A. Install facilities of a neat and reasonably uniform appearance, structurally adequate for the required purposes. B. Maintain barriers during entire construction period. C. Relocate barriers as required by the progress of construction. 3.02 FENCES A. Provide and maintain fences necessary to assure security of the site during construction to keep unauthorized people and animals form the site when construction is not in progress. B. Gates shall have locks; and keys shall be furnished to the OWNER. C. Provide additional security measures as deemed necessary and approved by the ENGINEER. 3.03 TREE AND PLANT PROTECTION A. Preserve and protect existing trees and plants at site which are designated to remain, and those adjacent to site. CONTRACTOR shall protect existing Australian Pines during construction. CONTRACTOR to contact ENGINEER 48 hours prior to any trimming or pruning of Australian Pines. B. Consult with the ENGINEER, and remove agreed-on roots and branches which interfere with construction. 1. Employ qualified tree surgeon to remove branches and treat cuts. C. Provide temporary barriers to a height of six feet, around each, or around each group, of trees and plants. D. Protect root zones of trees and plants: 1. Do not allow vehicular traffic or parking. 2. Do not store materials or products. 3. Prevent dumping of refuse or chemically injurious materials or liquids. 4. Prevent puddling or continuous running water. E. Carefully supervise excavating, grading and filling, and other construction operations, to prevent damage. F. Replace, or suitably repair, trees and plants designated to remain which are damaged or destroyed due to construction operations. STATE ROAD A1A WATER MAIN 01530-3 BARRIERS IMPROVEMENTS – PHASE 2 3.04 REMOVAL A. Completely remove barricades, omit, when construction has progressed to the point that they are no longer needed and when approved by ENGINEER. B. Repair damage caused by construction. Fill and grade areas of the site to the required evaluations, and clean up the area. END OF SECTION STATE ROAD A1A WATER MAIN 01535-1 TREE AND PLANT PROTECTION IMPROVEMENTS – PHASE 2 SECTION 01535 TREE AND PLANT PROTECTION PART 1 - GENERAL 1.01 WORK INCLUDED A. Protection of existing trees and plants from damage as a result of the CONTRACTOR's operations including, but not limited to: 1. Protection of existing natural habitat areas. 2. Marking of clearing limits. 3. Limits of Disturbance Fencing or Boxing of tree trunks. 1.02 REFERENCED STANDARDS A. Comply with applicable requirements of the following standards. Where these standards conflict with other specified requirements, the most restrictive requirements shall govern. 1. American National Standards Institute (ANSI): Z133.1, Safety Requirements for Pruning, Trimming, Repairing, Maintaining and Removing Trees, and for Cutting Brush. 1.03 SUBMITTALS A. Proposed methods, and schedule for effecting tree and plant protection shall be submitted for approval. 1.04 TREES WITHIN ROAD RIGHTS-OF-WAY AND PROJECT LIMITS A. CONTRACTOR shall protect existing Australian Pines during construction. CONTRACTOR to contact ENGINEER. B. General: 1. The CONTRACTOR shall exercise all necessary precautions so as not to damage or destroy any trees or shrubs, including those lying within street rights-of-way and project limits, and shall not trim or remove any trees unless such trees have been approved for trimming or removal by the jurisdictional agency or OWNER. 2. All existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the CONTRACTOR or a certified tree company under permit from the jurisdictional agency and/or the OWNER. C. Trimming: 1. Symmetry of the tree shall be preserved; no stubs or splits or torn branches left; clean cuts shall be made close to the trunk or large branch. 2. Spikes shall not be used for climbing live trees. STATE ROAD A1A WATER MAIN 01535-2 TREE AND PLANT PROTECTION IMPROVEMENTS – PHASE 2 3. All cuts over 1-1/2" in diameter shall be coated with an asphaltic emulsion material. D. Replacement: 1. The CONTRACTOR shall immediately notify the jurisdictional agency and/or the OWNER if any tree is damaged by the CONTRACTOR's operations. 2. If, in the opinion of said agency or the OWNER, the damage is such that replacement is necessary, the CONTRACTOR shall replace the tree at its own expense. 3. The tree shall be of a like size and variety as the tree damaged, or, if of a smaller size, the CONTRACTOR shall pay to the owner of said tree a compensatory payment acceptable to the tree owner, subject to the approval of the jurisdictional agency or OWNER. 4. The size of the trees shall be not less than 1-inch diameter, nor less than six feet high. 1.05 MARKING OF CLEARING LIMITS A. The CONTRACTOR's attention is called to the fact that certain areas on the site exist as Natural Habitat Areas and are to remain as such. Therefore, all construction operations must be performed in a manner which will cause minimal disturbance to these existing environments. 1.06 HABITAT PROTECTION A. Protective fencing shall be installed around the Limits of Disturbance after the OWNER has approved the layout and marking of those areas. PART 2 - PRODUCTS 2.01 LIMITS OF DISTURBANCE FENCING A. Stakes shall be 2” x 6’ steel posts or approved equal installed at 8’ OC. Set level with 5” thick layer of mulch with high density polyethylene fencing with 3.5” x 1.5” openings, to a height of approximately 4 feet, and color orange. Maintain existing grade with the tree protection fence unless otherwise indicated on the plans. B. Sign laminated in plastic spaced every 50’ along the fence shall state “KEEP OUT TREE PROTECTION AREA”. PART 3 - EXECUTION 3.01 GENERAL A. Limits of disturbance fencing shall be installed prior to any other construction activity. All native plant material shall be protected unless otherwise noted on the Drawings. Damaged material shall be replaced in kind by the CONTRACTOR. The CONTRACTOR will be assessed additional penalties and fines within the limits of Town Code. The CONTRACTOR will be held responsible for these fines and assessments and no additional payments will be made by the OWNER due to the CONTRACTOR’s negligence. STATE ROAD A1A WATER MAIN 01535-3 TREE AND PLANT PROTECTION IMPROVEMENTS – PHASE 2 B. Limits of disturbance fencing will be used in lieu of boxing at the discretion of the Town Landscape Architect. The OWNER reserves the right to require boxing of trees as specified at no additional cost to the OWNER. 3.02 INSTALLATION OF LIMITS OF DISTURBANCE FENCING A. Limits of disturbance fencing shall be installed in two continuous bands, one 24 inches above the ground and the second 48 inches above the ground. The habitat protection marking shall not be looped around existing tree trunk or in any manner injurious to the plant material. B. The CONTRACTOR shall maintain the habitat protection during the course of the work. Repair or replace habitat protection as necessary to maintain effective protection. 3.03 BOXING A. Boxing of trees shall be done only after the exotic plant material have been staked and identified for removal and approved by the OWNER and prior to beginning of any construction activities. Boxing shall be placed around entire perimeter of tree. 3.04 REMOVAL OF PROTECTION A. Except as otherwise indicated or requested by the OWNER , temporary protection devices and facilities installed during course of the work shall be removed only after all work which may injure or damage trees and plants is completed. The OWNER may require protective fencing to remain in-place at the end of the project at no additional cost or credit to the OWNER. END OF SECTION STATE ROAD A1A WATER MAIN 01540 - 1 PROTECTION OF EXISTING FACILITIES IMPROVEMENTS – PHASE 2 SECTION 01540 PROTECTION OF EXISTING FACILITIES PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents. B. The CONTRACTOR shall verify the exact locations and depths of all utilities shown, and the CONTRACTOR shall make exploratory excavations of all utilities that may interfere with the Work. C. All such exploratory excavations shall be performed as soon as practicable after award of the Contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the CONTRACTOR's work. D. When such exploratory excavations show the utility location as shown to be in error, the CONTRACTOR shall so notify the ENGINEER. E. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. 1.02 RIGHTS-OF-WAY A. The CONTRACTOR shall not do any Work that would affect any oil, gas, sewer, or water pipeline; any telephone, telegraph, or electric transmission line; any fence; or any other structure, nor shall the CONTRACTOR enter upon the rights-of-way involved until notified by the ENGINEER that the OWNER has secured authority therefor from the proper party. B. After authority has been obtained, the CONTRACTOR shall give said party due notice of its intention to begin work, if required by said party, and shall remove, shore, support, or otherwise protect such pipeline, transmission line, ditch, fence, or structure, or replace the same. C. When two or more contracts are being executed at one time on the same or adjacent land in such manner that work on one Contract may interfere with that on another, the OWNER shall determine the sequence and order of the Work. D. When the limits of one Contract are the necessary or convenient means of access for the execution of another Contract, such privilege of access or any other reasonable privilege may be granted by the OWNER to the CONTRACTOR so desiring, to the extent, amount, in the manner, and at the times permitted. E. No such decision as to the method or time of conducting the Work or the use of territory shall be made the basis of any claim for delay or damage, except as provided for temporary suspension of the Work. STATE ROAD A1A WATER MAIN 01540 - 2 PROTECTION OF EXISTING FACILITIES IMPROVEMENTS – PHASE 2 1.03 PROTECTION OF STREET OR ROADWAY MARKERS A. The CONTRACTOR shall not destroy, remove, or otherwise disturb any existing survey markers or other existing street or roadway markers without proper authorization. B. No pavement breaking or excavation shall be started until all survey or other permanent marker points that will be disturbed by the construction operations have been properly referenced. C. All survey markers or points disturbed by the CONTRACTOR shall be accurately replaced after all street or roadway re-surfacing has been completed. 1.04 RESTORATION OF PAVEMENT A. General: 1. All paved areas including asphaltic concrete cut or damaged during construction shall be replaced with similar materials and of equal thickness to match the existing adjacent undisturbed areas, except where specific re-surfacing requirements have been called for in the Contract Documents or in the requirements of the agency issuing the permit. 2. All temporary and permanent pavement shall conform to the requirements of the affected pavement owner. 3. All pavements subject to partial removal shall be neatly saw-cut in straight lines. B. Temporary Re-surfacing: 1. Wherever required by the public authorities having jurisdiction, the CONTRACTOR shall place temporary surfacing promptly after backfilling and shall maintain such surfacing for the period of time fixed by said authorities before proceeding with final restoration. C. Permanent Re-surfacing: 1. To obtain a satisfactory junction with adjacent surfaces, the CONTRACTOR shall saw cut back and trim the edge so as to provide a clean, sound, vertical joint before permanent replacement of an excavated or damaged portion of pavement. 2. Damaged edges of pavement along excavations and elsewhere shall be trimmed back by saw cutting in straight lines. 3. All pavement restoration and other facilities restoration shall be constructed to finish grades compatible with adjacent undisturbed pavement. D. Restoration of Sidewalks or Private Driveways: 1. Wherever sidewalks or private roads have been removed for purposes of construction, the CONTRACTOR shall place suitable temporary sidewalks or roadways promptly after backfilling and shall maintain them in satisfactory condition for the period of time fixed by the authorities having jurisdiction over the affected portions before proceeding with the final restoration or, if no such period of time is so fixed, the CONTRACTOR shall maintain said temporary sidewalks or roadways until the final restoration thereof has been made. STATE ROAD A1A WATER MAIN 01540 - 3 PROTECTION OF EXISTING FACILITIES IMPROVEMENTS – PHASE 2 1.05 EXISTING UTILITIES AND IMPROVEMENTS A. General: 1. The CONTRACTOR shall protect all underground utilities and other improvements that may be impaired during construction operations. 2. It shall be the CONTRACTOR's responsibility to ascertain the actual location of all existing utilities and other improvements that will be encountered in its construction operations, and to see that such utilities or other improvements are adequately protected from damage due to such operations. 3. The CONTRACTOR shall take all possible precautions for the protection of unforeseen utility lines to provide for uninterrupted service and to provide such special protection as may be deemed necessary. B. Utilities to be Moved: 1. In case it shall be necessary to move the property of any public utility or franchise holder, such utility company or franchise holder will, upon request of the CONTRACTOR, be notified by the OWNER to move such property within a specified reasonable time. 2. When utility lines that are to be removed are encountered within the area of operations, the CONTRACTOR shall notify the ENGINEER a sufficient time in advance for the necessary measures to be taken to prevent interruption of service. C. Temporary Removal and/or Relocation: 1. Where the proper completion of the Work requires the temporary removal and/or relocation of an existing utility or other improvement which is indicated, the CONTRACTOR shall remove and, without unnecessary delay, temporarily replace or relocate such utility or improvement in a manner satisfactory to the ENGINEER and the owner of the facility. 2. In all cases of such temporary removal or relocation, restoration to the former location shall be accomplished by the CONTRACTOR in a manner that will restore or replace the utility or improvement as nearly as possible to its former locations and to as good or better condition than found prior to removal. D. The right is reserved to the OWNER and to the owners of public utilities and franchises to enter at any time upon any public street, alley, right-of-way, or easement for the purpose of making changes in their property made necessary by the Work of this Contract. E. Existing utility lines that are indicated or the locations of which are made known to the CONTRACTOR prior to excavation and that are to be retained, and all utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, the OWNER shall be notified immediately and the utility line shall be immediately repaired or replaced by the CONTRACTOR. F. Underground Utilities Not Indicated: 1. In the event that the CONTRACTOR damages any existing utility lines that are not indicated or the locations of which are not made known to the CONTRACTOR prior to excavation, the OWNER shall be notified immediately and a written report thereof shall be made immediately to the ENGINEER. STATE ROAD A1A WATER MAIN 01540 - 4 PROTECTION OF EXISTING FACILITIES IMPROVEMENTS – PHASE 2 2. If directed by the ENGINEER, repairs shall be made by the CONTRACTOR under the provisions for changes and extra work contained in the General Conditions. G. All costs of locating, repairing damage not due to failure of the CONTRACTOR to exercise reasonable care, and removing or relocating such utility facilities not shown in the Contract Documents with reasonable accuracy, and for equipment on the project which was actually working on that portion of the work interrupted or idled by removal or relocation of such utility facilities, and which was necessarily idled during such work will be paid for as extra work in accordance with the provisions for changes and extra work contained in the General Conditions. H. All repairs to a damaged utility or improvement are subject to inspection and approval by an authorized representative of the utility or improvement owner before being concealed by backfill. I. Maintaining Service: 1. All oil and gasoline pipelines, power, and telephone or the communication cable ducts, gas mains, water mains, irrigation lines, sewer lines, storm drainage, poles, and overhead power and communication wires and cables encountered along the line of the Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the ENGINEER are made with the owner(s) of said pipelines, ducts, main, irrigation lines, sewers, storm drains, poles, wires or cables. 2. The CONTRACTOR shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. 3. CONTRACTOR shall replace all damaged irrigation piping, heads and control lines in kind. Zones to be capped off at construction line. If this results in discontinuance of service on private property, the CONTRACTOR shall provide for irrigation service to this area(s). Refer to Specification Section 02661 for additional information and requirements. 1.06 NOTIFICATION BY THE CONTRACTOR A. Prior to any excavation in the vicinity of any existing underground facilities, including all water, sewer, storm drain, gas, petroleum products, or other pipelines; all buried electric power, communications, or television cables; all traffic signal and street lighting facilities; and all roadway and state highway rights-of-way the CONTRACTOR shall notify the respective authorities representing the owners or agencies responsible for such facilities not less than three days nor more than seven days prior to excavation so that a representative of said owners or agencies can be present during such work if they so desire. PART 2 - PRODUCTS Not used. STATE ROAD A1A WATER MAIN 01540 - 5 PROTECTION OF EXISTING FACILITIES IMPROVEMENTS – PHASE 2 PART 3 - EXECUTION Not used. END OF SECTION STATE ROAD A1A WATER MAIN 01570-1 TRAFFIC CONTROL IMPROVEMENTS – PHASE 2 SECTION 01570 TRAFFIC CONTROL PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Provide, operate and maintain equipment, services and personnel, with traffic control and protective devices, as required to expedite vehicular traffic flow around the construction area. B. Remove temporary equipment and facilities when no longer required, restore grounds to original, or to specified conditions. 1.02 REFERENCES A. Traffic regulation shall be in accordance with F.D.O.T. Roadway and Traffic Design Standards Series 600, latest Edition, Manual on Uniform Traffic Control Devices, latest Ed., and FDOT Standard Specifications, latest Ed. 1.03 TRAFFIC CONTROL PLAN A. The CONTRACTOR is to prepare a traffic control plan and/or policy statement for each phase of construction. This plan is to be presented to the ENGINEER at or before the pre-construction meeting. B. All proposed traffic control plans and policy statements shall be complete and in compliance with Section 1.02. 1.04 TRAFFIC SIGNALS AND SIGNS A. Provide and operate traffic control and directional signals required to direct and maintain an orderly flow of traffic in all areas under CONTRACTOR's control, or affected by CONTRACTOR's operations. B. Provide traffic control and direction signs, post mounted, at all areas required by Section 1.02. C. Traffic Signals - Construction requiring traffic signal modification shall be reported to the ENGINEER at least 72 hours prior to the commencement of such activities. All excavation work within 30 feet of any traffic signal shall be reported to the ENGINEER at least 72 hours prior to its commencement. D. All existing traffic signs shall remain visible throughout construction activities unless superseded by required construction signing. STATE ROAD A1A WATER MAIN 01570-2 TRAFFIC CONTROL IMPROVEMENTS – PHASE 2 1.05 ELECTRONIC VARIABLE MESSAGE BOARDS (VMB) A. Provide a minimum of two (2) VMB's for project duration. 1.06 FLAGMEN A. Provide qualified and suitably equipped flagmen when construction operations encroach on traffic lanes, as required for regulation of traffic (See Section 1.02). 1.07 FLARES AND LIGHTS A. Provide lights as required by Section 1.02. 1. To clearly delineate traffic lanes and to guide traffic as required in Section 1.02 2. For use by flagmen in directing traffic. B. Provide illumination of critical traffic and parking areas as required in Section 1.02. 1.08 CONSTRUCTION PARKING CONTROL A. Control vehicular parking to preclude interference with public traffic or parking, access by emergency vehicles, OWNER's operations, or construction operations. B. Monitor parking of construction personnel's private vehicles. 1. Maintain free vehicular access to and through parking areas and driveways. 2. Prohibit parking on or adjacent to access roads, or in non-designated areas. 1.09 CONSTRUCTION VEHICLES A. All slow moving construction vehicles shall have a slow moving sign visible from the rear of the vehicle. B. All vehicles used for construction activities shall have audible back-up warning devices. 1.10 ROAD CLOSURES A. No road shall be closed prior to receiving approval from the ENGINEER. B. At least seven days prior to a proposed road closure, the CONTRACTOR shall submit to the ENGINEER a complete traffic control plan. This plan shall include the following minimum information: 1. Sketch of work site and all area roads, streets and mark driveways. 2. Proposed detour route. 3. All necessary traffic control devices to be used. 4. Emergency CONTRACTOR contact person name and phone to be available 24 hours a day. STATE ROAD A1A WATER MAIN 01570-3 TRAFFIC CONTROL IMPROVEMENTS – PHASE 2 5. Estimated times/dates of road closure. C. The ENGINEER shall have the authority to approve an emergency road closure. PART 2 - PRODUCTS A. All traffic control devices shall meet or exceed FDOT certification standards and the Manual of Uniform Traffic Control Devices. B. All traffic signs shall have high intensity face material. PART 3 - EXECUTION A. Upon notification by the OWNER either verbally or in writing, the CONTRACTOR shall correct any noted deficiencies within one hour. B. Inspection of all traffic control items shall be accomplished at least twice per day. One of these inspections shall be at the end of the work day or at night. END OF SECTION STATE ROAD A1A WATER MAIN 01600-1 MATERIAL AND EQUIPMENT IMPROVEMENTS – PHASE 2 SECTION 01600 MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Products. B. Workmanship. C. Manufacturer's Instructions. D. Transportation and Handling. E. Storage and Protection F. Substitutions and Product Options. 1.02 RELATED REQUIREMENTS A. Section 01010: Summary of W ork. B. Section 01020: Allowances. C. Section 01090: Reference Standards. D. Section 01340: Shop Drawings, Product Data and Samples. E. Section 01640: Products and Substitutions. F. Section 01700: Contract Closeout. 1.03 PRODUCTS A. Products include material, equipment, and systems. B. Comply with Specifications and referenced standards as minimum requirements. C. Components required to be supplied in quantity within a Specification section shall be the same, and shall be interchangeable. 1.04 WORKMANSHIP A. Comply with industry standards except when more restrictive tolerances of specified requirements indicate more rigid standards or more precise workmanship. B. Perform work by persons qualified to produce workmanship for specified quality. STATE ROAD A1A WATER MAIN 01600-2 MATERIAL AND EQUIPMENT IMPROVEMENTS – PHASE 2 C. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, and racking. 1.05 MANUFACTURER'S INSTRUCTIONS A. When work is specified to comply with manufacturer's instructions, submit copies as specified in Section 01340, and distribute copies to persons involved, and maintain one set in field office. B. Perform work in accordance with details of instructions and specified requirements. Should a conflict exist between Specifications and instructions, consult with the ENGINEER. 1.06 TRANSPORTATION AND HANDLING A. Provide equipment and personnel necessary to handle products, including those provided by OWNER, by methods to prevent soiling or damage to products or packaging. B. Provide additional protection during handling as necessary to prevent scraping, marring or otherwise damaging products or surrounding surfaces. C. Handle products by methods to prevent bending or overstressing. D. Lift heavy components only at designated lifting points. 1.07 STORAGE AND PROTECTION A. Store Products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive Products in weather-tight enclosures and maintain within temperature and humidity ranges required by manufacturer's instructions. B. For exterior storage of fabricated Products, place on supports above ground. Cover Products subject to deterioration with impervious sheet covering; and provide ventilation to avoid condensation. C. Store loose granular materials on solid surfaces in a well-drained area; prevent mixing with foreign matter. D. Arrange storage to provide access for inspection. Periodically inspect to assure Products are undamaged, and are maintained under required conditions. E. After installation, provide coverings to protect Products from damage from traffic and construction operations. Remove when no longer needed. F. During such periods of time that are designated by the United States Weather Bureau as being a hurricane warning or alert, construction materials or equipment shall be secured against displacement by wind forces. PART 2 - PRODUCTS Not used. STATE ROAD A1A WATER MAIN 01600-3 MATERIAL AND EQUIPMENT IMPROVEMENTS – PHASE 2 PART 3 - EXECUTION Not used. END OF SECTION STATE ROAD A1A WATER MAIN 01640 - 1 PRODUCTS AND SUBSTITUTIONS IMPROVEMENTS – PHASE 2 SECTION 01640 PRODUCTS AND SUBSTITUTIONS PART 1 - GENERAL 1.01 PRODUCTS LIST: A. In general, product substitutions shall be submitted fourteen (14) days prior to the Bid Opening Date, however, there will be a ten (10) day period upon issuance of a Contract in which substitutions will be considered under specific conditions. Within 10 days after commencement date of Contract, submit to ENGINEER two copies of a complete list of all products proposed to be used, with name of the manufacturer and the installing subcontractor. Tabulate list by each specification section. B. For products specified under reference standards, include with listing of each product: 1. Name and address of manufacturer. 2. Trade name. 3. Model or catalog designation. 4. Manufacturer's data: a. Performance and test data. b. Reference standards. C. CONTRACTOR's Option: For products specified only by reference standards, select any product meeting that standard. For products specified by naming several products or manufacturers, select any one of the products or manufacturers names, which complies with the specifications. 1.02 SUBSTITUTIONS: A. Substitutions shall generally be submitted fourteen (14) days prior to the Bid Opening Date as outlined in General Requirements. B. For a period of 10 days after commencement date of Contract, ENGINEER may consider written requests from CONTRACTOR for substitution of approved products. During this period, substitutions will only be considered under the following conditions: 1. Proposed substitution requests which will result in an increase in the project cost will NOT be considered. 2. Proposed substitution shall result in a decrease in the total construction duration and associated Contract time. In these instances, the ENGINEER will assess and determine whether or not the proposed substitution would result in a net benefit to the OWNER based on a reduction in the project duration. 3. Proposed substitution will resolve an unanticipated conflict identified during the completion of the Work. STATE ROAD A1A WATER MAIN 01640 - 2 PRODUCTS AND SUBSTITUTIONS IMPROVEMENTS – PHASE 2 C. Substitution Conditions: Refer to Supplementary Conditions. Requests by CONTRACTOR will be considered when reasonable, timely, fully documented and qualifying under one or more of the following circumstances: 1. Related to an "or equal" or similar provision in contract documents. 2. Required product cannot be supplied in time for compliance with Contract Time Requirements. 3. Required product is not acceptable to governing authority, or determined to be non- compatible, or cannot be properly coordinated, warranted or insured or has other recognized disability as certified by CONTRACTOR. 4. Substantial advantage is offered to CONT after deducting offsetting disadvantages including delays, additional compensation to ENGINEER for redesign, investigation, evaluation and other necessary services and similar considerations. D. Submit a separate request for each product, three copies of each submittal, to include the following: 1. Complete data substantiating compliance of proposed substitution with Contract Documents. a. Product identification, including manufacturer name and address. b. Manufacturer's literature including product description, performance and test data and reference standards. c. Samples where appropriate and/or requested. d. Name and address of two similar projects on which product was used successfully in a similar application. e. Detailed description of proposed construction method. f. Drawings illustrating construction method. 2. Itemized comparison of proposed substitution with product or method specified. 3. Date relating to changes in construction schedule; any change in the contract time; effect on other trades. 4. Accurate cost data on proposed substitution in comparison with product or method specified, including a proposal of the net change in the contract sum. E. The ENGINEER will be the sole judge of the acceptability of the proposed substitution. F. In making request for substitution CONTRACTOR represents: 1. He has personally investigated proposed product or method, and determined that it is equal or superior in all respects to that specified. 2. He will provide the same warranties, guarantees or bonds for the substitution as for the product or method specified herein. 3. He will coordinate the installation of an accepted substitution into the Work, and make such other changes as may be required to make the Work complete in all respects. STATE ROAD A1A WATER MAIN 01640 - 3 PRODUCTS AND SUBSTITUTIONS IMPROVEMENTS – PHASE 2 4. He waives the right to claims for additional costs related to the substitution which may subsequently become apparent and waives all rights to additional payment and time which may subsequently be necessitated, by failure of the substitution to perform as specified, and for the required Work to make corrections thereof. 5. Cost data is complete and includes all related costs under his contract. G. Substitutions will not be considered if: 1. They are indicated or implied on shop drawings or project data submittals without formal request submitted in accordance with the Contract Documents. 2. Acceptance will require revision of the Contract Documents. H. After date bids are reviewed, approval of substitutions shall be governed by change order procedure. 1.03 PROCEDURAL REQUIREMENTS: A. General Limitations: Where possible, provide entire required quantity of each generic product, material or equipment from a single source; and, where not possible to do so, match separate products as closely as possible. To extend selection process is under CONTRACTOR's control, provide compatible products, materials and equipment. Where available and complying with requirements, provide standard products which have been used previously and successfully in similar applications, and which are recommended by manufacturers for applications indicated. PART 2 – PRODUCTS Not used. PART 3 – EXECUTION Not used. END OF SECTION STATE ROAD A1A WATER MAIN 01658 - 1 TEMPORARY EROSION AND IMPROVEMENTS – PHASE 2 SEDIMENTATION CONTROL SECTION 01658 TEMPORARY EROSION AND SEDIMENTATION CONTROL PART 1 - GENERAL 1.01 DESCRIPTION A. Provide erosion control measures on the project and in areas outside the right-of-way where work is accomplished in conjunction with the project, so as to prevent pollution of water, detrimental effects to public or private property adjacent to the project right-of-way and damage to work on the project. Construct and maintain temporary erosion control features or, where practical, construct and maintain permanent erosion control features as shown in the plans or as may be directed by the OWNER. 1.02 GENERAL A. Coordinate the installation of temporary erosion control features with the construction of the permanent erosion control features to the extent necessary to ensure economical, effective, and continuous control of erosion and water pollution throughout the life of the Contract. B. CONTRACTOR or his subcontractor must employ a person who holds a certification as a Florida Department of Environmental Protection NPDES Construction Site Inspector. C. Due to unanticipated conditions, the OWNER may direct the use of control features or methods other than those included in the original Contract. 1.03 CONTROL OF CONTRACTOR’S OPERATIONS WHICH MAY RESULT IN WATER POLLUTION. A. Prevent pollution of streams, canals, lakes, reservoirs, and other water impoundments with fuels, oils, bitumens, calcium chloride, or other harmful materials. Also, conduct and schedule operations to avoid or otherwise minimize pollution or siltation of such water impoundments, and to avoid interference with movement of migratory fish. Do not dump any residue from dust collectors or washers into any live stream. B. Restrict construction operations in rivers, streams, lakes, tidal waters, reservoirs, canals, and other water impoundments to those areas where it is necessary to perform filling or excavation to accomplish the work shown in the plans and to those areas which must be entered to construct temporary or permanent structures. As soon as conditions permit, promptly clear rivers, streams, and impoundments of all obstructions placed therein or caused by construction operations. C. Except as necessary for construction, do not deposit excavated material in rivers, streams, canals, or impoundments, or in a position close enough thereto, to be washed away by high water or runoff. D. Where pumps are used to remove highly turbid waters from enclosed construction areas such as cofferdams or forms, treat the water by one or more of the following methods prior to discharge into State waters: pumping into grassed swales or appropriate STATE ROAD A1A WATER MAIN 01658 - 2 TEMPORARY EROSION AND IMPROVEMENTS – PHASE 2 SEDIMENTATION CONTROL vegetated areas or sediment basins, or confined by an appropriate enclosure such as turbidity barriers when other methods are not considered appropriate. E. Do not disturb lands or waters outside the limits of construction as staked, except as authorized by the OWNER. F. Obtain the OWNER's approval for the location of, and method of operation in, borrow pits, material pits, and disposal areas furnished for waste material from the project (other than commercially operated sources) such that erosion during and after completion of the work will not result in probability of detrimental siltation or water pollution. PART 2 - PRODUCTS 2.01 MATERIALS FOR TEMPORARY EROSION CONTROL. A. The OWNER will not require testing of materials used in construction of temporary erosion control features other than as provided for geotextile fabric in 985-3 unless such material is to be incorporated into the completed project. When no testing is required, the OWNER will base acceptance on visual inspection. B. The CONTRACTOR may use new or used materials for the construction of temporary silt fence, staked turbidity barriers, and floating turbidity barrier not to be incorporated into the completed project, subject to the approval of the OWNER. 2.02 PRECONSTRUCTION REQUIREMENTS. A. At the Preconstruction Conference, provide to the OWNER an Erosion Control Plan meeting the requirements or special conditions of all permits authorizing project construction. If no permits are required or the approved permits do not contain special conditions or specifically address erosion and water pollution, the project Erosion Control Plan will be governed by Section 3.02 herein, and FDOT Section 104. B. Ensure the Erosion Control Plan includes procedures to control off-site tracking of soil by vehicles and construction equipment and a procedure for cleanup and reporting of non- storm water discharges, such as contaminated groundwater or accidental spills. Do not begin any soil disturbing activities until OWNER's direction. C. Failure to sign any required documents or certification statements will be considered a default of the Contract. Any soil disturbing activities performed without the required signed documents or certification statements may be considered a violation of the DEP Generic Permit. D. When the SWPPP is required, prepare the Erosion Control Plan in accordance with the planned sequence of operations and present in a format acceptable to the OWNER. The Erosion Control Plan shall describe, but not be limited to, the following items or activities: 1. For each phase of construction operations or activities, supply the following information: a. Locations of all erosion control devices b. Types of all erosion control devices c. Estimated time erosion control devices will be in operation STATE ROAD A1A WATER MAIN 01658 - 3 TEMPORARY EROSION AND IMPROVEMENTS – PHASE 2 SEDIMENTATION CONTROL d. Monitoring schedules for maintenance of erosion control devices e. Methods of maintaining erosion control devices f. Containment or removal methods for pollutants or hazardous wastes 2. The name and telephone number of the person responsible for monitoring and maintaining the erosion control devices. 3. Do not begin construction activities until after the OWNER has received the Erosion Control Plan. E. Comply with the approved Erosion Control Plan. PART 3 - EXECUTION 3.01 CONSTRUCTION REQUIREMENTS A. Limitation of Exposure of Erodible Earth: The OWNER may limit the surface areas of unprotected erodible earth exposed by the construction operation and may direct the CONTRACTOR to provide erosion or pollution control measures to prevent contamination of any river, stream, lake, tidal waters, reservoir, canal, or other water impoundments or to prevent detrimental effects on property outside the project right-of-way or damage to the project. Limit the area in which excavation and filling operations are being performed so that it does not exceed the capacity to keep the finish grading, grassing, sodding, and other such permanent erosion control measures current in accordance with the accepted schedule. Do not allow the surface area of erodible earth that clearing and grubbing operations or excavation and filling operations expose to exceed 750,000 sq ft without specific prior approval by the ENGINEER. This limitation applies separately to clearing and grubbing operations and excavation and filling operations. The ENGINEER may increase or decrease the amount of surface area the CONTRACTOR may expose at any one time. B. Incorporation of Erosion Control Features: Incorporate permanent erosion control features into the project at the earliest practical time. Use approved temporary erosion control features to correct conditions that develop during construction which were not foreseen at the time of design, to control erosion prior to the time it is practical to construct permanent control features, or to provide immediate temporary control of erosion that develops during normal construction operations, which are not associated with permanent erosion control features on the project. The OWNER may authorize temporary erosion control features when Topsoil is specified in the Contract and the limited availability of that material from the grading operations will prevent scheduled progress of the work or damage the permanent erosion control features. C. Scheduling of Successive Operations: Schedule operations such that the area of unprotected erodible earth exposed at any one time is not larger than the minimum area necessary for efficient construction operations, and the duration of exposure of uncompleted construction to the elements is as short as practicable. Schedule and perform clearing and grubbing so that grading operations can follow immediately thereafter. Schedule and perform grading operations so that permanent STATE ROAD A1A WATER MAIN 01658 - 4 TEMPORARY EROSION AND IMPROVEMENTS – PHASE 2 SEDIMENTATION CONTROL erosion control features can follow immediately thereafter if conditions on the project permit. D. Details for Temporary Erosion Control Features: 1. General: Use temporary erosion and water pollution control features that consist of, but are not limited to, temporary grassing, temporary sodding, temporary mulching, sandbagging, slope drains, sediment basins, sediment checks, berms, baled hay or straw, floating turbidity barrier, staked turbidity barrier and silt fence. For design details for some of these items, refer to the Water Quality Section of the FDOT Design Standards. 2. Temporary Grassing: The OWNER may designate certain areas of grassing constructed in accordance with Section 104 as temporary erosion control features. The OWNER may direct the CONTRACTOR to omit permanent type grass seed from grassing and reduce the specified rate of spread for fertilizer used in conjunction with grassing operations when such work is designated as a temporary erosion control feature. 3. Temporary Sod: Furnish and place sod in accordance with Section 104within areas designated by the OWNER to temporarily control erosion. If the OWNER determines that the sod will be of a temporary nature, he may not require fertilizer and lime. Keep the sod in a moist condition in order to ensure growth. The CONTRACTOR shall be responsible for all required watering. 4. Temporary Mulching: Furnish and apply a 2 to 4 inch thick blanket of straw or hay mulch to designated areas, then mix or force the mulch into the top 2 inches of the soil in order to temporarily control erosion. Use only undecayed straw or hay which can readily be cut into the soil and which otherwise complies with Section 981. The CONTRACTOR may substitute other measures for temporary erosion control, such as hydromulching, chemical adhesive soil stabilizers, etc., for mulching with straw or hay, if approved by the OWNER. When beginning permanent grassing operations, plow under temporary mulch materials in conjunction with preparation of the ground. 5. Sandbagging: Furnish and place sandbags in configurations to control erosion and siltation. 6. Slope Drains: Construct slope drains in accordance with the details shown in the plans, the Design Standards, or as may be approved as suitable to adequately perform the intended function. 7. Sediment Basins: Construct sediment basins in accordance with the details shown in the plans, the Design Standards, or as may be approved as suitable to adequately perform the intended function. Clean out sediment basins as necessary in accordance with the plans or as directed. 8. Berms: Construct temporary earth berms to divert the flow of water from an erodible surface. 9. Baled Hay or Straw: Provide bales having minimum dimensions of 14 by 18 by 36 inches at the time of placement. Construct Baled Hay or Straw dams according to details shown in the plans, as directed by the OWNER or as shown in the FDOT Design Standards to protect against downstream accumulations of sediment. Use natural baled hay or straw meeting the requirements of Section 981 or synthetic hay bales may be used as an alternative to natural baled hay or straw. STATE ROAD A1A WATER MAIN 01658 - 5 TEMPORARY EROSION AND IMPROVEMENTS – PHASE 2 SEDIMENTATION CONTROL Synthetic hay bales should be interlocking, have pre-made stake holes, are made of synthetic fibers (polypropylene, nylon, polyester) that meet the Environmental Protection Agency’s TCLP standards, and produced into a filter medium with needle-punched fibers. Use synthetic hay bales listed on the Qualified Products List. Wash out and remove sediment deposits when the deposits reach 1/2 the height of the reusable synthetic hay bale or as directed by the OWNER. Dispose of the washout in accordance with 104-3 or in an area approved by the OWNER. Synthetic hay bales that have had sediment deposits removed may be reinstalled on the project as approved by the OWNER. 10. Temporary Silt Fences: a. General: Furnish, install, maintain, and remove temporary silt fences, in accordance with the manufacturer’s directions, these Specifications, the details as shown on the plans, and the FDOT Design Standards. b. Materials and Installation: Use a geotextile fabric made from woven or nonwoven fabric, meeting the physical requirements of Section 985 according to those applications for erosion control. Choose the type and size of posts, wire mesh reinforcement (if required), and method of installation. Do not use products which have a separate layer of plastic mesh or netting. Provide a durable and effective temporary silt fence that controls sediment comparable to the Design Standards, Index No. 102. Install all sediment control devices in a timely manner to ensure the control of sediment and the protection of lakes, streams, gulf or ocean waters, or any wetlands associated therewith and to any adjacent property outside the right-of-way as required. At sites where exposure to such sensitive areas is prevalent, complete the installation of any sediment control device prior to the commencement of any earthwork. After installation of sediment control devices, repair portions of any devices damaged at no expense to the OWNER. Erect temporary silt fence at upland locations across ditchlines and at temporary locations shown on the plans or approved by the ENGINEER where continuous construction activities change the natural contour and drainage runoff. Do not attach temporary silt fence to existing trees unless approved by the OWNER. c. Inspection and Maintenance: Inspect all temporary silt fences immediately after each rainfall and at least daily during prolonged rainfall. Immediately correct any deficiencies. In addition, make a daily review of the location of silt fences in areas where construction activities have changed the natural contour and drainage runoff to ensure that the silt fences are properly located for effectiveness. Where deficiencies exist, install additional silt fences as directed by the ENGINEER. Remove sediment deposits when the deposit reaches approximately 1/2 of the volume capacity of the temporary silt fence or as directed by the ENGINEER. Dress any sediment deposits remaining in place after the temporary silt fence is no longer required to conform with the finished grade, and prepare and seed them in accordance with Section 104. STATE ROAD A1A WATER MAIN 01658 - 6 TEMPORARY EROSION AND IMPROVEMENTS – PHASE 2 SEDIMENTATION CONTROL 11. Floating Turbidity Barriers and Staked Turbidity Barriers: Install, maintain, and remove turbidity barriers to contain turbidity that may occur as the result of dredging, filling, or other construction activities which may cause turbidity to occur in the waters of the State. The CONTRACTOR may need to deploy turbidity barriers around isolated areas of concern such as seagrass beds, coral communities, etc. both within as well as outside the right-of-way limits. The OWNER will identify such areas. Place the barriers prior to the commencement of any work that could impact the area of concern. Install the barriers in accordance with the details shown in the plans or as approved by the OWNER. Ensure that the type barrier used and the deployment and maintenance of the barrier will minimize dispersion of turbid waters from the construction site. The OWNER may approve alternate methods or materials. Operate turbidity barriers in such a manner to avoid or minimize the degradation of the water quality of the surrounding waters. 12. Rock Bags: Furnish and place rock bags to control erosion and siltation. Place the bags as shown in the plans, the FDOT Design Standards or as directed by the OWNER. Use a fabric material with openings that are clearly visible to minimize clogging yet small enough to prevent rock loss. Use material of sufficient strength to allow removing and relocating bags without breakage. The bag size when filled with rocks shall be approximately 12 by 12 by 4 inch. Use No. 4 or No. 5 coarse aggregate rock. 13. Artificial Coverings: a. General: Install artificial coverings in locations where temporary protection from erosion is needed. Two situations occur that require artificial coverings. The two situations have differing material requirements, which are described below. 1) Use artificial coverings composed of natural or synthetic fiber mats, plastic sheeting, or netting as protection against erosion, when directed by the OWNER, during temporary pauses in construction caused by inclement weather or other circumstances. Remove the material when construction resumes. 2) Use artificial coverings as erosion control blankets, at locations shown in the plans, to facilitate plant growth while permanent grassing is being established. For the purpose described, use non-toxic, biodegradable, natural or synthetic woven fiber mats. Install in accordance with 571-3 as for plastic erosion mat. Install erosion control blankets capable of sustaining a maximum design velocity of 6.5 ft/sec as determined from tests performed by Utah State University, Texas Transportation Institute or an independent testing laboratory approved by the OWNER. Furnish to the OWNER, two certified copies of manufacturers test reports showing that the erosion control blankets meet the requirements of this Specification. Certification must be attested, by a person having legal authority to bind the manufacturing company. Also, furnish two 4 by 8 inch samples for product identification. The manufacturers test records shall be made available to the OWNER upon request. Leave the material in place, as installed, to biodegrade. E. Removal of Temporary Erosion Control Features: In general, remove or incorporate into the soil any temporary erosion control features existing at the time of construction of the permanent erosion control features in an area of the project in such a manner that no STATE ROAD A1A WATER MAIN 01658 - 7 TEMPORARY EROSION AND IMPROVEMENTS – PHASE 2 SEDIMENTATION CONTROL detrimental effect will result. The ENGINEER may direct that temporary features be left in place. 3.02 INSPECTIONS AND REPORTING A. The CONTRACTOR's certified NPDES Construction Site Inspector shall complete the required NPDES construction site inspection reports and provide them to the OWNER. Reports shall be done on a weekly basis, at a minimum. 3.03 MAINTENANCE OF EROSION CONTROL FEATURES. A. General: Provide routine maintenance of permanent and temporary erosion control features, at no expense to the OWNER, until the project is complete and accepted. If reconstruction of such erosion control features is necessary due to the CONTRACTOR’s negligence or carelessness or, in the case of temporary erosion control features, failure by the CONTRACTOR to install permanent erosion control features as scheduled, the CONTRACTOR shall replace such erosion control features at no expense to the OWNER. B. Inspect all erosion control features at least once every seven calendar days and within 24 hours of the end of a storm of 0.50 inch or greater. Maintain all erosion control features as required in the Stormwater Pollution Prevention Plan, CONTRACTOR’s Erosion Control plan and as specified in the State of Florida Department of Environmental Protection Generic Permit for Stormwater Discharge from Large and Small Construction Activities. C. Mowing: The OWNER may direct mowing of areas within the limits of the project, in addition to and apart from those areas specified in Section 104. Mow these designated areas within seven days of receiving such order. Remove and properly dispose of all litter and debris prior to the mowing operation. Use conventional and specialized equipment along with hand labor to mow the entire area including slopes, wet areas, intersections, overpasses and around all appurtenances. Mow all areas to obtain a uniform height of 6 inches, unless directed otherwise by the OWNER. 3.04 PROTECTION DURING SUSPENSION OF CONTRACT TIME. A. If it is necessary to suspend the construction operations for any appreciable length of time, shape the top of the earthwork in such a manner to permit runoff of rainwater, and construct earth berms along the top edges of embankments to intercept runoff water. Provide temporary slope drains to carry runoff from cuts and embankments that are in the vicinity of rivers, streams, canals, lakes, and impoundments. Locate slope drains at intervals of approximately 500 feet, and stabilize them by paving or by covering with waterproof materials. Should such preventive measures fail, immediately take such other action as necessary to effectively prevent erosion and siltation. The OWNER may direct the CONTRACTOR to perform, during such suspensions of operations, any other erosion control work deemed necessary. END OF SECTION STATE ROAD A1A WATER MAIN 01700-1 CONTRACT CLOSEOUT IMPROVEMENTS – PHASE 2 SECTION 01700 CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Substantial Completion B. Final inspection after completion C. Final cleaning D. CONTRACTOR’s closeout submittals E. Final adjustment of accounts 1.02 SUBSTANTIAL COMPLETION A. When CONTRACTOR considers work has reached substantial completion, he shall submit to the ENGINEER the following: 1. Written notice that the work is substantially complete in accordance with Contract Documents. 2. A list of items yet to be completed or corrected and explanations thereof. B. Within a reasonable time upon receipt of such notice, the ENGINEER will make an inspection, if necessary, to determine the status of completion. C. Should the ENGINEER determine that the work is not substantially complete: 1. The ENGINEER will promptly notify the CONTRACTOR in writing, giving the reasons thereof. 2. CONTRACTOR shall remedy the deficiencies in the work and send a second written notice of Substantial Completion to the ENGINEER. 3. Upon receipt of the second notice, the ENGINEER will reinspect the Work. D. When the ENGINEER finds that the Work is substantially complete he will issue a Certificate of Substantial Completion with a tentative list of items to be completed or corrected before final inspection. 1.03 FINAL INSPECTION AFTER COMPLETION A. When CONTRACTOR considers the Work is complete with all minor deficiencies completed or corrected, he shall submit written certification that: 1. Contract Document requirements have been met. 2. Work has been inspected for compliance with Contract Documents. STATE ROAD A1A WATER MAIN 01700-2 CONTRACT CLOSEOUT IMPROVEMENTS – PHASE 2 3. Work has been completed in accordance with Contract Documents. 4. All minor deficiencies have been corrected or completed and the Work is ready for final inspection. 5. Project record documents are complete and submitted. B. Within a reasonable time upon receipt of such certification, the ENGINEER will make an inspection to verify the status of completion. C. Should the ENGINEER determine that the work is incomplete or defective: 1. The ENGINEER will promptly notify the CONTRACTOR in writing, listing the incomplete or defective work. 2. CONTRACTOR shall remedy the deficiencies in the work and send a second written certification to the ENGINEER that the Work is complete. 