Loading...
ITB for Normandy Shores Golf Course Improvements 21-06/07 fi ~A, 3/1/0 'J INVITATION TO BID FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS ITB # 21-06/07 (~ITY CLERf.( BID OPENING: January 30, 2007 at 3:00 PM Gus lopez, CPPO, Procurement Director PROCUREMENT DIVISION 1700 Convention Center Drive, Miami Beach, Fl 33139 www.miamibeachfl.gov F: \PURC\$ALL \Roman \bids \07\ITB-21-06-07\FinaIITB-21-06-07 .doc e MIAMIBEACH f\ J Ii - 5/;'1/0'1 00600. CONTRACT: CONTRACT THIS IS A CONTRACT, by and between the City of Miami Beach, a political subdivision of the State of Florida, hereinafter referred to as CITY, and QGS DEVELOPMENT, INC., hereinafter referred to as CONTRACTOR. WIT N E SSE T H, that CONTRACTOR and CITY, for the considerations hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK CONTRACTOR hereby agrees to furnish all of the labor, materials, equipment services and incidentals necessary to perform all of the work described in the Contract Documents and related thereto for the Project. ARTICLE 2 CONTRACT TIME 2.1 CONTRACTOR shall be instructed to commence the Work by written instructions in the form of a Standing Order issued by the City's Procurement Director and a Notice to Proceed issued by the Contract Administrator. Two (2) Notices to Proceed will be issued for this Contract. CONTRACTOR shall commence scheduling activities, permit applications and other preconstruction work within five (5) calendar days after the Project Initiation Date, which shall be the same as the date of the first Notice to Proceed. The first Notice to Proceed and Purchase Order will not be issued until CONTRACTOR's submission to CITY of all required documents(including but limited to: Payment and Performance Bonds, and Insurance Certificate) and after execution of the Contract by both parties. 2.1.1. The receipt of all necessary permits by CONTRACTOR and acceptance of the full progress schedule in accordance with technical specifications section, submittal schedule and schedule of values is a condition precedent to the issuance of a second Notice to Proceed to mobilize on the Project site and commence with physical construction of the work. The CONTRACTOR shall submit all necessary documents required by this provision within twenty-one (21) calendar days of the issuance of the first Notice to Proceed. BID NO. 21/06/07 CITY OF MIAMI BEACH DATE: 12/28/06 81 2.2 Time is of the essence throughout this Contract. This project shall be substantially completed within three-hundred-six (306) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within thirty (30) calendar days from the date certified by CONSULTANT as the date of Substantial Completion. 2.3 Upon failure of CONTRACTOR to substantially complete the Contract within the specified period of time, plus approved time extensions, CONTRACTOR shall pay to CITY the sum of One-Thousand Dollars ($1000.00) for each calendar day after the time specified in Section 2.2 above, plus any approved time extensions, for Substantial Completion. After Substantial Completion should CONTRACTOR fail to complete the remaining work within the time specified in Section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment, CONTRACTOR shall pay to CITY the sum of One- Thousand Dollars ($1000.00) for each calendar day after the time specified in Section 2.2 above, plus any approved extensions, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to CITY for its inability to obtain full beneficial occupancy and/or use of the Project. 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 CITY 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. The above-stated liquidated damages shall apply separately to each portion of the Project for which a time for completion is given. 2.4 CITY is authorized to deduct liquidated damages from monies due to CONTRACTOR for the Work under this Contract or as much thereof as CITY may, in its sole discretion, deem just and reasonable. 2.5 CONTRACTOR shall be responsible for reimbursing CITY, in addition to liquidated damages, for all costs incurred by CONSULTANT in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. CONSULTANT construction administration costs shall be pursuant to the contract between CITY and CONSULTANT, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due CONTRACTOR for performance of Work under this Contract by means of unilateral credit change orders issued by CITY as costs are incurred by CONSULTANT and agreed to by CITY. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 82 ARTICLE 3 THE CONTRACT SUM [] This is a Unit Price Contract:* 3.1 CITY shall pay to CONTRACTOR the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. [ X] This is a Lump Sum Contract:* 3.1 CITY shall pay to CONTRACTOR for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 Payment shall be at the lump sum price stated in the Contract. This price shall be full compensation for all costs, including overhead and profit, associated with completion of all the work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract lump sum should be included in the lump sum price to which the item is most applicable. *Note: Some Projects include both unit prices and lump sums in which case both sections shall apply to the Work identified for each type of Contract. ARTICLE 4 PROGRESS PAYMENTS 4.1 CONTRACTOR may make Application for Payment for work completed during the Project at intervals of not more than once a month. CONTRACTOR's application shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with such supporting evidence as may be required by CONSULTANT. CONTRACTOR shall include, but same shall be limited to, at Consultant's discretion, with each Application for Payment, an updated progress schedule acceptable to CONSULTANT as BID NO. 21106/07 DATE: 12/28/06 CITY OF MIAMI BEACH 83 required by the Contract Documents and a release of liens and consent of surety relative to the work which is the subject of the Application. Each Application for Payment shall be submitted in triplicate to CONSULTANT for approval. CITY shall make payment to CONTRACTOR within thirty (30) days after approval by CONSULTANT of CONTRACTOR's Application for Payment and submission of an acceptable updated progress schedule. 4.2 Ten percent (10%) of all monies earned by CONTRACTOR shall be retained by CITY until Final Completion and acceptance by CITY in accordance with Article 5 hereof, except that after ninety percent (90%) of the Work has been completed, the Contract Administrator may reduce the retainage to five percent (5%) of all monies previously earned and all monies earned thereafter. Any reduction in retainage shall be in the sole discretion of the Contract Administrator, shall be recommended by CONSULTANT and CONTRACTOR shall have no entitlement to a reduction. Any interest earned on retainage shall accrue to the benefit of CITY. All requests for retainage reduction shall be in writing in a separate stand alone document. 4.3 CITY may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: 4.3.1 Defective work not remedied. 4.3.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against CONTRACTOR or CITY because of CONTRACTOR's performance. 4.3.3 Failure of CONTRACTOR to make payments properly to Subcontractors or for material or labor. 4.3.4 Damage to another contractor not remedied. 4.3.5 Liquidated damages and costs incurred by CONSULTANT for extended construction administration. 4.3.6 Failure of CONTRACTOR to provide any and all documents required by the Contract Documents. When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in whole or in part. BID NO. 21106/07 DATE: 12/28/06 CITY OF MIAMI BEACH 84 ARTICLE 5 ACCEPTANCE AND FINAL PAYMENT 5.1 Upon receipt of written notice from CONTRACTOR that the Work is ready for final inspection and acceptance, CONSULTANT shall, within ten (10) calendar days, make an inspection thereof. If CONSULTANT and Contract Administrator find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (Form 00926) shall be issued by CONSULTANT, over its signature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. 5.2 Before issuance of the Final Certificate for Payment, CONTRACTOR shall deliver to CONSULTANT a complete release of all liens arising out of this Contract, receipts in full in lieu thereof; an affidavit certifying that all suppliers and subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a consent of the surety to final payment; the final corrected as-built drawings; and the final bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of CONTRACTOR, and CONSULTANT so certifies, CITY shall, upon certificate of CONSULTANT, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 5.4 Final payment shall be made only after the City Manager or his designee has reviewed a written evaluation of the performance of CONTRACTOR prepared by the Contract Administrator, and approved the final payment. The acceptance of final payment shall constitute a waiver of all claims by CONTRACTOR, except those previously made in strict accordance with the provisions of the General Conditions and identified by CONTRACTOR as unsettled at the time of the application for final payment. ARTICLE 6 MISCELLANEOUS 6.1 This Contract is part of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 85 6.2 Where there is a conflict between any provIsion set forth within the Contract Documents and a more stringent state or federal provision which is applicable to this Project, the more stringent state or federal provision shall prevail. 6.3 Public Entitv Crimes In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the CITY, may not submit a bid on a contract with the CITY for the construction or repair of a public building or public work, may not submit bids on leases of real property to the CITY, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the CITY, and may not transact any business with the CITY in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the CITY purchase and may result in Contractor debarment. 6.4 Independent Contractor CONTRACTOR is an independent contractor under this Contract. Services provided by CONTRACTOR pursuant to this Contract shall be subject to the supervision of CONTRACTOR. In providing such services, neither CONTRACTOR nor its agents shall act as officers, employees, or agents of the CITY. This Contract shall not constitute or make the parties a partnership or joint venture. 6.5 Third Party Beneficiaries Neither CONTRACTOR nor CITY intend to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. 6.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 86 The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For CITY: Procurement Division 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Gus Lopez, Procurement Director With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: QGS Development. Inc. 17502 County Road 672 P.O. Box Drawer 108 Lithia, FL 33547 Attn: Jim Armstrona, Assistant Vice President 6.7 AssiQnment and Performance Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, CONTRACTOR shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the General Conditions. CONTRACTOR represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to CITY's satisfaction for the agreed compensation. CONTRACTOR shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of CONTRACTOR's performance and all interim and final product(s) provided to or on behalf of CITY shall be comparable to the best local and national standards. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 87 6.8 Materialitv and Waiver of Breach CITY and CONTRACTOR agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. CITY's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 6.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless CITY or CONTRACTOR elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 6.10 Applicable Law and Venue This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, CONTRACTOR and CITY hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. CONTRACTOR, shall specifically bind all subcontractors to the provisions of this Contract. 6.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the Board and CONTRACTOR. 6.12 Prior Aqreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 88 representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 6.11 above. City Clerk Robert Parcher their hands and seals the day and IN WITNESS WHEREOF, the partie year first above written. CONTRACTOR MUST EXECUTE HIS CONTRACT AS INDICATED BELOW. USE CORPORATION OR NONCORPORA TION FORMAT, AS APPLICABLE. [If incorporated sign below.] CONTRACTOR ATTEST: (Y~~ (Secretary) By: GIGS \)e:.VE'LCPf'-.IIeNT i I NC- . (Name of Corporation) ? 4U~'d#i-iJ-- (Signature) (Corporate Seal) P. ~ChlARD e;AR.Nt5. Pt=l.I:.~1 Dc.t-J\ , (Print Name and Title) "l<a-n-ldayof APK\L.. ,20 0'1 . [If not incorporated sign below.] CONTRACTOR WITNESSES: (Name of Firm) By: (Signature) (Print Name and Title) ____day of AP~ROV~~TO CITY REQUIRES FOUR (4) FULLY-EXECUTED CONTRACTS FOR AGNE '&F 10 BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 89 r 5'jJj,1 j'oate ACORDN CERTIFICATE OF LIABILITY INSURANCE QGfSR SF I DATE (MMlDDIYYYY) SDE-l 04/20/07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Wallace Welch , Willingham Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 300 First Avenue South, 5th Fl HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 33020 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. St. Petersburg FL 33733 Phone: 727-522-7777 Fax:727-:fi2J:.-~~~ ' INSURERS AFFORDllfG COVERAGE NAIC f. INSURED INSURER A Amerisure Mutual Insurance 19488 INSURER B: Trav.lera Xnaurance Company 19070 i.G.S. Develogment, Inc. INSURER c: .0. Drawer 1 8 INSURER D: Lithia FL 33547 INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSRI TYPE OF INSURANCE POUCY NUMBER ~~~jMMlDOtrii DATE IMM/DDIYY UMITS GENERAL LlABlUTY EACH OCCURRENCE $1,000,000 i-- A X X COMMERCIAL GENERAL LIABILITY GL2015404 10/31/06 10/31/07 ~REM:S~S (Eo occurence) $ 50,000 - CJ CLAIMS MADE ~ OCCUR - MED EXP (Anyone person) $ 5,000 ~ PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $ 2 , 000 ,000 - GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 I POLICY !xl fffi n LOC Emp Ben. 1. 000 . 000 AUTOMOBILE LlABIUTY COMBINED SINGLE LIMIT - $ 1,000,000 A ~ ANY AUTO CAl300341 10/31/06 10/31/07 (Eo accident) ALL OWNED AUTOS ~ BODILY INJURY - ~ $ SCHEDULED AUTOS (Per person) - ~ HIRED AUTOS BODILY INJURY $ ~ NON-OWNED AUTOS f?l (Per accidant) PROPERTY DAMAGE $ (Per accldant) GARAGE LlABIUTY AUTO ONLY - EA ACCIDENT $ R ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSJUMBRELLA LIABILITY EACH OCCURRENCE $ 4,000,000 A ~ OCCUR o CLAIMS MADE CU1327823 10/31/06 10/31/07 AGGREGATE $ 4,000,000 $ R DEDUCTIBLE $ RETENTION $ $ , WORKERSCOMPENSAnoNAND X I TORY L1Mm;! _ut EMPLOYERS' LIABlUTY 10/31/06 10/31/07 -~ A ANY PROPRIETOR/PARTNER/EXECUTIVE WC1324363 E.L. EACH ACCIDENT $100,000 OFFICERIMEMBER EXCLUDED? INCL EXEC OFFICERS EL. DISEASE - EA EMPLOYEE $ 100,000 If yes. describe under $ 500,000 SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT OTHER B Inland Marine QT660294X2283 10/31/06 10/31/07 Scheduled $7,067,979 Oed $ 1.000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS RE: Normandy Shores Golf Course Improvements, Bid *ITB)21-06/07 Certificate holder is included as ~tional Insured as respects General Liability. *10 day notice for non-payment CERTIFICATE HOLDER CANCELLATION CITYMBC SHOULD ANY OF lliE ABOVE DESCRIBED POLICIES BE CANCEUED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *30 DAYS WRITTEN NOTICE TO ntE CERTIFICATE HOLDER NAMED TO lliE LEFT, BUT FAILURE TO DO so SHALL IMPOSE NO OBUOA noN OR LlABIUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR gw @ACORDCORPORATION 1988 Ci t:y of Miami Beaoh 1700 Convention Center Drive Miami Beach FL 33139 ACORD 25 (2001/08) GUIGNARD COMPANY SURETY BONDS April 24, 2007 The City of Miami Beach, Florida 1700 Convention Center Drive Miami Beach, FL 33 139 Re: Authority to Date Bonds and Powers of Attorney Principal: Q. G.S. Development, Inc. Bond No.: 337-33-69 Project: Bid/Contract No.: 21-06/07; Normandy Shores Golf Course Improvements, 2401 Biarritz Drive, Miami Beach, FL 33141 Dear Sir or Madam: Please be advised that as Surety on the above referenced bond, executed on your behalf for this project, we hereby authorize you to date the bonds and the powers of attorney concurrent with the date of the contract agreement. Once dated, please send a copy of the dated bonds to our office. Best Jegard.s, eat American Insura,nc~ Company L. Live:\. Attorney In Fact and Florida Licensed Resident Agent 1904 BOOTHE CIRCLE · LONGWOOD, FL 32750 PH (407) 834-0022 / (888) 220-3780 · FAX (407) 260-1767 / (888) 220-3228 · www.guignardcompany.com Public Work F.S. Chapter 255.05 (l)(a) Cover Page BOND NO.: 337-33-69 Q.G.S. Development, Inc. CONTRACTOR NAME: CONTRACTOR ADDRESS: 17502 County Road 672 Lithia, FL 33547 CONTRACTOR PHONE NO.: (813) 634-3326 Great American Insurance Company SURETY COMPANY: 580 Walnut Street Cincinnati, OH 45202 SURETY COMPANY PHONE NO.: (513) 369-5000 OWNER NAME: The City of Miami Beach, Florida OWNER ADDRESS: 1700 Convention Center Drive OWNER PHONE NO.: Miami Beach, FL 33139 (305) 673-7490 OBLIGEE NAME: (If contracting entity is different from the owner, the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO.: BOND AMOUNT: $ $6,586,417.50/$6,586,417.50 Bid/Contract No.: 21-06/07 CONTRACT NO.: (If applicable) DESCRIPTION OF WORK: Normandy Shores Golf Course Improvements PROJECT LOCATION: 2401 Biarritz Drive, Miami Beach, FL 33141 LEGAL DESCRIPTION: (If applicable) FRONT PAGE All other bond page( s) are deemed subsequent to this page regardless of any page number( s) that may be printed thereon. Public Work F.S. Chapter 255.05 (1) (a) Cover Page Forms and Becomes a Part of This Bond. Bond No. 337-33-69 Executed in 5 Counterparts 00710_ FORM OF PERFORMANCE BOND BY THIS BOND. We Q.G.S. Development, Inc. , as Principal, hereinafter called CONTRACTOR, and Great American Insurance Company, as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called CITY; in the amount of Six Million Five Hundred Eighty Six Thousand Four Hundred Seventeen & 50/100ths Dollars ($6,586,417. 5~ for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has by written agreement entered into a Contract, Bid/Contract No.: 21-06/07 awarded the day of .20_, with CITY which Contract Documents are by reference incorporated herein and made a part hereof) and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if CONTRACTOR: 1. Performs the Contract between CONTRACTOR and CITY for construction of Normandy Shores Golf Course Improvements , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2_ Pays CITY aU losses. liquidated damages. expenses, costs and attorney's fees including appellate proceedings, that CITY su.stains as a result of default by CONTRACTOR under the Contract; and BID NO. 21106/07 DATE: J2/28106 CITY OF MIAMI BEACH 91 FORM OF PERFORMANCE BOND (Continued) 3_ Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever CONTRACTOR shall be, and declared by CITY to be, in default under the Contract, CITY having performed CITY obligations thereunder, the Surety may promptly remedy the defauLt, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if CITY elects, upon determination by CITY and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and CITY, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by CITY to CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid by CITY to CONTRACTOR. No right of action shall accrue on this bond to or for the use of any person or corporation other than CITY named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this \ 0 TH' day of tv\A Y , 20 0-, . BID NO. Z lf06/07 DATE: 12/28/06 CITY OF MlAMl 8EACU ?2 FORM OF PERFORMANCE BOND ~(Jrl~ Secretary (CORPORATE SEAL) IN THE PRESENCE OF: BID NO. 2J106107 DATE: 12/28/06 (Continued) By: Q.G.S. Development, Inc. (Name of Corporation) '7L 1f~(~ (~S. nature~ I" D <' .-Y\""~ i, 1.:)1'\ rr-e--> ,issl H'~ Prc-s'"deiA+ (Print Name and Title) By: Florida Licensed Resident (City/State/Zip Code) Telephone No.: (513) 369-5000 Inquiries: (407) 834-0022 CITY OF MIAMI BEACH 93 Public Work F.S. Chapter 255.05 (1)(a) Cover Page BOND NO.: 337-33-69 CONTRACTOR NAME: Q.G.S. Development, Inc. CONTRACTOR ADDRESS: 17502 County Road 672 Lithia, FL 33547 SURETY COMPANY: (813) 634-3326 Great American Insurance Company CONTRACTOR PHONE NO.: 580 Walnut Street Cincinnati, OR 45202 SURETY COMPANY PHONE NO.: (513) 369-5000 The City of Miami Beach, Florida OWNER NAME: OWNER ADDRESS: 1700 Convention Center Drive OWNER PHONE NO.: Miami Beach, FL 33139 (305) 673-7490 OBLIGEE NAME: (If contracting entity is different from the owner, the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO.: BOND AMOUNT: $ $6,586,417.50/$6,586,417.50 Bid/Contract No.: 21-06/07 CONTRACT NO.: (If applicable) DESCRIPTION OF WORK: Normandy Shores Golf Course Improvements PROJECT LOCATION: 2401 Biarritz Drive, Miami Beach, FL 33141 LEGAL DESCRIPTION: (If applicable) FRONT PAGE All other bond page(s) are deemed subsequent to this page regardless of any page number(s) that may be printed thereon. Public Work F.S. Chapter 255.05 (1) (a) Cover Page Forms and Becomes a Part of This Bond. Bond No. 337-33-69 Executed in 5 Counterparts 00720. FORM OF PAYMENT BOND BY THIS BOND. We Q. G. S. Development, Inc. , as Principal, hereinafter called CONTRACTOR, and Great American Insurance Company, as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called CITY, in the amount of Six Million Five Hundred Eighty Six Thousand Four Hundred Seventeen & 50/100ths Dollars ($ 6,586,417.50) for the payment whereof CONTRACTOR and Surety bind themselves. their heirs, executors, administrators, successors and assigns. jointly and severally. WHEREAS, CONTRACTOR has by wril1en agreement entered into a Contract, Bid/Contract No.: 21-06/07 awarded the day of , 20_, with CITY which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if CONTRACTOR: L Pays CITY all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that CITY sustains because of default by CONTRACTOR under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by CONTRACTOR in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FUll FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOllOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with CONTRACTOR and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to CONTRACTOR a notice that he intends to look to the bond for protection. BlD NO. 21/06/07 CITY OF MIAMI BEACH OA TE: 12128/06 94 FORM OF PAYMENT BOND (Continued) 2.2. . A claimant who is not in privity with CONTRACTOR and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to CONTRACTOR and to the Surety. written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against CONTRACTOR or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given_ 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this \ 011-\ day of MAY , 20 0, . CONTRACTOR ATTEST: ()Jj ~ (Secretary) By: Q.G.S. Development, Inc. (Name of Corporation) 7Z- /* g,~ (~~~~%- t--\ \ e~~~ 4s.:s;;h V; ~~ tJrt,<;', de v1- L (Print Name and Title) iO&day of M~'I .20 e>\ . , (Corporate Seal) BIO l'lO. 21/06/07 DATE: 12/28/06 CITY OF MlAMJ BEACH 9S IN THE PRESENCE OF: Bm NO. 21106107 DATE: 12128/06 By: Florida Licensed Resident Address: 580 walnut Street (Street) Cincinnati, OH 45202 (CityfStatelZip Code) Telephone No.: (513) 369-5000 Inquiries: (407) 834-0022 CITY OF MIAMI BEACH 96 ~ond No. 337-33-69 Executed in 5 Counterparts 00721. CERTIFICATE AS TO CORPORATE PRINCIPAL I, OOfla.I.d ThoMCA...5 , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that 1i-\-<>."v...o.~ ~. P.:.Arv-s3"S , who signed the Bond(s) on behalf of the Principal, was then A<"Sr, Vl'-C f(l-.i3,:>. of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. . (jjJj ~ (SEAL) Secretary (on behalf of) QG-S DeJel~~f'A-U\+5ix:. Corporation STATE OF FLORIDA ) ) SS COUNTY OF MIAMI-DADE ) t+~\..-v'::> oo~uv'\-\ (.D..)~.-.{ Before me, a Notary Public duly commissioned, qualified and acting personally, appea red D o~..s b. L..-{) ''l'l<<> ~ ~ to me well known. who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of CONTRACTOR named therein in favor of CITY. Subscribed and tM; My commission expires: Sworn ,200/-. to before me this IV day of Notary Public, State of # l'I~<t, ~~'" of..... ~ -'Of \1.'11 (407) 39&-0153 GREG FOWLER MY COMM!SSION # D0517304 EXPiRES: Feb. 13,2010 Florida Notary Service. com BID NO. 21106'07 DATE: 12/28/06 CITY OF MIAMI BEACH 97 ,.- GREAT AMERICAN INSURANCE COMPANY@ Administrative Office: 580 WALNUT STREET . CINCINNATI, OHIO 45202 . 513-369-5000 . FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than EIGHT No.O 18318 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney- in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond. undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. J.w. GUIGNARD BRYCE R. GUIGNARD PAUL J. CIAMBRIELLO Name APRIL L. LIVELY BRETT RAGLAND MARGIE MORRIS Address ALL OF LONGWOOD, FLORIDA Limit of Power ALL $75,000,000. M. GARY FRANCIS JENNIFER L. MCCARTA This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 9TH day of jUNE , 2005 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO. COUNTY OF HAMILTON _ ss: DAVID C. KITCHIN (513-412-4602) On this 9TH day of JUNE, 2005 ,before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March I, 1993. RESOLVED: That the Division President. the several Division Vice Presidents and Assistant Vice Presidents. or anyone of them. be and hereby is authorized, from time to time. to appoint one or more Attorneys-in-Fact to execute 0/1 behalf of the Company. as suretv. any and all bonds. undertakings and contracts of sure tv ship. or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority: and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking. contract or suretyship. or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company. to be valid and binding upon the Company with the samef(Jrce and effect as though manually affixed. CERTIFICATION L RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March I, 1993 have not been revoked and are now in full force and effect. Signed and sealed this day of S1029U (4-04) ,Q Cl (/J t:I (Il -< (Il 0- '0 a (Il "::l. 5' (") c .... ::I '" "'0 [ ::l. rr rl Q. (Il C S. c >-j 0 "" ~ .... ~ (J1 00 ~ t'" .j:;o "00 \0 ... ~ <D :..., (J1 ~ .." (Il cr' ;J> 2 '0 "' ::1. ..:1 - - ,,1'-..>,,\0 l--> l--> 00 00 -.J -.J ..... It 8 o = l>> a ~. U'J (b n O. o ::; tn I >-l (b (b n o ::; rn M- a n O. o ::; .... ~ ~ ->; ..... t~ It t:I "CI 8 '.'. g [ [ [ :l ;=;. ;=;. ;=; 2: - - - 1- ~1 ;:; " " It -;::; :l n 2" c.. It ti c ::1. ~ ~c . ;:;:; '" ~ . " " .s . . 0 ~ .... = V.> 00 "'\0 "'\0 l>> <D 0 ;!5:;: a ~. c It C '" ;:;:; ;:;:; ;:;:; - - if! if! .... ::I ;!; "'0 e:. ... rr n' Q. (Il tv C ~ 2:: 00 0- 0- S. ~ 00 i.J, '" -.J 0- tv 0- i It ;:;:; ;:;:; ;:;:; c '" >-j "" 0 0\ - - - ~ ~ b V.> p - ",00 J0 \0 <D -.J -.J 0- 0\ -.JO tv 00 ~ -.J 00 00 .... ~oo 00 00 -..l V.> 0 0 ... U'J (b n O. o ::; U I U .... ~ S' ~ CfCi (b ::;:< ", 8 tv l..,) ~ 0- "8 "8 00 o = l>> a ~. n "" c .... ::I ;!; "'Oe:. ... rr ~. Q. C S. "" N .j:;o o \0 (J1 (J1 '=' o >-j o "'--~ ~ ~ t:3 t'""4 "'00 "'0"'0 0-000 <DO 0- boo 000 U'J (b n O. o ::; n ::;:< ", 8 tn >< n ~ <1 ~ O. o ::; o = l>> a ~. 2 C .... ::I ;!; "'Oe:. ... rr ~. Q. C S. "" 0\ N \0 -..l .j:;o '=' ~ >-j o if! ~ R3 t""I "<D -.J ... o V.> U'J (b n O. o l:j to ~ ~ ~ [ 8 RO ~. :l n ~ ~ 1:1. l:j CfCi " rJ. ~ e It " c.. "" ' .... \.g Q' .... ::I '" ... ::;., "'0 e:. ... rr ~ ~. Q.. C S. ~ "" .... -..l .... c,.., 0\ N ;.... 0\ >-j o >-j <A _ > ;S:;23 t'" "'\0 "'-..J 0-0 tv 0 ;""0 0- 0 w ~ ~ Z n g. 1b 0 g. ~ ~ a"'t l:j S'l:l; >- ~ t;;. ~ ~ ::s ~ g 0.- ;. to '--<1 S; ? en to i3 ::r' ~~ 0 ~. t:: '"'1 c' i3 ~ ~ c:r- r.n totoC')O' ~~. 