3. Upon receipt of the second certification, the ENGINEER will reinspect the Work. D. When the ENGINEER determines that the work is acceptable, under the Contract Documents, he shall request the CONTRACTOR to make closeout submittals. 1.04 FINAL CLEANING A. Execute prior to final inspection. B. Clean site; sweep paved areas, rake clean other surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the Project and from the site. 1.05 CONTRACTOR'S CLOSEOUT SUBMITTALS A. Project Record Documents 1. At Contract closeout, submit documents with transmittal letter containing date, Project title, CONTRACTOR’S name and address, list of documents, and signature of CONTRACTOR. 2. Drawings: Legibly marked to record actual construction: a. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. b. Drawings shall be signed and sealed by a surveyor registered in the State of Florida. 3. Specifications and Addenda: Legibly mark each Section to record. 4. Changes made by Field Order or by Change Order. B. Evidence of payment and Release of Liens. 1.06 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to the ENGINEER. STATE ROAD A1A WATER MAIN 01700-3 CONTRACT CLOSEOUT IMPROVEMENTS – PHASE 2 B. Statement shall reflect all adjustments to the Contract Sum. 1. The original Contract sum. 2. Additions and deductions resulting from: a. Previous change orders or written amendment. b. Allowances c. Unit prices d. Deductions for uncorrected work. e. Penalties and bonuses f. Deductions for liquidated damages g. Other adjustments 3. Total Contract Sum as adjusted 4. Previous payments 5. Sum remaining due PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION STATE ROAD A1A WATER MAIN 01720 - 1 RECORD DRAWINGS IMPROVEMENTS – PHASE 2 SECTION 01720 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Maintain at the site of the OWNER a record copy of: 1. Drawings 2. Specifications 3. Addenda 4. Change Orders and other modifications to the Contract. 5. Approved Shop Drawings, Product Data and Samples. 6. Field Test Records. 1.02 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in CONTRACTOR’s field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI format. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by OWNER’s Representative. 1.04 MARKING DEVICES A. Provide felt tip marking pens for recording information in the color code designated by OWNER. STATE ROAD A1A WATER MAIN 01720 - 2 RECORD DRAWINGS IMPROVEMENTS – PHASE 2 1.05 RECORDING A. Label each document, “PROJECT RECORD” in neat large printed letters, or by rubber stamp. B. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. C. Drawings: Legibly mark to record actual construction (hard copy): 1. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structures. 3. Field changes of dimension and detail. 4. Changes made by Field Order or by Change Order. 5. Details not on original Contract Drawings. D. Specifications and Addenda; legibly mark each Section to record: 1. Manufacturer, trade name, catalog number, and supplier of each produce and item of equipment actually installed. 2. Changes made by Field Order or by Change Order. 1.06 AS-BUILT PLANS (RECORD DRAWINGS A. The CONTRACTOR shall maintain full size (22”x34”) field drawings to reflect the “as-built” items of work as the work progresses. Upon completion of the work, the CONTRACTOR shall prepare a record set of “as-built” drawings on full-size, reproducible material and an electronic file in ACAD 2018 Format or Latest Version. One set of full size design drawings on reproducible material will be furnished to the CONTRACTOR by the design ENGINEER at the current square foot price. An electronic file of the design drawings on a compact disk will be furnished to the CONTRACTOR by the design ENGINEER at no additional cost. No additional payment will be made for those “as-built” drawings. B. The cost of maintaining record changes, and preparation of the Record Drawings shall be included in the unit prices bid for the affected items. Upon completion of the work the CONTRACTOR shall furnish the ENGINEER the reproducible “as-built” Drawings and the electronic files. The completed Record drawings shall be delivered to the ENGINEER at least 48 hours prior to final inspection of the work. The Final inspection will not be conducted unless the Record Drawings are in the possession of the ENGINEER. C. The completed (or final) record drawings shall be certified by a Professional Land surveyor registered in the State of Florida. This certification shall consist of the surveyor’s embossed seal bearing his registration number, the surveyor’s signature and date on each sheet of the drawing set. In addition, the key sheet, cover sheet or first sheet of the plans set shall list the business address and telephone number of the surveyor. D. Representative items of work that should be shown on the record drawings as verified, changed or added are shown below: STATE ROAD A1A WATER MAIN 01720 - 3 RECORD DRAWINGS IMPROVEMENTS – PHASE 2 1. Plans: a. Structure types, location with grade of rim and flow-line elevations. b. Sewer type, length, size and elevations. c. Utility type, length, size and elevation in conflict structures. d. All maintenance access structures, valves and hydrants within right-of way. e. Spot (critical) elevations at plateaued intersections, P.C., P.T., midpoint of all intersections. f. Sewer laterals shall be stationed between maintenance access structures. 2. Pavement Marking and Signing Plans: Sign location where installed if different from plans. 3. Water and Sewer Plans: Location (horizontal and vertical) of all pipe lines, structures, fittings, valves and appurtenances and water /sanitary sewer pipe crossings. E. The CONTRACTOR shall submit three sets of progress record drawings with each application for payment. These drawings shall accurately depict the work completed and for which payment is being requested. F. As-built drawings shall include the following criteria at a minimum. 1. As-builts of water lines shall include the following information: a. Top of pipe elevations and horizontal location every 100 lf. b. Locations and elevations of all fittings including bends, tees, gate valves, double detector check valves, fire hydrant, etc. c. All tie-ins to existing lines shall be as-built. d. The ends of all water services at the buildings or homes shall be as-built or where the water service terminates. 2. As-builts of all gravity sanitary sewer lines include the following information: a. Rims, inverts and length of piping between structures as well as slopes. b. The stub ends of all sewer laterals shall be located and if there are any cleanouts installed on the sewer laterals then the invert elevation of these cleanouts need to be obtained. c. Lift station as-builts shall consist of top of wet well elevation, invert elevation of the incoming line, bottom of the wet well and as-builts of the compound area. 3. Force main as-builts shall be prepared the same as the water line as-builts. 4. As-builts of all drainage lines shall include the following information: a. Rims, inverts and length of piping between structures and weir elevations if applicable. STATE ROAD A1A WATER MAIN 01720 - 4 RECORD DRAWINGS IMPROVEMENTS – PHASE 2 b. The size of the piping shall be verified by the survey crew at the time of as-built. 5. All rock as-builts for parking lot, roadways and swales areas shall consist of the following: a. Rock elevations at all high and low points, and at enough intermediate point’s to confirm slope consistency and every 50’ for roadways. b. Rock as-builts shall be taken at all locations where there is a finish grade elevation shown on the design plans. c. All catch basin and manhole rim elevations shall be shown. d. Elevations around island areas will also be required. e. As-builts shall be taken on all paved and unpaved swales prior to placement of asphalt and/or topsoil/sod, at enough intermediate points to confirm slope consistency and conformance to the plan details. 6. Lake and canal bank as-builts shall include a key sheet of the lake for the location of cross sections. Lake and canal bank cross sections shall be plotted at a minimum of every 100 lf, unless otherwise specified. As builts shall consist of the location and elevation of the top of bank, edge of water and the deep cut line, with the distance between each shown on the drawing. 7. Retention area as-built elevations shall be taken at the bottom of the retention area and at the top of bank. If there are contours indicated on the design plans, then they shall be as-built as well 8. If a change is made via field order or deviation to any structure, pipeline, etc., a new location shall be noted on the as-builts. The ENGINEER may request additional as-built information to verify horizontal or vertical locations. 1.07 SUBMITTAL A. At Contract closeout, deliver Record Documents to OWNER’s Representative, or presentation to the OWNER. B. A complete set of “As-Built” Drawings shall be prepared and delivered to the OWNER’s Representative for the OWNER. Work shall be performed by a Registered Professional Land Surveyor and shall include, but not be limited to the following: 1. Valve boxes, splice boxes, pull boxes, al underground utilities-waterlines, electrical runs, irrigation system, storm drainage pipe and structures, finished necessary grades, benches, curbs, fences walls signs, light fixtures and other items as necessary. C. Accompany submittal with transmittal letter in duplicate, containing: 1. Date. 2. Project title and number. 3. CONTRACTOR’s name and address. 4. Title and number of each Record Document. 5. Signature of CONTRACTOR or his authorized representative. STATE ROAD A1A WATER MAIN 01720 - 5 RECORD DRAWINGS IMPROVEMENTS – PHASE 2 PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION STATE ROAD A1A WATER MAIN 01740 - 1 WARRANTIES IMPROVEMENTS – PHASE 2 SECTION 01740 WARRANTIES PART 1 - GENERAL 1.01 SECTION INCLUDES A. Administrative and procedural requirements for warranties required by the Contract Documents, including manufacturers standard warranties on products and special warranties. Refer to the General Conditions for terms of the CONTRACTOR's period for correction of the Work. B. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the CONTRACTOR of the warranty on the Work that incorporates the products. Manufacturer's disclaimers and limitations on product warranties do not relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with the CONTRACTOR. 1.02 DEFINITIONS A. Standard product warranties are preprinted written warranties published by individual manufacturers for particular products and are specifically endorsed by the manufacturer to the OWNER. B. Special warranties are written warranties required by or incorporated in the Contract Documents, either to extend time limits provided by standard warranties or to provide greater rights for the OWNER. 1.03 WARRANTY REQUIREMENTS A. Related Damages and Losses: When correcting failed or damaged warranted construction, remove and replace construction that has been damaged as a result of such failure or must be removed and replaced to provide access for correction of warranted construction. B. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, CONTRACTOR shall reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation. C. Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requirements of the Contract Documents. The CONTRACTOR is responsible for the cost of replacing or rebuilding defective Work regardless of whether the OWNER has benefited from use of the Work through a portion of its anticipated useful service life. D. OWNER's Recourse: Expressed warranties made to the OWNER are in addition to implied warranties and shall not limit the duties, obligations, rights, and remedies otherwise available under the law. Expressed warranty periods shall not be interpreted as STATE ROAD A1A WATER MAIN 01740 - 2 WARRANTIES IMPROVEMENTS – PHASE 2 limitations on the time in which the OWNER can enforce such other duties, obligations, rights, or remedies. E. Rejection of Warranties: The OWNER reserves the right to reject warranties and to limit selection to products with warranties not in conflict with requirements of the Contract Documents. F. Where the Contract Documents require a special warranty, or similar commitment on the Work or part of the Work, the OWNER reserves the right to refuse to accept the Work, until the CONTRACTOR presents evidence that entities required to countersign such commitments are willing to do so. 1.04 SUBMITTALS A. Submit written warranties to the ENGINEER prior to the date certified for Final Completion. The Engineer's Certificate of Final Completion designates a commencement date for warranties for the Work. Submit written warranties upon request of the ENGINEER. B. When the Contract Documents require the CONTRACTOR, or the CONTRACTOR and a subcontractor, supplier or manufacturer to execute a special warranty, prepare a written document that contains appropriate terms and identification, ready for execution by the required parties. Submit a draft to the OWNER, through the ENGINEER, for approval prior to final execution. C. Form of Submittal: At Final Completion compile 2 copies of each required warranty properly executed by the CONTRACTOR, or by the CONTRACTOR, subcontractor, supplier, or manufacturer. Organize the warranty documents into an orderly sequence. D. Bind warranties and bonds in heavy-duty, commercial-quality, durable 3-ring, vinyl covered loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8 ½ x 11-inch paper. E. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product, and the name, address, and telephone number of the Installer. F. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project title or name, and name of the CONTRACTOR. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION DIVISION 2 SITE WORK STATE ROAD A1A WATER MAIN 02010-1 SUBSURFACE INVESTIGATION IMPROVEMENTS – PHASE 2 SECTION 02010 SUBSURFACE INVESTIGATION PART 1 - GENERAL 1.01 RESPONSIBILITY A. Subsurface explorations have been made and copies of the results are included herein for reference. This information was obtained primarily for use in preparing the pavement base and subgrade design, the CONTRACTOR may draw his own conclusions therefrom. No responsibility is assumed by the ENGINEER or OWNER for subsoil quality or condition other than at the locations, and at the time the exploration was made. No claim for extra compensation or for extension of time will be allowed on account of subsurface conditions inconsistent with the data shown, except as may be provided elsewhere herein. PART 2 - PRODUCTS 2.01 SOIL BORINGS A. Copies of the following are included herein: 1. Soft dig data. 2. Soil boring data. PART 3 - EXECUTION Not used. END OF SECTION SOFT DIGS Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: 10/25/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH1 Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM IMAGES SURFACE Size:2 - 2 INCH & 1 - 4 INCH Material (*):PVC Type:TELEPHONE Manual Depth:2.40 Direction:N-S Owner:AT&T Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric FG (Fiberglass)CPP (Corrugated Plastic Pipe) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) WATERMAIN NOT FOUND. Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) WATERMAIN NOT FOUND. Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric ID'd By:HP COORDINATES (BY OTHERS) Northing: Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY N-S Owner:FPL Marked By:HP SURFACE Size:2" Material (*):BURIED CABLE Type:ELECTRIC Manual Depth:2.06 Direction: SR A1A (OCEAN BLVD)Checked By:CM IMAGES PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH1A Date Excavated:10/25/2019 GULFSTREAM, FLORIDA Truck No.: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: 10/25/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH2 Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM IMAGES SURFACE Size:UNKNOWN Material (*):STEEL Type:WATERMAIN Manual Depth:4.70 Direction:N-S Owner:CITY OF BOYNTON BEACH Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric FG (Fiberglass)CPP (Corrugated Plastic Pipe) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) THIS LOCATION INCLUDED HEAVY ROOTS GROUND CONDITIONS. UNABLE TO OBTAIN PIPE SIZE DUE TO ROOTS. UNABLE TO OBTAIN PHOTO DUE TO ROOTS. Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: 10/25/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH3 Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM IMAGES SURFACE Size:6 INCH (TEE) Material (*):STEEL Type:WATER MAIN Manual Depth:2.20 Direction:E-W-N Owner:CITY OF BOYNTON BEACH Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric FG (Fiberglass)CPP (Corrugated Plastic Pipe) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) FOUND CAP PLATE ABOVE WATER MAIN TEE. Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: 10/25/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH4 Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM IMAGES SURFACE Size:UNKNOWN Material (*):PVC Type:TELEPHONE Manual Depth:2.60 Direction:SW-NE Owner:AT&T Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric FG (Fiberglass)CPP (Corrugated Plastic Pipe) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) THIS LOCATION INCLUDED HEAVY ROOTS GROUND CONDITIONS. UNABLE TO OBTAIN PIPE SIZE DUE TO ROOTS. UNABLE TO OBTAIN PHOTO DUE TO ROOTS. Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) THIS LOCATION INCLUDED HEAVY ROOTS GROUND CONDITIONS. UNABLE TO OBTAIN PIPE SIZE DUE TO ROOTS. UNABLE TO OBTAIN PHOTO DUE TO ROOTS. Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric ID'd By:HP COORDINATES (BY OTHERS) Northing: Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY SW-NE Owner:UNKNOWN Marked By:HP SURFACE Size:UNKNOWN Material (*):PVC Type:FIBER OPTIC Manual Depth:2.60 Direction: SR A1A (OCEAN BLVD)Checked By:CM IMAGES PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH4A Date Excavated:10/25/2019 GULFSTREAM, FLORIDA Truck No.: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: 10/24/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH5 Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM IMAGES SURFACE Size:N/A Material (*):N/A Type:N/A Manual Depth:7.00 FEET Direction:N/A Owner:N/A Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric FG (Fiberglass)CPP (Corrugated Plastic Pipe) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) PROBED 7 FEET DEEP. NO UTILITIES FOUND. Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: 10/24/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH6 Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM IMAGES SURFACE Size:6 INCH Material (*):CORRAGATED PLASTIC Type:GAS (CASING) Manual Depth:1.30 FEET Direction:N-S Owner:FL PUBLIC UTILITIES Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric FG (Fiberglass)CPP (Corrugated Plastic Pipe) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) CORRIGATED PLASTIC PIPE IS PROTECTIVE CASING FOR GAS LINE. ACTUAL GAS LINE SIZE IS NOT KNOWN. Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: 10/23/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH7 Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM IMAGES SURFACE Size:3 INCH Material (*):CAST IRON Type:FIBER OPTIC Manual Depth:2.30 FEET Direction:E-W Owner:UNKNOWN Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric FG (Fiberglass)CPP (Corrugated Plastic Pipe) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: 10/23/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH7A Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM IMAGES SURFACE Size:1 INCH Material (*):CAST IRON Type:TELEPHONE Manual Depth:2.50 FEET Direction:E-W Owner:AT&T Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric FG (Fiberglass)CPP (Corrugated Plastic Pipe) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: 10/23/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH7B Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM IMAGES SURFACE Size:2 INCH Material (*):CAST IRON Type:GAS Manual Depth:1.00 FEET Direction:E-W Owner:FL PUBLIC UTILITIES Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric FG (Fiberglass)CPP (Corrugated Plastic Pipe) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: 10/24/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH8 Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM IMAGES SURFACE Size:6 INCH Material (*):CAST IRON Type:WATERMAIN Manual Depth:2.20 FEET Direction:E-W Owner:CITY OF BOYNTON BEACH Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric FG (Fiberglass)CPP (Corrugated Plastic Pipe) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:2 INCH Material (*):CAST IRON Type:GAS Manual Depth:1.45 FEET Direction:E-W Owner:FL PUBLIC UTILITIES SR A1A (OCEAN BLVD)Checked By:CM 10/18/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH9 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:3 - 2 INCH Material (*):BURIED CABLES Type:ELECTRIC Manual Depth:2.00 FEET Direction:E-W Owner:UNKNOWN SR A1A (OCEAN BLVD)Checked By:CM 10/18/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH10 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:4 INCH Material (*):PVC Type:UNKNOWN Manual Depth:1.80 FEET Direction:E-W Owner:UNKNOWN SR A1A (OCEAN BLVD)Checked By:CM 10/18/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH10A Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:2 INCH Material (*):PVC Type:FIBER OPTIC Manual Depth:2.10 FEET Direction:E-W Owner:UNKNOWN SR A1A (OCEAN BLVD)Checked By:CM 10/18/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH10B Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: 10/24/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH11 Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM IMAGES SURFACE Size:UNKNOWN Material (*):UNKNOWN Type:WATERMAIN Manual Depth:7.06 FEET Direction:E-W Owner:CITY OF BOYNTON BEACH Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric FG (Fiberglass)CPP (Corrugated Plastic Pipe) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) COULD NOT VISUALIZE UTILITY DUE TO DEPTH. COULD NOT CONFIRM SIZE AND MATERAL OF WATER. Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:2 - 2 INCH Material (*):PVC Type:FIBER OPTIC Manual Depth:4.00 FEET Direction:N-S Owner:UNKNOWN SR A1A (OCEAN BLVD)Checked By:CM 10/18/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH12 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:4 INCH Material (*):PVC Type:UNKNOWN Manual Depth:3.70 FEET Direction:N-S Owner:UNKNOWN SR A1A (OCEAN BLVD)Checked By:CM 10/18/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH12A Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:2 - 2 INCH Material (*):BURIED CABLE Type:ELECTRIC Manual Depth:1.40 FEET Direction:E-W Owner:FPL SR A1A (OCEAN BLVD)Checked By:CM 10/18/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH13 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) TARGET UTILITY MAY BE DIRECTLY UNDER FOUND UTILITY BUT CANNOT CONFIRM. Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:2 - 2 INCH Material (*):BURIED CABLE Type:ELECTRIC Manual Depth:2.25 FEET Direction:E-W Owner:FPL SR A1A (OCEAN BLVD)Checked By:CM 10/18/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH14 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) TARGET UTILITY MAY BE DIRECTLY UNDER FOUND UTILITY BUT CANNOT CONFIRM. Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:2 - 2 INCH Material (*):PVC Type:TELEPHONE Manual Depth:2.10 FEET Direction:E-W Owner:AT&T SR A1A (OCEAN BLVD)Checked By:CM 10/18/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH14A Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH15 Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM 10/16/2019 GULFSTREAM, FLORIDA Truck No.: IMAGES SURFACE Size:4 INCH Material (*):PVC Type:UNKNOWN Manual Depth:2.75 FEET Direction:N-S Owner:FPL Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) CMP (Corrugated Metal Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ FG (Fiberglass)CPP (Corrugated Plastic Pipe) Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH15A Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM 10/16/2019 GULFSTREAM, FLORIDA Truck No.: IMAGES SURFACE Size:3 - 2 INCH Material (*):PVC Type:ELECTRIC Manual Depth:3.00 FEET Direction:N-S Owner:FPL Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) CMP (Corrugated Metal Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ FG (Fiberglass)CPP (Corrugated Plastic Pipe) Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH15B Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM 10/16/2019 GULFSTREAM, FLORIDA Truck No.: IMAGES SURFACE Size:2 INCH Material (*):PVC Type:TELEPHONE Manual Depth:2.60 FEET Direction:N-S Owner:ELECTRIC Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) CMP (Corrugated Metal Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ FG (Fiberglass)CPP (Corrugated Plastic Pipe) Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:4 INCH Material (*):PVC Type:GAS Manual Depth:3.85 FEET Direction:N-S Owner:FL PULBIC UTILITIES SR A1A (OCEAN BLVD)Checked By:CM 10/18/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH16 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH17 Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM 10/16/2019 GULFSTREAM, FLORIDA Truck No.: IMAGES SURFACE Size:2 INCH Material (*):HDPE Type:ELECTRIC Manual Depth:2.95 FEET Direction:N-S Owner:FPL Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) CMP (Corrugated Metal Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ FG (Fiberglass)CPP (Corrugated Plastic Pipe) Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH18 Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM 10/16/2019 GULFSTREAM, FLORIDA Truck No.: IMAGES SURFACE Size:2 - 2 INCH Material (*):BURIED CABLES Type:ELECTRIC Manual Depth:2.60 FEET Direction:N-S Owner:FPL Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) CMP (Corrugated Metal Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ FG (Fiberglass)CPP (Corrugated Plastic Pipe) Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH19 Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM 10/16/2019 GULFSTREAM, FLORIDA Truck No.: IMAGES SURFACE Size:2 - 2 INCH Material (*):BURIED CABLES Type:TELEPHONE Manual Depth:0.20 FEET Direction:E-W Owner:AT&T Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) CMP (Corrugated Metal Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ FG (Fiberglass)CPP (Corrugated Plastic Pipe) Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:4 INCH Material (*):PVC Type:ELECTRIC Manual Depth:2.95 FEET Direction:N-S Owner:FPL SR A1A (OCEAN BLVD)Checked By:CM 10/14/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH20 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:3 - 2 INCH Material (*):PVC Type:FIBER OPTIC Manual Depth:3.15 FEET Direction:N-S Owner:UNKNOWN SR A1A (OCEAN BLVD)Checked By:CM 10/14/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH20A Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) UNABLE TO VISUALIZE PIPE DUE TO GROUND CONDITIONS. INFORMATION SHOWN IS BASED ON PROBING. NO PHOTO OF UTILITY. Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:UNKNOWN Material (*):AC Type:WATER Manual Depth:4.60 FEET Direction:N-S Owner:CITY OF BOYNTON BEACH SR A1A (OCEAN BLVD)Checked By:CM 10/14/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH21 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) UNABLE TO VISUALIZE PIPE DUE TO GROUND CONDITIONS. INFORMATION SHOWN IS BASED ON PROBING. Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:6 INCH Material (*):AC Type:WATER Manual Depth:7.55 FEET Direction:E-W Owner:CITY OF BOYNTON BEACH SR A1A (OCEAN BLVD)Checked By:CM 10/14/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH22 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:5 - 2 INCH Material (*):PVC Type:ELECTRIC / FIBER OPTIC Manual Depth:2.80 FEET Direction:E-W Owner:FPL SR A1A (OCEAN BLVD)Checked By:CM 10/14/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH23 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:2 INCHES Type:ASPHALT Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:6 INCH Material (*):AC Type:WATER Manual Depth:2.49 FEET Direction:E-W Owner:CITY OF BOYNTON BEACH SR A1A (OCEAN BLVD)Checked By:CM 10/14/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH24 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:2 INCHES Type:ASPHALT Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:6 / 8 INCH (BELL HOUSING) Material (*):AC Type:WATER Manual Depth:2.45 FEET Direction:N-S Owner:CITY OF BOYNTON BEACH SR A1A (OCEAN BLVD)Checked By:CM 10/14/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH25 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:4 INCH Material (*):PVC Type:TELEPHONE Manual Depth:1.58 FEET Direction:E-W Owner:AT&T SR A1A (OCEAN BLVD)Checked By:CM 10/14/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH26 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) CAP ROCK ENCOUNTED AT 2.85 FEET DEEP. UNABLE TO FIND UTILITIES. Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:2 INCHES Type:ASPAHLT Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:N/A Material (*):CAP ROCK Type:N/A Manual Depth:2.85 FEET Direction:N/A Owner:N/A SR A1A (OCEAN BLVD)Checked By:CM 10/14/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH27 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: FG (Fiberglass)CPP (Corrugated Plastic Pipe) DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) CAP ROCK ENCOUNTED AT 2.3 FEET DEEP. UNABLE TO FIND UTILITIES. Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric CMP (Corrugated Metal Pipe) Marked By:HP Easting: Thickness:2 INCHES Type:ASPAHLT Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:N/A Material (*):CAP ROCK Type:N/A Manual Depth:2.30 FEET Direction:N/A Owner:N/A SR A1A (OCEAN BLVD)Checked By:CM 10/14/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH28 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE)CAP ROCK ENCOUNTED AT 2.2 FEET DEEP. UNABLE TO FIND UTILITIES. Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric Marked By:HP Easting: Thickness:2 INCHES Type:ASPAHLT Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:N/A Material (*):CAP ROCK Type:N/A Manual Depth:2.20 FEET Direction:N/A Owner:N/A SR A1A (OCEAN BLVD)Checked By:CM 10/14/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH29 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE)TELEPHONE UTILITY MAY BE DIRECTLY UNDER FOUND UTILITY BUT CANNOT CONFIRM. Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric Marked By:HP Easting: Thickness:2 INCHES Type:ASPAHLT Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:2 INCH Material (*):PVC Type:ELECTRIC Manual Depth:2.03 FEET Direction:NW-SE Owner:FPL SR A1A (OCEAN BLVD)Checked By:CM 10/9/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH30 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ DIP (Ductile Iron Pipe) _________________________ CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) Conc. (Concrete)RCP (Reinforced Concrete Pipe) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric Marked By:HP Easting: Thickness:2 INCHES Type:ASPAHLT Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:3 - 2 INCH Material (*):PVC Type:CATV/ELECTRIC Manual Depth:1.00 FEET Direction:NW-SE Owner:COMCAST SR A1A (OCEAN BLVD)Checked By:CM 10/9/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH31 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ DIP (Ductile Iron Pipe) _________________________ CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) Conc. (Concrete)RCP (Reinforced Concrete Pipe) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric Marked By:HP Easting: Thickness:2 INCHES Type:ASPAHLT Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:2 - 2 INCH Material (*):PVC Type:CATV Manual Depth:2.00 FEET Direction:E-W Owner:COMCAST SR A1A (OCEAN BLVD)Checked By:CM 10/9/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH32 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ DIP (Ductile Iron Pipe) _________________________ CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) Conc. (Concrete)RCP (Reinforced Concrete Pipe) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:2 INCH Material (*):PVC Type:TELEPHONE Manual Depth:2.42 FEET Direction:NW-SE Owner:AT&T SR A1A (OCEAN BLVD)Checked By:CM 10/9/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH33 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ DIP (Ductile Iron Pipe) _________________________ CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) Conc. (Concrete)RCP (Reinforced Concrete Pipe) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:3 - 2 INCH Material (*):PVC Type:UNKNOWN Manual Depth:2.44 FEET Direction:NW-SE Owner:UNKNOWN SR A1A (OCEAN BLVD)Checked By:CM 10/9/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH33A Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ DIP (Ductile Iron Pipe) _________________________ CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) Conc. (Concrete)RCP (Reinforced Concrete Pipe) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:4 - 2 INCH Material (*):PVC Type:UNKNOWN Manual Depth:2.60 FEET Direction:NW-SE Owner:UNKNOWN SR A1A (OCEAN BLVD)Checked By:CM 10/9/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH33B Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ DIP (Ductile Iron Pipe) _________________________ CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) Conc. (Concrete)RCP (Reinforced Concrete Pipe) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:6 INCH Material (*):PVC Type:UNKNOWN Manual Depth:2.56 FEET Direction:NW-SE Owner:UNKNOWN SR A1A (OCEAN BLVD)Checked By:CM 10/9/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH33C Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH34 Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM 10/7/2019 GULFSTREAM, FLORIDA Truck No.: IMAGES SURFACE Size:6 INCH Material (*):AC Type:WATER Manual Depth:2.66 FEET Direction:N-S Owner:CITY OF BOYNTON BEACH Marked By:HP Easting: Thickness:2 INCHES Type:ASPHALT Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Steel VCP (Vitrified Clay Pipe) Lead HDPE (High Density PE) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) Galv. (Galvanize Pipe) _________________________ DIP (Ductile Iron Pipe) _________________________ FG (Fiberglass)CPP (Corrugated Plastic Pipe) Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: 10/23/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH35 Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM IMAGES SURFACE Size:2 INCH Material (*):HDPE Type:WATERMAIN Manual Depth:0.80 FEET Direction:E-W Owner:CITY OF BOYNTON BEACH Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ DIP (Ductile Iron Pipe) _________________________ Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ DIP (Ductile Iron Pipe) _________________________ CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) Conc. (Concrete)RCP (Reinforced Concrete Pipe) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric Marked By:HP Easting: Thickness:2 INCHES Type:ASPHALT Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:8 INCH Material (*):CONCRETE DUCT Type:ELECTRIC Manual Depth:0.31 FEET Direction:N-S Owner:FPL SR A1A (OCEAN BLVD)Checked By:CM 10/7/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH36 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE)COULD NOT VISUALIZE UTILITY DUE TO WATER TABLE. INFORMATION SHOWN AS PROBED. Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric Marked By:HP Easting: Thickness:2 INCHES Type:ASPHALT Soil Conditions: WET ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:UNK Material (*):UNKNOWN Type:ELECTRIC Manual Depth:3.20 FEET Direction:E-W Owner:FPL SR A1A (OCEAN BLVD)Checked By:CM 10/7/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH37 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: DIP (Ductile Iron Pipe) _________________________ Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) PROBED TO 9 FEET DEEP. NOTHING FOUND. POOR GROUND CONDITIONS. Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric Marked By:HP Easting: Thickness:2 INCHES Type:ASPHALT Soil Conditions: WET ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:N/A Material (*):N/A Type:N/A Manual Depth:9 FEET Direction:N/A Owner:N/A SR A1A (OCEAN BLVD)Checked By:CM 10/7/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES NOT FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH38 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ DIP (Ductile Iron Pipe) _________________________ CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) Conc. (Concrete)RCP (Reinforced Concrete Pipe) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric Marked By:HP Easting: Thickness:1 INCH Type:ASPHALT Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:2 INCH Material (*):CAST IRON Type:UNKNOWN Manual Depth:0.22 FEET Direction:N-S Owner:UNKNOWN SR A1A (OCEAN BLVD)Checked By:CM 10/9/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH39 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ DIP (Ductile Iron Pipe) _________________________ CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) Conc. (Concrete)RCP (Reinforced Concrete Pipe) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric Marked By:HP Easting: Thickness:1 INCH Type:ASPHALT Soil Conditions: WET ID'd By:HP COORDINATES (BY OTHERS) Northing: IMAGES SURFACE Size:3 - 2 INCH Material (*):HDPE Type:ELECTRIC Manual Depth:4.50 FEET Direction:N-S Owner:FPL SR A1A (OCEAN BLVD)Checked By:CM 10/9/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH40 Date Excavated: Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: 10/23/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH41 Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM IMAGES SURFACE Size:3 - 2 INCH Material (*):BURIED CABLE Type:ELECTRIC Manual Depth:2.45 FEET Direction:E-W Owner:FPL Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: WET ID'd By:HP COORDINATES (BY OTHERS) Northing: AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ DIP (Ductile Iron Pipe) _________________________ Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: 10/23/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH41A Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM IMAGES SURFACE Size:2 INCH Material (*):PVC Type:UNKNOWN Manual Depth:1.60 FEET Direction:E-W Owner:UNKNOWN Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: WET ID'd By:HP COORDINATES (BY OTHERS) Northing: AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ DIP (Ductile Iron Pipe) _________________________ Proj. No.: Client Proj. No.: Proj. City / State: County: Project Name: Project Location: 10/23/2019 GULFSTREAM, FLORIDA Truck No.: PLAN VIEW UTILITIES FOUND UTILIVAC PALM BEACH SUE Crew:HP OCEAN BLVD WM REPLACEMENT Prepared By:DR5119 Beechwood Road, Delray Beach, FL 33484 Phone: 786-472-0358 TEST HOLE DATA FORM 19-031 Test Hole No.:TH41B Date Excavated: SR A1A (OCEAN BLVD)Checked By:CM IMAGES SURFACE Size:N/A Material (*):CAP ROCK Type:N/A Manual Depth:4.20 FEET Direction:N/A Owner:UNKNOWN Marked By:HP Easting: Thickness:N/A Type:NG Soil Conditions: ROCKY ID'd By:HP COORDINATES (BY OTHERS) Northing: AP Elevation: Datum:NAVD88 Units:US Survey Feet Metric NOTES:(*) - UTILITY MATERIALS Duct PE (Polyethylene Pipe) Lead HDPE (High Density PE) CAP ROCK ENCOUNTED AT 4.2 FEET DEEP. UNABLE TO FIND UTILITIES. Steel VCP (Vitrified Clay Pipe) Copper PVC (Polyvinyl Chloride) AC (Transite)DBC (Direct Buried Cable) CI (Cast Iron)CMP (Corrugated Metal Pipe) FG (Fiberglass)CPP (Corrugated Plastic Pipe) Conc. (Concrete)RCP (Reinforced Concrete Pipe) Unk. (Unknown)Other: ____________________ Galv. (Galvanize Pipe) _________________________ DIP (Ductile Iron Pipe) _________________________ SOIL BORINGS REPO RT CO VER PAG E Geotechnical Engineering Report SR A1A Watermain Replacement Project Town of Gulfstream, Florida January 16, 2020 Terracon Project No. HD195007 Prepared for: Mathews Consulting, a Baxter & Woodman Company West Palm Beach, FL Prepared by: Terracon Consultants, Inc. West Palm Beach, Florida Terracon Consultants, Inc. 1225 Omar Road West Palm Beach, FL 33405 P (561) 6894299 F (561) 689 5955 terracon.com REPO RT CO VER LETTER TO SIGN January 16, 2020 Mathews Consulting, a Baxter & Woodman Company 477 S. Rosemary Avenue, Suite 330 West Palm Beach, FL 33401 Attn: Mr. Jason Pugsley, P.E. P:(561) 655-6175 E: jpugsley@baxterwoodman.com Re: Geotechnical Engineering Report SR A1A Watermain Replacement Project Town of Gulfstream, Florida Terracon Project No. HD195007 Dear Mr. Pugsley: We have completed the Geotechnical Engineering services for the above referenced project. This study was performed in general accordance with Terracon Proposal No. PHD195007 dated February 22, 2018 and the Mathews Consulting Subconsultant Agreement for Professional Services signed June 5 (by Terracon) and June 6 (by Mathews Consulting), 2019. This report presents the findings of the subsurface exploration and provides geotechnical recommendations concerning the proposed project. We appreciate the opportunity to be of service to you on this project. If you have any questions concerning this report, or if we may be of further service, please contact us. Sincerely, Terracon Consultants, Inc. Jaime Velez, P.E.Douglas S. Dunkelberger, P.E. Senior Geotechnical Engineer Principal FL Registration No. 66416 FL Registration No. 33317 Responsive ■Resourceful ■Reliable REPORT TOPICS REPO RT TO PICS REPORT SUMMARY................................................................................................. I INTRODUCTION ...................................................................................................... 1 SITE CONDITIONS .................................................................................................. 1 PHOTOGRAPHY LOG ............................................................................................. 3 PROJECT DESCRIPTION ........................................................................................ 5 GEOTECHNICAL CHARACTERIZATION.................................................................. 5 GEOTECHNICAL OVERVIEW .................................................................................. 8 SOIL DESIGN PARAMETERS .................................................................................. 8 HORIZONTAL DIRECTIONAL DRILLING ................................................................. 9 EARTHWORK........................................................................................................ 10 PAVEMENTS ......................................................................................................... 12 GENERAL COMMENTS ......................................................................................... 13 ATTACHMENTS EXPLORATION AND TESTING PROCEDURES SITE LOCATION AND EXPLORATION PLAN EXPLORATION RESULTS SUPPORTING INFORMATION (General Notes and Unified Soil Classification System) Geotechnical Engineering Report SR A1A Watermain Replacement Project ■ Town of Gulfstream, Florida January 16, 2020 ■ Terracon Project No. HD195007 Responsive ■Resourceful ■Reliable i REPORT SUMMARY The subsurface exploration for this study disclosed a flexible pavement section (about 1 to 8 inches of asphaltic concrete, typically, over 4 to 8 inches of either limerock or shellrock base course) followed by loose to medium dense fine sands. A formation of Coquina Limestone enters the profile at about 1½ to 17½ feet below the pavement surface and extends to the maximum depth of exploration, which was 30 feet. Soft organic silt and silty peat were found at the locations of Boring TB-16 from 7 to 10 feet below ground surface (bgs) and TB-17 from 10 to 14 feet bgs. Both of these borings were located along Little Club Road. Groundwater was found at depths of 2 to 26½ feet below ground surface in 12 of the borings. These depths were estimated (using topographic information from the 50% design plans) to correspond to a groundwater elevation of between about +1½ and +3½ feet with respect to the National Geodetic Vertical Datum of 1929 (NGVD). Results of the SPT borings confirm that the site is generally suitable, with certain limitations, for the planned pipeline installation when viewed from a geotechnical engineering perspective. The subsurface profile mostly consists of sands and coquina that are generally suitable for pipeline support. The buried organic silt and silty peat present along Little Club Road in the depth range of about 7 to 10 feet deep (at Boring TB-16) and 10 to 14 feet deep (at Boring TB-17) are weak and compressible soils. We estimate pipeline settlement of about 0.3 inch (over a period of 50 years) at the spot locations of Borings TB-16 and TB-17 as a result of organic soil compression. Settlement could vary from this estimate given the differing subsurface conditions and exploration which involved widely spaced borings. Differential settlement of the pipeline is anticipated to be greatest at the horizontal starting point of the organic soils, which appears to be between borings TB-15 and TB-16. The project designers should assume that this differential settlement could potentially occur over a short distance of a few feet and consider the potential effects on the pipeline integrity. The use of flexible piping and/or special connections should be considered. If the settlement-related risk to pipeline integrity is not tolerable, then we recommend that the organic materials be removed in their entirety from beneath the pipeline alignment along Little Club Road and replaced with relatively clean sand that is compacted in place. The Coquina Limestone has variable hardness and may be relatively slow to drill or excavate where it is well cemented. This summary should be used in conjunction with the entire report for design purposes. It should be recognized that details were not included or fully developed in this section, and the report must be read in its entirety for a comprehensive understanding of the items contained herein. The section titled General Comments should be read for an understanding of the report limitations. Responsive ■Resourceful ■Reliable 1 INTRODUCTION Geotechnical Engineering Report SR A1A Watermain Replacement Project Town of Gulfstream, Florida Terracon Project No. HD195007 January 16, 2020 INTRODUCTION This report presents the results of subsurface exploration and geotechnical engineering services completed for the utility undergrounding project to be located within the Town of Gulfstream, Florida. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: ■Subsurface soil and rock conditions ■Groundwater conditions ■Cut and Cover Installation ■Horizontal Directional Drilling Installation ■Pavement Restoration The geotechnical engineering scope of services for this project included the advancement of 17 test borings to depths ranging from 10 to 30 feet below existing site grades. Maps showing the site and boring locations are shown in the Site Location and Exploration Plan sections, respectively. The results of the field exploration are shown on the boring logs in the Exploration Results section of this report. SITE CONDITIONS The following description of site conditions is derived from a site visit in association with the field exploration and desktop review of publicly available geologic and topographic maps. Item Description Parcel Information The project consists of replacing the existing watermain along the following alignment within the Town of Gulfstream: ■Beginning at the intersection of North Ocean Blvd. (SR A1A) and Golfview Drive, the pipeline alignment will trend north along SR A1A for a distance about 0.6 miles to Sea Road; ■West on Sea Road for about 300 feet to County Road; ■North on County Road for about ¼-mile to the intersection with SR A1A; ■North on SR A1A for about 170 feet to the intersection with Little Club Road, then west on Little Club Road for about 0.2 miles. The approximate project location is shown in Site Location. Geotechnical Engineering Report SR A1A Watermain Replacement Project ■ Town of Gulfstream, Florida January 16, 2020 ■ Terracon Project No. HD195007 Responsive ■Resourceful ■Reliable 2 Item Description Existing Improvements SR A1A: Two lane, undivided, and asphalt-paved roadway without shoulders. The existing watermain to be replaced is located mostly along the east side of the road with relatively short segments on the west side. Sea Road: Two lane, undivided, and asphalt-paved without shoulders. The existing watermain to be replaced is located along the south side. County Road: One-way, single lane, and asphalt-paved without shoulders. The existing watermain is located along the west side (outside the pavement area) of County Road. Little Club Road: Two lane, divided, and asphalt-paved without shoulders. The existing watermain line is located south of the pavement (outside the pavement area). Existing Topography Based on the 50 percent design plans dated September 2019 prepared and provided by Mathews, ground surface elevations are generally: - between +7 and +16 feet with respect to the National Geodetic Vertical Datum of 1929 (NGVD) along SR A1A (slopes down from south to north) - between +9 and +12½ feet-NGVD along Sea Road - between +10 and +29 feet-NGVD along County Road (high point is located about 800 feet north of Sea Road) - between +3½ and +16 feet-NGVD along Little Club Road (slopes down from east to west) Geotechnical Engineering Report SR A1A Watermain Replacement Project ■ Town of Gulfstream, Florida January 16, 2020 ■ Terracon Project No. HD195007 Responsive ■Resourceful ■Reliable 3 PHOTOGRAPHY LOG Photograph Boring TB-2 along SR A1A, viewing north Photograph Boring TB-10 along Sea Road, viewing west Geotechnical Engineering Report SR A1A Watermain Replacement Project ■ Town of Gulfstream, Florida January 16, 2020 ■ Terracon Project No. HD195007 Responsive ■Resourceful ■Reliable 4 Photograph Boring TB-12 along County Road, viewing south Photograph Boring TB-15 along Little Club Road, viewing west Geotechnical Engineering Report SR A1A Watermain Replacement Project ■ Town of Gulfstream, Florida January 16, 2020 ■ Terracon Project No. HD195007 Responsive ■Resourceful ■Reliable 5 PROJECT DESCRIPTION Our understanding of the project is as follows: Item Description Information Provided The following information was obtained via. emails and the 50 percent design plans provided by Mathews. Project Description We understand that the Town of Gulfstream wishes to replace the existing watermain along the roadways mentioned previously. A new 12-inch dia. PVC (C-900) watermain will be installed along SR A1A between Golfview Drive and Sea Road and a new 8-inch-PVC (C-900) watermain will be installed for the remaining portion. The majority of the lines will be installed using conventional cut-and-cover methods but two segments along SR A1A (1,040 feet segment between Station 72+00 and 82+68 and 935 feet segment between Station 92+86 and 102+21) will be installed using horizontal directional drilling. The cut-and-cover segments will bear between 3 and 5 feet below grade while the directional drilling segment will be less than 10 feet below grade. GEOTECHNICAL CHARACTERIZATION The thicknesses of the asphalt concrete and base course found at the boring locations are summarized in the following table. Boring Roadway Asphalt Concrete Thickness (inches) Base Course Thickness (inches) TB-1 SR A1A 5¾4½ (limerock) TB-2 SR A1A 7½4½ (limerock) TB-3 SR A1A 4 4 (limerock) TB-4 SR A1A 5 5 (limerock) TB-5 SR A1A 6 8 (limerock) TB-6 SR A1A 6 -- TB-7 SR A1A 8 -- TB-8 SR A1A 6 -- TB-9 SR A1A 6 6 (limerock) TB-10 Sea Road 5 5 (shellrock) TB-11 County Road 4 5 (shellrock) TB-12 County Road 3½4½ (limerock) TB-13 County Road N/A (grass area)-- TB-14 SR A1A N/A (grass area)-- TB-15 Little Club Road 1 5 (limerock) TB-16 Little Club Road 2 4 (shellrock) TB-17 Little Club Road 1¼4 (limerock) Geotechnical Engineering Report SR A1A Watermain Replacement Project ■ Town of Gulfstream, Florida January 16, 2020 ■ Terracon Project No. HD195007 Responsive ■Resourceful ■Reliable 6 We have developed a general characterization of the subsurface soil and groundwater conditions based upon our review of the gathered data coupled with our understanding of the geologic setting and planned construction. The geotechnical characterization forms the basis of our geotechnical calculations and development of geotechnical recommendations for the proposed construction. As noted in General Comments, the characterization is based upon widely spaced exploration points across the site, and variations are likely. Subsurface conditions on the project site are shown on the Geotechnical Model and can be generalized as follows: Model Layer Approximate Depth to Bottom of Stratum (feet) Layer Name Material Description Density/Consi stency --½ to 1.2 PAVEMENT Asphalt or Asphalt and Base N/A --½TOPSOIL TOPSOIL NA 01 1.2 to 3½SAND Light brown to brown SAND, trace limerock/Coquina gravel, fine to medium grained (SP) Loose to medium dense 02 4 to 17½ SAND TO SAND WITH SILT Light brown to dark brown SAND to SAND with silt, varying amount of sand sized shell fragments, fine to medium grained (SP, SP-SM) Loose to medium dense 03 101 ORGANIC SAND Dark brown Organic SAND (SP)Very Loose 04 102 SILTY SAND Brown Silty Sand, trace shell fragments, fine grained (SM)Loose 05 10 to 143 ORGANIC SILT TO PEAT Black Organic Silt to light brown silty Peat (OL, PT)Soft 06 10 to 30 (Boring termination depths) COQUINA Light brown to gray COQUINA, some shelly sand lenses N = 23 to 100/1.5” 1.Present between 8 and 10 feet below grade at boring TB-3 only. 2.Present between 8½ and 10 feet below grade at boring TB-17 only. 3.Present between 7 and 10 feet below grade at boring TB-16 and between 10 and 14 feet deep at boring TB-17. Conditions found at each boring location are indicated on the individual boring logs shown in the Exploration Results section and are attached to this report. Stratification boundaries on the boring logs represent the approximate location of changes in native soil types; in situ, the transition between materials may be gradual. Geotechnical Engineering Report SR A1A Watermain Replacement Project ■ Town of Gulfstream, Florida January 16, 2020 ■ Terracon Project No. HD195007 Responsive ■Resourceful ■Reliable 7 Groundwater Conditions The boreholes were observed while drilling for the presence and level of groundwater. The water levels observed in the boreholes can be found on the boring logs in Exploration Results, and are summarized in the following table. Boring Number Approximate Depth to Groundwater while Drilling (feet)1 Estimated Surface Elevation (feet- NGVD) 2 Estimated Groundwater Elevation (feet- NGVD) TB-1 12 +14 +2 TB-2 8 +11 +3 TB-3 5 +8 +3 TB-4 6½+9 +2½ TB-5 6½+9 +2½ TB-6 5 +8 +3 TB-7 5½+7 +1½ TB-8 6½+9½+3 TB-9 Not Encountered +12 -- TB-10 9 +12 +3 TB-11 Not Encountered +13½-- TB-12 26½+28½+2 TB-13 Not Encountered +19 -- TB-14 Not Encountered +16 -- TB-15 Not Encountered +13 -- TB-16 2 +4 +2 TB-17 2 +5½+3½ 1.Below ground surface 2.Estimated from the 50 percent design plans We expect that the water table elevation at the site closely mimics (and is influenced by) that of the surface water level in the adjacent Atlantic Ocean and Intracoastal Waterway, which are tidal. Groundwater level fluctuations also occur due to seasonal variations in the amount of rainfall, runoff and other factors not evident at the time the borings were performed. Therefore, groundwater levels during construction or at other times in the life of the project may be higher or lower than the levels indicated on the boring logs. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. Geotechnical Engineering Report SR A1A Watermain Replacement Project ■ Town of Gulfstream, Florida January 16, 2020 ■ Terracon Project No. HD195007 Responsive ■Resourceful ■Reliable 8 GEOTECHNICAL OVERVIEW Results of the SPT borings confirm that the site is generally suitable, with certain limitations as discussed in the following sections, for the planned pipeline installation when viewed from a geotechnical engineering perspective. The subsurface profile mostly consists of sands and coquina that are generally suitable for pipeline support. The buried organic silt and silty peat present along Little Club Road in the depth range of about 7 to 10 feet deep (at Boring TB-16) and 10 to 14 feet deep (at Boring TB-17) are weak and compressible soils. Using correlations in the Geotechnical Literature that relate compressibility to moisture content, we estimate pipeline settlement of about 0.3 inch (over a period of 50 years) at the spot locations of Borings TB-16 and TB-17 as a result of organic soil compression. This settlement estimate assumes that the new pipeline and associated backfill do not cause greater vertical load on the organic soils than exist currently. Settlement could vary from this estimate given the differing subsurface conditions and exploration which involved widely spaced borings. Differential settlement of the pipeline is anticipated to be greatest at the horizontal starting point of the organic soils, which appears to be between borings TB-15 (where settlement should be negligible) and TB-16 (0.3 inch of anticipated long term settlement). The project designers should assume that this differential settlement could potentially occur over a short distance of a few feet and consider the potential effects on the pipeline integrity. The use of flexible piping and/or special connections should be considered. If the settlement-related risk to pipeline integrity is not tolerable, then we recommend that the organic materials be removed in their entirety from beneath the pipeline alignment along Little Club Road and be replaced with relatively clean sand that is compacted in place. The Coquina Limestone has variable hardness and may be relatively slow to drill or excavate where it is well cemented. More detailed geotechnical engineering recommendations for the project are presented in the following sections of the report. The General Comments section provides an understanding of the report limitations. SOIL DESIGN PARAMETERS The lateral earth pressure parameters shown in the table below, based on an empirical correlation (ref: Florida Department of Transportation Soils and Foundations Handbook, 2017) with SPT blow counts (N-Values), should be used for design of temporary excavation support. The strength parameters included in the table may also be used for Horizontal Directional Drilling. Geotechnical Engineering Report SR A1A Watermain Replacement Project ■ Town of Gulfstream, Florida January 16, 2020 ■ Terracon Project No. HD195007 Responsive ■Resourceful ■Reliable 9 USCS Classification Relative Density/ Consistency Moist Unit Weight (pcf) Submerged Unit Weight (pcf) Friction Angle (ϕ) Cohes ion (psf) Earth Pressure Coefficients Act. (Ka) Pass. (Kp) At-Rest (K0) SP, SP-SM Loose (SPT N ≤ 8)105 48 29 0 0.35 2.88 0.52 Medium Dense (SPT N > 8)110 53 31 0 0.32 3.12 0.48 SM Loose 105 48 28 0 0.36 2.77 0.53 OL Soft 80 23 18 0 1.00 1.00 1.00 Coquina N = 23 to 100/1.5”125 68 40 0 0.22 4.6 0.36 Estimated shear modulus values (to be used for Horizontal Directional Drilling) based on depth and relative density are provided in the following table. USCS Classification Relative Density Average Shear Modulus, G (psf) Range Average SP, SP-SM Loose 80,000 130,000 105,000 Medium Dense 130,000 240,000 185,000 Coquina N = 23 to 100/1.5”400,000 1,000,000 700,000 In estimating shear modulus values, an empirical formula (Foundation Design-Principles and Practices by D.P. Coduto,Second Edition, 2001) was used to relate the elastic modulus to both N-value and soil type. This empirical formula was applied to the coquina with SPT N values less than 100 to estimate the elastic modulus. We assigned Poisson’s ratios of 0.1 and 0.2 for loose and medium dense sands, respectively, and 0.25 for coquina (Geotechnical and GeoEnvironmental Engineering Handbook by R. K. Rowe, 2000). HORIZONTAL DIRECTIONAL DRILLING The subsurface soils within the uppermost 10 feet of the subsurface profile along the proposed horizontal directional drilling segments (for which borings TB-1, TB-2, TB-3 and TB-6 through TB- 9 are applicable) consist of relatively clean to slightly silty sands and coquina. The sands should be relatively easy to excavate using Horizontal Directional Drilling. The coquina however has variable hardness and may be relatively slow to drill or excavate where it is well cemented. Directional drilling procedures should follow the specifications outlined in the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, Section 555 – Directional Bore, latest edition. The subsurface profiles presented in Exploration Results provide specific information related to the presence of rock and top of rock depths at the specific boring locations. Geotechnical Engineering Report SR A1A Watermain Replacement Project ■ Town of Gulfstream, Florida January 16, 2020 ■ Terracon Project No. HD195007 Responsive ■Resourceful ■Reliable 10 The layer of organic sand found at the location of Boring TB-3 between 8 and 10 feet below grade was tested in the laboratory and found to have 6 percent organic content. The presence of this layer, given its depth and granular structure, should not detrimentally impact pipeline performance. EARTHWORK Cut and Cover Pipeline Installation Excavations All excavations should be sloped or braced as required by OSHA regulations to provide stability and safe working conditions. The contractor, by his contract, is usually responsible for designing and constructing stable, temporary excavations and should shore, slope or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom. All excavations should comply with applicable local, state and federal safety regulations, including the current Occupational Health and Safety Administration (OSHA) Excavation and Trench Safety Standards. Construction site safety is the sole responsibility of the contractor who controls the means, methods and sequencing of construction operations. Under no circumstances shall the information provided herein be interpreted to mean that Terracon is assuming any responsibility for construction site safety or the contractor's activities; such responsibility shall neither be implied nor inferred. The upper 3 to 5 feet of the subsurface profile along the segments to be installed via cut and cover pipeline installation (where Borings TB-3 through TB-6 and TB-9 through TB-17 are applicable) consists of sands and coquina. The coquina will be difficult to excavate using conventional excavation equipment (i.e. backhoe/trackhoe). Contractors bidding this project should be made aware of the subsurface conditions and the impacts of those conditions on the anticipated rate of excavation, especially associated with the hardness of the coquina. Excavated materials consisting of sands or sand-gravel mixtures with particle sizes of less than 1 inch in diameter, no more than 10 percent fines (particles passing through the U.S. Number 200 Sieve) and less than 2 percent organic content may be stockpiled and re-used for backfilling. In general, the sand strata should meet these criteria. Geotechnical Engineering Report SR A1A Watermain Replacement Project ■ Town of Gulfstream, Florida January 16, 2020 ■ Terracon Project No. HD195007 Responsive ■Resourceful ■Reliable 11 Soil Exchange Option The buried organic silt and silty peat present along Little Club Road in the depth range of about 7 to 10 feet deep (at Boring TB-16) and about 10 to 14 feet deep (at Boring TB-17) are considered weak and compressible soils. If the settlement-related risk to pipeline integrity is not tolerable, then we recommend that the organic materials be removed in their entirety from beneath the pipeline alignment along Little Club Road and be replaced with relatively clean sand that is placed in lifts not exceeding 12-inches in (loose) thickness and then compacted. The backfill should meet the composition and compaction requirements described in the Backfill section of this report. The organic soils are also unsuitable for reuse as trench backfill and should be removed from the project site after excavation. Temporary Dewatering Temporary groundwater lowering will be required for some segments of the pipeline that will be installed via cut and cover methods to allow construction in the dry. Groundwater lowering will be needed for the soil exchange (if implemented) along Little Club Road and may also be needed along segments of State Road A1A where the ground surface elevation is relatively low. The groundwater level should be lowered to not less than 2 feet below the bottom of the excavation. Lowering of groundwater will increase soil overburden pressures on the soft organic layer found along the western segment of Little Club Road (i.e. Borings TB-16 and TB-17) which could trigger settlement of the adjacent ground surface. The contractor should develop a dewatering plan with a monitoring (i.e. ground movement) component given the potential for settlement impacts to adjacent nearby structures and pavements. Actual dewatering means and methods should be left up to a contractor experienced in installation and operation of dewatering systems. The contractor should provide a dewatering plan for review and approval by the engineer prior to installation of the dewatering system. Ground Support Based on the results of the borings the utility line should bear within sand fill (soil exchange area), in-situ sands or the coquina formation, which should be suitable for support. For areas with coquina at the bearing level, in order to provide more uniform bearing for the proposed conduits, we recommend that the utility cuts be over-excavated 3 inches. The over-excavated volumes should be replaced with clean granular sands containing particle sizes of less than 1 inch in diameter, no more than 10 percent fines (particles passing through the U.S. Number 200 sieve), and less than 2 percent organic content. The sand fill should be compacted to not less than 100 percent of the maximum dry density determined in accordance with Standard Proctor (AASHTO T-99). Geotechnical Engineering Report SR A1A Watermain Replacement Project ■ Town of Gulfstream, Florida January 16, 2020 ■ Terracon Project No. HD195007 Responsive ■Resourceful ■Reliable 12 If over-excavation is not needed, the upper 12 inches of the subgrade soils beneath the conduit should be compacted to not less than 100 percent of the maximum dry density determined in accordance with Standard Proctor (AASHTO T-99). Backfill Backfill should consist of sand or sand-gravel mixtures containing no particle sizes larger than 1 inch, less than 10% fines, and no more than 2% organic matter. The backfill should be placed in the dry and up to the utility spring line, then compacted to at least 100 percent of maximum dry density (AASHTO T-99). Subsequent lifts should be similarly compacted in 12-inch thick lifts. We recommend the use of only relatively light, hand-held compaction equipment to limit the potential for damage to the utility lines. Construction Observation and Testing The earthwork efforts should be monitored under the direction of the Geotechnical Engineer. Monitoring should include documentation of adequate over-excavation of the organic soils (if performed) and coquina, and proper placement and compaction of backfill. Each lift of compacted backfill should be tested, evaluated, and reworked as necessary until approved by the Geotechnical Engineer prior to placement of additional lifts. In addition to the documentation of the essential parameters necessary for construction, the continuation of the Geotechnical Engineer into the construction phase of the project provides the continuity to maintain the Geotechnical Engineer’s evaluation of subsurface conditions, including assessing variations and associated design changes. PAVEMENTS The pavement section to be constructed above the new utility line should be designed for the actual anticipated traffic loads it will experience. Existing subgrade soils along the roadways should possess an average LBR value of about 15. By empirical correlation, the corresponding subgrade Resilient Modulus for pavement design could be assumed as 5,750 psi. A typical pavement restoration section along most of the (cut and cover) pipeline alignment could potentially consist of 2 inches of structural asphalt over 10 inches of FDOT-quality aggregate base, either limerock or crushed concrete, followed by 12 inches of stabilized subgrade (compacted to at least 98 percent of the maximum dry density as determined by ASTM D 1557). However, the actual section must comply with the Town of Gulfstream requirements and may or may not be different than the section described. If crushed concrete is used for the base course, we recommend that it have a moisture content slightly dry of optimum at the time the asphalt concrete is placed. Geotechnical Engineering Report SR A1A Watermain Replacement Project ■ Town of Gulfstream, Florida January 16, 2020 ■ Terracon Project No. HD195007 Responsive ■Resourceful ■Reliable 13 A different pavement section consisting of full depth asphalt concrete should be considered along Little Club Road where it has low ground surface elevation (i.e. about +4 ft NGVD) owing to reduced groundwater separation. GENERAL COMMENTS Our analysis and opinions are based upon our understanding of the project, the geotechnical conditions in the area, and the data obtained from our site exploration. Natural variations will occur between exploration point locations or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. Terracon should be retained as the Geotechnical Engineer, where noted in the final report, to provide observation and testing services during pertinent construction phases. If variations appear, we can provide further evaluation and supplemental recommendations. If variations are noted in the absence of our observation and testing services on-site, we should be immediately notified so that we can provide evaluation and supplemental recommendations. Our services and any correspondence or collaboration through this system are intended for the sole benefit and exclusive use of our client for specific application to the project discussed and are accomplished in accordance with generally accepted geotechnical engineering practices with no third party beneficiaries intended. Any third party access to services or correspondence is solely for information purposes to support the services provided by Terracon to our client. Reliance upon the services and any work product is limited to our client and is not intended for third parties. Any use or reliance of the provided information by third parties is done solely at their own risk. No warranties, either express or implied, are intended or made. Site characteristics as provided are for design purposes and not to estimate excavation cost. Any use of our report in that regard is done at the sole risk of the excavating cost estimator as there may be variations on the site that are not apparent in the data that could significantly impact excavation cost. Any parties charged with estimating excavation costs should seek their own site characterization for specific purposes to obtain the specific level of detail necessary for costing. Site safety, and cost estimating including, excavation support, and dewatering requirements/design are the responsibility of others. If changes in the nature, design, or location of the project are planned, our conclusions and recommendations shall not be considered valid unless we review the changes and either verify or modify our conclusions in writing. ATTACHM ENTS ATTACHMENTS Geotechnical Engineering Report SR A1A Watermain Replacement Project ■ Town of Gulfstream, Florida January 16, 2020 ■ Terracon Project No. HD195007 Responsive ■Resourceful ■Reliable EXPLORATION AND TESTING PROCEDURES Field Exploration The field exploration program consisted of the following: ■Applied for and obtained a Florida Department of Transportation General Use Permit Number for working in the Right of Way. ■Visited the project site, field marked 17 boring locations, and contacted the Sunshine State One Call of Florida (SSOCOF) for the clearance of public utilities. ■After the underground utility clearance and the General Use Permit were obtained a truck mounted drilling rig was mobilized and the Standard Penetration Test (SPT) borings were drilled. The majority of borings were located within existing roadways (except borings TB- 13 and TB-14) at the locations shown in the Exploration Plan. ■Soil sampling in the SPT borings was completed in general accordance with industry standard procedures wherein split-barrel samples were obtained. SPT split spoon sampling was continuous to a depth of at least 10 feet and then was (usually) at 5 ft vertical intervals thereafter. In addition, we observed and recorded groundwater levels during drilling. Once the samples were collected and classified in the field, they were placed in appropriate sample containers for transport to our laboratory. Upon their completion, the boreholes within existing roadways were backfilled with bentonite hole plug up to 1 foot below grade, followed by dry Sakrete and then cold-patch asphalt mix. The boreholes outside roadways were backfilled with bentonite hole plug. ■The work was completed within a maintenance of traffic (MOT) plan that was designed to limit impacts to local traffic, and to provide for a safe working zone. Laboratory Testing All samples were examined in the laboratory by a geotechnical engineer and classified in accordance with the Unified Soil Classification System and geologic terminology, as appropriate. Two samples (one of organic sand and another of organic silt) were tested in the laboratory for organic content and moisture content. The results of these tests are presented on the attached borings logs for Borings TB-3 and TB-16. SI TE LO CATI ON AND EXPLORATIO N PLANS SITE LOCATION AND EXPLORATION PLAN SITE LOCATION Gulfstream SR A1A Watermain Replacement ■ Gulfstream, FL November 22, 2019 ■ Terracon Project No. HD195007 TOPOGRAPHIC MAP IMAGE COURTESY OF THE U.S. GEOLOGICAL SURVEY QUADRANGLES INCLUDE: LAKE WORTH, FL (1/1/1983) and DELRAY BEACH, FL (1/1/1983). DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES SITE EXPLORATION PLAN Gulfstream SR A1A Watermain Replacement ■ Gulfstream, FL December 3, 2019 ■ Terracon Project No. HD195007 DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES AERIAL PHOTOGRAPHY PROVIDED BY MICROSOFT BING MAPS EXPLORATION PLAN Gulfstream SR A1A Watermain Replacement ■ Gulfstream, FL December 3, 2019 ■ Terracon Project No. HD195007 DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES AERIAL PHOTOGRAPHY PROVIDED BY MICROSOFT BING MAPS EXPLORATION PLAN Gulfstream SR A1A Watermain Replacement ■ Gulfstream, FL December 3, 2019 ■ Terracon Project No. HD195007 DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES AERIAL PHOTOGRAPHY PROVIDED BY MICROSOFT BING MAPS EXPLO RATI O N RESULTS EXPLORATION RESULTS -25 -20 -15 -10 -5 0 5 10 15 20 ELEVATION (NGVD) (feet)Gulfstream SR A1A Watermain Replacement Gulfstream, FL Terracon Project No. HD195007 NOTES: Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. TB-1 TB-2 TB-3 TB-4 TB-5 TB-6 TB-7 TB-8 GEOMODEL This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. LEGEND Groundwater levels are temporal. The levels shown are representative of the date and time of our exploration. Significant changes are possible over time. Water levels shown are as measured during and/or after drilling. In some cases, boring advancement methods mask the presence/absence of groundwater. See individual logs for details. First Water Observation Dark brown Organic Sand, very loose (SP)3 Brown Silty Sand, trace shell fragments, fine grained, loose (SM)4 Black Organic Silt to light brown silty PEAT, soft (OL, PT)5 Asphalt Poorly-graded Sand Limestone Poorly-graded Sand with Silt Model Layer General DescriptionLayer Name Light brown to brown Sand, trace limerock/Coquina gravel, fine to medium grained, loose to medium dense (SP)1 Light brown to dark brown Sand to Sand with silt, varying amount of sand sized shell fragments, fine to medium grained, loose to medium dense (SP, SP-SM) 2 Light brown to gray Coquina, some shelly sand lenses6 ORGANIC SAND SILTY SAND ORGANIC SILT TO PEAT SAND SAND TO SAND WITH SILT COQUINA 12 30 2 6 12 16.5 30 2 6 8 8 10 16 30 2 3 2 6 5 5.5 10 2 6 6.5 7 10 2 6 6.5 1 10 1 25 1.2 17.5 30 1 2 6 5.5 2 5 30 1 2 6 6.5 Anticipated Lowest Pipeline Invert (10 ft bgs for HDD installation) Anticipated Pipeline Invert (3 - 5 ft bgs for Cut and Cover installation) -15 -10 -5 0 5 10 15 20 25 30 ELEVATION (NGVD) (feet)Gulfstream SR A1A Watermain Replacement Gulfstream, FL Terracon Project No. HD195007 NOTES: Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. TB-9 TB-10 TB-11 TB-12 TB-13 TB-14 TB-15 TB-16 TB-17 GEOMODEL This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. LEGEND Groundwater levels are temporal. The levels shown are representative of the date and time of our exploration. Significant changes are possible over time. Water levels shown are as measured during and/or after drilling. In some cases, boring advancement methods mask the presence/absence of groundwater. See individual logs for details. First Water Observation Dark brown Organic Sand, very loose (SP)3 Brown Silty Sand, trace shell fragments, fine grained, loose (SM)4 Black Organic Silt to light brown silty PEAT, soft (OL, PT)5 Asphalt Poorly-graded Sand Limestone Topsoil Organic Silt Silty Sand Peat Model Layer General DescriptionLayer Name Light brown to brown Sand, trace limerock/Coquina gravel, fine to medium grained, loose to medium dense (SP)1 Light brown to dark brown Sand to Sand with silt, varying amount of sand sized shell fragments, fine to medium grained, loose to medium dense (SP, SP-SM) 2 Light brown to gray Coquina, some shelly sand lenses6 ORGANIC SAND SILTY SAND ORGANIC SILT TO PEAT SAND SAND TO SAND WITH SILT COQUINA 4 10 2 6 2 10 1 6 9 1.5 10 1 6 2.5 30 1 6 26.5 3.5 10 1 6 2 6 10 1 2 6 2 6 10 1 2 6 2 7 10 12 1 2 5 2 2 2 8.5 10 14 16 1 2 4 5 2 2 Anticipated Pipeline Invert (3 - 5 ft bgs for Cut and Cover installation) 17-11-9 N=20 7-9-9-8 N=18 5-5-6-6 N=11 6-6-7-8 N=13 8-7-6-6 N=13 3-5-8-20 N=13 20-37-47-50/2" N=84 25-36-38-33 N=74 33-31-37 N=68 38-60-68 N=128 47-44-40 N=84 PAVEMENT, Asphalt (5-3/4-inch thick) over Limerock Base (4-1/4-inch thick) SAND (SP), with sand sized shell fragments, medium grained, light brown to brown, medium dense COQUINA, some shelly sand lenses, light brown Boring Terminated at 30 Feet 0.8 12.0 30.0 13+/- 2+/- -16+/- Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL HD195007 GULFSTREAM SR A1A.GPJ TERRACON_DATATEMPLATE.GDT 12/3/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 FIELD TESTRESULTSORGANICCONTENT(%)WATERCONTENT (%)LOCATION See Exploration Plan Latitude: 26.4917° Longitude: -80.0541°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.) Approximate Surface Elev.: 14 (Ft.) +/- Page 1 of 1 Advancement Method: Mud Rotary started at 10 ft. Continuous sampling to 16 ft., then a sample at 19 ft., and at 5 ft. intervals thereafter Abandonment Method: Boring backfilled with bentonite hole plug and capped with dry Sakrete and cold -patch asphalt upon completion Notes: Project No.: HD195007 Drill Rig: CME 45B BORING LOG NO. TB-1 Mathews Consulting, a Baxter & Woodman Co.CLIENT: West Palm Beach, FL Driller: B. Philips Boring Completed: 11-06-2019 PROJECT: Gulfstream SR A1A Watermain Replacement Elevations (NGVD Datum) were approximated from the 50% design plan. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. SR A1A Gulfstream, FL SITE: Boring Started: 11-06-2019 1225 Omar Rd West Palm Beach, FL At 12 ft. while drilling WATER LEVEL OBSERVATIONS 2 6 SAMPLE TYPE 12-8-5 N=13 2-1-3-2 N=4 2-3-2-3 N=5 3-3-4-7 N=7 8-8-8-7 N=16 3-3-1 N=4 39-49-30 N=79 40-50/4" N=50/4" 48-50/3" N=50/3" PAVEMENT, Asphalt (7-1/2-inch thick) over Limerock Base (4-1/2-inch thick) SAND (SP), with sand sized shell fragments, medium grained, light brown to brown, loose to medium dense SAND WITH SILT (SP-SM), fine to medium grained, brown to dark brown, loose COQUINA, some shelly sand lenses, light gray Boring Terminated at 30 Feet 1.0 13.0 16.5 30.0 10+/- -2+/- -5.5+/- -19+/- Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL HD195007 GULFSTREAM SR A1A.GPJ TERRACON_DATATEMPLATE.GDT 12/3/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 FIELD TESTRESULTSORGANICCONTENT(%)WATERCONTENT (%)LOCATION See Exploration Plan Latitude: 26.4927° Longitude: -80.0543°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.) Approximate Surface Elev.: 11 (Ft.) +/- Page 1 of 1 Advancement Method: Mud Rotary started at 10 ft. Continuous sampling to 10 ft. and at 5 ft. intervals thereafter Abandonment Method: Boring backfilled with bentonite hole plug and capped with dry Sakrete and cold -patch asphalt upon completion Notes: Project No.: HD195007 Drill Rig: CME 45B BORING LOG NO. TB-2 Mathews Consulting, a Baxter & Woodman Co.CLIENT: West Palm Beach, FL Driller: B. Philips Boring Completed: 11-08-2019 PROJECT: Gulfstream SR A1A Watermain Replacement Elevations (NGVD Datum) were approximated from the 50% design plan. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. SR A1A Gulfstream, FL SITE: Boring Started: 11-08-2019 1225 Omar Rd West Palm Beach, FL At 8 ft. while drilling WATER LEVEL OBSERVATIONS 2 6 SAMPLE TYPE 5/2"-12-18-8 N=30 5-5-5-5 N=10 3-3-4-3 N=7 2-2-2-1 N=4 WOH-1-1-1 N=2 2-1-2-3 N=3 2-3-4 N=7 28-35-52 N=87 N=50/3" N=50/2" 658 PAVEMENT, Asphalt (4-inch thick) over Limerock Base (4-inch thick) SAND (SP), with sand sized shell fragments, medium grained, light brown to brown, loose to medium dense ORGANIC SAND (SP), dark brown, very loose SAND (SP), fine to medium grained, brown, loose COQUINA, some shelly sand lenses, light brown to light gray Boring Terminated at 30 Feet 0.7 8.0 10.0 16.0 30.0 7.5+/- 0+/- -2+/- -8+/- -22+/- Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL HD195007 GULFSTREAM SR A1A.GPJ TERRACON_DATATEMPLATE.GDT 12/3/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 FIELD TESTRESULTSORGANICCONTENT(%)WATERCONTENT (%)LOCATION See Exploration Plan Latitude: 26.494° Longitude: -80.0541°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.) Approximate Surface Elev.: 8 (Ft.) +/- Page 1 of 1 Advancement Method: Mud Rotary started at 10 ft. Continuous sampling to 12 ft., then a sample at 14 ft., and at 5 ft. intervals thereafter Abandonment Method: Boring backfilled with bentonite hole plug and capped with dry Sakrete and cold -patch asphalt upon completion Notes: Project No.: HD195007 Drill Rig: CME 45B BORING LOG NO. TB-3 Mathews Consulting, a Baxter & Woodman Co.CLIENT: West Palm Beach, FL Driller: B. Philips Boring Completed: 11-08-2019 PROJECT: Gulfstream SR A1A Watermain Replacement Elevations (NGVD Datum) were approximated from the 50% design plan. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. SR A1A Gulfstream, FL SITE: Boring Started: 11-08-2019 1225 Omar Rd West Palm Beach, FL At 5 ft. while drilling WATER LEVEL OBSERVATIONS 2 3 2 6 SAMPLE TYPE 17-6-5 N=11 3-4-3-4 N=7 3-4-6-17 N=10 22-24-28-30 N=52 19-23-28-26 N=51 PAVEMENT, Asphalt (5-inch thick) over Limerock Base (5-inch thick) SAND (SP), with sand sized shell fragments, medium grained, brown, loose to medium dense COQUINA, some shelly sand lenses, light brown to light gray Boring Terminated at 10 Feet 0.8 5.5 10.0 8+/- 3.5+/- -1+/- Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL HD195007 GULFSTREAM SR A1A.GPJ TERRACON_DATATEMPLATE.GDT 12/3/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSORGANICCONTENT(%)WATERCONTENT (%)LOCATION See Exploration Plan Latitude: 26.4952° Longitude: -80.054°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.) Approximate Surface Elev.: 9 (Ft.) +/- Page 1 of 1 Advancement Method: Continuous sampling Abandonment Method: Boring backfilled with bentonite hole plug and capped with dry Sakrete and cold -patch asphalt upon completion Notes: Project No.: HD195007 Drill Rig: CME 45B BORING LOG NO. TB-4 Mathews Consulting, a Baxter & Woodman Co.CLIENT: West Palm Beach, FL Driller: B. Philips Boring Completed: 11-08-2019 PROJECT: Gulfstream SR A1A Watermain Replacement Elevations (NGVD Datum) were approximated from the 50% design plan. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. SR A1A Gulfstream, FL SITE: Boring Started: 11-08-2019 1225 Omar Rd West Palm Beach, FL At 6.5 ft. while drilling WATER LEVEL OBSERVATIONS 2 6 SAMPLE TYPE 17/5"-20-14 N=34 8-6-5-4 N=11 2-2-2-1 N=4 WOH-WOH-8-22 N=8 20-24-27-30 N=51 PAVEMENT, Asphalt (6-inch thick) over Limerock Base (8-inch thick) SAND (SP), some sand sized shell fragments, fine to medium grained, light brown to brown, loose to medium dense COQUINA, some shelly sand lenses, light brown to gray Boring Terminated at 10 Feet 1.2 7.0 10.0 8+/- 2+/- -1+/- Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL HD195007 GULFSTREAM SR A1A.GPJ TERRACON_DATATEMPLATE.GDT 12/3/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSORGANICCONTENT(%)WATERCONTENT (%)LOCATION See Exploration Plan Latitude: 26.4965° Longitude: -80.0536°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.) Approximate Surface Elev.: 9 (Ft.) +/- Page 1 of 1 Advancement Method: Continuous sampling Abandonment Method: Boring backfilled with bentonite hole plug and capped with dry Sakrete and cold -patch asphalt upon completion Notes: Project No.: HD195007 Drill Rig: CME 45B BORING LOG NO. TB-5 Mathews Consulting, a Baxter & Woodman Co.CLIENT: West Palm Beach, FL Driller: B. Philips Boring Completed: 11-08-2019 PROJECT: Gulfstream SR A1A Watermain Replacement Elevations (NGVD Datum) were approximated from the 50% design plan. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. SR A1A Gulfstream, FL SITE: Boring Started: 11-08-2019 1225 Omar Rd West Palm Beach, FL At 6.5 ft. while drilling WATER LEVEL OBSERVATIONS 2 6 SAMPLE TYPE 3-5-4 N=9 2-4-4-3 N=8 1-1-4-7 N=5 6-5-7-8 N=12 6-6-10-12 N=16 PAVEMENT, Asphalt (6-inch thick) SAND (SP), trace limerock gravel, fine to medium grained, light brown SAND (SP), some sand sized shell fragments, fine to medium grained, light brown to brown, loose to medium dense Boring Terminated at 10 Feet 0.5 1.0 10.0 7.5+/- 7+/- -2+/- Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL HD195007 GULFSTREAM SR A1A.GPJ TERRACON_DATATEMPLATE.GDT 12/3/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSORGANICCONTENT(%)WATERCONTENT (%)LOCATION See Exploration Plan Latitude: 26.4973° Longitude: -80.0534°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.) Approximate Surface Elev.: 8 (Ft.) +/- Page 1 of 1 Advancement Method: Continuous sampling Abandonment Method: Boring backfilled with bentonite hole plug and capped with dry Sakrete and cold -patch asphalt upon completion Notes: Project No.: HD195007 Drill Rig: CME 45B BORING LOG NO. TB-6 Mathews Consulting, a Baxter & Woodman Co.CLIENT: West Palm Beach, FL Driller: B. Philips Boring Completed: 11-05-2019 PROJECT: Gulfstream SR A1A Watermain Replacement Elevations (NGVD Datum) were approximated from the 50% design plan. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. SR A1A Gulfstream, FL SITE: Boring Started: 11-05-2019 1225 Omar Rd West Palm Beach, FL At 5 ft. while drilling WATER LEVEL OBSERVATIONS 1 2 SAMPLE TYPE 3/3"-6-6 N=12 6-7-10-11 N=17 5-4-6-9 N=10 11-14-15-15 N=29 7-8-9-11 N=17 11-16-16 N=32 10-15-25 N=40 25-45-50/3" N=95/9" 33-50/2" N=50/2" PAVEMENT, Asphalt (8-inch thick) SAND (SP), some limerock gravel, fine to medium grained, brown SAND (SP), fine to medium grained, light brown to dark brown, medium dense to dense - with sand sized shell fragments and Coquina lenses between 13 and 17.5 feet COQUINA, some shelly sand lenses, light gray Boring Terminated at 30 Feet 0.7 1.2 17.5 30.0 6.5+/- 6+/- -10.5+/- -23+/- Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL HD195007 GULFSTREAM SR A1A.GPJ TERRACON_DATATEMPLATE.GDT 12/3/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 FIELD TESTRESULTSORGANICCONTENT(%)WATERCONTENT (%)LOCATION See Exploration Plan Latitude: 26.4979° Longitude: -80.0533°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.) Approximate Surface Elev.: 7 (Ft.) +/- Page 1 of 1 Advancement Method: Mud Rotary started at 10 ft. Continuous sampling to 10 ft. and at 5 ft. intervals thereafter Abandonment Method: Boring backfilled with bentonite hole plug and capped with dry Sakrete and cold -patch asphalt upon completion Notes: Project No.: HD195007 Drill Rig: CME 45B BORING LOG NO. TB-7 Mathews Consulting, a Baxter & Woodman Co.CLIENT: West Palm Beach, FL Driller: B. Philips Boring Completed: 11-04-2019 PROJECT: Gulfstream SR A1A Watermain Replacement Elevations (NGVD Datum) were approximated from the 50% design plan. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. SR A1A Gulfstream, FL SITE: Boring Started: 11-04-2019 1225 Omar Rd West Palm Beach, FL At 5.5 ft. while drilling WATER LEVEL OBSERVATIONS 1 2 6 SAMPLE TYPE 1/4"-3-2 N=5 2-1-2-4 N=3 3-4-13-17 N=17 10-6-9-8 N=15 8-9-12-20 N=21 20-20-30 N=50 37-36-37 N=73 N=100/1.5" 75-20-10 N=30 PAVEMENT, Asphalt (6-inch thick) SAND (SP), trace limerock gravel, fine to medium grained, brown, loose SAND (SP), fine to medium grained, light brown to brown, loose COQUINA, some shelly sand lenses, light brown to light gray Boring Terminated at 30 Feet 0.5 2.0 5.0 30.0 9+/- 7.5+/- 4.5+/- -20.5+/- Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL HD195007 GULFSTREAM SR A1A.GPJ TERRACON_DATATEMPLATE.GDT 12/3/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 FIELD TESTRESULTSORGANICCONTENT(%)WATERCONTENT (%)LOCATION See Exploration Plan Latitude: 26.4991° Longitude: -80.0531°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.) Approximate Surface Elev.: 9.5 (Ft.) +/- Page 1 of 1 Advancement Method: Mud Rotary started at 10 ft. Continuous sampling to 10 ft. and at 5 ft. intervals thereafter Abandonment Method: Boring backfilled with bentonite hole plug and capped with dry Sakrete and cold -patch asphalt upon completion Notes: Project No.: HD195007 Drill Rig: CME 45B BORING LOG NO. TB-8 Mathews Consulting, a Baxter & Woodman Co.CLIENT: West Palm Beach, FL Driller: B. Philips Boring Completed: 11-04-2019 PROJECT: Gulfstream SR A1A Watermain Replacement Elevations (NGVD Datum) were approximated from the 50% design plan. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. SR A1A Gulfstream, FL SITE: Boring Started: 11-04-2019 1225 Omar Rd West Palm Beach, FL At 6.5 ft. while drilling WATER LEVEL OBSERVATIONS 1 2 6 SAMPLE TYPE 9-10-13 N=23 11-18-17-17 N=35 32-35-35-46 N=70 56-50-52-50 N=102 70-100/2" N=100/2" PAVEMENT, Asphalt (6-inch thick) over Limerock Base (6-inch thick) SAND (SP), some sand sized shell fragments, some Coquina lenses, fine to medium grained, light brown, medium dense to dense COQUINA, some shelly sand lenses, light brown Boring Terminated at 10 Feet 1.0 4.0 10.0 11+/- 8+/- 2+/- Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL HD195007 GULFSTREAM SR A1A.GPJ TERRACON_DATATEMPLATE.GDT 12/3/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSORGANICCONTENT(%)WATERCONTENT (%)LOCATION See Exploration Plan Latitude: 26.5002° Longitude: -80.053°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.) Approximate Surface Elev.: 12 (Ft.) +/- Page 1 of 1 Advancement Method: Continuous sampling Abandonment Method: Boring backfilled with bentonite hole plug and capped with dry Sakrete and cold -patch asphalt upon completion Notes: Project No.: HD195007 Drill Rig: CME 45B BORING LOG NO. TB-9 Mathews Consulting, a Baxter & Woodman Co.CLIENT: West Palm Beach, FL Driller: B. Philips Boring Completed: 11-04-2019 PROJECT: Gulfstream SR A1A Watermain Replacement Elevations (NGVD Datum) were approximated from the 50% design plan. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. SR A1A Gulfstream, FL SITE: Boring Started: 11-04-2019 1225 Omar Rd West Palm Beach, FL Not Encountered WATER LEVEL OBSERVATIONS 2 6 SAMPLE TYPE 41-13-8-11 N=21 12-30-34-32 N=64 27-37-40-43 N=77 35-35-41-52 N=76 26-33-38-36 N=71 PAVEMENT, Asphalt (5-inch thick) over Shellrock Base (5-inch thick) SAND (SP), trace Coquina gravel, fine to medium grained, brown red COQUINA, some shelly sand lenses, light brown Boring Terminated at 10 Feet 0.8 2.0 10.0 11+/- 10+/- 2+/- Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL HD195007 GULFSTREAM SR A1A.GPJ TERRACON_DATATEMPLATE.GDT 12/3/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSORGANICCONTENT(%)WATERCONTENT (%)LOCATION See Exploration Plan Latitude: 26.5003° Longitude: -80.0536°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.) Approximate Surface Elev.: 12 (Ft.) +/- Page 1 of 1 Advancement Method: Continuous sampling Abandonment Method: Boring backfilled with bentonite hole plug and capped with dry Sakrete and cold -patch asphalt upon completion Notes: Project No.: HD195007 Drill Rig: CME 45B BORING LOG NO. TB-10 Mathews Consulting, a Baxter & Woodman Co.CLIENT: West Palm Beach, FL Driller: B. Philips Boring Completed: 10-25-2019 PROJECT: Gulfstream SR A1A Watermain Replacement Elevations (NGVD Datum) were approximated from the 50% design plan. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. SR A1A Gulfstream, FL SITE: Boring Started: 10-25-2019 1225 Omar Rd West Palm Beach, FL At 9 ft. while drilling WATER LEVEL OBSERVATIONS 1 6 SAMPLE TYPE 12-6-3-13 N=9 13-24-20-13 N=44 18-20-15-30 N=35 40-33-35-33 N=68 38-66-68-33 N=134 PAVEMENT, Asphalt (4-inch thick) over Shellrock Base (5-inch thick) SAND (SP), trace Coquina gravel, fine to medium grained, brown red COQUINA, some shelly sand lenses, light brown Boring Terminated at 10 Feet 0.7 1.5 10.0 13+/- 12+/- 3.5+/- Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL HD195007 GULFSTREAM SR A1A.GPJ TERRACON_DATATEMPLATE.GDT 12/3/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSORGANICCONTENT(%)WATERCONTENT (%)LOCATION See Exploration Plan Latitude: 26.5011° Longitude: -80.0538°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.) Approximate Surface Elev.: 13.5 (Ft.) +/- Page 1 of 1 Advancement Method: Continuous sampling Abandonment Method: Boring backfilled with bentonite hole plug and capped with dry Sakrete and cold -patch asphalt upon completion Notes: Project No.: HD195007 Drill Rig: CME 45B BORING LOG NO. TB-11 Mathews Consulting, a Baxter & Woodman Co.CLIENT: West Palm Beach, FL Driller: B. Philips Boring Completed: 10-25-2019 PROJECT: Gulfstream SR A1A Watermain Replacement Elevations (NGVD Datum) were approximated from the 50% design plan. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. SR A1A Gulfstream, FL SITE: Boring Started: 10-25-2019 1225 Omar Rd West Palm Beach, FL Not Encountered WATER LEVEL OBSERVATIONS 1 6 SAMPLE TYPE 2/2"-5-5-10 N=10 13-18-21-35 N=39 32-35-21-24 N=56 21-27-28-28 N=55 19-20-19-19 N=39 15-16-20-28 N=36 30-43-13-10 N=56 25-55-45-59 N=100 18-31-36-27 N=67 54-70-70-88 N=140 73-29-12-28 N=41 31-57-38-40 N=95 24-17-27-36 N=44 20-28-39-45 N=67 45-80-56-33 N=136 PAVEMENT, Asphalt (3-1/2-inch thick) over Limerock Base (4-1/2-inch thick) SAND (SP), trace Coquina gravel, fine to medium grained, brown COQUINA, some shelly sand lenses, light brown to brown Boring Terminated at 30 Feet 0.7 2.5 30.0 28+/- 26+/- -1.5+/- Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL HD195007 GULFSTREAM SR A1A.GPJ TERRACON_DATATEMPLATE.GDT 12/3/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 30 FIELD TESTRESULTSORGANICCONTENT(%)WATERCONTENT (%)LOCATION See Exploration Plan Latitude: 26.5026° Longitude: -80.0538°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.) Approximate Surface Elev.: 28.5 (Ft.) +/- Page 1 of 1 Advancement Method: Continuous sampling Abandonment Method: Boring backfilled with bentonite hole plug and capped with dry Sakrete and cold -patch asphalt upon completion Notes: Project No.: HD195007 Drill Rig: CME 45B BORING LOG NO. TB-12 Mathews Consulting, a Baxter & Woodman Co.CLIENT: West Palm Beach, FL Driller: B. Philips Boring Completed: 11-07-2019 PROJECT: Gulfstream SR A1A Watermain Replacement Elevations (NGVD Datum) were approximated from the 50% design plan. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. SR A1A Gulfstream, FL SITE: Boring Started: 11-07-2019 1225 Omar Rd West Palm Beach, FL At 26.5 ft. while drilling WATER LEVEL OBSERVATIONS 1 6 SAMPLE TYPE 1-10-9-8 N=19 6-6-3-23 N=9 30-26-13-17 N=39 24-30-60-50 N=90 41-40-80-89 N=120 TOPSOIL SAND (SP), trace Coquina gravel, light brown to brown red, medium dense COQUINA, shelly sand lenses, light brown Boring Terminated at 10 Feet 0.5 3.5 10.0 18.5+/- 15.5+/- 9+/- Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL HD195007 GULFSTREAM SR A1A.GPJ TERRACON_DATATEMPLATE.GDT 12/3/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSORGANICCONTENT(%)WATERCONTENT (%)LOCATION See Exploration Plan Latitude: 26.5036° Longitude: -80.0536°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.) Approximate Surface Elev.: 19 (Ft.) +/- Page 1 of 1 Advancement Method: Continuous sampling Abandonment Method: Boring backfilled with bentonite hole plug upon completion Notes: Project No.: HD195007 Drill Rig: CME 45B BORING LOG NO. TB-13 Mathews Consulting, a Baxter & Woodman Co.CLIENT: West Palm Beach, FL Driller: B. Philips Boring Completed: 10-25-2019 PROJECT: Gulfstream SR A1A Watermain Replacement Elevations (NGVD Datum) were approximated from the 50% design plan. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. SR A1A Gulfstream, FL SITE: Boring Started: 10-25-2019 1225 Omar Rd West Palm Beach, FL Not Encountered WATER LEVEL OBSERVATIONS 1 6 SAMPLE TYPE 1-3-4-3 N=7 3-3-3-2 N=6 1-2-1-1 N=3 20-16-22-39 N=38 30-32-42-43 N=74 TOPSOIL SAND (SP), trace Coquina gravel, fine to medium grained, brown to orange, loose SAND (SP), fine to medium grained, orange, loose COQUINA, some shelly sand lenses, light brown Boring Terminated at 10 Feet 0.5 2.0 6.0 10.0 15.5+/- 14+/- 10+/- 6+/- Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL HD195007 GULFSTREAM SR A1A.GPJ TERRACON_DATATEMPLATE.GDT 12/3/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSORGANICCONTENT(%)WATERCONTENT (%)LOCATION See Exploration Plan Latitude: 26.5037° Longitude: -80.0534°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.) Approximate Surface Elev.: 16 (Ft.) +/- Page 1 of 1 Advancement Method: Continuous sampling Abandonment Method: Boring backfilled with bentonite hole plug upon completion Notes: Project No.: HD195007 Drill Rig: CME 45B BORING LOG NO. TB-14 Mathews Consulting, a Baxter & Woodman Co.CLIENT: West Palm Beach, FL Driller: B. Philips Boring Completed: 11-04-2019 PROJECT: Gulfstream SR A1A Watermain Replacement Elevations (NGVD Datum) were approximated from the 50% design plan. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. SR A1A Gulfstream, FL SITE: Boring Started: 11-04-2019 1225 Omar Rd West Palm Beach, FL Not Encountered WATER LEVEL OBSERVATIONS 1 2 6 SAMPLE TYPE 11-5-4-4 N=9 3-4-4-3 N=8 2-2-2-3 N=4 9-11-12-13 N=23 15-34-100/4" N=134/10" PAVEMENT, Asphalt (1-inch thick) over Limerock Base (5-inch thick) SAND (SP), trace Coquina gravel, fine to medium grained, light brown SAND (SP), fine to medium grained, loose COQUINA, some shelly sand lenses, light brown to orange Boring Terminated at 10 Feet 0.5 2.0 6.0 10.0 12.5+/- 11+/- 7+/- 3+/- Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL HD195007 GULFSTREAM SR A1A.GPJ TERRACON_DATATEMPLATE.GDT 12/3/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSORGANICCONTENT(%)WATERCONTENT (%)LOCATION See Exploration Plan Latitude: 26.504° Longitude: -80.0539°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.) Approximate Surface Elev.: 13 (Ft.) +/- Page 1 of 1 Advancement Method: Continuous sampling Abandonment Method: Boring backfilled with bentonite hole plug and capped with dry Sakrete and cold -patch asphalt upon completion Notes: Project No.: HD195007 Drill Rig: CME 45B BORING LOG NO. TB-15 Mathews Consulting, a Baxter & Woodman Co.CLIENT: West Palm Beach, FL Driller: B. Philips Boring Completed: 10-25-2019 PROJECT: Gulfstream SR A1A Watermain Replacement Elevations (NGVD Datum) were approximated from the 50% design plan. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. SR A1A Gulfstream, FL SITE: Boring Started: 10-25-2019 1225 Omar Rd West Palm Beach, FL Not Encountered WATER LEVEL OBSERVATIONS 1 2 6 SAMPLE TYPE 12-6-7-8 N=13 4-7-6-4 N=13 3-2-1-2 N=3 2-2-1-1 N=3 2-2-2-2 N=4 1-2-2-3 N=4 39204 PAVEMENT, Asphalt (2-inch thick) over Shellrock Base (4-inch thick) SAND (SP), trace Coquina gravel, fine to medium grained, medium dense SAND (SP), fine to medium grained, light brown to dark brown, loose to medium dense ORGANIC SILT (OL), black, soft SAND (SP), fine to medium grained, dark brown, loose Boring Terminated at 12 Feet 0.5 2.0 7.0 10.0 12.0 3.5+/- 2+/- -3+/- -6+/- -8+/- Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL HD195007 GULFSTREAM SR A1A.GPJ TERRACON_DATATEMPLATE.GDT 12/3/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSORGANICCONTENT(%)WATERCONTENT (%)LOCATION See Exploration Plan Latitude: 26.5039° Longitude: -80.0547°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.) Approximate Surface Elev.: 4 (Ft.) +/- Page 1 of 1 Advancement Method: Continuous sampling Abandonment Method: Boring backfilled with bentonite hole plug and capped with dry Sakrete and cold -patch asphalt upon completion Notes: Project No.: HD195007 Drill Rig: CME 45B BORING LOG NO. TB-16 Mathews Consulting, a Baxter & Woodman Co.CLIENT: West Palm Beach, FL Driller: B. Philips Boring Completed: 10-25-2019 PROJECT: Gulfstream SR A1A Watermain Replacement Elevations (NGVD Datum) were approximated from the 50% design plan. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. SR A1A Gulfstream, FL SITE: Boring Started: 10-25-2019 1225 Omar Rd West Palm Beach, FL At 2 ft. while drilling WATER LEVEL OBSERVATIONS 1 2 5 2 SAMPLE TYPE 13-7-7-7 N=14 4-6-6-7 N=12 4-2-3-2 N=5 2-1-2-2 N=3 2-2-1-2 N=3 1-2-1-1 N=3 2-2-2-1 N=4 4-5-5-4 N=10 PAVEMENT, Asphalt (1-1/4-inch thick) over Limerock Base (4-inch thick) SAND (SP), trace limerock gravel, trace shell fragments, fine to medium grained, light brown, medium dense SAND (SP), trace shell fragments, fine to medium grained, light brown to brown, loose to medium dense SILTY SAND (SM), trace shell fragments, fine grained, brown, loose PEAT (PT), silty, light brown, soft SAND (SP), light brown, medium dense Boring Terminated at 16 Feet 0.4 2.0 8.5 10.0 14.0 16.0 5+/- 3.5+/- -3+/- -4.5+/- -8.5+/- -10.5+/- Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL HD195007 GULFSTREAM SR A1A.GPJ TERRACON_DATATEMPLATE.GDT 12/3/19WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 FIELD TESTRESULTSORGANICCONTENT(%)WATERCONTENT (%)LOCATION See Exploration Plan Latitude: 26.5039° Longitude: 80.0557°GRAPHIC LOGMODEL LAYERDEPTH ELEVATION (Ft.) Approximate Surface Elev.: 5.5 (Ft.) +/- Page 1 of 1 Advancement Method: Continuous sampling Abandonment Method: Boring backfilled with bentonite hole plug and capped with dry Sakrete and cold -patch asphalt upon completion Notes: Project No.: HD195007 Drill Rig: CME 45B BORING LOG NO. TB-17 Mathews Consulting, a Baxter & Woodman Co.CLIENT: West Palm Beach, FL Driller: B. Philips Boring Completed: 12-02-2019 PROJECT: Gulfstream SR A1A Watermain Replacement Elevations (NGVD Datum) were approximated from the 50% design plan. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. SR A1A Gulfstream, FL SITE: Boring Started: 12-02-2019 1225 Omar Rd West Palm Beach, FL At 2 ft. while drilling WATER LEVEL OBSERVATIONS 1 2 4 5 2 SAMPLE TYPE SUPPO RTI NG INFORMATION SUPPORTING INFORMATION UNIFIED SOIL CLASSIFICATION SYSTEM SR A1A Watermain Replacement Project ■ Town of Gulfstream, Florida January 16, 2020 ■ Terracon Project No. HD195007 UNI FI ED SO IL CLASSI FICATION SYSTEM Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A Soil Classification Group Symbol Group Name B Coarse-Grained Soils: More than 50% retained on No. 200 sieve Gravels: More than 50% of coarse fraction retained on No. 4 sieve Clean Gravels: Less than 5% fines C Cu ‡4 and 1 £Cc £3 E GW Well-graded gravel F Cu <4 and/or 1 >Cc >3 E GP Poorly graded gravel F Gravels with Fines: More than 12% fines C Fines classify as ML or MH GM Silty gravel F, G, H Fines classify as CL or CH GC Clayey gravel F, G, H Sands: 50% or more of coarse fraction passes No. 4 sieve Clean Sands: Less than 5% fines D Cu ‡6 and 1 £Cc £3 E SW Well-graded sand I Cu <6 and/or 1 >Cc >3 E SP Poorly graded sand I Sands with Fines: More than 12% fines D Fines classify as ML or MH SM Silty sand G, H, I Fines classify as CL or CH SC Clayey sand G, H, I Fine-Grained Soils: 50% or more passes the No. 200 sieve Silts and Clays: Liquid limit less than 50 Inorganic:PI > 7 and plots on or above “A” line J CL Lean clay K, L, M PI <4 or plots below “A” line J ML Silt K, L, M Organic:Liquid limit - oven dried < 0.75 OL Organic clay K, L, M, N Liquid limit - not dried Organic silt K, L, M, O Silts and Clays: Liquid limit 50 or more Inorganic:PI plots on or above “A” line CH Fat clay K, L, M PI plots below “A” line MH Elastic Silt K, L, M Organic:Liquid limit - oven dried < 0.75 OH Organic clay K, L, M, P Liquid limit - not dried Organic silt K, L, M, Q Highly organic soils:Primarily organic matter, dark in color, and organic odor PT Peat A Based on the material passing the 3-inch (75-mm) sieve B If field sample contained cobbles or boulders, or both, add “with cobbles or boulders, or both” to group name. C Gravels w ith 5 to 12% fines require dual symbols: GW-GM well-graded gravel with silt, GW-GC well-graded gravel with clay, GP-GM poorly graded gravel with silt, GP-GC poorly graded gravel with clay. D Sands with 5 to 12% fines require dual symbols: SW-SM well-graded sand with silt, SW-SC well-graded sand with clay, SP-SM poorly graded sand with silt, SP-SC poorly graded sand with clay E Cu = D60/D10 Cc = 6010 2 30 DxD )(D F If soil contains ‡ 15% sand, add “with sand” to group name. G If fines classify as CL-ML, use dual symbol GC-GM, or SC-SM. H If fines are organic, add “with organic fines” to group name. I If soil contains ‡ 15% gravel, add “with gravel” to group name. J If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay. K If soil contains 15 to 29% plus No. 200, add “with sand” or “with gravel,” whichever is predominant. L If soil contains ‡ 30% plus No. 200 predominantly sand, add “sandy” to group name. M If soil contains ‡ 30% plus No. 200, predominantly gravel, add “gravelly” to group name. N PI ‡ 4 and plots on or above “A” line. O PI < 4 or plots below “A” line. P PI plots on or above “A” line. Q PI plots below “A” line. STATE ROAD A1A WATER MAIN 02110-1 CLEARING AND GRUBBING IMPROVEMENTS – PHASE 2 SECTION 02110 CLEARING AND GRUBBING PART 1 - GENERAL 1.01 SCOPE A. The work to be performed under this item shall consist of either the clearing of or the clearing and grubbing of the area along the alignment of construction as designated on the drawings. B. Clearing - Where clearing only is required it shall consist of the cutting and removal of all trees, stumps, bush, logs, hedges, and the removal of all fences and other loose or projecting material from the designated area. The grubbing of stumps and roots will be required. C. Clearing and Grubbing - Clearing and grubbing shall consist of clearing the surface of the ground of the designated areas of all trees, stumps, down timber, logs, snags, brush, undergrowth, hedges, heavy growth of grass or weeds, fences, structures, debris, and rubbish of any nature, natural obstructions or such material which, in the opinion of ENGINEER, is unsuitable, including grubbing of stumps, roots, matter roots, foundations and disposal from the project of all spoil materials resulting from clearing and grubbing by burning or otherwise. 1.02 REFERENCES A. Florida Department of Transportation Standard Specifications for Road and Bridge construction (F.D.O.T.), latest edition. PART 2 - MATERIALS 2.01 MATERIALS FOR REPLACEMENT A. All materials required to be brought on to the site for filling of holes caused by grubbing or otherwise shall be consistent with materials of the surrounding area. PART 3 - EXECUTION 3.01 SCHEDULE A. CONTRACTOR shall schedule the clearing or clearing and grubbing work at a satisfactory distance in advance of the pipe laying operations. STATE ROAD A1A WATER MAIN 02110-2 CLEARING AND GRUBBING IMPROVEMENTS – PHASE 2 3.02 SPOIL MATERIALS REMOVAL A. All materials to be disposed of by removal from the site shall be disposed of by CONTRACTOR at the CONTRACTOR's expense. In no case shall any discarded materials be left in piles adjacent to or within the project limits. The manner and location of disposal of materials shall be subject to review by ENGINEER and shall not create an unsightly or objectionable view. 3.03 CLEARING A. Clear the area of all objectionable materials. Trees unavoidably falling outside the specified limits must be cut up, removed, and disposed of in a satisfactory manner. Preserve and protect from injury all trees not to be removed. The trees, stumps, and brush shall be cut to a height of not more than 12-inches above the ground. The grubbing of stumps and roots will be required. B. Fences shall be removed and disposed of or reinstalled in accordance with the plans or as directed by ENGINEER. Fence wire shall be neatly rolled and the wire and posts stored on the project if they are to be used again, or stored at a designated location if the fence is to remain the property of OWNER. 3.04 CLEARING AND GRUBBING A. In areas designated to be cleared and grubbed, all stumps, roots, buried logs, brush, grass and other unsatisfactory materials shall be removed. B. All holes remaining after the grubbing operation in embankment areas shall have the sides broken down to flatten out the slopes, and shall be filled with acceptable material, moistened and properly compacted in layers to the density required. The same construction procedure shall be applied to all holes remaining after grubbing in excavation areas where the depth of holes exceeds the depth of the proposed excavation. END OF SECTION STATE ROAD A1A WATER MAIN 02140 - 1 DEWATERING IMPROVEMENTS – PHASE 2 SECTION 02140 DEWATERING PART 1 - GENERAL 1.01 SUBMITTALS A. Administrative Submittals: Discharge permits. B. Shop Drawings: Water Control Plan. 1.02 WATER CONTROL PLAN A. As a minimum, include descriptions of proposed groundwater and surface water control facilities including, but not limited to, equipment; methods; standby equipment and power supply, pollution control facilities, discharge locations to be utilized, and provisions for immediate temporary water supply as required by this Section. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION 3.01 GENERAL A. Remove and control water during periods when necessary to properly accomplish Work. 3.02 SURFACE WATER CONTROL A. See Section 01505, “CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS”. 3.03 DEWATERING SYSTEMS A. Provide, operate, and maintain dewatering systems of sufficient size and capacity to permit excavation and subsequent construction in dry and to lower and maintain groundwater level a minimum of two feet below the lowest point of excavation. Continuously maintain excavations free of water, regardless of source, and until backfilled to final grade. B. Design and Operated Dewatering Systems: 1. To prevent loss of ground as water is removed. 2. To avoid inducing settlement or damage to existing facilities, completed Work or adjacent property. 3. To relieve artesian pressures and resultant uplift of excavation bottom. STATE ROAD A1A WATER MAIN 02140 - 2 DEWATERING IMPROVEMENTS – PHASE 2 3.04 DISPOSAL OF WATER A. Obtain discharge permit for water disposal from authorities having jurisdiction. B. Treat water collected by dewatering operations, as required by regulatory agencies, prior to discharge. C. Discharge water as required by discharge permit and in manner that will not cause erosion or flooding, or otherwise damage existing facilities, completed Work, or adjacent property. D. Remove solids from treatment facilities and perform other maintenance of treatment facilities as necessary to maintain their efficiency. 3.05 PROTECTION OF PROPERTY A. Make assessment of potential for dewatering induced settlement. Provide and operate devices or systems, including but not limited to reinjection wells, infiltration trenches and cutoff walls, necessary to prevent damage to existing facilities, completed Work, and adjacent property. B. Securely support existing facilities, completed Work, and adjacent property vulnerable to settlement due to dewatering operation. Support shall include, but not be limited to, bracing, underpinning, or compaction grouting. END OF SECTION STATE ROAD A1A WATER MAIN 02211 -1 SITE GRADING IMPROVEMENTS – PHASE 2 SECTION 02211 SITE GRADING PART 1 - GENERAL 1.01 WORK INCLUDED A. Remove topsoil and stockpile on site for later use. B. Excavate sub-soil and reform to grades, contours and levels. C. Excavate or fill for roadways, walks, curbs, gutters, parking areas, landscaped areas, structures and as shown on the Drawings. 1.02 RELATED WORK A. Section 02110: Clearing and Grubbing. B. Section 02220: Trenching, Backfilling and Compacting. C. Section 02260: Finish Grading. 1.03 EXISTING CONDITIONS A. Known underground, surface and aerial utility lines, and buried objects are based on best available data and indicated on the Drawings. CONTRACTOR shall verify all locations. 1.04 PROTECTION A. Protect trees, shrubs and lawns and other features remaining as part of final landscaping. B. Protect bench marks, and existing structures, fences, roads, sidewalks, paving and curbs against damage from equipment and vehicular traffic. C. Protect aerial, surface, or underground utility lines or appurtenance which are to remain. D. Repair any damage, at no cost to OWNER. PART 2 - PRODUCTS 2.01 MATERIALS A. Excavated fill material: Soil free from roots, rocks larger than 3-inches, and building debris. B. Additional fill material: Shall be approved by the ENGINEER. STATE ROAD A1A WATER MAIN 02211 -2 SITE GRADING IMPROVEMENTS – PHASE 2 PART 3 - EXECUTION 3.01 PREPARATION A. Establish and identify required lines, levels, contours and datum. B. Maintain bench marks, monuments, and other reference points. Re-establish if disturbed or destroyed, at no cost to OWNER. C. Before start of grading, establish the location and extent of utilities in the work areas. Notify utilities to remove and relocate lines which are in the way of construction. D. Maintain, protect, reroute or extend as required existing utilities to remain which pass through the work area. 3.02 REMOVAL OF TOPSOIL A. Topsoil of horticultural value shall be stripped from areas of construction under this contract and stockpiled in area designated by ENGINEER. Said material shall be stockpiled separately from fill material. B. Do not permit topsoil to be mixed with subsoil C. Do not strip topsoil when wet. D. Do not drive heavy equipment over stockpiled topsoil. 3.03 ROUGH GRADING A. Rough grade site to required levels, profiles, contours and elevations ready for finish grading and surface treatment. Maintain the following: 1. Sodded areas - 4 1/2-inches below finished grade elevation. 2. Seeded areas - 6-inches below finished grade. 3. Paved areas - 18-inches below finished grade elevations. 4. Shrub beds - 24-inches below finished grade elevations. 5. Flower beds - 18-inches below finished grade elevations. 6. Concrete sidewalks - 8-inches below finished grade elevations. B. Prior to placing fill material over undisturbed subsoil, scarify surface to depth of 6-inches. 3.04 SURPLUS MATERIAL A. Remove surplus materials from site. B. Dispose of surplus material at no cost to OWNER. END OF SECTION STATE ROAD A1A WATER MAIN 02220-1 TRENCHING, BACKFILLING IMPROVEMENTS – PHASE 2 AND COMPACTING SECTION 02220 TRENCHING, BACKFILLING AND COMPACTING PART 1 - GENERAL 1.01 WORK INCLUDED A. Excavate for all underground piping. B. Place and compact granular beds and fills over pipelines to rough grade elevations. C. Dewater excavations as required. 1.02 RELATED WORK A. Section 02661: Water Mains. 1.03 SITE COMPACTION TESTING A. Testing of compacted fill materials will be performed in accordance with F.D.O.T. and A.A.S.H.T.O. specifications. B. If, during progress of Work, tests indicate that compacted materials do not meet specified requirements, remove defective work, replace and retest as directed by ENGINEER. C. Ensure compacted fills are tested before proceeding with placement of surface materials. 1.04 PROTECTION A. Protect trees, shrubs, lawn, areas to receive planting, rock outcropping and other features remaining as part of final landscaping. B. Protect bench marks and existing structures, roads, sidewalks, paving and curbs against damage from vehicular or foot traffic. Install and maintain proper bridging, planking and cants to provide access to buildings. C. Protect excavations by shoring, bracing, sheet piling underpinning, or by other methods, as required to prevent cave-ins or loose dirt from falling into excavations in accordance with Trench Safety Act. D. Underpin or otherwise support adjacent structure(s) which may be damaged by excavation work. This includes other utility lines, power poles and pipe runs. E. Notify ENGINEER of any unexpected sub-surface conditions. Discontinue work in the area until ENGINEER provides notification to resume work. STATE ROAD A1A WATER MAIN 02220-2 TRENCHING, BACKFILLING IMPROVEMENTS – PHASE 2 AND COMPACTING PART 2 - PRODUCTS 2.01 PRODUCTS A. Bedding Materials: Pipe shall be placed on dry, undisturbed earth. B. Selected Backfill: After pipe joints have been inspected and given preliminary approval, and sufficient time has elapsed for setting of joints if necessary, backfilling shall be performed, together with tamping until fill has progressed to an elevation at least one foot above the top of the pipe bell. During this initial stage of backfilling, approved granular materials or loose soil free from lumps, clods, or stones shall be deposited in layers approximately 6-inches thick and compacted by manually operated machine tampers actuated by compressed air, or other suitable means. Tampers and machines shall be suitable for the work, and subject to approval by ENGINEER. C. Backfill Material: Excavated material, free from roots, rocks larger than 3½ inches in size and building debris. D. Fill under landscaped areas: Free from alkali, salt, and petroleum products. Use sub-soil excavated from site only if conforming to specified requirements. PART 3 - EXECUTION 3.01 PREPARATION AND LAYOUT A. Establish extent of excavation by area and elevation. Designate and identify datum elevation. B. Set required lines and levels. C. Maintain bench marks, monuments and other reference points. 3.02 UTILITIES A. Before starting excavation, establish the location and extent of underground utilities occurring in the work area. B. Notify ENGINEER if utility lines which are in the way of excavation are uncovered. C. Protect active utility services uncovered by excavation. D. Remove abandoned utility service lines from areas of excavation. Cap, plug or seal such lines and identify at grade. E. Accurately locate and record abandoned and active utility lines re-routed or extended on Project Record Documents. 3.03 TRENCHING A. Ensure trenching does not interfere with normal 45 degree bearing splay of any foundation. STATE ROAD A1A WATER MAIN 02220-3 TRENCHING, BACKFILLING IMPROVEMENTS – PHASE 2 AND COMPACTING B. Excavate in accordance with lines and grades. C. Cut trenches sufficiently wide to enable proper installation of pipe and to allow for inspection. Trim and shape trench bottom and leave free of irregularities, lumps and projections. D. Do not disturb soil within branch spread of existing trees or shrubs that are to remain. If it is necessary to excavate through roots, perform work by hand and cut roots with a sharp axe. Existing Australian Pines shall be protected during construction. Refer to Section 01535. CONTRACTOR to contact ENGINEER and have ENGINEER on site to monitor work prior to any trimming, or pruning of Australian Pine roots or branches. E. When complete, request ENGINEER to inspect excavations. Correct unauthorized excavation as directed, at no cost to OWNER. F. Remove excess or unsuitable excavated sub-soil from site. DEWATERING G. Keep trenches dry. Provide necessary equipment including pumps, piping and temporary drains. H. Do not discharge drainage water into municipal sewers without municipal approval. Ensure water discharge does not contain silt held in suspension. I. Direct surface drainage away from excavated areas. J. Control the grading in and adjacent to excavations to prevent water running into excavated areas or onto adjacent properties or public thoroughfares. K. Furnish and operate suitable pumps on a 24 hour basis to keep excavations free of water until piping has been placed and backfilling has been completed. L. No water shall be allowed to rise over masonry or mortar until the concrete or mortar has set at least 24 hours. M. The CONTRACTOR is responsible for acquiring all necessary dewatering permits at no cost to the OWNER. 3.04 BACKFILLING A. Do not start backfilling until piping has been inspected. B. Ensure trenches are free of building debris, wood, rocks over 3½ inches in diameter and water. C. Backfill systematically and as early as possible to allow maximum time for natural settlement and compaction. D. After backfill has reached a point one foot above the top of the pipe, a variation in the procedure as to manner of placing and amount of compaction to fill will be allowed, depending upon the location of the work and danger from subsequent settlement, as follows: STATE ROAD A1A WATER MAIN 02220-4 TRENCHING, BACKFILLING IMPROVEMENTS – PHASE 2 AND COMPACTING 1. For backfilling in unimproved areas (along utility easements and in parkway strip beyond the edge of driveways and graveled parking areas), from an elevation of one foot above top of pipe to the surface of the ground, backfill may be deposited by equipment. Depositing in layers, or tamping will not be required. Sufficient surplus excavated material shall be neatly rounded over the trench, to compensate for settlement. All surplus excavated materials beyond that indicated above shall be disposed of by CONTRACTOR. 2. For backfilling beneath driveways and parking areas, alleys, and streets where non-rigid type surfacing is to be replaced. This shall also include dirt, gravel or asphalt driveways and alleys. a. The backfill material shall be carefully deposited in uniform layers not to exceed 12-inches in thickness and each layer shall be compacted to 98% of maximum density in accordance with AASHTO T-180 with manually operated machine tampers. b. In lieu of the foregoing compaction method, the backfill material and procedure used may be that as specified under Method 3, below. 3. For backfilling across and beneath driveways, sidewalks, parking areas or streets where a rigid type paving is to be replaced (concrete and asphaltic concrete and brick surfaces). a. All backfill material shall be approved granular material of high weight and density. The material shall be carefully deposited in uniform layers not to exceed 12-inches thick (loose measure), and each layer shall be compacted by ramming or tamping with tools approved by ENGINEER in a manner that does not disturb the pipe. Where necessary, granular base material of the type and thickness specified shall be used for the last layer prior to surfacing. END OF SECTION STATE ROAD A1A WATER MAIN 02235-1 LIMEROCK BASE, PRIMING IMPROVEMENTS – PHASE 2 SECTION 02235 LIMEROCK BASE, PRIMED PART 1 - GENERAL 1.01 SCOPE A. This item shall consist of the construction of a base course composed of limerock including the application of a bituminous prime coat. It shall be constructed on the prepared subgrade in accordance with these specifications and shall conform to the dimensions, lines, grades and cross sections shown on the plans. 1.02 REFERENCES A. Standards applicable to this Specification shall be: 1. American Association of State Highway and Transportation Officials Standard Specifications (AASHTO). 2. AASHTO T49-80 - Standard Method of Test for Penetration of Bituminous Materials. 3. AASHTO M81-75 (latest ed.) - Standard Specification for Cut-Back Asphalt (Rapid-Curing Type). 4. AASHTO T180-74 (latest ed.) - Standard Method of Tests for Moisture-Density Relations. B. Florida Department of Transportation Standard C. Specifications (F.D.O.T.). 1. FDOT Section 200, Rock Base (latest ed.). 2. FDOT Section 300, Prime and Tack Coats (latest ed.) 3. FDOT Section 911, Base and Stabilized Base Materials (latest ed.) 1.03 SUBMITTALS A. The CONTRACTOR will, at least ten days prior to start of work, submit in writing the source of all materials to be used. B. The CONTRACTOR will, without additional compensation, submit such tests as may be required by the Engineer. 1.04 LIMEROCK A. Except as might be specifically shown otherwise, all limerock material and the sources thereof shall be furnished by the CONTRACTOR. Any limerock material occurring in STATE ROAD A1A WATER MAIN 02235-2 LIMEROCK BASE, PRIMING IMPROVEMENTS – PHASE 2 State furnished borrow areas shall not be used by the CONTRACTOR in constructing the base, unless permitted by the plans or other contract documents. B. Composition - The minimum percentage of carbonates of calcium and magnesium in the limerock material shall be 70. The maximum percentage of water-sensitive clay mineral shall be 3%. Determination shall be at the option of the Engineer. C. Liquid Limit and Plasticity Requirements 1. Material for Limerock Base: The liquid limit shall not exceed 35 and the material shall be non-plastic. 2. Material Used in Limerock Stabilized Base: The liquid limit shall not exceed 35 and the plastic index shall not exceed 10. D. Mechanical Requirements 1. Deleterious Material - Limerock material shall not contain cherty or other extremely hard pieces, or lumps, balls or pockets of sand or clay size material in sufficient quantity as to be detrimental to the proper bonding, finishing, or strength of the limerock base. 2. Gradation and Size Requirements a. For Limerock Base - At least 97 percent (by weight of the material shall pass a 3-1/2 inch sieve and the material shall be graded uniformly down to dust. The fine material shall consist entirely of dust of fracture. All crushing or breaking-up which might be necessary in order to meet such size requirements shall be done before the material is placed on the road. b. For Limerock Stabilized Base - For this use the limerock material shall meet the requirements of 911-3 except that 97 percent shall pass the 1- 1/2 inch sieve. E. Limerock Bearing Ratio Requirements - Limerock material used in construction of limerock base shall have an average LBR value of not less that 100. The average LBR value of material produced at a particular source shall be determined in accordance with an approved quality control procedure. 1.05 PRIME COAT A. The material used for prime coat shall be cut-back Asphalt Grade RC-70 or RC-250 meeting the requirements of (FDOT 916-2) Emulsified Asphalt Grades SS-1 or CSS-1, SS-1H or CSS-1H diluted in equal proportion with water; Asphalt Emulsified Asphalt Grade AE-60, AE-90, AE-150 or AE-200 diluted at the ratio of 6 parts emulsified asphalt to 4 parts water; special MS-Emulsion diluted at the ratio of 6 parts emulsified asphalt to 4 parts water; Asphalt Emulsion Prime 9AEP) meeting the requirements of (FDOT 916-3), Liquid Anti-strip Agents) meeting the requirements of (FDOT 916-5), or other types and grades of bituminous material which may be called for in the plans or Special Provisions. The CONTRACTOR may select any of the specified bituminous materials unless the plans or Special Provisions indicate the use of a specific material. Types and Grades of bituminous material other than those specified above may be allowed if it can be shown that the alternate material will properly perform the function of prime coat material. STATE ROAD A1A WATER MAIN 02235-3 LIMEROCK BASE, PRIMING IMPROVEMENTS – PHASE 2 B. Cover Material for Prime Coat - If an emulsified asphalt is used for prime coat, the Engineer may require that cover material be hot-asphalt coated (mix to contain from two to four percent asphalt-cement) if necessary to achieve a prime coat which will remain reasonably intact until the surface course is placed. If material other than emulsified asphalt is used for the prime coat, the cover material shall be either sand (bare or hot-asphalt coated) or screenings, at the CONTRACTOR's option. The sand shall be nonplastic and free from any appreciable amount of silt, clay balls and root particles, and from any noticeable sticks, trash, vegetation or other organic matter. Screening shall be as specified in FDOT 902-5. PART 2 - EXECUTION 2.01 TRANSPORTING LIMEROCK A. The limerock shall be transported to the point where it is to be used, over rock previously placed if practicable, and dumped on the end of the preceding spread. Hauling over the subgrade and dumping on the subgrade will be permitted when these operations will not be detrimental to the base as determined by the Engineer. 2.02 EQUIPMENT A. Limerock Base - The rock shall be spread by mechanical rock spreaders, equipped with a device which strikes off the rock uniformly to laying thickness, and capable of producing an even distribution of the rock. For crossovers, intersections and ramp areas; for roadway widths of 20 feet or less; for the main roadway area when forms are used and for any other areas where the use of a mechanical spreader is not practicable; spreading may be done by bulldozers or blade graders. B. Pressure Distributor - The pressure distributor shall be equipped with pneumatic tires having a sufficient width of rubber in contact with the road surface to avoid breaking the bond or forming a rut in the surface. The distance between the centers of openings of the outside nozzles of the spray bar shall be equal to the width of the application required, within an allowable variation two (2) inches. The outside nozzle at each end of the spray bar shall have an area of opening not less than 25 percent nor more than 75 percent, in excess of the other nozzles. All other nozzles shall have uniform openings. When the application covers less than the full width, the normal opening of the end nozzle at the junction line may remain the same as those of the interior nozzles. less than the full width, the normal opening of the end nozzle at the junction line may remain the same as those of the interior nozzles. 2.03 SPREADING LIMEROCK A. Method of Spreading - The limerock shall be spread uniformly with equipment as specified in 3.02 A. above. All segregated areas of fine or coarse rock shall be removed and replaced with properly graded rock. B. Number of Courses - When the specified compacted thickness of the base is greater than six inches, the base; shall be constructed in two courses. The thickness of the first course shall be approximately one-half the total thickness of the finished base, or enough STATE ROAD A1A WATER MAIN 02235-4 LIMEROCK BASE, PRIMING IMPROVEMENTS – PHASE 2 additional to bear the weight of the construction equipment without disturbing the subgrade. 2.04 COMPACTING AND FINISHING BASE A. Single-Course Base - For single-course base, after the spreading is completed the entire surface shall be scarified and then shaped so as to produce the required grade and cross section after compaction. B. Double-Course Base - For double-course base, the first course shall be cleaned of foreign material and bladed and brought to a surface cross section approximately parallel to that of the finished base. Prior to the spreading of any material for the upper course, the density tests for the lower course shall be made and the Engineer shall have determined that the required compaction has been obtained. After the spreading of the material for the final course is completed, its surface shall be finished and shaped so as to produce the required grade and cross section after compaction, and free of scabs and laminations. C. Moisture Content - When the material does not have the proper moisture content to insure the required density, wetting or drying will be required. When water is added it shall be uniformly mixed-in by disking to the full depth of the course which is being compacted. Wetting or drying operations shall involve manipulation, as a unit, of the entire width and depth of the course which is being compacted. D. Density Requirements - As soon as proper conditions of moisture are attained the material shall be compacted to a density of not less than 98 percent of maximum density as determined by AASHTO T 180. The minimum density which will be acceptable at any location outside the traveled roadway (such as intersections, crossovers, turnouts, etc) shall be 95 percent of such maximum. Limerock base for shoulder pavement shall be compacted to a density not less than 95 percent of the maximum density as determined under AASHTO T 180. E. Density Test - At least three density determinations shall be made on each day's final compaction operations on each course, and the density determinations shall be made at more frequent intervals if deemed necessary by the Engineer. During final compacting operations, if blading of any areas is necessary to obtain the true grade and cross section, the compacting operations for such areas shall be completed prior to making the density tests on the finished base. F. Correction of Defects 1. Contamination of Base Material - If, at any time, the subgrade material should become mixed with the base course material, the CONTRACTOR shall, without additional compensation, dig out and remove the mixture, reshape and compact the subgrade and replace the materials removed with clean base material, which shall be shaped and compacted as specified above. 2. Cracks and Checks - If cracks or checks appear in the base, either before or after priming, which, in the opinion of the Engineer, would impair the structural efficiency of the base, the CONTRACTOR shall remove the cracks or checks by rescarifying, reshaping, adding base material where necessary, and recompacting. STATE ROAD A1A WATER MAIN 02235-5 LIMEROCK BASE, PRIMING IMPROVEMENTS – PHASE 2 2.05 PRIMING A. Preparation 1. The prime coat shall be applied only when the base meets the specified density requirements and the moisture content in the top half of the base does not exceed 90 percent of the optimum moisture of the base material. At the time of priming, the base shall be firm, unyielding and in such condition that no undue distortion will occur. 2. Before any bituminous material is applied, all loose material, dust, dirt, caked clay and other foreign material which might prevent proper bond with the existing surface shall be removed for the full width of the application. Particular care shall be taken in cleaning the outer edges of the strip to be treated, to insure that the prime or tack coat will adhere. 3. When the prime or tack coat is applied adjacent to curb and gutter, valley gutter or any other concrete surfaces, such concrete surfaces (except where they are to be covered with a bituminous wearing course) shall be covered with heavy paper, or otherwise protected while the prime or tack coat is being applied. Any bituminous material deposited on such concrete surfaces shall be removed. 4. The temperature of the prime material shall be between 100 degrees Fahrenheit and 150 degrees Fahrenheit. The actual temperature shall be that which will insure uniform distribution. The material shall be applied by means of a pressure distributor. The amount to be applied will be dependent on the character of the surface and shall be sufficient to coat the surface thoroughly and uniformly, with no excess. B. Rate of Application - The rate of application shall be not less than 0.10 gallon per square yard, unless a lower rate is approved by the Engineer. C. Sprinkling - If so required by the Engineer the base shall be lightly sprinkled with water and rolled with a traffic roller, in advance of the application of the prime. D. Sanding - The primed base shall be covered by a light uniform application of cover material. If considered necessary for proper distribution of spread, the cover material shall be lightly dragged with a drag broom, after which it shall be rolled with a traffic roller, for at least ten passes over the entire area. E. Sampling Device on Transport Tanks - All transport tanks delivering bituminous materials for use on the project shall be equipped with an approved spigot-type sampling device. E. Temperature Sensing Device on Transport Tanks – 1. All transport tanks delivering bituminous materials for use on the Department's projects shall be equipped with an approved dial type thermometer. 2. The thermometer shall have a temperature range from 50 degrees Fahrenheit to 500 degrees Fahrenheit in 25 degrees Fahrenheit increments with a minimum dial diameter of two inches. 3. The thermometer shall be located near the midpoint in length and within the middle third of the height of the tank and be enclosed in a well with a protective window or by other means as necessary to keep the instrument clean and in the proper working condition. STATE ROAD A1A WATER MAIN 02235-6 LIMEROCK BASE, PRIMING IMPROVEMENTS – PHASE 2 2.06 QUALITY CONTROL A. Testing Surface - The finished surface of the base course shall be checked with a templet cut to the required crown and with a 15-foot straightedge laid parallel to the centerline of the road. All irregularities greater than 1/4 inch shall be corrected by scarifying and removing or adding rock as required, after which the entire area shall be recompacted as specified hereinbefore. In the testing of the surface, the measurements will not be taken in small holes caused by individual pieces of rock having been pulled out by the grader. B. Thickness Requirements 1. Measurements - Thickness of base shall be measured at intervals of not more than 200 feet. Measurements shall be taken at various points on the cross section, through holes not less than three inches in diameter. 2. Areas Requiring Correction - Where the compacted base is deficient by more than 1/2 inch from the thickness called for in the plans, the CONTRACTOR shall correct such areas by scarifying and adding rock. The base shall be scarified and rock added for a distance of 100 feet in each direction from the edge of the deficient area. The affected areas shall then be brought to the required state of compaction and to the required thickness and cross section. 3. Deficient Areas Left in Place - As an exception to the requirement for correcting areas of base which show a thickness deficiency exceeding the allowable 1/2 inch, if so approved in writing by the Engineer. Any of such areas in which the extent of the deficiency might be considered as not sufficient to seriously impair the required strength of the base may be left in place. No payment, however, will be made for such deficient areas left in place and not corrected. 2.07 MAINTENANCE A. The CONTRACTOR will be responsible for assuring that the true crown and templet are maintained, with no rutting or other distortion, and that the base meets all the requirements, at the time the surface course is applied. END OF SECTION STATE ROAD A1A WATER MAIN 02260-1 FINISH GRADING IMPROVEMENTS – PHASE 2 SECTION 02260 FINISH GRADING PART 1 - GENERAL 1.01 WORK INCLUDED A. The CONTRACTOR shall, under this Section, supply, place, compact and roll finish grade materials prior to landscaping work. B. Finish grade sub-soil. C. Cut out areas to receive stabilizing base course materials for paving and sidewalks. D. Place, finish grade and compact topsoil. 1.02 RELATED WORK A. Section 02211: Site Grading. B. Section 02220: Trenching, Backfilling and Compacting. C. Section 02934: Sodding. D. Section 02950: Trees, Plants and Ground Cover. 1.03 PROTECTION A. The CONTRACTOR shall prevent damage to existing fencing, trees, landscaping, natural features, bench marks, pavement, utility lines, and sprinkler system. Correct damage at no cost to the OWNER. PART 2 - PRODUCTS 2.01 MATERIALS A. Topsoil shall be friable loam free from subsoil, roots, grass, excessive amount of weeds, stones and foreign matter; acidity range (ph) of 5.5 to 7.5; containing a minimum of 4 percent and a maximum of 25 percent organic matter. (Use topsoil stockpiled on site if conforming to these requirements, or as directed by the ENGINEER.) PART 3 - EXECUTION STATE ROAD A1A WATER MAIN 02260-2 FINISH GRADING IMPROVEMENTS – PHASE 2 3.01 SUB-SOIL PREPARATION A. Rough grade sub-soil systematically to allow for a maximum amount of natural settlement and compaction. Eliminate uneven areas and low spots. Remove debris, roots, branches, stones, etc., in excess of 2 inches in size. Remove sub-soil which has been contaminated with petroleum products. B. Cut out areas, to sub-grade elevation, which are to receive stabilizing base for paving and sidewalks. C. Bring sub-soil to required levels, profiles and contours. Make changes in grade gradual. Blend slopes in to level areas. D. Slope grade away from building minimum 4 inches in 10 feet (unless indicated otherwise on Drawings). 3.02 PLACING TOPSOIL A. Place topsoil in area where seeding, sodding and planting is to be performed. Place to the following minimum depths, up to finished grade elevations: 1. 6-inches for seeded areas. 2. 4 1/2-inches for sodded areas. 3. 24-inches for shrub beds. 4. 18-inches for flower beds. B. Use topsoil in relatively dry state. Place during dry weather. C. Fine grade topsoil eliminating rough and low areas to ensure positive drainage. Maintain levels, profiles and contours of sub-grades. D. Remove stones, roots, grass, weeds, debris and other foreign material while spreading. E. Manually spread topsoil around trees, plants, buildings and other structures to prevent damage which may be caused by grading equipment. F. Lightly compact placed topsoil. 3.03 SURPLUS MATERIAL A. Remove surplus sub-soil and topsoil from site. B. Leave stockpile areas and entire job site clean and rak ed, ready to receive landscaping. END OF SECTION STATE ROAD A1A WATER MAIN 02340 - 1 HORIZONTAL DIRECTIONAL IMPROVEMENTS – PHASE 2 DRILLING SECTION 02340 HORIZONTAL DIRECTIONAL DRILLING PART 1 - GENERAL 1.01 WORK INCLUDED A. Furnish all labor, materials and equipment required to install 12-inch, water main using directional drilling method of installation, all in accordance with the requirements of the Contract Documents. The pipe size, type and length shall be as specified herein and as shown on the Drawings. Work shall include and not be limited to proper installation, testing, restoration of underground utilities and environmental protection and restoration. B. The directional drill shall be accomplished by first drilling a pilot hole as shown on the approved pilot bore plan, and then enlarging the pilot hole no larger than 1.5 times the outer diameter of the Certa-Lok C900/RJ coupling to accommodate the pull back of the pipe through the enlarged hole. C. Soil borings as required for certain subsurface soil conditions shall be provided by the Directional Drilling CONTRACTOR within the scope of this project. 1.02 REFERENCE SPECIFICATIONS, CODES AND STANDARDS CERTAINTEED - CERTA-LOK C900/RESTRAINED JOINT PIPE A. SCOPE This specification covers thrust-restrained Poly-Vinyl Chloride (PVC) pipe, in nominal sizes 4" - 12" with cast iron pipe outside diameters. Pipe is included for use as a pressure-rated water system as a casing for small diameter pipe. B. REFERENCE DOCUMENTS American Society for Testing Materials (ASTM) ASTM D1784: Standard for Rigid PVC Compounds and Chlorinated PVC Compounds ASTM D2837: Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials ASTM 03139: Standard Specification for Joints for Plastic Pipes Using Flexible Elastomeric Seals ASTM F477: Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe American Water Works Association (AWWA) STATE ROAD A1A WATER MAIN 02340 - 2 HORIZONTAL DIRECTIONAL IMPROVEMENTS – PHASE 2 DRILLING AWWA C900: Standard for PVC Pressure Pipe Fabricated Fittings, 4" Through 12", for Water Distribution National Sanitation Foundation (NSF) NSF14: Plastic Pipe System Components and Related Materials NSF61: Drinking Water System Components - Health Effects Underwriters Laboratories (UL) Quick burst test Million cycle test 1000 hour sustained pressure test Deflection leakage test Factory Mutual Research (FM) Underground fire protection approval C. REQUIREMENTS 1. GENERAL: Products delivered under this specification shall be manufactured only from new water distribution pipe and couplings, conforming to AWWA C900. The restrained joint pipe shall also meet all AWWA C900 short-term pressure test requirements. Pipe, couplings, and all locking splines components used thereon shall be completely non-metallic to eliminate corrosion problems. 2. MATERIALS: Pipe and couplings shall be made from unplasticized PVC compounds having a minimum cell classification of 12454-B, as defined in ASTM 01784. The compound shall qualify for a Hydrostatic Design Basis (HDB) of 4000 psi for water at 73.4 Degrees F, in accordance with the requirements of ASTM D 2837. 3. APPROVALS: Restrained joint pipe products shall be tested and approved by an independent third-party laboratory for continuous use at rated pressure. Copies of Agency approval reports or product listing shall be provided to the ENGINEER. Products intended for contact with potable water shall be evaluated, tested, and certified for conformance with NSF Standard 61 by an acceptable certifying organization. 4. DIMENSIONS: Nominal outside diameters and wall thicknesses of thrust- restrained pipe shall conform to the requirements of AWWA C900. Thrust- restrained pipe shall be furnished in sizes 4", 6", 8", 10", and 12", Class 150 and Class 200. Pipe shall be furnished in standard lengths of 20 feet. Dimensions of the pipe thrust restraint grooves shall be in accordance with manufacturer's specifications. 5. JOINTS: The pipe shall be joined using non-metallic couplings which have been designed as an integral system for maximum reliability and interchangeability. High-strength flexible thermoplastic splines shall be inserted into mated, precision- STATE ROAD A1A WATER MAIN 02340 - 3 HORIZONTAL DIRECTIONAL IMPROVEMENTS – PHASE 2 DRILLING machined grooves in the pipe and coupling to provide joint restraint with evenly distributed loading. Couplings shall be designed for use at the rated pressure of the pipe with which they are utilized, and shall incorporate twin elastomeric sealing gaskets meeting the requirements of ASTM F477. Joints shall be designed to meet the leakage test requirements of ASTM 03139 or the OWNER's requirements whichever is more stringent. 6. QUALITY CONTROL: Every pipe and machined coupling shall pass AWWA C900 hydrostatic proof test requirements (4X rated pressure for 5 seconds). 7. MARKING: Pipe shall be legibly and permanently marked in ink with the following information. Manufacturer and Trade Name Nominal Size & DR Rating/Pressure Class Hydrostatic Proof Test Pressure NSF-61 Manufacturing Date Code AWWA C-900 Pipe and couplings shall bear the mark of the certifying agency(s), which have tested and approved the product for use in fire protection applications. 8. WORKMANSHIP: As defined in AWWA C900, pipe and couplings shall be homogeneous throughout and free from voids, cracks, inclusions, and other defects, and shall be as uniform as commercially practicable in color, density, and other physical characteristics. 9. SUGGESTED SOURCE OF SUPPLY: Restrained Joint PVC Pipe shall be the CertainTeed's Certa-Lok C900/RJ System, or approved equal. 1.03 SUBMITTALS A. Data supporting the directional drilling contractor's qualifications and experience. The directional drill contractor shall have at least 5 projects of this size diameter or larger and 5 years experience in directional drilling methods in the State of Florida. B. Work plan: Prior to beginning work, the CONTRACTOR must submit to the ENGINEER and the OWNER a work plan detailing the procedure and schedule to be used to execute the project. The work plan should include a description of all equipment to be used, down- hole tools, a list of personnel and their qualification and experience (including backup personnel in the event that an individual is unavailable), list of subcontractors, a schedule of work activity, a safety plan (including MSDS of any potentially hazardous substances to be used), an environmental protection plan and contingency plans for possible problems. Work plan should be comprehensive, realistic and based on actual working conditions for this particular project. Plan should document the thoughtful planning required to successfully complete the project. C. Bore plan: Prior to beginning work, the CONTRACTOR must submit to the ENGINEER and the OWNER a signed and sealed, scaled drawing of the pilot bore plan for review and STATE ROAD A1A WATER MAIN 02340 - 4 HORIZONTAL DIRECTIONAL IMPROVEMENTS – PHASE 2 DRILLING approval. (Max. Vertical scale 1" = 2' and Max. Horizontal scale 1" = 20'). The plan shall show finished grade, deflection and radiuses of the pilot bore, all existing utilities with minimum vertical and horizontal clearances. The plan shall also address the location of the drill rig setups and for multiple bores, the lengths of each bore based on soil condition, equipment used, topography, etc. The proposed vertical and horizontal clearances between the bored C-900 PVC pipe and any existing/proposed conflicting pipes, conduits or obstructions shall exceed the guidance system accuracy tolerance by a minimum of 100%. D. Material: Specifications on material to be used shall be submitted to ENGINEER. Material shall include the pipe, fittings and any other item, that is to be an installed component of the project. This shall also include the required Certainteed pulling head. E. Equipment: Submit specifications on directional drilling equipment to be used to ensure that the equipment will be adequate to complete the project. Equipment list shall include but not be limited to: drilling rig, mud system, mud motors (if applicable), downhole tools, guidance system, and rig safety systems. Calibration records for guidance equipment shall be included. Specifications for any drilling fluid additives that CONTRACTOR intends to use or might use shall also be submitted. 1.04 QUALITY ASSURANCE A. All directional drilling operations shall be performed by a qualified directional drilling CONTRACTOR with at least (5) years State of Florida experience involving work of a similar nature to the work required of this project. The CONTRACTOR must have installed a minimum of 10,000 linear feet of pipe (8-inch diameter or greater) using directional drilling operations with Certa-Lok pipe. A list of project references is required prior to job commencement. B. All work shall be scheduled through the ENGINEER and the OWNER's Construction Coordinator. Notify ENGINEER and OWNER a minimum of three (3) days in advance of the start of work. C. All work shall be performed in the presence of the OWNER and ENGINEER. D. All applicable permits and applications must be in place prior to start of work. PART 2 - PRODUCTS 2.01 POLYVINYL CHLORIDE (PVC) PIPE A. The pipe material to be used shall meet AWWA C900 standards for Polyvinyl Chloride pressure pipe and fittings with a dimension ratio of DR18. The pipe shall be designated as Certa-Lok C900/RJ as manufactured by CertainTeed Corporation. All other pipe shall have the written approval of the ENGINEER and the OWNER and meet all submittal review as an optional approved product. B. The pipe shall be blue in color. C. The pipe shall be joined using a separate PVC coupling, built in sealing gaskets and restraining grooves. The restraining splines shall be square and made from Nylon 101. STATE ROAD A1A WATER MAIN 02340 - 5 HORIZONTAL DIRECTIONAL IMPROVEMENTS – PHASE 2 DRILLING D. Exposed splines shall be cut 3/4" from coupling to reduce soil drag. E. Couplings shall be beveled on leading edges to minimize soil friction. F. Certainteed Pulling Head for 12-inch Certa-Lok C900/RJ pipe. G. Using Certa-Lok C900/RJ pipe, the CONTRACTOR shall adhere to the pipe manufacturer's most current data regarding tensile load limitations for trenchless application. Generally, the maximum pull-in force shall not exceed the following values. Size SDR Class Pipe 0.D. Coupling 0.D. Maximum Pull- In Force Tightest Bending 4" 18 150 psi 4.800" 5.964" 8,200 lbs. 6" 18 150 psi 6.900" 8.366" 12,800 lbs. 8" 18 150 psi 9.050" 10.947" 25,200 lbs. 10" 18 150 psi 11.100" 13.361" 35,200 lbs. 12" 18 150 psi 13.200" 15.836" 41,100 lbs. H. CONTRACTOR shall adhere to the following data regarding radius of curvature for Certa- Lok C900/RJ pipe used for trenchless application. The confirmation of proposed radius of each bore shall be part of the required submittal prior to work. Pipe Diameter Min. Radius of Curvature Offset per 20' Length Deflection per 20' Length 4" 100' 23" 11.5 Degrees 6" 150' 16" 7.6 Degrees 8" 200' 12" 5.7 Degrees 10" 250' 9" 4.6 Degrees 12" 300'* 8" 3.8 Degrees In any case, the deflection radius shall not exceed 75% of the maximum allowable curvature specified by the pipe manufacturer. *Radius of curvature in Contract Drawings are shown at 600’. CONTRACTOR shall provide bore plan utilizing the same 600’ radius of curvature. 2.02 DIRECTIONAL DRILLING EQUIPMENT REQUIREMENTS A. General: The directional drilling equipment shall consist of a directional drilling rig of sufficient capacity to perform the bore and pull back the pipe, a drilling fluid mixing, delivery and recovery system of sufficient capacity to successfully complete the installation, a drilling fluid recycling system to remove solids from the drilling fluid so that the fluid can be reused (if required), a Magnetic Guidance System (MGS) or "walkover" system to accurately guide boring operations, a vacuum truck of sufficient capacity to handle the drilling fluid volume, trained and competent personnel to operate the system. All equipment shall be in good, safe condition with sufficient supplies, materials and spare parts on hand to maintain the system in good working order for the duration of this project. B. Drilling Rig: The directional drilling machine shall consist of a hydraulically powered system to rotate and push hollow drilling pipe into the ground at a variable angle while delivering a STATE ROAD A1A WATER MAIN 02340 - 6 HORIZONTAL DIRECTIONAL IMPROVEMENTS – PHASE 2 DRILLING pressurized fluid mixture to a guidable drill (bore) head. The machine shall be anchored to the ground to withstand the pulling, pushing and rotating pressure required to complete the installation. The hydraulic power system shall be self- contained with sufficient pressure and volume to power drilling operations. Hydraulic system shall be free of leaks. Rig shall have a system to monitor and record maximum pull-back pressure during pull-back operations. There shall be a system to detect electrical current from the drill string and an audible alarm that automatically sounds when an electrical current is detected. C. Drill Head: The drill head shall be steerable by changing its rotation and shall provide necessary cutting surfaces and drilling fluid jets. D. Mud Motors (if required): Mud motors shall be of adequate power to turn the required drilling tools. E. Drill Pipe: Shall be constructed of high quality 4130 seamless tubing, grade D or better, with threaded box and pins. Tools joints should be hardened to 32-36 RC. 2.03 GUIDANCE SYSTEM A. General: An electronic "walkover" tracking system or a Magnetic Guidance System (MGS) probe or proven (non-experimental) gyroscopic probe and interface shall be used to provide a continuous and accurate determination of the location of the drill head during the drilling operation. The guidance system shall be capable of tracking at all depths up to fifty feet and in any soil condition, including hard rock. It shall enable the driller to guide the drill head by providing immediate information on the tool face, azimuth (horizontal direction), and inclination (vertical direction). The guidance system shall be accurate and calibrated to manufacturer's specifications of the vertical depth of the borehole at sensing position at depths up to fifty feet and accurate to 2-feet horizontally. B. Components: The CONTRACTOR shall supply all components and materials to install, operate, and maintain the guidance system. C. The Magnetic Guidance System (MGS) shall be set up and operated by personnel trained and experienced with the system. The CONTRACTOR shall be aware of any geo-magnetic anomalies and shall consider such influences in the operation of the guidance system. 2.04 DRILLING FLUID (MUD) SYSTEM A. Mixing System: A self-contained, closed, drilling fluid mixing system shall be of sufficient size to mix and deliver drilling fluid composed of bentonite clay, potable water, and appropriate additives. The mixing system shall be able to molecularly shear individual bentonite particles from the dry powder to avoid clumping and ensure thorough mixing. The drilling fluid reservoir tank shall be minimum of 1,000 gallons. Mixing system shall continually agitate the drilling fluid during drilling operations. B. Drilling Fluids: Drilling fluid shall be composed of potable water and bentonite clay. Water shall be from an authorized source with a pH of 8.5 - 10. Water of a lower pH or with excessive calcium shall be treated with the appropriate amount of sodium carbonate or equal. No additional material may be used in drilling fluid without prior approval from ENGINEER. The bentonite mixture used shall have the minimum viscosity as measured by a March funnel: Rocky Clay - 60 seconds Hard Clay - 40 seconds STATE ROAD A1A WATER MAIN 02340 - 7 HORIZONTAL DIRECTIONAL IMPROVEMENTS – PHASE 2 DRILLING Soft Clay - 45 seconds Sandy Clay - 90 seconds Stable Sand - 80 seconds Loose Sand - 110 seconds Wet Sand - 110 seconds These viscosities may be varied to best fit the soil conditions encountered, or as determined by the operator. C. Delivery System: The drilling fluid pumping system shall have a minimum capacity of 35- 500 GPM and be capable of delivering the drilling fluid at a constant minimum pressure of 1200 psi. The delivery system shall have filters in-line to prevent solids from being pumped into drill pipe. Used drilling fluid and drilling fluid spilled during operations shall be contained and conveyed to the drilling fluid recycling system or shall be removed by vacuum trucks or other methods acceptable to ENGINEER and OWNER. A berm, minimum of 12-inches high, shall be maintained around drill rigs drilling fluid mixing system, entry and exit pits and drilling fluid recycling system to prevent spills into the surrounding environment. Pumping equipment and/ or vacuum truck(s) of sufficient size shall be in place to convey drilling fluid from containment areas to storage and recycling facilities or disposal. 2.05 OTHER EQUIPMENT A. Pipe Rollers: Pipe rollers shall be used for pipe assembly during final product pull back. B. Restrictions: Other devices or utility placement systems for providing horizontal thrust other than those previously defined in the preceding sections shall not be used unless approved by the ENGINEER/OWNER prior to commencement of the work. Consideration for approval will be made on an individual basis for each specified location. The proposed device or system will be evaluated (by ENGINEER/OWNER) without undue delay and shall maintain line and grade within the tolerances prescribed by the particular conditions of the project. 2.06 PERSONNEL REQUIREMENTS A. All personnel shall be fully trained in their respective duties as part of the directional drilling crew and in safety. Each person must have at least five years directional drilling experience. B. A competent and experienced supervisor representing the CONTRACTOR and Drilling Subcontractor shall be present at all times during the actual drilling operations. A responsible representative who is thoroughly familiar with the equipment and type of work to be performed must be in direct charge and control of the operation at all times. In all cases, the supervisor must be continually present at the job site during the actual Directional Bore operation. The CONTRACTOR and Subcontractor shall have a sufficient number of competent workers on the job at all times to insure the Directional Bore is made in a timely and satisfactory manner. C. Personnel who are unqualified, incompetent or otherwise not suitable for the performance of this project shall be removed from the job site and replaced with suitable personnel. D. A professional land surveyor registered in the State of Florida will be required to prepare and certify as-builts as per specifications. STATE ROAD A1A WATER MAIN 02340 - 8 HORIZONTAL DIRECTIONAL IMPROVEMENTS – PHASE 2 DRILLING PART 3 - EXECUTION 3.01 GENERAL REQUIREMENTS A. The ENGINEER and the OWNER must be notified a minimum of 5 days in advance of starting work. All necessary permits and approvals must be in place prior to commencement of work. The Directional Bore shall not begin until the ENGINEER is present at the job site and agrees that proper preparations for the operation have been made. The ENGINEER'S approval for beginning the installation shall in no way relieve the CONTRACTOR of the ultimate responsibility for the satisfactory completion of the work as authorized under the Contract. It shall be the responsibility of ENGINEER to provide inspection personnel at such time as appropriate without causing undue hardship by reason of delay to the CONTRACTOR. A copy of the OWNER approved construction drawing must be on the job site during construction. B. All work under this specification affecting the Florida Department of Transportation (FDOT) property, right-of-way or facilities shall be carried out to the full satisfaction of the FDOT authorized representative. The CONTRACTOR shall fully inform himself of all requirements of the FDOT as pertains to specific project and shall conduct all his work accordingly. C. All equipment used by the CONTRACTOR on OWNER's property and right-of-ways may be inspected by the OWNER and shall not be used if considered unsatisfactory by OWNER. D. The CONTRACTOR shall be fully responsible for all damages arising from his failure to comply with all applicable regulations and the requirements of these Specifications. 