0 ~ ~:;l=:;::; ~~ (j g. ~. ~ ~ g ~. I-t " r.n I:l. ~ ~ '" ~ ~ ~ ~. to " .... '. ~ tJ:j ~ ~ t;;. ,S- ~ ~ Cl '" '" :::. .... ;::.... ;;; - I:l. to '" to ::l to s.; S' to ~ e c:r- ~ ~ So " c:r- s.; to ::l I:l. to '" to i3 ~ ::l '" :?. U'J ..... M- (b '"d .... (b "0 ~ .... ~ o. o l:j - ... t'1l S NO t'1l Q. "C ... o "tl o '" e:. "Tj o S D CJ VJ 0 " <: " 0- "0 3 " .a ,.... :c n "? >-< en ~ ~ ~ ~ en S' ~. " " ... n ,;' " :;; ~ n ~ ~. ~ " " a- ::> i3 (1 " " ~ i3 (1 ~ C;' q p. " ;;: 3 p. , S- o: ~ 0 0: ~ 0 " " ::; t::: ::; <= > >-< =' ~ :r:: " e ~ , l>j to >- ~ :to S. CJ 0- " "'l ~ 8-: if) ::> '"t ~ (1 c '" " p. n ::;. if) I:::: if) 0 '" ~ ....... ::; ::; ::; e- n ~ \JCi >-< 0 ~ C ~ n if) f.l ~ ,...J 8 >-< i::l ~~ " if) ~ " n '35 >> 8 a. if) ~ " ~ ;;;. .. g. i::l fl:o to ~ ;0 ...... ...... ~ ;0 tv C ~ 0 0 :i c cyo ~ 8"~ ~ .. 0 tv <D <D ~ ~ :0 "'--.) b .. y' a -..J ~ '0 0 a ~ 0 0 0 ~ 0 ~ 0 ~. 0 \J' 0 ~. s. ;5 " ::;:; " ~ ~ '" " c: " " ...... ...... ...... " ..... ..... ::l ::l ~ ~ "tl a "tl a ... ;r ... ;r ~ n' Q. n' Q. l'I \J' .\J' v- l'I ':...J 'v- .. c: 'v ~ c: v- 0 ~ g. 0 <D :: g. cyo 0 .. -..J cyo cyo \J' \J' 0 0 ;v 0 ~ 0 00 0 00 0 '" ~ 0 0 0 .. 0 -..J 0 <D 0 tv v- 0 ~ " ::;:; " ~ ~ " ~ " ~ ". " c: " " ...... " -< " ...... ...... " >-3 -Efi >-3 -Efi -Efi 0 .... z 0 to;> 0\ ~ .... ;;~ ~ .... -~ ;:1 N <A .... if> if> if> N if) <n if> -..J ~ to;> v- ...... if> if> v- ~ ~ ...... ...... .. ...... 1r. t-..> t""' '".....J .. \J' tv v- .. 0 t""' ~ cyo tv .:: -..J .. v- .;:: v- ~ <D 00 '-..J ".. Ln "0 <:> Ln """ "-..J "~ 00 "cyo b- oo v- cyo .. v- <D N 0 00 -..J <D ...... -..J <D N cyo 0 cyo 0 t-..> ~ tv t.. ~ 0 :0 t-..> 0 0 ;v 0 8 0 0 ~ 0 0 \J' 00 0 0 <:> 0 0 0 0 <:> 0 <:> 0 0 0 0 0 0 .." " a- >~ 5.~ - - 10,,\0 N N 00 00 -..J -..J I ~ ~ "" 0:; ....., ... <= <= ~ Z ::> ::> i3 " ".. ".. " " ::; " ~ ,... " v; If. ~ " " ::; ::> ::> ,... a. a. -0; ~ .... '" r;i' " ~ ~ :to ~ C 0- ::> " " ".. I ::n .s -..J ;0 v- .. 0 ~ C '-0> ,-..> b .. ~ <D 0 0 \J' a -..J 0 0 cyo ~. ::;:; ::;:; ~ 8 c: ...... if> if> '" '" ..... ::l ~ "tl a ... ;r n' Q. l'I c: ~ .. .. g. :0 0 \J' ~ \J' ~ 0 -..J \J' tv 0 ::;:; ::;:; ~ 8 c: ...... >-3 -Efi 0 .... >-3 VI """ if> if! ifI ifI > ~ .. ,-..> ~ t""' <D "::; <D \J' 00 00 ".. "~ VI ~ ...... 0 ...... 0 \J'O 0 0 00 0 0 \Cl <D 0 0 0 en n (1 p. o ::; CJ ...J v- ~ ...... ~ ,.... ....., <= 0 " t~ " (ti 3 7' " ?'- ~ " " 2:: " i3 1-;:;' - ::; ;;: i'l ~ ~ v :: :to ;; 'J; i. 2: 'i " " , ::> " " " --- r-< ~. " ,... 9- " -< , -0 " ::; ..... ::> i< r.~ " ......... fr if 11' " " i' ..... f I';J. ...... ...... ...... ;0 I.i ";:: v.> tv 0 0 0 c 0 'v "v.> "<D <D <D ~ -..J -..J "0 "0 a \J' -..J \J' 0 0 0 \J' 0 0 0 ~. i' . ., ~ ::;:; ::;:; ::;:; ::;:; 'f. '" c: ...... ...... ...... ,. f/) <n V> if> if> if> Vi ..... ::l ~ "tl a ... ;r n' Q. l'I c: ...~ ...... 9 .. .. 0 v.> g. 0 ...... ~ u, '" '" \J' tv -..J cyo 0 ~ ::;:; ::;:; ::;:; ::;:; ", ~ c: ...... ...... ...... >-3 -Efi Z 0 VI ----- >-3 to;> > <A VI -v'I -lfl '(A v- > 1r. <A ~ ...... .. -..J <D t""' ~ ...... .:: ":: t-..> VI ".. "\J' 'cyo ~ \Cl cyo <D 0 \J' t-..> 0 0. v.> v.> v.> <D 0 0 ~ 0 ~ 0 0 0 <:> \J' 0 \J' 0 0 0 en n (1 p. o ::; 'Tl 0::1 5 :>;-' n '"t n o ::; if) ~ '"t C (1 p. o ::; CJ '"t n n ::; n o ::; if) 2 (1 p. o ::; ,0 o VJ U " -<: " 0- '0 3 " F ::: (') .." " a- >-2 -g.~ - - J"',\O '-> '-> 00 00 ...., ...., "0"0"0"0"0 >->->->->- :;00;;0:;00;;0;;0 + + + + + tntntntntn VJVJVJVJVJ b,v.~~w +>.0-000'-> NNNNN VJVJVJVJVJ l;,) t-.J ..J:;o. l;J ...... r.: ~ r:: r:: t"'D ~ ;.:> ~ ~ ~ -if.; {f) fA *A ift U'1+:..+:-l;Jt.N' "~..~~"~"~ 00000 00000 00000 n r:: n r:: rD ~ P ~ ~ ~ ~V)~-'V1if} U1 \Cl -...J -- l;J "'0\ "0\ "'0. "+-. "N ooooo~ 000000 ooooob 000000 n~~~8 i:;"r:<'9T. ~ Q ~ ~. if ~ rt ~~. ~ ~ ~ ~ ~ ~ S' ~ ~ :i<; ~ ~. ~ ",' ~ (;:l '" ~ ;;::: '" ~ '0 ",' ~ ~ ~ - v.> 000 " " " " VI .(A '" ...., '" V> V> (:) b 00 " " " " (/) 'A ,00 ...., V> V> V> 00 00 00 'E~~ ""'00 "-J "U1 "t-.> <A ";;:'\Ol;Jij;l o ..;;:.. t,,) U1 0 b 0000 00000 ~~~ (t r:: r.: " " " lj) <A "If-i Iv tv ...... 0000- 00 00 V> 000 000 rt n t"'D ~ ~ p G;~~C/J ~;. g go i{'~ g. ~. g~. ::l 'J. ~ ~ ~ , ~ ~ ~~. ~ !l> ~ O. c." 0 ~ ::l ~~ ~. ~::!I!:Hi,i\;, ~Z ~ b 8 ~. o ~ ~ ~ '0 '" o 'i, " ::1. ~ ~ To ~ ::. i '" ~ :; g I ,; ~ C: 15 ~ VJ v.> 00 v.> b 2: o o ~ o ~ ::, <>- ~ l:, ~. ~ ~~ ~ r:: ~ 0::: ;;0 " ~ "" "" ...., 6 f- 'TJ:>-i ~ ~ 0.. " - " rD & 0:: A ;;01:'"' &, ~. c n '.f; o @' ;; " Q:I: ~:r: ~~ r:: t"'D r:: rt n ~ p ~ ~ ;;> 'A (/) ifJ 'if1 .-tAV1 '" ............ \0 Iv ''0 "'0 "'0 u, "Vi 1-,) tv 0 0 0 00000 oboDa 00000 " " rt t"'D r:: n (C p p p p p 'A '" '...., V> if> 00 00 00 ffI ij) lj) .-fA ........ ....... ........ \.0 "0 "'0 '0 "U1 hJ Iv 0 0 0000 bbbb 0000 j ~ 0 g8~ >.......~ ~ 8 (;:l n (; ~ s. a ~ (\2.~ ~ c-; ~. ~ :; ~ ~ '" ~ ~ ~ ~~8QQ88[.~ 8LN~~"p"1.~~ >~t~~?~~h g~o:o:~a::o:~~ 5 (t 7~7~~~ p ~~t:!:~~ n..... -:-.;;- ~ ~ ~ "5 ~ " '" ~ ~ ~ 0::> l;J Iv -+:.. l;J ....... ::;:;2 (';. n r.: r:: r:: p ~ p p p *F'I~Vltn"if1if!1 Ul~..j;:o.VJVJ -J t...J "00 "+0. '"'00 t...J UlOOOOO 000000 000000 000000 ::;:;~ (t ~ n ('".; n ~ ~ ~ ~ ~ ~ -lfI~(/) t...J C'\ Ul \.0 'tn "0 "0. "C\ O<A ~ooo 000000 000000 000000 ~~~ ...., - v.> "0\ "+0. t...J 00 0 ~ 0000 0000 0000 - v.> o 00 " " " " ifI~ '" ...., '" V> V> 00 00 n ~ " " if> 'A ,00 ...., V> V> V> 00 00 00 ~~ ~ 8 ~ ~ " ~ 0 8' ~~ ~ ~ ~ ~ 1} ~ ~. '-c. ",' ~ 00 00 ::5 "" " " ifI (/) '" - 00 - 00 V> <::> 0 o 0 " " " " ifI ~ ~ 00 0 '"'VJ t...J v)lNVJ~ OC\UlO o 0 00 o 0 00 K5~ 8 ~. ~~ g: ~ ::1. ~ 8 z g ::l 0 ~[~ :::;:;(') go..O s:-g~ n a ~ o .... - ?t ~ ~ .... <to <to ~ ~ :J'" r-r ~ g' ~ :::-. o ;; """1rng. ~~ 5- <to (J) (J) ~. ;3 S' <iQ . (') g. ~. g ~ g ; ~ <to (') '0 ~ Q ;. " <to " 3 :T ~ n~;; a g. s. .... 3 '0 ;:; _. 3 - - " ~s:-a n ;. m'''Co' 3 ~~. g "'OO"'o~ ~ n """1 ~ ~. 2 2 ~. :: c E. "Vl g ~.~ ~ ,?:=g? o - .... -< cw g ~ 5. 0 $ cw ~ s:- ~' (D ('Dos.. ..0 ..., " ::: 0 Q. ~,~~ ~ o' :;00 n' :: ~ Vl Vl _. .... ::l Vl g t:O &. 3 a ~ ~ 8" :! i5. S (D (D ~ ;.~~ _. "< ~ &:;oos @ S' G "'0 t:O 6 ~..a~ ~ ~ Z Q.~::l. ~::r-N ~ ~ ~. ~t"D " " C/J (1) n O. o ::l ~ I ....... .... i:1. C1Q !l> O. o ::l ~ o ?:l o n o ~ '"d o Z tTJ Z >-1 C/J '----' I-< ;:;- i3 - 10 c ~ a ~. - c: - I-< ::: ~ '"dE.. ... i'i" ~. Co c: s. I--- c: I--- >-3 o ~ t""' o CJ [/J o " <: " 0" -0 3 " "a 5" o .." " or J> ::! -0 "" ~..::! 1".<.0 NN 00 00 -.) -.) II ;;.- .:J:; ~ ~ :< I ~. ! v ~ ~ ;- 8 '. ~. c: ~ g,~~ n~ .:::: c ~ <: ~ g ~ ("l ~ ~ 6 g g= ;:; ;:; ;;: . . ........ ....... ~ tv tv ('C r':J r:: ro 'JJ p P P P ifJ if'! ~ *A ~ '-0 -.) '" "Vl "'0 00 00 00 00 v- ..j::..l,;.Ju, -.)"'0 "'00 000 000 Il r:: n n ~ 'JJ P P P P if> -.) if> C'\ oI,ft \.0 "Vi V1 -...]U1C'\ "-.} "'Vl a "....... ..;:.. 0 0 -J o OQUl o 000 o 000 ~~o ('t ~. .-.. % +:. 0' ~ 0 :l '" -.:I 0.. ('\) -< if ~ (; 5 ;; ....-:: g ~ " r-. 0' :l c.. a. ~~~~;:t;:t ~~~~:;~ C r-.r-..I";~f;;, a. " .' -g' rg' 2 ~ ~ ~ S' g. g. g ~ ~. c: c:: ;:j ;j b (t g A n~u:~-..,-. ~ p.l ~ ~ 0' O' ?5"" n !!.. r:: ;::I S '~W5f.23 r.: _ 0 ~ 0 --c ~ ~ 9 ~ ~ ~ g n "","-"~ ...... ......0\...... 0000000 .....00 88888'0"0 0000088 ~::;:;::;:;;:;:;;:;:;;:;:;::;:; I../'J VI -{A lf1 kF1 ~ V) \.N000090 OOOCOOOOO......~ OOOOOVlV1 ;:;:;::;:;::;:;;:;:;::;:;::;:;::;:; if> <A ",-....I -.) 0 00 00 00 00 ij) l.;.) lj) lj) <A VI 000000000 "0'0"'0"0"'0 -if') 00000 000000 000000 000000 VI VI '-0 v- 0'" 0.0 00 00 00 00 ~~V;+;~S ~ "-~~3:: ;; r~ 5" S' S' ~ ~ ....... l t'""" ~. ~ ;;- 5' 5 _ ::::... S? rc n rb ~. ~ 5' ~ ~ Vl\O~O\""" r:: n n r:: n p p p p p -fA ~ o1;A v:. {A - LN VJ-+:>. 0-"0 OVlODO 00000 00000 00000 n r:: n n: n p p p p p Vl ~~\.O "Vl "'...... "0\ if) DV1Q o 000 o 000 o 000 Vl Vl v- - "0\ "0 00 00 00 00 ~ t~ ~ v; ~ v; ~ c; ~ q ~ ............u:-......~..........'f,.u:u:u: t~ U t~ ~ t~ ~ ~ ~ ~ tJ~~~Gt:~~~ ~o~"(")~_v(;"nn ........~~~" f~~ :: tv 0 tv 0 tv tv tv ~8~8~888 Cl ;;:. ~~ " ~ S" ~~ ~ ~ ~ ~ ~ '" ;;:.' ~ '" b:I "" ~ fv '"j fv 0.........0 OnO ~,~,.... ~ , ~ n ~ ~ .... g ~ ~ ~ ~ ~ ~ ~ e:... "" tv "" ~ o?, ~ 0:, ~~ ~ tj~. ~ ~-;::; ~ fv ~ ~ -=--, ~ en " l':l......o f~ ~ 'J; ~ ~. tv:::t. ~ 8~ 8 .< ~ ('D ~ ~ ~, ~ o. ~ n ~' ,r-, M .......< nr: '>D '>D '>D-=-- C3 00,,00,,\0 \O.+;..~ 8888~88g88~8~ ;::;::;::;::;::;::;::;::;;;::;:;;::;::;:;:;;:;::;:;:;::;::;;:;:; VI t/"J *FJ ~ ~if) lj) -if} ij"1 -VA ~ ij) ...... ....... fv IN lNlN.+;..V1lNV1C'\000V100 :..noooo:..nocooooo 0V10000000000 ;:;:;;:;:;;:;:;::;:;;:;::;;:;:;;::;::;:;:;;:;::::;:;;:;:;::;:; ij4 {/) if} VI lNlNlN-...J ~....... ".+;.. ~C'\ '"0 -v=; UlO\OO o OUlOO 00000 00000 VI tv ... if> "'... .0.0 00 00 00 00 VI ffl '" -.) fv tv "00 ~o 00 00 00 00 Vl tv of#) ~ - "0 [v o 0 Vl 000 000 000 ffl Vl '-0 ~ "0 ''IN 00 00 00 00 =_v. :-.J <'" '7 'J. .J.. :-' t::"' s:: :3 2 0=>:; ~g. ~g~.,C~~ ('; 3 _ ~ " 3 ~. ~ ~ e. s ;:;0 ::=::: G 0.. ............. < v~" = ~ ~~ ~~ :] ri S.Z ~ g ~ ~ =: ::<:: .g E. ; S c;:; " " n: r:: r:: n: ~ ~ ~ ~ ~ ~ ffl V) VI lfJ o(A -{h ~ - - '-0 "-...J "Ul 'tn en 0 0 000 000 000 v- -.) '" o o " " r:: r:: n: r:: r:: ~ ~ ~ ~ ~ VI v- -.) ... o ~ o o VI -(A~'ifI C\ .............. 1..0 "-.J "-.J "Ul "V1 V1-v)LnOO 00000 00000 00000 ... " 5' ~ c.. ~ ~ " &, ~ - 00 -.) .", '" 0 00 00 00 VI .00 -.) '" '" 0 Vl 000 000 000 3i~ ~Q 0'" ~ ~ ~"'- ~~ ~ ~ c~ 'JOt.-, i'i;' ~ ~ ~ "" ~ ~ ~ if> >-< ..... (t ;3 Vl (1) n O. o ~ ~ t ....... .... t:1. \1Q ll' O. o ~ n o ~ o. ~ ~ (1) 0... o I: ro g ~. c:: ...... ::I ~ "'~ ... ii" ~. p.. c:: g. c:: >-3 o >-3 ;> t""' 0 0 VJ 0 (1) <: (1) 0- -0 3 (1) ~a [~ C?, s i (') CJ CJ ;; ;; r. (t i -. <:: -< (t ri ;. ;. ~ ti ~ ti ~ :J ~ .., o ;:l 0:: c, n ~~.~. ;?~~ ...... ~ ?-'l ~ ~ ~ ~ ~ ..., b:I l:l ;;;.. ~ " "0 ~ ~ '" ~ ..., ~ '" ~ ~ ~ '" ~ ~ ~ "'!': "'" r. = ~..g ~ 'T' o 0- ;:l '" ~~ ~ 3 .,.,~",~;;p 1r2~g~ 'l; S ~ 'Z :::r. ~s~~{~ g ~ g'~ ;:l <-; ~ '1l ~ '" ~ ~ ~ t ~ ~ oJ ....... tv to t-.J fv hJ ..... () I"';l r. rt I"';l if. ~ ~ ~ ~ ~ ':r. r'1l (';: I"';l rt: rt I") ~ ~ ~ ~ ~ j:.:l "#I ~ ij) {/} <A if} <A -tn ~ lj} if) - - v.> tv S 0, '" tv '.!;) v.> - tv 00 00 - ~:: -.t 0 ..~ "~ 00 \..n "", "0 "0, "-.t "::; "tv "0 '" 0 0 0 tv 0, 00 tv 0 0 0 0 0 '" 0, 0 v.> '" -.t Co Co Co Co Co Co Co Co Co Co I.";; 0 0 0 0 0 0 0 0 0 0 0 ~ (t (t " " (t ~ " (t (t r. " (t " " " " " " " " " " " ~ VI VI "'.!;) if) ~ VI v.> VI VI tv v.> if! VI V> tv - 0, ~ '" tv '.!;) ":; v.> - v.> '" 0 00 00 P -.t 0 "0 "--' a "0 "0 "0, "-.t "::; tv ~o -.t 0 0 0 0 if> ifl 0 VI tv 0, 00 tv 0 VI -.t 0 0 0 0 0 0 0 0 '" 0, 0 v.> '" -.t 0 Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co Co 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .." (1) cr' ~ a -0 0> ::l.~ - - 5" :.0 NN 00 00 -.t -.t o o [/J u '" -< '" 0" 1::1 3 '" ?- 9H-'l;3:: O~~~8 53a~rH e., q 3 ,.., ~ ~ a oj cr. -;;' 'J; :i ,<' if? ~ ~ ~ ~ 8. 3 ~ - 5 .,? ~ ~: " ;:;- ::s~ o .::::: " ~ 5' " ro ~ n n: ~ n: ~ ~ ~ ~ ~ ~ 'iff -ij:f {/) -f.A "if1 ~ t::J~ ~ 00 '" 000'-0 000 000 , ; ro ('!; n rtl n ('t f:.:l ~ ~ ~ $l:l ~ if> --J Vl o ij"j'if1ij4 IN C\ +:-. t-.J 0 "C'o. "........ ........ "........ "00 -.J C\OOl..N\O +::. 000\00 '=' 0000 o 0000 ..." '" 0" :>> 2 1::1 0> ::!. .:1 - - j'J,,1.O N N 00 00 .... .... '" '" o t-..J IN 00 '\0 "f..,N 8::lg 000 000 ;,om " "" a...~ ~. ~. :~ " :> ::; " ~ Q :5 " " f"> ::to o " VI Vl '" 10 '" "\.O~ ~8~ 000 000 ~~ ~. c 2.% [~ g e., " :J€ Cl'o o ..... " " " c: " " ~ ~ :; " " .~ j.. " ~ c: p z~~~ ~ ~ a ~ -.J 8 "2, ~ ~:1. ~ ~ :5 .g jg ~. " :.;? -;:: ....... '::Ii::: C\ l..lJ :; ~ tc, ~ O'~oi:l 5~~~ ~~s g. s8 " Z' ..... ~ f"> ;:;- " r2 ~. P '" to f,Jl......g 'J; (;;""~ ~ ::;:; VI *A *F4 -if-} V) - to "Ul ~ o --J '" 0-0 000 000 to '" .~ '" '-0 ..'" o~ 0.. 'l; :r.- f. ~ ::;:; {/} VI -{A {A ij:; 1-..)........ *A ........ tv ........ Vi \0 Iv "Ul \0 "-...I "0-. "........ 1-.) o -...J U1 VI t-..,) oif1 U1 0........0..;::..0000 oooboo (:) 0000000 IN v.. !'.~' " "- " <' ., " g- " ;:t> " 3 " " " 0.. f"> 9 ri " ........ [-.J l..N rt ro ~ " " " Vl Vl if> tv -.J -...J "tv"+:-. "..;::.. '" ~ ~ o Iv tv 000 000 rt: n n " " " 9 c r:r >n --> 3 C _. 3 g 5' F 3 .. . ftJ ~ ,.!.... " " \0 ~ ~'-O .!.... C\ " ",. " if> <A to .. 10 '\o'tN to 00 VI ..~o bob 000 ~e;~~ '" 0.. 0.. ",. ~~ ~ ; ~ tv t-..J ........ ~ ,?~vf' ~ 5 r 5 ~ -" ;;: '" g- c;: 0.. ~ ~ 0 ~ ~ tv :E ~ ~'?hJ :-: S'? &: 5 ~ &; - " ;g ~t.~T.rf~~~ ;p 5' " _" " :> " 5' ~ ~ 0..&:5 c~ OO~'l:;- ". " jq r:i5 " r:i5 ;g.g '" ;; 8~~::':........_~~ 0... ~ ,.!.. ..;::.. ..;::.. ... ..;::.. ..;::.. ~ ~. n --:i ...!... ,.!... .!... ,.!... ..!... r-. ;:: .'"i ~v::.::~:i :i~tr1 s=g -~~ggg ~ C rt: --:::- '"0 .., "'" ..., ::: wSSS3S u; ;:::l ~ ~ ~ ~ ~ ~~,;".?-E c... (t rs rt: J~ -.1(:1: e,0..e,0..5 ...... ...... tv U1 Iv ........ ...... ........ ...... ~ l,..) rt: n ~ ~ n n n n n n n ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ -v"toif'liflv)-VlV'l~-V1(/)'V1-ij'; ...... ....... ............. ...... IN VJ "(J1 "'U1 ...... to -..J "'0 "'(Xl "'0-, ODlNDVJOOCOOO o 0 0 0 -.j ....... tv V..l 00000000 00000000 '" - -u,.......OO o - '" 00 000 000 ~ ~ ~ ~ ~ g g g ~ g g I/) if} (f';if}'if}of#1ij':jij) ..............t0o-..............t.NVJ '"'Vl 1;, "t...J "'0 "+- "'0 00 "0\ 000\0-..1000000 oooo.+;:.........rvlN 88888888 if; -{/'J "if!J '" '" '" "'V1 ~ ".+;;.. o l,..) U1 -Jj} U1\,,;.)+-.O boob 0000 ..+;................ ~ 9=> + + ~ ~ ;5' S s;;. ~ :,;: Q.. ~- r_ ? ~ =- ~ ~J 5' ~ ~ ~ ~. ~::i > 0 '" S~>z~ ~~rr~~ ~~~~~~ 'V~"'~3'" 'S. ~ ? S'.g ~. .... ....... b"'" ~ ~ ~. S' ~ :4 ~~= ~~ J1 8. .o)r;; ~ ~ ::t ~. "'" t.N IN V-I (....:I rt: n n n ~ ~ ~ ~ <A~~V> - - 0 J~ ,,~ 00 "'~ IN -+:>. 0\ Iv \OV1V1\....N oobo 0000 r. rt: r. n ~ ~ ~ ~ 'VI VI '" .V) .+;:.. Vi t..:> C'\ C\ Iv 0 "':::"'~~~lj} -JUlUl\ClD 00000 00000 ......C'\OO~~~ ~.V?? I. ~ C ~ v. :; g 8 :::.~o:~,,~ ~~;S~~Cf) ? "- ~ X rt v........oo~~ ~ 0: ~ Ln ~ co g. ~ -. :::;.::s. I ~ ;;::,~~. .... b b ~ ~ ~.:..--. 1:;: ~ '" ~ ...... :::. ~ ~. ~ ::::J I"C n: IT " " " tA lfi ifJ ...... IN VI tv "l,oJ "0-. "-..J -..J 0 0 0"'0 000 000 n r.: rt " " " of#} Vi Vi ...... lH U1 Iv "l.>,) "0\ "-...I -..JOQffl V1 OUlOD 0 0000 (:) 0000 0 ~ 5i' "" '" .... ~ ~ - ... ~ S en (1l n O. o ::l l' 10 c to a ~. ~ ~ ~ ~ ~ ~ c ~. ~ ~ ~ 'g ~ ~ ~ ~. ~ ~ s. ~ ~ " ~ t:l. ::;- :S..; g ;} t: .... t:l.~ ~ ~. ~ So S. ~ ~. S. ::. ~ .... g c ~~ ~. " ::I. .... ~~ ..,. e ~~ ~ ~ ., ~ ~ ~. ::;- e ;} ~ ";j '" ~ ~ g a g. e ::;.~ '* "l So e ~ g " ~ ~ ~ l::r- .... ~ .... is; is' '" i:! ot:l is: ~ ~. 1;; So ~. ~ ::. ",' " !:l ~. @. t:l. ~. ~ R. '" llil ~ . r'b ~. s- ~ '" ~ ~.~ '" ~.~ I:l.. "-' '" ~ ~ i=b g. ::. ::! ::. t:l. ... ~ So ~. ..... ~ ::::- i=b r'b .... e ~ ~ '" '" !Ill S. ~ ::;. ;: ~ s " So: ~ "l ~ '" c c ~ ~ '" t: ~r::.:; " ; ~ ~ r'b r'b Q". ~~ ~., ~ "l ~ g ~t:::::~ ~ ::;'] s i=b ~ .... ::. "l C ~" t:l. en .... o 8 ~ '" .... (1l .... c - ::l ~ "'C~ .., ir n' Q. ~ C g. c >-3 o >-3 > t"' I:) o (/l tJ <lI <: <lI 0" "0 3 <lI }:~ 5' o ?; G tI1 I ~ 3 I . :E I ~ (\ ~ ~ ~ g . "j (\ 2. .~ -- . " '" " I~ ~ ... 't.. S~ \o~ 00 '-.J ?1:!: 0000 00 .." <lI <:T ;J>2 1~ ,tv ;0 tv tv 00 00 -.J -.J :o:::rc " ~ ~ , ::r t:I rt (:) ~ c.. :5 2 ::tl Q ~ ~. (\ ::r-'rc -ti ~ 9. " ;..: ~ tv" 0'< ~ ~ . .., ~ ~ ,,'? -1 - :!.s. ~ if; if; tv tv "Ul "'........ o tv OCP o~ o tv if; if; t-.J tv "'U1 "........ o tv o cP oi..N o tv 'f; ~ ~ ron ~. ~ o ::J:) =' r. \.n 3 .... ' ':]:; a g 3 "'" ~ " " 6- 8 i; ~ rt ~. 5 ".r-i "0 -5' !J. ~ - t;" .., o - 'f 5 ~ 2.- 0:: g ~ ~~~ '?-?7~B tt:f i!i j-~~;g"~ 8-~~0- il. "'0 ~ -Q ~ 8: ..,.~ ~ :? ~ ~. i;> ~ " rt 0 ..,.::;: . tv - ...,.. ~ ~'~g:;, ~~ ??~~~~ (1) ~. t:. ;~ ';:tl? I ;:r. c... - - o " :;" 0- '" :T: ."" ~ "'.""" 6- ':]:; rt~':" WN U) ~ g. g ~ ~? ? ? ~ ~== ""'~::r>;:r. rt tri-;:;'o... If"f --- 3 (i o~. ~;:r. B g !:o.'.Q c ~ ~ 10 :s rn 5t. :3- = 0.: 0:: 'g. =- ~ 'te: r:: 0 ~ ~'l;~ c.-,"tl '-'"' :E ~ - '" " ~ ;;;. ~ ~ ~~ ~ ~ - o " " if> V> o cP o o if) V> '0 cP o o o -...j V.J C'\ Jv ........ U1 0 tv "~ tv ~ ~ o 0 00 ~,R.i~~g if> if> '" 'v o V> 00 00 00 Vl o o o V> if; "'if; ~ tv tv "t.J.,) o U1 ij1 c\ 00000 b 2:> <:=, l"') 00000 <A o o o <A :; :> n n CC 0- 0- rt " 0-0- 5 5 :; n " 0- rt 0- S' ~ ~ "0-. ...... ~. cP n t .... i1' " " Vl Vl tv cP C> -.J "VI "-..J V1 fA 0 ........ ~ o 0 tv tv 0 bb~oob 00000 ;:;:;;:;:; ~ ij) ::~ ~~ >-d o ~ 0..- (Jl ~ ~ ~ g t ~ ....:: 1; ~ <'1 (i 2 ~:;:>> ':T. ("l ~ ~ g. H ,,:> n g "j -'::t_;- = r. gIg ~ .., ro a. :l4 o " ~ 15- (Jl 0 tJ:I 2- ro ~ ? ro ro ~ c. >c 9'~ J~ 00 r [; [; 00 Ii if; .... U1 ot.A V) 00 l;J Iv ~ "'Vl"Ul -.J 00 o 00 b b b o 00 ~~.~c ? . r. = g' S' ~~&~ ~ ~ c... S' g p 3 &: .. ~ ~ ;€ ~ ~. ~~ ~ 'J; ~ ~ ~ g'&? :> '" ~ ~ g S. 0- !2.. _ - V> \D:::l;J~ OV1C\o 'J. (r. ~ ~;:;:; ~ ;:;:; VI -ifj o{A ~ olj'j {/) .(A V> UlUlV10-.J OOOOUl 00000 00000 ~ ij} .<F1 *A -" -" lv -5,A ,,+:.. "Ul ,,00 ,,+:.. l-,,) Ul -.J 0 0 Ul0V100V> 000000 000000 000000 S2 ~ ~ ~ (5 ~ S' g ~ '7' ~ ~ ~g;f;. 5" .Y ~ n9'~ ;:::. :::r> ~ ~ 0.. P ....... 8 t;' -" ~ 8 ~ n' 5' J~ ~ ::i..,--.~n c...~ <: ~ ~ 9 "~ i: ~ ~. "( g :::r>.9 c... v...... tv '? ::;:; 5 " g" :5 jg ~~ ~~ '" ;;- '" :> :::8 ~ ~ ~~. l1; " 1}~ '. 0- ~ 5 " :> ~ 17. C 3 " ~ S: ...... l-,,) l-") V.> V.> V.> rt: rt: rt: r':l rt: n ~ ~ ~ ~ ~ ~ VI VI Vl V'I ~ 1J} - tv - v~ 1~ ,,~ VUl t "c: -.JV1U1000 oooooc 000000 000000 Vl if> V> '" l-") -(A -if} ffl ~ v~ v~ ,,~ v~ v~ VUl -...JoooooV'J Vi 00000000 88888888 ~:::;;"'" .!., ~ ~" ;:F~ , l-J t:. ~ f" ~ .!.. 5' t:>... ;:..&,~ :=:r ~ l1; ~ en M o S <1 "" M ro H t) H e:.. ~ "" C1CI (tl <1 ro i=:: (Jl o o [/) o '" -< '" 0" "0 3 '" }~. S' .:: 0: ~ ~ ~. ~ g. ~ G. {tt (-5 e::.. H. 3 ?O " ~~. ~ " ,.., ~ 9 ~ <" n S' n ~ a n :=- " " r;' "- ~ c ~. 3 n ::; W~2G ~ g ~ ~. i~jg " c.. n n 3 n ::; ~ ~ "'Ij:;....>~'J.I"':j = ~ ~. =- g n a f[ (; ; 0' ~3~~b~~~5. -gt:iov:~gg [ 3 0 8 b ~ ~. = ~ ~~~~c..c..~ 3 ~_ =n~ ...... ""t =' c... ~ ~ '" (';~ 7j~~ a ~. "- , 3p:{~ ~ [ S' S 3: ~~ ~ ... :=- ~ ~ [ g g ~. ~ 3 0 ;;. Cf; 2 n g ~ e:... 0 '" ;; r:: -...,:j 2 c~ g. a ~ g g ~,' g q q q ~ ~ 9" ~ n n ~ rt i3"?O n n r:: S' 08' :5 (i g n n 3 (t g 2: ~ g.~' n~~ g ~ c.. q~&-: ~ ~;g ~. o. n 3 ~ ~ g ;1.. q ::Po n ~ r.f. I""t ~ ~ ~ 5. g. b ~ ~ :;~. ~ ~~ ~ ~ ~ S' 3.~. a :4 ~ ~. 'f:, 'f;. ~ n- it 3 3 2~;- 9 A ~ n ::; '" c c.. 51 n 0.. ~ " ~ ~ >-t > g ~ ~ g- r-.~ :5 ~ q " ~ Q (t ::P. ~n g f ?J5 ~ s_~ ~4 ~- ~ n :4 (1: ,....: ~ ::r" n ~r ~ :.2 r:: ~ ~. ~ ~ 3 ;l r -FE a8=Z~ R- :5 ~r/; 2 n ~ :; "- ~ l, I""t ~ ~ ~_' g:i~g ~. ;J r") 2 ~ ~ ~ n ~ ~~g~ o ~ ~ ~ g ~. ~ Q' :; 5' 'J: ... ~. SOrt~~~~ Ci' = .-t- e. :;'''' g ~ 0... :. ". ." ~ p ::; ~ :: 2 2 ..... ~. c.. - n n ~ :5 ";(' ~ =S~55~ ~~'U'f:,~ ~5[~~ n,oc..c- n Cf;1€j C ., 9_:, ~_ g: ;::.; n 15- .. ~ n. v. ~ ". 5 S. Q ~ 13' S' ~ ., .g ~. ~ ~ ~ [fJ r1> () p. o ~ ~ 'I:j c 8 '"0 ::r: o c (fJ r1> " ~ n g. :5 ~ Cl.: i} ., Q ::. ~ ~ ::. I:l.. So ~. ~- ... '" CFJ '" '1:l i3 '" ::: !' B- :=e '" n '" ;;> ~ ~ '" = ;;. n ." n P-I--- ~~~~~~~t~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~s~oo~~~~~~- ~ I--- ...... = 00 a i'i'" p.. c:: g. "'0 .. ;:;. n - c:: .." '" cr" ... J;> ~ ~~ j'J,,\O tv tv 00 00 -.l -.l >-l o >-l > t"" to CJ V1 o <II < <II 0' -0 3 <II }:; S o --: ..) " ~ ~ g ~rg ~ ~ ":11'< B :::: g ~ ., ;> n n ~~~ ~ 'R 3 2 ~ ::;. 8. ~: 2: o ;> 5" ;> :;; > ~ e- n 3 n ~: ... ., ;:1. i5 ..... ~ l",j _ ~ 8. ~ ~ :::: -g :10' !;1. ~ l-t "'t ;:; 3 ~ ~-. o ~~"'" ~ ~ _. a. g. g g~ jq ;::to p:q T- g ff g' ~ ~ ~ ;!t 3 ~ 3 "!J OClt::? ~ ~ ~ a tF,' ?r g ~ ~ ~ 5 8 3. a. g- ~. g., 5 ~ e. ~;Jg ~~~ ~ ~. ~ ~ 2 B-O"'~ 3"'t ~ ~ s: n ~ ~ R :1. ;> [f; ~" n n S. ~ ~ g. c::jq g >? cr. ..-:: ~ R' ~ '.F. ;:1. i5 _~c~ r:: -. ~ =t' o S' g. n ~.~ ,,~ ~ ~ v v c... n ~ ~ ~ c r;' '"' 0'" 5 ~ ~ n " e- n ;:1 [5 ~ a. o ;> !2' ~ if. ~ ';J:: .-' 0::: ~ ~. ~ ~. ;. ~ m ~ ~~ ~ g 2.. g""> ~ g. ~ ~. ~ ~ r; o =- ~ ~ a. 2.. r,~. "7 c... ::=::: ~ 5" :: ~ ~ a~ ~ ~,.., :1 g. a. 'J; ~. ~ ... ~ ~ 3:lO ~ g ~ ~ ~ g ~ ~. 5 ~ --CI ::t' c o? g ~ a~ ~ ~ ~ ~ :..:. e... g ~ v ;,) ~ " ;> e- n c... c::-: ? ~~ :; c ~ j, a. ~. ~ < n g. [ >~ =t' ~ c b'.;J g. 2- ~ ~. 3.. a ~ (; ~ ~. g -'2: 2' ~~ a ~ ~. c a' S?~ ., ~ g' ~ ~ ~ ;> :1- e-r:;r ~ ~. g ~ 'l.J E5 '.IJ c... ~ fB' ~. ~ -< <" ~ 7 ...-:: g:,.:. r:: ~ n~ t ~ ... B- ~ 0... t1 n f:. r;' ~ a. ~ c ~ ,.. "7 ~. g ~. a Ro [ e.'-"::Ro(j ~ 5'" :5 c... > ~ ;j ~[g~~ [ ~. ~ ~ ~ 5~. ~ o :1. ~ ~ ., ;> e- :;.- ~ ~ ~ a~~~~8~~~~~~~~~~~~j~~~~~~~S~~~~~~~~~~~~~~~~~ ..., <II cr ;..2 l~ "N ",\0 N N 00 00 --.J --.J ~ ~~ " -'2 3 n a ;::; CJ C/). U " -< " 0' 't:l a " "~ 5" o s;: ::;< " (1) " 9 ~ ~ '" ~ 0 C/O '" " 0. ---.. u; ~ (t ;; ---.. u; N ~ ~ :E ---.. 0 ::: " 0. -:l -5' ,.., - 10 0 C 'D III '0 a 0 0 ~. "F- e ...., if> - :l ~ '"d ~ .. ::r ri' p. " e u; ~. '" .. e ~ 0 Vl ~ u; 00 t'"' tv '0 0- 0 0 0 "11 " a' )> 2 't:l '" ::l. ..:1 - - J" "-D tvtv 00 00 --.J --.J C/l (t) n O. o ~ 'i:i ~ ,...,. (t) .... ~ "" ,...,. (t) VJ ijj 0- V. 00 0- ";t --.J i.n o ~ .... \0 -:...:. 01 -....J o o ~ o ~ ~ 'D t'"' "--.J u; --.J o o ....... ...,. (1) 9 10 c III a ~. e - :l '" ~E. .. ::r ~. Q. e g. e C/l (t) n O. o ~ o ::r: "" ~ &: n "" 'U c;J o ....... ........ n "" .... ,...,. VJ .....---- C/l o 2) ~. 0... (t) .... I I 00 o :=> 00 \D 00 ~ U> In U> '----' ~ N 0\ ~.... -....J ?' ~ 01 i.n o 0 ~ o Vl ~ tv _ "~ ' ....... ...,. " 9 10 c III :l .. ~. e 00 o :=> U> ...... - 0 ~ 0 '"da~ ~ rr ~ ~. 0.. '-/ e g. e C/l (t) n O. o ~ Z I c;J o ~ n o c .... VJ (t) C/l ~. "" \1Ci (t) o (t) VJ ~. (t) .... c;J o ....... H-; n o 8 'U "" ~ 5 .. 'l~ l' r.f. S ~ ~. ~ ~. q c: ~ > ~ [ n- W W'J; := n :t. 3 ~. ; ~ g ,.., " c:.. ::r-c:.. ~ :p ~ ~ ~ ~ 0. ... ::: ~ g. ~ := a ;r [ ~~ 2 n a. g" R ",' ~ ~. 0 cr. --- ___ E5 g ::: '"' c:.. ':;: ~ 0' ~ ~ ~. 5 -.- ~ " " ~. ~ ;:t ~ :..: ~~~ l -' ;3 n ~~ ~ := ('t: o-t a 2::~7 ~_~ a. ~. ~'"' c:se' ~ g ~ 3 i.;? g 8- oJ ~::: 2...~~r:: ~ 3 0 ~ if. ~ S ":r: g 0 e; ~.F c... r:: .. ~ ; ~ ~ ,.., ~ r ~ ~ w;g~;. ;:t. ::; ~ g ~D ~ g ,.., "" ~ ~ "Jj ':..I'- ;C' :;. 3 (t -. ...-: g 2' '" ... " .,. 0. ? ff .,. g '--';J:::""': :; n ~ ~ 2 ~. g - 8~ t-~ ,-., :: ~ s a ~ S' sSJ ::: r:r r:r g I I . g~~S~~~S:~~~~8~~~88S8~~~~ ~ >-l o .... a <A o o o ACORDN CERTIFICATE OF LIABILITY INSURA:NCE QGfSR SF I DATE (MMlDDlYYYYI SDE-1 04/20/07 PRODUCER THIS CERTIFIC/oTE IS ISSUED AS A MATTER OF INFORMATION Wallace Welch , Willingham Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 300 First Avenue South, 5.th Fl HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 33020 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. St. Petersburg FL 33733 Phone: 727-522-7777 Fax:727-521-2902 INSURERS AFFORDING COVERAGE NAIC. INSURED INSURER A Amerisure Mutual Insurance 19488 INSURER B: Trav.ler. Ineurance Corapany 19070 ~.G.s. Develogment, Inc. INSURER c: ,0. Drawer 1 8 INSURER D: L1thia FL 33547 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOT'MTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT 'MTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSRt TYPE OF INSURANCE POUCY NUMBER DA TEi iMMlDDtrlt I P8k\<i,"'MMlDDIY'ii' UMITS GENERAL LlABlUTY EACH OCCURRENCE $ 1,000,000 I---- ~~~~~H (E~~~~nce) A X X COMMERCIAL GENERAL LIABILITY GL2015404 10/31/06 10/31/07 $ 50,000 I CLAIMS MADE ~ OCCUR MED EXP (Anyone person) $ 5,000 X PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 I---- GEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ 2,000,000 h POLICY !xl jrg: n LOC Emp Ben. 1, 000 , 000 AUTOMOBILE LlABlUTY COMBINED SINGLE LIMIT - $ 1,000,000 A ~ ANY AUTO CAl300341 10/31/06 10/31/07 (Ea accident) ALL OWNED AUTOS BODILY INJURY - $ SCHEDULED AUTOS (Per person) - ..!... HIRED AUTOS BODILY INJURY $ ..!... NON-OWNED AUTOS (Per accident) - PROPERTY DAMAGE $ (Per accident) GARAGE LlABIUTY AUTO ONLY - EA ACCIDENT $ R ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSlUMBRELLA LlABIUTY EACH OCCURRENCE $ 4,000,000 A t!JOCCUR D CLAIMS MADE CU1327823 10/31/06 10/31/07 AGGREGATE $ 4,000,000 $ R DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSA noN AND X I TORY LIMITS I IU~~- A EMPLOYERS' UABlUTY WC1324363 10/31/06 10/31/07 ANY PROPRIETORIPARTNERIEXECUTIVE E.L. EACH ACCIDENT $ 100,000 OFFICER/MEMBER EXCLUDED? INCL EXEC OFFICERS E.L. DISEASE - EA EMPLOYEE $100,000 II yes. describe undar $ 500,000 SPECIAL PROVISIONS below E.L DISEASE. POLICY LIMIT OTHER B Inland Marine QT660294X2283 10/31/06 10/31/07 Scheduled $7,067,979 Ded $ 1,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: Normandy Shores Golf Course Improvements, Bid *ITB)21-06/07 Certificate holder is included as Additional Insured as respects General Liability. *10 day notice for non-payment CERTIFICATE HOLDER CANCELLA nON CITYHBC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPlRA noN DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAlL * 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGA lION OR LlABIUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR '~g<nfi;/ @ACORD CORPORATION 1988 Ci ty of Miami Beach 1700 Convention Center Drive Miami Beach FL 33139 ACORD 25 (2001/08) !:) o VJ u " <: " 0" -0 a " "a S' o ofF> .... 01 00 +- \0 ~ 01 ~ o ';; ~ ~ t"" "00 .,. "" :..., ~ .." " a" ;J:> 2 -0 '" ::l.~ - - .!""'-O IVIV 00 00 -.l -.l >--< .... (b 3 t:; ::: ~ ::I .., ~. C I-< ::I r/l "tl [ .., ir n' ~ " c g. c C/l (D () o. o ~ tn I >-:l (D (D n o ~ ffJ 8 () o. o ~ I-' ~ 0; ~ ~ h; '1:i (b - 3 ;:;' ., ., ., " :t. a. :t. S' () () () S" - '1:i '1:i -1 ~.~ ;:;- " ~ 0 :l () i: c- . " - v ::1- ~ -E' I ;0:; " ~ ~ " 0 , . .:; '. t:; ~ I-' ::: V.> 00 ."" ."" ~ "" 0 <5 "" ::I .,. .., ~. " ::;:; ::;:; ::;:; c " Vl Vl if> Vl I-< ::I ~ "tl a. .., ir n' ~ " tv C ~ ~ 00 "" "" S. ~ 00 en '" ...... "" tv "" " ::;:; ::;:; ::;:; c " ~ ofF> 0 <:7\ if) (A if} ~ c... b I-' V.> I-' t"" P if> .00 Jv \0 "" -.l ...... "" <:7\ ......0 tv 00 ~ ...... 00 00 I-' l.NcP 00 00 -...J V.> 0 0 .,. C/l (D () o. o ~ U t U ... ~. ~ ~ r:Jq (D > ..., ~. ~ 3 0 (b a ~ & 3 " -, :;: :>;"- ~ '7 R"- ",.. " n ~ g ~ C 3 " " ::1. :l :l ~ i<i t:; tv t-.J ::: '. ~ "" ~ . I-' "'0 "'0-, a 0 0 00 ~. - () () C if. -< "" if> VI if> I-< ::I r/l .., "tl a. .., ir "" n' ~ V.> " .00 c .~ "" s. "" V.> tv C C :..., 0 0 ~ ooQ Q C ~ ofF> 0 N ~ +- iff '" if> <:> "...0 "" ...... ...... t"" V.> ~ tv 01 "00 "0 "0 01 "" 000 0 "" 0"" c 00 <:> 0 00 C/l (D () o. o ~ n tn :.< () ~ ~ o. o ~ ~ (b 3 t:; ::: ~ a ~. c I-< ::I r/l ~!. .., ir ~. ~ c a- ofF> <:7\ N "...0 -...J +- o c... ~ o '" ~ ~ t""'4 ."" ...... .,. c V.> C/l (D () o. o ~ t:d n ~ ~ ::1. ~ r:Jq ofF> .... -...J .... '" <:7\ N ;... <:7\ ~ o VlVl~ ::=:::3 t"" "''0 "'-...J ""0 tv 0 :""'0 ""0 g: ~ g 3 ;;j' " g :5 10 r :: 3 ~ .., ~ ~. 3 ~ c " ;:; c rt rt c- "6 o I-< ::I ~ ::;, "tl a. .., ir ="- ~. Q.. C S. 0" is c C/l (D () o. o ~ >- ~ ~ Z g.1!O ~ S!l '"'3 s. ~ ~ ti;. ~ ::3 8 g 0.. ~ ........ :::-. r. ...... ~ i:' en r. i3 :::r' ~'15 0 ;;. ~ I""t ~. i3 ~ ~ ~ rn r. r. ~ 0' ~~. 0 :'! ~ bl ::;; ~l'b ,....." s.... l J t5 ~. 0 '" i3 :: ~. I""t ... rn I:l.. ~ ~ '" Cl ~ ~ l:::' ~ ~ .... ~. ~ tx:I ~ ~ "l ~ ti;. ~ ~ Cl '" ., ::I. .... ;:,... l} ~ I:l.. r. '" ~ r. ~ S. r. ~ ~ g: s. ~ So " ~ ~ ~ I:l.. r. '" r. i3 ~ '" ~ .... ... " 8 N. (b Q.. "tI ... o "0 o '" e:. C/l i-" .... (D 'Ij ... (D "0 ~ ... ~ o. o ~ "T:I o ... 8 D o (/) o <I> ;:; 0" '0 3 <I> "::t 5" r> >1;i 'J) ~ ~ ., ~ ., " c' -< ~: ::; 8- :> 3 n " S' ;,0 a: " :> , ~ 0.. ~ ~ ;-: "" " r: R" t:I ~ ...., " " ~v .::: 9 r: C' ~ 0 n' s::: '. 3 g:: ., 2 15' ::r, -< 0 {; ., ~ :> '. :> :l n " R" ~ ~. " t10 t:I ~ ~. 0 ~. i: :> ?O 0.. ~ :> 0.. ., a. ~ ~ :;- ~ , ". ~~ ~ " I 0.. P I . tv - 00 ~ 88 - -0 " . -.J ~ 0 0 0 'J; ., ;:;; ., 'J; n n ~ I I VI <A <A "" "" I I ~ - ~ "", ... '" 0 ~ 00 0 ... -.J 00 ;v 0 ~ 0 00 0 0 ... 0 -.J S 'J; ., ;:;; ., 'J; n n ~ ~ (.;J "" 'A ..... N "" - ....... {A '!: '" tv - ... - ~ 00 tv "~ 00 "-.J "... u, a 00 '" 00 ... '" -0 N 00 0 00 0 tv ;v 0 0 0 0 0 0 0 0 0 0 '"r1 <I> a" >2 5.~ - - .!" "'0 WW 00 00 -.J -.J VJ (tl n ~. o i:l '---< ~ >-< '"" , n (1) ., 8 ::; ~ "" 10 ~ c ":::; ~ a 0 ~. ;:;; c VI ...... 0 ~ ';:j ~ ... ii" r;' Q. n C tv S. 00 "" ... ... ;:;; C >-3 ~ 0 0\ >-3 N VI -..J ~ > 0. tv t"" -.J 0 U, N 0 ~ tv ~ 0 0 :> 0... ~ ~. o i:l ~ ....- ...... rt (tl 8 (f) VJ (tl n ~. o i:l ...... g- ?O 'J) fr .....; S( t10 ~ >-< n: 0 0 r: ~ fb r: ~ 0.. ~ ~ " ., 8 " ~ " :3- ~ 3 " ~ ,: ., ~ c; ~ t10 .-- - ~ m: " ::1 c ~ :> ~ 3 j! "'" lli ~ ~: '" s. c :5 ~ S ::;. ~ ~ ~ ~ $ ': ~ ~ , ;::, ~. , g. ::s - :n 1\0 '" c :::.: - - ~ 10 ~ 0 0 .g c ...p tv , ... .v' -0 -0 ~ -.JO ;... ~ "0 0 .. a ii' 0 ~ 0 ~ 0 en 0 ~. g. i ~ ,::II! - ::i :1! ., ~ ., 'J; 'J; ., C n n ~ ...... n - if> VI VI VI <A VI "" ...... 0 ~ ';:j ~ ... ii" r;' Q. en "::: '" n 'v "... C 0 -0 ::: g. 00 en en 0 0 0 00 0 c" ~ 0 0 -0 0 tv '" 0 - ~ ., :1! ., 'J; 'J; ., C n n ...... ...... n ~ >-3 ..... z 0 .... ....... "" if) "" ~ ..... >- ;!? (.;J tv '" "" "" '" "....J ... en tv '" ... 0 t"" ... '" "::: '" ~ -0 ... "-.J "~ "00 "00 "~ 00 -.J -0 -.J -0 1..> ~ 0 -0 tv 0 0 0 0 i.J, 00 0 0 0 0 0 0 0 0 0 ~ (f) n 2= ~ i:l (tl o c (f) ...... rt (tl 8 (f) VJ (tl n ~. o i:l ::r: ~ ~ t10 t10 >-< c c '"" (1) Z >1;i :> :> 8 r: "'" "'" ~ " ::; ::; ...... >1;i 'J) 'J) ., ., r: <: :> :> ... ;'l('; 0.. 0.. "-;::7 ~ ..., <: ~....... n~- a. ~ " ~ ~. r:r :5 ., n "'" ::n p 10 -.J I "~ ... 0.;-" C 'v "0 ... ~ 0 0 en a 0 00 I 0 ~. ;:;; ;:;; 'J; S c I ...... "" VI Vl VI ...... 0 00 .., ';:j ~ ... ii" r;' Q. n C 1(;') -0 0 ... g. ... en :.0 i.J, ~ 0 l.....:l -.J en tv 0 i ;:;; ;:;; 'J; S C ...... >-3 ~ 0 ..... ~ t11 if) VI (fJ iff ... '" - ... tv ~ t"" -0 ":: -0 en 00 "00 "... "~ t11 ~ 0 - '=> en 0 0 0 0 0 0 0 \0 -0 0 0 0 CJ .... ~ (f) (f) 5' (Jq VJ (tl n ~. o i:l CJ '" --' ~ - +; ,.., ~ CC 0 ,,' t~ ., ,', ., " (1) 3 ~ n ?- Cj " 8 ::-- " -;e' " ~ ~ >l ... ~ u - ~ ~. 5 V; ti- s::: :5 r: ::-- - ~. ::; " ... 0.. " ...... -< -< " ~ ., ::; ..- :> n~ i1 ,: ~ , 1-5" " ,i !!!'!, - - - - 10 ,: "~ tv 0 0 c '" "", 0 -0 -0 ~ 0 -.J 'v -.J "-0 "0 "0 a en -.J en 0 0 0 en 0 0 0 ~. " ii 'J; ;:;; ;:;; ;:;; ;:;; 'J; 'J; C ...... ...... ...... VI VI (fJ {/j if> VI if> Ii ...... 0 00 ';:j a ... ii" r;' Q. n C i,.:.~ - p ... ... 0 '" g. 0 :.0 0 "" "" en tv -.J 00 0 ~. ;:;; ;:;; ;:;; ;:;; 'J; 'J; C ~ ~ ...... >-3 ~ Z 0 t11 ....... >-3 (.;J >- VI t11 VI ij'J VI '" > 0. VI VI - ... -.J -0 t"" ~ - - ":: "~ tv t11 ':+. "", "00 ':+. \0 00 -0 0 en tv 0 0. '" '" '" -0 0 0 :..., 0 :..., 0 0 0 0 en 0 en 0 0 0 CJ .... (tl (tl i:l n o i:l (f) rt .... C n ~. o i:l VJ (tl n ~. o i:l 'T1 to c i:l .". (tl .... n o i:l (f) 2 n ~. o i:l to Cl Vl t:l " -< " 0" "0 3 " F s o "TI " or ;J>2 "0 "' 2:-: }V"I.O t0t0 00 00 ...., ...., ;;;;;;;;;;n'!!i'!!iOl ~ :;on: ?i' ~ ~ ~ ;;: [0 mmtnmm~M :fl:; CfCfCfC(1Cf~ ~ ~ O\Vl.,f:::...,f:::..t".J~ ",-O\OOOt0 NNNNNf) VlVlVlVlVl~ ~ ~ ~ ?l "" ~ ~ ~ f",N Iv -+:-. I...N ...... n ,., f':I ("') r"D ~ ~ ~ ~ ~ ifI -{A if! *A V'l Ul~..+;..I...N(..N tv "co "+:.. "00 I..,,) 00000 00000 00000 00000 (t: n (t: (t ,., ~ ~ ~ ~ ~ ;!1ljjifJoifIVF'i Ul -a -.J ...... l,;.) "'0.. "0.. "0\ "..;:.. tv DOOOO(/) 000000 bobboo 000000 - V> 000 " " '" '" -v> fA t..J ...., t..J V> V> 00 00 r: (t '" '" iff <fiI .00 ...., V> V> V> 00 00 00 ~I~ g . ~ "'-~ g'l if ~. ~. ~ I ::1. 'Jl et-- ~ ~ ~ ~ ~ ~ I 1-:;:::;-,; ~ ~ * ~ ~ ~ ~ is: ~ a'j (1 ~ ~ ~ g 0 fk: o. "2 ~ 0 w " ~ I ",. ~.~.. i5 ~~ ~z tJ;:I ~ n o ~ "0 o Z trJ Z >-l .!!J o ~ ~ ~ ~ ,..:.. li:: :::- ~. ~ ~ ~. ~ ~. ~ "" "" Ov> ~8 'J.. r.n " " :::t. :::t. ~ if. ~~?6 (t l"D ,., '" '" '" Vi VI iff ~~~ 00 00 V> 000 000 ,., (t r; '" '" '" ~~~ ""'00 "......J "VI tv ifI .+;;.. \0 IN (A O";:'[0UlD 00000 00000 . " '" I I : 'fi> I i~ I :~ I.. V> I~ tTl C 8 Is iff V> 00 V> .0 S o o - 00 " '" ~s:r; li:: ..::r; ~ ~ ~ l::. ~. (gj ""'0 69' -~~ p~ " " 0..0.. ~~ -.::; ~ (;'"=r::r- s: ~ ~ :::cr'c.n e,~. ~. C ~ S o ~ :;; =; " ('tl (t ,., (t: (t ~ p p.:l ~ ::,) *A -{A 'if! ifI ifI t..J ...... ....... \0 Iv "0 "'0 "0 "(Jl "Ul h,J tv 0 0 0 00000 00000 00000 (t () (t: n (; ~ ~ ~ ~ ;,;l SSQ 8~ -~ or-- V> <, J ~ ~ 0' ....... ~ ~ ::.~ '" ~ ?l "" ~ ~ ~ ~~ 0- 00 - V> >"" " !:?, g ~ ~ " ,-.. > ~. a g: (t: n 5 '" ~:~::...::- QCdQQQ ~~.6..;.~ tr;~Lt;J C<C\o-.tf.'J.. ~~~:=~ ~~+:-.+:o.-J:;.. co (..N Iv ..;:. I...N ........ ~~ ,., (t: (t: n rt: ~ ~ ~ ~ ~ -V"J V'; -{A {J'J V'J V1 Ul.+;;..,J:;;..t;:lf",N -...J Iv "00 ".+;.. 00 tv V100000 000000 000000 ocoooo :::;:; g n n ~ (') rc ~ ~ ~ ~ ~ -{A ~ V"J if} if} C\ i--l> \0 "-...J "OO"O"U1 U1 if} to tv 0 0 000000 000000 000000 ~ ~~V"}~~Vi to C\ V1 \0 -.J i--l> VJ "~lfj VJ "8 "g; "g; "g; ~ ~ if> 0000000000 0000000000 0000000000 ~ 8 ~"'- l::. ~ ~ ~ ~8 ~ ;:>; 0~ ~ ~ ~ ~ n ~ 't ~ - V> 000 " " '" '" VI VI t..J ...., t..J V> V> 00 00 n n '" '" 'fi> ffJ ,,00 ...., V> V> V> 00 00 00 ~I~ ~ 8 ~ ~ r: ;;: 0 ~. ~~ ~ ~ ~ ~ ~ <-. ~ ~. \s. ",' ~ 00 00 ::3 "" " " '" '" iff iff I..J 00 - 00 V> o 0 o 0 (') (') '" '" if> ~ ~ 00 0 "VJ 10 {/) IN VJ-(/7 OC\U10 g g g g 'l. ,- ,J~' S ~. ~~ ?V ~ :::t. ~ () o 3 "0 "' ... in' o ::l o ::l ~ 8 z g ~ 0 ;e..?T; ::l " n go..O 9- g ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ "'= g' ~ o (tl 5' ~ U':l g.. ~~ 0.. <Il " " =1' ? :;' QQ' n :r ~. g ; g ~ ~ <Il () "0 '-< 0- .., IZI .., (S. c:D tZl (tl ~~~ o <Il ..0 a 5- ::. ~ ~,~ ~ ~ " ~ [~g :r "' ~ ~. g or 0 <Il ~ ~ ~ 2 .g ~. E. -0' "Vl 8. ~ ~ ~ ::l ' o ~ ... <: ~ g " s.. 0 ~ ~ ~ 9- ~. 9 "00. ..0 ..., " = 0 0. a -g.~ ;:;: 0 ;0 (b' :: ~ Vl ~ 5' " *' g ~ Q. ::l Q. ",30~ or " o ::l :;' ~ g. IZI ~~g _. '-< ~ ~~~ ri ::l HI "0 tJ:l 6 ~~~ Q.; :;: 2 g.[.::l. 0':rt0 ;; ~ ~, ~(tl [fJ ::;< (1) n> n 8 o. o ~ (\ I ~ .... 1:1. CJq ~ o. o ~ ~ o i:O o n o ~ "0 01-- Z trJ Z/:) >-l ::: .!!J ~ a ~. - c::: ~ .... ::: ~ "tI!. ~. rs- n> 0- c::: g. I-- c::: I-- >-j o ~ t'"' 10 o C/l u " <: " 0- '0 3 " ";:!. 5' o ~ 6: ~ !il:ii::i!} S? " :;: < -. '. p;g . c"" c: ~. ~ 7'go ntfq g ~ ::> 0 rt n n " ::to g g ::> . : ~ ~ 1 1:;;- g fl fl g > if> -...J kA C\ V1 '-=' -f.A ~ "~b~~ +:-. oo--.J o OOUl <=> 00(:, a 000 .." " r:r ;1>2 '0 '" 2,~ J".'D NN 00 00 -.J -.J ~ "Vi tf'J {;FJ -fA 'D -.J V> "Ul "0 00 00 00 00 ('t: rt; (:: I") 'J, ~ ~ ~ ~ ~ t-.J t..J v.> ..j:;o.. ("...) "U1 -.Jv>0 v>oo 000 000 ~~S:Q~~~~~~ ~ n ~. ..J.. 8 ::> > > ~ t: 2.n~<53 ~~~~~ "g~ 5,-...,0'....J-;;::.:~ .;.. '" ::;. .' "' ., ~' ~' -< a g; < Q 0 ~ ~ ~. :1. ~ n::1. r~ _ :r ~ :3 ~ g " ~ g g R-- ~. ~ g: n rt: ..... ::).-... '"1 I-t t:J;;'"1 ~ n~~'l:;nn ::;, ,.....,b-~8~CO K 0' (t ~. ;:: s..::) 8 :3 --,-sr~c3 0.. (t rt: n ,., g. "-:: ~ ~ ~ o ::: 0 Go ~ ~ ~ a6~ ~~~~~~~:~~~~~~~~~~~~q $.~~~~_~.~~~~oo~~~~oo~~~~n l...,) ~ ~ ~ ~ -... tv U t~ V t~ V V V U ..... ~ ::. =~s.s.~.;~v~~t..~~;::vt: ~;;~vuvo;:; (b '"..)J ; l -- .... ;..~ ~ .::::. v .:::. ;6 tv tv tv tv ;:::: ;:0 ~ N I-t ~. ~ S' 5' S' r ~ ;:::: ,-...,;:::: ~ ~ ~ ~ :-" ~ ~ ~ ~ e. ~ ,"""",r'P rt: r. r; ~ ~ ~OtvO:OO",.....,",-..",..., ~ m c::s ~ f" ~:-"~~~fi.~~~~~ ~ S' K ~.:;:' bov ~.:;:j ~~ r-- ~~ ~ ~~ ~~ ~ &; ~ ~ s ~ ~;;;; 8 ~ 8 g 8 8 ~ ~ ~ ~. ~. ~~ n;:.t...,)-t0",~- ooo~s ~.' ~o~o<o~~~~~. ~ ~~ 0 nOn 0 n n n -- ~ < < . ~ ~~I::9I~ nn M- ~~~n~n ~ :4 ~ '*~==..iZa. ::; ~ e:.. :::.. _"-".....................0\....... 0000000 """""00 88888"0"0 0000088 ::;:;::;:;::;:;::;:;::;:;;::;:;~ o{A 'if') '*A 'if1 *A 'if') 'if; ~000090 ooooooooo.......i..N 00000U1U1 ::;:;::;:;::;:;::;:;::;:;::;:;::;:; - -if} ,,--J -JO 00 00 00 00 - v.> o "0 _ 0 o 0 o 0 o 0 IA Vi "V}'if;'if1W\Ol..J.) 000000000U1 "0.0"0'0'0"0 oooooo~ 0000000 0000000 0000000 Ul\O~O\""'" rp rp n n rp ~ ~ ~ ~ ~ -if} '*A tT1 otA if1 - l..J.) ~ +:-. 0\ "0 OUlooa 00000 00000 00000 rp ~ (b ~ n ~ ~ ~ ~ ~ {j} (A - v.> "'Ul "....... o V> 00 00 00 - ~~ 'D v.> "0, "0\ "'0 ooov> 0000 0000 0000 \0 \0 \0:-" c3 00"00,,,\0 \O~:-" 888~0"'88gs8g~;s~ o 00 0 ::;:;~::;:;::;:;::;:;::;:;::;:;::;:;::;:;;:;:;::;:;::;:; fflifjotAif1-ifjij)"if'1if)-(Aifj-fAo{A ....... ....... to l..J.) lNl..J.)+:-.Ul~UlO\OOOUlOO V,OOOOv,ooooooo OUloooooooooo ::;:;::;:;::;:;::;:;::;:;::;:;::;:;::;:;::;:;::;::;::;:;::;:; -{A- ifj V"J v:'J IN l..J.) IN --J "'........ 4:.. "0\ "0 lJlC\oo OlTlOO 8888 if> tv +:-. lj) v>~ "0 "0 00 00 00 00 fA ij1 'D 0- "0 "t.N 00 00 00 00 - 'v <A 0- ~ "'0 to OO(/) 000 000 000 if> if> V> -J t..,) tv 00"'0 00 00 00 00 " ~ ~ " J,:\ ~ i " ::to o ::> i I I - 00 I I I I I " " 1.-;= :> v.> 2 ~ ~ 8 r- fl - v.> -.J ~ '0 ~ o o ;! S' r:r ;;. c.. ""T"':~ t" :;:>:;:i 'J: 3 c ! i. ~ <- ;'US r3 if! if! 0- "-J V> _ 00 00 00 rp ~ rp n n ~ ~ ~ ~ ~ V'1ViV}Ij}if} ~ ~ 'D "--J "Ul U, V> 0 0 000 000 000 r; n n r. l"C ~ ~ ~ ~ ~ if} V) V) ~ ~ 'D "--J "Ul "U1 V> 0 0 000 000 000 <'" r./;, t-t 5= 3 r. ~ ~ 3- t :: 0 '" ~ 3 --< ~ ~ tI1&0' ::::;J n c... (/;, t-t c ~E.. " rt ::to ............ C r..,) ::> - ;:;< (1l o s '" ..... i::l '- f) '" ~ '- = _.~ ~ ~ ?l '" ~ <;;- ~ ~ " ~ - 00 -J "v> V>O 00 00 00 if> -(f) ",00 -J v> Ul 0 {j} 000 000 000 V>~ ~ o o ~ '-f; >-J ('i '" ,...J c '-f; \fl (b n O. o ::l ~ ........ ..... t:1. [JQ ~ o. o ::l n o ::l O. ::l C ~ 0... 10 c ~ a ~. c::: ...... ::: ~ "d~ ;- ;- (1l 0- c::: g- c::: ..., o ~ t"' ,0 o VJ o " <: " 0' '1:l 3 " J:!. S' r> '(~ f~ ~ ~ t~ ~ n ~ '0 - - :E r:.~ ~ ~ fi- r:. " " CJ c; 0:: n n ~. .g "'" "'" ~ ~ ~ ;;:- " " '; ~ ~ ~ " R~ - :E " " " ~. [f; [ " " "'" 0:1 - q B: ~ ~. ,i) ,i" .... < :> :E:E :; ~ 0 " " " ~ 0 :; " "'" :;:. ~ ::. ~ ~ ~ ? CIi- ~ r:. " 0 .., ::; ::; ~ 8' n :; ~ ~ " (b 'l. ;;. " $: $: $: " " ~ .., ~ " 3 n ft " ~ ~ a " 2. (b ~ ;i. C' ~ '" ;j c: '" ~ ;;:- ... ~ ..... ~ ~ If '" ~ l:;: ~ '" ~ iij ~ ~ ? - tv tv tv tv tv - - - - - - - .,~ i.~ ii~ 'l. " " " n " 'l. " " " " n " " " " " " " " " " " " if! if! *A if'; iff Vl Vl if> if> Vi *A U.> tv - - - 0- en tv '" U.> - tv 0 Q:l Q:l - ,= --J 0 !~ '0 Q:l V, 'en '0 0, '--J ~ 'v '0 0 en 0 0 0 tv 0- Q:l tv 0 0 0 0 0 0 en 0- 0 U.> en --J 0 0 0 0 0 0 0 0 0 0 0 '.1-4. 0 0 0 0 0 0 0 0 0 0 0 l 'l. " " " " " 'l. " " " " n " " " " " " " " " " " " ~ VI if> '", VI ~ ~ U.> if> <A tv U.> ffl --t./'J VI tv 0- ~ en tv '" ':: U.> - U.> en 0 Q:l Q:l ,= --J 0 '0 '--J '0 '0 '0 '0- '--J ':::; 'tv '0 --J 0 0 0 0 <A VI 0 if> tv 0- Q:l tv 0 VI --J 0 0 0 0 0 0 0 0 en 0- 0 U.> en --J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 "!1 " 0' ;J> 2 5~ - - l"o<.O tvtv 00 00 --J --J ;:) Cl VJ o '" <: '" 0" "0 3 '" "~ S" o "11 '" cr' ;J>2 "0 '" ~-: j..J"'D NN 00 00 --.J --.J ~:::: '" [ 8 rt q '" 3 2 I.. ~ ~ ~ I Jg -< ;:> 1'>/': r.r.. 'l:' ~ 11' ~~ I 3 n!2. ~::!:l " 0 3 ,,~ 5 ~ $~ o "::::: " ~ I . ':.h:':: ~ ~ r:;' ~ " ,..., ,,' ;:> ;:> " " ::t. o ;:> ~ n (') n n (C ;:.::. ~ ~ ~ ;,:l ~ ijJ {A ~ ~ ,{#J {-A ":: :: ~ '" 00 '" 000,", 000 000 '" '" o tv VJ ''co \0 "v.- '"' --.J 0 o 0 000 000 (C ('C r':l ('C n r: ~ ~ ~ ;:.,) ~ ~ Vl --.J o (/) Vi ~ "g: "':: __ J~ -.J 0\ 00 V.J +:0. 0 00 \.0 '=' 000 o 000 <A if> '" '" '" o t...;> VJ 00 \0 ''IN 8:::!8~ 0000 0000 " ;:> il. ~. ::r ~ ;:> g ~ " o ;:> ;:> " " S!. => t!1~s ~gP2- ~. ~~ ~ 0 ~ o 0- :;; ~. r:l; o ..... ;:j 'J; ;:> '" " " 8 ~ ;1 n J~ ~ " ~ 'J; rJ; 2- ~ ~ ~~~~otA - '" "'v-. "''-0 o --.J U'> 0-0 000 000 'J; ;r."~ g ~ if} VI Vi '" - "(J1 \0 "'-I O--.JU'> 0-0 000 000 zo~~ 9 ~ g ~ V1 l::l ..,. .... ~ g ~ ~ 2 E'~' ft. ;:> T,~, ,. ;-g~t!1 ;; .g '0 ~ O'';o~ 5 Z ~ t., C-.+:o.g g QP ;:> ;; ..... ~ !2. ;;; ora ~. ..'2, UJ......25 U'> 0 '" U'> "", U'> '"' ...U'> o~ 0... Vl iff t" - U'> '"' "0\ "'....... VI tv "iff ...000 000 000 ~~u 51&~ ~;~ b c 2: g- 2 3 rr g 5' ~ 3 '" 3 .... ? ~ T ~ ::I = ,.!.. c.. ~ = s ~ ~ ~ s'T. ;:> ....... tv t...N rr: ('C n " " " *A -fA iff (-.) -.,J -..J [0"+=- ".+;... U'> '" '" o tv (0 000 000 r:: n (") " " " '" '" *A ....... (...:l tv +:0. tv [0 "'\0 "UJ V1 tv 00 {A 0"+;:"0..0 0000 0000 2525~~~O\~~t~,~~~, +~ ~ c.. I I I =:. Cf If I ~ ~ ~ I .::: ~ " 5 5 5' S 5 5 5 5 5 ~ ~ ? 5 5'~ .., ,,,::'~~Jg ggg,,~~;:;:" ~~Q~ ~t8~~~~~~......~~?~~8~ :;-0 o...~1 f'+:O'_I.f".J;:.._'...._I.~ ~'5'~tl:::o~' ~ ~~ ~ ~ ~ ~ ~ ~ ~ ~ ~ [ ~ ~ ~ i ~~x~~~~ -- ~S~~~~ [",) '"'" <:...... .?~ Q -. -. -. ~ t-t ri ~ -..]3-' '" _,...;..1,...;..0,...;..0""",",--, ,--~'J;o ;:: ? :r. ::: ~ ~ ~ ~ ~ ~'-: ~ '< 5. ~ ~. 5 ~~Jg~~~ ~O, ~!2.""'" 0... c... n n ("'; n r. ,.~. *. o..~ _ j;;' P 0- P 0- & "'" ~ ~ g S2g ~~~ ~ ~ 0 ,.., ~ ~ 2 ""Jg ~ ~ '" "'- !!1 s: ~~ ~~ ~ 25 ~ S. "'- ~~ '" 0 ,. :::: ~ tv %--y <-; _. '. ;:> 0- j;;' ....... ....... tv u-. [-J ....... ....... ....... ....... ~ \..I.) n I"'; r. ~ n ~ n n n n r. ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ -ff1~-{A"V'1-V'J-tniA f.:A 'if) (flif) ....... ....... .............. ....... \..I.) \..I.) \..I.) ....... ....... "'u-. "'u-. ....... t-J -......J "'0 00 "'0. "'u-. ....... "'00 OO\..l.)Ol".JcococoO ....... o 0 0 0 -...J ....... t-J l".J u-. ....... 00 00000000000 00000000000 n n n n n n ~ n n n n ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ {Aif)V)IJ}{#}.fAo(Affl'ift-vt~ ....... ....... [-J 0.. ....... ....... \..I.) (",.N VJ (",.N U1 "'u-. ~ tv "'0 "'.+;. "'0 Co "'0.. "'u-. ~ ".+.. ooo..O-...JOOOOOOOVJUl'ift o 0 0 0 +:-. ....... t-J VJ Ul VJ .+;. 0 000000000000 000000000000 \..I.) \..I.) \..I.) \..I.) ~ r. n n ~ ~ ~ ~ if) if) lj) V) - - 0 J.::~ oo"'~ \..I.) +:-. 0.. t-J \Q Ul Ul VJ 0000 0000 n rt: rt: r; ~ ~ ~ ~ Vl (/) ~ (/) +:-. Vi t-J 0.. 0.. hJO "'::B~~(/} -...JUlU1 \0 0 00000 00000 -"'00""""0>-0 ~ ~ r+' ..!... ~ C ~ ~ ~ ~ ~ 8 0:, ~ ~~. ::: ~ ~~~v..;(fJ ~~K~~;;t :: p ~ S: -. 0". '" U'> "h '" Do 0 ~ ? ~ ~ ..!... ~ -:::.bb '. ,. bb;; ~ "'-'P" 1::;:: x "" ~ ::::... o I"'; I"";: n " " " Vl Vl Vl ......... \..I.) U1 tv "'VJ "'0\ "'-...J -.j 0 0 OU'>O 000 000 I"";: rt: n ~ ~ ~ if.j {#} .{J't ~+:-.~ VJ U1 hJ 't.N "'0.. "-...J -...JOOo{A if} 0U100 0 0000 0 0000 0 ..... ~ ",' ~ ;;:; ",' ~ '" ::::t .~ - ... l"Il :3 rJl rt> n O. o ::l r t:>- ~ ~ * ~ ~ ~. B ~ ~ ~ ::;. '" g (;;. ~ ~s.rJl ~ ~ " 8 \3 Q. ::;. 8 s.~ ~ ~ ::: .. ~ Q. ~ ~ ~' :So '" s. (t So S ~. I-t ::;. g.~ So ~ -.9. ~ S a ~'"6' ~ t3 ~~ ~ ~ \3 '" ::: S ::;. E3 ~ R.. ~ " ~ ~ 8 a. g. E3 !3',",~ * S. E3 '" g " ~ ~ ~ ~ ..... ~ .. ~. ~ '" ::! """'" ~ ~ ;:; >Cl Cl.; ~ ~. ~ e.. ~. ~ t::l "'. " ~ :::t. g. Q. :::-. ~ R. ~ ~ >l . " ::;. S' ~ " ~ ~.~ " ~.~ I:l..' <;i So: ~ t:ti g. ~ E3 ~ ~ S. !::.t:>-", ~ ~ ...... ~. f'll t:: t3 ~ ~ ~ ~ ~ s. is' ::;. :::::: .. !"l- t:>- ~ " " e.. ~ "'~. '" g ~ S ~ ~ ~ ~.....~ ~ ~ ~ ~ ~...'#; S" ~ o ~ g ~t:::-.: ~ ~.~ ~ ~ ~ c 1} " Q. 10 c r.> :a q' c:: - ::: ~ ~a. "' i'i ~. 0. c:: S. c:: >-l o ~ t""' !:) Cl r:/1 U ro <: ro 0- -0 3 ro ";:;. 5' o - ~. ~ ::::: .... , -- 'r. ~ ~ ~ ~ .... c... O<A ....v.> '\00< 00 "...., ~ :: 00 00 o 0 "TI ro cr :J;> 2 -0 III ::l.Q - - "N ,,\0 NN 00 00 ...., ...., if; if> rt;J~ ;. 8 [xl o~ -l 0 'v VJ if) tv tv "Ul "....... O'v 000 bf..N O'v " " -: ~ ~ o' a:I ::i A ~jl - o " " VI '" o 00 o o <F1 '" "0 00 o o o 0: Ct. n ~ " ::l iO'. 3 c .., ~ " ~. a. ::l (f:; -0 .:a ~ ~ tI~; (f)" ~ ~ 5.. g ~ ~ 2 ~~ ~ ~ ~ IZS ~ '"t (b ;;.. ~ D; o <\S ~ ~ C "'-" UJ ~ o. ....... rR; g rt tr1 f-;:;-- 8 ~.~ 00 ~':7 c..,~ '" " ~ ~ ~ g ~~ ~ ~ ~-2V'dV~+~Cf . n A :;:) S' 5' :5" VI 0"' ~ ri ~a..S-~~~ ~ 0.."""; " :r: ~ ~.~. ~ [::5 v u ~~~~Cf~~ ""l ~ L-.J c....g ~. l-.J ",,2-O:ct fN'N g=~:?-,?,? e- "CfJ~~:::: cr. ~ ~ :r: g g C :E b:o 'iC ::l ~ 0::1-& & ~~~~ - ,~ 3 - "(' S' ..::l; 2- 0: ~ - '" :r. 1~ g :;; ~ if! 'if) if} 5' ;;;; ~ ~~ ~ 0..0.. r:: n r? iO'. 0-0- IN ::i +>- :5" S' tv '-' "0\ ~ ""j 8 9 ~ :t: -g' [g' 00 ....... 00 ... 'if> o o o VI VI v.><F1 >0 to tv '''IN OV1{J'}C'\ 00000 000 tv 00000 VI o o o --J IN C'\ Jv o tv "'~ tv .+;.. -....J o 0 O;S if> VI 'v 00 0< ...., u-. V--J oJ;A~o.......o{A 00 tv t-..J 0 oo~ooo 00000 ::;:;::;; V"J -{A =~ :::~ VJ I.> ~Z..'::~::;' 8 hE = n 0 ~ r:: ~. 8'r.n~~~~~'"t ,. - ct,_..,,,, ..:; 0 ':n ci. _. :~ ...-:: ({~2e-,p'3" ~ ~2~:fg'+g ~/::< ~ ~ ~c~~... (t ~ 0' ~ !-t ;,);::) ~;j g- :to _ g 6 ? ~ ;g~&- Y' ::l C -':t. ;:P ::l c'" (b '-,<~, Jq 5 S. (') l:r 0- ~. S o ::l ~ & ~ (I) (I) ::l "d o ::l 0... (Jl <F1 ... Vi VI {A 00 IN to "'Ul "'Ul "'l)l ...., 00 o 00 o 00 o 00 - - '" \O~lN~ OUlo.O Z~2"~;:' _ -<: "J. n 0". v_:rc;3 ;;: ~ a. C ;;. :,' ,; a ::n 5 rc 3 .3. a. ~ 3 - ~ " ." ~ ~ f n hJ ~ /_, 0 0'-< ::':..:., ;;, *' ~ .., ..., a ~ ~ g ~ t d..~ ::r ~ 'J) ~ ct ~,~'i~::t:;g ~ +A"V'i-if'1oift~~Vi v.> 'v "V1 "Vl 00 00 00 00 '" VlV1V1D-....J OOOOVl 00000 00000 'v '7 '?~tt S' ~ a. F ~ ~ v ~ g ::a ~ ~ Ci3~] , "'" ';i. ::;. ~ rt J~~ ::( ;:n ~ a. ~ Jg C 3 " P ~oif1of:A oVA ....... ........ f..,) cfft ,,+:.. "U1 ,,00 ,,~ fv V1 -.J 0 0 VlOVlOO<A -.J 0000000 0000000 0000000 ~~~~~~ :r ~ ~ S' ~ ~ <,,-,-~~~v~ ~g:fi. ?t~ ~ ;;, ~ 5' ~ - ~"9'~8F_'~ 5'~,,;i... ~ 9 ~. -- --: ~ ~ ~ n S' "H ::;:; ~ ~ '"1: h:::::!:l n ~ :p-- I;: ~ ~. ~ SO~rtjg !4 ~~ c.."........ ~ ? ;:;:; 5 " v C Ct. ~ ........ fv t-.J t.".J t.".J ~ o r. n rt r. r. ~ ~ ~ ~ ~ ~ 'if1 ofA ~ ."V) V} -if} - 'v ,,~{~,,~~,,~~ -JUlV1000 000000 000000 000000 <A tv oif'I ~ ij"j ,,~,,~~,,~ 000 000 000 000 <fi E~ "U1 "(Jl OOJ,A-{A 000 0 000 0 000 0 VJ .... o 8 ~ ~ .... (I) ..... t:i ..... ~. ::l ~ C1Q (I) ~ (I) ~ (Jl D o Vi o " <: " 0- -0 3 " .~ S"tI:~~Jt;F o g ~ ~ d 5' ...,. n' __ -r. :to ~ ~ ~'. ~ 8- ~ ~ ~. n' ::r" e.. a ;;:I ~ ~ ~. ~ ~ 3 ~ ~ ~ 5' (t a a n :r >' " ;:;. ::.. ;;:I ij ~. " 3 r: a .<;" " -2 3 I'D a 'J,C) 2" w n N ~ ~. " 0. "" " 3 " a "'=i>>~ 2: c g S 0- 9 ~ ~~. ~ ~ ~ 9 2 ~ ~ ~ ~ ~ e; S' ~ " ~ ~ ~. [~~ (t !: g ~: ~Q.:T ~ ~ ~ n ::t 5 R e; s' -:;l 9 B g ~ 'Jj e.~ ~ ~ ~ ~ ~ ~ 0.0. o 52 ~ ~g ~ 5' ; 3 ~ " a e. ;;o;s;: o ~ &::.. :r ~n g: ::1. " n a d. :2 ~ cr.C;) 2 ~ 0 a ~ g H >' e.. 0 'Jj " " :2 [!. nn g i5 n n H H ~ ::; " " ..., ~..,.;r,: ~ _ S' :r 'of :q n'-"''-'" ~,' :5 g' Q q ~ ~ R g- ~ 0" I'D S' 3 ~~~ " ::l Q r: ~ ~ 3 " I'D a ~~ >' 0. %&, ~~ ~ '" " 0. o i5 (l ~ n ~ ~ ~ 8 " E.. ~. ~ ~~:5:: Q. -2. 0 ~ ~ ~ ~ S' a ~ ~ ~ P.f~ g ~ 9 g 9 ;1. o " ~ "- 5i I'D 0. ~ ~ ~ rt ~ n ~ 9 ~ %'B ~ ...,. 0 sg:~~ ~ ~ ~ Q ~ ~: g ~ ;- ~. 'a l:-:<'" o " 0' ~ ~ ~ a ~ ~ ~. ~ E!. i5 c i5 n ::to Q a: ::.i ~ g 2=~ 2.. ;1. ~ :i€ 0. , >' ::.i ~ ~ ~ >' 0 " H n < " If:, " '1 ;:;. Q COb' ~ ~ 2 2 ~ n n, g g ~ " " '" 1,.1 cr. ~ ~ & ~ 3 ~ ~ o'l g., ... ~" ;::" ~ ~ ~ i2 t:' g' ~ i3 ::;. S' ~ ~Ff ~ 3 \/J (1) n O. o ::l ~ [ r: H >cr. ~~ :r >' H :r. " n >' 9 I'D a '" S "0 :r: o c CJJ (1) ~ ~ .,. ~ ~ ~ ~ Cl.: ;} ... is Q ~ '" Q Cl.. ~ "'. ~- ... '" (J:J '" "0 i3 " I:: !" g.. ::tI '" " '" ;;> ;} ::! ~ ::: ~. ~ p. - (5 \0 00 -...J C\ Ul ~ v.> tv ....... =It - - ::: ~ e:.. ri" 0. C ~. "0 ... ;. " - c ~~~~~~~t~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ .." " cr :J> 2 ~~ .!"'.CO NN 00 00 ...... ...... >-3: o ~ t'"' D CJ (/J tl n> <: n> 0- "0 3 n> ,::t 5' (') -=n r, e ~ g. ~ ~ ~ ~ .....,< ri" "'- ~ ~ ~ rt ::: 3 g ~: rt il :;1, i5 --.cr.:""Cl g't1 r; ~ rt 3 2 $. ~ (") ;!?. > g. g s= ;:l :E ., ;:l t'l " -= ::r. ~ ~. 3~ 8 ; >~ :1 g ff~~~ 3 ~ ~:€ Ci::i3%-;?; ~ S l~ ~ ~ ~.. - g.Yo ". ',,- c ~ r! ~ ~ 3 ':F. 3 -'1::l~1""" ~J ~ ~ 8~ ~ rD 1, c:: ;;:~;:l e X e, a ::rf6 ~ " ., ;:l ~ 3 ~ .....,.~?:: w ". ::; n 8 (t ~ ;:l :1. :1. ;; ~ ~ ~ p ~ 'h~rt ~. B- ~ 'J) " 0" 3: ~ " :1. ~ +~ ':J:; g~ ~. ~ ~~. 0......., 8 >r c 51~' ~ Q ~ ~. ~. i5 ~~~~c:g: l'i :1.::!- ~ g ;:;' ~. J€ ,,~ ~ ~ ::. U '"' c... ~ rr r, :1 F= D ~ a. ~ a ~~0~ 8. c: ~ ~ g ~ 2'-8 'll ~. ::;.':1. ~:5 ~ ::P El ~ 0 0.. ~. ~ ~ 3 & " 0 a ~ ~[~ i1 n' - p :r..g ~ rD "I--. 0.. n ~ ~ ~.% ~ ::. ;. ~ ~~ ~~. ~ " 0.. 3 0:; (t =.. ;:l ., ;7. 5. h% ?(.t:la:o"'~>;::V_v " c:: ~ :E "' ~. ~ c ~ c 9: ::.. n ; 0~' 3 5' g<v:=~~g:~ (f,... ~c = 9:. 2" b ~::: ". n 0... S. 0.. ~ _-. :; p>~0 n~ ;:l Ii 0;. ' o'rf '" 10- c... ~ ;1- ~ 2r = -. ~ < = 'J; ~. ~. ~ ~ ~ a [g, ~ if, ~ ~ (":" i~' g "" " c 2 g,.." ;! ". ~ S. 0" " :;1 i5 ~~ ~ ri' g ~7~ =; g ;:; ~ g- ~. ~. i5 ",-", ...... o' ~[ :;1. i5 ?cr.: ~~ ., - ~. a f<o ::..f(oo g:5'~ g, ~ 'll Q ~ ;1. e ;:l :::::........tJ;; n === fj; ~ a ~ 2 B- El n' "'- ?' ~ " :1. ~ ., ;:l 10- ~ ~ fr- ~~~~~8~~~~~~~~~~~~j~~~~~~~~~~~~~~~S8~~~~~~~~ -r:I n> cr .... > g; "2:-: j'J~\O lVlV 00 00 ...., ...., to o Vl 1:1 " -< " 0" "0 3 " F 5" r> Cl ;:;< ... (1) " S " ::l 'J, ~ ~. ~ 0 If; " ::l c.. '-. V> "d " ~ '-. V> ~ ~ ~ :E '-. ... 0 :; ::l c.. " .;;. " ..- 10 0 C '0 tl '0 :a 0 0 ~. 'J, c:: ....., - - ::s ~ '" ~ .. ri" ri' p.. 0 c:: V> g. e,., ... c:: ..., 0 - ..., V> >- 00 t'"' '-..l '0 c- o 0 0 en ;:;< en ...... en "' (D (1) (D (1) (D n S n S n ~. ~. ~. 0 0 0 ::> ::> ::> '"d 0 Z I I >- ::r: CJ - ~ 0 ..... (D ::> - H ~ H-) ::> n n ~ ~ 0 ..... (D 'I:l C Ul H CJ Ul (D 0 en ::;:: ~. n ~ ~ H C1Q ..... (D Ul .-----. .-----. en tJ 0 (D - Ul 0 ,...... H ~ ,...... 0... (D (D H H 10 10 CJ c 00 c 0 tl 0 tl - ...... :a 9 :a n ~. 00 ~. 0 '"' 3 ~ \..N ""0 \..N ~ V1 ~ \..N '---" c:: c:: 00 0 0 G> ...... - - 0 ::s ::s 0 'Jl ~ g. 0 '" '" ~ ~ .. ri" .. ri" ...... ri' p.. ri' p.. '---" 0 c:: ..- 0 .... c:: g. V> g. ... '-..l V> c:: c:: ..., ..., 0 0 if> ~ {fl ~ ~ if> N '#) -.a 0\ ':....J '0 t'"' ...... '-..l t'"' 01 '-..J -..J .::: -..J V> ?' -..J 0 -..J c- o 01 i..n 0 0 0 0 "TI " 0- >2 1~ ',ON ,",\0 f-JN 00 00 -..J -..J ffl c- .V> 00 c- ;:: -..J i..n o il::: 'J;~ 'J; 5" ~ ,,~ u:, :;: ~ ~ [ ~ -: c ~ ~ '"' 0:: -: c: ~ ::t. ~~ " 2 ~ ~ g " rt " ... =l C ... 5 ~ " ... " :3 " g. 3. ~ " " " n il. n " :; " /". :> ~ ;i. n' ;;;- :r. :1. a. n 0:- il. i3' ;;;- ~ ~. :;:; :1. n Iii ;;;- ~~ " ... '" :; :@ ::> ....., CI ;;;- ... a. ~ if. ;; g c.. 'T' " a. '-.'-. " ~ x 3 c '"' " " ;;;- ... :5 ::l ' , " 3 _. " ::l ::l [;,=~ ::l ~ " " ::l ~ C ::l ,.,. Q ~ Q =- ::l c.. ~. c.. n c.. ::l c.. !l c.. If; ~:'J; ~ ;:! a c.. 5 " ~ ~ r; ::l 0 ~ " ~ :1. n 0 ". :i ... /" , ::;" ~ ~ ... i':i " ~ e; 2- 2' \.' " ::> a. " ::> ... " g. .:: :E ... ... ~ 3 ::> ,.,. :i :; G" 'J, u: r':l 0 - g' G" c.. :; n Y;' '-/J ~ ::n'^' G" '-/J a. :3 " ;g g g " c " 1.S 0:- 'T' ::< :i G" " ;;;- ",,::n ii::i::: s' " .. a.. t~ a a :E ~ >> e; " ii,i,i:> lii'i!i I::.: liii'i' 1:\> \ DD i:i:: iil\, iii '\ i ..- ..- ,..... ..- ..- ..- ..- ..- ,..... ..- ..- ..- ,..... ::; ,..... ::; ..- ::; ::; - ..- '0 '!:! '!:! '!:! '-..l ,..... ..- ..- ..- ..- ..- ..- ..- ..- ,..... 0 0 0 0 s 0 0 '!:! 00 -..J c- V> ... V.> '-..l ..- 0 '!:! 00 -..J c- V> ... V.> '-..l 0 '!:! 00 -..J c- \\.... ::.~ j - 0 0 0 ACORDN CERTIFICATE OF LIABILITY INSURANCE QGfSR SF I DAn: (MMIDDIYYYY) SDE-l 04/20/07 PRODUCER THIS CERTIFICA"! IS ISSUED AS A MATTER OF INFORMATION Wa.l.lace Welch & Willingham Inc ONLY AND ccr "3 NO RIGHTS UPON THE CERTIFICATE 300 First Avenue South, 5th FI HOLDER. THIS tTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 33020 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. St. Petersburg FL 33733 Phone: 727-522-7777 Fax: 727-521-2902 INSURERS AFFORDING COVERAGE NAIC' INSURED INSURER A: Amerisure Mutual Insurance 19488 INSURER B: Tr.~l.r. In.uranee Ccapany 19070 B.G.S. Develo~ment, Inc. INSURER c: .0. Drawer 1 8 INSURER 0: Lithia FL 33547 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSRJ: TYPE OF INSURANCE POUCY NUMBER DATE iMMlDOrrif DAn: IMMIDD1YY LIMITS GENERAL LlABlUTY EACH OCCURRENCE $ 1,000,000 - A X X COMMERCIAL GENERAl LIABILITY GL2015404 10/31/06 10/31/07 PREMISES (Ea occurenca) 5 50,000 I CLAIMS MADE [!] OCCUR MED EXP (Anyone person) 5 5,000 ~ PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $ 2,000,000 - GEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG 52,000,000 I POLICY !xl ~rs: n LOC EIDJ) Ben. 1,000,000 AUTOMOBILE UABIUTY COMBINED SINGLE LIMIT - 5 1,000,000 A ~ ANY AUTO CAl300341 10/31/06 10/31/07 (Ee accident) ALL OWNED AUTOS BODILY INJURY I-- 5 SCHEDULED AUTOS (Per person) I-- ~ HIRED AUTOS BODILY INJURY (Per accident) $ X NON-OWNED AUTOS - - PROPERTY DAMAGE 5 (Per accident) GARAGE LlABIUTY AUTO ONLY - EA ACCIDENT $ ~ ANY AUTO OTHER THAN EA ACC 5 AUTO ONLY: AGG $ EXCESSlUMBRELlA UABIUTY EACH OCCURRENCE $ 4,000,000 A ~ OCCUR o CLAIMS MADE CU1327823 10/31/06 10/31/07 AGGREGATE 5 4,000,000 $ R DEDUCTIBLE 5 RETENTION $ $ WORKERS COMPENSATION AND X ITORY~LIM;TS I IU~~- A EMPLOYERS' UABIUTY WC1324363 10/31/06 10/31/07 5100,000 ANY PROPRIETORIPARTNERIEXECUTIVE E.L. EACH ACCIDENT OFFICERIMEMBER EXCLUDED? INCL EXEC OFFICERS EL. DISEASE - EA EMPLOYEE 5100,000 If yes, describe under $ 500,000 SPECIAL PROVISIONS below E.L DISEASE - POLICY LIMIT OTHER B Inland Marine QT660294X2283 10/31/06 10/31/07 Scheduled $7,067,979 Ded $ 1,000 DESCRIPTION OF OPERA nONS I LOCA nONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: Normandy Shores Golf Course Improvements, Bid *ITB)21-06/07 Certificate holder is included as Additional Insured as respects General Liability. *10 day notice for non-payment CERTIFICATE HOLDER CANCELLA nON CITYMBC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DAn: THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL * 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICA'IE HOlDER NAMED TO THE LEFT, BUT FAILURE TO DO so SHALL IMPOSE NO OBUGA TION OR LlABIUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR '~g~~ @ACORD CORPORATION 1988 Ci ty of Miami Beach 1700 Convention Center Drive Miami Beach FL 33139 ACORD 25 (2001108) COMMISSION ITEM SUMMARY Condensed Title: Request for Approval to Award a contract pursuant to Invitation to Bid (ITB) No. 21 -06/07 07 for Normandy Shores Golf Course Improvements: and Authorizing the Administration to enter into negotiations with the Top Ranked Contractor, QGS Development, Inc.; further Authorizing the Administration to Reject All Bids in the Event that Successful Neaotiations are Not Reached with the Top Ranked Contractor. Issue: I Shall the City Commission Approve Award of Contract? Item Summary/Recommendation: Work to be performed under this Contract shall consist of furnishing and installing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation, and services, including fuel, power, water and essential communications, and performing all work, or other operations require for fulfillment of the contract in strict accordance with the Contract Documents. The Scope of the work is to proVide all materials, labor, equipment, supervision, mobilization, overhead & profit required to provide but not limited to the following: · Eradication of existing turf and Removal of invasive tree and shrub vegetation. . Removal of all existing golf cart path. . Renovation of eighteen tee complexes and practice range tee. . Renovation of nineteen greens including practice putting green. . Renovation andlor construction on bunkers/sandtraps. · Installation of new asphalt cart path. · Installation of drainage system, irrigation system and new pump station. · Sprigging of specified Paspalum grass for all areas where the existing turf is eradicated. · Construction of new irrigation pump house structure. · Construct a drainage pump station with three low pressure electrical. . Construct three pressurized drainage wells. . Enlarge two lake areas to provide more storage. · Construct a berm surrounding the golf course to contain on-site stormwater. The Technical Review Panel unanimously ranked QGS development, Inc. No.1 and provided the following recommendation to the City Manager the following Ranking of bidders: 1st Ranked - QGS Development, Inc., Bid Price $6,620,380. Difference in bid price over budget is $868,646. 2nd Ranked - Duininck Bros., Inc., Bid Price $7,977,829. Difference in bid price over budget is $2,226,094. The Project budget available for construction is $5,751,734 and $575,175 for construction contingency. Award to QGS Development, Inc.; will require an additional appropriation of $955,509; $868,646 for construction and $86,863 for contingency. The Administration recommends negotiations with QGS Development, Inc., and further Authorizing the Administration to Reject All Bids in the Event that Successful Negotiations are Not Reached with the Top Ranked Contractor. APPROVE THE CITY MANAGER"S RECOMMENDATION Advisory Board Recommendation: I N/A Financial Information: Sotm:e ~ Amount Account Approved Funds:. 1 $ 955,509 Capital Reserve Fund aBPI Total $ 955,509 Financi Impact Summary: islative Trackin JMG G MIAMI BEACH 230 AGENDA ITEM DATE R~A 3-/4-07 !9 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov TO: fROM: DATE: SUBJECT: COMMISSION MEMORANDUM Mayor David Dermer and Members of the Ci_ty C~ion Jorge M. Gonzalez, City Manager )""'--0 March 14, 2007 () REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 21-06/07 FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS, AND AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP RANKED CONTRACTOR OF QGS DEVELOPMENT, INC.; AND UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS, FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH QGS DEVELOPMENT, INC., IN THE ESTIMATED AMOUNT OF $6,620,380; AND FURTHER APPROPRIATING ADDITIONAL FUNDS, IN THE AMOUNT OF $955,509 FROM THE CAPITAL RESERVE FUND FOR THE ADDITIONAL CONSTRUCTION COST OF $868,646 AND $86,863 FOR PROJECT CONTINGENCY; AND FURTHER AUTHORIZING THE ADMINISTRATION TO REJECT ALL BIDS IN THE EVENT THAT SUCCESSFUL NEGOTIATIONS ARE NOT REACHED WITH THE TOP RANKED CONTRACTOR. ADMINISTRATION RECOMMENDATION Award a Contract FUNDING Project funding in the amount of $6,609,833 was appropriated from the following sources for the Normandy Shores Golf Course Improvements: $2,095,948 from Capital Projects Not Financed by Bonds (301-2383); $3,613,885 from the 2001 Gulf Breeze-Normandy Golf Course (381-2383); $900,000 from the Miami-Dade County Bonds (390-2383); for a total budget of $6,620,380. However, $282,924 was already expended; therefore, the current available construction funding is $5,751,734 and $575,175 in construction contingency. An additional amount of $868,646 is needed to fully fund the construction contract of $6,620,380 and an additional $86,863 is needed for a total construction contingency of $662,038. Total new appropriation requested is $955,509 from the Capital Reserve Fund. ANALYSIS On October 8, 1997, pursuantto RequestforQualifications No. 79-96/97 (RFQ), the Mayor and City Commission adopted Resolution No. 97-22575, authorizing the Mayor and City Clerk to execute an Agreement with the firm of Arthur Hill and Associates, for Professional Services for the design, construction, bidding documents, construction observation, project administration, scheduling, and cost estimating necessary for the renovation and improvement of three City golf courses: Bayshore Golf Course, Bayshore/Par 3, and the 231 Commission Memorandum Invitation to Bid (ITS) No. 21-06/07 for Normandy Shores Golf Course Improvements March 14, 2007 Page 2 of 5 Normandy Shores Golf Course. On September 8, 2004, the City adopted Resolution No. 2004-25665 for Amendment No.2 for additional services necessary for the renovation of the Normandy Shores Golf Course Project which included services relative to the drainage and irrigation system improvements. SCOPE OF SERVICES Work to be performed under this Contract shall consist of furnishing and installing all tools, equipment, materials, supplies, and manufactured articles and fumishing all labor, transportation, and services, including fuel, power, water and essential communications, and performing all work, or other operations require for fulfillment of the contract in strict accordance with the Contract Documents. The Scope of the work is to provide all materials, labor, equipment, supervision, mobilization, overhead & profit required to provide but not limited to the following: 1. Eradication of existing turf using applications of Round-up as defined for areas shown on the turf eradication plan. 2. Removal of invasive tree and shrub vegetation identified on the tree removal plan. 3. Removal of all existing golf cart path. 4. Renovation of eighteen tee complexes and practice range tee. 5. Renovation of nineteen greens including practice putting green. 