3.02 DIRECTIONAL DRILLING OPERATION A. The CONTRACTOR shall provide all material, equipment, and facilities required for directional drilling. Proper alignment and elevation of the borehole shall be consistently maintained throughout the directional drilling operation. The method used to complete the directional drill shall conform to the requirements of all applicable permits. B. The entire drill path shall be accurately surveyed by the CONTRACTOR with entry and exit stakes placed in the appropriate locations within the areas indicated on drawings. If CONTRACTOR is using a magnetic guidance system, drill path shall be surveyed for any surface geo-magnetic variations or anomalies. C. CONTRACTOR shall place silt fence between all drilling operations and any drainage, well-fields, wetland, waterway or other area designated for such protection if required by documents, state, federal and local regulations. Additional environmental protection necessary to contain any hydraulic or drilling fluid spills shall be put in place, including berms, liners, turbidity curtains and other measures. CONTRACTOR shall adhere to all applicable environmental regulations. Fuel may not be stored in bulk containers within 200 feet of any water body or wetland. D. Readings shall be recorded after advancement of each successive drill pipe (no more than 10') and the readings plotted on a scaled drawing of 1" = 2' vertical and 1" = 20' horizontal. Access to all recorded readings and plan and profile information shall be made available to STATE ROAD A1A WATER MAIN 02340 - 9 HORIZONTAL DIRECTIONAL IMPROVEMENTS – PHASE 2 DRILLING the ENGINEER, or his representative, and the OWNER at all times. At no time shall the deflection radius of the drill pipe exceed the deflection limits of the carrier pipe as specified herein. E. A complete list of all drilling fluid additives and mixtures to be used in the directional operation will be submitted to the ENGINEER, along with their respective Material Safety Data Sheets. All drilling fluids and loose cuttings shall be contained in pits or holding tanks for recycling or disposal, no fluids shall be allowed to enter any unapproved areas or natural waterways. Upon completion of the directional drill project, the drilling mud and cuttings shall be disposed of by the CONTRACTOR at an approved dumpsite. F. The pilot hole shall be drilled on bore path with no deviations greater than 5% of depth over the length of the bore unless previously agreed to by the ENGINEER/OWNER. In the event that pilot does deviate from the bore path more than 5% of depth over the length of the bore, CONTRACTOR will notify ENGINEER/OWNER may require CONTRACTOR to pull- back and re-drill from the location along bore path before the deviation. In the event of a drilling fluid fracture, inadvertent returns, or returns loss during pilot hole drilling operations, CONTRACTOR shall cease drilling, wait at least 30 minutes, inject a quantity of drilling fluid with a viscosity exceeding 120 seconds as measured by a March funnel and wait another 30 minutes. If mud fracture or returns loss continues, CONTRACTOR will discuss additional options with the ENGINEER/OWNER and work will then proceed as agreed. G. Upon completion of pilot hole phase of the operation, a complete set of ''as-built'' records shall be submitted in duplicate to the ENGINEER and OWNER. These records shall include copies of the pilot bore path plan and profile record drawing, as well as directional survey reports as recorded during the drilling operation. H. Upon approval of the pilot hole location by the ENGINEER/OWNER, the hole opening or enlarging phase of the installation shall begin. The bore hole diameter shall be increased to accommodate the pullback operation of the required size of carrier pipe. The type of hole opener or back reamer to be utilized in this phase shall be determined by the types of subsurface soil conditions that have been encountered during the pilot hole drilling operation. The CONTRACTOR shall select the proper reamer type with the final hole opening being a maximum of 1.5 times the largest outside diameter pipe system component to be installed in the bore hole. I. The open bore hole shall be stabilized by means of bentonite drilling slurry pumped through the inside diameter of the drill rod and through openings in the reamer. The drilling slurry must be in a homogenous / flowable state serving as an agent to carry the loose cuttings to the surface through the annulus of the borehole. The volume of bentonite mud required for each pullback shall be calculated based on soil conditions, largest diameter of the pipe system component, capacity of the bentonite mud pump, and the speed of pullback as recommended by the bentontie drilling fluid manufacturer. The bentonite slurry is to be contained at the exit or entry side of the directional bore in pits or holding tanks. The slurry may be recycled at this time for reuse in the hole opening operation, or shall be hauled by the CONTRACTOR to an approved dumpsite for proper disposal. J. The pipe section shall be joined together according to manufacturer's specifications. The gaskets and the ends of pipe must be inspected and cleaned with a wet cloth prior to each joint assembly so they are free of any dirt or sand. The pipe must be free of any chips, scratches, or scrapes. A pulling eye will be attached to the Certa-Lok C900/RJ pulling head on the lead stick of pipe which in turn will be attached to a swivel on the end of the drill pipe. Tracer wire (#8) solid coated copper wire shall be attached to the pulling eye and the crown of PVC pipe with duct tape @ 24" O.C. and a minimum of two full wraps around the pipe. This will allow for a straight, smooth pull of the product pipe as it enters and passes through the borehole toward the drill rig and original entrance hole of the directional bore. STATE ROAD A1A WATER MAIN 02340 - 10 HORIZONTAL DIRECTIONAL IMPROVEMENTS – PHASE 2 DRILLING The product pipe shall be elevated to the approximate angle of entry and supported by means of a sideboom with roller arm, or similar equipment, to allow for the "free stress" situation as the pipe is pulled into the exit hole toward the drill rig. The product pullback phase of the directional operation shall be carried out in a continuous manner until the pipe reaches the original entry side of the bore. 3.03 PIPE HANDLING A. Care shall be taken during transportation of the pipe such that it will not be cut, kinked or otherwise damaged. B. Ropes, fabrics or rubber protected slings and straps shall be used when handling pipes. Chains, cables or hooks inserted into the pipe ends shall not be used. Two slings spread apart shall be used for lifting each length of pipe. Pipe or fittings shall not be dropped into rocky or unprepared ground. C. Pipes shall be stored on level ground, preferably turf or sand, free of sharp objects that could damage the pipe. Stacking of the Certa-Lok C900/RJ pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under anticipated temperature conditions. Where necessary due to ground conditions the pipe shall be stored on wooden sleepers, spaced suitably and of such width as not to allow deformation of the pipe at the point of contact with the sleeper or between supports. D. The handling of the assembled pipeline shall be in such a manner that the pipe is not damaged by dragging it over sharp and cutting objects. Slings for handling the pipeline shall not be positioned at pipe joints. Sections of the pipes with cuts and gouges or excessive deformation shall be removed and replaced. 3.04 TESTING PIPE A. Cleaning and flushing are to be done by the CONTRACTOR in order to obtain a clear and debris free product. Only potable water shall be used for flushing and pressure testing. B. Directional drilling pipe shall be tested by CONTRACTOR after pullback. The average pressure shall be maintained at 150 psi for two hours. The test pump and water supply shall be arranged to allow accurate measurements of the water required to maintain the test pressure. Any material showing seepage or the slightest leakage shall be replaced as directed by the OWNER at no additional expense to the OWNER. C. The pipe manufacturer's (or ENGINEER'S/OWNER'S, whichever is more stringent) recommendations on pipe stretch allowances, bending radius, tensile strength, allowable test leakage allowance, and magnitude and duration of test pressure shall be observed. D. Pipeline shall be tested end to end. E. All new service lines connected to the new main and installed with new pipe shall be pressure tested along with the newly installed main. F. Pressure testing shall not be required for the drilled pipe if the pipe is intended to be used as a casing for a finished product pipe. STATE ROAD A1A WATER MAIN 02340 - 11 HORIZONTAL DIRECTIONAL IMPROVEMENTS – PHASE 2 DRILLING 3.05 SITE RESTORATION A. Following drilling operations, CONTRACTOR will de-mobilize equipment and restore the work site to the original conditions or better. All excavations will be backfilled and compacted according to the specifications. B. Surface restoration shall be completed in accordance with the requirements of the contract, approvals or permits to a condition as good or better than existing prior to construction. 3.06 RECORD KEEPING AND AS-BUILTS A. CONTRACTOR shall maintain a daily project log of drilling operations and a guidance system log with a copy given to the ENGINEER/OWNER at completion of project. B. The guidance system data shall be recorded during the actual crossing operation. The CONTRACTOR shall furnish to the ENGINEER/OWNER, ''as-built'' plan and profile drawings. based on these recordings showing the actual location horizontally and vertically of the installation, and all utility facilities found during the installation. The guidance data shall be certified accurate by the CONTRACTOR to the capability of the guidance System. C. "As-built" drawings shall be completed and certified by a Florida Registered Professional Surveyor and mapped at CONTRACTORS expense in a form as required by the OWNER, including signed and sealed plans, mylars, and electronic data files if available. END OF SECTION STATE ROAD A1A WATER MAIN 02520-1 CONCRETE CURBS AND HEADERS IMPROVEMENTS – PHASE 2 SECTION 02520 CONCRETE CURBS AND HEADERS PART 1 - GENERAL 1.01 SCOPE A. The work covered by this section of the specifications consists of furnishing all plant, labor, equipment, appliances and materials and performing all operations in connection the construction of concrete curbs and headers, complete and in place, in strict accordance with these specifications and the applicable drawings and subject to the terms and conditions of this contract. 1.02 REFERENCES A. Florida Department of Transportation Standard Specifications for Road and Bridge Construction, (latest edition) PART 2 - PRODUCTS 2.01 MATERIALS A. The concrete mix shall produce standard weight concrete with the following properties to be verified by the use of the appropriate listed test methods. 1. Compressive strength: 3,000 psi at 28 days - tested according to ASTM designation C31 (AASHTO T23) 2. Slump Range: 2-4 inches - tested according to ASTM designation C143 (AASHTO T119) B. Joint materials shall be in accordance with FDOT Specification Section 932 PART 3 - EXECUTION 3.01 CONSTRUCTION METHODS A. Concrete curbs and headers shall be constructed of the type and in the locations as shown on the plans. B. FORMS: Forms for this work shall be made of either wood or metal. They shall be straight, free from warp or bends, and of sufficient strength, when staked, to resist the pressure of the concrete without springing. If made of wood, they shall be of two (2) inch surfaced plank; if made of metal, they shall be of approved section and shall have a flat surface on top. STATE ROAD A1A WATER MAIN 02520-2 CONCRETE CURBS AND HEADERS IMPROVEMENTS – PHASE 2 C. CONSTRUCTION: Excavation shall be made to the required depth; and the sub-grade or base upon which the curb or header is placed shall be compacted to 98% AASHTO T-180. 1. The concrete shall be placed in the forms to the depth specified, and tamped and spaded to prevent honeycomb and until the top of the structure can be floated smooth and the edges rounded to the radius shown on the plans. 2. Contraction joints shall be placed at intervals of ten feet except where a lesser interval is required for closure, but no section shall be less than four feet in length. 3. Contraction joints shall be created while the concrete is still plastic by using a grooving tool or by inserting a premolded filler strip, or a groove may be saw cut into the concrete soon after it has hardened. Curb with irregular cracks due to late contraction joint construction will not be accepted. 4. Expansion joints shall be constructed at all radius points and at other locations indicated on the plans. They shall be located at intervals of 500 feet between other expansion joints, or ends of a run. The joint shall be 1/2 inch in width. 5. The forms shall be removed within twenty-four (24) hours after the concrete has been placed, and minor defects then filled with mortar composted of one (1) part of Portland Cement and two (2) parts of fine aggregate. Plastering shall not be permitted on the face of the curb; and all rejected curb, or header shall be removed and replaced without additional compensation. The curb top, face and/or header top shall be given a surface finish while the concrete is still green. A brush finish will be required unless noted otherwise; however, additional finishing may be required in areas considered too rough or with minor defects. 6. After the concrete has been rubbed smooth, it shall be rubbed again until a uniform color is produced, using a thin grout composed of one (1) part of Portland Cement and one (1) part of fine aggregate. 7. After concrete has set sufficiently, the spaces in front and back of the curb shall be refilled to the required elevation with suitable material, which shall be placed and thoroughly compacted in layers of not more than six (6) inches in thickness. END OF SECTION STATE ROAD A1A WATER MAIN 02521 - 1 FLOWABLE FILL IMPROVEMENTS – PHASE 2 SECTION 02521 FLOWABLE FILL PART 1 - GENERAL 1.01 SCOPE OF WORK A. This Section specifies the requirements for flowable fill used for trenches, support for pipe structures, culverts, utility cuts and other works where cavities exist and where firm support is needed for pavements and structural elements. Flowable fill may also be used to fill water pipes that need to be abandoned in place and at other locations approved by the ENGINEER. 1.02 REFERENCE SPECIFICATIONS A. Section 01010 - Summary of Work B. Section 01090 - Reference Standards C. Section 01340 - Shop Drawings, Product Data and Samples D. Section 02220 - Trenching, Backfilling and Compacting E. Section 02574 - Pavement Removal and Replacement PART 2 - PRODUCTS 2.01 MATERIALS A. The materials used shall conform with the requirements specified in Division III of the F.D.O.T. Standard Specification for Road and Bridge Construction, latest edition, and herein. Specific reference are as follows: 1. Portland Cement (Type I, II or III) Section 921 2. Flu Ash, Slag and other Pozzolanic materials For Portland Cement Concrete Section 929 3. Fine Aggregate (Sand)* Section 902 4. Water Section 923 *Any clean sand with 100% passing 3/8” sieve and not more than 10% passing with 200 mesh may be used. STATE ROAD A1A WATER MAIN 02521 - 2 FLOWABLE FILL IMPROVEMENTS – PHASE 2 2.02 MIX PROPORTIONS A. The CONTRACTOR shall be responsible for producing a flowable mixture using these guidelines and by adjusting his mixture design as called for by circumstances or as may be directed by the ENGINEER. B. Flowable fill material shall be proportioned to produce a 28-day compressive strength of a minimum of 100 psi. C. General mix quantities are as follows: Components Pounds per Cubic Yard Cement 50-100* Fly As or Granulated Blast Furnace Slag 0-600 Fine Sand 2,750 (Adjust to yield one cubic yard of flowable fill) Water 500 (Max.) *The percentage of cement may be increased above these limits only when early strength is required and future removal is unlikely. D. Weights for fine aggregates and water shall be adjusted for removability, pumpablity and flowability. If required, strength test data shall be provided prior to batching. E. If required by the ENGINEER, the flowablity can be measured by afflux time determined in accordance with ASTM C 939 and shall be 30 seconds +/- 5 seconds as measured on mortar passing the No. 4 sieve. The equipment required to perform this test shall be provided by the CONTRACTOR. 2.03 APPROVED MIXES OF “FLOWABLE FILL” A. CRS Rinker Mix Code Number 1180587 – Ready Mixed Flowable Fill – Excavatable or ENGINEER approved equal. PART 3 - EXECUTION 3.01 PRODUCTION AND PLACING A. Flowable fill shall be produced and delivered using ready mix concrete trucks and placed easily by chute in a flowable condition directly into the cavity to filled or into a pump for final placement. B. The flowable fill shall be placed to the designated fill line without vibration or other means of compaction. Placement shall be avoided during inclement weather, e.g. rain. The CONTRACTOR shall take all necessary precautions to prevent any damages caused by hydraulic pressure of the fill during placement prior to hardening. Also, necessary means to confine the material within the designated space shall be provided by the CONTRACTOR. STATE ROAD A1A WATER MAIN 02521 - 3 FLOWABLE FILL IMPROVEMENTS – PHASE 2 3.02 ACCEPTANCE A. The flowable shall be proportioned and placed as specified herein. In general, the strength desired is the m aximum hardness that can be excavated at a later date using conventional excavation equipment. No curing protection is required. B. The fill shall be left undisturbed until material obtains sufficient strength. Sufficient strength is 250 psi penetration resistance as measured using a hand held penetrometer. The penetrometer shall be provided by the CONTRACTOR. C. All flowable fill areas subject to traffic loads must have a durable riding surface. D. An approved type of accelerator may be approved for the placement of “Flowable Fill” in traffic areas when submitted to the ENGINEER. Depending on the condition of the cavity, paving can begin from 8-24 hours after placement. END OF SECTION STATE ROAD A1A WATER MAIN 02550-1 ASPHALTIC CONCRETE OVERLAY IMPROVEMENTS – PHASE 2 SECTION 02550 ASPHALTIC CONCRETE OVERLAY PART 1 - GENERAL 1.10 SCOPE A. The work to be performed under this item shall include the selling, delivering and installing of final asphaltic concrete surface courses as herein specified. 1.02 REFERENCES A. Standards applicable in this Specification shall be: B. Florida Department of Transportation - Standard Specifications for Road and Bridge Construction (latest ed.). 1. Section 300 - Prime and Tack Coats for Base Courses. Subsections (1, 2.3, 3, 4, 5, 7). 2. Section 320 - Hot Bituminous Mixtures - Plant, Methods and Equipment. Subsections (1, 2.1, 2.5, to 2.13, 3, 4, 5). 3. Section 330 - Hot Bituminous Mixtures - General Construction Requirements. Subsections (1, 3 to 13). 4. Section 331 - Type S-III, Asphaltic Concrete. Subsections (1 to 5). 1.03 SUBMITTALS A. Manufacturer's Data - Prior to fabrication or installation of the final asphaltic concrete surface course, the CONTRACTOR shall furnish to the ENGINEER, for review and approval the following: 1. Certification from the manufacturer that their plant meets the requirements of Section 320 above. 2. Formula for job mix. PART 2 - MATERIALS 2.01 TACK COAT A. Unless otherwise specified by the ENGINEER, the material used for the tack coat shall be Emulsified Asphalt, Grade RS-2, Section 300-2.3 F.D.O.T. Specification. 2.02 ASPHALTIC CONCRETE A. Asphaltic concrete surface course - Type S-III asphaltic concrete wearing surface, 1 inch in compacted thickness or as indicated on the Drawings, in accordance with Sections STATE ROAD A1A WATER MAIN 02550-2 ASPHALTIC CONCRETE OVERLAY IMPROVEMENTS – PHASE 2 330-10 Compacting Mixture and 331 Type S-III Asphaltic Concrete of aforesaid DOT Standard Specification. PART 3 - EXECUTION 3.01 CLEANING SURFACES A. Prior to the laying of the surface courses, the surface of the pavement or base to be covered shall be cleaned of all loose and deleterious material by the use of power brooming or hand brooming where necessary. All such material shall be collected and disposed of by the CONTRACTOR. 3.02 PATCHING AND LEVELING COURSES A. Where a surface course is to be constructed on an existing paved surface which is irregular, said surface shall be brought to proper grade and cross section by the application of patching or leveling courses. 3.03 APPLICATION OF TACK COAT A. The material shall be heated to a suitable temperature and applied in a thin, uniform layer at a rate of between 0.02 and 0.08 gallons per square yard. The tack coat shall be applied sufficiently in advance of the surface course laying to permit drying but not so far in advance as to lose its adhesiveness as a result of being covered with dust. The tack coat shall be kept free from traffic until the surface course has been laid. 3.04 TRANSPORTATION OF THE ASPHALT A. The surface course shall be transported in tight vehicles previously cleaned of all foreign material. The inside surface of the truck bodies shall be only thinly coated with soapy water or an approved emulsion containing not over 5 percent oil. Kerosine, gasoline or similar products shall not be used. After coating and before loading, the truck bodies shall be raised and drained of all excess liquids. 3.05 INSTALLATION OF ASPHALTIC CONCRETE A. Prior to final acceptance, or as directed by the ENGINEER, the CONTRACTOR shall install a 1-inch layer of Type S-III (as indicated on the drawings) Asphaltic Concrete over the entire street width as directed by the ENGINEER. A leveling course as indicated on the plan sheets shall be placed prior to the final asphaltic concrete surface course under this item. B. Mechanical spreading and screeding equipment shall be of an approved type that is self-propelled and can be steered. It shall be equipped with a receiving and disbursing hopper and a mechanical screed or strike-off member capable of adjustment to regulate the depth of material being spread. Tandem Type 5 to 12 ton steel- wheeled rollers shall be used for sealing. Self- Propelled, pneumatic-tired traffic rollers equipped with at least 7b smooth tread, low pressure tires, having a total weight of 6 to 10 tons shall be used for final rolling. STATE ROAD A1A WATER MAIN 02550-3 ASPHALTIC CONCRETE OVERLAY IMPROVEMENTS – PHASE 2 3.06 FIELD QUALITY CONTROL A. The final surface course of all pavements will be required to be checked by a rolling straightedge. The finished surface shall not vary more than 3/16 inch from the straightedge applied parallel to the centerline of the pavement. The straightedge shall have an effective length of 15 feet. END OF SECTION STATE ROAD A1A WATER MAIN 02570-1 MILLING OF EXISTING IMPROVEMENTS – PHASE 2 ASPHALT PAVEMENT SECTION 02570 MILLING OF EXISTING ASPHALT PAVEMENT PART 1 - GENERAL 1.01 SCOPE A. The work specified in this Section consists of removing existing asphaltic concrete pavement by milling to improve the rideability of the finished pavement, to lower the finished grade adjacent to existing curb prior to resurfacing, or to completely remove existing pavement. B. When milling to improve rideability, an average depth of cut will be specified in the plans. C. Unless otherwise specified, the milled material becomes the property of the CONTRACTOR. 1.02 REFERENCES A. Florida Department of Transportation - Standard Specification for Road and Bridge Construction (Latest Edition) PART 2 - EQUIPMENT 2.01 MILLING MACHINE A. The milling machine shall be capable of maintaining a depth of cut and cross slope that will achieve the results specified in the plans and specifications. The overall length of the machine (out to out measurement excluding the conveyor) shall be a minimum of 18 feet. The minimum cutting width shall be six feet. B. The milling machine shall be equipped with a built-in automatic grade control system that can control the transverse slope and the longitudinal profile to produce the specified results. C. Any commercially manufactured milling machine meeting the above requirements will be approved to start the project. If it becomes evident after milling has started that the milling machine cannot consistently produce the specified results, the milling machine will be rejected for further use. D. When milling to lower the grade adjacent to existing curb or other areas where it impractical to use the above described equipment, the use of a smaller milling machine will be permitted. E. The milling machine shall be equipped with means to effectively limit the amount of dust escaping the removal operation. For complete pavement removal, the use of alternate removal and crushing equipment, in lieu of the equipment specified above, may be approved by the ENGINEER. STATE ROAD A1A WATER MAIN 02570-2 MILLING OF EXISTING IMPROVEMENTS – PHASE 2 ASPHALT PAVEMENT PART 3 - EXECUTION 3.01 CONSTRUCTION A. When milling to improve rideability, the existing pavement shall be removed to the average depth specified in the plans, in a manner that will restore the pavement surface to a uniform cross section and longitudinal profile. The ENGINEER may require the use of a stringline to ensure maintaining the proper alignment. B. The CONTRACTOR may elect to make multiple cuts to achieve the required pavement configuration or depth of cut. C. The milling machine shall be operated to effectively minimize the amount of dust being emitted from the machine. Prewetting of the pavement may be required. D. If traffic is to be maintained on the milled surface prior to the placement of the new asphaltic concrete, the pattern of striations shall be such as to produce an acceptable riding surface. E. Prior to opening an area which has been milled to traffic, the pavement shall be thoroughly swept with a power broom or other approved equipment to remove to the greatest extent practicable, fine material which will dust under traffic. This operation shall be conducted in a manner so as to minimize the potential for creation of a traffic hazard and to minimize air pollution. F. Sweeping of the milled surface with a power broom will be required prior to placing asphaltic concrete. G. In urban and other sensitive areas where dust would cause a serious problem, the CONTRACTOR shall use a street sweeper (using water) or other equipment capable of removing and controlling dust. Approval of the use of such equipment is contingent upon its demonstrated ability to do the work. H. To prevent, to the greatest extent practicable, the infiltration of milled material into the storm sewer system when the milling operation is within the limits of and adjacent to a municipal curb and gutter or a closed drainage system, the sweeping operation shall be performed immediately after the milling operations or as directly by the ENGINEER. END OF SECTION STATE ROAD A1A WATER MAIN 02574-1 PAVEMENT REMOVAL IMPROVEMENTS – PHASE 2 AND REPLACEMENT SECTION 02574 PAVEMENT REMOVAL AND REPLACEMENT PART 1 - GENERAL 1.01 WORK INCLUDED A. Work included under this Section consists of cutting, removing, protecting and replacing existing pavements of the various types encountered, roadways, driveways, sidewalks, curb and combination curb and gutter. B. Protection of Existing Improvements: The CONTRACTOR shall be responsible for the protection of all pavements, sidewalks and other improvements within the work area. All damage to such improvements, as a result of the CONTRACTOR's operations, beyond the limits of the work of pavement replacement as described herein, shall be repaired by the CONTRACTOR at his expense. PART 2 - PRODUCTS 2.01 MATERIALS A. Materials, including limerock, bituminous prime and tack coat, and asphaltic concrete for the above work shall meet the requirements established therefore by the FDOT Specifications. 1. Limerock shall be Miami or Ocala Limerock. 2. Bituminous prime coat material shall be cutback asphalt Grade RC-70. 3. Bituminous tack coat material shall be emulsified asphalt Grade RS-2. 4. Asphaltic concrete shall be Type S-III PART 3 - EXECUTION 3.01 PREPARATION A. Pedestrian or school crossings: Where the work crosses or interferes with school or pedestrian crossings, extreme care shall be taken by the CONTRACTOR to insure the safety of school children or other pedestrians. 3.02 PERFORMANCE A. Removals: 1. Pavement Removal: Where existing pavement is to be removed, the surfacing shall be mechanical saw cut prior to trench excavation, leaving a uniform and straight edge, with minimum disturbance to the remaining adjacent surfacing. The width of cut for this phase of existing pavement removal shall be minimal. STATE ROAD A1A WATER MAIN 02574-2 PAVEMENT REMOVAL IMPROVEMENTS – PHASE 2 AND REPLACEMENT 2. Sidewalk, Drive, and Curb Removal: Concrete sidewalks, curbs, combination curb and gutter, walks, drive ribbons, or driveways shall be removed by initially sawing the structure, with a suitable power saw, as specified above for pavement. When a formed joint in the concrete exists within 3 feet of the proposed saw cut and parallels the proposed saw cut, the removal line shall be extended to the formed joint. After sawing, the material shall be removed. B. Restorations: 1. General: Street or roadway pavement cut and removed in connection with trench excavation shall be replaced or restored in equal or better condition than the original and as shown on the Drawings. The Drawings indicate minimum requirements. 2. Pavement Restoration - Asphalt: a. Limerock base course shall be compacted for its full thickness to not less than 98 percent of maximum density as determined by AASHTO T-180. b. Construction methods and equipment shall generally meet the requirements therefore as established in the FDOT Specifications, but shall be modified to meet the relatively narrow strip construction conditions. Any such modifications shall be approved by the ENGINEER prior to their use. c. Joints with existing surface and base shall be straight and neat. If necessary to obtain a straight net joint, the CONTRACTOR shall cut out sufficient existing material and replace it with new material. d. The upper surface of the completed base course shall be compacted to an elevation to permit the full depth of the surface course to be of the pavement surface. The completed surface shall match the line and grade of the existing surface. When pavement is removed to the edge of the roadway, the replaced base course shall extend not less than 6-inches beyond the edge of the surfacing constructed without deviating from the grade 3. Driveway Restoration - Asphalt: Driveway pavement with limerock base cut and removed in connection with trench excavation shall be replaced or restored as specified above for street or roadway pavement, except the new limerock base course shall equal the existing base course in thickness, except that in no case shall new driveway base course be less than 6-inches in thickness. Muck or unsuitable material found under existing driveway construction will not be removed and replaced. 4. Concrete, Sidewalk, Walkway, Driveway Ribbon and Curb Restoration. a. Concrete sidewalks, walkways, driveways, driveway ribbons and curbs required to be removed for the installation of facilities under this Contract shall be restored. Class B concrete shall be used in all cases. b. Replaced portions of these items shall conform to the lines, grades and cross sections of the removed portions. Concrete sidewalks and walkways shall be of 4-inch thickness; concrete driveways and driveway ribbons shall be 6-inch thickness. Replaced concrete curb and/or gutter shall joint neatly to the remaining section. 5. Pavement Restoration - Concrete: Rigid pavement shall be replaced in kind with Class B concrete, using high early strength cement. STATE ROAD A1A WATER MAIN 02574-3 PAVEMENT REMOVAL IMPROVEMENTS – PHASE 2 AND REPLACEMENT END OF SECTION STATE ROAD A1A WATER MAIN 02580-1 PAVEMENT MARKINGS IMPROVEMENTS – PHASE 2 SECTION 02580 PAVEMENT MARKINGS PART 1 - GENERAL 1.01 WORK INCLUDED A. The work included in this Section consists of applying pavement markings as required to restore disturbed pavement areas. Work shall adhere to all Town and FDOT standards. 1.02 RELATED REFERENCES A. All markings shall conform to the requirements of the Manual of Uniform Traffic Control Devices, and FDOT Roadway and Traffic Design Standards. B. Thermoplastic shall conform to the requirements of the Florida D.O.T. Standard Specifications for Road and Bridge Construction (Section 711) latest edition. PART 2 - PRODUCTS 2.01 THERMOPLASTIC A. All markings to be Alkyd thermoplastic only. 2.02 TEMPORARY MARKINGS A. Temporary markings on final asphalt shall be only for backed construction tape. Lower asphalt lifts may be marked with paint or any other approved marking material. 2.03 REFLECTIVE PAVEMENT MARKERS (RPM'S) A. RPM'S shall meet FDOT Class B Specifications, and shall be installed per Palm Beach County Typicals. PART 3 - EXECUTION 3.01 APPLICATION A. Thermoplastic shall not be installed on roadway until five (5) calendar days after final lift of asphalt has been completed, with the exception of friction course which shall be thirty (30) days. B. If existing marking material is not compatible with Alkyd thermoplastic, it shall be removed prior to installation of new markings. STATE ROAD A1A WATER MAIN 02580-2 PAVEMENT MARKINGS IMPROVEMENTS – PHASE 2 END OF SECTION STATE ROAD A1A WATER MAIN 02645-1 VALVES, COCKS, & APPURTENANCES IMPROVEMENTS – PHASE 2 SECTION 02645 VALVES, COCKS, HYDRANTS AND APPURTENANCES PART 1 - GENERAL 1.01 WORK INCLUDED A. Gate valves B. Butterfly Valves C. Insertion Type – Resilient Wedged Valves D. Tapping Sleeves E. Sampling cocks and hose bibbs F. Air release valves G. Valve boxes H. Valve vaults I. Hydrants J. Service saddles K. Polyethylene tubing L. Corporation stops M. Curb stops N. Tie rods O. Valve identification systems P. Corporation Cocks 1.02 RELATED WORK A. Section 02661: Water Mains 1.03 REFERENCES A. AWWA - American Waterworks Association. B. ASTM - American Society for Testing Materials C. FS - Federal Specification. STATE ROAD A1A WATER MAIN 02645-2 VALVES, COCKS, & APPURTENANCES IMPROVEMENTS – PHASE 2 1.04 SHOP DRAWINGS A. Submit copies of valve ordering schedule for approval before ordering valves. B. Submit detailed Shop Drawings in accordance with Section 01340. Clearly indicate make, model, location, type, size and pressure rating. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Provide valves and operators of same manufacturer throughout, where possible. B. Provide valves with manufacturer's name and pressure rating clearly marked on outside of body. C. Acceptable Manufacturers as noted herein. Substitutions in accordance with Section 01640. 2.02 GATE VALVES A. Gate valves 3 inches to 10 inches in size shall be of the non-rising stem type and shall conform to AWWA C500, latest revision, with handwheel or wrench nut, extension stems and other appurtenances as required. Valves shall be rated for 150 pounds per square inch (psi) working pressure. 1. Shall open counter clockwise. 2. Shall be iron body, fully bronze mounted, double disk, parallel seat; non-rising stem valves with O-ring seals and with end connection as called for in the Drawings. 3. Shall be as manufactured by American Co., Mueller Co., Clow Co., Kennedy Co. or equal. B. Exterior Valve Coatings: All exterior surfaces of iron body gate valves shall be clean, dry and free from rust and grease before coating. For buried service, the exterior ferrous parts of all valves shall be coated at the factory with an asphaltic coating in accordance with ANSI/AWWA C151 latest revisions. Prior to backfilling, all uncoated nuts, bolts, glands, rods and other parts of joints shall be coated in the field with coal tar epoxy equal to Koppers Bitumastic No. 300-M. 2.03 BUTTERFLY VALVES A. Butterfly valve shall conform to AWWA C-504, Class 150-B. 1. Suitable for throttling operations and infrequent operation after periods of inactivity. 2. Elastomer seats bonded or vulcanized to body shall have adhesive integrity of bond between seat and body assured by testing with minimum 75-pound pull in accordance with ASTM 042, Method B. 3. Bubble-tight with rated pressure applied from either side. STATE ROAD A1A WATER MAIN 02645-3 VALVES, COCKS, & APPURTENANCES IMPROVEMENTS – PHASE 2 4. No travel stops for the disc on interior of the body. 5. Self-adjusting V-type or O-ring shaft seals. 6. Isolate metal-to-metal thrust bearing surfaces from flowstream. B. Valves shall be as manufactured by Pratt, or Equal. 2.04 INSERTION TYPE – RESILIENT WEDGED VALVES: A. Insertion type wedge valves shall be resilient seated wedge style, manufactured to meet or exceed the requirements of AWWA C509 of latest revision. 1. Valves shall have an unobstructed waterway equal to or greater than the full nominal diameter of the valve. 2. The valve body, bonnet and wedge shall be fabricated of ductile iron which meets or exceeds the requirements of ASTM A536 Grade 65-45-12. The interior and exterior of the valve shall be coated with a fusion-bonded epoxy coating, minimum 8 mils. The wedge shall be fully encapsulated in EPDM rubber by a high pressure and high temperature compression or injection mold process. 3. The valve shall have a minimum working pressure of 250 psi and be capable of being installed into an existing pressurized pipeline while maintaining constant pressure within the host pipeline. 4. The wedge shall seat against the opposing end of the valve body. Valves which have wedge assemblies which seat against the host pipeline will not be permitted. 5. The valve body shall be restrained to the host pipe using a gripping wedges which are incorporated into a follower gland which meets or exceeds the applicable requirements of ANSI/AWWA C110/A21.10. B. Insertion type valves shall be manufactured by Team Industrial Services, or Equal. 2.05 CORPORATION COCKS A. Corporation cocks for connection to cast-iron, ductile iron or steel piping shall be all brass or bronze suitable for 150 psi operating pressure and similar to Mueller Co. H-10046 or equal by Clow Corp., and shall be of sizes required and/or noted on the Drawings. 2.06 TAPPING SLEEVES A. Tapping sleeves shall conform to the requirements of AWWA C110/A21.10 latest revision. 2.07 SAMPLING COCKS AND HOSE BIBBS A. Sampling cocks and hose bibbs shall be provided and installed where indicated on the drawings and shall be ¾-inch bronze body, rubber composition disc, garden hose valves. STATE ROAD A1A WATER MAIN 02645-4 VALVES, COCKS, & APPURTENANCES IMPROVEMENTS – PHASE 2 2.08 AIR RELEASE VALVE A. A water main shall have air release valve assemblies installed where indicated on the Drawings. The locations indicated are approximate. The actual locations shall be determined in the field during construction and approved by the ENGINEER prior to construction of the assemblies. B. The CONTRACTOR shall submit to the ENGINEER, for approval, a profile of the water main in the vicinity of the high point indicated. The profile shall extend a minimum of 200 linear feet each side of the high point of the water main as installed during construction. Elevations of the high point and the top of the pipe at 50-foot intervals within the 400-foot area described above shall be submitted. C. The air release valves shall be of the type that will release air, manually from the line when pressurized and keeps air from entering the line when not pressurized. The air release valves shall have a 2-inch valve inlet, corporation stop, saddle, galvanized steel pipe and fittings and gate valve. Valves, fittings and piping shall be rated for a working pressure of 150 psi for below ground installation. D. Air release valves shall be the A.R.I. Model S-0258 Short Version or approved equal, for water. Air release valves shall be installed at all high points and shall be located in approved vault structures. Air release valves shall be attached to an approved saddle with 2-inch Ford ball valve curb stop or approved equal (2-inch with tee head adapter). Air release valves will be checked for proper operation during the hydrostatic testing of the water main to two times rated working pressure. 2.09 VALVE BOXES A. Furnish, assemble, and place a valve box over the operating nut for each buried valve. The valve box shall be designed so as to prevent the transmission of surface loads directly to the valve or piping. B. Valve boxes shall be of the adjustable slide-type of suitable length with an interior diameter of not less than 5 inches. The valve boxes shall be manufactured of cast iron and shall be adjustable for elevation and shall be set to allow equal movement above and below finished grade. The castings shall be manufactured clean, even grain, gray cast iron conforming to ASTM A48 Class 30B for Gray Iron Castings; and shall be smooth, true to pattern, free from blow holes, sand holes, projections and other harmful defects. The seating surfaces of both the cover and the top section shall be machined so that the cover will not rock after it has been seated. The valve boxes shall be coated inside and outside with an asphaltic coating prior to machining, so that the machined seating surfaces will be free of any coating. Cast iron valve box assemblies shall be Clow Corp. No. F-2452, Tyler Corp. Series 6855 or 6865 approved equal. C. Valve extension stems shall be provided for all buried valves when operating nut is deeper than 3 feet below final grade. 2.10 EXTENSION STEMS A. Extension stems shall be provided and installed on all valves in buried locations and where indicated on the Drawings. B. Extension stems shall be fabricated from solid steel shafting not smaller in diameter than the stem of the valve or from galvanized steel pipe having an internal diameter not smaller than the diameter of the valve stem. STATE ROAD A1A WATER MAIN 02645-5 VALVES, COCKS, & APPURTENANCES IMPROVEMENTS – PHASE 2 C. Stem couplings shall be both threaded and keyed to the coupled stems and shall be of approved design and construction. Pipe couplings will not be acceptable. D. Extension stems for buried valves shall extend to within six inches of the surface of the ground. Each extension stem shall be connected to the valve operator with a suitable universal joint type of coupling. All connections shall be pinned. E. Each extension stem shall be provided with spacers which will center the stem in a valve box having an inside diameter of 6 inches, and shall be equipped with a standard AWWA wrench nut as described in Section 20 of AWWA C500 except where handwheels are indicated on the Drawings. 2.11 HYDRANTS A. Fire hydrants shall be general service type, ductile iron body, fully bronze mounted, for 150 psi working pressure, complying with AWWA Standard C502, latest revision. The inlet connection shall be mechanical joint type, with accessories, for 6-inch ductile iron pipe. The hydrant foot shall have integral cast tie-cast lugs. The integral shut-off valve shall be compression type opening against water pressure, and shall open left (counter-clockwise) as viewed from the operating nut. B. The main hydrant valve opening shall be 5¼ inches. Valve diameter and general interior design shall be sufficient to provide head loss/flow quantity ratios less than specified in the above cited standard. The main valve seat and the threaded portion of the hydrant into which it screws shall be bronze. The stem operating threads and thrust bearing, and bronze seat ring threads shall be sealed by replaceable O-rings to protect from moisture and corrosion. Stem and seat ring threads shall be permanently greased lubricated or provided with a means for lubrication. All interior working parts of the hydrant shall be removable from the top of the hydrant to allow for repairs without removing the hydrant barrel after it has been installed. A weather shield shall be provided on the bonnet to protect the operating nut and lock nut area form dirt and water. C. The hose nozzles shall be bronze with American National Standard fire hose coupling screw threads, one 4½ inch pumper nozzle cap nuts shall be securely chained to hydrant barrel. Chains shall be corrosion resistant and painted to match hydrant color. The hydrants shall be "traffic" type with a frangible flange or lugs and operating stem section at ground line. D. Hydrants shall be furnished with a 3-foot bury body except where deeper burial depths are indicated on the plans or as designated by the ENGINEER. E. Coatings for Fire Hydrants: All ferrous metal surfaces of the hydrants shall be clean, dry and free from grease before coating as follows: 1. All exposed exterior surfaces below the ground lien shall be coated at the factory with coal tar epoxy equal to Kopers Bitumastic No. 300-M, for a minimum total finish dry film thickness of 20 mils. 2. All exposed interior surfaces above and below the main hydrant valve, except non-ferrous and machined ferrous surfaces shall be coated at the factory with a fusion bonded thermosetting epoxy coating in accordance with AWWA C550, latest revision. Coating shall be holiday free with a minimum thickness of 12 mils. 3. All exposed, exterior, aboveground ferrous metal surfaces including barrel, bonnet, nozzle caps, nozzle cap chains, nuts, bolts and other fasteners shall be coated at the factory as follows: STATE ROAD A1A WATER MAIN 02645-6 VALVES, COCKS, & APPURTENANCES IMPROVEMENTS – PHASE 2 a. Shop primed with one coat, 1.5 mils dry film thickness of a rust inhibitive resin primer. Primer shall be compatible with finish coating and shall be applied in accordance with the coating manufacturer's recommendation. Primer shall be Koppers Pub Primer, or approved equal. b. Shop finish painted with two coats, 1.4 mils dry film thickness each coat, of a medium to long oil alkyd resin coating. Finish coating shall be applied in accordance with the coating manufacturer's recommendations. Finish coating shall be Koppers Rustarmor 500, or approved equal. F. Approved Fire Hydrants: Fire hydrants shall be supplied from one manufacturer for the Project. The fire hydrants supplied shall be from the approved list for general service type fire hydrants listed below: Manufacturer Model American B-84-B Kennedy K81A Guardian Mueller Centurion A-423 G. Fire hydrants installed, but not yet in service, shall be covered with a burlap sack. H. Each hydrant shall be furnished with a hydrant wrench. 2.12 SERVICE SADDLES A. Service saddles shall have ductile iron bodies in accordance with ASTM A536, latest revision, with double stainless steel straps. Ductile iron body shall have a fusion bonded nylon coating with a minimum thickness of 12 mils. Straps shall be Type 316 stainless steel with premium grade Type 316 stainless steel bolts and Type 316 stainless steel washers and nuts. The nuts shall be Teflon coated. The gasket material shall be an elastomeric compound resistant to degradation by oil, natural gas, acids, alkalies, most aliphalic fluids and chloramines in potable water. The outlet to the saddle shall have CC threads. Service saddles shall be Rockwell, Baker, Shur-o-Seal, Romac or an equal approved by the ENGINEER. 2.13 POLYETHYLENE TUBING A. Service lines and jumper connections shall be polyethylene tubing conforming to ASTM D2737; SDR 9 with a minimum working pressure of 200 psi. 2.14 CORPORATION STOPS A. Corporation stops shall be manufactured from cast bronze with machined fitting surfaces, and in accordance with AWWA C-800 latest, in sizes 1 inch up to including 2 inches. The inlet connection shall be AWWA standard corporation stop thread. The outlet connection shall be a packjoint outlet for copper or plastic tubing. Corporation stops with compression joint outlets for copper or plastic tubing shall be Type FB 1102 as manufactured by Ford Meter Box Company, or approved equal. 2.15 CURB STOPS A. Curb stops shall be AWWA C-800 approved ball valve, roundway, with check, with lock wing cast on stop body and operating tee cap to provide for locking the stop in closed position. Curb stops for use with copper or plastic services shall have an inlet connection STATE ROAD A1A WATER MAIN 02645-7 VALVES, COCKS, & APPURTENANCES IMPROVEMENTS – PHASE 2 with a compression joint and an outlet connection with female iron pipe thread, as manufactured by Ford Meter Box Company B41 with padlock wings, or approved equal. 2.16 TIE RODS A. When prior approval is obtained from the ENGINEER, ductile iron pipe, fittings, and valves may be restrained using tie bolt joint restraint. All bolts, nuts, washers, tie rods and other fasteners for the joint restraint system shall be manufactured of Type 316 Stainless Steel. Tie rods shall have a minimum diameter of ¾-inch. The number of tie rods required per joint shall be as recommended by the manufacturer. 2.17 VALVE IDENTIFICATION SYSTEMS A. Buried Valves: 1. In paved areas, tops of valve box covers shall be set flush with pavement. Following paving operations, a 30-inch square shall be neatly cut in the pavement around the box and the paving removed. The top of the box shall then be adjusted to the proper elevation and a 30-inch square by 6-inch thick concrete pad poured around the box cover. Concrete pads in traffic areas shall be reinforced with No. 4 reinforcement bars as shown on the Drawings. Concrete for the pad shall be 3,000 psi compressive strength. 2. In unpaved areas, tops of valve box covers shall be set 0.20 feet above finished grade. After the top of the box is set to the proper elevation, a 30-inch square by 6-inch thick concrete pad shall be poured around the box cover. Concrete for the pad shall be 3,000 psi compressive strength. 3. Shall have valve boxes protected by a concrete pad. The concrete pad for the valve box cover shall have a 2½-inch diameter, bronze disc embedded in the surface as shown on the Drawings. For 10” valves and larger the bronze disc shall have the following information neatly stamped on it: a. Manufacturer’s Name b. Number of turns to fully open c. Size and Class d. Serial No. PART 3 - EXECUTION 3.01 INSTALLATION OF VALVES A. Valves of the size and type shown on the Drawings shall be set plumb and installed at the locations indicated on the Drawings. Valves shall be installed in accordance with manufacturer's installation instructions and with the Details shown on the Drawings. B. Valves shall be installed such that they are supported properly in their respective positions, free from distortion and strain. Valves shall be installed such that their weight is not borne by pumps and equipment that are not designed to support the weight of the valve. STATE ROAD A1A WATER MAIN 02645-8 VALVES, COCKS, & APPURTENANCES IMPROVEMENTS – PHASE 2 C. Valves shall be carefully inspected during installation; they shall be opened wide and then tightly closed and the various nuts and bolts shall be tested for tightness. Special care shall be taken to prevent any foreign matter form becoming lodged in the valve seat. Check and adjust all valves for smooth operation. D. Install valves with the operating stem in either horizontal or vertical position. E. Allow sufficient clearance around the valve operator for proper operation. F. Clean iron flanges before installing flanged valves. Clean carbon steel flange bolts and nuts by wire brushing, lubricate threads with oil or graphite, and tighten nuts uniformly and progressively. Clean threaded joints by wire brushing or swabbing. Apply Teflon joint compound or Teflon tape to pipe threads before installing threaded valves. Joints shall be watertight. G. For buried valves, a valve box shall be centered accurately over the operating nut and the entire assembly shall be plumb. The tops of valve boxes shall be adjusted to the proper elevation as specified below and as shown on the Drawings. H. Valves shall be tested hydrostatically, concurrently with the pipeline in which they are installed. Protect or isolate any parts of valves, operators, or control and instrumentation systems whose pressure rating is less than the pressure test(s). If valve joints leak during pressure testing, loosen or remove the nuts and bolts, reseat or replace the gasket, reinstall or retighten the bolts and nuts and hydrostatically retest the joints. I. Following installation of buried valves or valve installed in valve vaults, repair any scratches, marks and other types of surface damage, etc., etc., with a costing equal to the original coating supplied by the manufacturer. Prior to backfilling, coat all nuts, bolts and other parts of the valve joints with coal tar epoxy equal to Koppers Bitumastic No. 300-M, for a minimum dry film thickness of 16 mils. J. All valves shall be wrapped with visqueen (6 mils). 3.02 INSTALLATION OF FIRE HYDRANTS A. Fire hydrants shall be installed at the locations shown and as detailed on the Drawings, and in accordance with the manufacturer's installation instructions, and Palm Beach County Environmental Control Rules. B. No fire hydrant assembly shall be backfilled until approved by the OWNER. C. Provide crushed stone drainage material and concrete thrust blocks as shown on the Drawings. Thrust blocks shall be as specified hereinabove. D. Barrel and operating stem extensions shall be provided for fire hydrants, if necessary, to install the hydrant at the proper elevation above finish grade, as detailed on the Drawings. E. After installation, the fire hydrants shall be hydrostatically tested and flushed with the line in which they are installed. 3.03 INSTALLATION OF TIE RODS A. Tie rods shall be installed in strict accordance with the manufacturer's written installation requirements. Unless otherwise indicated on the Drawings, the size and number of tie STATE ROAD A1A WATER MAIN 02645-9 VALVES, COCKS, & APPURTENANCES IMPROVEMENTS – PHASE 2 rods for a joint or installation shall be as recommended by the manufacturer's design chart for a working pressure of 150 psi. END OF SECTION STATE ROAD A1A WATER MAIN 02661-1 WATER MAINS IMPROVEMENTS – PHASE 2 SECTION 02661 WATER MAINS PART 1 - GENERAL 1.01 SCOPE A. The work to be performed under this Item shall include the furnishing and installing of water mains and appurtenances as herein described and as shown on the Plans. The CONTRACTOR shall perform all excavation, backfilling and related work required for the construction of these mains, in accordance with the provisions set forth under the applicable items of this Specification and of the General Requirements. Where not otherwise set forth, all work shall be in accordance with AWWA (ANSI) C600. 1.02 REFERENCES Standards applicable in this Specification shall be: A. American Water Works Association (AWWA) and American National Standards Institute (ANSI). 1. AWWA C104 (ANSI A21.4) Cement-Mortar Lining for Ductile-Iron and Gray Iron Pipe and Fittings for Water. 2. AWWA C105 Polyethylene Encasement for Ductile-Iron Pipe Systems 3. AWWA C110 Gray-Iron and Ductile-Iron Fittings, 3-inch through 48-inch for Water and Other Liquids. 4. AWWA C111 (ANSI A21.11) Rubber Gasket Joints for Ductile-Iron and Gray-Iron Pressure Pipe and Fittings. 5. AWWA C150 (ANSI A21.50) Thickness Design of Ductile-Iron Pipe. 6. AWWA C151 (ANSI A21.51) Ductile-Iron Pipe, Centrifugally Cast in Metal Molds or Sand Lined Molds for Water or Other Liquids. 7. AWWA C600 Installation of Ductile Iron Water Mains and Appurtenances. 8. AWWA C601 Standard for Disinfecting Water Mains. 9. AWWA C900 Polyvinyl Chloride (PVC) Pressure Pipe, 4 in. through 12 in., for Water Distribution. 10. AWWA C901 Polyethylene Pressure Pipe and Tubing for Water Service. B. American Association of State Highway and Transportation Official (AASHTO). AASHTO T-180-82 The Moisture-Density Relation of Soils Using a 10-pound. (4.54 kilogram) Rammer and an 18-inch (457 milimeter) Drop. STATE ROAD A1A WATER MAIN 02661-2 WATER MAINS IMPROVEMENTS – PHASE 2 PART 2 - MATERIALS 2.01 PIPE A. Ductile Iron Pipe: Ductile iron pipe shall conform to AWWA C151 (ANSI A21.51) and shall conform to working pressure class 350 psi. B. Lining: Ductile iron pipe for water mains shall have an internal lining of cement mortar in accordance with AWWA C104/A21.4. C. Coating: Buried ductile iron pipe shall be bituminous coated per AWWA C151/A21.51 D. Encasement: In corrosive environments, Ductile iron pipe shall be encased in polyethylene in accordance with AWWA C105. E. Polyvinyl Chloride (PVC) Pipe: In corrosive environments where PVC pipe, 4 in. through 12 in., is specified, it shall conform to AWWA C900. F. Service Lines: Service lines shall be polyethylene (SDR 9) tubing and have a minimum working pressure of 200 pounds per square inch (psi). 2.02 FITTINGS A. Ductile Iron Fittings - Ductile iron fittings shall be mechanical joint type and shall conform to ANSI/AWWA C110/A21.10. All fittings shall have a working pressure rating of 350 psi in sizes 4-inch through 24-inch and 250 psi for sizes 30-inch through 54-inch, and shall be coated and lined as specified for pipe. 2.03 JOINTS A. Push-on Joints - For bell and spigot ductile iron pipe and fittings shall be rubber gasket compression, push-on type as specified in AWWA C111 (ANSI A21.11). These joints may be U.S. pipe and Foundry "Tyton" Joints or approved equal. B. Restrained Joints - Restrained joints may be used in lieu of thrust blocks for changes in elevation or alignment as shown on the Plans or as required in the field by the ENGINEER. The length of restraint required shall be approved by the ENGINEER. These joints may be U.S. Pipe and Foundry "TR Flex" Joints, MEGALUGS, or approved equal. 2.04 CONCRETE FOR THRUST BLOCKS A. Concrete for thrust blocks shall have a compressive strength of 2,500 psi after 28 days. 2.05 FOUNDATION ROCK A. A sieve analysis of foundation rock shall conform to the following limits: B. Passing 3/4" - 100% Passing #4 - 0-10% C. Passing 3/8" - 20-55% Passing #8 - 0-5% STATE ROAD A1A WATER MAIN 02661-3 WATER MAINS IMPROVEMENTS – PHASE 2 2.06 ELECTRONIC PIPE LOCATORS A. The CONTRACTOR shall install blue "Scotchmark" electronic ball markers at all fittings and service connections. The CONTRACTOR shall furnish the OWNER, upon completion of the work, with a transmitter/receiver device for locating the ball markers. PART 3 - EXECUTION The installation and testing of the water main shall be done in accordance with AWWA (ANSI) C600 plus the additional requirements described herein or shown on the Plans. 