6. Renovation and/or construction on bunkers/sandtraps. 7. Installation of new asphalt cart path in eight and twelve foot widths as identified in the construction drawings. 8. Installation of golf feature (e.g. bunker and greens) drainage systems. 9. Installation of limited drainage system including basins, piping, and outfall control structures for moderate surface flow. 10. Sprigging of specified Paspalum grass for all areas where the existing turf was eradicated. 11. Installation of new pump station including connections to the public water supply with associated control fittings, brackish water intake, and irrigation system. 12. Construction of new pump house structure. 13. Installation of new irrigation system including connection to the new pump station, new piping, new irrigation heads, control system, and control lines. 14. Construct a drainage pump station with three low pressure electrical pumps to convey the on-site runoff to three drainage wells. 15. Construct three pressurized drainage wells. 16. Enlarge two lake areas to provide more storage. 17. Construct a berm surrounding the golf course to contain on-site stormwater. The berm elevation will be set at the peak stage of a 25-year, 72-hour storm event while discharge to groundwater wells at the approximate pre-condition 5-year, 24-hour peak discharge rate. ITB PROCESS AND CONTRACTOR EVALUATION On December 28,2006, the City's Procurement Division issued Invitation to Bid (ITS) No. 21-06/07 for Normandy Shores Golf Course Improvements. The purpose of this ITB is to obtain bids from qualified General Contractors to provide all labor, material, equipment, supervision, mobilization, demobilization, survey, overhead and profit, bonds, insurance, permits and taxes to complete the work to the full intent as shown or indicated in/on the Bid Documents. 232 Commission Memorandum Invitation to Bid (ITB) No. 21-06/07 for Normandy Shores Golf Course Improvements March 14, 2007 Page 3 of 5 A non-mandatory Pre-Bid meeting was held on January 19, 2007 at the City of Miami Beach City Hall. Prospective bidders were provided information as to the Scope of Work, the Evaluation Criteria, Best Value Procurement Process, and of all required documentation to be submitted with their bid. RFP Depot issued bid notices to 951 prospective bidders, resulting in 80 bidders requesting the ITB documents. Additionally, the bid was also provided to prospective bidders by Bid Net, which issued bid notices to 31 prospective bidders, resulting in 8 bidders requesting the ITB document. Both bid notification systems resulted in the receipt of 2 bids from the following Contractors: . Duininck Bros. Inc. . QGS Development, Inc. The CIP Department provided a recommendation of Technical Review Panel members which was approved by the City Manager's Office, consisting of the following individuals: · Grace Escalante, Senior Capital Projects Coordinator (Chair) · William Cary, Assistant Planning Department Director . Kevin Smith, Parks and Recreation Director · Brad Judd, Property Management Director . Hossen Kadivar, Civil Engineer On February 26, 2007, the Technical Review Panel convened, and all members were present. The Panel was provided Scope of Work information by Ken Williams of Arthur Hills (the "Consultant"). Procurement Division provided past performance evaluation surveys on the two (2) bidders and Ms. Sarah Goodridge, PhD student, Florida Intemational University provided insight on "Best Value Procurement". The Panel also discussed the Evaluation Criteria, which was used to evaluate and rank the Bidders. The Evaluation Criteria was articulated in detail in the Bid Document as well other Addenda issued by the City's Procurement Division. TECHNICAL REVIEW PANEL EVAlUATION/SELECTION PROCESS The evaluation process used by the City for this bid is one of "Best Value Procurement", meaning that the City will, in addition to price, consider past performance on previous contracts, Risk Assessment Plans for this ITB, Qualifications of Personnel proposed, and presentation and interview of Contractor's personnel. The Technical Review Panel utilized a three-phase evaluation and ranking process. The first phase consisted of the Risk Assessment Plan and the Past Performance. The second phase consisted of presentation and interview of the bidders, and the third Phase was the ranking of the bid prices submitted. The following Criteria and respective points were used by the Technical Review Panel in the Ranking of both bidders: Phase 1: Qualifications and Experience (15 points) Risk Assessment Plan. (30 points) Past Performance based on number and quality of the Performance Surveys. (15 Points) 233 Commission Memorandum Invitation to Bid (ITS) No. 21-06/07 for Normandy Shores Golf Course Improvements March 14, 2007 Page 4 of 5 Phase 2: Interview of Key Personnel. (35 Points) Phase 3: Bid Price. (20 Points) 115 Points Total The Technical Review Panel reviewed, evaluated, and ranked each bidder. Although the Best Value process was discussed during the meeting the Technical Review Panel did not fully understand the scoring of the bid price. For this reason the Technical Review Panel would reconvene at a later date to discuss how they would score Phase III; Price. On March 2,2007 the Technical Review Panel reconvened. In attendance were all Panel members and via telephone conferencing there was representatives of the 2 bidders and Ken Williams the Consultant's representative. At the conclusion of the meeting the Technical Review Panel provided the final ranking of bidders pursuant ITB-21-06/07: FINAL SCORES Q&E RAP PPI INT BID TOTAL 1. Grace Escalante QGS Development 14 15 13 33.25 19 94.25 X Duininck Bros., Inc. 15 15 14 35 2 81 2. William Cary QGS Development 12 15 7 34.3 19 87.3 X Duininck Bros., Inc. 15 15 14 35 2 81 3. Brad Judd QGS Development 15 15 14 31 20 .95 X Duininck Bros., Inc. 15 15 15 33.25 15 93.25 4. Kevin Smith QGS Development 14 15 10 28 18 85 X Duininck Bros., Inc. 15 15 15 34.3 5 84.3 5. Hossen Kadivar QGS Development 13 15 9 32.2 20 89.2 X Duininck Bros., Inc. 13 15 10 28 16 82 The Technical Review Panel unanimously ranked QGS development, Inc. No.1 and provided the City Manager the following ranking of bidders: 1st Ranked - QGS Development, Inc.; bid price $6,620,379.49. 2nd Ranked - Duininck Bros., Inc.; bid price $7,977,828.47. For QGS Development, Inc., additional funding for construction would be $868,646. For Duininck Bros., Inc. the additional funding required for construction to meet their bid would be $2,226,094; neither of these include project contingency. REFERENCES: Ed Miller Quail Ridge C.C. "QGS is the best Contractor I have ever worked with, on time, within budget." Charles A. Cangianelli Village of North Palm Beach "The Village was extremely impressed with the Contractor. A total renovation to a Jack Nicklaus Signature Golf Course in 6 months." 234 Commission Memorandum Invitation to Bid (ITB) No. 21-06/07 for Normandy Shores Golf Course Improvements March 14, 2007 Page 5 of 5 Jeff Klontz The Country Club of Florida "Great Job!" CONCLUSION Request for Approval to Award a Contract pursuant to Invitation to Bid (ITB) No. 21-06/07 for Normandy Shores Golf Course Improvements; and authorizing the Administration to enter into negotiations with the top ranked Contractor of QGS Development, Inc.; and upon conclusion of successful negotiations, further authorizing the Mayor and City Clerk to execute an agreement with QGS Development, Inc, in the estimated amount of $6,620,380; and further appropriating additional funds, in the amount of $955,509 from the Capital Reserve Fund for the additional construction cost of $868,646 and $86,863 for project contingency; and further authorizing the Administration to reject all bids in the event that successful negotiations are not reached with the top ranked contractor. Attachment 1: QGS Development, Inc. bid proposal (T:\AGENDA\2007\mar1407\Regular\lTB-21-06-07Normandy ShoresMEMO.doc 235 lD ..., MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeachfl.gov PROCUREMENT Division Tel: 305-673-7490, Fax: 305-673-7851 INVITATION TO SID (ITS) NO. 21-06/07 ADDENDUM NO.1 January 19, 2007 FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS is amended as follows: I. The bid due date has changed from January 30 to February 13, 2007 at 3:00 pm. Subsequent addenda will follow with clarifications to the bid document and answers to questions from prospective bidders. II. The "Minimum Requirement" as referenced in the bid document on pages 7 and 159 has been amended to read as follows: Minimum Requirements: Golf Course Contractor must be a Certified Member or Associate Member of the Golf Course Builders Association of America, or a Golf Contractor must establish that they have been in the golf course construction business for at least five years and have completed construction of an 18 hole golf course construction project in the past 3 years. Attached to this addendum please find amended bid document pages 7 and 159 please replace these pages in the City's bid document. Bidders are required to acknowledge this Addendum on ITB document Page 158, "Acknowledgement of Addenda", or the proposal may be considered non-responsive. CITY OF MIAMI BEACH ~ Gus Lopez, CPPO Procurement Director rm F:\PURC\$ALL\Roman\bids\07\ITB-21-06-07\itb-21-06_07 A 1.doc VVe orf' cornrnftled to providing exce!{f..mt public service ond 50(f.-';ty to al! v"ho live, '."vork, and pio'/ in our Vibrant,. trof)ico/, histone co,fnrrwni!:,./ <9 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beoch, Florido 33139, www.miomibeachfl.gov PROCUREMENT Division Tel: 305-673-7490, Fax: 305-673-7851 INVITATION TO BID (ITB) NO. 21-06/07 ADDENDUM NO.2 January 25,2007 FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS is amended as follows: I. The "Minimum Requirement" as referenced in the bid document on pages 7 and 159 was amended in Addendum 1 to read as follows: Minimum Requirements: Golf Course Contractor must be a Certified Member or Associate Member of the Golf Course Builders Association of America, or a Golf Contractor must establish that they have been in the golf course construction business for at least five years and have completed construction of an 18 hole golf course construction project in the past 3 years. Attached to this addendum please find amended bid document pages 7 and 159-162, please replace these pages in the City's bid document. II. There is a CD with AutoCad files for this bid available. Please contact the City of Miami Beach Procurement Division at 305-673-7490 to secure a copy of the disk. The price for the disk is $10.00, no credit cards please, check or cash accepted. Bidders are required to acknowledge this Addendum on ITB document Page 158, "Acknowledgement of Addenda", or the proposal may be considered non-responsive. CITY OF MIAMI BEACH L Gus Lopez, CPPO Procurement Director rm F :\PURC\$ALL \Roman\bids\07\ITB-21-06-07\itb-21-06-07 A2.doc v"I,t'e ore committed to excd/en! ,Dub/ie service (md 5Clfety to al! who five" \;vor.(, Grid ploy in our vibrant, historic: C(1n!muni~yl 14. Construct a drainage pump station with three low pressure electrical pumps to convey the on-site runoff to three drainage wells. 15. Construct three pressurized drainage wells. 16. Enlarge two lake areas to provide more storage. 17. Construct a berm surrounding the golf course to contain on-site stormwater. The berm elevation will be set at the peak stage of a 25-year, 72-hour storm event while discharge to groundwater wells at the approximate pre-condition 5-year, 24-hour peak discharge rate. 18. Interconnect on site lakes with HDPE pipes. 19. Build two control structures on the lakes to provide require water quality treatment volume within the lake system. Estimated Budget: $6,100,000 Minimum Requirements: Golf Course Contractor must be a Certified Member or Associate Member of the Golf Course Builders Association of America, or a Golf Contractor must establish that they have been in the golf course construction business for at least five years and have completed construction of an 18 hole golf course construction project in the past 3 years. ANY BID(S) RECEIVED AFTER 3:00P.M. ON JANUARY 30, 2007, WILL NOT BE CONSIDERED AND WILL BE RETURNED TO THE BIDDER UNOPENED. THE RESPONSIBILITY FOR SUBMITTING THE SUBMITTAL PACKAGE BEFORE THE STATED TIME AND DATE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER. THE CITY IS NOT RESPONSIBLE FOR DELAYS CAUSED BY MAIL, COURIER SERVICE, INCLUDING U.S. MAIL, OR ANY OTHER OCCURRENCE. A Pre-Bid Conference will be held at 10:00 a.m. on January 19, 2007 at the City of Miami Beach City Hall, 4th Floor Mayor's Conference Room, located at 1700 Convention Center Drive, Miami Beach, FL 33139. Attendance at the Pre-bid Conference is highly encouraged and recommended as a source of information but is not mandatory. Attendance (in person or via telephone) to this Pre-Bid submission meeting is encouraged and recommended as a source of information but is not mandatory. Bidders interested in participating in the Pre-Bid submission meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-800-915-8704 (Toll-free North America) (2) Enter the MEETING NUMBER: *2659980* (note that number is preceded and followed by the star (*) key). BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 7 I Amended page 7, Addendum #2 I 05000. CUSTOMER REFERENCE LISTING BID NO. 21-06/07 NORMANDY SHORES GOLF COURSE IMPROVEMENTS CUSTOMER REFERENCE LISTING Related Project Experience: (Minimum Requirements) Golf Course Contractor must be a Certified Member or Associate Member of the Golf Course Builders Association of America, or a Golf Contractor must establish that they have been in the Qolf course construction business for at least five years and have completed construction of an 18 hole Qolf course construction proiect in the past 3 years. BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH I Amended page 159, Addendum #2 I 159 . The City reserves the right to request, from the bidder, clarification or omitted information in reference to this form. The bidder must submit the documentation within three (3) calendar days upon request from the City, or the bid shall be deemed non-responsive. SAMPLE Proiect COURSE OWNERIDEVELOPER: GOLF COURSE ARCHITECT: ENGINEER: IRRIGATION DESIGNER: GOLF COURSE SUPERINTENDENT: MUNICIPALITY: CERTIFIED GOLF COURSE BUILDER: SPECIAL FEATURES OF THE PROJECT: *ATTACH ADDITIONAL SHEETS IF NECESSARY* BID NO: 21-06/07 DATE: 12/28/06 CITY OF M/:OMI BEACH I Amended page 160, Addendum #2 I SAMPLE Proiect COURSE OWNER/DEVELOPER: GOLF COURSE ARCHITECT: ENGINEER: IRRIGATION DESIGNER: GOLF COURSE SUPERINTENDENT: MUNICIPALITY: CERTIFIED GOLF COURSE BUILDER: SPECIAL FEATURES OF THE PROJECT: *ATTACH ADDITIONAL SHEETS IF NECESSARY* BID NO: 21-06/07 DATE: 12/28/06 CITY OF M/~MI BEACH I Amended page 16], Addendum #2 I SAMPLE Proiect COURSE OWNER/DEVELOPER: GOLF COURSE ARCHITECT: ENGINEER: IRRIGATION DESIGNER: GOLF COURSE SUPERINTENDENT: MUNICIPALITY: CERTIFIED GOLF COURSE BUILDER: SPECIAL FEATURES OF THE PROJECT: *ATTACH ADDITIONAL SHEETS IF NECESSARY* BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 162 I Amended page 162, Addendum #2 I It. MIAMI BEACH "!liIfY City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT Division Tel: 305-673-7490, Fax: 305-673-7851 INVITATION TO BID (ITB) NO. 21-06/07 ADDENDUM NO.3 February 7, 2007 FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS is amended as follows: I. The following are answers to question from prospective bidders. Q. Is the project exempt from City of Miami Beach Permit Fees? A. Yes, all Miami Beach permit fees are waived. Q. What size are the Aluminum signs to be that are in section N of the bid form? A. The contractor shall bid Item # TSB01 which includes "Custom Post Mounted Aluminum Tee Sign/Bench Unit. Package includes: (1) 12"x18" aluminum tee sign; (2) 4"x4" aluminum posts; 101/2 gallon aluminum waste enclosure and liner; Par Aide Master ball washer with mounting bracket; 8' pressure treated wooden bench". Q. On Drainage Wells, will all the permits be completed by the Engineer? A. SFWMD ERP permit has been obtained. Q. On Drainage Wells, will all the permits be completed by the Engineer? A. SFWMD ERP permit has been obtained. DERM Class II stormwater and local approval of the wells have been approved; however, the stormwater permit will need to be pulled by the contractor. DERM's fee for the final permit is $17,300 and is included in the bid. No dewatering permit is anticipated because of the large storage volume in the golf course ponds. This needs to be confirmed by the contractor. No Water Use Permit is required for the irrigation system since the pond has brackish water. The FDEP Class 5 Underground Injection Control (UIC) permit has been applied for. One response for additional information was submitted (1/29/07). FDEP has not commented on the Reasonable Assurance Report (RAR). The final permit will need to be obtained by the contractor after selection so that they may complete the application form. No additional fee is anticipated for this permit. V'v'r:} ore cornrnftied 10 excellen! SfHvic:e and safety to 011 ',,',/ho live: ..,'/or,(, and pioy in our vibront: iropicol, historic comrnuni!y Q. Will the Reasonable Assurance Report be provided by the owner and will it be available prior to bid submittal. A. The reasonable assurance report is attached to this addendum for bidders information. Q. Will an alternate method of installation be accepted? Our standard methodology is the use of a case driven well vs. the specification requirement of mud-rotary or reverse air. The majority of the wells in Miami Beach have been case driven, why the change in methods? The RAR should reflect the use of case driven wells if this technology is acceptable. This alternative will not only be value added due to cost savings it will also reduce the overall project schedule duration for installation of the wells. Case driven wells also produce a better product which is why that is the only method we use to install these type of wells. A. All wells are pressurized wells and FDEP required greater assurance to assure that the well casings are sealed. If these were gravity wells, then the case driven method would be acceptable. Bids for alternative methods can be submitted, along with a bid for the original method. However, the Contractor will be responsible for modifying the RAR and permit application. As noted above, the Contractor must obtain the UIC permit in any event. The Engineer will not accept liability for alternative well designs. The Contractor's bid should clearly indicate the construction method or material, especially if it varies from the bidding documents. Q. We would also propose to use steel well casing vs. the specified PVC. This will also significantly reduce the installation cost and is also the chosen materials for well installation at other City of Miami Beach locations. FDEP routinely permits this type of well casing and installation method. A. See answer on No.3. Given the brackish groundwater and the pressurized system, PVC was selected by the Engineer. Alternative materials that comply with Florida Administrative Codes are acceptable but the Contractor must obtain FDEP approval as part of finalizing the UIC permit. Q. Please specify the discharge point for the well capacity test required. What is the required duration of the test 5 - 15 minutes would be preferable due to the lack of available water in the area as well as the discharge point and significant volume of water that would be generated. A. Nearby ponds can be used to receive the discharge water, or it can be placed on the fairway to the north of the site if it does not interfere with the new grass placement (e.g., no erosion, or kill new grass sprigging). The well level needs to be stabilized regardless of the duration of the test. Q. Please clarify which wells are to be gravity and which are to be pressurized. The specification and drawings are unclear. A. All wells are pressurized. Q. Is a local clean water source available to the well installation area? If so please specify its capacity. A. Clean, local water will be available. Capacity is unknown at this time. one Q. Where is the 200 If of sheet pile to be installed, and is it to be permanent? A. Sheet pile is for temporary shoring for the construction of a control structure in an existing pond (CS-1). Q. What is the 3" conduit leading to the pump station for? A. The contractor that installs the control panel is also responsible for installing the power line to the transformer. This is noted on the drawings. The Engineer contacted FPL about 1 year ago and got their comments, which are reflected on the bid documents. FPL was to determine if the transformer was of sufficient capacity, but never responded. Because of the potential FPL lag time to change the transformer (up to 6 months), the contractor will need to coordinate with FPL immediately to confirm the transformer size and project schedule. All HOPE drainage connection pipes between ponds are 18-in diameter. The pipes between the two control structures and the pump station are 24-inch diameter HOPE. II. Clarifications: 1. Turf areas that are not disturbed shall be tilled. Stripping and/or burying is not necessary. 2. Row planting is the specified method for grassing. 3. Items added to the revised Itemized Proposal Form include four-inch drainage for the driving range tee, eight-inch pipe, and a sod allowance in square yards. Irrigation; 1. A section to the bid form for Rainbird components has been added. The contractor may include a subtotal price for the both component suppliers, however, the contractor is to INCLUDE only one (either TORO or Rainbird) in the SECTION TOTAL. 2. The City of Miami Beach will provide the water meters. Pump House; 1. The bid form has been revised is reference to the Pump House and the Itemized proposal Form is attached to this Addendum. Those bidders that would prefer to have the revised Itemized Proposal Form in an Excel file may download the Excel File from the documents download section in Bid Net and RFP Depot or bidders may request the Excel file from the City, please request the file at romanmartinez@miamibeachfl.aov III. Please be advised that the City will not accept electronic bid submittals ofthis ITB. One (1) Original and Ten (10) copies of the ITB are to be submitted in a sealed envelope or container to the City of Miami Beach Procurement Office, 1700 Convention Center Drive, Miami Beach, Florida 33139 on February 13, 2006 at 3:00 pm. Bidders are required to acknowledge this Addendum on ITB document Page 158, "Acknowledgement of Addenda", or the proposal may be considered non-responsive. CITY OF MIAMI BEACH f~ Gus Lopez, CPPO Procurement Director rm F :IPU RCI$ALL IRomanlbidsI071ITB-21-06-07Iitb-21-06-07 A3.doc VV'e Ofe committed 10 excef/enl service one:! soh;ty to ol! who five, Gnd pioy in our vibront; tropicol, hisloric community. "a ., :: ;:; 1; " ., " ~ <:: " ~ .(i <- "S ~ ~ ~ ., ., " .5 ~ " <:: " ., " ~ ~~ '1:::: ~ ~ ~ .~ ~ ~ ~ ~ ~ .~ ~ ~ ~ ~ ~ ~ a. cu ~ ~ .~ ::l 1; o .:: U';- ......~ '0 ~~ .~ .~ = " ~ S fIJ"::: ;; ..cu~c.. ~ 0 ., v --; ..c ~;t Uicn~2 8. >-''' Vi e "0 ~ ll. t::.., ~ ~ "'a~ .~ ~ S 0 ~ ~Z~ , < r-- o r-- 'a ;; ~ "Cl .;:: ..!:! .. - '3 Q.. '-- CJ; ..:: Uc ;:; 'J ~ ~ ~ u >< " ~ c: 5 "f. ~ <: i=Q .S " .g ~ ~ u E ~ u v 2 v 'J) ::2 'f: V; .q -= (':l ::l CI ..J <:: r-- 0 r-- ;:; ~ '3 ~ ~ CQ 'a Q ;:; '" .j "Cl .;:: ..!:! r.l .. U ] Q.. ~ CJ; ..:: ;:; " ~ .q -= ,. 6 II s f.; ~ -'" " 1 If .::- ~ <:: E ~ ~ 2:' -'3 -= OJJ C 'C ~ ~ '-' v ,8 u v V; ..J <:: r-- 0 r-- ;:; G ~ - '3 u 0 p ... 0 '3 Q ;; ~ 0 "Cl u .d ..!:! 'C r.l ] Q.. u .~ CJ; ..:: ;::. :.- :.- ...... u u .~' 5 -= .f. ,. ;::. ::l ~ CI ~ , f' ) g ! J " :oJ; 2 ~ ~ " ;< 2 -'" 1 h E ~ ~ 2 ,~ t: ~ ... ,., .9 ...... f" ... ~ u ~~ ....... Q g u v V; ..J <:: r-- 0 r-- ;:; '- '- " '3 - ~ ~ ~ Q 'a ;:; Q '" 0 "Cl .~ 'd ..!:! .. r.l '3 Q.. 4.1 ~ en ;:: - ;:; '-- c..- o' - - ~ .q -= ,. ::l CI :., ~ ~ s ~ s: ~ - ~ -g ~ ~ ~ ~ f f .::: .~ J E " ~ ~ :0: - - ~ :.,. ~ x (-.J - v bD ~ C .~ '" Q .g u c; V; ..J <:: r-- 0 r-- ;:; '- '3 ~ ... ~ 'a = ;:; '" 0 "Cl .;:: .tJ ..!:! .. 4.1 "3 Q.. ~ '" ..:: ;:; '- ~ .q -= ,. ::l CI f -- ~ E h ~ ~ ~ - .s u ;:l 1:: 'fJ ,... ,q '-' c; .c.; :-' c r.; r.; .... r ~ V ...l < E-< 0 E-< ...., '- '- = :::: '- '- ~ .... ~ ~. - - ". ... "" '2 = ;:J '" <:) "0 u 1~ ..!: 'C D ~ ] ~ ell 00 i, c .... ;:J '- '- ,~ ,~ :::: :::: '- f. ". - ". !))'. .q Ii I: ~ ;:: 0 i/ 2 -'" u - " " " ~ "-. ;: ~ .:E.. " ~ ~ ~ '-c - ~ ~ " ;:: - " ~ ~ .~ - ::r. E " .r .U Z " ;:: E !i ~ ~ ;:: . - - .::> ~ :..,. :..,. :..,. tF-. .s U ::l 1:: C/) c o U 2 u r.; V) v c .g u r.; V) , .... < E-< 0 E-< ;:J '- '- :::: I~ - ". ... I~ '2 ;:J '" "0 u ..!: 'C 3 ~ 00 C ,'i .... > ;:J '- - '- - ~ - ii .q I: ~ ;:: 0 , > - -'" 1 - " ~ .. :;.[ "-. - ~ ~ - ? ~ '-c " ~ ::: '" '" u j '- ,.. -;: -'" ~ - (:; 3 ;: ~ j :..,. :..,. .s ...... u ::l .... ...... C/) 5 v .... r.; ...0<: C ::l ~ ....... ...l < E-< 0 E-< ;:J ~ --:;: '- ~ :;. ~ ~ ~ 'f. ... - ~ ... ::t: '2 ;:J ell '" <:) "0 u .:: ..!: 'C v ] ~ ~ ell 00 ::: .... - ;:J ~ '- '- u ~ u ~ ~ " " ~ r--- ~ .q .~ ~ - I: = " = ~ ~ - ;:: '" 0 ~ '::: " '" ol:I - l:: .g " .~ ~ ~ ~ ::: l:: " .i:: \.; i ..::: \.; .S ~ ~ " '., :;.[ - '" ~ ~ ~ j ~ 2 :::: - -.:: ". - ~ ~ ~ :: E 2 :; 'f .~ ~ u ~ ~ <= u .? 'r u :2 - ::::: ~ :- - -/. OJ; E C/) C/) ~ .... r~ V c .g u r.; V) .2 u r.; V) ...l < E-< 0 E-< ;:J :::: '3 ~ ... - '2 ell ;:J -8 "0 '" .~ D ..!: ... ~ ] ~ ell 00 .s ;:J '- .q I: ;;: 6 -" ::... E E - '" E 2 >- C/) ~ r.; c ...::l ::i u .~ ~ ...,: c .g u '" V) '3 ~. IH"": ;: 0 ..., l.l 4J rn i .......... / Ch r' C 2 >- ~ ~ .- ;.:J --0 < ....:i < E-< o E-< - ;:J - .. '2 ;:J "'0 .~ .!( .. ]=- <IJ .s - ;:J t-- .f' c o:l :l o ----. ~ Z ~ z ,.,. '-' ,.., ~ !'*'\ ~ '-' ,.., v e::: ,...., ~ ~ 0 -g ~ - g E u ~ ~ .s ~ :; ~ ~ N u'- l-o 1: "'0 1 ~ ~ - ~ 2 ~ B c.. ~ 2 ~~~ ~E~ '"0 ;::: -.~='" Il) ~ "S 5 B g .g '"Os"'O I.., 5 .8 ~ 2 .~ ~.~ .~ Eg.ffi "E~c- 8~g E- E o '.) ~ "''2 ~ 0 '" >- :' 'E .s ~E-g~ c...:: c "g. g. 0 Il) l-o 'C 'c ~ ~ ~ u o t) e E o '..J '" .~ ~ " ':J r.n '.) " '" -;S u E- .9- .E = 0'" r.r. " =a]~ o '" ,...~. .g 3 ~. c.. ~ ~. " e :..c c -50 " s ;; 00 .: :~ Q rJl ~l ..- .~ c Il) e '0 t: Z 8 v .., v c::: ~ ::.- :J =-- ~ x X ~ v 'C oj; ~~ ~- 't: ~~ ~ ~~ ~ (; :; z -.\li z .~ ~ ~~ " :; :... " :.; :... Of; ::: f....., _ ~ '" :~ " ~ ~ ~ .~ ~ ~ .-;: ~ :J :J :... :J ::... :.;- 3 :J C '5 :... C '..... - rr, "'7 ('] rr, X ~ ~ " I~ -.J ;,) :... ::; J j '5 :.. :.:; j ~ "'" % ~~ ::: '- ,,0 =: g iil .... o ~ i rn .., .:,) Of; ----. ~ Z L:..: Z ,.., v ~ ..,.... ,-"; !'*'\ V V Q c:r:: >- p::) Zl~ ~ .~ <I"::' c:r:: !;c' "-" .:::::: ~ ~ .~ ~ ~ .~ oc~ 'C ~ ... '" >-,=- 5 ~ J ~ ~ ~ :J :... ,:; ~~~ :... j '5 j :; ~ ~ '" ~ ~ .~ '--; ~ ~ ~ <2 ~ e ~ " v " ~ " ~~ :.; ~ ~c-: ~~ ~ -.\li .g :% u r.-: '" V) n ~ % .'> v .io: -.\li \.... '..... :... ~ := ~:~; ,,~~~~~~v t ~ () :J v:z r-:: -:-::: -:-::: :.:; '-I:"" :J ~ ~ r-:: ~ ...;: ::... :.. :.. :..; :..; ......... rr, 'T (') rr ~ "'" ~ " ~ V':.c/)V'.:V'.V;; ~~:h~~ M"lT"'1"'Vl'f JJ000~ +++++ C<::x:C<::>:::o:: <<<<< ~ "- ~ "- 0.. "CI U ;:l 'E :5 t..J .2 ..... co;: bL 'C ..., ..... ~ c ,5 t..J u v; ...J i::1 o 1-< ....., -' .... 'E ;:J "'tj .~ ..:= ... ]Q., 00 ..5 ;:J .f' -= " ;:l CI :; ~ '-' J :..; :1 8 5 J J '> t ':: .<::> ~ 'Z,. ;. ;:: ;:J :.; ~ -~ ~ "' " " e I. " " I x ~ S: ~ == '....... .= '- =- ~ := '..... ::: ;:: == '....... :::: '.......;: '......:::: ==::::.......:=::::::: '.... ~5~5=' ;:::: - - _ 4: ~~~- - - ~ ~ "2 " ~ ~ ~ t; .-- :; ~ ..... c u ~ E. .~ ~ ~ - t ~ >;:6.= ~~ ....... ("'I ~ ~: ~ ~~ """@ ~ ('J N r:-i ~ '-' '- ~ ~~ """ ^" N ~ ~:;7~~ C,) ~"" _ z _ G .~ ~ ~ .=; :.c ~ ~ ;r, ~ 2 2"2'N2'~E:C'I- --'J.-'J:._'/. Fl N .:=: 'f. ~;::::::r. ~~~~~~C~l_~_ C~ 2~ 'F.;j 'J'N 'f. " .-- .....: -~ ~ .....: r-. :; ~ :: z :; 'f. ('I r- ,-.. r-o (--.1 r"\ (-.\ 'l:::i:z"-'l".;........... '" ~ " - ~ ;:~ - ~ =-- =" If''J ~ " ~ ~ ~ '" ~ ~ ~ ~ ~ ."= '-' :] :; j j ::; 0 J ("I r-l .......z-...,3 ,-.. (--1 <:::",....-: ;:;: _'f.:::-~ 2~ l)==~":-t~.....~1 (") t....., " :.J :..; ====:=:::::::: '...... '........ ...... ........ '...... ...... '...... ;::::: -- - - - - - .=. ~ -- \.... ~~ ~ ~ ~ ~ ~19~ " " _s:~~~_ ;'::",::-6~~ :::,; :..; :.; ;.) C:~~~~~E ~ J ,~ .- ,- ,- - _ ~I<.o ~ 12:::::~~~ ('J ""'t -, Qi~~:ff~ " ~ ~ ,......, ~ .~ (-.1 ;::........... " :... :.; ~ 'J;. "; '" ;.)0 E-< , ,.Q ::l en '3 :.) :..; J 'f. ('I r"1 :: - - ~ ~ ~ ~ g;~:;g ~ ~ - ~ ~? 1-5Sf:~ ~ ~ ~ ~_~_'. J ~ _ :::: "~. \.... - 'f. ,-,':f.~ -.:;_- :; J " " " j - " " " " ~ ~ ~ '" ~ ~ '" '" :.- :.- , i:IIIl = 0 'g u 00 .-;;- ... = u = " " " " " 0 j j :.- ". :.:; ~ ~ l:l.. ~ :.- " :.- ~ ~ a 0 \) ~ ~ - - - - - - - <'I '" 01 <'I 01 - .. 0 ~ i 0; r:t: .. u ~ .s .... % u 4:l r>:::: ..a ~ \) ~ = :~ ..,... ~ s ~ -., ~ "- ---:: ~ ~ \) ~ :::: ~ ~ ." 1t - 'f. ~ = ~ '" 0 c:: ~ :.- " ":i " U :::: ":i " ~ ~ 'i: L :2 :::: ;: ........- .; ~ ~ ~ f ~ :.- ~ - :.- i1. ~ :.- ~ ~ ~ ;? '" .. ~ -;; :.- ~ ;; ~ 2 ;... ;... :.- .~ :.- ~ cQ ~ - "% ~ :.- - ~ ~ " ~ ~ ~ 'f. ;::. g: - - ~ " ~ ' . :i: .. ::: ~ :.- -'" ~ ~ .P ~ ~ ~ ~ ~ E c:: ~ '1 -- ;.:; '(0-.1 X ;.:; OJ - - ~ l: ... <.i .;.. ~ '-' .~ v -s ~"- ~ Q ~ E ~ ~ -s " 'J;,"S .~ ~~ .~ ~ u VJ " <.i t:: '" ...:i ~. < S E-< Q 0 <.i E-< ",' ~ E <.i t:: ~ ;:J ~ 1: .5 '2 ~;:J -a ~ .~ ~ ~ '"' .s '3 Q. :: C ~- ~ z' ~ " .~ ~ ~ " .~ s '" '" l: Cl.. ~ .s.: t 8 " ~ ',. ~ Cl.. ~ ~ :..; :,., ;:J :.J :5 3 .E' c:: " ;::l C1 ~ c ~ c -::c .~ ~ ~ .' ~ 2' c .g .2S VJ g S - QJ ;:l ... " - >-< ~ ~ \- ~ ~~ .~? ""'::::: ,.....; '"'" ,....., ":;: ~ - ~ ~ .- .~ :::..- ~ S G ,,, :.; ~~=~~~~: ::::: It; =" - .. :..._ ::; ~ ~ ~ ~ .~ ;;:. :!: ~ ~~~:;~~':'-'~ ~~\C~-~"-:S ~ ~ ~~:~'tr -J J: ~ x '~ ~ d: .~ i rr. ..r, ,.r, ,.r ':": ~ . ~ :..; ;,; :..; -:<:: ~ ~ :.:; :J :.; :..; "'" i'l:' ~ .~t. I ~ ~ c <::::.. ~ ~ ...., '- c. :0- .-.... :/. "f ;:: ~::::. ~ :; J 'G ;...~ i5 '/. 4 ~ :! ;i r:: 0:;: ~ :..; ,;.. ::J :... :..; :; v J ~ ZS J 3 :..; C :) 3 5 3 e 0 J :,) ....-,....-.---_C'Jt..r,C'I__ "" .~ '" --:J -0 -' ""':J ""'"J ~ ~ 5J: ~ 5J:~ _ c",;/:., C":: " .. -:-: ". C c: c c: c ,~ ~;:-~;:'--S ~ ;::; r- B :.:J ~ - E ......_ ~ ~ '<t" ..;. .~ ' ....-....- '.., ~ ':;J: ~ c::; ~ " - ~~ E, ..... :::::: 1 '.....j- Q:: ~ ;:?i r~ ~ ~ ~ =- ;:; :::.. -'J -'. N_~ t; ~ N ~ ..2 ~-g ~--~ ~J; ~~ -T C"i '::! - ("I N ~ ..,J ~ :-.i. ti:""'t' J.r21:~~ - N ('j -j'" ~ _ 35:; ,..- ('I..... ::: ~ -..:: _ :.J =' -= :::: :..-: :;'\ U - ~ C Yo " '"TJ ~i -J :..; :,., - :..; ..... :::: :J ~- ,/, Ei-~ ~ :; :or. ~. " -'" ~ ~ '- 2 :/. -'J _ :; tc ~ ...c~ tJ:., '....) ;? .~ ;; :2 ~ ;: or. 'J:.' ~ :j ... :3 :... :; :! o E; i r:.f) o ::j ~ 3 :,., :5 u ':; :; ~ 'U -1.:;0- .F. 'f~ ~ C ~ ;~t~ ~ ~Z cf.' . -, :;,c ]~ -~~1 ~]2~E:J;: ~- 2.J.5:J:.; ~ ! i ~ 0 f-< 1 ~ ;:I f/') 0 .~ v Q,I f/') '" " " " - .- :::: '-:J ~ 'J. ~ '- :::: '" :::: '" ~ '-:J ~ " 'J :J ~ ~ " " :J - ~ c - " " ;... ~ ~ ~ I - - er., - '" - - '" ;;: - - "'. '" "', '" r, - N - :;; U'1 - - r-- rl r, r, U'1 - - - - '" ," "', rf '" .,.: r::: - I..... i. :; ": :E. " ,r. J C ~ - c:; c:; - ;.... '- e i - :.> ;7. ~ V <" '- x. ~ -:i ~ ~ f p:: ~ - '.7- ;; V " - t; ~ '- S- 'J; - j -:i ~ " -" 5 ~ ", j - E ~ - ;;-: N - ~ '" ~ - c:; - ~ ~ IS S: 'P --;::17 ::; t:i; 'J. ~ ::; - bI:; - = 4: ~ '-' 2 oJ: ~ "2 u ""Q L J. -.r. ~ ;;: x. ;:: ..c ..c co c: r-;- V " ::.L c:; fl ::: " or. 'J; E- ~ C :;; ~ '2 C '2 "5, E ~ - @ " ~ ..... '" c::: C ::.L C '- .~ .i:. ~ u ~ ,.; x. - .3 ~. ~. N .., -e ~ 2- '" --g c "', ~ ~ Q i - ~ 2 2: / V '1 '-' >- ~ '" ~ '" t - u t i 2: ::; " ~ ~ : - E '" ,- ~ ~ - ~ S- 2 - if. ,~ .., - :.J ~ .~ " " " ,.;:: ~ .... :.> ::l :.> '" "'" - .~ ~ :S or. c g ~ c:; ::::: -- 4: ::::: '-:J 2- c:; -5 '-:J -R ~ 0 ^ '" " ~ ^ - - ~ 7- ~ 'J '- .;:: - :; ~~ r c:: .;:: :; '" u -s: ~ ~ :.- '" ~ ~ '- ::: cr. " " '" 2 --5: :! 1 2: 2 2 ^ "j IS or. ~ :.> '" E ~ ~~ ^ ~ _2- ~ ~ .E i:: "" ;;. ~ v "" ~ - - '" .~ ;] - or. t - - ~ :.> ::: ~ 'f. E '" ": N " ~ '" '" .~ z E 'fJ .;: ~ ~ V ~ ~ '" r, '" -" :;:: '" -'3 i:: ~ " ....... --0 -'3 -'3 :; j " ~ ;; i ;.; ::~ ~ ~ r-- ~ ~ r-- ~ U .., ~ ~ -:i ~ ~ er., ~ 5 ~ u " ," s ~ 0 " u Z " E c u .~ '" -'" ^ ,." -:i ~ - ," - ~ :.> ^ -:i - f: ~ ~ ;: ::::. ...., :t ..!. r ~ ...., 2: ..;. i:: ; ~ 'l. v; .... ~ ...,. .;; ~ :2 N - /' ~ v; :yo - . Z '1 '. ,.::; S 7 n :- - r~l n :- - <l..I './; ;;! ..;: - ...l -< f-< 0 f-< ;J - " OJ 'C ~ ... '2 ;J "0 ~ ] '" ;::: - - x =It: <', <"'. ...,. ,t'. -= e- x 0' = ~ <', <"'. ...,. <r, -= e- x '" ~ <', <'" ...,. .,.., -= e- x 0' i". <', <'" ...,. ~' -= e- x 0' ;;;: - <', <'" ...,. ,t'. -= t- O' IT - <', - - - - - - - - - - - N <', <', <', N <', N <', <', <', <"'. <"'. <"'. <'" <"'. <"'. <"'. <'" ...,. ...,. ...,. ...,. ...,. ...,. ...,. ...,. ...,. en en - "ti OJ .~ U ;::: '" " ~ .. .;: '" " " ~ .c: " <.i ;: " ::: '"" '" IfJ " f- ~ .~ 'S '1:l ::: " ~ " ::: " " ... ~ :l5 ~ ~ ::: " t: .~ ::: ~ l; i'i ~ .fo .5 .~ .5 - 'f. t: ~ ? ...... - ::: " ::: -" ~ .~ .r:: Ii: - ~ " ;:: ~ " ;::; S ~ g .. f. " ~ ? ~ 'f. ~ ",-" ;,: <= 7. 2 ~ ,.::; " ,::: ~ ~ ."1 ;; f. :...: f. C ~ ~ '.r. V ~ .- " - " .:g ~ ~ ~ E " :.; .~ 2 2 V p E 2 J ... ~ -.r. :.; " E ~ ~ ~ /. 'f. ~ :.; ~ s ;@ -7: :.; ~ gf ~ " :.; .~ ~ ~ " E E '" ~ ~ :.; -< ;::: " .~ -'- ~ ~ 2 :f ~ :.; ~ 2 !: u t ~ ~ ~ -'" ;: i 7. ?:: '" gf c ~ - ~ ~ 2 ~ ~ " -.r. ;: g ,j: :=: ~ ~ ~ ~ s:: ~ l i ~ ~ ~ ~ :J - '.r, " q f '" ~ :; ::: - C) -< ::; ~ C) ~ :.; c g ::; 2= ~ .. :::: " ~ :.; ~ gf == ? ~ -< ~ t: '" 1 ~ 3 :.; ~ ~ - :r.: .~ -,0 ~ '? ~ ~ ~ '7. "2 .~ ~ - -'- 2 ~ " I -,0 :.; u ~ - ? - -.r. .~ f. "2 .~ -< ~ ..::: c :.; :.; 1 '- ~ " " ,-, :.; :.; :.; ~ - .... 2 i "1 ~ i V ~ " ::; :f. ~ ~ ~ '" - E ~ ~ :- ? 'f. r; - ~ gf " ? ,. :;::: C) :;::: ~ ;:; V C ~ " .. ~ 'f. :=: ~ .; 2 :.; :;::: - /. 'c 8 :r. E ~ ;g ~ :.; ~ -:: :- S ~ '- g E g E V ;:i -;! "' :; 'f. ~ v ~ -'- .~ :.; :=: t: .. ~ " ~ :.; ~ ~ -;; :.; t> V ~ ~ " :; ;: u ~ :r: E 2 ::; ;! ;~ ,~ ..2 ~ 3 }~ E :;: :.; ::; ~ ~ :.-; :.; 2 2 C ~ ~ :.; ..::: Or -" :: ~ 'f. ".7- ~f. - ~ ~ ,;: of: 'f. ~ . - -;:: :2 ,:;. ~ c :.; .7: - '. . - -.7- .:' -.7- - ~ ~ ~ - :- - :...: ~ ~ ~ =., - '.r, ~ c::.., E ;::l c::.., ~ C .S U :..J V; r:<"'. "i" lr, ...::: r-- x ::"\ Lf': LJj L.J'"") lr; Lfi LJj If'. ~ ~ ~ :; 3 ~ ~ ~ ~ 22 ~ r::: ~ r: ~ ~ t? ~ ~ R ~ '/:. 11: :1", u ... ~ s: ~ ~.;:~ c]~ C ~o<;-;o 0<; " ~ :.- ~ f:-.2 ::; f- v ;:... :2 'f. ~ - :] :;; ,. - t: ,.:::; r: -5 J :: :... ~ _ :::: e:: _ 2 _;.== E ~ 'f. 5J: c -. ;:; S E J;~ C '! ~ .~ ~~ ~ " ~ ~ ,t: - ~;: '! g '/:. ~ ~ '-' ::2 ~ ;;; 'f 2 '/:. ~ -5 :: ~ s:: ~ -~ --::.,,; " J. t: c ~ - .-:: ;.... 1~ ~-~;: f '-' ~ :; .~ .~ 2 'C '-' ~ :g_ z ~- ~ u :1". s: w ~,~ '-' ~ ~ 2 a " "~~~;~ .~ = ~ E ~ fr ~ 'z " g I..:! ~ ,~ e:: '-' ,~ ~ ~ U 2 U ~2;; ..-: x:~;2;I ". ~ " '" F- ~ .' - ., ;:: :5~~ ol If) -.;: r-- x. =- xx:t:xx 3~~(""3;~ ". :.- ~ '- ". z ~ 7 ,): B 'f.- '7 ~ ~ :; J ~ ;; E: :.J S ~~~~ ~ .'t't i: E _ ...... f:: - 'f. ;;. C f,....... .? g .B S ~~ ". ~~ J -:; c:: ~ ~ 2 , _ U ..::= -. :; ~ ~ ~ "f. -:: ::: 2 - ~ ~ ~ - -~.. ~ ~~_Z-::~ j ! ~ - - .;; _ ~ t :.; :...J ~ :::l 51: :: ~ .= r -- ~ ~ ~ ,..-' ";'. - "- .-( s 0 r-< :s '" r-- x =-- - '2:.' S :! ~ >? r::: .?E - '" '" ...,. "1 '" r-- xc '=' 1', =-- '=' =-- =-- - '" - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ii<. <i i .. ". ~ " ~ ". ., ~ :; ~ ~ :::: ~ " " <.:: ~ ~ " ;:: OJ. . - ~ " ~ c: 'l: 2 ::2 ~ '/~ ~ 2! ~ " " z " "2 ~ f -;:; E ". ., " ~ ~ ~ ~ 2 " .., ,- :; .~ ~ ". X ~ ~ :::: '2 ". g S ~ " ~ " ;! ..;: .J. ;:: - -:; ..<: ~ 1 E- -:; ". ? -:; ~ " j ~ ~ ] .:: -'5 ~ ~ :; - g .:::. '? ; .. " ~ - '" " " ". ~ ,.., ,~ 3 ,~. 'J; ~ " ~ ~ ,~ ~ ~ ~ :g <.2 ,... " .- E l' " u - ~ 'J -;:: ~ - E E ;: c 2 2 ;! ~ " - " :? ~ .~ ,~ [:. ~ " - c " " ...~ E C -- . . ,;:: :.. ~ :::: '.7- /: :7- 'J :::: ~ 'J; ,/, 'I. z s:: .~ ~ U :.J './) ....l -< E-< 0 E-< - ::J ~ - Z '2 ::J 1:1 ~ 0 '" .:= 'OZ ..!:! ... g "3 Q.. r17I <IJ ..: . ::J , .~ < = xc ~ - = CI ~ i - ,.c: - E - 2 :;: ,... ..... 7 o o o ..... <'i ~ ~ ~ 00 :.- c <'l c.., ,~ '-' ......., C G ..., v C .~ if; v 8- v b[; <'l ~ Vi :.J if; ..., g '-' ~ v G t""', '-' g U :.J './) ....l -< E-< 0 E-< ;:; I] - Ie '2 ::J I] '" OJ .:= ..!:! ... '3 Q.. <IJ I: - ::J i .~ = '" ~ 6 '1' cr, E ~ 2 '/. ~ <<-, In <'i <'i 00 ~ ~ ~ :s 00 ..., v "0 ~ './) '-' ~ ... ,~ '-' '..... - ~ v G c.., c-<: u ~ C c-<: - - i]) - {'l:$ .... o ~ ....l -< E-< 0 E-< ::J - '2 ::J ~ '" .:= ..!:! ... '3 Q.. <IJ .s ::J ;: l:; .... ~ .~ = (\1 = CI " -;:; ~ "1 ...... .., ~ 2: If' 1 ~ 'f. :::; S ;: ~ ::::; " ,.., F " E 'J 2 .E ;: ~ - ~ 'Jj v ~ C ..., H < c.., c .9 U v './) TECHNICAL REPORT CH2MHILL Reasonable Assurance Report for Normandy Shores Golf Club Drainage Improvements PREPARED FOR: Florida Department of Environmental Protection (FDEP) Mitchell 1. Griffin, P.E. Grace Escalante jMiami Beach Capital Improvement Program (CIP) Ken Williams j Arthur Hills/Steve Forrest and Assoc (AHjSFA) November 26, 2006 169189.A3.05 PREPARED BY: COPIES: DATE: PROJECT NUMBER: Contents CONTENTS...............................,...... ............ ........ ..............'........ ....... ................... ......... ................. ...... ....... ........1 INTRODUCTION.,......... ....... ............ ............. ......... .................... ......... ........ .................. ..................,. ...........,........1 PROJECT DESCRIPTION................................................. ................. ... ...... ............",...... ................... ..... ........ ..... ...2 DRAIN AGE S YSTEM DETAILS... ............. ....... ......................., ...... ........................., ....... ............... .... .....................3 Pretreatment Prior to Drainage Wells ...................,...............,........................................... ...........................4 POTENTIAL SOURCES OF CONTAMINATION ,............. ...... ..... .......... ........... ............. ............. ........... ............,........6 DEMONSTRATION OF COMPLIANCE WITH FDEP GUIDELINES .............................................................................6 A ITA CHMENTS ......... ................................. ....... ........ .............. .................. ............................. ................... ......11 Location Maps Jaffer Associates Test Well Report Pump Curve and Supporting System Computations Nutting Engineering Lithology of Deep Well Nutting Engineering Report 0/1 Arsenic Testing Letter to SFWMD Demonstrating Saltwater Already in Pond Design Drawings Introduction Normandy Shores is located in Miami Beach, Florida. The island is the home of a historic golf course (Normandy Shores Club) that was built circa the early 1930s. Over time, portions of the island surrounding the club have been developed with residential homes and some multifamily units. All of this development was before current storm water management or wetland preservation rules. The drainage system on this island is antiquated and in poor shape. Most mapping on the golf course is old (1950s time period) and the residential system has small outfalls that are typically in poor condition along Biscayne Bay /lntracoastal Waterway. The City of Miami Beach proposes to improve the drainage facilities on the island as part of its Capital Improvement Program (CIP). They have divided the redevelopment into two parts: SEW/11262006.RAR,DOC REASONABLE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE lMPRO'/EMENTS · Konnandy Island Streetscape, which deals with the primarily residential development around the golf course. This is refered to as the Right-of-way (ROW) project. · Normandy Island Golf Course Rehabilitation, which deals solely with the golf course. This report will be called the GC project and is this report's focus. CH2M HILL has been contracted to improve the drainage for both phases, but they are being managed by the City as separate projects as they are funded from different budgets. The GC project is being designed by Arthur Hills/Steve Forrest and Associates (AH/SF A), a golf course design firm, who has subcontracted engineering portions of the project. The City is the owner of both projects. It is the intent of the City to proceed with constructing the GC project first, then the ROW project later (within 5 years). The drainage systems of the two projects are currently interconnected, albeit the existing connecting pipes are very small and may not be flowing. Typically, stormwater percolates into the ground via the on-site ponds or just in the ground. It is not unusual for the course to be flooded for days at a time. As part of these projects, the golf course will be isolated from the ROW. The proposed drainage system is described further in this report. An Environmental Resource Permit has already been obtained from the South Florida Water Management District (ERP No. 13-02709-P, Issued Jan. 11,2006) and a draft Class II drainage permit from Miami-Dade County Department of Environmental Management (DERM). The purpose of this report is to support the permit application for the construction of the drainage wells that are part of the plan. The proposed system is described below. The FDEP guidelines are presented later and addressed individually to facilitate the application reVIew. Project Description TI1e proposed site, Normandy Shores Golf Club, is located in City of Miami Beach at Section 3, TWP 53S, RGE 42E with total drainage area of 116.8 acres. The existing golf course is a nearly flat surface except for isolated elevated tees and greens. The average elevation of most of the site is approximately 5 feet Bay Datum. The GC project will reshape and regrade some parts of the golf course (mostly just greens and tees), provide new landscaping, enlarge two existing lakes, interconnect all of the lakes, provide capability to utilize stormwater for supplemental irrigation, and abandon the existing stormwater management system and install new pressurized drainage wells to serve the course. The drainage system for the golf course will be disconnected from the ROW drainage system at existing pipe connections and then the course surrounded by a low berm. The perimeter berm is designed so no water will flow to the ROW from the GC at the peak stage for a 25-year, 72-hour storm event. A pump station was designed to inject the runoff into three drainage wells. The proposed golf course drainage system will have no discharge to the receiving surface water (Biscayne Bay) for storm events smaller than, or equivalent to the 25-year, 72-hour storm event. SEWi11262006.RAR.DOC REASONABLE ASSURANCE REPORT FOR NORMANDY SfiORES GOLF CLUB DRAINAGE IMPROVEMENTS Drainage System Details A pump station was designed to inject stormwater runoff into the brackish groundwater. The pump station was designed based on the pre-condition 5-year, 24-hour peak discharge rate and the expected capacity of the wells. The pump station was designed to have the capacity of delivering 40 cfs to three drainage wells. The typical well disposal rates for this area range between 800 to 2500 gpIT\ (1.78 to 5.56 cfs) per foot of head (Miami-Dade Stormwater Master Plan, 1996'). Jaffer Associates Corporation measured 220 gpm/ft head from a 7-inch diameter test well, pumping through their cutter head (report attached). The 24-inch wells should infiltrate at least 3.4 times as much (24/7 = 3.42) just because of the diameter difference, and the lower friction loss and pressurized system will increase this capacity to a higher value. Jaffer Associates reported that typical drainage well capacities range between 3 and 4 times their test results. The disposal rate, 800 gpm per foot of head, was assumed in this design based on test well data from Jaffer Associates Corporation. The hydraulic head at the wellhead will be limited to 8 feet maximum according to general design criteria for Miami-Dade County. So the disposal capacity of the three wells can be calculated as: 1.78 cfs/foot X 8 feet X 3 wells = 42.7 ds A perimeter berm surrounding the golf course was set higher than the 25-year, 72-hour storm event with 40 cfs discharge rate to the ground water. This will isolate the golf course from the surrounding ROW. The existing pipe connections from the golf course will be plugged and the existing drainage system abandoned. Some new facilities will be added by AH/SFA to drain isolated wet spots into the lakes (both surface and subsurface drains), but these will be done On an ad hoc basis with very small drainage pipe (less than 12-inch). They were not accounted for in any computations for the main facilities_ Furthermore, concreted overflow points were added to the berm along the northern side to provide for hydraulic relief if the top of the berm is reached. To facilitate drainage of the whole course, the lakes will be interconnected. Each lake will have 18-inches diameter pipes between adjacent lakes to form a network. The proposed pump station is located centrally on the course near the maintenance facility. The lakes will drain into one pump station from two sides (east and west). The pipes connecting the pump station to the lakes will be sized 24-inches diameter. The connecting pipes are proposed to be plastic (HOPE). An ICPR model was developed to simulate the proposed drainage system. Table 1 below compares the peak discharge rate for different storm event. These results show that a perimeter berm with a top elevation of 5.5 ft will contain the 25-year storm. 1 CH2M Hill. Part I, Planning Criteria and Procedures, Volume 2, Model Evaluation and Selection. C-9 East Basin. Prepared for Miami-Dade County DERM. January 1996. SEW/11262006.RAR.DOC REASONABLE ASSURANCE REPORT FOR NORMANDY SrlORES GO"F CLUB DRAINAGE IMPROVEMENl S TABLE 1 Peak Discharge Rate Comparison Storm Event Pre. condition Post-condition Post.condition Peak Elevation of Discharge Rate Discharge Rate Discharge Rate to Ponds for Event (ets) to Groundwater Surface Water (ft Bay Datum) (cfs) (cfs) 5-year, 24-hour 42 40 0 4.6 25-year, 72-hour N/A 40 0 5.4 100-year, 72-hour N/A 40 N/A 6.0 N/A means not available. Peak elevation is the average stage In the lakes on the system which do have a slight gradient from upstream to downstream (I.e., toward pump station). Pretreatment Prior to Drainage Wells Pretreatment of the wells include dry infiltration/retention by surrounding the ponds with a low "ripple berm." This meets DERM's requirements for I-inch pretreatment prior to entering the ponds. Following this dry treatment, the entire pond system is available for wet treatment prior to collection into the pump station. The minimum required detention volume for surface water treatment is the greater of either the first inch of runoff from the entire site or 2.5 inches times the percentage of impervious area. The first inch of runoff from the entire site: 1 inch X 116.84 acres X lfeet/12inches = 9.74 ac-ft The 2.5 inches times the percent of impervious: Lake area: 8.345 acres Total area for water quality: 116.84 - 8.345 = 108.495 acres The golf course has very small impervious area, golf course trails and the dub house; less than 1 acre. Assume it is 1 acre. 2.5 inches X 1 acre X 1 feet/12 inches = 0.21 ac -ft The required volume for surface water quality detention is 9.74 ac-ft. Table 2 lists the stage - area relationship for the on-site lakes above the seasonal high groundwater elevation of 2.5 ft Bay Datum. The figure below Table 2 illustrates the stage - storage relationship. At elevation 3.5 feet, the lake can provide 9.76 ac-ft treatment volume. SEWI11262006-RAR DOC REASO"lABLE ASSURAt,CE REPORT FOR NORMANDY SHORES GOLF CLUB Df<AINAGE IMPROVEMENTS TABLE 2 Stage. Area Relationship Stage (feet) Area (acres) 2.5 7.51 3.0 8.35 4 18.12 1..-.-----..-.-..--..-.-..-.- I Stage-Storage Relationship 13.00 ~ 11.00 u .e 9.00 Ql g' 7.00. Ci Cii 5.00 3.00 +--..---,-...-..........-..-..r-.-.---..,---.-. , 3 3.2 3.4 3.6 3.8 Stage (teet Bay Datum) 4 L The location of the proposed drainage pump station was such that the lake system was generally separated into the east and west sides of the course. Each side will connect to the drainage pump station. Two control structures with V-notch weirs will be located on the two lakes connected to the pump station to detain and slowly drain the treatment volume and recover the storage_ According SFWMD's criteria, half of the treatment volume need be discharged within 24 hours. For a total volume of 4.88 ac-ft, each structure needs to drain 2.44 ac-ft volume within 24 hours. V "" 9.76 j 4 := 2.44 ac-ft H ::: 1.0 ft e = 2 tan -I (0.492. 2.44) = 1000 12.5 The proposed control structures will be two FDOT Type E boxes with V-notch weirs with their invert elevation at 2.5 and an angle of 100 degree. The top of the boxes, the overflow grates, will be set at elevation 3.5 ft. The boxes will have baffles over the V-notch weirs_ The design flow rate of the pump station is 40 cfs. The 8.34 acres of ponds provide sig.nificant detention time prior to reaching the pump station. On average, this is computed as follows: 8.34 ac X 43,560 ft2jac X 1 ft deep treatment zone j 40 cfs -= 9,093 sec The pumps will have loin. screening over the opening between the wetwell and pumps to prevent larger materials from damaging the pumps. SEW!11262006.RAR DOC REASONA.8LE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE IMPROVEMENTS Potential Sources of Contamination The drainage boundary is the golf course boundary. Potential sources of contamination are limited to the activities conducted on the course. Given the level of pretreatment and nature of use, there is little opportunity for oil and grease to enter the system. There is a sanitary pump station located south of the exisiting maintenance facility. This area does not drain quickly into the ponds and has a monitoring system on it. Therefore, any sanitary malfunction can be contained rapidly. No septic systems are on the island. Historic use of pesticides has caused previous remedial actions related to arsenic in the soils near the maintenance shed. The City and its contractor, Metcalf and Eddy, addressed the resolution of the soil contamination about 5 years ago. More recently, the City and URS have been addressing groundwater arsenic issues separately with FDEP. Additional investigations were initiated to determine if deep zone montering well sample results were representative. Based on discussions with DERM and FDEP (Mr. Joeseph May), it was concluded that the reported arsenic concentrations at the 70 to 120 ft depth are not representative and may be a false positive. Arsenic does not a typically occur at the reported concentrations. The sampling report by Nutting Engineering is attached. Demonstration of Compliance with FDEP Guidelines This section repeats the FDEP requirements and then provides a response for each item in bold. The application for construction of a Class V Group 6 Stormwater Drainage Well(s) must consist of but not limited to the following: 1. A completed permitting application must be submitted on DEP Form 62-528.900(3), FAC, "Construction/Clearance Permit Application for Class V well". (Available on line at http://www.dep.state.fl.us!water/uic!forms.htm). [Attached and executed by the City of Miami Beach.] 2. The information for water well contractor must be filled in the space provided on the application form and signed by the water well contractor. [This project has not been bid as of yet so the contractor is unknown. Per FDEP instructions, the first page will be resubmitted after the contractor is selected.] 3. The permit application form, page 4 of 4, must be completed by the Local Program of respective county (e.g. for Miami-Dade County, DERM; Broward County, DPEP). For counties where Local Program does not exist, state the pennit number issued by the South Florida Water Management District (SFWMD) or the FDEP Environment Resource Permitting (ERP) for Stormwater Management System that incorporates drainage well(s). [SFWMD ERP permit number is 13-02709-P. DERM will issue their Class III drainage permit to the selected contractor, and it is only in draft form now. DERM has reviewed and approved the drainage well system, as indicated on page 4 of 4.] 4. The application must accompany a fee of $750 for each well. SEWI11262006.RARDOC REASONABLE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE IMPROVEMENTS [Included with the application. ] 5. The drainage plans including well design & construction/calculations accompanying the application shall include but not limited to the following: [Plans are included, only for the drainage facilities. ] a) Must include drainage plan of the area draining to the well. The drainage plan shall illustrate any septic tanks, landfills, farm operations or other installations and/ or landscape features that could contribute to stormwater contamination; [Sheets show plat lines of the surrounding property, which is essentially the same as the property line and drainage boundary. There are no septic systems, landfills, or farm operations at this site. The existing maintenance building is shown and it is an area of potential stormwater contamination. The City determined that there was past arsenic contamination at this location. A remedial action plan has been implemented. Current practices do not expose bulk materials to stormwater.] b) Location plan of the project showing access roadway(s); [From Maintenance Shed area from south.] c) Property line to show the proposed storm water well location on the property; [See a) above. ] d) Pollution reducing arrangements for oil/ grease, if a baffle is used show the vertical distance from the bottom of the baffle to the top of the well casing/pipe invert that leads to the well (Please note that a minimum distance of 1.5 feet for this dimension is preferred); (See baffle detail, sheet 49. Beacause of the pond elevations, 1.5 ft is not possible. However, little possibility of oil and grease contamination from drainage basin. ] e) The well casing shall penetrate a zone containing a minimum of 10,000 mg/L Total Dissolved Solids (TDS); [See Jaffer report] f) Must be signed and sealed by a professional engineer licensed in the State of Florida per Rule 62-4.050(3), F.A.C.; [Done] g) The signing and sealing of the plans shall be in accordance with the Florida Board of Professional Engineers (FBPE), requirements; [Done] h) The calculation must address retention time for the stormwater before it enters the well (Please note that a retention time of 90 seconds is preferred) [9,000+ seconds provided]; and i) Specify well casing pipe material specification. Rule 62-532.500(1) (a), F AC, specifies all well casing shall be new and conform to American Society for Testing and Materials (ASTM) A53/ A53M-99b, A135-01, A252-98, A589-96, or American Petroleum Institute (API) 5L-2000. For more materials see the rule. [PVC specified on drawings, specifications call for compliance with above rule.] 6. A plan with marked up location and the distance between the proposed stormwater well and the nearest Potable Water Well to satisfy the requirements of Rule 62-521.400(1)(g). (Please note that a marked up Well field protection map of the county, where the well is located, is acceptable). [There are no potable wellfields in Miami Beach. There are no domestic wells on Normandy Shores either.] 