3.01 PREPARATION A. Clearing - The CONTRACTOR shall perform all clearing necessary, where applicable, for the proper installation of all water mains, and appurtenances in the locations shown on the drawings. Plantings, shrubbery, trees, utility poles or structures subject to damage resulting from the excavation shall be transplanted, relocated, braced, shored or otherwise protected and preserved unless otherwise directed by the ENGINEER. B. The layout of some of the piping systems shown on the drawings may be diagrammatic, but shall be followed as closely as the work will permit. C. Ream pipes and tubes. Clean off scale and dirt, inside and out, before assembly. Remove all foreign material from piping. 3.02 TRENCHING A. Perform trench excavation and provide pipe protection to the line and grade indicated on the contract drawings and as specified in Section 02220. Remove all muck and organic material. B. Foundation - Foundations are shown on the plan details and described in this specification. 1. Type 1 Trench - Type 1 Trench shall be considered "Standard" for this project and shall be installed under all pipe when an undisturbed trench bottom is found. 2. Bedding shall consist of at least four inches of 3/8-inch to 3/4-inch (where unsuitable in-situ materials are encountered) washed and graded limerock placed in the trench and tamped to the proposed elevation of the center line of the pipe prior to any pipe laying. Holes shall be excavated at each bell so that the pipe is supported along the barrel only. This bedding shall not be used under any circumstances as a drain for ground water. The CONTRACTOR shall take all precautions necessary to maintain the bedding in a compacted state and to prevent washing, erosion or loosening of this bed. 3. Preparation of Trench - The trench shall be excavated to the depth shown on the Plans. Care shall be taken during the excavation operation not to disturb the soil below the grade line of the bottom of the pipe. Bell holes shall be hand excavated so that there are no bearing surfaces on the bells. The pipe barrel shall be uniformly supported along its entire length. In granular material and where the conditions permit, the bottom shall be shaped to fit the lower quarter of the pipe barrel. Where rock or unstable material is STATE ROAD A1A WATER MAIN 02661-4 WATER MAINS IMPROVEMENTS – PHASE 2 encountered, the trench shall be excavated 8 inches below the required depth. The subgrade for the pipe shall be made by backfilling with approved material and compacted as directed by the ENGINEER. The pipe shall not be installed when the stabilization of the trench bottoms are rendered soft or unstable as a result of construction methods, such as improper or inadequate sheeting, dewatering or other causes. The CONTRACTOR shall correct such conditions so as to provide proper bedding or foundations for the proposed installation as indicated in the paragraph above. 3.03 INSTALLATION A. All pipe, fittings and valves shall be installed according to AWWA Specification C600. Prior to installation, all pipe and appurtenances shall be examined for damage and defects. Under no circumstances shall defective pipe be installed. All lumps, blisters and excess coating materials shall be removed from the socket and plain ends of each pipe. While being placed in the trench, care shall be taken to prevent foreign material from entering the pipe. As each length of pipe is placed in the trench, the joint shall be assembled and the pipe brought to correct line and grade. B. At times when pipe laying is not in progress, the open end of the pipe shall be closed by a watertight plug. When practical, the plug shall remain in place until the trench is pumped completely dry. When it is necessary to deflect the pipe from a straight line in either the vertical or horizontal plane, or where long radius curves are permitted, the amount of deflection shall not exceed that of Table 5 and 6 in AWWA Specification C600. C. Pipe Restraint - All bends, tees, and dead ends shall be restrained by a thrust block as detailed on the drawings (or other approved method). 1. All bends, tees and dead ends in pipe 4 inches to 12 inches shall be restrained by a thrust block as detailed on the drawings. In pipe sizes greater than 12 inches, the restraint shall be by restraint joints on the piping on each side of the fittings for distances detailed on the drawings. D. Polyethylene Encasement - Ductile Iron Pipe installed in corrosive environments shall be encased in either 8-mil low-density (LD) polyethylene or 4 mil, high-density, cross- laminated (HDCL) polyethylene, in accordance with AWWA C105 latest edition. E. Backfill 1. General - Where the trench has been dewatered, backfilling must progress sufficiently before pumps are shut off to prevent flotation of pipe. Any pipe that has been displaced perceptibly from its correct position shall be removed and relaid properly at the CONTRACTOR's expense. Backfilling shall follow pipe laying within 100 feet, unless otherwise directed by the ENGINEER, but shall not be performed in any case until the ENGINEER has approved the line for backfilling. Water shall not be added except as required to obtain Optimum Moisture Content and "flooding" or "puddling" will not allowed. 2. Backfill material shall be free of roots, logs, limbs, large rocks or any material or debris determined to be unsuitable by the ENGINEER. The ENGINEER may reject any material which he considers unsuitable for backfill. 3. The compaction procedures specified herein shall be considered "minimum procedures" to prevent after-settlement and the CONTRACTOR shall reopen, refill and recompact any trenches indicating improper backfill procedures or after settlement. STATE ROAD A1A WATER MAIN 02661-5 WATER MAINS IMPROVEMENTS – PHASE 2 4. All road crossings shall be backfilled immediately, made passable and maintained passable until the permanent repair is made. 2. Town Rights-of-Way a) Initial Lift (to 12 inches above pipe) - The initial lift shall be carefully backfilled around and over the pipe with select materials, not exceeding 1/2 inch in diameter, and compacted in 6 inch layers with manual equipment to an average maximum density of 95 percent as determined by AASHTO T-180 ( Modified Proctor). b) Final Lift - The final lift (to finish grade or bottom of pavement as applicable) shall be carefully backfilled with material free from organic material and stones or clumps exceeding 6 inches (4 inches in the final 12 inch layer) in diameter, and compacted in 12 inch layers to an average maximum density of 98 percent as determined by AASHTO T-180 (Modified Proctor). c) Density Compliance - In determining compliance with the density specifications, the lowest acceptable density shall be 98 percent. In determining "job average maximum density,” 102 percent shall be the highest percentage used. 3.04 PIPELINE CLEANING (PIGGING) A. The CONTRACTOR shall clean and flush water mains in the following manner: 1. The CONTRACTOR will insert a flexible polyurethane foam "swab" (2 lbs/CF) complete with rear polyurethane drive seal, into the first section of pipe. The "swab" shall remain there until the pipeline construction is complete. The "swab" may also be inserted into wyes or tees after construction is complete. 2. Cleaning and flushing shall be accomplished by propelling the "swab" down the pipeline to the exit point with potable water during the initial filling of the main, prior to bacteriological testing. Flushing shall continue until the pig exits and the water is completely clear. 3. If cleaning and flushing exit point is through a fire hydrant (8" line or smaller) the CONTRACTOR shall remove the hydrant internal valve assembly to allow passage of the "swab". 3.05 FIELD QUALITY CONTROL A. Hydrostatic Tests: 1. The CONTRACTOR shall provide all necessary material and shall perform all work required in connection with the test, including temporary plugs where required. All pipe shall be tested to a hydrostatic pressure of 150 P.S.I. The required pressure as measured at the point of highest elevation shall be applied for not less than two hours, and all pipe, fittings, valves and joints shall be made water tight if leakage is evident. 2. No pipe installation will be accepted unless and until the leakage is less than that as specified under Section 4.2 of the AWWA (ANSI) C600. B. Sterilization of Complete Line: 1. Before being placed in service, each line shall be sterilized in accordance with the directions of the Florida State Board of Health and in accordance with AWWA C601. STATE ROAD A1A WATER MAIN 02661-6 WATER MAINS IMPROVEMENTS – PHASE 2 C. Connections to the Existing System: 1. Connections to be made by the CONTRACTOR are shown on the Plans. Connections shall not be made until the new main is cleared by HRS. D. Density Tests: 1. The ENGINEER shall specify at what locations test will be made in the backfill to determine the adequacy of the compaction operation. 3.06 ADJUSTING AND CLEANING A. Restoring Surfaces: 1. The top surfaces of the backfill shall be restored to present standards or better conditions. Trenches shall be carefully examined upon the com pletion of backfilling and surface irregularities, that are dangerous or obstructive to traffic, are to be removed. 2. Paved sections shall conform in grade with adjacent areas and shall be of at least equal quality. Design mixes for flexible pavement shall be subject to approval by the ENGINEER. All damaged or undermined areas of existing pavement, not previously removed, shall be removed and restored to original conditions or in the specified manner. 3. Equipment shall not travel over loose rock fragments, or other hard material, lying on sections or pavement which are not to be removed. Removal, replacement and restoration of areas of pavement shall be as indicated on drawings. END OF SECTION STATE ROAD A1A WATER MAIN 02675-1 DISINFECTION OF IMPROVEMENTS – PHASE 2 POTABLE WATER LINES SECTION 02675 DISINFECTION OF POTABLE WATER LINES PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Provide personnel, equipment and supplies to disinfect new water mains and domestic water systems, and flush out systems at completion of treatment. B. OWNER will obtain services of a certified lab per Section 01410. C. A reduced pressure zone backflow preventer shall be used on the fill connection and will be provided by the CONTRACTOR. 1.02 RELATED REQUIREMENTS A. Section 02661: Water Mains B. AWWA C-651, Latest Revision 1.03 DEFINITIONS A. Disinfectant Residual - The quantity of disinfectant in treated water. B. ppm - parts per million. 1.04 QUALITY ASSURANCE A. CONTRACTOR shall be experienced in performing work specified herein. B. Regulatory Agency Requirements: Comply with State and Local Requirements. 1.05 SUBMITTALS A. Test Reports: Submit four copies as follows: 1. Disinfection Report, include: a. Date issued. b. Project name and location. c. CONTRACTOR's name, address, and phone number. d. Type and form of disinfectant used. e. Time and date of disinfectant injection completion. f. Test locations selected by ENGINEER. STATE ROAD A1A WATER MAIN 02675-2 DISINFECTION OF IMPROVEMENTS – PHASE 2 POTABLE WATER LINES g. Initial and 24 hour disinfectant residuals in ppm for each outlet tested, obtained from testing laboratory. h. Time and date of flushing start. i. Time and date of flushing completion. j. Disinfectant residual after flushing in ppm for each outlet tested, obtained from testing laboratory. 1.06 PROTECTION A. Provide necessary signs, barricades, and notices to prevent any person from accidentally consuming water or disturbing system being treated. PART 2 - PRODUCTS 2.01 MATERIALS A. Disinfectant 1. Free chlorine; liquid, powder, or tablet 2. Sodium Hypochlorite PART 3 - EXECUTION 3.01 INSPECTION A. Prior to starting work verify that potable water system is completed and cleaned. B. Do not start work until conditions are satisfactory. 3.02 PREPARATION OF WATER FOR TREATMENT A. Use potable water obtained from an approved public water supply for disinfection and flushing. B. Notify ENGINEER 48 hours prior to starting tests. 3.03 SYSTEM TREATMENT A. Inject disinfectant throughout system to obtain 50 to 80 ppm residual. B. Starting at outlet closest to water source, bleed water from each outlet until water produces odor of disinfectant. Repeat process at each outlet throughout system. C. Test for disinfectant residual at each of the following locations: 1. Ends of piping runs. STATE ROAD A1A WATER MAIN 02675-3 DISINFECTION OF IMPROVEMENTS – PHASE 2 POTABLE WATER LINES 2. Remote outlets. 3. Sample Points D. Maintain disinfectant in system for 24 hours. 3.04 FLUSHING A. Remove disinfectant from system; permit no more than residual rate of incoming water or one ppm, whichever is greater. 3.05 BACTERIOLOGICAL TEST A. Water samples to be taken by an Independent Certified Lab no sooner than 24 hours after flushing system. B. Water samples to be analyzed in accordance with Standard Methods for the Examination of Water & Waste Water, latest edition, published by American Water Works Association, 6666 West Quinch Avenue, Denver;, CO 80235. C. If bacteriological test proves water quality to be unacceptable, repeat system treatment. END OF SECTION STATE ROAD A1A WATER MAIN 02680-1 TESTING PIPE SYSTEMS – IMPROVEMENTS – PHASE 2 POTABLE WATER SECTION 02680 TESTING PIPE SYSTEMS – POTABLE WATER PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Perform specified services with CONTRACTOR's qualified personnel, or employ and pay for a qualified organization to perform specified services. B. Pressure Piping Systems. 1.02 RELATED REQUIREMENTS A. Section 02675: Disinfection of Potable Water Lines. B. Section 01700: Contract Closeout. 1.03 DESCRIPTION A. Perform testing of piping systems in accordance with AWWA C-600 and as specified below. B. Provide instruments required for testing of piping systems. 1. Make instruments available to CEI to facilitate spot checks during testing. 2. Retain possession of instruments, remove from site at completion of services. C. Provide all water required for flushing and testing. D. Provide all necessary pumping equipment and other equipment, materials and facilities required for proper completion of the flushing and testing specified. E. Source and quality of water, procedure and test equipment shall be by approval of the CEI. F. All tests shall be made in the presence of the CEI. Notify CEI at least 48 hours before any Work is to be inspected or tested. G. If inspection or test shows defects, the piping system(s) shall be repaired and replaced and inspection repeated, until such piping is acceptable to the CEI. H. Sections of the system may be tested separately, but when so tested it shall be distinctly understood that any defect which may subsequently develop in a section already tested and accepted shall promptly be corrected and that section retested. I. Disposal of the water used for testing shall be subject to the approval of the CEI. STATE ROAD A1A WATER MAIN 02680-2 TESTING PIPE SYSTEMS – IMPROVEMENTS – PHASE 2 POTABLE WATER 1.04 JOB CONDITIONS A. Prior to start of testing of piping systems, verify that required "Job Conditions" are met: 1. System or system element installation is complete. 2. All required materials, water, instruments, etc. are on hand. 3. All other preparations are completed. 1.05 TESTING PROCEDURES A. Pressure Piping Systems: 1. All pressure piping shall pass a hydrostatic pressure test and a leakage test as defined below before acceptance. The pressure and leakage test shall be made after all jointing operations are completed and after backfilling is completed. All concrete reaction blocks, or other bracing and restraining facilities, shall be in place at least 24 hours before the initial filling of the line. 2. The pressure and leakage tests may be applied to an individual section of line isolated between the existing line valves, or may be applied to shorter sections or line as approved by the CEI. If shorter sections are tested, test plugs or bulkheads as required at the ends of the test section shall be furnished and installed by the CONTRACTOR at his expense, together with all anchors, braces and other devices required to withstand the hydrostatic pressure on such plug or plugs, without imposing any hydraulic thrust on the pipe line or any part thereof. The CONTRACTOR shall be solely responsible for any and all damage to the pipe line, and/or to any other facility, which may result from the failure of test plugs furnished by him or supports therefor, in any case. 3. Tests: a. Hydrostatic Tests: 1) The section of line to be tested shall be slowly filled with water and all air expelled from the pipe. Care shall be taken that all air valves are installed and open in the section being filled, and that the rate of filling does not exceed the venting capacity of the air valves. 2) Hydrostatic test pressure shall be as follows: System Working Pressure 100 psi 3) After the pipe has been laid, all newly laid pipe or any valved section thereof shall be subjected to a hydrostatic pressure of at least 1.5 times the working pressure at the point of testing (or 150 p.s.i., whichever is greater). a) Test pressure shall: i. Not be less than 1.25 times the working pressure at the highest point along the test section. ii. Not exceed pipe or thrust-restraint design pressures. iii. Be of at least 2-hour duration. iv. Not vary by more than + 5 psi (0.35 Bar) for the duration of the test. v. Not exceed twice the rated pressure of the valves or hydrants when the pressure boundary of the test section includes closed gate valves or STATE ROAD A1A WATER MAIN 02680-3 TESTING PIPE SYSTEMS – IMPROVEMENTS – PHASE 2 POTABLE WATER hydrants. NOTE: Valves shall not be operated in either direction at differential pressure exceeding the rated pressure. vi. Not exceed the rated pressure of the valves when the pressure boundary of the test section includes closed resilient-seated gate valves or butterfly valves. b) Each valved section of pipe shall be filled with water slowly and the specified test pressure based on the elevation of the lowest point of the line or section under test and corrected to the elevation of the test gauge shall be applied by means of a pump connected to the pipe in a manner satisfactory to the OWNER. Valves shall not be operated in either the opening or closing direction at differential pressures above the rated pressure. It is good practice to allow the system to stabilize at the test pressure before conducting the leakage test. 4) Examination. Any exposed pipe, fittings, valves, hydrants, and joints shall be examined carefully during the test. Any damage or defective pipe, fittings, valves, or hydrants that are discovered following the pressure test shall be repaired or replaced with sound material and the test shall be repeated until it is satisfactory to the OWNER. b. Leakage Test: 1) A leakage test shall be conducted concurrently with the pressure test. A leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain pressure within 5 psi (0.35 Bar) of the specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. Leakage shall not be measured by a drop in pressure in a test section over a period of time. 2) No pipe installation will be accepted if the leakage is greater than that determined by the following formula: in which L is the allowable leakage, in gallons per hour; S is the length of pipe tested in feet; D is the nominal diameter of the pipe in inches; and P is the average test pressure during the leakage test, in pounds per square inch. The leakage test shall be conducted for a period of two hours. a) Allowable leakage at various pressures is shown in Section 3.02. b) When the testing again closed metal-seated valves, an additional leakage per closed valve of 0.0078 gal/h/in (0.0012L/h/mm) of nominal valve size shall be allowed. c) When hydrants are in the test section, the test shall be made against the closed hydrant. d) Acceptance of installation. Acceptance shall be determined on the basis of allowable leakage. If any test of pipe laid disclosed leakage greater than that specified x ½ 000,148L PDS××= STATE ROAD A1A WATER MAIN 02680-4 TESTING PIPE SYSTEMS – IMPROVEMENTS – PHASE 2 POTABLE WATER in Section "b" above, the CONTRACTOR shall, at his own expense, locate and make repairs as necessary until the leakage is within the specified allowance. 3) All visible leaks are to be repaired regardless of the amount of leakage. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION 3.01 GENERAL A. Prior to testing, flush all piping systems with water to remove all debris in the system. B. For testing refer to the Testing Procedures above. END OF SECTION STATE ROAD A1A WATER MAIN 02934-1 SODDING IMPROVEMENTS – PHASE 2 SECTION 02934 SODDING PART 1 - GENERAL 1.01 SCOPE A. Provide all labor, materials and equipment necessary for complete sodding of areas affected by construction. This shall include, but not be limited to: liming, fertilizing, sodding, necessary barriers, tests and all incidentals to make the work complete. 1.02 WORK INCLUDED A. Testing of topsoil. B. Raking and leveling topsoil as required for sodding. C. Liming and fertilizing of topsoil. D. Laying and rolling of sod. E. Maintaining sod. PART 2 - PRODUCTS 2.01 MATERIALS A. Fertilizer: 1. Fertilizer shall be commercial fertilizer, as manufactured by International Chemical Company or approved equal. 2. Said fertilizer shall have a 10-20-6 N.P.K. content and contain a minimum of 60 percent of organic material. 3. It shall be delivered at the site in the original sealed containers. B. Sod: 1. The sod shall be as grown by a certified turf nursery and CONTRACTOR shall inform ENGINEER as to the source of the sod to be utilized prior to ordering and delivery of sod. 2. Sod shall be furnished and installed in rectangular sod strips measuring 12 to 16-inches in width of standard lengths of not less than 2 feet and delivered on pallets. 3. After the preparation of the areas to be sodded has been approved by ENGINEER sod all previously sodded areas where no permanent construction STATE ROAD A1A WATER MAIN 02934-2 SODDING IMPROVEMENTS – PHASE 2 exists. Supply and install sod which is equal to or approved equal to sod which exists at the project site. As a minimum, Type No. 1 sod composed of grasses grown from a Bahia Seed mixture shall be used for stabilization of final grade. 4. St. Augustine Floratam Sod shall be placed in areas that will be or are irrigated. Bahia sod shall be placed in areas not irrigated. PART 3 - EXECUTION 3.01 INSTALLATION A. These areas shall be fine graded to achieve the finished subgrade after compaction which shall be obtained by rolling, dragging or by an approved method which obtains an equivalent compaction to that produced by a hand roller weighing from 75 to 100 pounds per foot of width. All depressions caused by settlement or rolling shall be filled with additional existing or furnished topsoil and regraded and prepared as specified above until it presents a reasonably smooth and even finish at the required sod sub-grade. B. All sod furnished shall be living sod containing at least 70 percent of thickly matter grasses as specified and free from noxious weeds. C. No broken pads or torn or uneven ends will be accepted. Standard size sections of sod shall be strong enough to support own weight and retain their size and shape when suspended vertically with a firm grasp on the upper 10 percent of the section. Sod shall not be harvested when its moisture content (excessively wet or dry) may adversely affect its survival. D. Sod shall be harvested, delivered, and installed within a period of 36 hours. Sod not installed within this time period shall be subject to inspection and rejection by ENGINEER, and shall be removed from the side and a fresh sod supply shall be furnished at no extra cost to OWNER. E. The topsoil shall not be moist at time of installation; however, it shall contain sufficient moisture so as not be powdery or dusty, both as determined by the supplier's representative. F. The overlapping of existing lawn with new sod along limit of work lines will not be permitted. Sod shall be laid in strips, edge to edge, with the lateral joints staggered. All minor or unavoidable openings in the sod shall be closed with sod plugs or with topsoil, as directed by ENGINEER. However, sod laid with joints determined to be too large shall be lifted and 43-laid as specified herein at no extra cost to OWNER. G. Immediately after the sod is laid, the sod shall be watered thoroughly by hand or mechanical sprinkling until the sod and at least 2-inch of the top soil bed have been thoroughly moistened. H. CONTRACTOR shall be responsible to furnish his own supply of water to the site at no extra cost. If possible, OWNER shall furnish CONTRACTOR, upon request, with a source and supply of water. CONTRACTOR shall apply for temporary meter and pay OWNER for water used at current utility billing rates. However, if OWNER’s water supply is not available or not functioning, CONTRACTOR shall be responsible to furnish adequate supplies at his own cost. All work injured or damaged due to the lack of, or the use of too much water, shall be CONTRACTOR's responsibility to correct. STATE ROAD A1A WATER MAIN 02934-3 SODDING IMPROVEMENTS – PHASE 2 3.02 MAINTENANCE A. Maintain the entire sodded areas until final acceptance at the completion of the Contract. Maintenance shall include watering as specified, weeding and removal of stones which may appear. All bare or dead spots which become apparent shall be properly prepared, limed and fertilized, and resodded at CONTRACTOR's expense as many times as necessary to secure a good growth. In the event that the sod installation is not accepted by ENGINEER, the entire area shall be maintained and cut by CONTRACTOR until final acceptance of the sod installation. B. Take whatever measures are necessary to protect the sod while it is developing. These measures shall include furnishing or warning signs, barriers, or any other necessary measures of protection. END OF SECTION STATE ROAD A1A WATER MAIN 02950 - 1 TREES, PLANTS, AND GROUND COVER IMPROVEMENTS – PHASE 2 SECTION 02950 TREES, PLANTS & GROUND COVER PART 1 - GENERAL 1.01 WORK INCLUDED A. The CONTRACTOR shall furnish all labor, materials, equipment and transportation required to complete the planting as shown on the Drawings, and as specified under this item. B. Trees, plants, and ground cover. C. Topsoil bedding. D. Temporary support. E. Mulching. F. Maintenance service. 1.02 RELATED WORK A. Section 01535: Tree and Plant Protection. B. Section 02260: Finish Grading. C. Section 02934: Sodding. 1.03 QUALITY ASSURANCE A. The CONTRACTOR shall only perform work with personnel experienced in the work required of this Section under direction of a skilled foreman. 1.04 DELIVER, STORAGE AND HANDLING A. Insofar as is practicable plant material shall be planted on the day of delivery. In the event this is not possible the CONTRACTOR shall protect that stock not planted. B. Protect plants at all times from sun or drying winds. Plants that cannot be planted immediately on delivery shall be kept in the shade, well protected with soil, wet moss or other acceptable materials, and shall be kept well watered. Plants shall not remain unplanted for longer than three days after delivery. C. Plants shall not be bound with wire or rope at anytime so as to damage the bark or break branches. Plants shall be lifted and handled from the bottom of the ball only. D. Plants moved with a ball will not be accepted if the ball is cracked or broken before or during planting operations. 1.05 GUARANTEE A. All plants shall be guaranteed by the CONTRACTOR to be in a good, healthy and flourishing condition. The guarantee period shall be for one year from the date of formal STATE ROAD A1A WATER MAIN 02950 - 2 TREES, PLANTS, AND GROUND COVER IMPROVEMENTS – PHASE 2 written acceptance of this section of the contract completed in all respects in accordance with the Drawings and Specifications. B. The CONTRACTOR shall remove and replace, at his expense and within the planting periods herein before specified, all dead plants, all plants not in a vigorous and thriving condition, all plants which are so injured or damaged as to render them unsuitable for the purpose intended. Plants shall be free of dead or dying branches and branch tips, and shall bear foliage of the normal density, size species, variety and size shown on the Drawings and shall be planted, protected, maintained and guaranteed in accordance with the requirements specified for the plants to which the replacements relate. C. The guarantee of all replacement plants shall also be for a period of one year from the date of their acceptance after replacement. If the replacement plant is determined to be unacceptable during the guarantee period, the OWNER may elect subsequent replacement, credit or reimbursement. D. The CONTRACTOR shall not be responsible after planting for such injuries, losses, or damages to plants as are directly and "proximately" caused by acts of God, the public enemy, vandalism, animals, vehicles or fire. PART 2 - PRODUCTS 2.01 PLANTS A. Plants shall be typical of their species and variety; have normal growth habits; well- developed branches, densely foliated; vigorous, fibrous root systems (unless selected by the Landscape Architect for other than normal forms and shapes). B. Plants shall be free from defects and injuries. (Plants shall be certified by the State and Federal authorities to be free from plant diseases and insect infestations). C. Quality and size of plants, spread of roots, and size of balls shall be in accordance with ASA Z60.1-1959, "American Standard for Nursery Stock" as published by the American Association of Nurserymen, Inc. or applicable update of same. D. Plants shall not be pruned before planting. E. Plants shall be freshly dug and nursery grown. Nursery grown plants shall have been transplanted or root pruned at least once in past three years. Plants shall have been grown under climatic conditions similar to those in locality of project, or have been acclimated for at least two years to conditions of locality or project. F. Collected plants must have been grown in favorable locations on subgrade which insures good fibrous roots and vigorous conditions. G. Each bundle of plants and all separate plants shall be properly attached thereto before delivery to project site. Label shall identify plant by name and provide any specific data as to location and arrangement. H. No plants shall be delivered to the project site, except for required samples, until inspection has been made in the field or at the nursery, or unless specifically authorized in writing by the ENGINEER. I. All trees must have straight trunks with a single leader intact. Bark shall be free of abrasion, all fresh cuts over 1-1/4 inch shall have calloused over. STATE ROAD A1A WATER MAIN 02950 - 3 TREES, PLANTS, AND GROUND COVER IMPROVEMENTS – PHASE 2 J. Trees will not be accepted which have had their leaders cut or which have leaders damaged so that cutting is necessary. Trees which have had their tops cut off shall bear no evidence of decayed scars and shall have any cutting showing complete healing of the stem. K. Unless otherwise specified, shade trees shall be free of branches up to six feet, with a single leader well branched, and reasonable straight stems. L. The backfill mixture for plants shall be as follows: 1. One part peat or an approved rotted peat or humus. 2. Two parts approved topsoil, furnished or reused where indicated on the Drawings a continuous planting bed eighteen (18) inches deep containing the backfill mixture shall be constructed in accordance with the Drawings. M. Fertilizer shall be of the complete type and shall be submitted to the ENGINEER only after soil has been tested. N. Mulch: 1. Mulch shall be shredded cypress bark and shall be free from clinkers and blocky pieces. The moisture content shall be 40 percent retained with normal watering or rainfall. The material shall be free of leaves, twigs and other debris. 2. A one cubic yard sample of the material to be furnished shall be spread in place on the site for approval by the ENGINEER. The CONTRACTOR shall not order delivery of the remaining materials until such approval is made. PART 3 - EXECUTION 3.01 PLANTING OPERATIONS A. General: The CONTRACTOR shall be responsible for planting at correct grades and alignment. B. Stake out on the ground locations for plants and outlines of areas to be planted and obtain approval of the ENGINEER before excavation is begun. C. Excavation of Planting Areas: 1. Care - No plant pits shall be dug or prepared until their location is approved by Landscape Architect. Reasonable care shall be exercised to have pits dug and soil prepared prior to moving plants to their respective locations for planting to ensure that they will not be unnecessarily exposed to drying elements or to physical damage. 2. Circular pits with vertical sides shall be excavated for all plants except for hedge and plants specifically designated on the Drawings to be planted in beds. 3. Diameter of pits for balled and burlapped material and bare root material shall be at least one (1) foot greater than the spread of the ball or roots. The depth of all plant pits shall be enough to accommodate the ball or roots and the prepared soil in the bottom of the pit. 3.02 PLANTING METHODS STATE ROAD A1A WATER MAIN 02950 - 4 TREES, PLANTS, AND GROUND COVER IMPROVEMENTS – PHASE 2 A. Set all plants plumb and straight. Set at such a level that, after settlement, a normal or natural relationship of the crown of the plant with the ground surface will be established. Locate plant into the center of the pit. B. When ball, burlapped, and platformed plants are set, first remove platform from pit. Then tamp topsoil carefully under and around base of ball to fill all voids. Remove all burlap, ropes,and wires from sides and tops of balls, but do not remove burlap from under ball. C. Spread out roots of bare rooted plants. Work topsoil carefully in among them. Cut off all broken or frayed roots with a clean cut. D. The roots of B.R. plants, pruned as required, shall be spread out to their approximate natural position. B & B plants place in their wrapped ball shall be so set that after settlement, they will stand at approximately the same depth as in the nursery or field, the soil at the bottom of the hole to be loosened to a depth of three inches and mixed with topsoil. E. The plant hole shall be backfilled with topsoil placed in six inch layers around the roots or ball. Each layer shall be carefully tamped in place in a manner to avoid injury to the roots or ball or disturbing the position of the plant. When approximately two-thirds of the plant hole has been backfilled, the hole shall be filled with water and the soil allowed to settle around the roots. B & B plants shall have the burlap cut away or folded back from the top of the ball before applying the water. Form four inch saucer around the tree and shrub pits. Individual plant pits shall be finished with shoulder of soil mix placed outside rim of pits to form saucer over entire area of pits. On all sloped except minor ones, soil mix shall be formed into an adequate dam or shoulder on downhill side to catch and hold water and avoid erosion and slope on uphill side shall properly regraded to satisfaction of ENGINEER. F. Hedge plants may be planted in a continuous trench 22 inches wide by 22 inches deep instead of separate round pits. Plants shall be evenly spaced true to line and grade after settlement. G. No planting except ground cover and vines shall be placed closer than two feet to pavements or structures. 3.03 PLANT SUPPORT A. General: Trees shall be supported immediately after planting. All trees six inches and over in trunk diameter shall be guyed. Smaller trees shall be staked. Wires shall be encased in hose to prevent direct contact with bark of the tree and shall be placed around the trunk in a single loop. Wires shall be tightened and kept taut by twisting the strands together, or with turn buckles. B. Guying: 1. Guying shall be done with three guys spaced equally about each tree. Each guy shall consist of two strands of wire attached to the tree trunk at an angle of about 60 degrees at about two-fifths of the height of the tree and anchored at the ground either to notched stakes which have been driven into the ground at an angle away from the tree so that the tops of the anchor stakes are below finished grade, or where underground utilities are within four feet or finished grade to deadmen placed at least three feet below finished grade. Lines must be taut. 2. Plants shall stand plumb after staking and guying. Tree Caliper Support Method STATE ROAD A1A WATER MAIN 02950 - 5 TREES, PLANTS, AND GROUND COVER IMPROVEMENTS – PHASE 2 To 1 inch 1 Stake w/one tie 1-2 inches 2 Stakes w/2 ties 2-4 inches 3 Guy wires 3.04 CLEANUP AND FINISH AFTER PLANTING A. During course of planting, excess and waste materials shall be continuously and promptly removed, lawn areas kept clear and all reasonable precautions taken to avoid damage to existing structures, plants and grass. B. When planting in an area has been completed, the area shall be thoroughly cleaned up. Debris, rubbish, subsoil and waste materials shall be cleaned up and removed from the property. C. Existing grass areas which have been injured by the work shall be regraded and sodded or seeded; and the entire area, when completed, shall be neat and clean to the satisfaction of the ENGINEER. D. In the event that "Plant Operations" are executed after the lawns have been installed, the attention of the CONTRACTOR is called to the paragraph "Protection" following. E. Protection: CONTRACTOR shall protect all plants and lawns from damage at all times. The moving of heavy equipment or materials over the lawn areas shall be done on planks or pontoons. F. All pavements, sodded and planted areas, structures and substructures not specifically provided for in the Contract disturbed by the CONTRACTOR during the execution of the Work shall be restored by the CONTRACTOR, in a manner satisfactory to the ENGINEER, to their original conditions at no cost to the OWNER. 3.05 MAINTENANCE A. General: 1. Maintenance shall begin when project commences and continue only until substantial completion and written provisional acceptance. 2. Planting maintenance shall include all necessary watering, cultivation, weeding, pruning, wound dressing, disease and insect pest control, protective spraying, replacement of unacceptable materials, straightening plants which lean or sag, adjustment of plants which settle or are planted too low, and any other procedure consistent with good horticultural practice necessary to insure normal, vigorous and healthy growth of all Work under this Contract. 3. The CONTRACTOR shall be responsible for the use of all materials, labor and equipment, and any injury to plant materials, caused by such material. Labor and equipment shall be corrected and repaired by the CONTRACTOR at no expense to the OWNER. 4. Watering: Water plant material other than sod. The quantity of water applied at one time shall be sufficient to penetrate the soil to a minimum depth of eight inches at a rate which will prevent saturation of the soil. 5. Weeding: Keep all planting areas free from weeds and undesirable grasses by a method and by materials approved by the ENGINEER. 6. Disease and Insect Pest Control: Inspect all plant materials at least once a month to locate any disease or insect pest infestations. Upon the discovery of any disease or insect pest infestation, identify or have identified, the nature or species of the infestation and submit the proposed method of control to the ENGINEER for approval prior to application of control measures. STATE ROAD A1A WATER MAIN 02950 - 6 TREES, PLANTS, AND GROUND COVER IMPROVEMENTS – PHASE 2 7. Guys and Stakes: The CONTRACTOR shall maintain guys and stakes. This shall include but not be limited to adjusting and replacing turnbuckles as necessary and repairing or replacements of accessories when required. END OF SECTION DIVISION 3 CONCRETE STATE ROAD A1A WATER MAIN 03300 - 1 CONCRETE IMPROVEMENTS – PHASE 2 SECTION 03300 CONCRETE PART 1 - GENERAL 1.01 WORK INCLUDED A. This section covers all work necessary for providing, testing and placing ready mix concrete. B. See GENERAL CONDITIONS which contain information and requirements which apply to the Work specified herein and are mandatory for this project. 1.02 REFERENCE STANDARDS, CODES AND SPECIFICATIONS A. ACI 214 "Recommended Practice for Evaluation of Compressive Test Results of Field Concrete". B. ACI 318 "Building Code Requirement for Reinforced Concrete". C. ASTM C31 "Standard Method for Making and Curing Concrete Compressive and Flexure Test Specimens in the Field". D. ASTM C33 "Standard Specification for Concrete Aggregates". E. ASTM C94 "Standard Specification for Ready-Mix Concrete". 1.03 SUBMITTALS A. Submittals shall be in accordance with the GENERAL CONDITIONS and shall include the following: 1. Concrete mix designs and trial mix laboratory reports. 2. Manufacturer's certification of admixtures. 3. CONTRACTOR's schedule and sequence of placement. 4. All Test Results. 5. Drawings showing locations of construction joints. 1.04 QUALITY ASSURANCE A. Submit certificates of mill reports on all foreign cements for review by ENGINEER before batching concrete. B. Secure the services of a reputable manufacturer for counseling regarding the use of any specified admixture, as required. STATE ROAD A1A WATER MAIN 03300 - 2 CONCRETE IMPROVEMENTS – PHASE 2 C. The ENGINEER shall have access to and have the right to inspect all batch plants, cement mills, and supply facilities of suppliers, manufacturers, subcontractors, and contractors providing products included in these Specifications. Batch plants shall have current certification that all weighing scales have been tested and are within the tolerances as set forth in the National Bureau of Standards Handbook No. 44. 1.05 CERTIFICATION A. Submit batch delivery tickets to the ENGINEER in compliance with and in accordance to ASTM C94. 1.06 TESTING A. Performed by an acceptable Engineering Laboratory at OWNER's expense. CONTRACTOR shall assist in the collection of samples. Any retests shall be within the Scope of the Contract. B. Criteria: 1. Each test: not less than 5 cylinders; retain one after 28 days. 2. One test for every 50 consecutive cubic yards of concrete cast. 3. Furnish ENGINEER with 4 certified copies of tests made of 2 at 7 days, and 2 at 28 days. C. Questionable strength of in-place concrete: 1. Additional tests may be ordered by the ENGINEER. 2. Execute the core tests in accordance with ASTM C42 procedure. 3. Costs of additional tests showing strength of in-place concrete conforming to design criteria are the responsibility of the OWNER. 4. Costs of additional tests showing noncompliance with the design criteria are the responsibility of the CONTRACTOR. 5. Additional items at CONTRACTOR's expense: a. Provide load tests as directed by the ENGINEER. b. Reinforce structure as directed or remove and replace all under strength concrete structure in place. PART 2 - PRODUCTS 2.01 MATERIALS A. Cement 1. Portland cement Type I or Type II conforming to ASTM C 150. In addition, the tricalcium aluminate content of Type I cement shall not exceed 12 percent. STATE ROAD A1A WATER MAIN 03300 - 3 CONCRETE IMPROVEMENTS – PHASE 2 2. Type I or Type II cement, at the CONTRACTOR's option, may be used for nonhydraulic structures, slabs on grade, sidewalks, thrust blocks and miscellaneous. 3. Type II cement or Type I cement, in combination with pozzolan (fly ash) as hereinafter specified, shall be used for all precast sanitary structures. B. Water: potable, salt free. C. Fine Aggregate: salt free and clean, conforming to ASTM C33. D. Coarse Aggregate: salt free and clean, conforming to ASTM C33. E. All Aggregate: quarried/mined in fresh water only. 2.02 MIXES A. Slab on Grade, Thrust Blocks, sidewalks and Miscellaneous Cast-In-Place 1. 28 day compressive strength: 3000 psi 2. Minimum cement content: 5 ½ bags per cubic yard. 3. Admixture: As required below, use only specified product. 4. Slump: 2 to 3 inches. 5. Air Content: (ASTM C231): 4 to 6 percent. B. Precast concrete: 1. 28 day compressive strength: 4000 psi, minimum, or as illustrated on the Drawings. 2. Minimum cement content for 4000 psi concrete: 6 bags per cubic yard. 3. Admixture: As required below, use only specified products. C. Flowable Fill 1. Cement: 200 lbs/Cy. 2. Pozzolan (Flyash): 0 to 600 lbs/Cy. 3. Fine Aggregate: 2750 lb/Cy. 4. Water: 500 lbs/Cy. (maximum) 2.03 ADMIXTURES A. Provide air-entraining admixture in all concrete. Admixture shall conform to ASTM C 260, except it shall be nontoxic after 30 days and shall contain no chlorides. Furnish manufacturer's compliance statement for these requirements. B. All concrete shall contain a water-reducing admixture. The admixture shall conform to ASTM C 494, Type A or Type D, except it shall contain no chlorides, shall be nontoxic STATE ROAD A1A WATER MAIN 03300 - 4 CONCRETE IMPROVEMENTS – PHASE 2 after 30 days, and shall be compatible with the air-entraining admixtures. The amount of admixture added to the concrete shall be in accordance with the manufacturer's recommendations. Furnish a compliance statement that the admixture used satisfies all requirements of this Specification. C. The pozzolan to be used in combination with Type I cement, as previously specified, shall be Class C or Class F fly ash conforming to ASTM C 618-78. Furnish test data confirming that the fly ash in combination with the cement to be used meets all strength requirements, is compatible with air-entraining agents and other additives, and provides increased sulfate resistance equivalent to or better than Type II cement. 2.04 CURING COMPOUNDS A. Normal placement without special finish; approved products: 1. Master Builders Company: "Masterseal". 2. Sonneborn-Contech: "Kure-N'Seal". 2.05 DEFORMED REINFORCING BARS A. ASTM A615: "Standard Specification for Deformed and Plain Billet-Steel Bars for concrete Reinforcement". 1. Grade: 60 2. Minimum yield strength: 60,000 psi. B. Sizes shall be as indicated on the Drawings. 2.06 WELDED WIRE FABRIC A. Welded wire fabric shall conform to ASTM A185. 2.07 ACCESSORIES A. Tie wires shall be 16-gauge, black, soft-annealed wire. B. Bar supports shall be of proper type for use intended. Bar supports in beams and slabs exposed to view after stripping shall be galvanized or plastic coated. Use concrete supports for reinforcing in concrete placed on grade. PART 3 - EXECUTION 3.01 EXAMINATION A. Place no concrete until all reinforcing steel, pipes, inserts, sleeves, etc., have been set in place and reviewed by the ENGINEER. Notify the ENGINEER of scheduled pours 24 hours prior to placement. STATE ROAD A1A WATER MAIN 03300 - 5 CONCRETE IMPROVEMENTS – PHASE 2 3.02 PLACING A. Place concrete expeditiously in clean forms that are not hot to the touch; spray forms with water just prior to placing concrete. Before placing concrete directly against earth, install vapor barrier to prevent water absorption, secure reinforcement in position, inspect, and approve before placing concrete. Do not rest runways for transporting concrete on the reinforcing steel. Deposit concrete as nearly as practical in final position; and, do not allow concrete to drop freely more than 5 feet. Place all concrete during daylight, unless otherwise authorized. Where reinforcing steel above the top of the cast is coated with concrete while placing below, remove all concrete from such reinforcing steel after the placing is complete and prior to the next cast. B. Place slabs-on-grade carefully to avoid damages to the vapor barrier. C. Concrete shall not be placed in the rain or when it looks as if it is going to rain unless specifically authorized by the ENGINEER. 3.03 CONSOLIDATION A. Consolidate concrete in layers by internal vibrating equipment, supplemented by hand rodding and tamping as required. Do not use vibrators to move the concrete laterally inside the forms. B. Maintain internal vibrators at speed of at least 5000 impulses per minute when submerged in concrete. Maintain at least 1 spare vibrator in working condition at site at all times. C. Limit duration of vibration to time necessary to produce satisfactory consolidation without causing segregation. In no case more than 15 seconds per square foot of exposed surface. Move the vibrator constantly and place in each specific spot only once. 3.04 JOINTS A. Construction joints: 1. Locate as illustrated on the Drawings and as reviewed by the ENGINEER for slabs. 2. Key joints. B. Expansion Joints. Place pre-formed expansion joints as indicated on the Drawings. 3.05 CURING A. Begin curing of concrete as soon as practicable after placing, but not more than 3 hours thereafter. B. Begin curing of the structural elements immediately after removal of forms. C. Apply curing compounds as specified. STATE ROAD A1A WATER MAIN 03300 - 6 CONCRETE IMPROVEMENTS – PHASE 2 3.06 FINISHES A. Formed surfaces: 1. Patching: immediately after stripping forms, patch all defective areas with mortar similar to the concrete mix; but, without coarse aggregate. Patch minor honeycombs, bulges and other minor defects as designed by the ENGINEER, only where exposed to view. Clean, dampen, and fill all the holes with patching mortar. a. Major defective areas, as judged by the ENGINEER, including those resulting from the leakage of forms, excessive honeycombs, large bulges, and large offsets at form joints: chip away to a depth of at least 1/4 inch; and, the surfaces that are to be patched coat with an epoxy- polysulfide adhesive. Press patching mortar in for a complete bond and finish to match adjacent areas. b. Minor defective areas, as judged by the ENGINEER, including honeycombs, air bubbles, holes resulting from removal of ties and those resulting from leakage of forms: patch with grout without resorting to chipping. Minor bulges and offsets at form joints: finish as specified herein below. 2. Finishes; locations: a. Rough or board finish: for all concrete surfaces not exposed to public view. 3. Finishes; definitions: a. Rough or board finish: reasonably true to line and plane. Tie holes and defects patched, and the fins exceeding ¼ inch rubbed down, otherwise, surfaces may be left with texture imparted by forms. B. Unformed surfaces (flatwork): 1. Finishes: a. General: grade and screed slab to exact elevation, as required. After screeding, tamp mixture thoroughly to drive the coarse aggregate down from surfaces and apply finish specified hereinafter. b. Broom finish: slab on grade. 2. Finishes; definition: a. Broom finish: finish with street type broom as soon as surface water sheen has disappeared. 