7. Submit the following certification per Rule 62-528.340(4), Florida Administrative Code (FAC) signed by the owner. An owner (person, entity, or corporation with legal title to the property on which an injection well exists or a person who has fiscal responsibility in the corporation; or for a partnership or sole proprietorship, by a general partner or the proprietor; for a municipality, state, federal, or other public agency, by either a principal executive officer or ranking elected official (a principal executive officer of a state or SEW" 1262006.R.~R DOC REASONABLE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE IMPROVEMENTS federal agency includes the chief executive officer of the agency, or a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency)) can sign the application and the certification: "1 certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry ofthe person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." [See cover letter from City.] 8. The use of pumping station or discharge from the roof into the wells to create additional head, in stead of gravity flow, will pressurize the wells. The pressurization of the wells may cause mounding that may rise into USDW and/ or manifest as spring on land surface. Address the following: a) Submit the following documents: 1) Performance curve for the pump(s). [Attached.] 2) Provision of automatic pressure control devices, if any. [Sheet 52 shows taps and note. PLC will limit pressure to 3.4 psi, which is 7.8 ft head. ] 3) Set points for the pressure control devices to control the on/ off operation of the pump(s). [Sheet 55 lists the control elevations.] 9. Submit a reasonable assurance, in a report form, to the Department - for review and approval. The reasonable assurance report (RAR) shall address the concerns stated below: 1) The report should provide a reasonable assurance that the buoyant stormwater discharge into a Class G-III aquifer (total dissolved solids greater than 10,000 mg/L) via the drainage well(s) has a minimum potential to: i) rise due to buoyancy drive into a preferential pathway in a Class G-II aquifer system {Underground Source of Drinking Water (USDW; total dissolved solids less than 10,000 mg/L)}, ii) impact any surface water bodies in the vicinity of the project via groundwater discharge, and iii) cause mounding that may rise into USDW and/ or manifest on land surface as spring due to pressurization of well that are located or receive stormwater flow from building roof at elevation + XXX' or near shutoff head YYY of pump in case a pump is used. The report shall be signed and sealed by a Florida Licensed Professional Geologist/Engineer with hydrogeological expertise to: a) Document the existence of sufficient confining strata above the base of well casing, to minimize the potential of injected buoyant stormwater to rise into a G- n aquifer system; [The surficial aquifer is very shallow and is prohibited for use as drinking water by ordinance, and by practical considerations because of the proximity of high TDS groundwater to the surface (about 35-ft below surface). The well will be cased and cemented to prevent flow outside of the casing. Note that the golf course designer had an agronomist sample the on- site Lake Number 2 and it was already very salty (similar to ocean water chlorides at 21,800 mgIL and boron at 4.1 mgIL, see attached report). ] SEWli 1262006-RAR.DOC 8 REASONABLE ASSl'RANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAiNAGE IMPROVEMENTS b) Show the injected stormwater has minimum potential to impact any surface water bodies in the vicinity of the project that may be affected via groundwater discharge. (Normandy Shores is an island. This project removes the existing direct stormwater discharges to surface waters.] c) Show the pressurization of the well due to its location at elevation +++' or receiving stormwater flow from building roof elevation + XXX' or near shutoff head YYY' of pump in case a pump is used, will not cause mounding that may rise into USDW and/ or manifest as spring on land surface. In the report, if a model is used to anticipate mounding that may cause stormwater rising into USDW and/ or its manifestation as spring on land surface, please address the following: [There is no underground source of drinking water on the island, or in Miami Beach, because the shallow freshwater cannot support steady pumping. Based on the apparent connectivity of the on- site lakes to the ocean, no significant mounding is expected. The pump station has taps near the wells that will monitor pressure and shut off the system when the head builds to 7.8-ft. resolves this issue. ] The value(s) of all input parameters used; the basis for selecting the value(s) chosen, and any worst case assumptions incorporated. The predictive program(s) and/or model(s) used to produce the results. Propose plans including monitoring well(s) to assure detection of stormwater rising into USDW. Submission of the following will be required: 1. An application and plan for the construction of monitor well(s) designed to detect movement of stormwater into the USDW. 11. An application along with as-built drawings (including certificate of completion of the monitor well(s)) for operation permit. The operation permit, renewable every five (5) years, shall include requirements for monitoring well(s) sampling, and submittal of monthly operation reports (MOR) to the FDEP. 111. A proposed operating procedure for the stormwater well system, including but not limited to the following: (1) A monitoring plan including monitoring parameters and reporting of monitoring results. (2) Disposal well operation plan including continuous indicating, recording, and totalizing devices to monitor flow rate and volume; continuous indicating and recording devices to monitor the injection pressure. . OR Concern No.1) c) may be resolved if a passive bypass at 8' NGVD in the pump/roof discharge piping to the well or the retention tank is provided to minimize possibility of pressurizing the well. 2) The report may be submitted along with the permit application or its submission may be deferred until thirty (30) days the stormwater drainage wel1(s) construction permit has been issued. However, it must be submitted for department review and approval prior to the department's authorization to use the stormwater drainage well(s). [NA] SEW/11252006.RAR.DOC REASONABLE ASSURANCE REPORT FOR NORMANDY SHORES GOlF CLUB DRAiNAGE IMPfl0VEMENTS 3) Please note that no fluid shall be discharged into the stormwater drainage welles) without written authorization from the department to use the welles). [Acknowledged.] 4) Issuance of a well construction permit does not obligate the department to authorize the use of welles), unless the well(s), information required by the permit and the RAR qualifies for an authorization. permit does not obligate the department authorize the use of welles), unless the welles), information required by the permit and this report qualifies for an authorization. [Acknowledged.] The FDEP also has additional requirements for pressurized wells. These requirements all pertain to cases when there is a Class G-II aquifer system {Underground Source of Drinking Water (USDW; total dissolved solids less than 10,000 mg/L)}. There is not a G-Il aquifer system on Normandy Shores Isle. This island was formed from dredging materials and is isolated from other groundwater systems by Biscayne Bay. Test wells have been drilled to up to 200-ft and the lithology is included in the attachments. The IDS testing shows that the value exceeds 10,000 mg/L about 35 to 40 feet below surface. All water use on Normandy Shores is currently from potable water provided by Miami-Dade Water and Sewer Department from the mainland. AH/SFA contracted with an agronomist to utilize the golf course ponds as part of its landscape irrigation. A water sample from the pond shows that the surface water is already salty (chloride at 21,800 mg/L, May 2005). Therefore, only salt tolerant vegetation can be utilized (Paspalum turfgrass will be used in the restoration). The supplemental irrigation water will be blended with potable water to reduce it salinity for use on the course. SEW1112fi2006.RAR DOC 10 REASONABLE ASSURANCE REPORI FOR NORMANDY SHORES GOLF CLUB DqJl.INAGE IMPROVEMENTS Attachments Location Maps Jaffer Associates Test Well Report Pump Curve and Supporting System Computations Nutting Engineering Lithology of Deep Well Nutting Engineering Report on Arsenic Testing Letter to SFWMD Demonstrating Saltwater Already in Pond Design Drawings SEWI11262006.RAR.DOC 11 Location Maps SEWi11262006.R.Afl DOC REASONABLE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE IMPROVEMENTS SEW111262006.RAR DOC 12 REASONABLE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE IMPROVEMENTS SEWI11262006.RAR.DOC 13 REASONAf;LE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE IMPROVE~\ENTS Jaffer Associates Test Well Report SEWi' 1262006-RAR. DOC l;ff;! ~ A080ClATE6 CORP. Well Drilling Irrigation Pumps Water Treatmllf1t On Site Fire Systems Recovery Walls MonitorIng Walls Jaffer Assocl~tes Corp. 2801 NW. 6th Avenue Miami, Florida 33127-3937 P.O. Box 370277 Miami. Florida 33137-0277 Dade: 3051578-7363 Broward: 954/523-6669 Fax: 305/573-8711 July 8th, 2005 CH2M Hill One Harvard Circle West Palm Beach, FL 33409 A TIN: Phil Langely Rick Olsen RE: Normandy Shores Golf Course 2401 Biarritz Drive Miami Beach Test Hole Gentlemen: From 6/22/05 through 6/24/05 a Dual Tube Reverse Circulation 7" diameter test hole was drilled to sample the lithology and water quality in the Biscayne Aquifer underlying the referenced site. Drilling terminated at a depth of 200' . Continuous formation samples were obtained as well as water quality sampling at ten (10') feet intervals with five (5') feet interval sampling in the critical portion of the aquifer. The test hole location was 25' West and 35' South of the Northwest corner of the golf courSe maintenance building. The test hole was abandoned with cement grout upon completion of data collection. ., Ground water satisfying :"the water quality criteria of Florida's Department of Environmental Protection (~$P) required for construction of Class V Group 6 Stonn Drainage Wells, specifically"a minimum 10,000 ppm Total Dissolved Solids (TDS) concentration! was satisfied at thi.s location at a depth between 35' and 40' below land surface and extended to the test hote'$ total depth. The varied rock strata between 64' and 133' below land surface at this location provides a lengthy open hole interval for potential storm water injection at this property. A specific capacity of 220 gpm per foot of drawdown was noted from testing this interval of the test hole. A Lithologic Log and Water Quality Log together with laboratory analysis reports are enclosed. These logs will provide a basis for the consultant to prepare the stoml drainage design and for the preparation ofthe requisite DEP Reasonable Assurance Report. JAFFER ASSOCIATES CORP. tJr ~~ M,..~J- ~ William J. McCluskey / Senior Vice President Well Drilling cc: Gene Friedlander NO~~NDYSHORESGOLFCOURBE LithohJgic Log D~pth Descriotion 0'..1' ....,.....,............"......jt~~DbaJt, road base 1'..3' ."........j..,....,..,.~u,..t.......gray uns1 and ~hell 3'~12' ....................,......dark aray silty cIa" 12'~14' ...........................gray coarse shell frallments 14'..20' .....,.....................dark gray silt:v c1ax 20'-35' ...........................Ilght tllo gray porous limestone 35'..40' ...........................dark gray san~y Ihll~lt~m~ with larae shell: and quam I.8ml 40'-64' ...........................gold S~H,ldv limestone (hard @ 54'); and quartz mwI 64'..74'...........................dark brown bard dense gg19mite; and light brown earthy limestone (hard.@64'-65'; 73'.74') 74'.76',...."...,........".4lI.......tan aray ~ 76'..80' ...........................tan gray hard dense (cores) nmestQn~ 80'..83' ...........................gray tan aleareous 8lD~l~QD~ 83'..91' ...........................gray tan moderately hard dense (core$) sandy coauina 91'~lOS' ..........................tan sold predominantly denlJe (some cores) with some porous ~ones limestone 10~'-133'............,...........tJln gray porous to dense (hard in layers) ~andy Iim~UQ~ 133'-147'........................gr.y hard dense sandy Jimeston~ 147'-149' .......... ..............gray 5an~x nQ1at9~e with shell grains 149'.1 S7~ ............... to to... ..gold clJlcareou, sandstone with shell &ralns 157'-169'....... ............... ..dark gray &lkareous 5an~y 1~'t~t9..9& with sbeU fragments 169'-170' ........................dark brown black clay 170'..175' ........................dark gray cal~a~v~ ~8n~y siltstone with large pelecypod casts with some remaining she)) 175'.176' .............. to. .......black Q!I 176'~190' ......................,.light gray sand):: siltston~ witb shell and phosphte grains 190'.200' ........................tan earthy ealJreoml !pt3tone NORMANDY SHORES GOLF COURSE Water Quality Log Total Dissolved Solids llmth TDS (ppm) 20' . .... II... ... II'" II' ,....,.. ........" ..."".."..,'".~ ,"".".'" ,.. ..... 734 2S' ,,".. ~ t." .. .,., ill .., ....."" ... it . 'I" ~ . , II........ II .. "II .. . '" II II .. .. II II IU . a." ... t if 800 30' ....."" .'.'f' ...., ..... ,ft...". 'I" ............ t' ....... lIP., ...".. ..... 2,630 35' ...... .... ..., ,.. II ..... ........ III t". .......... .t'".1 '""~ ""'. '.;-;1 6,160 40' .,... 11.11.... ...".." ........... ..... ...... .... .... II".' II ..... ..... III 26,500 4St"...,.. .''''14 ........ It ..t ..... .tiltl ,.. II Y'lft............ ".......... 31,900 SO' "".......... .,,,. ,.......... ... t.t.. ... ,I.........." ....t,....... ,I., 31,600 55' ..... II ..... ..., ............lIII...'.. ....., ,... ... II ..... ,. ...... _". 3~,1 00 60; ...." ..... .t. ....... t. .t. ..~....~. ..... .".... "., ........... .... 31,700 65' .. ... ............ ....,............ .......t. ....... ......... ".41 ,.... 32,200 70' .. ..., I' ..,.... .......... .......... .....""" .... ,..... .t. ....... ....... 32,200 75' ....,.,. ,.. .... ...... 'fl'. '.'" ..... "~.""." ..... ... I' ... .... ,.. ,,_ 32,600 80' .. i... ..... ...~ ...... ...... ... .... ..... ....... .... ...,. ... ........ 32,700 85' .. tf' ,.,,,. ,., ...... ... ............... ... 'f"'.' ... lit............. 32,700 90' .t t.. ...... ... ..4', ...... ~ ..., ...., 't., ...... ... ..... ........ .... 32,500 95' ... a.. f" Ii ...... ...., ~.." i..., ... i .t.. ..,. ... .'.1 It" ...t. .t.,. 32,700 100' ''II'' +,...... ..... ...... ........., ......... ....... ..........".. 33,100 110' . .. . . I fl . ,. It".., ... It,. ,... . . t .'1". . t . i 4 . .. . . .... .. ".. . ... .. ... ..... 32,900 120. ,.." t, ... 't. lit... ........ ... .'11'.' ....~....t. ........ ...., ... ,... 32,300 130' ........ ... ....... ...... .... .... " ..t lit... i... _ "".. "'It, ,... I.. ... ,lit 32,800 140' . t,...... ..... tI"'" It.. I' .......t ........,..,...,,,... .~. " .tt t....., 32,700 150' .. .... 'Ill'.... "tI.. II' ......... I..."'.a...... i.... It,,,,. ... .... .... .... 33,400 160' ....... ..... ff. ...... ............. ... ... ..... "".., ..... .., ..... 33,300 170' ........t. .." .........,.".t ....t....t.. ..... Ill.... ._.t'", ....... .... 33,300 180' "."."... t tit............. ... "'.....,., ..".. of.... It: to..... ~ ..."..... 33,100 190' .............., ,..., ..... fi" .............It.... ......,,, ,..., ......, ..... 31,700 200' .....".. .t. .... ......... ........., ,.,.., ..". '4O.tl t.t ... ........ 33,100 81'a. ~.~I.'lml 1Cl200 uSA Todtly 'flAY Mfrnmllf, FL 3302!) 1/35 @ S~"rt " i'l [. r ,'. .,.,. . -'--, .-.-::? Tell 854 4314550 Fax: 90.. 4311959 WVo'W..5tl>irlc.com ANALYTICJI.L REKlRT JC\b#: M05-5865 S'I".u Project#: MMA0203 Site Na.'rel JliOfferand ~oocie\t~~ '!'aeJc l ~mandy Shores Sill McCluskey 41601 NW 6th Ave M1ami, FL 33127 (Miram:u:' 1 - .~..... - ., - 07/05/2005 &wm rr~t ubof1jlcrl~. Ino. Pfi~e: 071oS/200S T il1\:): 13: 01 :4Q Jefter end As!cciates J6fftr and ASGoclatea Notfilftndy Sl1oro. E~l. rDI Nor~ndy Shor.. iOI ~.b Samp~. Ie. M5S8QS01 Pa~e Collected: 06/23/Z00~ Tfffif Coll~Qttd: QOlOa 27tJ5 P~,gg; 12 t:"pt: IIN1{.2D D9t@ Rooolvtd: 06/30/,005 Prol~ct Wo: M^4AO,a~ Client No; J^PFD1 P~~allleter ioIf1t Ch\'!milJtry Anaty,!'t, Tot~l Di..o!vtd Solld~ !tllllll! t ili /'34 l>.tllctIOll pm!~ 10 --PUe/Tlma-- -..Ill:l.l.a. "111th cd Ann 1 v~~d l.rlI MOIL 160.1 071M/3003 09100 FXP STl MiamI Dotol 07/0~/2D05 Tillie: 13101. "0 ,IcHor find A430chtes JeHl)r ~nQ A~;Qcl6te~ NormQnqy ~hore' s~mpl~ IDe Norm~ndy ~Iorl' ,5' LQb ~omplo 101 M5~/l650l P~te Ca\lcctedl O~/,3/2005 Tlr.IO Colltl:ttKll 00100 Pa""'rntt1r Hot Ctll~mi:J.try Anlllysls TuCol DI~~Qlvcq Soll~ lli ~e~ul t 600 Dtttotfoll ~fmlt 10 li9/35 f>OQClI 11, R~Rt; M!1I>?0 OQ~D R~colvcdl 06/~Q/~005 ~rojoct No: MA4AD2Q~ ClIent ~ol J^rr01 -'---. , ----Date/Time--- ..JdDi1.L ~~ ^(l~lvT,~ J.uI /Ill1JL 160,1 071O'nOO' m:oo Fi:P STl ~il!\:;l1 P~t~l 07105/2005 Tim~: 13101 [40 Jnffer ~nd A~~ocibte6 Jaffer and A~.ociQt8S ~ormc(l(ly 6horl)s sompl. 1~: Ncrmondy .nor.. 3QI lap Semple 10: M5~86503 Qota Coll.ct.d~ 06/23/20C~ Tlmo Collected: 00:00 ZU}/35 p~c,; 15 f:C;;lt: I'.N1('20 D~to II&aalvtc1; Q6/301200~ ProjoDt ~Ot MA4A020~ Cll.nt >>QI J^FF01 ~'I\l1 t ll!I -PH_IT 11llt-- ~ HMrlll~_ _ {lnIllyzeq lLrt P~Nmet"r Wot Ch~lstry Analysis TQt~1 Dleoolved SolIds ~630 D&t~oti on limit 10 IlG/l 160.1 07/05nOO~ 09.00 rXil ~TL Miomi D~tQI 07/0$/2005 rime: 13;01 ;(,U J~frtr Ind AI.o~l.tea J.1f,r Ind AI&oclnte~ ~ormenay e~orlla "",-'1':'17. ;".1;".:;) I'IIGCI 10 R (;fl~: J\~!1 t,20 SQlnple 10: Nl1l1l1llm}y 3horol 351 lab Sample IPI M5586$04 Dot: Co\\OOtWQI Q6/~3/2005 Time coll~cted: 00100 Dato P.CC~IVedl O~/30/2D05 proJ.Qt No: MA4A0203 cl iel'it NQ: JAFFOl ?lIr~tI1eter ~~t Ch-m!otry Analy.t_ Toc~i D'I'Qlv~ SQ\ld~ Result tJ.:. P.t'~tlQT\ L 1rnll ~ ~.thQ~ ~ate/Timo--- IInl\ I y~e~ .!.ill 6160 10 MUll 160.1 07/0SI?O~S 09:00 fY.D an. i'iifH,)! D~tBI 07105/200S T\PiOl 1~I01140 ~Qifer aM MlolXlllUI J~1fer and A~oocl~tea l'/r:lrmaI1QY Shores S~mpIG 1~1 Norm5ndy 6hor~$ ,01 Lab S~mple 10: M5586505 Oatt coll'Q.,d: O'/23/Z00S Tinl' (;01 Lc:ctClQ; OO:QO peramn~r ~et Cnemistry ^nQly,l. TotoL DlooolvQQ Solids Re6ul t .llIi 25500 D$no~lo!'l llmtt 10 22)35 PQ~ar 17 1::';jJ" I\N14~() Oac, ~Qcelvod: 06/~O/2DO' project 'lOr HA4A020J C\lont ~o: J^~~D' ~.t'IT{zr._ ....!:!Ll.ill- M.Q'WL t\ruJIY~~!Ill l'lG/L 100.1 O'7/(l'IZDO~ 09:00 f;rp S'fL tllll",1 DotUI 07105/~OO~ rime; l~;Ol ~I,O Joff.r and AI.oQI.t~1 Jaffer and A39aclate5 lIarll)1\1\Ciy Snores 23/35 PP9~: 10 Il~p~ I tml,~o ~omplo IP; lIar~ndy snore. ~5' ~ftb S_mple I~; M~S86S06 Dat~ Colloctoa: 06/2~/ZOO' Time Cctlocted: 00:00 Pa~e a~cefve~: OO/~O/,O~j ProJeGt ~o; Mft.4A0203 ClIent No; J^~F01 Plrlmtttr lJ~t Chcrnlotl"Y Anft I va'lt Tot.1 OI..Qlv~ 80liQI Il~"utt w Ootoctfol'l PllIit ~Qt./Tlmt--- ~'!.. ~tct~od _ AI1~tYr."q .1.o.t 31900 10 ~G/L 160.1 07/05/200) 09.00 PXO 5Tl 11fwnf Oat~: 07/05/20D5 nl7l~: H:01l~O J.ft~r .nd ABlcol~tes J~ff~r .na Assoc!a.e~ lI~rll1'f\dy GhQrOG f5mpll IOl NOfm4ndy 'hQrii ,01 Lab 5~mp\e 101 M5S86'07 Date Collected: 06/ZZ/2005 limo Colleottdl 00,00 P~r~attr ~et Chemiltry An.IYII, Tot.l Dii&Qlv~d 8011d. Rftlu[t f..i.a 'i~OO Oot&ct! 01'1 \..1mb 10 2~/'[;5 (l~:J(:: 19 rl~pt: ^1Il(.20 ~oto RD~olytdl 06/~O/,005 prcJ-ct No: 1vi4A02C3 ctle~t No: JA~FO' ... --{)atefTl~ -.l.!o.UL MQ~hod Mal\fzed 1m MOIL 1~O.1 0710\30005 09: on FXD an rHnnli CAt~1 07/D5/2005 Hme: 13 :01 II;!) JlfT~r Ind A'i~~llt.~ Jeffer and Aaeoaf&t~a 1l0flT'.c1'l\Jy Shoru sampL e 10: NOfll1llndy Shortt ~~ I LGb 3nmpte 10: M55DG50B OAto cotl~ct&d: Oo/2~/2D05 TIme C~I(oCtod, 00:00 25/35 PIOI: 20 Rapt: IIln 4,0 Dpto necelv60: 06/30/2005 ?role~t No, IM4^O,~3 Client ~Ol JIIP?01 Rr"yll Wl ----O~to/Time-.- ~ /:l~~hod _~ IIMt'r'Iq,g ~ lm. P9rQrO~rllr fiet Chominry i\nAlyait. Total Dl~oQlvtd Sollas 321 00 penct! 011 Lfmlt 10 Malt. 160.1 07/0S/2lJ05 OQ;OO PXil m MI<im! Date: 07/0~/2005 TlmQ: 1;:1101",0 J.11tr tnQ A~,ociate~ Jaffer &od A$Qo~l.t&. Normandy !hD~'" Sample ED: Norm.ndv GhQre~ 60' _Db B~pt~ 10; M~'n6509 P~to Colloet-ti: 06/~/,005 TfIDO Co~(ectedl 00:00 26135 Peool 21 [lep~: AtI14~O Date ~ecolvtU: C~/JO/200~ Project No, MA4A0203 Cll~nt No: JAPF01 ~U1,/lt........... fu --nHi:\/Time- .....JJclla... Me th od /i f'lD I Y~Q.t 1m. 1'. rlrn'nr \let Chomlury AIl6(Ylii5 To~~l DissolveQ SPllde ~l7'OO Pntg~lon L1m1t 10 MD/L 160.' 07/05/200S 0'1100 Fl',o $TL Iolfarnl D~tc: 07/0j/2Q~ TlmQ: 1:3,0111,0 Jaiter en~ As~o~IQtEa Jetfer enq A56oe!~tel Ilormal'lGly S~ ores iampla 10: Norm~ndy Sh9rea 6~' L=)) SAmple IPI 'lSS06510 D8t~ Coll~ctedl 06"3;,005 Ti,no ColLected, 00,00 Z7/J5 Pan(\, 2Z Rapt! I\N141:0 Dltt RQc~iv~d: 06/30{2005 PrDJ.~~ Her HA4AOa03 CljG~~ No; JAff01 Resut r wlls ----Oat.ITlm~ ^n~lY~od ~ ellL'liIl1~hr w~! ChemIstry AnQlY$1s 70tol Pf'~olved soliQ~ ~.i:OO pe~~qtlun Ll/ljl r 1D -Y..n.i.a.. ~Q/L l1/ttQo"i 160.1 07/0~/2DOS 09:00 FXP ST~ MliilTll Datf: 07105/2005 jjm21 1:3,01 :40 Jbff~~ and A..o~lot.~ Jarrtt and A~~oci~te~ H(,lrmar,~ &hor.. SDrnple In: Normqndy 6horQ1 701 ~Qb ~QmpL. lP= M5566~', DQte CO\l~cte~, O&/2J/2005 Timo Cglloct~d; 00:00 48/35 rD~~: 23 n~t: M11';20 Co~o R~c@lv.dl 06/~0/20a5 proJect NOI MA4^Oa03 CL I eM 110' JAFFOl P6r~moter ~ot ChemIstry An~LYGI. io,Q( DflQolyod Golla, ~e~'l\t~ Ell! 32200 llett;tign LImit 10 ----DatefTl~D--- ......1!!lUL ~~tho'.1 An!\I'(2a~ ill I:'O/l W.l.1 OI'!O~/200S 09,DD ;':;0 OTL III oml D.rel D7/0S/2DuS 'flIt\() I 1J:O~ :1,0 Jaffer and A!50olates Jaftsr And A&'Q~t.tea Normandy !lhon~a uamplw 10: nOrm~ndy Shore$ 751 ~.b 51'1lllfll41 10: t155a6~12 Dat~ Col(oetod, 00/23/200' ilmo CQll.~t&d1 OOIPO J'llflllMt~r \;ct ClleJll:lCry An:ll)'lllll Ta.~i DI~oolvQa SolIds ~~'Ul f lla J2600 D.t.;tjon LImit 10 2~/:J5 PQ60, Reptl 2~ M11420 Pata Recel~~; 06/30/2005 Pra)t:r NOI MA4^OZO~ C,fone >>0: JAFFO' ~--- ~Qt$11Imt--- --.!1i:li1L t1~thcd ADA l~I~~ 1m MQ/L 100.1 07/0~/2(JO:l 091C~ FXD :3ll Mltro! ....w..., .""'.>1..'1......'" "'.IIV' utrY ^...V..,..~.. nmt: 16:52;29 J~ffer ard AssocIates Norml1'!dy ShorM Sa~le IP: Norm.ndy Short. SO' Lob S~mple I~: M55B6513 Care colloct'~1 06/,3/2005 rflllf Co~ 1..;nQ; 00;00 I'age: !\"pt I Ai-J 14~O O~r~ R~ee!v~d: 06/30/2005 ~rQJ.c~ HOI HA4AO~03 client No: JAFFOl PllfllmHl!!r Utt Chem\.tr~ An.Ly.l, Tot;l Diasotved SolIds Oeteet!OI'I Lillli~ RU\.llt w 32700 iO Ul'l,U MOIL ----Date/1i~ M.thod Analvzld lDl 160. 1 07/05/~OOS 09:00 F)(O sn Miami Date: 07/05/,OO~ Hmol 13:01 :40 Jaffer flfId Ali1io<;r~t~a J~Htlr ~nd I\~&oc!ates ~~rriltmqy Shores 31P/35 Pil:l?' 2S Rept: (\:'i1/>20 s~mpl. ID: ~Qrrnandy Shor~~ B5' Lob $arnplo IDI M~~56S14 Date Colle"teQI D~/Z3/200S 1'm~ CDllectmd: 00:00 Dot. ~~.eiYe41 06/30/2005 proJ~ot NQ, MA4A020J Cl!ent ND: JAFF01 Peromo\:or ~.t Chemistry AnalY9is Tctal a1B901v'Q ~otfd~ Reiul t !ll De~ectfon ~Iml~ ----Date/T;m~ -J!n.i!L, Moth':!.l~ '/\"'Ilvud ~ '~70Q 10 MOIL 160.1 07/05/2005 09:00 FliP " sn 1~1amr Oato: 07/05/Z00S Timet 1]:01 :40 Jntf&r g~d 4e.ocleto3 J4tfer and ~"gcistes Norn'landy shore. ~Ilm?\o 101 HOrl1lQl'ldy &horco 90' L&P S~le IPI H5~CO~1~ OQtO Co\l~tedl 06/23/2005 Tlma Coller.,Cdl QOl~U f'AreIll9~l)r l.Jo~ Chonis,r\, AIli'llyeis rot~l DIQ~Qlv~ SolIdi RQ~~lt !1Sl 32500 lletect;on LImit 10 3V35 PQSo: 26 I\<.!pt; Mlll,ZO Oate Rtcolved: 06/30/,005 Project No: MAhAOZ03 Client NQ; JAfi'01 --...-...... ---Dete/T;1IlQ>.....- .......l,/Q,UL H~thorl _ 1lI'l~ l~4:11 1m M~']. 1(,0.1 07'/05/200j 09100 F)(D SfL M; Iml DQCo; Of105/200S T1m:.: 1:=;01140 J~ff.r and Auo:lbteG JQtfar and AiOo;t.t~4 Norrr.,ndy Shorb. Sompt~ /01 Norm.nqy 8hore~ 95' Lab 6ampl~ IPI M5~86516 O~te Colleottdl 06/23/2005 T1m. Collectedl OOrOO 32135 r~gClI a7 r.ept; Ml~,O O~te Rqc~IVOQI 06/3QJ,005 ?roJ~(;t NOI MA!.^u203 Cllont No: JAFf01 Ril~\ll r --o~to/TfD\O-- ^~~ly..q ~ P~r~m~ter Yet Chomj~try AnQly,la Tot~l DIQaol~d Solld~ lli 32700 Dl!Jtec~ Ion Umr~ 10 ...Jl!l1ll.,. Jlath od. MOIL 160.1 Q7IQ?/,OO~ 09:00 rxo STL Miami Date, 07{05/2005 Tirr.el 1:3;01t~D Jaff~r .nd Alloclat., J,tt_r Ind A890cfatea ~IOrI1lDl'ld~ llhorlll sample IDr NQr~~r.dv Bhor&& iOOI Lab uamplt 101 MSoD6517 Dbt* Col~.c~.d: D6/~/2005 TIme Coileoteq; 00;00 ~ eQ~lliMlcr wet ChemIstry ^nlllyai. rot~l DI;iOlvgQ So~tda RClI\.l1 t flg 33100 DetectIon tlml t 10 7/35 Paae; 2 HOp!l 1IN1420 D~le ReceiveQ: C6{30/,DO~ ProJDo~ No: MA4^020~ CLIent tlol JM'01 ---!latelT hr.i:- ~ M~t!19q ^nnlvvcod .1.oS Hil/L 160.1 117/05/2005 09,CQ pr,o STL lIIil\jQ! Co.a: 07/0'/~009 TIme: 13;01:1,0 Jo~t,t Jnd A.ioel.tit Jpffijr ~nd Atiocl6to2 ~orrrlllnd)' Shores sample I~l ~orm~ndy $horti 110' Lob S~~plQ IDI MS5a~31a DDte Colle~tedl 06/2~/2005 TIme Cnll~cted: 00100 8/J5 POGO \ 3 r.e;;~1 P,N11,20 Oete Received: 06/30/2005 PrOjaOt HOI MA4A0203 Clftr.. HOI JAPFOl P"'r~nlllrt:r Wot ChemIstry An~lyslB Tat~l Dlr.oolv~q go\lq$ R~'iJ\~ Us 3~9aa Detect ion L1mlt. 10 ~~te/Tlm~ ~ ~QrhQr.t_ Anij\vzet1 N" 1CS ~IGh 160.1 07/05/20D5 09:00 Pl(D an r.ll~:;ll D~,Q: 07/05/200' TlRIQ: 1~IOl\4D J~1for Dnd Aaeoc1atoi Jnffer ind A&@ooletaa t1Clrl1llln~ (J"oreG 6Im?t. IDa Normandy Shor~& 1~CI L~b ~Qmpl. (PI M~3e6S19 PAte Collected; 06/23/2005 T;II)O CQlll:<:t;d. 00,00 OJI,!;5 Po:::~: ~ fkp.l r\:i1~;W Dot. Roccivvdr 06/30/2005 PtQJ~ct ~Ql MA4AC,03 Cllont No! J~ff01 ~e8~tt & ME!th('d ----D~t~/rlm~ f\n"~'Xi 1m: ParNnctcr tJo;: Chcmhtry ^oQly.~* To,ot piooo(v~Q So\fd~ ZDOO Otuetion l ;m!t to unfU MQ/~ '~O.l o7/os/aoos O~IDD [.~~ $T~ nil::ni D~te; 07/0Jf?OO~ ifln~1 1:1,01,(,0 Je1f~r and Associbt~G Jcfhr Ind "..oehu. Ngrmandy Shores '10.'/35 P~fl4: fl~pti ^111~20 S~pl. 10: Norm~r\dl' shorea 1301 Lob S~~9l. 10: M~586S20 CAto CollGOteQ! 06/23/Z00$ Tl~ CQllc't.a, oOrOO D.te R~'tlved: 06/30/2005 Project NOl ~A4AOa03 client Uo; JAFF01 p:orljflleter \.!~t Chrnnlsu,/ A1lilty~rs 7D~ol P!sJo!yod Soljd~ Result lli Dat.QtlOl1 ~{mji -O~"O/Tlm"- -1IDllL Marhorl Jlllil:;',~(!<j n ,'.m: 3260() 10 ~IG/I. 1~O, 1 Oi'''O~/2005 09;00 no SH M!emj Dqte; 0710~/2005 ifill,: 131U',40 Jaff~r ond As~oc!eee~ JAffar Ind Aasoclatos ~JorlT1Qndy Shoro~ 1]}35 PO\Je: 6 Kept' AW14Z~ 5ample ID: Normandy SnQr~ 140' lab samplQ IP: MG~e6S21 Oete collected: 06/2~/Z005 Tln~ cotlQottd: oOloa C~tD Recelv~: D6/~0/20Q5 ProJ~ct NOI MA4A0203 C\ lene No! JMF01 . f\;r1I111lHtr Hot ChclllfEnry AnIlIYil/;l Totol QI~'olvDd $ot!dt 811AI,lI t .EJ.a DetectIon limit ---OatelTime-- ~ i1~\b~ ~Iytcd ~ ill 32700 10 M~/~ 1~O.1 Q7/0S/200S c::oa f:ro llH f{1~mf Pllt()1 07/0~/?005 Tilil~; 13:01140 Jbftar ina As,eql.tGs Jaffer ~nQ Assooi.ttt Norlli.nQ)' Shore. ],2/35 I'n!;D: 7 Poop,: Ai114!:o ~llInp~o JOI I!Qrll1&r)l:!y Shores ~SDI Lab sample 10: M5S86,Z, Olt. ccILOet.Q: 00/23/20D5 Time Collcctea; 00:00 Do.t ~ocerv8d: 0613D/2005 PrcJtct No, MA4t.020J cl lent Ho; JAFF01 Pflrlll7'6t~r \jot Chemletry AMlyol. TvtQI Ptac~'vQd $O\tQS ResuiJ; lli Pet&Gtlon l\m'~ ~ Method --PIlCe/Tlm_ A~o:VZ~~ Lax 33~OO 10 MG/~ 160,1 07/D'l/2\lVJ O\': DO ~la) HL Mf~tllf O.tB; 07/05/2005 T II!\;:: 1~1 01140 Jetter ~n~ Asacel.t~a Jijffer and A~Gociata. NQrrrlllrldy &hO~lil 13/:3)5 ?IlQC: 8 Rept; l\tllE.~O s~mpl~ IP: "Oim~ndy ~hQrta 160' ~tlb Salllplo 10: M~~ll6YZ3 D~,. ~~lloct~d: 06/23/~POS Tiu:~ Collect"cc: 00100 Ptlt~ ReceIved: 06/30/2POS Project No: MA~A0203 CI \~nt NQ: J~fFa1 ~~ral1l~)cr i/H ~h,"lliatry 1\n~IYijllS iotel DI~zolVod colids .B.~.ult !.Ul D"a;ti en ~jmjt ....I.1!\1!s.. ~c ~ h ad ~Qt~/T1m~ ~Q~\~Q~~ lnl 33300 10 MaIL 100.1 07/CS/iWO$ 09;00 PilO STL Miami O~ter 07/05/,005 1 im91 15:01,40 J9ff~r 6nQ As,ooi.... Jatler and ASGocl~,ou NOi'IT14tpdy ihoroQ lit.v'j5 PSgd; 9 Rep,t AN1/,?O 6ample 10, NQtmendy ShOrbG 170' L~b Samplo 10: M5S86S24 PQt, Ootlectodl 06/23/200' Tlmo Col\cct~d; 00:00 Dot. RtCQlv~: 06/30/~D05 Project I/o; MMA0203 cllQnt No: J^Pr-Ol P~rllrnetor Wet Ch.mlatry An.lyal. Totel Ol~'ol~od SolfQs RtaJl.l.-.. !la Ollt"ot i an LImit ----O.t~;Tlmo--- .....l,/o,J.1L Math IXl ~a.! Y.l!1L- ill 33300 10 MOIL '''0.1 07/0~/2005 0');00 FlIP STL Mf~mf OQ!Q: 07/05/2005 Tirn~: 13;01140 Jofftr ~nd Aa~Qol~tes J~ff~r a~d A~.~~'ate. N ormand)' Shorn S~mplfl 1D: llorrnencly lilwrilll 'BOI L~Q t~mpta tOI M"e~5a5 Date Collected; 06/2J/ZOOS 1 imt CoIlOll tctd: 00: DO -- .. Pgrllllliitir Woe Chomletry An~lY8l. Tot~l II r~iol""IlQ ilolld~ P.llul ~ lla 33100 Olltllctjon LImit 10 15/35 Pll1101 10 r~"pt: Ail1.\20 Date qecelva~l 06/~JJ200S ProJect !jPl MA4A0203 ciieht No: JAFF01 ~ Method ----O.t./r1m~ line l"led 1M 1I~/~ 160.1 01/05/2005 09:00 F~P STL l>1IDD\j D~tol 07/oS/aaa~ rime: 13:01 :/to J.ft~i ~nd AI~ocl~tf' JGttOi and Aa.oell... HOrm4rlQY Shores Scmpl. 10; Normlndy ShorDJI '90' Lib ~empl. IDr M53665~6 Ctto Colleoteq: 06/23/20Q5 lime ~oL\acteQ~ 00,00 Jl t1D/35 PacoL 11 f; ~p~: ~:{1 ~ ~O OGle Rlc.lvodl a~/'O/aOOS ?roJect No, MA4A02Q) Ctl.nr NOI JAP~D' Re6U\ t .Ela ----Oete/l!m~ -.!i!ll!lL Mntho~ ~DIIJ.l~ ill P ~ra~ ~Ol' Wot ch~mlo1ry ~nalYdis TotQl Dis$OIVOd SQI!d; :moo Olltect!on ~lfI<lt 10 MaIL 1~O.1 0710512001 09; 00 FXP on lit Dm! PQtOl 07/0S/Z00S Tlm"H 1;'.: 01 :',0 Ja~~.r und A"o.lstol JJlHer .nd AD~OC( ~t~6 N(Jrrn~ndt Shore~ Sum?La ID: Normandy ahoreu 200' lab SCmplO 10: M~~n'527 Date Colleoted: 06/23/2005 lime col~..;~d: 00100 parllm~ter lJot Ch~ml~try Anulysla TOt~l Oic;olvQ~ solId. !te~ll[t f.1.n 33100 ~ bod Dtttetlon LImIt 10 H3!J5 P4\;'J~1 1; ~ept: :\:~ 1!120 D~t~ R~ceiv$dl 06/~DI,C05 ~roJ~Qt NOI 1.1A4NmU cLlunt No; J^Ff~l , .....!1ll1n. _ M..th Qd ----D.tc/Tfm~ ^,,!\IYiWI 1m. I'Hl/L 160.1 C7/D~f2QOS O~;(lD f;:O sn Ml~mf REASONP.BLE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE iMPROVEMENTS Pump Curve and Supporting System Computations SEW/11262006.RAR.DOC Q) Q) .~ .& C/) t-- ~ ~ ...J ~M CO ...J 00- 6C\.! " .,....: w cia; C\.! ~C\.! $ (')$ w Q) Q) -I U. > tIJ tIJ a ::l ::l ...J i= w .!; >- $ E t: <C I- Z 0 > <( Q <( a: w 0.... W Q) 2 I- <( 0.. 0 0 en 2m 0 ~ :;) ~ z ~~ Z 0 C/) <::l (') - 0.- . a:: ciw 0 - , ..- W 0.... C/) 1-0 2 (')$ (,) oC\.! > w - Q) 0 :;) D C a:: tIJ 0 0.... ~ U. ::l W Z -0 0 I- > Q) I- D D 0 D C/) <C 19 w <( > o:l > (f) W ::l :;) W <!) <( <!) a u I ...J .... Ci.i 0 Q)a; z 0 z a; 0 ~.~ UJ ..... <( 0 2 <C ...J - W - <( ::2: ~ o:l ~ I ~ w M~ S~~ <( I 00_ - $ 0 ...J ";w X o'<t 0 i= <( C\.!$ 0 <(..- ...J <( I- a: w Q) ...J f- a I ~ <( C/) l- e.. e.. <C U) a; w c a: 0 ..... 2 ::l <C ".;::; 0.. ~ ~ co E -+-, .... ...... 'x ::J Ci.i Q) W 0.. ::l TI W C c E rn rn J: 2 0 ~ Q) en () (') u (') c en 0.. Qi ~ Qi - E $ c $ J: a; a; Q) .... ::J Vl 0.. Q) 2 w 0.. - (f) Z ~ ~ ~ 0.... ~ .!; ~ 0 Cl) Q) E :l:: C/) :;:: "- ,g Vl en ::J E Q) Z 0 > tIJ Q) Ci.i 0 0 Q) w $ Q) N > > i= - 'ii) M X in C\.! c C\.! -... 0 Q) C\.! rn Q) a; 0 a; <C <.9 TI Qi E tIJ Vl € $ -0 $ ...J <5 Q) Q) (!) $ c .c .c 2 Vl :J (/) c c 0 u u co Cl) 0 0 TI c C C .D (,) III Q) 0 "- E -0 -0 ~ ~ ~ ~ c ~ ...J 0 Q) Q) tIJ -0 .c ~ tIJ tIJ <Il (!) Q) <C ..s::: () <Il <Il .0 en '(3 (j)<Il .0 .D <Il (,) .D :;:: Q) 3: Q) a; >,al ..... Q) , c ~ Q) 0 "0 .- c: Q) 0 c ~ Ql .(3 0.... '0 N :;:: ~ c Vl co .- ltl Q) .... C") Vl E~ :::c Qi Q) -... Qi 0 w 0 - Q) C\I ...J '- 0 CI 0 (3 $ E J!! $ '- $ c: 0 0 Oc III S Qi ell Qi w c c 2(5 is $ S Q) ~ ::> I > ...J ~ o CJ (/) (1) ~ Or; ..c CJ (j)~ >,CO "0 .- C ~ cu .- E~ ~o O,e ZG o CDO"," roCDC\lO"," '<;t<D<DC\I C')C')C\I......-..-..-..-C\lC')C')'<;t NCDO","ro<D'<;tOCO'<;tO<D ","C')C')C\I ...-..-NC')C') Q) a. >. f- 0) c E u:: (j) ..c5 rnO _____ 5~ ~~~~~~~~ffiffiffi~ ~~ ~~~~~~~~~~uu :r;~ ~CD"," ~~~~~~~~~~~~~~ 00 r;O)CJ O....N~<D'<;t~~~~~~~(/)(/)(/)(/)(/) m O)~Q)Q)"-OOO..-C\l~~~~~~~~~~~~ ~~ ~~6~B~~~EB~~~~~m~~~~~~~ ~ (/)f-O)>~~~~~~gggCJCJCJCJrororo~~c to) ~WWES>>>~--uuu~~~~!!!!!~_ ~cO~~WW~~~~~>>>Q)Q)Q)Q)Q)Q)Q)uCJCJCJCJc'~ w_'<;tNf-f-(/)~co([jm~~~~~~oc~oc~EEEEEww I..~ c;?,. '.~......'.'.......... ;::.:.~~ ;;:~i:'" $~:st ;~ an. ~. It Id cri m ~ PAGE SECTiON CONFIG. 26 3 C-3300 CP/CT/CS ISSUED SUPERSEDES 807 Impeller VANES PHASE 5/96 6/94 3 3 44 42 40 ~ 38 I- 36 :::) ~ 34 * 32 30 28 65 60 55 50 45 tu 40 w u.. 0 35 <l:: w I -l 0,., vU ~ 0 25 I- 20 15 10 5 p~ I I I - .......... I ........ ......... ........ -.... ......... "- " ......., "' "- I " ~ " '\ "- " \. " ~ - - -..... V " ......... ,,~ / I / ~ I 1,\ ;1 J ~ ~ / "" " lX I V "- /" , >< -' / """"'- - --- " NPSHHE " -t I " / o 0 o 1000 2000 3000 4000 5000 6000 7000 8000 FLOW GPM 44 42 40 0... 38 I 36 ~ 34 ~ co 32 0 30 28 >- "" (J o 03 > a; Q m c E g ~~ ~;j o 3: .Yo .~ Q) a:.o II U) 30 25 20 15 10 5 ra 70 60 ~ >- 0 50 z w () u:: tu 40 u.. w w 0 u.. c:: 30 -.J :J I <l:: (/) c:: 0... Z 20 0 >- I 10 0 M_ - "Q) (lI 3:~ :r: o ..... C\I ~ "Q) (lI 3::!::- :c o ..... ,.....-. - "Q) ~ 3::!::- :c o ..... ..- l() MUlO Ng "Q):;- 3: '0 o "Q) > Z'qqq~~q~ql()oq~oo~ (lIOCl'<!"O<.DC\JOCl'<!""-f'-.<<i..-f'-.<<i"':'f'-. (lIL()L()L()'<!"'<!"C")C")C")C\JC\JC\J ..-..- ~ m - m o 0- E ::] 0.. '<!" 0Cl<.D'<!"C\J 0'>f'-'<!"C\JQ)<.D(t')0l CO(t')O l()C\JC\J'<!"OO'> l()(t')'<!"f'-. r-...:OOOlO..-C"5t.Of'-.ONcOO)C"5r-...:..- ,... C\JC\JC\JC\J(t')C")'<!" (t')0l'<!"0l.{)0l'<!"f'- '<!"<.Df'-0l0l0l CX?"!O '<!"OqC\JOCl<.Dl'-:r:OClCOr- f'-.OClO'>O..-C"5l()r-...:o)Nl()Q)NcO"':' r- ...-..-..-C\JC\JC\J(t')(t')'<!" Q)(t')COl()LO<.DOLOC\JC\JC")CO..-f'-<.D f'- <.D'<!""<l:tC? f'-.COf'-.OU?C")C\J'<!" r-...:roroOlO,...C"5<<i<.Dro..-C")cOo)C\J ...- C\JC\JC\JC\JC") C\JC')'<!"l()<.Df'-OClOlO..-C\JC")'<!"<.D Ol()OLOOLOOLO COr:tC?..-tC? NC\JC"5C"5<<i<<it.Ot.OCOCOr-...:f'-. '<!"COC\Jf'-..-l()Q)Mf'-C\JCOO'<!"COC\J 00 C\J,,!,,!C':!M"<l:"<l:U?U?LOt!) Ul..-C\Jcr5<<iLO<.Df'-.COOlO C\JM'<!"t.r:l 0. :!::- (I) >- ~ ;g o "Q) > E 0. ~ :: o u.. 000000000000000 000000000000000 LOOl()OLOOLDOLOOl.{)OLDOLD ,.: ,.: N C\J- c:0 C'i '<!"- '<!" - LCi l.{)- cD cD r-...:- r-...:- .c .8 '~ (/) Q) .... ::J (/) (/) ~ D.. 000 >>> c.':lc.':lC} zzz C\JC\JCO ..- f'- ' ....:.. ' . f'-. ..-0,- co ~ Q) D- '6.. ~ E (/) i?EE '(j) ::J ::J ::J~~O '0'0'0> 2 ~ >'(9 6.. .0 1i z E o u ~.::: ~o: ~o ...... ..... - LO- NCO II ~ I- Q) II S: S: o....JC}x .~ S: I C'Cl z....J(J)~ Cl.) > ... :J o tJ) E E Cl.) 1'0 - tJ)= >.- (/);': tJ) c: Cl.) Cl.) ... N o 1'0 J:::c (/)0) >c: -g tJ) 1'0::> E ... o Z ',.<] I \<J I \1 "'1;:1 ;"<3 1 'j~ I'~. I~ I ~ I . I ! i ! ;::1 ; o 1.0 o LC) o "<t o M (laaJ) Hal. o C\I o o o o r-: o o o (!) o o ~ LC) o g E "<t C. ~ o o A. M o o o C\J" o o ~ o o ~ I I1l I~ I ~. IT I~ !~ <I !l: ..Q u. I.O~ g<( ~l.{) co,,:"": ~o .- ,.... .- "$ ~ + "<t '0 "<t I1l Ol ~ a... I1l > '- :J () Q. E :J a... + (]) > '- :J () Q. E :J D:- E (]) t) >. en rn x (]) > :; () E (]) t) >. en rn ~ o .c en >. -0 c ~ E '- o Z Q. E :J a.. REASOI.P.BLE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAINAGE !MPRO"i!'MENTS Nutting Engineering Lithology of Deep Well SEWI11262006.RAR.DOC Vllef! ;[l L'3oC8li(.tl ~t.allalioI'lDlI.le PI;Jr::cf..\iI!la~ert ~&~: DEiIow I..zr.ct SurfaC!-lf\.ll ~~~ ~l'S Cdf Cou;sr. URS COCpOnttoOO Nuttino Et\glrtMn1t9 /l1tU- C> A./r. I r FtJIt!JseV' wel(s Soil Boring Description Log Page 1/4 Date: August 14, 2006 to August 15,2006 Location: NOffilandy Shores Golf Course Project: Nomandy Shores Golf Course Project: No: 38701107 Boring Number: Test Boring Tolal Depth: 120 Feet bls Screen Interval: NA Drming Method: Wire Line Coring & Mud Rotary Reaming Project Manager: CarlO!: F. GarcialURS Recorded by: Edward MarkslURS Drilling PersOImd: Nutting Engineering Casing and Diameter: NA Borehole Diameter 3" No. From To Resistance Recovery Description 1 0' 0.4' Low Organic rich top soils -dark brown - black 2 0.4' 1.1' Low Silty sand wi shell fragments. lOYR 6/2 - 10YR4/2 3 1.9' 2.2' Low Sandy shell hash having 30% sand/silt of medium to very coarse grain size. 5Y 5/2 - 10YR 7/4 4 2.2' 4.1' Low Clay, very plastic light gray to very light green. 5Y 6/1 - N6 5 4.1.' 5.2' Low Mulch laver, dark reddish brown wood chips 5YR 3/2 - 3/4 6 5.2' 8JJ' Low Silty & sandy shell hash, silt to very coarse grain size sand and shell fragments 30% - 40% shell hash gray to med. I gray COIOT N2 - N 5 7 8' 10' Low As above with < 5% 001 ids appearing throughout sample 8 lOt 12' Medium Silty sand with some shell hash, silt size to coarse grained sand with -20% coarse to very coarse grained shell fragments and S% -10% ooids medium to dark gray color - tight. 9 12' ]3' Medium None No Sample Recovery 10 13' 15' Medium Oolitic limestone having 15% - 20% sand of tine to medium grain size offwhitc SY81l - N8 11 18' 20' Medimn As above. 12 23' 25' Medium No Sample Recovery except for single small fragment of oolitic limestone 5Y81l - N8 13 28' 29.5' Low Sand,vcry line La grained quartz sand of sub roooded to sub angular shape having few dark gray nodules of calcite cemented sand stone throughout sample. 5Y 8/1 - N4 14 33' 35' Low None No Sample Recovery 15 38' 40' Low Sand, very fine to grained quartz sand of sub rOlUldcd to sub angular shape having few dark gray nodules of calcite cemented sand stone and trace of ooids. 5Y 8/1 . N4 Soil Boring Description Log Page 2/4 Date: August 14, 2006 to August 15, 2006 Location: Nomlandy Shores Golf Course Project: Nomandy Shores Golf Course Project: No: 38701107 Boring Number: Test Boring Total Dcpth: 120 Feet bls Screen Interval: NA Drilling Method: Wire Line Coring & Mud Rotary Reaming Project Manager: Curios F Garcia/URS Recorded by: Edward Marks/URS Drilling Personnel: Nutting Engineering Casing and Diameter: N A Borehole Diameter 311 No. From To Resistance Recovery Description 16 43' 44' High Sand, vcry finc to grained qUaItz sand of sub rounded to sub angular shape having 10%-20% coarse shell fragments 5Y 8/1 - N6 17 44' 45' Medium Limestone, highly recrystallized displaying corrals and shell fragments with few very small open vugs and ~20% calcite cemented sands filling vuggular sPace in sample, well well indurated 10YR 6/2 . 10YR 8/2 - N9 18 48' 50' High As above 19 53' 55' Low Limestone, highly recrystallized displaying corrals, Bryozoans mollusk shells nnd echinoderm spikes with micro and macro vugs throughout ~ 20% sample is crystalline calcite, very well indurated 5Y 7/2 - 5Y 5/2 20 58' 58.5' High As above 21 58.5 High Refusal of tooling using hammer & core method. 22 63 64.5 High Sandstone, calcite cemented saIlds of fine to medium grain size having subangular to an!.rular shape, 10%-20% shell fragments of coarse groin size and <5% ooids. or pclloids with caleitc composing -30% of sample, highly recrystalized. 5Y 7/2 - 5Y 6/4 23 68' 70' High None No Sample Recovery - Possibly fine unconsolidated sands. 24 73' 75' High None No Sample Recovery - Possibly tine WlCffilsolidatcd sands. 25 78' 80' High Sandstone, interbedded calcite cemcnted sandstone, limestones, & unconsolidated sands beds are ~ 11211 to 111 thick in intcrval, sands are very fine to medium l!Tain size being sub angular to subrOlmded, limestones are -40% shell fragments, ~30% sand and -30% calcite being highly Soil Boring Description Log Page 314 Date: Au!,'Ust 14, 2006 to August 15,2006 Location: Normandy Shores GolfConTse Project: Nomandy Shores Golf Course Pruject: No: 38701107 Boring Number: Test Boring Total Depth: 120 Feet bgs Screen Interval: NA Drilling Method: Wire Line Coring & Mud Rotary Reaming Project Manager: Carlos F. GarcialURS Recorded by: Edward MarkslURS Drilling Personnel: Nutting Engineering Casing and Diameter: NA Borehole Diameter 3" No. From To 'Resistance Recovery Description 25 78' 80' H.igh vuggular and moldie (gastropods), highlyrecrystaHizcd. 5Y712 26 83' 85' High None No Sample Recovery - Driller states that interval is rock. 27 88' fl9.9' Medium Sand, very fine to fme grain size having 5% - 10% white carbonate grains of same size throughout sample 5Y 8/1 - N8 28 89.9' 90' High Sandstone, calcite cemented sands of fine to medium grain size having sllbangular to angular shape, 30% shellfTagments of coarse I!,rain size and -30% calcite insaniple, highlv recrystalized. 5Y 8/1 29 93' 94.2 Low Sand, very fine to tine grain \lllconsolidated sands having few having few coarse graiIls throughout sample. 5Y 8/1 - N7 30 94,2 95' High Sandstone, calcite cemented sands of flne to medium grain size having subangular to angular shape. 30% shell fragments of coarse grain size and -30% calcite in sample, highly recf)'$!alized. 5Y 8(1 31 98' 99.5 High Sand, very fine to fine grain unconsolidated sands, well sorted, tight sands 5Y 8/1 - N7 32 995' 1O0' High Limestone, moderate to high recrystallization having -30% fine grained sand and few small opcnvugs; vuggular space has has been filled with calcite cenlellted sandstone, well indurated. 5Y 7/2 - N7 33 103' 105' High Limestone, moderate to high recrvstallization having -20% fine grained sand and small to mediwn QUell vuggular space some of which has been fuled with calcite cemented sandstone well indurated. I OY R 8//2 - 5Y 8/1 - I OY R 7/4 - N9 34 108' 110' Medium Sandstone, calcite cemented sands of fine to medium grain Soil Boring Description Log Page 414 Date: AU6'1lst 14, 2006 to August 15, 2006 Location: Normandy Shores Golf Course Project Nomandy Shores GolfConrse Project: No: 38701107 Boring Number: Test Boring Total Depth: 120 Feet bgs Screen Interval: NA Drilling Method: Wire Line Coring & Mud Rotary Reaming Project Manager: Carlos F. (;arciw'URS Recorded by: Edward Marks/URS Drilling PersOlmel: Nulling Engineering Casing and Diameter: N A Borehole Diameter 3" No. From . T.o Resistance Recovery Pescription 34 108' 110' Medium sizehavingsubangular to angular shape,5%. 30% shell shell fragments of coarse grain size and -30% calcite in sanip.l~1 moderate to well indurated, highly recrystalized 5Y811 - lOYR 8/2 35 U3' 115' Medium S!l,nds~(m.e. calcite cemented sands of very fine to fine grain size of sub an gular shape having 10% - 20% carbonate grains of penoids and shell fragments and 20% - 30% calcite insilmple with some unccmcnted sands that may be thin beds in interval, well indurated. 5Y 811 - N8 36 lIS' 119.5 Medium Sandstone, calcite cemented sands of very fine to fine grain size of sub angular shape having 5% - 10% carbonate b'Tains of IpClloids and shell fragments and 30% calcite in sample with few isolated vugs ~ 0.1" throughout sample, very well indurated 5Y8Il TQtal Depth:119.5' bIs REASONABLE ;,SSURANCE REPORT FOR NORMANDY SHORES GOLF CLUB DRAIt,AGE iMPROVEMENTS Nutting Engineering Report on Arsenic Testing SEW/11252006-RAR.DOC - . NUTTING E ~ti'!m.2NM ENTAL Environ me ntal Property Assessme rJts Contamin<l1on Assessments ~ Rerrediaton Laboratory ServK:es+ IIIbniloring Wells WWN. n uttinge rg inee lS.com + info@ nU1:ingengineers.co m October 6, 2006 Arthur Hills/Steve Forrest & Associates Golf Course Architects 7351 West Bancroft Toledo, Ohio 43615 Attn: Mr. Ken Williams Re: Environmental Services Normandy Shores Golf Course 2401 Biarritz Drive Miami Beach, FL 33141 NEF#6561.1 Dear Mr. Williams: NUTTING ENVIRONMENTAL OF FLORIDA, INC. (NEF) has performed Environmental Services at the above mentioned property in accordance with your authorization. This letter completes NEF's services at the project as set forth in NEF's proposal. Installation of Double-Cased Monitoring Wells Between August 10 and August 24,2006 NEF personnel installed three deep monitoring wells designated as MW-4, MW- 5 and MW-6 as. a part of the scope of work of this investigation. Please refer to Figure 1 for the well locations Seventy Feet Deep MonitorinQ Wells (MW-4 and MW-5) For the installation of MW-4 and MW-5, a four inch PVC surface casing was installed utilizing mud rotary dr~ling techniques to a depth of forty feet BlS. The surface casing was grouted into place and allowed to cure. MW-4 and MW-5 were then installed to a depth of seventy feet BlS through the surface casing. This method of construction is intended to limit vertical migration of contaminants from the upper zone of the aquifer to the deeper screened portion of the well. MW-4 and MW-5 were constructed of schedule 40 PVC pipe, with a two inch diameter screen. Five foot iong well screen s (0.020 inch slot, ASTM thread) were installed at the sixty-five to seventy feet interval BlS. A filter pack (6/20 silica sand) was placed around each well screen from sixty-five to seventy feet BLS with grout to the surface. The wells were completed with an eight inch metal traffic cover and developed until clear water was observed, physical parameters staei)ized, and all traces of PVC shavings were removed. " " Hundre'cJ,,-~wenty Feet Deeo Monitorina Well (MW-6) For the installation of MW-6, a four inch PVC surface casing was installed utilizing mud rotary drilling techniques to a depth of forty feet BLS, The surface casing was grouted into place and allowed to cure. MW-6 was then lnstalled to a depth of hundred-twenty feet BLS through the surface casing. MW-6 was constructed of schedule 40 PVC pipe, with a two inch diameter screen. A five foot long well screen {0.020 inch slot, ASTM thread} was installed at the hundred-fifteen to hundred-twenty feet interval. A filter pack (6120 silica sand) was placed around the well screen from hundred-fifteen to hundred-twenty feet BLS with grout to the surface. The well was completed with an eight inch metal traffic cover and developed until clear water was observed, physical parameters stabilized, and all traces of PVC shavings were removed. Please see Appendix E for copies of well completion reports. 1310 Neptune Drive' Boynton Beach, FL 33426 Boynton Beach (561) 732-7200' Pompano Beach (954) 782-7200 . MiamilDade (305) 858-0981 . Fax (561) 737-9975 Performance of Soil Boring On August 14 and August 15, 2006 personnel performed one 120-feet soil boring (designated as SB-1) on the subject property. Re-development of Monitoring Wells Elevated heavy metal concentrations including arsenic are sometimes recorded in groundwater samples probably as a consequence of sediment in the groundwater sample (as a result of turbidity). During sample preservation, the sample is acidified. This acid can leach out naturally occurring heavy metals present in the sediment. Elevated heavy metal concentrations can be recorded as a result. The elevated concentrations are not necessarily representative of ambient groundwater conditions at the site. In an attempt to minimize the presence of sediment present in groundwater samples, at the time of groundwater sample collection, NEF personnel mobilized to the subject property for the redevelopment of the newly installed monitoring wells (MW-4 through MW-6) on August 30 and August 31, 2006. Groundwater Sampling Methodology Field operations for the collection of groundwater samples were conducted on September 8, 2006 by NEF personnel. Purging and sampling of MW-4 through MW-6 was conducted in general accordance with DEP-SOP-OO 101 using a peristaltic pump and virgin HOPE tubing. Groundwater samples collected from MW-4 through MW-6 were transported on ice to Jupiter Environmental Laboratories, Inc. for analysis per arsenic using the traditional method EPA Method 200.8, which uses Inductively Coupled Plasma Mass Spectroscopy (ICP-MS) and EPA Method 200,9, which uses Stabilized Temperature Platform Graphite Furnace Atomic Absorption (STP-GFAA). In addition the monitoring wells were sampled for total dissolved solids (TOS), One problem with the traditional method is that high levels of chloride may interfere with the analysis due to the formation of argon chloride (ArCl) in the plasma which has the same mass as arsenic (mass 75). Given that the subject property is located on the barrier island, chloride interference was evaluated by Jupiter Laboratories as part of a confirmatory sampling event of MW-1 through MW-3 for laboratory analysis for arsenic using the traditional method and the collision cell method, as documented in NEF's previous Environmental Services Report dated July 6, 2006. EPA Method 200.9 sacrifices detection limits (detection limit of arsenic using EPA Method 200.9 is 5 jJg/L compared to a detection limit of 0.5 Ilg/l with EPA Method 200.8) however Atomic Absorption eliminates the argon chloride interference reported with EPA Method 200.8. The analytical data is tabulated and compared to the Maximum Contaminant Level (MCL) listed in Chapter 62-550, FAC and Groundwater Cleanup Target Levels (GCTls) as set forth in Chapter 62-777, FAC below: ~ . NUlliNG II ~~~~2NMENTAL Summary of Groundwater Testing Results Results Stated in Parts Per Billion (IJQlll Compound MW-1 MW-2 MW-3 MCU (70' well) (70' well) /70' well) GCTL April 6, May 24, 2006 April 6, May 24. 2006 April 6. May 24, 2006 2006 2006 2006 Standard Standard I CCM Standard Standard I CCM Standard Standard T ceM Arsenic 64 45 -I 58 67 43 1 59 69 44 1 59 10 GCTLs: Groundwater Cleanup Target Levels established for chemical constituents in groundwater as defined in Section 24-' 1.1(2), Code of Miami-Dade COUrltv. MCLs: ; Maximum Contaminant Levels as defined in Chapter 62-550 FAC Summary of Groundwater Testing Results Results Stated in Parts Per Billion (IJQlLl BOl = Below Detection Limits Compound MW-4 MW.5 MW-6 MCU (70' double cased weill /70' double cased well) (120' double cased wern GCTL September 8. 2006 September 8. 2006 September 8. 2006 i::PA Method EPA Method EPA Method EPA Method EPA Method EPA Method 200.8 200.9 200.8 200.9 200.8 200.9 AIsenic 55 BDL 71 SOL 71 SOL 10 GCTLs: Groundwater Cleanup Target Levels established for chemical constituents in groundwater as defined in Section 24-11.1(2). Code of Miami-Dade COUrltv. . MCLs: : Maximum Contaminant Levels as defined in Chapter 62-550 FAC Summary of Groundwater Testing Results Results Stated in Parts Per Million (mQ!L) MW.1 MW-2 MW-3 MW-4 MW-5 MW-6 Compound September 8, 2006 June 29. 2006 June 29, 2006 June 29, 2006 September 8, 2006 September 8. 2006 Total Dissolved 32,000 33,000 32,000 31,000 34,000 31,000 Solids (TOS) Should you have any further questions or concerns, please do not hesitate to contact the undersigned at your convenience. ~--_.- /.:'I ~ C "- - ~ Bie rd G. lossi, P.E. ~ ....President Attachments: Site Map Laboratory analytical results Chain of Custody Form FDEP Sampling Log .. . NUTTING . 5~~LF!2NMENTAL :r ~ -.t" 'i.. Jupiter En\!ironmenl.1J Laboratories, Inc Jupitsr Environmental Laboratories. Inc. 150 S. Old Dixie Highway Jupiter. FL 33458 Phone: (561)575-0030 Fax; (561)575-4116 www.jupitertabs.com c1ien1servlceS@jupnertabs.com September 21. 2006 Jan Beemik Nutting Enviranmental 1310 Neptune Drive Boynton Beach, FL 33426 RE: LOG' Project 10: COC# 616771 Normandy Shores 28956 Dear Jan Beemik: Enclosed are the analytical results for sample(s) received by the laboratory on Monday, September 11. 2006. Results reported herein conform to the most current NELAC standards, where applicable. unless indicated by . In the body of Ihe report. The enclosed Chain of Custody is a component of this package and Should be retained with the package and incorporated therein. Results for all solid matrices are reported in dry weight unless otherwise noted. Results for all liquid matrices are reported as received in the laboratory unless otherwise noted. Samples are disposed of after 30 days of their receipt by the laboratory unless archiving is requested in wriling. The IabaratOf)' maintains the right to charge storaga fees for archived samples. Certain analyses are subcontracted to outside NELAC certified laboratories, please see the Footnotes section of this report for NELAC certification numbers of laboratories used. A Statement of Qualifiers is available upon request. If you have any questions conceming this report, please feel free to contact me. Sincerely. Ann McKewin for Kacia Baldwin kbaldwin@jupiterfabs.com Enclosures Report ID: 616771 9/2112006 Page 1 of 7 FDOH# E86546 CERTlFICA TE OF ANALYSIS This report shall not be reproduced, except in IuD, withoot the written consen1 of Jupiter Environmental Laboratories. Inc . [~a~71 Jupiter Envlronment,,1 Llhor~lori~, Inc Jupiter Environmental Laboratories. Inc. 150 S Ole! Dixie HiQhway Jupiter. FL 33458 Phone: (561)S75-{1030 Fax: (561)575-4118 SAMPLE ANAL YTE COUNT LOG# 616771 Project 10: Normandy Shores Anatytes Lab 10 Sample ID Method Reported 616771001 MW-4 EPA 160.1 616771001 MW-4 EPA 200.8 (Total) 616771002 MW.5 EPA 160.1 616771002 MW-5 EPA 200.8 (Total) 616771003 MW-6 EPA 160.1 616771003 MW-6 EPA 200.8 (Total) Report 10: 616771 9/21/2000 Page 2 of7 FDOH# E86546 CERTIFICATE OF ANALYSIS This report sheR not be reproduced, except In full. without the written consent of Jupiter Environmental Laboratone.. Inc. l~~;S; Jupiter Environrnent.,l Llhor~toriE'.~, fn<:. Jupiter Environmental Laboratories, Inc, 150 S Old Dixie Hignway Jupiter, FL 33458 Phone: (561)575-0030 Fex: (561)575-4118 SAMPLE SUMMARY LOG# 616771 Project 10: Normandy Shores Lab 10 Sample ID Matrix Dale Collected Date Received 616771001 MW.4 Aqueous Liquid 9181200600:00 9111/2006 15:35 616771002 MW-5 Aqueous Liquid 9/81200600:00 9/111200615:35 616771003 MW-6 Aqueous Liquid 9/812006 00:00 9/111200615:35 Report 10: 616771 912112006 Page 3 of7 FDOH# E86546 CERTIFICATE OF ANALYSIS This report shall not be reproduced, except in full, without the wrillen consent of Jup~er Environmental Laboratories, Inc.. l~I1t;;\ Jupiter Environmf!nl.lIlahoralorJ~, Inc. Jupiter Environmentallaboratorie., Inc. 150 $. Old Dixie Hlgnway Jupiter. Fl 33458 Phone: (561)575-0030 Fax: (561)57~118 ANALYTICAL RESUL T5 LOG# 616771 Project lD: Normandy Shores LablD: 616771001 Sample ID: MW-4 Date Received: 9/1112006 Matrix: Date Collected: 9/8/200600:00 Aqueous liquid Parameters Resu~s Units Report Limit MDL OF Prepared By Analyzed By Qual CAS T olal Dissolved Solids 31000 mg/L 1.0 09/15/06 ESC Arsenic 0.055 mg/L 0.00050 0.00016 1 09/12/06 ZS 09/12106 zs 7440-38-2 Analysis EPA 200.9 Arsenic Uugll 5.0 CL 09/15/06 CL Report 10: 616771 9/2112006 Page 4 of 7 FDOH# E86546 CERTIFICATE OF ANAL VSIS This report shall not be reproduced, except in fUij, withoul the written cons""l of Jupfter Environmental Laboratories, Inc.. l~t\ Jupiter Envlronmf!nlallahoratorirs, In(. Jupiter Environmental Laboratories, Inc. 150 $. Oid Dixie Highway Jupiter. FL 33458 Phone: (S61)575-OO30 Fax: (561)575-4118 ANALYTICAL RESUL T5 LOG# 616771 Project 10: Normandy Shores LablD: Sample 10: 616771002 MW.5 Dale Received: 9/11/2006 Mallix: Date Collecled: 9/8/2006 00:00 Aqueous Uquid Parameters Results Units Report Limit MOL DF Prepared By Analyzed By Qual CAS Analysis Dese: TDS By l';PA 160.1 [REF] . .' .,; Allaly!ICal MethOd: SP.A 160.1" '.. :(I('J) :'''.' .. . ~'.. . ..0._ ....' '.' '. :, ' :' ' --.... ,- -.....".. ...."".."....,--,.. Total Dissolved Solids 34000 mgIL 1.0 Arsenic 0,071 mgIL U ugll 0.00050 0.00016 1 09112106 ZS 09112106 ZS 7440-38-2 Analysis EPA 200.9 5.0 09115/06 Cl 09115106 CL Report ID: 616771 9/2112006 Page 5 of7 FOOH# E86546 CERTIFICATE OF ANALYSIS This report shall not be reproduced. except in fuJI, wfthoutlhe written consent of Jupiter Environmental Laboratones, tnc.. ~!...~~..:~.:." ..\~~~,~....~\~ ,.net;tc. Jupiter Environment,ll Llhoratories, loc. Jupiter Environmental LaboratoMes, Inc '50 S Old Dixie Highway Jupiter, FL 33458 Phone: (561)575-0030 Fax: (561)575-4118 ANAL YTICAL RESULTS LOG# 616771 Project ID: Normandy Shores Lab ID; 616771003 Sample 10; MW~ Date Received: 9/11/2006 MatJix: Date CoRected: 9/812006 00:00 Aqueous Liquid Parameters Results Units Report Limit MDL OF Prepared By Analyzed By Qual CAS ;f\ij~iY$~:besp::. . . ()IfI:::"'.' "',-;',.c;-,.,:;'.;<'.",." ,..'...., __...,._.....,_.._... Total Dissolved Solids )~O.i11f{~fr . 31000 mglL 1,0 09/15/06 ESC An~I~I~~.p~Fr€~~~PR;~:~~)~i~(Vv) ... Arsenic AOall1!c,~jM~!h~i~Rfi:~tiQ:4'(t~~jj. . . 0,071 mglL 0.00050 0.00016 1 09112106 zs 09/12106 ZS 7440-38-2 Analysis EPA 200,9 U ug'l 5.0 09115/06 CL 0915/06 CL Report ID: 616771 9/2112006 Page 6 of 7 FDOH# E86546 CERTIFICATE OF ANALYSIS This report shall not be reproduced, except In full. without th<o writ'",n consent of Jupiter Environmental LaborstMes. Inc. '':>hieIa!