3.07 FIELD QUALITY CONTROL A. Only ready mixed concrete in accordance with ASTM C94 will be accepted. B. Place all concrete within 1-1/2 hours after introduction of water to mix. C. Under no circumstances may additional water be added to mix. D. Discard unused concrete older than 1-1/2 hours. Retempering is prohibited. STATE ROAD A1A WATER MAIN 03300 - 7 CONCRETE IMPROVEMENTS – PHASE 2 END OF SECTION APPENDIX A PBCHD Water Main Permit APPENDIX B FDOT Utility Permit Rule 14-46.001 F.A.C. Page 1 of 3 FLORIDA DEPARTMENT OF TRANSPORTATION December 14, 2016UTILITY PERMIT PERMIT NO:__________________________________ STATE ROAD INFORMATION County:Section:State Road No:Beginning Mile Post:Ending Mile Post: APPLICANT INFORMATION The Utility Agency Owner (UAO) shall be identified in this Applicant Information Box. When the UAO is a City or County and desire s to have the Utility Builder make a joint permit applicant, as prescribed in Section 2.1(4) of the 2017 Utility Accommodation Manual (UAM), the Utility Builder shall also be identified in this Applicant Information Box. A Utility Builder alone cannot apply for a utility permit without the City or County adding them as a joint applicant. Utility Agency/Owner (UAO) Utility Builder (only applicable when the UAO is a City or County) Name: _____________________________________ Name: ______________________________________ Contact Person: _____________________________________ Contact Person: ______________________________________ Address: _____________________________________ Address: ______________________________________ City: _____________________________________ City: ______________________________________ State: _____ State: _____ Zip: _________ Zip: _________ Telephone: _____________________________________ Telephone: ______________________________________ Email: ____________________________________ Email: ______________________________________ WORK DESCRIPTION The Applicant(s) requests permission from the Florida Department of Transportation (FDOT) to construct, operate, and maintain the utilities as described below and as depicted in the incorporated documentation. _____________________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________________ ____________________________________________________________________________________________________________________________ Utility Work No: ___________________________ Additional sheets are attached and are incorporated into this permit Yes No For FDEP certification, the FDOT agency report is attached in accordance with UAM Section 2.4.1 (13) Yes No TRAFFIC CONTROL (TCP) The TCP will comply with the following 600 series index(es) ________________________________________________________________________ A TCP has been attached and incorporated into this permit application in compliance with UAM Section 2.4.2. MOT Technician’s contact information (may be supplied at the two (2) business day notification to FDOT): Name: ________________________________ Telephone ________________________ Email: _______________________________ COMMENCEMENT OF WORK The UAO and/or Utility Builder shall commence actual construction in good faith within sixty (60) calendar days after approva l of the permit application. If the beginning date is more than sixty (60) calendar days from the date of approval, the UAO and/or Utility Builder must review the permit with the FDOT Approving Engineer listed to make sure no changes have occurred to the transportation facility that would affect the permit’s continued approval. The UAO and/or Utility Builder shall make good faith efforts to expedite the work and complete the work within the calendar days indicated. Anticipated Start Date: ___________________ Calendar days needed to completed: ________ Palm Beach 5612765116 Florida SR A1A 365 Town Of Gulf Stream 3/1/2020 12.711 100 Sea Road 602, 601 4 33483 Install a new 12-inch PVC C900 water main along State Road A1A to replace an existing 6-inch asbestos concrete pipe. Install a new 8-inch PVC C900 water main along Sea Road, County Road, State Road A1A (North) and Little Club Road to replace an existing 6-inch asbestos concrete pipe. The existing water mains are nearing the end of their useful service life. New fire hydrants will be installed at 500 LF intervals along the alignment of the new water mains. The Town of G ... (see work description cont. page) 2019-H-496-00791 93060000 Town Of Gulf Stream Gulf Stream 4 gdunham@gulf-stream.org 4 12.711 Approved 2019-H-496-00791 Brett Drouin 1/21/2020 Rule 14-46.001 F.A.C. Page 2 of 3 Florida Department of Transportation UTILITY PERMIT December 14, 2016 PERMIT NO:_________________________________ APPLICANT SIGNATURE By the below signature(s) the UAO and/or Utility Builder agree(s) to construct, operate, and maintain the work as noted in th e above Work Description, shown in plans and incorporated documents, in compliance with the UAM, all instructions noted in the FDOT Special Instructions Box, and special instructions incorporated into this permit. The UAO and/or Utility Builder declares, the location of all existing utilities t hat it owns or has an interest in, both aerial and underground, are accurately shown on the plans of the work areas. In accordance with UAM Section 2.8, the UAO and/or Utility Builder further declares that a letter of notification was delivered to the owners of other facilities within the work areas and that those listed below are the only facility owners known to be involved or potentially impacted by the proposed work. Date Notified: Name of other facility owners (attach additional sheets if necessary). _____________ __________________________________________________________________________________________________ _____________ __________________________________________________________________________________________________ _____________ __________________________________________________________________________________________________ _____________ __________________________________________________________________________________________________ _____________ __________________________________________________________________________________________________ Utility Agency/Owner Utility Builder (when applicable) Signature: ____________________________ Date: ________________ Signature:___________________________ Date: _______________ Name (printed): _____________________________________________ Name (printed): __________________________________________ Title: ______________________________________________________ Title: ___________________________________________________ FDOT PROJECT INFORMATION Pursuant to UAM Section 2.1(10), the utility work is within FDOT projects listed below and must have a Utility Work Schedule for each project approved prior to commencement of work within the FDOT project limits: _____________________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________________ FDOT SPECIAL INSTRUCTIONS In accordance with UAM Section 2.7, FDOT incorporates the below and attached special instructions into this permit. _____________________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________________ Additional FDOT Special Instructions are attached and incorporated into this permit. Yes No PERMIT APPROVAL By signature below, FDOT gives permission to the UAO and /or Utility Builder to construct, operate, and maintain the utilities indicated in this Utility Permit in compliance with the UAM, all incorporated documents, and special instructions. Any changes to the approved work must be ap proved by the FDOT’s Approving Engineer and attached and incorporated into this permit in accordance with UAM Section 2.11. Approving Engineer: _____________________________________________ Date: _______________ Name: _____________________________________________ Title:______________________________________________ Notification of Utility Work to be provided to: Telephone _____________________ or Email: _____________________________ An FDOT Representative is required to be present on the worksite prior to commencement of work. Yes No Rep. Name: _____________________________ Telephone _____________________ Email: _____________________________ 1/21/2020 SEE ATTACHMENT 'A' 12/10/2019 (561) 370-1139 ext. ______brett.drouin@dot.state.fl.us Brett Drouin 4 Brett Drouin (digital signature) sdolan@louisberger.com GREGORY DUNHAM (digital signature) AT&T5/2/2019 Comcast5/2/2019 Crown Castle Fiber5/2/2019 FP&L5/2/2019 Florida Public Utilities5/2/2019 GREGORY DUNHAM 2027341736 4 Shawn Dolan MAINTENANCE MANAGER/PERMITS 2019-H-496-00791 There are NO FDOT constructions (proposed or underway). This work is NOT related to an approved Utility Work Schedule. Approved 2019-H-496-00791 Brett Drouin 1/21/2020 Rule 14-46.001 F.A.C. Page 3 of 3 Florida Department of Transportation UTILITY PERMIT December 14, 2016 PERMIT NO:_________________________________ CERTIFICATION I, the undersigned UAO and/or Utility Builder, hereby CERTIFY that the utilities were constructed and inspected in compliance with the UAM all incorporated documents, and special instructions. Pursuant to UAM Section 2.1 1, all changes have been approved by the FDOT’s Approving Engineer and incorporated into this permit along with all other material certifications, test results, bore logs, approved plans changes, as -built plans or other required documentation. I also CERTIFY that work began on ________________ and was completed on ________________ an d that the area was left in as good or better condition than when the work began. Utility Agency/Owner Utility Builder (when applicable) Signature: ____________________________ Date _________________ Signature:___________________________ Date ________________ Name (printed): _____________________________________________ Name (printed): ____________________________________________ Title: ______________________________________________________ Title: ____________________________________________________ FINAL INSPECTION OF WORK The work was inspected and found to be in non-compliance as noted below: ________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________ All issues of non-compliance listed above have been brought into compliance and/or FDOT has no outstanding issues that need to be addressed by the UAO and/or Utility Builder. However, this final inspection does not release the UAO and/or Utility Builder of their continuing responsibilities pursuant to Rule 14-46.001, the UAM, all incorporated documents, and special instructions. FDOT Inspector: _____________________________________________ Date: _______________ Name: _____________________________________________ Title: ______________________________________________ 2019-H-496-00791 Approved 2019-H-496-00791 Brett Drouin 1/21/2020 PERMIT NO.: The complete Work Description could not fit in the space allotted on Page 1 of the Utility Permit so it is displayed below. Work Description work description continuation page 2019-H-496-00791 Install a new 12-inch PVC C900 water main along State Road A1A to replace an existing 6-inch asbestos concrete pipe. Install a new 8-inch PVC C900 water main along Sea Road, County Road, State Road A1A (North) and Little Club Road to replace an existing 6-inch asbestos concrete pipe. The existing water mains are nearing the end of their useful service life. New fire hydrants will be installed at 500 LF intervals along the alignment of the new water mains. The Town of Gulf Stream is built out, the project will not provide water to any future development. Interconnects to existing water mains will be made at Golfview Drive, Lakeview Drive, Sea Road and Little Club Road. Approved 2019-H-496-00791 Brett Drouin 1/21/2020 STATE ROAD A1A WATER MAIN IMPROVEMENTS - PHASE 2100% DESIGN SETTOWN OF GULF STREAMdecember, 2019PROJECTLIMITST OW N OFGULFSTREAM1925477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795Approved2019-H-496-00791Brett Drouin1/21/2020 STATEMENT OF PURPOSE:TOPOGRAPHIC SURVEYFOR: BAXTER WOODMAN, INC.THIS IS NOT A BOUNDARY SURVEYREPORT OF SURVEY:SURVEY TREE LEGEND:SURVEY SYMBOL LEGEND:100% DESIGN477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795Approved2019-H-496-00791Brett Drouin1/21/2020 C-1C-2STATE ROAD A1AGOLFVIEW DRLAKEVIEW DRC-3C-4BANYAN RDSTATE ROAD A1ASEA RDCOUNTY RDSTATE ROAD A1ALITTLE CLUB RDC-5C-6C-7C-8C-9C-10C-11C-12C-14C-13C-11COUNTY RDC-15MATC H L I N E S E E B E L O W MATCHLINE SEE ABOVE 100% DESIGN477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795N O R T HApproved2019-H-496-00791Brett Drouin1/21/2020 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1372+0073+0074+0071+0020'05'10'2'01'75+00N O R T H100% DESIGN477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-317952046810121420468101214Approved2019-H-496-00791Brett Drouin1/21/2020 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1377+0078+0079+0076+0020'05'10'2'01'204-2680+00100% DESIGN477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795N O R T H81012204-2681012Approved2019-H-496-00791Brett Drouin1/21/2020 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1382+0083+0084+0081+0020'05'10'2'01'204-2-4685+00N O R T H100% DESIGN477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795810204-2-46810Approved2019-H-496-00791Brett Drouin1/21/2020 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1387+0088+0089+0086+0020'05'10'2'01'204-2-4690+00N O R T H100% DESIGN477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795810204-2-46810Approved2019-H-496-00791Brett Drouin1/21/2020 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1392+0093+0094+0091+0020'05'10'2'01'95+00100% DESIGN477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795N O R T H2042-468102042-46810Approved2019-H-496-00791Brett Drouin1/21/2020 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1397+0098+0099+0096+0020'05'10'2'01'100+00N O R T H100% DESIGN477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-317954260-28-4104260-28-410Approved2019-H-496-00791Brett Drouin1/21/2020 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-13102+00103+00104+00101+0020'05'10'2'01'105+00100% DESIGN477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795N O R T H204-268101214204-268101214Approved2019-H-496-00791Brett Drouin1/21/2020 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-13117+00118+00115+0020'05'10'2'01'81012100% DESIGN477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795N O R T H14161820681012141618206116+00N O R T H Approved2019-H-496-00791Brett Drouin1/21/2020 FILL & FLUSH DETAIL PW 1.1WATER MAIN & SEWER CONFLICT DETAIL PW 2.1TYPICAL GATE VALVE 4" THRU 12" DETAIL PW 3.1CAST IRON VALVE BOXES, TWO-PIECE PW 3.2VARIABLE 92 7 5/87 3/86 3/81 1/27 3/166 3/4VARIABLE 3/8 6 1/2 1 1/2 5 3/45 1/47 5/1675 3/410 1/481 1/2 2 1 1/2 5 1/45 3/418 or 24 1/44 1/4 8 1/872 3/81/224 1 1/2 1/45 3/45 1/4ITEMITEMINCREASEHEIGHTWT.602435251458WT.HEIGHTINCREASEITEM591830131/2WT.SKIRT461-S19-2260WT.BOX COMPLETEEXTENSION ININCHESTOP SECTION W/LIDWT.LENGTH1035LENGTHWT.BOTTOM2515PIECESPER PKG.243535107027-32462-S....20562-S27-378016453524304045168533-43563-S2020564-S39-5090164545363040652610536-52662-S2020664-S39-6011026654536**4870652613551-71666-S2020668-S62-82145266580**60113132**MAY BE FURNISHED IN TWO PIECES SCREWED TOGETHER TOMAKE THE LENGTH REQUIRED.THESE EXTENSIONS ALSOFIT SERIES 6860 THREE-PIECE VALVE BOXES.TYPICAL FIRE HYDRANT INSTALLATION PW 5.1BOLLARD DETAIL PW 5.2TYPICAL SAMPLE POINT PW 7.1TYPICAL SERVICE CONNECTION DETAIL PW 9.1aPRESSURE PIPE NOTES PP 1.1 TYPICAL BUTTERFLY VALVE SETTING 100% DESIGN477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795Approved2019-H-496-00791Brett Drouin1/21/2020 CONCRETE THRUST BLOCK AT PLUG DETAILAACONCRETE DRIVEWAY APRON DETAIL RT 9.1PAVEMENT JOINT DETAIL RT 7.1PRESSURE PIPE CONFLICT DETAIL PP 3.1PAVEMENT REPAIR DETAIL FOR TOWN ROADS GU 1.1TYPICAL TRENCH DETAIL GU 2.1MECHANICAL THRUST RESTRAINT - MINIMUM PIPE LENGTHSASPHALT DRIVEWAY APRON DETAIL RT 9.2PIPE GROUTING DETAILTYPICAL WATER MAIN AIR RELEASE VALVE DETAILALTERNATE OFFSET CONFIGURATION100% DESIGN477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795Approved2019-H-496-00791Brett Drouin1/21/2020 PAVEMENT MARKING SPECIFICATIONS DETAIL RT 8.1aDETAIL RT 10.1PAVER BRICK SECTION PAVER DRIVEWAY APRON TYPICAL DETAIL RT10.2INLET FILTER DETAIL D 8.1SILT FENCE INSTALLATION DETAIL D 9.1aSILT FENCE INSTALLATION DETAIL D 9.1b4" 2'-0" MIN.1'-0"4"WATER PRESSURE TEST CRITERIA100% DESIGN477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795Approved2019-H-496-00791Brett Drouin1/21/2020 Intersection of SR A1A and Golfview Drive (Looking North) Intersection of SR A1A and Lakeview Drive (Looking North) Approved 2019-H-496-00791 Brett Drouin 1/21/2020 Intersection of SR A1A and Banyan Road (Looking North) Intersection of SR A1A and Sea Road (Looking North) Approved 2019-H-496-00791 Brett Drouin 1/21/2020 Intersection of SR A1A and County Road (Looking North) Intersection of SR A1A and Little Club Road (Looking North) Approved 2019-H-496-00791 Brett Drouin 1/21/2020 Approved 2019-H-496-00791 Brett Drouin 1/21/2020 Approved 2019-H-496-00791 Brett Drouin 1/21/2020 Approved 2019-H-496-00791 Brett Drouin 1/21/2020 Approved 2019-H-496-00791 Brett Drouin 1/21/2020 Approved 2019-H-496-00791 Brett Drouin 1/21/2020 Approved 2019-H-496-00791 Brett Drouin 1/21/2020 STATE ROAD A1A WATER MAIN IMPROVEMENTS - PHASE 2TOWN OF GULF STREAMJULY, 2020PROJECTLIMITST OW N OFGULFSTREAM1925477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795as-bid SET(issued for construction) STATEMENT OF PURPOSE:TOPOGRAPHIC SURVEYFOR: BAXTER & WOODMAN, INC.THIS IS NOT A BOUNDARY SURVEYREPORT OF SURVEY:SURVEY TREE LEGEND:SURVEY SYMBOL LEGEND:CONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795 C-1C-2STATE ROAD A1AGOLFVIEW DRLAKEVIEW DRC-3C-4BANYAN RDSTATE ROAD A1ASEA RDCOUNTY RDSTATE ROAD A1ALITTLE CLUB RDC-5C-6C-7C-8C-9C-10C-11C-12C-14C-13C-11COUNTY RDC-15MATC H L I N E S E E B E L O W MATCHLINE SEE ABOVE CONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795N O R T H C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1372+0073+0074+0071+0020'05'10'2'01'75+00N O R T HCONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-317952046810121420468101214 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1377+0078+0079+0076+0020'05'10'2'01'204-2680+00CONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795N O R T H81012204-2681012 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1382+0083+0084+0081+0020'05'10'2'01'204-2-4685+00N O R T HCONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795810204-2-46810 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1387+0088+0089+0086+0020'05'10'2'01'204-2-4690+00N O R T HCONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795810204-2-46810 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1392+0093+0094+0091+0020'05'10'2'01'95+00CONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795N O R T H2042-468102042-46810 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1397+0098+0099+0096+0020'05'10'2'01'100+00N O R T HCONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-317954260-28-4104260-28-410 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-13102+00103+00104+00101+0020'05'10'2'01'105+00CONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795N O R T H204-268101214204-268101214 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-134+005+006+003+0020'05'10'2'01'42608N O R T H CONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-3179510121442608101214 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1312+0013+0014+0011+0020'05'10'2'01'8101210+00N O R T HCONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795146428101214642N O R T H C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1316+0017+0018+0015+0020'05'10'2'01'19+00CONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795N O R T H222024181614122628108222024181614122628108 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1321+0020+0020'05'10'2'01'CONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795N O R T H21+4022+00N O R T H 2018161412201822161412242621+4020182216141224262828101010864201816141210864 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-13117+00118+00115+0020'05'10'2'01'81012CONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795N O R T H14161820681012141618206116+00N O R T H C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1321+0022+0023+0020'05'10'2'01'4260-2-4-6820+00N O R T H CONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-317954260-2-4-68 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1326+0027+0028+0025+0020'05'10'2'01'8610420-224+00N O R T H CONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795-48610420-2-4 C-1C-2C-3C-4C-5C-6C-7C-8 C-9C-10C-11C-11 C-12C-15 C-14 C-1331+0030+0020'05'10'2'01'86101229+00N O R T H CONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-3179514161848610121416184N O R T H FILL & FLUSH DETAIL PW 1.1WATER MAIN & SEWER CONFLICT DETAIL PW 2.1TYPICAL GATE VALVE 4" THRU 12" DETAIL PW 3.1CAST IRON VALVE BOXES, TWO-PIECE PW 3.2VARIABLE 92 7 5/87 3/86 3/81 1/27 3/166 3/4VARIABLE 3/8 6 1/2 1 1/2 5 3/45 1/47 5/1675 3/410 1/481 1/2 2 1 1/2 5 1/45 3/418 or 24 1/44 1/4 8 1/872 3/81/224 1 1/2 1/45 3/45 1/4ITEMITEMINCREASEHEIGHTWT.602435251458WT.HEIGHTINCREASEITEM591830131/2WT.SKIRT461-S19-2260WT.BOX COMPLETEEXTENSION ININCHESTOP SECTION W/LIDWT.LENGTH1035LENGTHWT.BOTTOM2515PIECESPER PKG.243535107027-32462-S....20562-S27-378016453524304045168533-43563-S2020564-S39-5090164545363040652610536-52662-S2020664-S39-6011026654536**4870652613551-71666-S2020668-S62-82145266580**60113132**MAY BE FURNISHED IN TWO PIECES SCREWED TOGETHER TOMAKE THE LENGTH REQUIRED.THESE EXTENSIONS ALSOFIT SERIES 6860 THREE-PIECE VALVE BOXES.TYPICAL FIRE HYDRANT INSTALLATION PW 5.1BOLLARD DETAIL PW 5.2TYPICAL SAMPLE POINT PW 7.1TYPICAL SERVICE CONNECTION DETAIL PW 9.1aPRESSURE PIPE NOTES PP 1.1 TYPICAL BUTTERFLY VALVE SETTING CONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795 CONCRETE THRUST BLOCK AT PLUG DETAILAACONCRETE DRIVEWAY APRON DETAIL RT 9.1PAVEMENT JOINT DETAIL RT 7.1PRESSURE PIPE CONFLICT DETAIL PP 3.1PAVEMENT REPAIR DETAIL FOR TOWN ROADS GU 1.1TYPICAL TRENCH DETAIL GU 2.1MECHANICAL THRUST RESTRAINT - MINIMUM PIPE LENGTHSASPHALT DRIVEWAY APRON DETAIL RT 9.2PIPE GROUTING DETAILTYPICAL WATER MAIN AIR RELEASE VALVE DETAILALTERNATE OFFSET CONFIGURATION"LEAD FREE"BRASS (TYP)UNIONVAL-MATICFLOODSAFE INFLOWPREVENTER (#1300)MIN. 6" CLEAR CONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795 PAVEMENT MARKING SPECIFICATIONS DETAIL RT 8.1aDETAIL RT 10.1PAVER BRICK SECTION PAVER DRIVEWAY APRON TYPICAL DETAIL RT10.2INLET FILTER DETAIL D 8.1SILT FENCE INSTALLATION DETAIL D 9.1aSILT FENCE INSTALLATION DETAIL D 9.1b4" 2'-0" MIN.1'-0"4"WATER PRESSURE TEST CRITERIACONSTRUCTION477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401Phone: 561-655-6175 Fax: 561-655-6179www.baxterwoodman.com EB-31795 -FRO, FOSTER MARINE CONTRACTORS, INC. 3180 FAIRLANE FARMS ROAD, SUITE I WELLINGTON, FLORIDA 33414 561-683-0034 PHONE SEALED BID FOR: STATE ROAD Al A WATER MAIN I M PROVEMENTS PHASE 2 Town of Gulf Stream 100 Sea Road Gulf Stream, FL 33483 Sin OPENING: March 18, 2020 Q 2:00_Qm Addendums -1, 2 Demand Star - Electronic Bid INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS. Terms used in these Instructions to Bidders and the Notice Inviting Bids which are defined in the General Conditions have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid directly to OWNER, as distinct from a sub -bidder, who submits a Bid to a Bidder. 2. COMPETENCY OF BIDDERS. In selecting the Bidder deemed to be in the best interest of the Town of Gulf Stream consideration will be given not only to the financial standing but also to the general competency of the Bidder for the performance of the WORK covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "INFORMATION REQUIRED OF BIDDER," bound herein. No Bid for the WORK will be accepted from a contractor who does not hold a valid contractor's license in the State and County where the WORK is to be performed (if required by the State and County) applicable to the type of work bid upon at the time of opening Bids. 3. DISQUALIFICATION OF BIDDERS. More than one bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. .If the OWNER believes that any Bidder is interested in more than one Bid for the WORK contemplated, all Bids in which such Bidder is interested will be rejected. If the OWNER believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1 It is the responsibility of each Bidder before submitting a Bid, to: (a) Examine the Contract Documents thoroughly (b) Visit the site to become familiar with local conditions that may affect cost, progress, or performance of the WORK, (c) Consider federal, state and local Laws and Regulations that may affect cost, progress, or performance of the WORK, (d) Study and carefully correlate the Bidder's observations with the Contract Documents, and (e) Notify the ENGINEER of all conflicts, errors, or discrepancies in the Contract Documents. 4.2 Not Used 4.3 Not Used 4.4 Information and data reflected in the Contract Documents with respect to Underground Utilities at or contiguous to the site is based upon information and data furnished to the OWNER and the ENGINEER by the owners of such underground utilities or others, and the OWNER does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Agreement or Contract Documents. 4.6 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Utilities and other physical Page A-2 conditions, and possible changes in the Contract Documents due to differing conditions appear in the Agreement. 4.6 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests, and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress or performance of the WORK and which the Bidder deems necessary to determine its Bid for performing the WORK in accordance with the time, price, and other terms and conditions of the Contract Documents. 4.7 On request in advance, the OWNER will provide each Bidder access to the site to conduct such explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and shall clean up and restore the site to its former condition upon completion of such explorations. 4.8 The lands upon which the work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by the CONTRACTOR in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the CONTRACTOR. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by the OWNER unless otherwise provided in the Contract Documents. 4.9 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of "Bidder's Examination of Contract Documents and Site" contained herein, that without exception the Bid is premised upon performing the WORK required by the Contract Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the WORK. 6. INTERPRETATIONS: All questions about the meaning or intent of the Contract Documents are to be directed to the ENGINEER in writing. Interpretations or clarifications considered necessary by the ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by the ENGINEER or OWNER as having received the Contract Documents. Questions received less than 3 days prior to the date for opening of Bids may not be answered. Only questions answered by formal written addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. S. BID SECURITY, BONDS: Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the OWNER and shall be given as guarantee that the Bidder, if awarded the WORK will enter into an Agreement with the OWNER, and shall furnish the necessary Insurance Certificates, Payment Bond and Performance Bond, each of said bonds to be in the amount stated in the Agreement. In case of refusal or failure to enter into said Agreement, the check or Bid Bond, as the case maybe, shall be forfeited to the OWNER. If the Bidder elected to furnish a Bid Bond as its Bid Security, the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it inform. 7. RETURN OF BID SECURITY: Within 14 days after award of the Contract, The OWNER will return the Bid securities accompanying such of the Bids as are not considered in making the Page A-3 award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. 8. BID FORM: The Bid shall be made on copies of the bidding schedule bound herein. 9. SUBMISSION OF BIDS: Refer to NOTICE INVITING BIDS. 10. DISCREPANCIES IN BIDS: In the event there is more than one Bid item in a Bidding schedule, the Bidder shall furnish a price for all Bid items in the schedule, and failure to do so will render the Bid non -responsive and may cause its rejection. In the event there are unit price Bid items in a bidding schedule and the "amount" indicated for a unit price bid item does not equal the product of the unit price and quantity, the unit price shall govern and the amount will be corrected accordingly, and the CONTRACTOR shall be bound by said correction. In the event there is more than one bid item in the bidding schedule and the total indicated for the schedule does not agree with the sum of the prices bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly, and the CONTRACTOR shall be bound by said correction. 11. QUANTITIES OF WORK: The quantities of work or material stated in unit price items of the bid are supplied only to give an indication of the general scope of the WORK; the OWNER does not expressly or by implication agree that the actual amount of work or material will correspond therewith, and reserves the right after award to increase or decrease the amount of any unit price item of the WORK by an amount up to and including 25 percent of any bid item, without a change in the unit price, and shall include the right to delete any bid item in its entirety, or to add additional bid items up to and including an aggregate total amount not to exceed 25 percent of the Contract Price. 12. WITHDRAWAL OF BID: The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or its properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids for receipt of Bids prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS. Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non -responsive. The completed Bid Forms shall be without interlineations, alterations or erasures in the printed text. Alternative Bids will not be considered unless called for. Oral, telegraphic, or telephonic Bids or modifications will not be considered. 14. LIQUIDATED DAMAGES: Provisions for liquidated damages if any are set forth in the Agreement. Page A-4 16. SUBSTITUTE OR "OR EQUAL" ITEMS: 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 and the name is followed by the words "or -equal", the Bidder may write the name of the substitute Supplier (which the Bidder considers as an "or -equal") in the Proposed Substitute Equipment/Material Supplier List in the Bid Form. These substitute suppliers will only be considered after award of the Contract. The procedure for the submittal of substitute or "or - equal" products is specified in the Section entitled "Contractor Submittals" of the General Requirements. 16. AWARD OF CONTRACT: Award of a contract, if it be awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Technical Specifications and as listed in the Named Equipment/Material Supplier List and will be made to the Bid which is deemed to be in the best interest of the Town of Gulf Stream as determined in the sole discretion of the Town. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the bids are to remain open. Unless otherwise indicated, a single award will be made for all the Bid Items in an individual bidding schedule. In the event the WORK is contained in more than one bidding schedule, the OWNER may award schedules individually or in combination. In the case of 2 bidding schedules which are alternative to each other, only one of such alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT: The Bidder to whom award is made shall execute a written agreement with the OWNER on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 14 calendar days after receipt of the Agreement Forms from the OWNER. Failure or refusal to enter into an Agreement as herein provided or to conform to any stipulated requirements in connection therewith shall be just cause for annulment of the award and forfeiture of the Bid Security. If the bidder who has been awarded the bid pursuant to paragraph 16 refuses or fails to execute the agreement, the OWNER may award the Contract to whichever bidder it determines next best serves its interest. On the failure or refusal of such second or third Bidder (who has been awarded the contract) to execute the Agreement each such Bidder's Bid Security shall be likewise forfeited to the OWNER. 18. SITE INSPECTION: Bidder is responsible for a site inspection and final determination of all materials, labor and equipment required in their proposal. CONTRACTOR will obtain complete data at the site and inspect surfaces that are to receive his work. Before proceeding with work, CONTRACTOR will be solely responsible for accuracy of measurements and laying out of work; will correct errors or defects due to faulty measurements taken, information obtained, layout or due to failure to report discrepancies. 19. GOVERNMENT RESTRICTIONS: In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship, or performance of the items/services offered on the bid prior to delivery/performance, it shall be the responsibility of the successful bidder to notify the Town at once, indicating in their letter the specific regulation which required an alteration. The Town of Gulf Stream reserves the right to accept any such alteration, including any price adjustments occasioned hereby, or to cancel the contract at no further expense to the Town. Page A-5 20. PUBLIC ENTITY CRIMES INFORMATION STATEMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may no submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 21. DISCRIMINATORY VENDOR LIST: An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with 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 award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 22. COPYRIGHTS OR PATENT RIGHTS: Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing, or selling the goods shipped or ordered, as a result of this bid. 23. TAXES: The Town of Gulf Stream is exempt from all Federal and State taxes. 24. STANDARDS OF SAFETY: The bidder warrants that the product(s) and services supplied to the Town conforms in all respects to the standards set forth n the Occupational Safety and Health Act and its amendments and to any industry standards if applicable. Bid Proposal must be accompanied by Material Safety Data Sheet(s). (See attachment - Compliance with Occupational Safety and Health Act). 26. ASSIGNMENT: The contractor shall not transfer or assign the performance required by this bid without the proper written consent of the Town of Gulf Stream. Any award issued pursuant to this bid invitation and monies which may become due hereunder are not assignable except with prior written approval of the Town of Gulf Stream. 26. NO BID: See Town of Gulf Stream "Statement of No Bid" form incorporated into the bid proposal package. 27. OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the contractor of supplying such work as specified. 28. REGULATIONS: All applicable laws and regulations of the Federal Government, State of Florida, Palm Beach County and Ordinances of the Town of Gulf Stream will apply to any resulting award of contract. 29. TOWN PERMITS: The contractor will be required to obtain all necessary permits from the Town of Gulf Stream, SFWMD and FDOT. Page A-6 30. NOTICE TO PROCEED: The CONTRACTOR shall commence work within ten (10) days after receipt of Notice to Proceed from the OWNER unless otherwise stated. After start of work CONTRACTOR to remain on site until work is completed. 31. LIABILITY INSURANCE: The bidder will assume the full duty, obligation and expense of obtaining all insurance required. The Town of Gulf Stream and ENGINEER shall be an additional insured under all policies required by this proposal. The successful bidder shall furnish to the Town Manager, Town of Gulf Stream, 100 Sea Road, Gulf Stream, Florida 33483 certificates of insurance which indicate the insurance coverage have been obtained or otherwise secured in a manner satisfactory to the Town in an amount equal to 100% of the requirements provided herein and shall be presented to Town prior to issuance of any contract(s) or award(s) document(s) which meets the requirements as outlined on the accompanying Agreement. 32. INDEMNIFICATION: CONTRACTOR agrees to indemnify, defend, save, and hold harmless the Town, their officers and employees, from or on account of all damages, losses, liabilities and costs to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of this construction contract. 33. IDENTICAL TIE BIDS: Refer to Attachment - Drug Free Workplace Program Form. 34. CONFLICT OF INTEREST: For purposes of determining any possible conflict of interest, all bidders must disclose if any Town of Gulf Stream employee is also an owner, corporate officer, or employee of their business Indicate either "Yes" (a town employee is also associated with your business), or "No". If "Yes", give person(s) name(s) and position(s) with your business. NO X YES NAME & POSITION (Note: If answer is "Yes", you must file a statement with the Supervisor of Elections, pursuant to Florida Statutes 112.313.) 35. FORCE MAJEURE: Seller's failure to make, or buyer's failure to take, any delivery or deliveries when due, if caused by Force Majeure as hereinafter defined, shall not constitute a default hereunder nor subject the party so failing to any liability to the other, provided however, the party affected by such Force Majeure shall promptly notify the other of the existence thereof and its expected duration and the estimated effect thereof upon its ability obligations hereunder. Such party shall promptly notify the other party when such Force Majeure circumstances has ceased to effect its ability to perform its obligations hereunder. The quantity to be delivered hereunder shall be reduced to the extent of the deliveries omitted for such cause or causes, unless both parties agree that the total quantity delivered hereunder remain unchanged. As used herein, the term Force Majeure shall mean and include and ACT OF GOD or the public enemy, accident, explosion, fire, storm, earthquake, flood, drought, perils of the sea, strikes, lockouts, labor troubles, riots, sabotage, embargo, war (whether or not declared and whether or not the United States is a participant) Federal, State, or Municipal Law, regulation, order license, priority, seizure, requisition, or allocation, failure to delay of transportation shortage of or inability to obtain supplies, equipment, fuel or labor, or any other circumstances of a similar or different nature beyond the reasonable control of the party so failing. Page A-7 36. WARRANTIES: Warranty of Merchantability - Successful offeror warrants that all equipment and materials to be supplied pursuant to the Agreement will be merchantable, or good quality and free from defects, whether patent or latent in material and workmanship. Warranty of Material and Workmanship - Successful Offeror warrants all material and workmanship for a minimum of one (1) year from date of completion and acceptance by Town. If within one (1) year after acceptance by Town, or within such larger period of time as may be prescribed by Law any of the work is found to be defective or not in accordance with the contract documents, successful offeror shall promptly after receipt of written notice from Town to do so, promptly correct the work unless Town has previously given successful offeror a written acceptance of such condition. This obligation shall survive termination of the contract. Warranty of Fitness for a Particular Purpose - Successful offeror warrants the equipment shall be fit for and sufficient for the purpose(s) intended and outlined within this proposal package. Successful Offeror understands and agrees that Town is purchasing the equipment in reliance upon the skill of successful offeror in furnishing the equipment suitable for the purpose stated. If the equipment cannot be used in the manner stated in the proposal, then Town, at its sole discretion, may return the equipment to successful offeror for a full refund of any and all moneys paid for the equipment. Warranty of Title - Successful Offeror warrants that all equipment delivered under the contract shall be of new manufacture and that successful offeror possesses good and clear title to said equipment and there are no pending liens, claims or encumbrance whatsoever against said equipment. 37. DISPUTES: Except as otherwise provided in the Contract, any dispute arising under this Contract which is not disposed of by agreement shall be decided by the Town Manager of the Town of Gulf Stream or his designee, who shall reduce his decision to writing and furnish copy thereof to the CONTRACTOR. The decision of the Town Commission of the Town of Gulf Stream, Florida, and those persons to whom it delegates authority to decide disputes, shall be final and conclusive unless determined by a court of competent jurisdiction to be fraudulent, capricious, arbitrary, so grossly erroneous as to necessarily imply bad faith, or not supported by substantial evidence. 38. LITIGATION VENUE: The parties waive the privilege of venue and agree that all litigation between them shall take place in the state court in Palm Beach County, Florida. The parties waive jury trial for all disputes. 39. CANCELLATION FOR UNAPPROPRIATED FUNDS: The obligation of the Town for payment to a CONTRACTOR is limited to the availability of funds appropriated in current fiscal period, and continuation of the contract into a subsequent fiscal period is subject to appropriation of funds, unless otherwise authorized by law. 40. PRESENCE OF ASBESTOS MATERIALS: If in the course of work, the CONTRACTOR encounters any existing materials which he suspects contain asbestos, the CONTRACTOR will stop work in that area immediately and notify the Town. 41. SPECIAL CONDITIONS: Any and all Special Conditions that may vary from the General Conditions shall have precedence. Page A-8 BID PROPOSAL FORM BID NO. 20-100 BID TO: TOWN COMMISSION TOWN OF GULF STREAM 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract Documents to perform the WORK as specified or indicated in said Contract Documents entitled: Town of Gulf Stream State Road Al A Water Main Improvements — Phase 2 2. Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and Instructions to Bidders, dealing with the disposition of the Bid Security. 3. The Bid will remain open for the period stated in the Notice Inviting Bids unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Notice Inviting Bids and the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond and Performance Bond required by the Contract Documents. 4. Bidder has examined copies of all the Contract Documents including the following addenda (receipt of all of which is acknowledged): Number Date 2/13/20 3110/20 5. Bidder has familiarized itself with the nature and extent of the Contract Documents, WORK, site, locality where the WORK is to be performed, the legal requirements (federal, state and local laws, ordinances, rules and regulations), and the conditions affecting cost, progress or performance of the WORK and has made such independent investigations as Bidder deems necessary. S. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. Bidder has not solicited or induced any person, firm or corporation to refrain from bidding and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. To all the foregoing, and including all Bid Schedule(s) and Information Required of Bidder contained in this Bid Form, said Bidder further agrees to complete the WORK required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment thereof the Contract Price based on the Total Bid Price(s) named in the aforementioned Bidding Schedule(s). Page A-9 0 NAME OF FIRM ADDRESS: NAME OF SIGNER TITLE OF SIGNER SI,C��}�y�,y.►u J611t�,+t `. o •a f ` •••ffeH•• •\ Foster Marine Contractors, Inc. 3180 Fairlane Fauns Road, Suite 1, Wellington, FL 33414 R. Howard Wight 561 Page A-10 (Print or Type) DATE: 3/18/20 FACSIMILE NO. 561-683-0335 SCHEDULE OF BID PRICES — BID NO. 20-100 TO: TOWN COMMISSION TOWN OF GULF STREAM (Please fill in all blanks and return with your proposal.) In accordance with your request for proposals and the specifications contained herein, the undersigned proposes the following: ITEM DESCRIPTION UNIT EST. UNIT PRICE UNIT EXTENDED TOTAL NO. QTY. (in words) PRICE PRICE BASE BID ITEMS 1 General Conditions, Overhead, LS 1 Fifty Five Thousand $ 55,000.00$ 55,000.00 Profit (10% Max.) Dollars Zero Cents 2 Site Mobilization/Demobilization LS 1 Thirty Thousand $ 30,000.00$ 30,000.00 (5% Max.) Dollars Zero Cents 3 Bonds and Insurance LS 1 Twenty Thousand $ 20,000.00$ 20,000.00 (2% Max.) Dollars Zero Cents 4 Pre -Construction Video LS 1 Four Thousand Five Hundred $ 4,500.00 $ 4,500.00 Dollars Zero Cents 5 As -Built Record Drawings LS 1 Forty Thousand $ 40,000.00 $ 40,000.00 Dollars Zero Cents 6 NPDES Permit/Erosion Protection LS 1 Four Thousand Five Hundred $ $ Measures Dollars 4,500.00 4,500.00 Zero Cents Page A-11 ITEM NO. DESCRIPTION UNIT EST. UNIT PRICE UNIT EXTENDED TOTAL (ATV (in words) PRICE PRICE 7 Dewatering LS 1 One Thousand Five Hundred $ 1,500.00 $ 1,500.00 Dollars Zero Cents 8 Maintenance of Traffic LS 1 Fifty Five Thousand $ 55,000.00 $ 56,000.00 Dollars Zero Cents 9 12" PVC C-900 Pipe LF 960 Fifty Nine $ 59.00 $ 56,640.00 (Push On) Dollars Zero Cents 10 12" PVC C-900 Pipe LF 440 Ninety Seven $ 97.00$ 42,680.00 (Restrained Joint) Dollars Zero Cents 11 8" PVC C-900 Pipe LF 170 Eighty Five $ 85.00$ 14,450.00 (Push On) Dollars Zero Cents 12 8" PVC C-900 Pipe LF 105 One Hundred Three $ 103.00$ 10,815.00 (Restrained Joint) Dollars Zero Cents 13 6" PVC C-900 Pipe LF 20 Seventy Two $ 72.00$ 1,440.00 (Restrained Joint) Dollars Zero Cents 14 12" Directional Drill Certa-Lok LF 2,000 One Hundred Thirty Five $ 135.00$ 270,000.00 C-900 DR18 Dollars Zero Cents Two Thousand Two Hundred 15 Restore Directional Drill Pit EA 8 Fifty $ 2,250.00$ 18,000.00 Dollars Zero Cents 16 Cut and Plug Existing Water Main EA 3 Six Hundred Seventy Five $ 675.00$ Dollars 2,025.00 Zero Cents Page A-12 ITEM NO. DESCRIPTION UNIT EST. UNIT PRICE UNIT EXTENDED QTY. (in words) PRICE TOTAL PRICE 17 Abandon and Grout Existing LF 3,770 Five $ 5.40$ 20,358.00 Water Main Dollars Forty Cents 18 Remove and Dispose Existing LF 20 Forty Five $ Water Main Dollars 45 00 $ 900.00 Zero Cents 19 Fire Hydrant Assembly EA 7 Four Thousand Six Hundred $ 4,600.00 $ 32,200.00 Dollars Zero Cents 20 Remove Existing Fire Hydrant EA 2 Six Hundred Seventy Five $ 675.00$ 1,350.00 Dollars Zero Cents 21 8" Gate Valve and Box One Thousand Seven 2 Hundred $ 1,700.00$ 3,400.00 Dollars Zero Cents 22 6" Gate Valve and Box EA One Thousand Three 2 Hundred Fifty p $ 1,350.00$ 2,700.00 Dollars Zero Cents 23 6"x6" Tapping Tee and 6" Tapping EA 1 Four Thousand Five Hundred $ 4,500.00$ 4,500.00 Gate Valve Dollars Zero Cents 24 6" Linestop EA 1 Six Thousand Seven Hundred $ 6,700.00$ Dollars fi,700.00 Zero Cents 25 12" Butterfly Valve and Box EA Three Thousand One 7 Hundred $ 3,100.00$ 21,700.00 Dollars Zero Cents 26 Connect to Existing Water Main EA 3 Two Thousand Two Hundred $ 2,200.00$ Dollars 6,600.00 Zero Cents Page A-13 ITEM NO. DESCRIPTION UNIT EST. UNIT PRICE UNIT QTY. (in words) PRICE Sixteen Thousand Five 27 DIP Compact Fittings TN 3.5 Hundred $ 16,500.00$ Dollars Zero Cents 28 2" Offset Air Release Valve EA 8 Seven Thousand Nine $ 7,900.001 with Box Hundred Dollars Zero Cents 29 2" Single Water Service (Short EA 5 Two Thousand One Hundred $ 2,100.003 Side) Installed on Open Cut Dollars Trench WM Section Zero Cents 2" Single Water Service Lon g (Long EA g Thre30 Hundred Thousand Nine Hundred $ 3,900.00s Side) Installed on Open Cut Dollars Trench WM Section Zero Cents 31 (2) - 2" Single Water Service (Long EA 1 Ten Thousand Eight Hundred $ 10,800.0% Side) Installed on Open Cut Dollars Trench WM Section in 6" Casing Zero Cents 32 (3) - 2" Single Water Service (Long EA 1 Fourteen Thousand Five Hundred $ 14,500.06 Side) Installed on Open Cut Dollars Trench WM Section in 8" Casing Zero Cents 33 (2) - 3" Single Water Service (Long EA 1 Sixteen Thousand Five Hundred $ 16,500.06 Side) Installed on Open Cut Dollars Trench WM Section in 8" Casing Zero Cents 34 2" Single Water Service (Short EA 8 Two Thousand Eight Hundred $ 2,800.00$ Side) Installed on Directional Drill Dollars WM Section Zero Cents 35 2" Single Water Service (Long EA 10 Four Thousand Three Hudred $ 4,300.00$ Side) Installed on Directional Drill Dollars WM Section Zero Cents 36 Sample Point EA 6 $ $ Six Hundred Fifty Dollars 650.00 Z ro Gents Page A-14 EXTENDED TOTAL PRICE 57,750.00 63,200.00 10,500.00 35,100.00 10,800.00 14,500.00 16,500.00 22,400.00 43,000.00 3,900.00 ITEM DESCRIPTION UNIT EST. UNIT PRICE UNIT EXTENDED TOTAL NO. CITY. (in words) PRICE PRICE Two Thousand Seven 37 Fill and Flush Assembly EA 3 Hundred $ 2,700.00$ 8,100.00 Dollars Zero Cents 38 Remove and Reinstall Brick SF 700 Thirteen $ 13.50$ 9,450.00 Driveways Dollars Fifty Cents 39 Remove and Reinstall SF 400 Thirty Five $ 35.00$ 14,000.00 Stone/Marble Driveways Dollars Zero Cents 40 Remove and Replace Asphalt SF 530 Thirteen $ 13.0 Driveways Dollars 7,155.00 Fifty Cents 41 Remove and Replace Gravel SF 130 Twenty Two $ 22.50$ 2,925.00 Driveways Dollars Fifty Cents 42 Open Cut Pavement Trench LF 400 sixty six $ 66.00$ 26,400.00 Repair Dollars Zero Cents Twenty Two Thousand Five 43 Clearing and Grubbing LS 1 Hundred $ 22,500.00$ 22,500.00 Dollars Zero Cents 44 Tree Protection LF 1,650 Eight $ 8.00 $ 13,200.00 Dollars Zero Cents 45 Remove and Reinstall Mailbox EA 3 Ninety $ 90.00 $ 270.00 Dollars Zero Cents 46 Restore Pavement Markings and LS 1 Four Thousand Five Hundred $ 4,500.00$ 4,500.00 Signage Dollars Zero Cents Page A-15 ITEM DESCRIPTION UNIT EST. UNIT PRICE UNIT EXTENDED TOTAL NO QTY. (in words) PRICE PRICE 47 Remove and Replace Trees and LS 1 Twenty Seven Thousand $ 27,000.00$ 27.000.00 Landscaping Dollars Zero Cents 48 Utility Relocation Allowance LS 1 Thirty Thousand $ 30,000.00 $ 30,000.00 Dollars No Cents 49 irrigation System Replacement LS 1 Ten Thousand $10,000.00 $10,000.00 Allowance Dollars No Cents 50 Unsuitable Soils Removal and LS 1 Seventy -Five Thousand $ 75,000.00 $ 75,000.00 Replacement Allowance Dollars No Cents TOTAL COST OF BASE BID 1,255,108.00 BID ITEMS 1 — 50 (in numbers) TOTAL COST OF BASE BID One Million Two Hundred Fifty Five Thousand One Hundred Eight BID ITEMS 1 — 50 (in words) Dollars Zero Cents The Contract shall be awarded on the Total Base Bid ALTERNATE A BID ITEMS A-1 General Conditions, Overhead, LS 1 Twenty Five Thousand $ 25,000.00$ 25,000.00 Profit (10% Max.) Dollars Zero Cents A-2 Site Mobilization/Demobilization LS 1 Ten Thousand $ 10,000.00$ 10,000.00 (5% Max.) Dollars Zero Cents A-3 Bonds and Insurance LS 1 Six Thousand Three Hundred $ 6,300.00$ 6,300.00 (2% Max.) Dollars Zero Cents Page A-16 ITEM DESCRIPTION NO. A-4 Pre -Construction Video A-5 As -Built Record Drawings A-6 NPDES Permit/Erosion Protection Measures A-7 Dewatering A-8 Maintenance of Traffic A-9 8" PVC C-900 Pipe (Push On) A-10 8" PVC C-900 Pipe (Restrained Joint) A-11 6" PVC C-900 Pipe (Restrained Joint) A-12 Cut and Plug Existing Water Main A-13 Abandon and Grout Existing Water Main UNIT EST. UNIT PRICE UNIT EXTENDED CITY. (in words) PRICE TOTAL PRICE LS 1 Two Thousand Five Hundred $ 2,500.00 $ 2,500.00 Dollars Zero Cents LS 1 Twenty Thousand $ 20,000.00 $ 20,000.00 Dollars Zero Cents LS 1 Two Thousand Five Hundred $ 2,500.00 $ 2,500.00 Dollars Zero Cents LS 1 One Thousand Five Hundred $ 1,500.00$ 1,500.00 Dollars Zero Cents LS 1 Fifteen Thousand $ 15,000.0% 15,000.00 Dollars Zero Cents LF 1,340 sixty six $ 66.00$ 88,440.00 Dollars Zero Cents LF 230 Ninety $ 90.00$ 20,700.00 Dollars Zero Cents LF 40 One Hundred Five $ 105.00$ 4,200.00 Dollars Zero Cents EA 2 Two Thousand Five Hundred $ 2,500.00$ 5,000.00 Dollars Zero Cents LF 1,420 six $ 6.00$ 8,520.00 Dollars Zero Cents Page A-17 ITEM DESCRIPTION UNIT EST. UNIT PRICE UNIT EXTENDED TOTAL NO. OTY (in words) PRICE PRICE A-14 Fire Hydrant Assembly EA 1 Six Thousand Three Hundred $ 6,300.00$ 6,300.00 Dollars Zero Cents A-15 Remove Existing Fire Hydrant EA 1 Nine Hundred Twenty $ 920.00$ 920.00 Dollars Zero Cents A-16 8" Gate Valve and Box EA 1 Two Thousand Six Hundred $ 2,600.00$ 2,600.00 Dollars Zero Cents A-17 6" Gate Valve and Box EA 1 One Thousand Eight Hundred $ 1,800.00$ 1,800.00 Dollars Zero Cents A-18 Connect to Existing Water Main EA 1 Five Thousand $ 5,000.0% 5,000.00 Dollars Zero Cents A-19 DIP Compact Fittings TN 0.6 Eighteen Thousand $ 18,000.0($ 10,800.00 Dollars Zero Cents A-20 2" Offset Air Release Valve EA 1 Ten Thousand $ 10,000.06 10,000.00 with Box Dollars Zero Cents A-21 2" Single Water Service (Short EA 6 Three Thousand $ 3,000.00$ 18,000.00 Side) Installed on Open Cut Dollars Trench WM Section Zero Cents A-22 Sample Point Fro 2 Eight Hundred $ 800.00$ 1,600.00 Dollars Zero Cents A-23 Fill and Flush Assembly EA 1 Three Thousand Five Hundred $ Dollars 3,500.011 3,500.00 Zero Cents Page A-18 ITEM DESCRIPTION NO. A-24 Open Cut Pavement Trench Repair A-25 Curb Replacement A-26 Clearing and Grubbing A-27 Restore Pavement Markings and Signage A-28 Remove and Replace Trees and Landscaping UNIT EST. UNIT PRICE UNIT EXTENDED OTY. (in words) PRICE TOTAL PRICE LF 1,250 Eighty Three $ 83.00$ 103,750.00 Dollars Zero Cents LF 30 One Hundred Fifteen $ 115.00$ 3,450.00 Dollars Zero Cents LS 1 Ten Thousand $ 10,000.00$ 10,000.00 Dollars Zero Cents LS 1 Four Thousand Five Hundred $ 4,500.00$ 4,500.00 Dollars Zero Cents LS 1 Fifteen Thousand $ 15,000.08 15,000.00 Dollars Zero Cents TOTAL EVALUATED ALTERNATIVE BID ITEMS A-1 — A-28 (in numbers) TOTAL EVALUATED ALTERNATIVE BID Four Hundred Six Thousand Eight Hundred Eighty BID ITEMS A-1 — A-28 (in words) Dollars Zero Cents ALTERNATE B BID ITEMS B-1 General Conditions, Overhead, Profit (10% Max.) B-2 Site Mobilization/Demobilization (5% Max.) B-3 Bonds and Insurance (2% Max.) 406,880.00 LS 1 Fifteen Thousand $ 15,000.00$ 15,000.00 Dollars Zero Cents LS 1 Eight Thousand $ 8,000.00$ 8,000.00 Dollars Zero Cents LS 1 Four Thousand $ 4,000.00$ 4,000.00 Dollars Zero Cents Page A-19 ITEM DESCRIPTION NO. B-4 Pre -Construction Video B-5 As -Built Record Drawings B-6 NPDES Permit/Erosion Protection Measures B-7 Dewatering B-8 Maintenance of Traffic B-9 8" PVC C-900 Pipe (Push On) B-10 8" PVC C-900 Pipe (Restrained Joint) B-11 6" PVC C-900 Pipe (Restrained Joint) B-12 Cut and Plug Existing Water Main B-13 Abandon and Grout Existing Water Main UNIT EST. UNIT PRICE UNIT EXTENDED TOTAL QTY. (in words) PRICE PRICE LS 1 Two Thousand Five Hundred $ 2,500.00 $ 2,600.00 Dollars Zero Cents LS 1 Fourteen Thousand $ 14,000.00 $ 14,000.00 Dollars Zero Cents LS 1 Two Thousand Five Hundred $ 2,500.00 $ 2,500.00 Dollars Zero Cents LS 1 One Thousand Five Hundred $ 1,500.00$ 1,500.00 Dollars Zero Cents LS 1 Nine Thousand $ 9,000.0(6 9,000.00 Dollars Zero Cents LF 1,060 Fifty $ 50.00$ 53,000.00 Dollars Zero Cents LF 80 Eighty $ 80.00$ 6,400.00 Dollars Zero Cents LF 20 One Hundred Three $ 103.00$ 2,060.00 Dollars Zero Cents EA 2 Nine Hundred Twenty $ 920.00$ 1,840.00 Dollars Zero Cents LF 1,150 Seven $ 7.00$ 8,050.00 Dollars Zero Cents Page A-20 ITEM NO. DESCRIPTION UNIT EST. UNIT PRICE UNIT EXTENDED TOTAL QTY. (in words) PRICE PRICE B-14 Remove and Dispose Existing LF 20 Sixty $ 60.00$ 1,200.00 Water Main Dollars Zero Cents B-15 Fire Hydrant Assembly EA 3 Six Thousand Three Hundred $ 6,300.00$ 18,900.00 Dollars Zero Cents B-16 Remove Existing Fire Hydrant EA 3 Nine Hundred Twenty $ 920.00$ 2,760.00 Dollars Zero Cents B-17 8" Gate Valve and Box EA 1 Two Thousand Seven Hundred $ 2,700.00$ 2,700.00 Dollars Zero Cents B-18 DIP Compact Fittings TN 0.2 Eighteen Thousand $ 18,000.0% 3,600.00 Dollars Zero Cents B-19 2" Single Water Service (Short EA 5 Three Thousand $ 3,000.0M 15,000.00 Side) Installed on Open Cut Dollars Trench WM Section zero Cents B-20 Sample Point EA 1 Eight Hundred $ 800.00$ 800.00 Dollars Zero Cents B-21 Open Cut Pavement Trench LF 1,050 Eighty Five $ 85.00$ Repair Dollars 89,250.00 Zero Cents B-22 Clearing and Grubbing LS 1 Ten Thousand $ $ Dollars 10,000.00 10,000.00 Zero Cents B-23 Restore Pavement Markings and LS 1 $ Signage T FSallrs sand Five Hundred a 4,500.00 4,500.00 Z6ents Page A-21 ITEM DESCRIPTION NO. B-24 Remove & Replace Trees & Landscaping TOTAL EVALUATED ALTERNATIVE BID ITEMS B-1 — B-24 (in numbers) TOTAL EVALUATED ALTERNATIVE BID BID ITEMS B-1— B-24 (in words) EST. UNIT PRICE UNIT EXTENDED UNIT CITY. (in words) PRICE TOTAL CE LS 1 Ten Thousand $ 10,000.00$ 10,000.00 Dollars Zero Cents $ 286,560.00 Two Hundred Eighty Six Thousand Five Hundred Sixty Dollars Zero Cents ##!!!!**!k#!!*kk*!#!!*!!!!!YR**####!*!!*!k*!**!!#!#!!!!!*#A#!#!!**##!k**lklfMt!!k!#!*ltlNk*kkk!**!*#*!!*!k!!*!!*!#*!*!!****! ALL BIDS MUST BE SIGNED WITH THE VENDOR NAME AND BY AN OFFICER OR EMPLOYEE HAVING THE AUTHORITY TO BIND THE COMPANY OR FIRM BY SIGNATURE. PUBLIC ENTITY CRIMES FORM ATTACHED? YES X NO NON -COLLUSION AFFIDAVIT ENCLOSED? YES X NO HAVE YOUR INSURANCE REPRESENTATIVE REVIEW THE SAMPLE INSURANCE CERTIFICATE TO ENSURE COMPLIANCE. Page A-22 BIDDER'S GENERAL INFORMATION: The Bidder shall furnish the following information. Additional sheets shall be attached as required. Failure to complete Item Nos. 1 - 10 will cause the bid to be non -responsive and may cause its rejection. In any event, no award will be made until all of the Bidder's General Information (i.e., items I through 10 inclusive) is delivered to the OWNER. (1) CONTRACTOR'S name and address: Foster Marine Contractors, Inc. 3180 Fairlane Farms Road, Suite 1, Wellington, FL 33414 (2) CONTRACTOR'S telephone number: 561-683-0034 (3) CONTRACTOR'S license: Primary classification General Contractor State License Number CGCO13244 classifications held, if any: Name of Licensee, if different from (1) above: R. Howard Wight (4) Name of person who inspected site of proposed WORK for your firm: Name: R. Howard Wight __.Date of Inspection: 3/9/20 Supplemental (5) Name, address, and telephone number of surety company and agent who will provide the required bonds on this contract: Johnson and Company 801 N Orange Ave, Suite 510, Orlando FL 32801 407-843-11 0 Berkley Surety Group 475 Steamboat Rd, Greenwich CT 06830 (6) ATTACHED TO THIS BID the experience resume of the person who will be designated chief construction superintendent or on -site construction manager. (7) ATTACHED TO THIS BID a financial statement, references, and other information, sufficiently comprehensive to permit an appraisal of CONTRACTOR'S current financial condition. *To be provided upon award Page A-23 (8) List 5 projects completed in last 5 years in United States involving work of similar type and complexity: PROJECT NAME AC Water Main and Undersized Water Main Replacement, Phase 3 JB's Ranch Water & Sewer Installation ._ _ Le Lac Water Main Improvements _ Bradley Place Water Main CONTRACT PRICE 3,291,960.00 NAME, ADDRESS AND TELEPHONE NUMBER OF OWNER Immokalee Water & Sewer Dist 1020 Sanitation Rd, Immokalee 239-658-3630 Palm Beach County WUD 491.513.40 1561-493-6093 8100 Forest Hill Blvd, WPB Palm Beach County WUD 1,018,500.00 8100 Forest Hill Blvd, WPB 561-493-6093 City of West Palm Beach 571,000.00 401 Clematis St, WPB 561-494-1093 Lake Worth Neighborhood Rd District 2 Utility Improvements Yr ?..—_. 1,902,093.57 City of Lake Worth 7 N Dixie Hwy, Lake Worth 561-586-16AR (9) Subcontractors: The Bidder further proposes that as part of their submittal attached is a list of subcontracting firms or businesses will be awarded subcontracts for portions of the worts in the event the bidder is awarded the Contract. (10) Submit name and address of Directional Drill Contractor: TB Landmark Construction, Inc. 11220 New Berlin Rd Jacksonville, FL 32226 (10A) ATTACHED TO THIS BID the experience resume of the person who will be designated chief Construction Superintendent for Directional Drill work. Page A-24 Orlando Torres 11220 New Berlin Road 904.751.1016 Jacksonville, FL 32226 otorres@tblandmark.com PROFILE Orlando Torres is a drilling supervisor with over 20 years of experience in underground utility construction. He possesses extensive knowledge of directional drilling and open lay operations in natural gas pipeline and water/wastewater infrastructure. EMPLOYMENT 2000 — Present Drilling Supervisor T B Landmark Construction, Inc. •:° Oversee all aspects of horizontal directional drilling (HDD) for Gas & Water/Wastewater infrastructure projects 0.4 Equipment experience from 20x22 rig up to HRE500 (20,000 — 500,000 lbs. of pull -back force) ❖ Completed hundreds of miles of pipe installation ❖ Responsible for project assessment/ layout, as well as selection of which drilling technology will handle project requirements Mentor / Trainer of other company drillers, including locating skills Skilled in, and knowledge of the following: o Rig mechanics o Drilling fluids o Drill plan submittals o Inadvertent Returns prevention o Drill pipe & tooling o Pipe fusion — HDPE & FPVC o Recycling / Cleaning systems o Mud motors, pumps and vacuum truck/tankers •:• Experience with: Steel, Ductile Iron, HDPE, PVC, and FPVC piping ❖ Adept at pulling multiple pipes through the same hole TRAINING I CERTIFICATIONS ❖ Veriforce Operator Qualifications ❖ Competent Person in Excavation Safety ❖ Advanced MOT Certified ❖ NCCER JEA Safety Course ❖ Trench Shoring Fusion Certification — Consolidated Pipe Class I Fusion — Underground Solutions d° First Aid / CPR PROJECT EXPERIENCE MPW PS-119 Parkwest Force Main Replacement: Mt. Pleasant, SC Completed May 2019 Fusion and HDD Installation of 5,128 LF of 24" HDPE completed in 4 directional drill shots. Farmville Road Loop 24" Waterline: Shelby, NC Completed January 2019 Installation of 3 bores; one 2,060 LF drill of 8" FPVC, and two 650 LF drills of 24" HDPE through granite rock. Pump Station #10 Force Main Replacements- Wilmington. NC Completed May2018 As HDD subcontractor, installed 2,000 LF of 30" FPVC in one drill through hard rock. Gas Line Installation- Century. FL Completed April2O18 Installation of 110,000 LF of 12" steel gas pipeline. Out of this amount, approximately 65,000 LF installed via horizontal directional drill, with the remaining 45,000 LF being installed by the open cut method. This project included a 200 LF Jack & Bore under railroad tracks. TBL also performed the pigging and pressure testing of the pipe. Pump Station 2032 Regional Force Main Improvements- St. Simons Island GA Completed April2017 Installation of approximately 10,385 LF of 16" HDPE Force Main by Horizontal Directional Drill. Subaqueous Force Main Crossing Madeira Beach- Madeira Beach FL Completed January 2017 Subaqueous Installation of 1,510 LF of 24" DR-11 HDPE via HDD underneath the Intracoastal waterway. Also included installation of 710 LF of 24" DR-11 HDPE via HDD, as well as 462 LF of 20" PVC installed by open cut. Wekiva Parkway- Mount Dora, FL Completed December 2016 Installation of 3 16" FPVC bores: 1,910 LF, 1,691 LF, and 1,605 LF for a total of 5,206 LF of pipe. International Golf Parkway Reclaimed Water & Force Main- St. Augustine, FL Completed May 2016 Acting as prime contractor, TBL undertook the installation of 13,700 LF of 24", 20" and 16" force main. The pipeline was installed underneath Interstate 95 running east/west and along the on/off ramps at exit 323 on I- 95. Means and methods include both open trench and multiple drill shots, all pipe fusion and implementing extensive MOT for vehicular travel in the affected area. Wet Weather Monitoring- Largo,, FL Completed December 2015 Construction of 9,945 LF of 12" FPVC force main 2,355 LF of 14" FPVC force main, 500 LF of 16" FPVC force main, 9,955 LF of 20" FPVC force main, and 5,280 LF of 30" FPVC force main via horizontal directional drill. Dgyle Road Reuse Main: Deltona FL Completed July 2015 TBL installed 26,800 LF of 20" HDPE and 5,500 LF of 20" PVC reuse main windingthrough various neighborhoods and ROWS by directional drill, with minimal open cut trenching. Construction included coordination with the local school to ensure installation occurred during holiday break, thus mitigating ingress/egress and MOT related matters. Silver Star Force Main: Orlando, FL Completed May 2014 TBL installed approximately 7,500 LF of 18" & 20" PVC force main in Orlando, FL. Means & methods utilized horizontal directional drill (HDD), bore & jack with steel casing and open trench construction. Heathrow Weilfield Redirect — Greater Orlando FL Completed March 2014 Project included the installation of approximately 12,000 LF of 24", 30" and 36" raw water main by open cut, HDD and jack & bore - up to 48" diameter casings (1013) List 5 directional drill type projects completed in the last 5 years in South Florida involving work of similar type and complexity: PROJECT NAME SEE ATTACHED CONTRACT PRICE Page A-25 NAME, ADDRESS AND TELEPHONE NUMBER OF OWNER 1 T B Landmark Construction, Inc. HDD Qualifications FY 2017 Perico Force Main Replacement Project Installation of 5,130 LF of 12" FPVC by 3 directional bores, including one subaqueous bore. Installed 100 LF of 12" PVC by Open Cut, as well as set 4 ARV's and completed 2 12" line stows. Contract Amount I Location $1,012,879.50 I Bradenton, FL Job Start/End Owner Contact July 2018 City of Bradenton November 2018 1411 Ninth St. W Bradenton, FL 34205 Jeff Crowley (941) 358-1440 x.1603 Lcrowleygi onesedmunds. com Spirit Lake Road Water Main Upgrades Installation of 5,560 LF of 16" HDPE water main via HDD in 7 shots: 820 LF, 440 LF, 1,040 LF, 700 LF, 1 000 LF, 1040 LF. and 520 LF. TBL also performed 2 tie-ins and pressure tested the line. Contract Amount! Location $1,071,502.82 Winer Haven, FL Job Start/End Owner Contact February 2018 Polk County July 2018 330 W. Church Street Bartow, FL 33830 Doug Jones (863) 646-1402 d'ones�a7.chastainskillman.com Halifax River Force Main Improvements Subaqueous HDD installation of 2,500 LF of wire lined 30" FPVC; open cut installation of 1,700 LF of 30" DIP. This project also included 2 wet taps (24" and 30"), tie-ins to existing force main, 2- 24" insert valves, as well as all restoration of all disturbed areas. Contract Amount Location $4,303,961.00 Daytona Beach, FL Job Start/End I Owner Contact May 2017 City of Daytona Beach May 2018 125 Basin Street, Suite 131 Daytona Beach, FL 32114 Nichole Lloyd, PE (386) 671-8813 K T B Landmark Construction, Inc. HDD Qualifications T7380-HDD (part of FDOT Project US301 from SR674 to South of Balm Road) Fusion and directional drill of 1,000 LF of 20" and 36" FPVC each. This project also included the pigging and pressure testing of the pipe installed. Contract Amount Location Job Start/End Owner Contact $772,605.24 Wimauma, FL February 2018 Astaldi Construction Corp March 2018 8220 State Road 84, Ste. 300 Davie, FL 33324 Robert Manzanero (954) 557-4472 r.manzanero astaldi.com Countryway Boulevard Force Main 5,371 LF of 16" PVC Force Main installed by HDD. Connected the 16" Main at West Waters Pump Station # I and into the manhole at Woodbay Drive. _ Contract Amount Location Job Start/End Owner Contact $1,513,425.00 1 Oldsmar, FL I September 2015 Hillsborough County March 2016 925 E. Twigg Street Tampa, FL 33602 Mark Dillman (813) 334-3187 SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE CONTENTS - INFORMATION TO BE SUBMITTED Page 1. Basic Information 1 2. Organizational Structure & History 2 3. Officers and Owners 3 4. Experience 4 5. Key Personnel 8 6. Bonding 8 7. Safety 9 8. Environmental and Civil Rights Information 11 9. Certifications Under Oath 12 Questionnaire - Cover Page Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE INSTRUCTIONS L This Application must be filled out by all Bidders. 2. Please print legibly, type, or word process. Sign in ink. When attaching sheets, please place the question number to which you are responding in the upper right hand corner of each sheet and number the sheets. 3. Note that the person signing this Application must swear that the information provided below is true, accurate, and complete. 1. Basic Information Name of Contractor: Foster Marine Contractors, Inc. _ ISame as on Cover Page of This Application] Contact Person(s): R. Howard Wight Telephone No: 561-683-0034 Fax No: 561-683-0335 E-mail: howard@foster-madne.net Address: 3180 Fairlane Farms Road, Suite 1 Wellington, FL 33414 Federal Tax ID No: 59-1054370 Town of Gulf Stream Page 1 of 11 1/27/2020 State Road A I A Water Main Improvements — Phase 2 Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE 2. Organizational Structure & History 2.1 The Contractor is duly organized under the laws of the State of Florida 2.2 The Contractor has the following organizational structure. () individual 0() corporation ( ) partnership () limited liability company ( ) joint venture ( ) other: 2.3 Please provide the year the Contractor (and not any Predecessor Entities or Related Entities) was first organized. 1964 2.4 Please list all Predecessor Entities below (or on attached sheets if necessary). None 2.5 Please list all Related Entities below (or on attached sheets if necessary). None 2.6 If organized in any state other than Florida or in a foreign country, are you in compliance with all laws and regulations necessary to legally do business in the State of Florida? YES NO X Town of Gulf Stream Page 2 of 11 M27/2020 State Road A 1 A Water Main Improvements — Phase 2 Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE 3. Officers and Owners 3.1 Officers Please list the name, title, and address of current Officers, Directors, Partners, Members, and any other persons with analogous positions, in descending order of degree of control. Name Title Address R. Howard Wight President 3180 Fairlane Farms Rd Wellington Michael Czajkowski Vice President 3180 Fairlane Farms Rd Wellington Kevin E Schwiderson Mary Jane Czajkowski VP / Secretary 3180 Fairlane Farms Rd Wellington Treasurer 3180 Fairlane Farms Rd Wellington [Attach additional sheets as necessary.] 3.2 Owners. Please list the name, address, and percentage of ownership of all persons or entities owning 10 percent or more of the Contractor, in descending order of percentage of ownership. Owner Address % R. Howard Wight 3180 Fairlane Farms Rd Wellington 37.5 Mary Jane Czajkowski 3180 Fairlane Farms Rd Wellington 37.5 Michael Czajkowski 3180 Fairlane Farms Rd Wellington 15 Kevin E Schwiderson 3180 Fairlane Farms Rd Wellington 10 [Attach additional sheets as necessary.] 3.3 Employees. Please list total quantity of employees, # of crews, and discipline of each crew. Crew Discipline Number of employees in crew % of total firm Utility 6 17% Utility 6 17% utility 6 117% Grading 6 17% [Attach additional sheets as necessary.] Town of Gulf Stream Page 3 of 11 1)27J2020 State Road Al A Water Main Improvements — Phase 2 Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE 4. Experience 4.1 Summary of Contractor Ex erience With respect to this s ecifi project list the approximate number of years of experience that the Contractor has as a prime contractor or as a subcontractor with primary responsibility. Project Type Years Utility Construction (primary) 55 Utility Construction (subcontractor) 20 5.2 Most Recently Completed Contracts Please provide the following information regarding the last ten contracts completed by the Contractor. Please list in reverse chronological order (most recently completed project first, next most recently completed project, etc.). [please feel free to provide this information on attached sheets in another format as long as it contains all the information requested.] Contract Amount Project -1 ype & Location See attached Projects List Month / Year Name, Address, Completed Contact Person & Tel. # of Owner 4.3 Contracts In Progr ess Please provide the following information regarding all contracts currently in progress, in descending order of contract amount. [Please feel free to provide this information on attached sheets in another format as long as it contains all the information requested.] Contract Amount Project Type & 1 Location " See attached WIP Town of Gulf Stream Page 4 of 11 State Road A I A Water Main Improvements —Phase 2 % Completed Name, Address, Contact Person & Tel. # of Owner 1 /27/2020 fa: POSTER MARINE. CONTRACTORS. TNC. 31 PI FAJftLA V f0'Ak_k1..N WAn. SUf rL I WELLINGION.111)RIDA 13414 1`Y ilJ\4-. itil�hd)1p141 Work in Progress 2128120 ORIGINAL BD ACTUAL CONTRACT CONTRACT DESCRIPTION VALUE VALUE INCLUDING _ CURRENTCONTRACT CURRENTBLLED TO VALUEINCLUDIND DATE INCLUDING 'A COMPLETE PROJ# EBTINATED COMPLETION APPROVEDCMANGEB APPROVEDCHANGEB RETENTION DATE _T $ 1 3 16416 Boynton Town Center (Haskelq $2,882,8D0 $3,085,700 $3,000,000 97% March 2020 $3,626,6DD $294,800.00 $1,176,000.00 $2,373,600 $3,626,600 294,8W $100,000 $274,900 19-106 1 Lake Mangonia 42" Force Main Aerial Crossing (WPB) 3% 93% December 2020 19.113 WO #27 -Fire Station #9 (WPB) March 2020 19.114 Grandview Heights (WPB) Welllington Lift Stations 5,39,41,44,74 and 85 (Wellington) Fort Lauderdale Emergency Redundant Force Main 1,026,000 $1.937,300 $316,000 $1,660,DD0 31% May 2020 19-201 85% March 2020 _ Replacement (Murphy Pipeline) $2 564 900 $2 564,900 $0 0% Spring 2021 Fort Lauderdale Ph If Las Dies Force Main Replacement _ (Murphy Pipeline} $419,900 $937,50D $0 0% July 2020 16' Reclaimed Water Main to Semiole Imp District (SID) M-2 _ Canal (PBCWIJ) $238,200 $238,200 $0 0% September 2020 TOTALS $13,576,800 $13,711,000 $5,339,900 Work Backlog $6,371,100 Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE Contract Amount Project Type & Location % Completed Name, Address, Contact Person & Tel. # of Owner 4.4 Provide an alphabetical listing of all state or local government or procurement agencies, including telephone number and contact person, that have awarded the Contractor (or any Predecessor Entities and Related Entities) a contract during the last five years. 1 See Attached "List of References" 6 2. 5. 7 J 10. [Attach additional sheets as necessary.] 4.5 Lk.uidated DamaLes Within the last five years, has the Contractor (or any Predecessor Entities or Related Entities) had liquidated damages assessed against it? YES NO X If YES, please provide full details on attached sheets including the per diem amount of liquidated damages, the original contract time, and the number of days for which liquidated damages were assessed. Please feel free to include a written summary of your position on the matter. 4.6 Terminations / Suspensions / Defaults (a) Within the last five years, has a contract of the Contractor (or any Predecessor Entities or Related Entities) been terminated or suspended for cause? XX YES NO Town of Gulf Stream Page 5 of 11 1 /27/2020 State Road Al A Water Main Improvements — Phase 2 Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE (b) Within the last five years, has another party (e.g. surety) completed Work which the Contractor (or any Predecessor Entities or Related Entities) was originally responsible to perform? YES NO X (c) Within the last five years, has the Contractor (or any Predecessor Entities or Related Entities) been considered in default of a contract that was not cured within the time frame allowed by the contract? YES NO X If the answer to any of questions 4.6(a) -(c) is YES, please provide full details on attached sheets. Please feel free to include a written summary of your position on the matter. 4.7 Denial of uualification or Award (a) Within the last 5 years, has any federal, state, or local government or procurement agency denied the Contractor (or any Predecessor Entities or Related Entities) qualification? YES NO X (b) Within the last 5 years, has any federal, state, or local government or procurement agency, after the Contractor (or any Predecessor Entities or Related Entities) submitted the apparent low bid, refused to award a contract for reasons related to the Contractor's qualifications, experience, competence, or financial situation? YES NO X If the answer to either of questions 4.7(a) or (b) is YES, please provide full details on attached sheets. Please feel free to include a written summary of your position on the matter. 4.8 Debarments. Etc (a) Within the last 5 years, has the Contractor (or any Predecessor Entities or Related Entities) been debarred for any reason by any federal, state, or local government or procurement agencies? YES NO X (b) Within the last 5 years, has the Contractor (or any Predecessor Entities or Related Entities) refrained from bidding for any reason, such as suspension or agreement not to bid, or as part of the settlement of a Dispute of any type with any federal, state, or local government or procurement agencies? YES NO X Town of Gulf Stream Page 6 of 11 1 /27/2020 State Road Al A Water Main Improvements — Phase 2 Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE If the answer to either of questions 4.8(a) or (b) is YES, please provide full details on attached sheets. Please feel free to include a written summary of your position on the matter. 4.9 Claims Histo!_ ti Within the last 5 years, has the Contractor (or any Predecessor Entities or Related Entities) been a party to a Claim with an originally claimed amount in excess of $50,000? YES NO X If YES, please provide full details for each Claim on attached sheets including (a) whether the Claim was brought by or against the Contractor (or any Predecessor Entities or Related Entities), (b) the nature of the Dispute underlying the Claim, (c) originally claimed amounts, (d) the resolution of such Claims (including the amount) or if unresolved, the current status of such Claims, and (e) the name, address and phone number of the primary adverse party who an be contacted for additional information, and (f) a written summary of your position on the matter (if desired). 4.10 Bid or Other Crimes Within the last 10 years, has the Contractor (or any Predecessor Entities or Related Entities), or any officers, owners, or Key Personnel of the same ever been indicted on, convicted of, or plead or consented to a violation of a bid crime including bid collusion or any other crime involving fraud or knowing misrepresentation? YES NO X If YES, please provide full details on attached sheets. Please feel free to include a written summary of your position on the matter. 4.11 _Quality Control Does the Contractor have a written organizational -level quality control plan (as opposed to project -level plans)? YES X NO If YES, please answer the following two questions. (a) What year was it first adopted? 2014 (b) In what year was its substance last revised? 2019 Town of Gulf stream Page 7 of 1 ] 1 /27/2020 State Road A I A Water Main Improvements— Phase 2 Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE 5. Key Personnel 5.1 Please provide the following information for all Key Personnel whose duties consist primarily of one or more the following functions: (a) project management, (b) quality control and. (c) safety oversight. [Please feel free to provide this information on attached sheets in another format as long as it contains all the information requested.] 2 3 4 5 6 Name Job Duties Relevant Licenses Experience Education See Attached (a-c above) or Certifications (# ofYrs) (Degree or # Yrs) [Attach additional sheets as necessary.] 6. Bonding 6.1 Is the Contractor capable of obtaining from a Qualifying Bonding Company a performance bond and a payment bond each in the amount of the bid prices that the Contractor will be submitting to the Town? A Qualifying Bonding Company is an insurance, bonding, and/or surety company. x YES NO If YES, please attach a letter from a Qualifying Bonding Company that (a) states that the said company meets the definition of "Qualifying Bonding Company" and (b) sets forth the bonding capacity of the Contractor for a specific dollar amount for this single project. Letters indicating "unlimited" bonding capacity are not acceptable. If NO, please explain why you cannot meet the bonding standards set forth in question 6.1 above on attached sheets. Town of Gulf Stream Page 8 of 11 1/27/2020 State Road Al A Water Main Improvements — Phase 2 INSURANCE/SURETY BONDS JOHNSON COMPANY March 18, 2020 Re: Foster Marine Contractors, Inc. Gulfstream WM Project To whom it may concern: Foster Marine Contractors, Inc. is bonded through Berkley Insurance Company which has an A. M. Best Key rating of A+, XV and a Treasury Listing of $460,644,000. Foster Marine Contractors, Inc. has an excellent reputation in the community and we value them as a client. We welcome the opportunity to execute requested bonds provided they meet the current underwriting guidelines and the provisions are acceptable to both Foster Marine Contractors, Inc. and Berkley Insurance Company. While each project is approved on its own merits, Foster Marine Contractors, Inc. has the ability to bond single projects up to an amount of $10,000,000 with an overall aggregate limit of $15,000,000. Please note that these parameters are not to be construed as maximums and projects in excess of these limits would be considered on an individual basis. If we can be of service or should you have any questions, feel free to contact us at 407-843-1120. Best Regards, r Brett Ragland Vice President P.O. Drawer 672 - Orlando, FL 32802-0672 - 801 N. Orange Avenue, Suite 510 - Orlando, FL 32801-5202 (407) 843-1120 (800) 331-3374 - FAX (407) 843-5772 Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE 7. Safe 7.1 Does the Contractor have a written safety program? YES x NO If YES, please answer the following two questions. (a) What year was it first adopted? 2014 (b) In what year was its substance last revised? 2019 7.2 Does the Contractor hold regular work site safety meetings for immediate supervisors? YES X NO If YES, at what frequency? Weekly x Monthly X Other DAILY 7.3 Have you had any accident in the past three years that caused over $ 50,000 in property damage? YES NO x If YES, please provide full details of each such accident on attached sheets. Town of Gulf Stream Page 9 of 11 1 /27/2020 State Road AI A Water Main Improvements — Phase 2 Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE 8. Environmental Information 8.1 Environmental Record. Within the last 5 years, has the Contractor (or any Predecessor Entities or Related Entities) been found to be in violation of any federal, state or local environmental law or regulation in an administrative, civil or criminal proceeding in which the fact finder found that the Contractor committed the violation and/or failed to comply after having been notified of the violation? YES NO X If YES, please provide full details, including a summary of your position, on attached sheets. Town of Gulf Stream Page 10 of 11 1 /27/2020 State Road AIA Water Main Improvements — Phase 2 Town of Gulf Stream SUPPLEMENTAL CONTRACTOR QUESTIONNAIRE 9. Certillaeations Under Oath By signing below, the person signing below hereby certifies and swears, ON OATH, as follows. I. I have personal knowledge of all the information contained in this Questionnaire OR I am responsible for the accuracy of all such information 2. The information contained in this Application is true and complete. 3. I hereby authorize the Town of Highland Beach to contact any person or entity necessary to verify or supplement any of the information requested by or provided in this Application without liability, and I hereby further authorize any person or entity contacted to provide any and all information requested without liability. 4. The Contractor has read, understands, and agrees to all terms of the Qualification Questionnaire. S. I am duly authorized by law and by the Contractor to sign thi Qualification on behalf of the Contractor. 3/18/20 CONTRACTOR Date �1 au 10r,,,', eConte Witness OQ' ;�' [sigiatnre] - m•U UAC* �.•�• i 96•.• [Name and Tide Printed] — State of Florida 3118/20 County of Palm Beach Date: Then personally appeared the person who signed this page above and acknowledged this instrument to be his or her free act and deed and the free act and deed of the Contractor, and further said person swore, ON OATH, that the statements made under the section 9 entitled "Certifications Under Oath" are complete. �• �--- Printed: — of N`�: Public 1 V\ My Commission ires: y 1_ aV go - & JODI NAPA FELPJ Notary Mk - State of Florida i Commission 0 GG 961175 i /P 1",, Aty Comm. Expires Ater 4, 20I4 Bonded throto National Notary Assn. Town of Gulf Stream Page 11 of 11 State Road A 1 A Water Main Improvements — Phase 2 1/27/2020 BID BOND KNOW ALL MIEN BY THESE PRESENTS, That Foster Marine Contractors. Inc. . as Principal, and Berkley Insurance Company _ as Surety, are held and firmly bound unto TOWN OF GULF STREAM, hereinafter called "OWNER" in the sum of ($ 5% of the Bid Amount ) Five Percent of the Bid Amount dollars, (not less than 5 percent of the total amount of the Bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said OWNER to perform the WORK required under the bidding schedule of the OWNER'S Contract Documents entitled: Town of Gulf Stream State Road A1A Water Main Improvements — Phase 2 NOW THEREFORE, if said Principal is awarded a contract by said OWNER and, within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the form of the agreement bound with said Contract Documents, furnishes the required certificates of insurance, and furnishes the required Performance Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by said OWNER and OWNER prevails, said Surety shall pay all costs incurred by said OWNER in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this 16th ._ _day of _._ _ Marra_ __, 2020 Foster Marine Contractor nc. (SEAL) Berkley InsuranceComoany (SEAL) `x%0%J1 till Gontra�(-Principal) (Surety) ,tee• .......... cr 0 BY: By- �Vu w 1 U Seri- Brett A. Ragland, Att . ney-in-Fact & FL Licensed N I Resident Agent Inquiries: (407) 843-1120 v% D NOTARIAL ACKNOWLEDGMENT OF SURETY) la FioO Page A-26 POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. ,o KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duty g organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Joseph D. Johnson, Jr.; Brett A. Ragland, Francis T. bO'Reardon; Joseph D. Johnson, IH; ,imam H. Cordero; or Tyler Ragland of Joseph D. Johnson & Company of Orlando, FL Sits true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and 1: r-deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation y •„shall exceed One hundred Million and 001100 U.S. Dollars (U.S.S100,000,000.00), to the same extent as if such bonds had been Nduly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, o Ewithout giving effect to the principles of conflicts of laws thereof This Power of Attorney is granted pursuant to the following r-resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: • o T L cc RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant c b Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the 0 o corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney -in -fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, •� or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the > manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and 0 ou further a RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any 3 power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or E „ other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any b E person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued o SIN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its o .°, orpo:•ate seal hereunto affixed this Z4,� iy of AIA&Zk , 2020. v Attest: ' "' Berkley Insurance Company Seal) By B�✓ [1n o Ira S. Lederm J ivl. after Executive Vice President & Secretary nor V President a 4VARNiNG: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY- SECURITY PAPER i; STATE OF CONNECTICUT ) 0 N V ) ss: 0 COUNTY OF FAIRFIELD ) Cd ZSworn to before me, a Notary Public in the State of Connecticut, this day of 2020, by Ira S. Lederman and —`ems e�ey M. Hafter who are sworn to me to be the Executive Vice President Secretary, and Senior Vice President, r- ° respectively, of Berkley Insurance Company. �A� ECG ��� • MY COMMISSION ExPRU k�litk-, APHIS 39, 2024 otary Public, State of Connecticut U CERTIFICATE if, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a ,., y'ue, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company, this /01 day of W re (Seal) 1 Vincenf P. Folte I�� REFERENCE SHEET In order to receive Bid Award consideration on the proposed bid, it is a mandatory requirement that the following "Reference Sheet" must be completed and returned with your bid. This information may be used in determining the Bid Award for this contract. BIDDER (COMPANY NAME): Foster Marine Contractors, Inc. ADDRESS; 3180 Fairlane Farms Road, Suite 1 TELEPHONE NO: 561-683-0034 � Wellington, FL 33414 T CONTACT PERSON: R. Howard Wight TITLE President NUMBER OF YEARS IN BUSINESS 55 ADDRESS OF NEAREST FACILITY LIST THREE (3) GOVERNMENTAL AGENCIES WHERE THESE SERVICES HAVE BEEN PROVIDED IN THE LAST FIVE YEARS. 1. Company Name: *See attached "List of References" Address:. _ _ Phone: Contact Person: Title: 2. Company Name: Address: Phone: Contact Person: Title: 3. Company Name: Address: _ _ Phone: Contact Person: Title: BID DESCRIPTION: Town of Gulf Stream State Road A1A Water Main Improvements — Phase 2 BID NO.20-100 Page A-27 TOWN OF GULF STREAM NON -COLLUSION AFFIDAVIT This affidavit is to be filled in and executed by the bidder, if the bid is made by a Corporation, then by its Chief Officer. This document must be submitted with the bid. STATE OF Florida COUNTY OF Palm Beach being first duly sworn, deposes and says that R. Howard Wight residing at 3180 Fairlane Farms Rd Wellingto and Mary Jane Czajkowski residing at 3180 Fairlane Farms Rd Wellingto and Kevin Schwiderson / Michael Czajkowski residing at 3180 Fairlane Farms Rd Wellingto (is/are) the only person(s) with (him/them) in the delivery of the materials bid upon or the services performed under these specifications; that the said bid is made without any connection or common interest in the profits with any other persons making any bid or proposal for the said work; that the said contract is on (hisitheir) part in all respects f i and also that no head of any department or any employee t e Gulf Stream is directly or indirectly interested therein. BIDDER'S AUTHORIZED SIGNATURE Subscribed and sworn to before me this 18th and without collusion or fraud; or any officer of the Town of `` ltjj iu_...`. e Contt �.•' P4OR1 fog o SEAL : day of March �•'• ggQ 2 ' '�•,,,F/orida. BID DESCRIPTION: Town of Gulf Stream State Road AIIA Water Main Improvements - Phase 2 BID NO.20-100 DRUG -FREE WORKPLACE PROGRAM FORM In accordance with Section 287.087, State of Florida Statutes, preference shall be given to businesses with Drug -free Workplace Programs. Whenever two or more bids which are equal with respect to price, quality and service are received for the procurement of commodities or contractual service, a bid received from a business that certifies that it has implemented a Drug - free Workplace Program shall be given preference in the award process. In the event that none of the tied vendors have a Drug -free Workplace program in effect the Town reserves the right to make final Decisions in the Town's best interest. In order to have a Drug -free Workplace Program, a business shall: 1 . Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contenders to, any violation of Chapter 893 or of any controlled substance law of the United States of any State, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation. If bidder's company has a Drug -free Workp e Program, so certify be4Qw: AS THE PERSON AUTHORIZED TO SIJ04 THE STATEMENt. 4•;LEl `J N THAT THIS FIRM COMPLIES FULLY WITH THE ABOV UIREMENTS. 04*P ' ORy : v a SIGNATURE OF BIDDER: _pA,: 796A .•'� BID DESCRIPTION: Town of Gulf Stream State Road Al Water Main Improvements — Phase 2 BID NO.20-100 Page A-29 SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to the Town of Gulf Stream (print name of the public entity) by R. Howard Wiptt _ (print individual's name and title) for _ Foster Marine Contractors, Inc. (print name of entity submitting sworn statement) f whose business address is. 3180 Fairlane Farms Road Suite 1 Wellington, FL 33414 and (if applicable) its Federal Employer Identification Number (FEIN) is - (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or materiel misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means finding of guilt of a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or in formation after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes means: A predecessor or successor of a person convicted of a public entity crime; or An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. 1 understand that a "person' as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to Page A-32 transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this swom statement. (Indicate which statement applies). Xt Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative hearings and the Final Order entered by the hearing Officer determined that it was not in the public interest to place the entity submitting this swom statement on the convicted vendor list. (Attach a copy of the final order). I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT 1 AM REQUIlftD TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS 4PIf THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA 4TATUTES, FOR CA ORY TWO OF AN�f��CtMIA!«itG,, IN THE INFORMATION CONTAINED IN THIS FORM. .��t,ne Co���.: U i `S�A1 "� - + �.,ti 964 rr .o . Lys t,, l � �..NN•� Sworn to and subscribed before me this 1��"h day of �,r r � , 20av'ee�''�°r�da Personally known. Or Produced Identification _ Notary Public — State of T My commission expires (Type of identification) 5W (Prints , ed qt stamped c missioned nam f notary1public) M y Pub k . State of f lorlae �unLnbn�/GG9btt15 µy cow. krs Mar 4,1014 6xp a Assn. gpndlC thrau poury ^ c _ . Page A-33 -> -� JONATHAN ZACHEM. SECRETARY dbor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES WIGHT, ROBERT H FOSTER MARINE CONTRACTORS, INC. 3180 FAIRLANE FARMS ROAD SUITE 1 WELLINGTON FL 33414 LICENSE NUMBER: CGCO13244 EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFloridaUcense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. - ---- ------ - - I 1' Village of Wellington 12300 Forest Hill Blvd., Wellington, FL 33414 f (561) 7914000 1 BTR@wellingtonfl.gov Business Name: Foster Marine Contractors, Inc DBA; Foster Marine Contractors, Inc Business Location: 3180 Fairlane Farms Rd 100 Wellington, FL 33414 Owner: Robert Wight License Number: BTR-000052-2019 Issued Date: 10/3/2019 Expiration Date: 9/30/2020 Sub Classification: General Contractors 2019-2020 LOCAL BUSINESS TAX RECEIPT Business Type(s): 237110 Utility line (i.e., sewer, water), construction Mailing Address: 3180 Fairlane Farms Rd 100 Wellington, FL 33414 License Type: Business Tax Receipt Classification: Construction Lynn Barth, Master Business Tax Official This receipt expires September 30th of each year. It is your responsibility to renew your receipt annually. TO BE POSTED IN A CONSPICUOUS PLACE fin FOSTER MARINE CONTRACTORS, ` 3180 FAIRIA- NE FARMS ROAD, SUITE 1 WTLL NGTON, FLORIDA 33414 561-683-0034 PHONE 561-683-0333 FAX LIST OF SUBCONTRACTORS Pine Line Striping, Inc 4915 Georgia Ave West Palm Beach, FL 33405 O 561-586-8115 F 561-586-8158 Dennis Leavy & Associates 460 Business Park Way Royal Palm Beach, FL 33411 O 561-753-0650 TB Landmark 11220 New Berlin Road Jacksonville, FL 32226 O 904-751-1016 FOSTER MARINE CONTRACTORS,_ Q LIST OF NAUNICIPLE REFERENCES City of Delray Beach 434 South Swinton Avenue Delray Beach FL 33444 Begona Krane O 561-243-7299 F 561-243-7060 kran@mydeiraybeach.com City of Greenacres 5800 Melaleuca Lane Greenacres, FL 33463 Monica Powery O 561-642-2054 F 561-243-7060 m owe ci. reenacres.fl.us City of Lake Worth 7 North Dixie Hwy Lake Worth, FL 33460 Giles Rhoads O 561-586-1640 rhoads( DIakeworth.orci City of West Palm Beach 401 Clematis Street West Palm Beach, FL Laura Le 561-494-1040 F 561-494-1117 IleO-wpb.org Immokalee Water & Sewer District 1020 Sanitation Rd Immokalee, FL 34142 Eve Deyo O 239-658-3630 evadevo(@Iw-sd.com Loxahatchee River District 2500 Jupiter Park Drive Jupiter, FL 33458 Kris Dean O (561)-723-8263 F 561-747-9929 kris.dean ,�loxahatcheeriver.or..: Palm Beach County Water Utilities Department 8100 Forest Hill Blvd West Palm Beach, FL 33416 Michael K. Gleman O 561-493-6144 F 561-493-6060 MKGleman@pbcwater.co Steven McGrew, P.E. O 561-493-6110 F 561493-6060 smc rew bcwater.com Seacoast Utility Authority 4200 Hood Road Palm Beach Gardens, FL 33410 Brandon Selle O 561-627-2900 bs elle rvsua.com Town of Jupiter 17403 Cental Boulevard Jupiter, FL 33458 Steven Montemayor O 561-741-2352 F 561-575-7786 stevenm@juniter.fl.us Town of Ocean Ridge 6450 N Ocean Blvd Ocean Ridge, FL 33435 Tracey Stevens O 561-732-2635 F 561-737-8359 tstevens@oceanridge orida.com Village of Wellington 12133 Ken Adams Way Wellington, FL 33414 Anjuli Panse O 561-791-4145 F 561-791-4045 &:janse ellingtonfi.gov FOSTER MARINE CONTRACTORS INC. LIST OF REFERENCES City of West Palm Beach 401 Clematis Street West Palm Beach, FL Laura Le 561-494-1040 F 561-494-1117 Il�pb.org City of Lake Worth 7 North Dixie Hwy Lake Worth, FL 33460 Giles Rhoads O 561-586-1640 g rhoads@lakeworth.org Engenuity Group 1280 North Congress Ave, Suite 101 West Palm Beach, FL 33409 Lisa Troppe O 561-656-1151 F 561-832-9390 Itr0peRe(8-engenultygroup.com City of Delray Beach 434 South Swinton Avenue Delray Beach FL 33444 Begona Krane O 561-243-7299 F 561-243-7060 kran@mydeiraybeach.com City of Greenacree 5800 Melaleuca Lane Greenacres, FL 33463 Monica Powery O 561-642-2054 F 561-243-7060 moowery@ci.greenacres.fl.us Palm Beach County Water Utilities Department 8100 Forest Hill Blvd West Palm Beach, FL 33416 Michael K. Gleman O 561-493-6144 F 561-493-6060 MKGlemanOD12bcwater.com Steven McGrew, P.E. O 561493-6110 F 561-493-6060 smcarew@pbcwater.com Village of Wellington 12133 Ken Adams Way Wellington, FL 33414 Anjuli Panse O 561-791-4145 F 561-791-4045 aRansegbwellingtonfl.gov Town of Ocean RWU@ 6450 N Ocean Blvd Ocean Ridge, FL 33435 Tracey Stevens O 561-732-2635 F 561-737-8359 tstevens0oceanridgeflorida.cam Loxahatchee River District 2500 Jupiter Park Drive Jupiter, FL 33458 Kris Dean O (561)-723-8263 F 561-747-9929 kris.dean@loxah atcheeriver.orr Town of Jupiter 17403 Cental Boulevard Jupiter, FL 33458 Steven Montemayor O 561-741-2352 F 561-575-7785 stevenm(iupiter.fl.us R J Behar & Company 6861 SW 196th Avenue, Suite 302 Pembroke Pines, FL 33332 David Romano O 954-680-7771 F 954-680-7781 dromano(&-ribehar.com Mock Roos 5720 Corporate Way West Palm Beach, FL 33407 John Leemon O 561-683-3113 F 561-478-7248 john.leemonOmockroos.com Mathews Consulting 477 Rosemary Avenue West Palm Beach, FL 33401 Rene Mathews O 561-655-6175 F 561-655-6179 rmathews@mathewsconsulting.com A-2 IND FOSTER MARINE CONTRACTORS, INC. 3180 FAIRI.ANE FARMS ROAD. SUITE 1 WELLINGTON. FLORMA 33414 561-683-0034 PHONE 561-683-0335 FAX KEY PERSONNEL 1. ROBERT H. WIGHT — PRESIDENT (SEE ATTACHED RESUME) 2. KEVIN SCHWIDERSON - VICE PRES./ PROJECT MANAGER (SEE ATTACHED RESUME) 3. MIKE CZAJKOWSKI — SUPERINTENDANT (SEE ATTACHED RESUME) 4. MARCO RUIZ- FIELD FOREMAN Senior foreman with Foster Marine Contractors, Inc. He has 27 years experience with all aspects of underground utility installation, lift station and manhole rehabilitation, restoration, roadwork and various other elements includingjack and bore and horizontal directional drilling. He has supervised 5-15 man crews. 5. DONALD POTTER- FIELD FOREMAN Senior foreman with Foster Marine Contractors, Inc. He has 17 years experience with all aspects of underground utility installation, lift station and manhole rehabilitation, restoration, roadwork and various other elements including jack and bore and horizontal directional drilling. He has supervised 5-15 man crews. Updated Feb M4 Robert N. Wight Education 1972-1976 Auburn University Auburn, AL BS In Binding Construction ■ Sigma Lambda Chi Scholastic Honorary Work experience 2014- Present Foster Maine Contractors, Inc. Wellington, FL President Professional Responsibis for overall management of Company, estimating, administration and coordination of projects. 2002-2014 Chaz Equipment Co., Inc. Wellington, FL Vice PresidenNEs[imator/Project Manager Responsible for the estimating, administration and coordination of projects. 1991-2002 City of Delray Beach Delray Beach, FL Deputy Director of Environmental Services, Constnwtilon Worked with City Engineering and outside Civil and Architectural Design Consultants to develop Capital Improvement plans and documents. Responsible for the administration and coordination of over $160 million of capital construction including Water and Sewer, Paving and Drainage, Beautification and Parks, Utility Plant, and Building Construction. 1985-1990 Haynes and Wight., Inc. West Palm Beach, FL Viice PresidentlTneasurer Responsible for all management facets of Heavy/Highway construction firm. $6 million annual volume. 1977-1985 Crabtree Construction CO., Inc. West Palm Beach, FL Estimator/Project Manager Heavy/Highway Contractor. Managed projects up to $1.6 million including private and public. 1976-1977 Alabama Gas Corporation Auburn, AL Marketing IRepr"entatilve State of Florida General Contractors License #CGC 013244 1160 Sea Grape Circle VIC +�-P.RESIDE TT / CO�OWI�TER Delray Beach, Florida 33445 1% MMAME 561-248-0946 f Water / Wastewater Projects] Email: kevins@foster-marine.net ■■aararaararrrrrrararrarrarrrarrraraaaarraaaarrr■■araaa•rrarraararraarrrr July 2011 to Present Vice -President /Owner / Estimator Foster Marine Contractors, Inc. Responsible for company's longo term growth, stability and major decisions; Estimating (projects from 500k to 10 Million), managing /construction of projects including: Pump Stations, water and wastewater projects in SE Florida. June 2006 to Project Manager / Estimator. Chaz Equipment Co., Inc. July 2011 Responsible for estimating (projects from 500k to 20 Million), managing / Construction of projects including: Pump Stations, drainage, water and wastewater projects in SE Florida. I Q Water Pump Station Project (3 Million) August 1999 to g Vice -President of Operations. Douglas N. Higgins, Inc. June 20M Ann Arbor, Michigan (General Contractor). Annual sales total 45 million. h4iects bid and managed over 6 ymLO mil] include the following; 1) Barton Pump Station Modifications (623K)—City of Ann Arbor, MI. 2) Maple Ridge Sanitary Sewer (1.5 Mil} --City of Ann Arbor, MI. 3) AATA Bus Terminal Hoists (575K)--City of Ann Arbor, MI. 4) Cone Road Bridge Replacement (400K) NMT 5) Surf Rd. (5501)-City of Boynton Beach, FL 6) Seacrest (1.4 Mil) -City of Delray Beach, FL 7) Drainage Basin IV & Vertical Turbine PS (3.1 Mil) -City of Naples, FL 8) Port Royal Pump Station (2 Mil) -City of Naples 9) North Andrews Gardens, BP 4 & Pump Station (8.51YTrl)-Broward Cty., FL 10) North Andrews Gardens, BP 5 & PS (93 Mil)-Broward Cty., FL 11) Green Cay Wetland Proj. & PS (11.1 bM)-PBC, Fl 12) Nubbin Slough, Phase I & PS (9 Miil)-US Army Corp of Engineers. April 1995 to Division Manager in charge of Ann Arbor August 19" operations for E.T. Mackenzie Company (General Contractor). Annual sales total 25 million. August 1986 Vice -President of Operations. Douglas N. Higgins, To April 1995 Inc., Ann Arbor, Michigan (General Contractor). Responsible far carrying out all contractual obligations with Owners/Engineers concerning drainage, water and wastewater projects. Projects completed ranged in size from $500,000 to S 15,000,000. In charge of daily production, proper construction, final completion and profitability in conjunction with managing a construction workforce of approximately 150 employees (project managers, estimators and superintendents). Ultimate responsibility in estimating/bidding, negotiating and administering subcontract agreements. Miami -Dade 84" FM Project (one of many) February 1984 Project EnAneec Kokosing Construction Co., Inc. to August 1986 Fredericktown, Ohio (General Contractor). Responsible for construction of "major" lakeside sewer system, prunping facility and wastewater treatment plant (Buckeye Lake 23 Million February 1982 Project Manager. Whitaker -Merrell Company, Columbus, To February 1984 Ohio (Highway signing, lighting and guardrail contractor). Coordinated specialized road construction projects throughout Ohio. June 1978 Project Manager, Douglas N. Higgins, Inc, To February 1982 Ann Arbor, Michigan (General Contractor). Managed projects (I-ISmillion) in Florida, Michigan and Ohio. Achievements • General Contractor, CGC License # CGC1521085 • Awarded I " I "Contractor of the Year "by American Public Works Association —Florida Chapter. • Thirty years experience in all phases of water and wastewater construction in Florida, Michigan and Ohio. • Member of the Sault Ste. Marie Tribe of Chippewa Indians. Education • Four years college @ Lake Superior State College Sault Ste. Marie, Michigan (Construction Management). References Excellent references are available upon request. M ICHAEL CZAJ KOWS I Objective Position as a Superintendent in construction, specializing in land development, road building, and underground utilities. Experience July 2011 — Present Foster Marine Contractors, Inc. West Palm Beach, FL Superintendent • Field Operations • Installation of Water and Sewer mains • Installation of Storm Drains • Infrastructure improvements (roadwork, concrete) • Manhole, Lift Station rehabilitation April 2000 — July 2011 Chaz Equipment Company, Inc. Wellington, FL Superintendent/ Vice President • Installation of Water and Sewer mains • Installation of Storm Drains • Roadway restoration • Manhole, Lift Station rehabilitation/Utilizing Sewpercoat PG June 1997 — March 2000 Capital Contracting Troy. MI Construction Foreman • Installation of Water and Sewer mains • Construction of roadways April 1997 — June 1997 Posen, Inc. Utica, MI Construction Foreman • Installation of Water and Sewer mains • Installation of Storm Drains • Roadway restoration 1992 —1997 Chaz Equipment Company Inc. Delray Beach, FL Construction Foreman • Installation of Water and Sewer mains • Installation of Storm Drains • Roadway restoration • Manhole, Lift Station rehabilitation / Utilizing Sewpercoat PG Education Stevenson High School — 4 Years (Sterling Heights, MI) National Institute of Technology — 2 Years (Sterling Heights, MI) Macomb County Community College — 1 Y Years Approved Applicator Certificate — Strong Systems, Inc / Sewpercoat Applications (June 1993) Confined Space Entry Certificate (September 2000) 10 Rho J.bM•cl�tlee � ° ' iiWLLODM1MCf Cnnpa Anao Add—flgN[ emW DtN YALUE N'aa Ta•brwdrtu. - tlw lr.a lM N.. d ti.edtl rr•dtatltn Md. Moth C•rrnp via, Thb"ma wshad d. prom wk%wae.M eard..ad zrr>$ w.111 Na 26, 27, Td. 29. M IMld. e.a.rbmrt siardnm d Pd. G.th Carrm y w•o,Tm.mt H/M/2OSJ SO,sn asso NdwI ICOt.atn W.n r.h. Nab, mrrW 5GbM1eu7 MmGI—SoOMaar.n�n axi N.rd Ff. a seae wwM.t oClmt. tuNn6 Pa13td p.na, b.bmd4 aty.fitbove•.rh p4MIi.Ma 'm" t"a'trr4°"i°l' 'p 200NOWMA—.0droy �'rr'� 1+s1+ m 'r' Arm,TABS M e fide. .",+. MOMI•.dd.atMo�tbwndrmdal, - Maswbltolt Armray ss4ldsTmo bnprswm.eb einaa ,wo,xkn,landd+dhsuarrlPdmpm12114ru 0,UKT1T15 m, food YlWam a bgMdh RllaM •a115 eanaroimml.lnrbnekmm 561M3725T d«dn.dtuhemrdua4w•4dw.tdne, Mors wvwwntsl•Mnpwrd I Amp,-.eI`�-4 hworMud.rraUm•nea-_ 1— _ ----TNrprel.tt maI ofroanhoNmh.bdeetwyorannd.ae.km mddnl madolm Mob..a tram eN station WW 1fi13 .Ntht.dua.ae td..atwrtwae.m.muu.w 113012osd $10,54I.dd ss1-TeLd070 heM rawmuMd•ne.d B.YC.IwylmPm•.m.mr 1ddo O•ycoomy edr. scab, Gramat•m I.& ime vcdaryedt. Ara sod,Rls•w w+a b•.dbwdddawy, hdlb.ewr whs Ed tondry swM,lmw M••tbN drd. d— .d pro% other mbmlon.ot,—d4 33m m. .M a.m.dod.ppr.lwarrnr. - TamdArgar brbl.eond•gvadmraly-- bnwrolwnwrWma wmwm•orwib •tw3od wdb-Ifa ar.Mou, i - -- 17W Central Blvd. •- ' 11-ils eWn 17aos6rrb.'el tl,lupltw,R v.lvoahydmmy naomlon, w•oraNrr 2/15/20ss Sd51,2q.10 st•.. Mwa a•ya A"or, r11s151 saLTa-md steremmsmome..n..e _ asl.ttiaa..Ma.hr....,•,r�..d, - Tbh~cDn*tMallortb.mm.monofv vM wwu hao IYortln Asaw m N.Mnd Av.nn.,.kW OgalGr.tnw.s StmhAvwn Nath•d.d.ndd fi.dwrsbofid IMA.. WhmsarOa TwpsoPe Mnh.Mnuth of Ift Avmrw North wwdm M.rtin bwad GPaa./ , LF1L 5 311m•1Nslwtol.ne, Av.tm..MWrp Awr.r, Aaodatd tonn•ndtwd.. o 7f"Aas $dMT.62 Crooro Thornycona ssdTNwssrd seed Fortl.rd.rd.o FL,lss09 954-MSUD d—,ttxnhleAttr•mhllwm•ron tnm G, RdM sstooling water mwbs bvaod ION, Aa North Awod.ot, Inc MLe1L2017 .M om•rlry d wwawt wMo Nny Avwrw .lwe ' weh dhwlndd.lrotwork a d.e..md•od .ppdranas. I•h. i..0 [amrydrn 7NtproJ.[towdbddralmimpr•aroomto tlhw Nbam AOi Ntit•ry waLfnmftraMon Cbt MnmtbdaWMIftryT.H.whkhkdrd•d 2MON.1Weond. 15-0M T 1Dmt p G.adlmtlwr OMawr 11/2d/2M5 sese,2l7M lobe Mp•bbb was Palm M.th,R %1EM-diTs e.pr•ra.•mt ZWOLb.dead, IAelywab wd rwM.ywarb.M aamtlwd e34n ww Fab. U-h FL INII KP•re•rwm� I.Pb.T_pmar The He" Com eer fronb all .m idled appurmnan[as for the 11-116 (rplfaa IU lhrdd. Aw•, hmamdoed7trtm, .I.07Dt7nipWMwdothm JVMVID $3A"A7200 tha.w.. 101 NE 11'i 57 9Ga 5.11311 dwKwa J d mwa.,FLMM m.apmrMf.n psm avadl Tows Sga.m. Belmtm Beach, FL 33435 Th9 t719JM mml W d d trpmthM r sdAp1 CIYdW.d hhn l.adt mdmplmweprmdsetal Mrrddsdel IS,= 910InIWI A— 1 1010,ed ftrma4 mdar/tmmdrai..dmd tawcow /lto.ehwmnd A(JV2119 $2"M9.92 Viedlm6hmerot Roar p1./FifaT .•• W.afdm9aedt,fL1If01 LhrWa/IR eDwMmldmltrhiy.a..rpiaet W.d Pad. WAR r' the add6MirC W(d.- dreN)mlQ.1Adr.. ISM I7.iidf. mdhs.m-Yatw Taw wino r prod&aU—.v..mpmlarlpaed 19-102 hay.m AtW Cmael Mvd,lybyR eppuTbwrtnvmmmaw tld mppP 39twoltrA 8/17i1039 SBstAilal Ste"Mmrsm.tr'r 171W Oxwd OW 501-741-1710 (W1sm 0!l% (191dsn. vdvm MMM v.Amr. hwlar,Rasm 294" Ipd.rMMml/d16n3 tmmmod CamblMbsmMtw Rwld.dboorM.twm.elda.lwrrmlY.ed.tl 906MM. Bush ILYD. llt at..datWappmbnwvas 6/Y1B1f Sf2Add.m Or... .. 0ak"O.-NR9g3 . 51147GK52 �: 'ra�woedemee.9escem f i I.Oprm1(12S Iij a174• r.hdmmd t.nu'ft ptp. Ihal: mm..pp..1200 Lfl d SP RV p eh. Wftllhwh.od Abut Yl t2pd L."tapwh .m.m.ntrmmlq.at tmm lMhAwnu. Nadtm 9l1 39•fas D�dail ct CdhP fh..% 1M lab Weteh lagoon hdal.dmuf p...WWp P.J. _ 51.19.17130 [Idtwd Woe 5613tF1710 Ylo WmtlR S y 7s61 me l Inilm d.d wlw a tmahtwtl.n d. lmm b md,FLIMU I w.wl whmlwpplt[m sWml d.+hmP.p4m M nrvks . 1+1JI Yrpl newrPorypw srv"ft liNm Wepr I Mat Im-fiMmmMtll4Hw5wvk. ►.h0. mlomm Mhla19.mw li'.ra 9YtltllGryllabe ,IO1WmrWlb.aR sohWD1911.mpeb W.tN 72rydW.slpa(fp Nub.aeR.dmwrpl.pp1p 11mmNIMmWNdFtsd 9.103 0s N2 COSt7.n.W Swa.0 HWmlflb. P"me. hesmdmd.rm M r $171.600d0 AY K_z 5614W,041 hWtrebrt<R Watmplm..h'n3f01 hupl.A.At1me�dem .naredlftVVdm Weat Msa FL 'Surbm ttmemS.rdr. pohw sdltlnlrrdm p`.m .ehthsmrm.ertnhoefmailo wdfnppmlmtd � Cat/rgq.det mehl pltnrAm►• ` j ihh goJ.rtomdw.d demsnuzM�.esw aWol D.hayl.mh Pwm.m rWlm, mlpmom.mbdsl, sethhll Plftlat.lmwa, mnm.tadd..rayr, Sfhd 6tn.at 100N1Y 1ch RSSm, 17.702 D.krymad.R91W �mnw.h dd.w.04 `sp.PNDh4W.%.Tmhd.s, hntaowmama 11PIM7 .7.lwhtmn awaw, S2,dW.T.7.10 am —than. %1.1wM0p Srane�mvd..Yrvhe. h.com A.f.d C. mom— swap Q.dVtl rnd.gpirl/Mp0m4 p•.selm0 mh.ymarh,R 7SIM '/175 564243-7297 mseFlelJdSlM.d IIWtYK,MtlmQrydDdmY e.ath. .__ 7M.Pm).R.anNbt.ddn...hd. mh.9Pk.t)en - 17a1D ouhb. Pb,1� •e• CIamm NowDWS, V. 9dllrh huh.d.d r.P1.dryMahM obha, m,.mM . he.B-6 GWdlkR31W i1.hY cod. AWMM MF.mMRt VAMb Md M.eetl.Md f- tub4tleo 07 ■PPr.dm.bW WD � do n'S )aFo ularwc,lsasu�dm•n�pmlAdu- PVC w.brmlry pfilF)d Ir p w.Mr.e.b. AC WA7GMAINAND )1.Ow LF) d P' NDPF, p67-LF) d lr twm cnw 17-214 UMMWFDWA7ER %-M b.W w&S.— LFJd1r NDF6+Mi�1F)a7R'NDPl mpr MmNREP1lUMINF, OIMd .Mhtph h,th .. ..h'.b Mtl.t.W.M.anm dory PHASES M d..nmMId.PP.mdlemd7677mmd ddMl nbntm aetM.M .mbr mde, h IdiMM...d .PPmb.IMMA tdn Mbcd ..PIm mlm d b.m d —0.916M. 9/Id/2017 I SUpSOg0 7.. P,*.t M..bwfth. O.ObwgyMml.S Id {11 r.mmtNn Wmh.w6WWrMM..dditbwdP SM.wmUdkVAWmdt7 .m.r9Nm tltm. hlmdb5 YPm.Pi Wp49, em.M 17.13E OR 9btlen PS. {100 Nmd Ib... m.M, wna.t. aanh.7.adt5..Dd.hnddnt P/U/20U hY. b..d.6md..L RPM. SSS70 Md k-b--AYwl m.dl.7M P.Od.M Md do fM...Iv.ltlm dO.. aMRW DR m.6M M. Mm nmdmY, 4duCry..momld P.mPti Ip.dl7...rer m.hd.M.l.cbkY.Rdp...01 7f dt imi.K m.yd.dd iwkpm.m d. miMar. 17-122 pFd1. F. M.I. � tst" hd.dd dFY. 9ms ask Wo...k IddndmsD.d. Ibb.. .mbr.d. P.mHnm.ddaaW U—.k .d 4%(21R 25-w1 An RANCI WAIERL him R..dINWCWb.4nM 6521SPdh CaW..m A..w. Wb9 MOPS IIh StWM. canMdWHIm Sand" SCN91 WS7AW71DN hlmlPdRMFLSU61 Rnwr9an0cw 7hLP *c Mndm.ddth..M.tr.dl..aF 9/24 0U C VdWa W.dh ddi �Wwt,FLSS"l ro.tlw.YlmPt.vwnM.md..mRu,dpdryasd �vgmp v. an.khl5,atmmrm.mltlWlo..mwoWm, mdal U/i0/1021 56LSK17w .m.d.bd"WAf.—f.rth.t7lydMh.WW.IdL CgdRl d.B.nth SOS C.mnh .k Wert hlm 1t.lno. 4 D.m.bd.6rRwrtlM V.Fm It-USEm.pnq-0mnmw I1ohdy Ft AMU 1odandlen,r WmrM.hl/S•Sl.h ibPw, R.dA1R 661494109E Mdco pm64pMRsd.vYl, hd9YPy qn1 Man. 1. dmdf.9 andSddh.S Rwstr/AMtm dtl $9.79 AM40 I __ I IDIDLmbIl lRd. I _I hnm.ul.,FLSGM . iwsdraa Q00 Watl Rad. 5960,A6D0 L.l.den SM. Pah. and da d m 561@7.7800 hseB.OAo.tan gedM 33 1UNmM0ranlP.An f1.7=SAMSS Mh. ilSfl 17b20W7Dd eM.elshow.Mm Cd.ad.. R 57501 le. t.lm..d P6 am Fm.m 1w $111L SMI,SUM C. WLw Wed hlm loah, Fhdd. SU-4996MB f9m Sl615 CgaFMtm WbM s3.W7.099.57 Md. M M,&. 7Nadh Md. Wlhmry 561- WUU MM d71 d.m.m 1lmm, SM,f5P.60 Mv. t.. PE W.Nhh.M.th.R 661�1.1W0 WOOL + . tIIydW..eNan R..ti d01 _— mug VI—SmrAMMI c� � ft�� PFw, M.i.ioNYalYhm Ddwhw=.n CrowMaw.p.wlwmt 5:149afole CalpsdChplpwoMe.m tl7a B awb d w W I M d— S• Ewtlry S— --d FYlpp.lwa•wn" SoUth Fbdda F* eFP.wr P.i bdAktim d-pb.. Blwwtl.nd U-M ttr..RFS.mtR.pd.• M7 S.W.. M4 FdeL./ P%w RFO.arey w p.ord.S mb cmt Sip! 6.ala W.AP.Sna..eh Raaau W4Cutmtdwpeplptp..pk..pP.4 elms. b.&Mand ca.P.d- - lebpMrtad.l.ddgkwd.t.11.dwela m��k_ daylt Fld♦.bmwakt wRepl.Imt wwY. CRYditmank" each mdosewd—umNpl."I 39-a01 VfflgnDa..AYwtw dDLck mblawa .dwP.mdwod4..twd"N.. t.allwte.S, 5/32AM WWtJWMkvd4FLUM iMowlD SbVck-dmeldud.sp—m npFn tll.wddYglrtallP (.w.m iMp�e. RtAwsed.n a1laaaD. Ntd.S.Mr WIw TamdhphF M.td. dlrworV mmpar.rd 15,td1 Idpc Prop.m 174n4.tr.Iand.kpwr.R .pPu.rww.. btmrowdnpl.w llltRo lod! 9/17/aa19 fwtsls) um �pd. whm dwnk. wh/M. 1l-306 IMdurwa.dlalDWFdlry h.Rrood CmUw.Ow dow No" 6 h ' w.e wMd v *wW.D llt mrotl...dapptptpl.tm.. F•i.ppwt(m tgefar Lf twaawnr. pip. Mft nAftappm PW LF) afW ROIn a. NNp�hMtwd Rd-DSYI CtY.f l.ko Worth mm "m ftwwf m 3Mb Aw.m Nodlto is-IDSOaKa/�l..t mi Cothp Ar % twWk. W-,6 l.paolwtd.tlo. d P......h.1R.� l.W W.M. FL la.il 6o!llld--d'.M wM•coewvdim d.nn.r ...wdl wtl4 L..Peglte. wd.16w dMrp.Wrr. I. wr.W. hnrll.wRY Pe1FP�. Sw.k.fim IF.w Wwi.r Mdrelhpptb.mMSIbR..ttldt. F'.int. LkarolYwrSwtmlaa Fdele{Cry wF.W WOaaaN.wYta W.tr Cpalwditbns" wam.tl j wmtflewwFNwSmmwtftm 19.10f MWI PRa 411 Cl.w.tk SDw% Prgrwt►ilw(ww Wemdrrrte e. Wat Mena.W4FLWMa kMd[o4 MMrammdbmgf wr EddYy W&W� •Sq.k.w fl w SrMw feedad+J.S—W .p*.to' ahtlo{l.rwmrta h..e.Rdardet pkotdd I —_ ��. ORJ[ippMwd.b RatAYy. I baClpw.tbtW..` SSf.@LW l.v+wwa Wwt M*.f -kFL M-M&mu Santa aDB7 Saddm 04 fa.Sa w Alm Brown W W Pwim S.acb, FL S6 1-7 o4m dPp � 33411 4UC.MV.bStrwt.SteIi— `II Ssaslassl YYdwpk7w..o. W.dP.e.M.3ft I SDL.1f11W .i..m.trre6a. aawl I 17.05 O."I SK 59K2" ftm Mae.a.Fr Aph.r.ftaadSF s51.71I.a730 FQnwleiRluoRe.am $0.1mm C.,valm t.et I iSDB.rp RRBMVD. 511.aWiM7 D.IroFRwdy RiSl6i Vim' S1,211.MM I Rkh.W itni. � Ialei W SiR , M-Mi = 1 b1t1..mWatrm,5lh 1.YRw.a Wwl P.im M.tlyR SDI.caFlDF1 j} 33m