~''';( "'C{~:C"~" ,'-> 'I~ ... '_':0. Jupiter Envitf.lnll'\t'nl,,1 L.,horMorip'5, loc ANALYTICAL RESUL T8 QUALIFIERS LOG# 616771 Project 10: Narmandy Shores Jup~er EnII~onmental Laboratories, Inc. 150 S. Old Dilde Highway Jupiter, FL 33458 Phone: (561)575-0030 Fax: (56t)575-4118 PARAMETER QUALIFIERS 616771 SUBCONTRACTOR NELAC CERTIFICATION Ese = E87487 Report ID: 616771 9121/2006 DRAFT FDOH# E86546 CERTIFICA TE OF ANAL YSI8 This report shall not be reproduced, except in full, without the written consent of Jup~er En_ironmental Laboratories, Inc. '!'fne:"-~:" .'<Ia;}~:C~'~~-'" ~.. . ~ .'_ , . a Page7of7 't, i ~ ~ t. ~ , ~ :::t: '**' '**' Cl 0 <I> i 0 '0 ~ ...J 0.: ::J ., -.i 0 ~ u.i I t -; 1 l ! , ) r l., }.J,~' .r :.'1 ~ ~~ ~7~:'-: 'E o (.) (1) a: .~ "C o ..... rn :;, o ;';;"."""" ~~ ~ .~~(.,.' ~. ,,~ ..... ., "'~';'';''.f"';!Jit ~ir..::: '~11! t' ~: ..,~, It / ;:;"" i'='* I ' il~ \, h\. :,~~j -\ L..,. \. ~rr ~ C,:'0~, \ ' '.. \ \; ~ \; ! ~~ I~ ~!-.. ~I~ l ~ ~ -. ',," ~ AdO~ IN3110 .F. (fj .... c: Q) E E o () ~ fI 8 5'~ IX.Y>( () 'oo.e/'JlfV)S.lf/ X.X X />\ 'OOl- (){fVb/tI'><Kk .... o c "co C/).~ .c O)'--s o * l J~ 01< ~N .... j ~. ~~3~"\ ~ 'i; I 'J" ,0. ~ '>l ....' ctS ~., N ~ ~ ~ ~-.~~ ~ . ~ ~ E {,~ ~ >~:'~ ~ ~ ~ ~ ~ ~ ~~ ;- ~. 'i: ~) ~'~)~' ~ ~ \\I~"..,~ ..... C . ~ .:! ...... ...., W <::::)-....l'-"'.~....' ~ """ .~ . ; ~I\'{\ J'''' ~."' ~. ~ ~ '--..... !'-'iii s~ l! ~ Cl .-....~ , .....~ [ ~ '" ~ ~ 1i G> ! ~ E -0 ~ E 8'e E E E J 8 ~ G b1l ~ Q.~ b!l~ ( (~ ~ 1- 0) +-I a. :J ;~-~.- ']J ~; : .Cf " ' ~ .~ ""- '" ~'{)~ !~ i \ I.':~ ~ .,~ ~ ~ . ~):..... ~~ "'-'-.) u ~<?~ ~o'\ '0::1: Ql:' "I -~c>c5I i 8 ':J z"2.~u U g- \ IJ:ZI '5. ~ \' ~ -i:cDoow a. <Il ~ .e Ql "0 '5 0> ,~ Ci .....Ql 8.~1 I 11 -j ~ Cl:t ..c C') fu ~ 41 '~I~fi5;3 0 _N -+ ~ I ~ 1e ~ _r-I ill., It. U .~ ~ {i; O(l) if-. Cii ~ ~~ 8"1 I :r,,,p ~ ;fcl.j.:~.'j. f~i ..'.....,,;. ~: ,~ ;\s'- _.~ .1 i'P. ' l'Irt'Ei.' '1: . ~ ~. ~ . ~~ >: 'G 8. CJ) Ji !Ii ~ j ~..e,. 'S -g .! . CJ)cn(5 . ~ujo c: 41 ~L.. Q; Q)Gl..._ cn~.:!~ ~s~:> ~-g;ll ;g~~15 cn~~~ ,.I,~ ...- C\J (\'). ~. LO, (D 1'-. to 0>1 ,....... "--. 'J.. '- '-.'J K ~~. ,\'-. '"' '.-' .5- J !,/'!) ~, J /--", '-Q I..Cl 0'\ 00 N '**' (j d ci E o (,) ~ (II ;;: !!! 'a j u f8@ .5'<t1ll ui~ ~ .~ ..J ~ o U. ell .., ...... fA f!!!'C 0- QI .c n.._ ,5';13 :>;. mlllClQ 'C;I:..... 1Il.c..... E DI '<t :;::11, c:...,... 2Clll() ~:g~ weco .. "C e !!! i5 :; tiou. ::JI() ..,...... o g o . III ,... III ~ ..... (0 !2. DEP-SOP-001/0 1 FS 2200 Groundwater Sampling Fonn FD 9000-24 GROUNDWATER SAMPLING LOG SITE NAME: Normandy Shores Golf Course WEll. NO: MW-4 I SITE LOCATION: 5401 3iarritz Drive. Miami Beach I SAMPLE ID: MW-4! DATE: 9/8106 PURGING DATA WEll TUBING WEll SCREEN INTERVAL STATIC DEPTH I PURGE PUMP TYPE DIAMETER (inches):2 DIAMETER (inches). 1/4 DEPTH: 53.0 to 68.0 ft. TO WATER (feet) : 3.22 OR BAILER: Peristal~c Pump WELL VOLUME PURGE: 1 WELL VOLUME = (TOTAL WEll DEPTH STATIC DEPTH TO WATER) X WELL CAPACITY Only fill out if applicable) 68.0 - 3.22 x .16 = 10.3648 EQUJI>MENT VOLUME PURGE: 1 EQUIPMENT VOL. = PUMP VOLUME. (TUBING CAPACITY X TUBING LENGTH) . FLOW CELL VOLUME (Only fill out if applicable) 006 . 0026 X 67.12 = ,."'tt/':L INITIAL PUMP OR TUBING I FINAL PUMP OR TUBING I PURGING I PURGING I TOTAL VOLUME DEPTH IN WELL (feet): 54 DEPTH IN WELL (feet): 54 INITIATED AT: 910 ENDED AT: 1056 PURGED (gallons) 26.5 CUMUL. VOLUM DEPTH Ph CONDo DISSOLVED TIME VOLUME E PURGE TO (Stand TEMP. (!Ifll~os/cm OXYGEN TURBIDITY COLOR ODOR PURGED PURGE RATE WATER ard (oC) (circle mglL or (NTUs) (Describe) (Describe) (gaDons) D (gpm) (Feet) units) or "Slcm) % Saturation} (Gallon) 1050 25 25.0 .25 2.72 8.Q7 25.9 49.08 51.7 .80 CLEAR NONE 1052 .5 25.5 .25 2.72 8.0B 25.88 49.07 50.9 1.01 CLEAR NONE 1054 .5 26.0 .25 2.72 8.07 25.84 49.04 51.1 .93 CLEAR NONE 1056 .5 26.5 .25 2.72 ' 8.07 25.85 49.03 51.1 .87 CLEAR NONE WELL CAPACITY (Gallons Per Foot): 0.75"" 0.02; 1" = 0.04; 1.25" = 0.06; 2"" 0.16; 3" = 0.37: 4" " 0.65; 5" = 1.021.; 6"" 1.47; 12" = 5.8S TUBING INSIDE DIA. CAPACITY (Gal./Ft.): lIS"" 0.0006; 3116" = 0.0014; 114" = 0.0026; 6116"" 0.004; 318" = 0.006; 112"" 0.010; 518" = 0.016 SAMPLING DATA /'? SAMPLED BY (PRINT) I AFFtUATION: RORY THOMAS I~~ SAMPliNG I SAMPLING ENDED: 1059 ENVIRONMENTAl SPECiAliST INITIATED At 1057 PUMP OR TUBING SAMPLE PUMP v TUBING DEPTH IN WELL (feet): 54 FLOW RATE (ML per mlnute):.10 MATERIAL CODE: PE FIELO-FIL TERED: Y (N) FILTER SIZE: ---ilm FIELD DECONTAMINATION :( Y) N Filtration Equipment Type: DUPLICATE: y ti SAMPLE CONTAINER SAMPLE PRESERVATION SPECIFICATION INTENDED ANALYSIS SAMPLING SAMPLE 10 II MATERiAl PRESERVATNE TOTAL VOL FINAL AND/OR METHOD EQUIPMENT CONTAINER VOLUME CODE CODE S CODE USED ADDED IN FIELD (Ml) pH MW-4 1 PE 125ML HN03 ARSENIC 200.8 APP MW-4 1 PE 250ML HN03 ARSENIC 200.9 APP MtN-4 1 PE 250ML TD~ A-P~ Remaiks; TDS gll @sampletime 3137 MATERIAL CODES: AG - Amber Glass; CG = Clear Glass; PE = Polyethylene; PP . Polypropylene; S = Silicone; T" Teflon; 0 = Other (Specify) SAMPLING/PURGING APP - After Peristaltic Pump; B " Bailer; SP = Bladder Pump; ESP " Electric Submersible PuIT1Jl; PP " Peristaltic Pump EQUIPMENT CODES: RFPP " Reverse Flow Peristaltic Pump; SM " straw Method (TUbing Gravity Drain): VT = Vacuum Trap; o " Other (Specify) NOTES: 1. The above do not constitute all of the infonnatlon required by Chapter 62-160, FA.C. 2. STABILIZATION CRITERIA FOR RANGE OF VARIATION OF LAST THREE CONSECUTIVE READINGS (SEE FS 2212. SECTION 3) pH: :!: 0.2 units Temperature: ! 0.2 .C SpeCific Conductance: :!: 5% Dissolved Oxygen: all readings 5. 20% saturation (see Table FS 22()()"2); optionally,:!: 0.2 mglL or:!: 10% (whiChever is greater) TUrbidity: all readings 5. 20 NTU; optionally! 5 NTU or.:!:. 10% (whichever is greater) DEP-SOP-001/01 FS 2200 Groundwater Sampling Form FD 9000-24 GROUNDWATER SAMPLING LOG SITE NAME: NORMANDY SHORES GOLF COURSE WELL NO: MW-5 SAMPLE 10: MW.5 SITE LOCATION: 5401 BIARRITZ DRIVE, MIAMI BEACH DATE: 9/8/06 PURGING DATA WELL TUBING DIAMETER (inches):2 DIAMETER (Incl1es): 1/4 WELL VOLUME PURGE: 1 WELL VOLUME'" (TOTAL WELL DEPTH Only fill aut it applicable) 69.57 - 2.92 x .16 '" 10.664 EQUIPMENT VOLUME PURGE; 1 EQUIPMENT VOL. '" PUMP VOLUME + (TUBING CAPACITY (Only fiB oulif applicable) .006 ... .0026 X 67 + .12 ".6962 WELL SCREEN INTERVAL STATIC DEPTH DEPTH: 64.57 to 69.57 It. TO WATER (feet): 2.92 - STATIC DEPTH TO WATER) X \NELL CAPACITY PURGE PUMP TYPE OR BAILER Peristaltic Pump x TUBING LENGTH) + FLOW CELL VOLUME INITIAL PUMP OR TUBING I FINAL PUMP OR TUBING I PURGING I PURGING I TOTAL VOLUME DEPTH IN WELL (feet): 65 DEPTH IN WELL (teet): 65 INITIATED AT: 1600 ENDED AT: 1842 PURGED (galons) 21.5 CUMUl. PURGED VOLUM DEPTH Ph CONO. DISSOLVED TIME E PURGE TO (Stand TEMP. (,.mhos/em OXYGEN TURBIDITY COLOR ODOR VOLUME PURGE RATE WATER ard ("C) (circle mg/L or (NTUs) (Describe) (Descnbe) (gallons) 0 (gplT1) (Feet) units) crJlSJcm) % Saturation) (Gallon) 1B36 20.0 20.0 25 t 3.26 7.74 25.82 52.97 75.8 .80 CLEAR NONE 1B38 5 20.5 .25 3.26 7.74 25.82 52.98 74.3 .93 CLEAR NONE 1840 .5 21.0 .25 3.26 7.73 25.81 52.97 71.3 .66 CLEAR NONE 1842 .5 21.5 .25 3.26 7.73 25:81 52.97 70.2 .56 CLEAR NONE WELL CAPACITY (Gallons Per Fool): 0.75" = 0.02; 1" = 0.04; 1.25" = 0.06; 2" = 0.16; 3" = 0.37; 4" '" 0.65; 5" '" 1.021.; 6" = 1.47; 12" = 5.66 TUBING INSiDe D1A. CAPACITY (GallFl): 1/8" '" 0.0006; 3/16" = 0.0014; 1/4" '" 0.0026: 5116" '" 0.004; 3/8" = 0.006; 112" = 0.010; 5/8" = 0.016 SAMPLED BY (PRINT) I AFFILIATION: RORY THOMAS ENVIRONMENTAL SPECIAliST SAMPLING ENDED: 1845 PUMP OR TUBING DEPTH IN WELL (feel): 65 FIELD DECONTAMINATION :( Y) N SAMPLE CONTAINER SPECIFICATION t CONTAINER S SAMPLING INITIATED A t 1643 SAMPLE PUMP TUBING FLOW RATE (ML per minute):. 0 MATERIAL CODE: PE FIELD-FILTERED: Y (N) FILTER SIZE: --I'm Filtration Equipment Type: DUPLICATE: Y !i SAMPLE PRESERVATION SAMPLE ID CODE MATERIAL COOE VOLUME PRESERVATIVE TOTAL VOL USED ODED IN FIELD (ML FINAL pH INTENDED ANALYSIS ANDIOR METHOD SAMPLING EQUIPMENT CODE MW-5 PE 250ML HN03 ARSENIC 200.8 APP MW-5 PE 250ML HN03 ARSENIC 200.9 APP MW-5 PE 250ML TOS APP MATERIAL CODES: AG '" Amber Glass; CG '" Clear Glass; PE = Polyethyiene; PP = Polypropylene; S'" Silicone; r '" Teflon; 0" Other (Specify) SAMPLING/PURGING APP " Aller Peristaltic Pump; a = Bailer; BP '" Bladder Pump; ESP'" Electric Submersible Pump: PP " Peristaltic Pump EQUIPMENT CODES; RFPP '" Reverse Flow Peri$taltic Pump; 8M'" Straw Method (Tubing Gra_ity Drain); VT = Vacuum Trap; 0 '" Other (Specify) NOTES: 1. The above do not constitute all of the infonnation required by Chapter 62.160, F.A.C. 2. STABiliZATION CRITERIA FOR RANGE Of VARIATION Of LAST THREE CONSECUTIVE READINGS (SEE FS 2212, SECTION 3) pH: :!: 0.2 units Temperature:.:!: 0.2 Oc Specific Conductance: .:!: 5% Dissolved Oxygen: all readings ~ 20% saturation (see Table FS 2200-2); optionally.! 0.2 mg/L or.:!: 10% (whichever is greater) Turbidity: all readings ~ 20 NTU; optionally:t 5 NTU or:t 10% (whichever is greater) DEP-SOP-OO 1/0 1 FS 2200 Groundwater Sampling Form FD 9000-24 GROUNDWATER SAMPLING LOG SITE NAME: Normandy Shores Golf Caurse WELL NO: MW-B I SITE lOCATION: 5401 Biarritz Drive, Miami Beach I SAMPLE ID: MW-6 I DATE: 9/8106 PURGING DATA WELL TUBING WEll SCREEN INTERVAL STATIC DEPTH I PURGE PUMP TYPE DIAMETER (inChes):2 DIAMETER (inches): 1/4 DEPTH: Appox. 115.0 to 120 TO WATER (feet) : 2.58 OR BAILER: Perislaltk: Pump ft. WELL VOLUME PURGE: t WELL VOLUME = (TOTAL \NELL DEPTH - STATIC DEPTH TO WATER) X \NElL CAPACITY Only fill aut il appli:able) 120.0- 2.58 x.16=18.7872 EQUIPMENT VOLUME PURGE: 1 EQUIPMENT VOL. = PUMP VOLUME + (TUBING CAPACITY X TUBING LENGTH) + FLOW CELL VOLUME (Only fill out if applicable) .006 + .0026 X 120 + .12" 1.152 INITIAL PUMP OR TUBING I FINAL PUMP OR TUBING I PURGING I PURGING I TOTAL VOLUME DEPTH IN WELL (feel): 116 DEPTH IN WELL (feet): 116 i INITIATED AT: 1110 ENDED AT: 1336 PURGED (gallons) 31.5 CUMUL. VOLUM DEPTH Ph COND DISSOLVED TIME VOLUME E PURGE TO (Stand TEMP. (!tIMos/em OXYGEN TURBIDITY COLOR ODOR PURGED PURGE RATE WATER ard fC) (circle mg/l 01 (NTUs) (Describe) (Describe) (gallons) 0 (gpm) (Feet) units) at ~Slcml % Saturation) (Gallon) 1330 30.0 30.0 .25 3.35 7.63 25.42 51.22 122.2 1.44 CLEAR NONE 1332 .5 30.5 .25 3.35 7.63 25.42 51.21 126.8 1.04 CLEAR NONE 1334 ,5 31.0 .25 3.35 7.63 25.42 51.34 127,7 1.12 CLEAR NONE 1336 .5 31.5 .25 3.35 7,63 25.43 51.34 128,6 1.04 CLEAR NONE WELL CAPACITY (GaUons Per Foot): 0.15"" 0.02; 1" = 0.04; 1.25" = 0,06; 2" = 0.16; 3" = 0.37; 4" " 0.65; 5" = 1.021.; 6" = 1.47; 12" = 5.88 TUBING INSIDE DIA. CAPACITY (GaI./Fl.): 118" = 0.0006; 3116"" 0.0014; 114" = 0.0026; 5/16" = 0.004; 3/S" = 0,006; 1/2" "0.010; 5IS" = 0.016 SAMPLING DATA ....-? - -. I SAMPLED BY (PRINl) I AFFILIATION: RORY THOMAS ~ SAMPLING I SAMPLING ENDED: 1339 ENVIRONMENTAL SPECIALIST ~fU~ES: I INITIATED At 1337 PUMP OR TUBING SAMPLE PUMP v ( TUBING DEPTH IN WELL (feet): 116 FLOW RATE (ML per minute):.l 0 MATERIAL CODE: PE FIELD-FILTERED: Y (N) FILTER SIZE: ---pm FIELD DECONTAMINATION:( Y) N Filtration Equipment Type: DUPLICATE: Y I:i SAMPLE CONT.Il,INER SAMPLE PRESERVATION SPECIFICATION INTENDED ANAL YSIS SAMPLING SAMPLE ID # MATERIAL PRESERVATIVE TOTAL VOL FINAL AND/OR METHOD EQUIPMENT CODE CONTAINER CODE VOLUME USED ~DDED IN FIELD (ML) pH CODE S W'J-6 1 PE 125ML HN03 ARSENIC 200,8 APP W'J-6 1 PE 250ML HN03 ARSENIC 200,9 APP W'J-6 1 PE 250ML TOS APP Remarks: TDS gI1 @ sample time 33.10 g/l rIA TERIAL CODES: AG ., Amber Glass; CG " Clear Glass; PE = Polyethylene; PP = Polypropylene; S = Silicone; T = Teflon; 0 ., Other (Specify) SAMPLlNGIPURGING APP " After Peristaltic Pump; B = Bailer, BP = Bladder Pump; ESP = Electric Submers!ble Pump; PP .. Peristaltic Pump EQUIPMENT CODES: RFPP = Reverse Flow Peristaltic Pump; 8M = Straw Method (Tubing Gravity Drain); VT " Vacuum Trap: o " Other (SpeCify) NOTES: 1. The above do not constitute all of the information required by Chapter 62.160, FAC. 2. STABILIZATION CRITERIA FOR RANGE OF VARIATION OF LAST THREE CONSECUTIVE READINGS (SEE FS 2212 seCTION 3) pH: ~ 0.2 units Temperature:.:!: 0.2 .C Specific Conductance: :!: 5% DIssolved Oxygen: all readings ~ 20% saturation (see Table FS 2200-2); optionally,:!: 0.2 mglL or:!: 10% (whichever is greater) TUrbidity: all readings~ 20 NTU; optionally:!: 5 NTU or.:!: 10% (whichever is greater) , ".-. rt~ n.~ D.:a.."\Q; \\c.~ ' ~';.K.)J(tJD t----I "J)}fc s.:.u... Slltll"l'C: I<'igurl' I)roj t'ct: Localion: .lob No: . orcs Golf Coursc NOrln,lIIdy :h FII;rida Miami Rl'a~h, General Location URS --''-! ~' - .._~,;.~-_.;-: ~ ~,~-~ Ii.' ~ti; ij~... . \~~I-.Jjl :.';....: ..... i. .... .i' "'_:'i.'~"',",, n'~'~\i; : ; ":~t'~~m';~:,. '.-j. ..... .',', +- :'.-~ ~ ~Il I~ -d '" jl~ :"_'~~"I~ " ~/! ~ ~.t ~" -- '-' 1/ ." ~~ go j;;; ......, J I-I 'I~l )- o . ::1. e. -0 o o o ...... $ (') ... <': ..... S ~ :::; 0- ~~ ::: r: 'J', ..... ::.z-o g .... So r:,; 2: [ n" o n ~ I I L___ REASONABLE ASSURANCE REPORT FOR NORMANDY SHORES GOLF CLU8 DF,AiN!\GE IMPROVEMENTS Letter to SFWMD Demonstrating Saltwater Already in Pond SEW!I i262006-RAR.OOC 'JO i ~ ~?""V '/Id1;.30lon HO:.llJ (;,\in~s',:il;';. FL 2..?:;G8..::~2R 9.0 Bu;.: 1,17Q(/) (~{~;:1(:'5'/i!ie. fL :12614.7Q09 Tel 352.335.7991 F~x 352.335.2959 December 20, 2005 Mr. Chac] Bn:ka Hydrogcologist, Water Use Division, South .Florida \Valer Man;lgtll1Cf11 District 3301 Gun Club Road, West Palm Beach, FL - 33406 Sll~iecr: Response to RAI letter ["or Normandy Shores Golf Course Water Use Permit (WUP) application N 051108-J:2 Dear ]\Ilr. Brcka. This is in response to the RAI Jellcr (duted: December 8,2(05) sent for the Water Use Permit (WUP) application for the Normandy Shores Golf COLlrse. Bascd on YOllr comment abmll ublaining chloridc concentration from the lake, we contaclCu the Golf Course Architect who made available to us the result of chloride sampling of the lake Gl1Tied out in May, 2005. Please see the attached table for the chloride results. The chlOlide concentration in the lake Was 21.800 ppm. As a result the Ic.lke water is c lassi ricd ~IS sea water, per Section 1.8 of the Walt.:r Use Basis of Rcview (WU B.O.R). According to Section 3.2 of WU 8.0.R., a project utilizing seawater is not required to oblain a WUP. Based on the chloride conccntn.lllon of the lake, the sources of irrigation for this project is sell water apart from the llSt: or city waler, currently being used as a source of irrigation. Therefore, this project will nOI require a WUP. Please accept this ~IS a !ctter to withdraw thc elllTeDt WUP application for Normandy Shores Golr Course. ShuulJ yuull<lvC questiulIs or COfllllll:':ll[S n;garding this applic(ltion, [)ieasl: do flOt hcsi lule [0 conWct us. Sincerely, /...........\ ~ ~-./- ,- /. -. ~ ---;f'_.'/.' -.... .- " t.::'~ /'. ..::..,-.---"- ~ './,:,:~:L!.:......>~:>/ ~. L.." , ." :Vlil'..:hell L. G~'jrfir~, P.E: CH2iV! HILL 301! :'lW Williston Roue!' Caine:,\';: ic FL-.32G03 Phone: (J52) 335-7991 (x 24(3) t<1.\: (52) 27 J -4906 NUI<.:vl;\NDY SI !Ul\l::) CiULlo CLU1:; SOIL_ &. WXIT.R TLST 8:: TURFGRASS SEU=CTlO:-! VISIT fU.J)()l\T ~,'lR. STEVe rORREST :VlR. KEN WfLLf:\\iS - 6 - 1.. Please Roto-Til! 8:. Thoroughly Blend The Above Prc-PL:nt Fc:niliz.cr &:. Sojl l\mcndrncIll Rcco:TIi"ncndations into the Top 4-6 Inches of the Top501l U:;ed On The L\inv;lYs &:. Roughs Immediately hioi" To GI'~lssjng, No ?v1oi"c Th~:n 72- Hours Prior To GrJssing. 1.. 61_~;1'''1'''' ~\:()~;.... \\.r,~ '\':\1 .),........\..~l-IC ~..n._~)t"r"'-r ft:"'.~:I~.)."...r "r"\Ql ".~l r''!'''"'I'"'\c."l'lr..-.c--pt p-"'):('\n"n"li.~nd,,'il('n'" _..-- 11......1.)1... ~ :'1.:::. ...... ,"II 1t\J-'l t. lJI..... 1 lUll" 1\,..1 \.1 I/~...... Lol: . _,V~I u.::/.....~;"- 1;1.........~ ~_-..J;,.I........ '~...'-\I~J..;:. to the team for the greens ~md [ec~; greensmi x/soi IS once ~t unc- (1) gal Ion soi I S;lfn p lc: i:; submitted to Ollr office front the golf course superintendent or contractor for Nutrien[ Soil Tesli ng pUI1)oses. IRRIGATION WATER SUITABILlTY TEST RESULTS: 1. Irrigation Water SLlmplcs were taken from the City of Miami Beach Domestic Potable Wdte!" and from the existing lake on number 2. Both water samples were submitted to CLC Laboratories in Wcstcrville, Ohio for a Complete liTigation Water Quality Suitability Test. L IL.isouJundcrSlandingJ!JPLlhc lake on Ill,lmber 2 will Qcenlargedint()arl.Jrrigation Storage Lake that will be inner-connected with all of the other on-site lakes for the nc\>./ly renovated golf course. :/- The Inigi.\tion Water Quality SuitabiliLy Tesl Results are as follows: ---- Normal Levels City Water Number 2- Lake - -- pH 16.5 8.8 7.2 Electrical Conductivity (EC) .25-.75 dS/rn 0.35 dS/m dS/m Sodium Absorption Ratio (SAR) 3-7 2.55 148.5 Calcium (Ca) __...i.O- 120 p~_ 17 ppm 428 ppm Magnesium (fl/Ig) _6-24 ppm ---1 4 ppm . 11,230 ppm Potassium (K) 0-5-10 pplll 0.Erm __ 337 ppm I Sodium (01a) ---..---- 0-50 rpm 1_45 e.~11 -110,000 ppm ! Iron (Fe) 2-5 ppm r 0.10 0.01 ppm I I Carbonate (C03) _._] 0-120 J~PIT~1 0 ppm 0 pp~l I H3icarbon,lte (HC03) 1120-180 ppm 155.5 ppm 214.7 pDm .~ Chloride (~I) .. I 177-:'55 ppm I 60 ppm ---- 21,800 [pm Sulfates (S04) I0-414ppm 115ppm 2,700 ppm .......:..-..-- ., ,---..-.,. Total Di:~~~lved Solids (Tl~~) ',- <SOD Epm______l}.24 epm f30.0S0_EP!ll i BoroI1J~.L.___~.. .J.9}~~~'.9.J)f~_~__...lo 10 pplll [410 ppm , I :\Lln~ai1eSc (\'In) .__~_,_J 0.5-2prr,I2...___J 0.0 1 Pp~_lJ~.O I pprn J .!- The Ci[y \V~I[Ct. and Number 2- InigatiDn LIke \Valer should he blended togtthtr by e\p!~rilrlcnting how much of ihis bkndccl ',vat.::]' c~m be LOlcri;[cd by thc SCL:;hor;~ f':lS[Jidurn Tml-_ e.g, 1'01 lip to two ViCCKS :!l ~\ tlllle. Then [he soiis shcwld Ix: f1u~'ih(;d (9 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gav PROCUREMENT Division Tel: 305-673-7490, Fax: 305-673-7851 INVITATION TO BID (ITB) NO. 21-06/07 ADDENDUM NO.4 February 9, 2007 FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS is amended as follows: I. The bid due date has changed from February 13 to February 15,2007 at 3:00 pm. II. Attached to this Addendum are the following 2 new drawings: 1) New Stand Pipe Detail 2) Modifications to Well Head Details III. Clarifications: After further review of the exemptions of the Wage Determinations for this project, it has been determined that this project falls within the exemptions stated on item (e) found on page 139 which reads: "This Project is not federally funded. City of Miami Beach Ordinance No, 94-2960 provides that in all non-federally funded construction contracts in excess of one million dollars to which the City of Miami Beach is a party, the rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by any contractor or subcontractor on the work covered by the contract, shall not be less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work, as established by the Federal Register, in the City of Miami Beach, Florida. The provisions of this Ordinance shall not apply to the following projects: a. water, except water treatment facilities and lift stations; b. sewer, except sewage treatment facilities and lift stations; c. storm drainage; d. road construction, except bridges or structures requiring pilings; and e. beautification proiects. which may include resurfacing new curbs, gutters, pavers, sidewalks. landscapina. new lighting, bus shelters, bus benches and signage." This project does not reauire prevailina waae rates; please disregard pages 139-145 ofthe bid document. VV'f~ ors cornrnitled 10 excel/em! service one! sufery to o/i who live, work, Gnd pioy' in our vibrant, histonc cO.l1ilTluni!'y' Bidders are required to acknowledge this Addendum on ITB document Page 158, "Acknowledgement of Addenda", or the proposal may be considered non-responsive. CITY OF MIAMI BEACH (~ Gus Lopez, CPPO Procurement Director rm F :\PURC\$ALL \Roman\bids\07\ITB-21-06-07\itb-21-06-07 A4.doc VVe Qre carnmiffed to providing e>;cel/en! ,Dubfic service one! sofety' to o/! vvho hIve: l,'\Iork, ond in our vibrant, historic cornmuni(y' I I I Z I I 0 I .., ~ 3 i , -. Q) Q) ::l 3 c.. '< OJ (J) CD ::J'" Q) 0 (") .., ::J'" CD CJ) 11 G) - 0 0 .., - -. -+t c.. Q) () - C 0- () >- ;::. ::7 c: ~ :. ::; ~ = r~~ ;}::;;~ ....g." J~;-; B61 ti ~=l ~a~ $ ~ ~ P- I >- ~ (') ,s' ~ V> /.,V~'~g: n "'i.' ',.11 ' Wlllo d i ~,,~ Z ill ' 8"'''' . I ;j~~ ,I 10 ~ ci N :1 .I~r ~~ I II 'f, ." I ir- r 'j I ~ ~ :I: ,I 18~ _ II I ~t r- 'i ! N_ r- 'I Ii .............::::::::::::.:::::::: z o (JJ () )> rl m, z o (JJ ~ r m -0 ~ z N ~~~ [;~~~ ~1~ ~~~~ c~~ i3-<~ffi ~~5 ~~~PJ ~~ ~~~~ ~~ ~~~~ ~:; ~~~~ ~~ .9~~ ~~ d~m '" (~;) , ~J ( ~ c (JJ m () -i o Z T ~ 1 It~l-=- ;; ~ ~ . ~ ~ ~ i m ~t ~!~ ~!~ 'm ~ ,. " ~ ~! ~~ ~ ~~ 3{~~ ~ .// ~ \. o7,v. , \ ~'!O ~ Z , 0 >-< -< ~~ ~ j-~ ?'Gl ~<:; Gl-< <m 0;:: 'c (j) -< '" m " :ll m () Cii m r -< ~ ~~ ~ ~ (J) r-+- Q) :J ~c. 2-0 Q) -. -<"'0 _00 CD ~o ~CD r-+- Q) ~ 1 q Q -. - I I H ;~ ~~ ~g~ z~z ~(I)fn O~~ ~ (/) - -- co ...f--I Q) o "'C co Q) I f'-... o o =N Q)- ~i: 02 ...f--I-a5 (/)LL c o +:i CO U "'C o ~ C'? 06 N en ...J ...J W S z o i= <( () u:: o o :2 o <( W I ...J ...J W S ...J ...J W S z o i= (3 u:: o o :2 o <( W I ...J ...J W S G~ w~~ ~I:: ~<fcf , , I -'I -', W, 31' E1 0 ~I ~ i fl ~ W II (/J " III L5 \. "I &, ~" ~~\~-I- ~f' ~ a::: N l- "\ <" ''''~\. T' '. " > ,,/~, --.-. :! I 'J ,0 M=k' I (' - 1--1 g 'r, ! <c c;)i5 II; I ,! ~~ II! + if",I ! ' (/J (/J ~ () ,/ -' w "- '" <i i i ,j ~--~r-~ ~ ~ o >- < co o <n <U o .~ < ~ -g l (-;) ~ ~~; '-'"~ &~~ !VU ~8:: ~~) ~ & 5 ~ .c ..... <: o -' -' W..J $< WI- WW (/)0 ...I ~ C'l ..J ~~ - ~8 J: ~~ I rr ;; w ' , ::: t: ~ a: ~ ' N elO ~ Z~9~ a:!!!o ~~~ U~~ffi .2 "'"' -c '" 0 ~t5 "'''' <:Jc c "'0 cu :"", Q.Q) 0" "'" z-= If ~ ~I 2~ E ::l " o >> '" co '" ~ , -' W I I , I I i i Co 1 -I--i I Co ..Q ::J U '+- o CD en Q) ..c '- u o co ..c Q) C/)(() ~ -- "0 E c co co ._ E ~ '- o Z -' -' w 31 3! Q. .,. N :, ~, o "'w '0.. I_ 00.. (/Jo OZ >~ Q.r- .(/J ~E lD ..... MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gav PROCUREMENT Division Tel: 305-673-7490, Fax: 305-673-7851 INVITATION TO BID (ITB) NO. 21-06/07 ADDENDUM NO.5 February 14, 2007 FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS is amended as follows: I. The bid due date has changed from February 15 to February 20, 2007 at 3:00 pm. Inasmuch as this change does not materially affect the ITB document, bidders are not required to acknowledge this addendum to be deemed responsive. CITY OF MIAMI BEACH (~ Gus Lopez, CPPO Procurement Director rm F :\PURC\$ALL \Roman\bids\07\ITB-21-06-07\itb-21-06-07 A5.doc v'\/e ore cornrTilHed to excellen! public service oncf suretY' to ol! who live, ~vork, and ,(10)/ in our vibrant, historic con:muni~\/ e MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT Division Tel: 305-673-7490, Fax: 305-673-7851 INVITATION TO BID (ITB) NO. 21-06/07 ADDENDUM NO.6 February 16, 2007 FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS is amended as follows: I. The following are answers to prospective bidder's questions. Q. Please provide the details of the telemetry (RFU) required for the main drainage lift pump and well system. A. The City's Consultant of Record provided the following response: "We only planned on an alarm. There may be spots left for future communication, but none installed at this time." Q. Please provide clarification of the exact point at which to connect to the City's water supply. There is an apparent conflict of information on this matter between the drawing ref - sheet 34 of CH2MHill which shows a 12" DIP and associated fittings connecting to the city's 16" CIP main, via a meter manifold and backflow preventers, whereas the bid sheet refers only to a reticulation starting from the meter manifold onwards to the golf course. A. The contractor is responsible for connection at the City Main. The contractor shall include costs associated with the connection to the main as additional items. II. The deadline for questions has passed, no more questions will be addressed, bid is due February 20, 2007 at 3:00 pm at the City of Miami Beach's Procurement Division, City Hall 1700 Convention Center Drive, 3rd Floor, Miami Beach, Florida 33139. Inasmuch as this change does not materially affect the ITB document, bidders are not required to acknowledge this addendum to be deemed responsive. CITY OF MIAMI BEACH (1-- Gus Lopez, CPPO Procurement Director rm F :\PURC\$ALL \Roman\bids\07\ITB-21-06-07\itb-21-06-07 A6.doc V\i'e ore committed to excellent ,Dub/Ie service and soh:1y to of! who five.. 'vvor.k. cmd ploy in our VIbrant.. historic comrnunitv TABLE OF CONTENTS PAGE NOTICE FOR BIDS............................................................................ ............................. 6 NO BID NOTIFICATION FORM ................................................................................... 10 00100. GENERAL INSTRUCTIONS TO BIDDERS ............................................. 11 00200. DEFIN ITIONS .......................................................................................... 13 00300. INSTRUCTIONS TO BIDDERS ............................................................... 17 1. Examination of Contract Documents and Site............................... 17 2. Pre-Bid Interpretations.................................................................. 17 3. Submitting Bids............................................................................. 18 4. Printed Form of Bid ....................................................................... 18 5. Bid Guaranty................................................................................. 18 6. Acceptance or Rejection of Bids................................................... 18 7. Determination of Award................................................................. 19 8. Evaluation............. ........................................................................ 19 9. Contract Price............................................................................... 19 10. Postponement of Date for Presenting and Opening of Bids.......... 19 11. Qualifications of Bidders ...............................................................20 12. Addenda and Modifications ...........................................................20 13. Prevailing Wage Rates.................................................................. 20 14. Occupational Health and Safety.................................................... 20 15. Environmental Regulations ........................................................... 21 16. "Or Equal" Clause ......................................................................... 21 17. Protested Solicitation and Award.................................................. 22 18. Financial Stability and Strength ..................................................... 22 19. Equal Benefits Ordinance .............................................................22 00305 TECHNICAL REVIEW PANEL SELECTION/SELECTION PROCESS.... 31 00310 BID SUBMISSION REQU IREMENTS...................................................... 32 00315 BEST VALUE PROCUREMENT ATTACHMENTS AND FORMS ........... 35 00400. BID/TENDER FORM................................................................................ 48 00405. CITY OF MIAMI BEACH LICENSES, PERMITS AND FEES................... 51 00407. SCHEDULE OF PRICES BID (Consideration for Indemnification of CITY) .............................................53 BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 2 00408. 00410. 00500. 00520. 00530. 00540. 00550. 00600. 00708. 00710. 00720. 00721. 00735. 00800. TABLE OF CONTENTS (Continued) SCHEDULE OF PRICES BID (Bid Form, 3 pages) .................................54 BID GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT ................................................57 SUPPLEMENT TO BID/TENDER FORM QUESTIONNAIRE ................... ................................................................ 59 SUPPLEMENT TO BIDITENDER FORM NON-COLLUSION CERTIFICATE .............................................. ............67 SUPPLEMENT TO BID/TENDER FORM DRUG FREE WORKPLACE CERTIFICATION ....................................... 68 SUPPLEMENT TO BIDITENDER FORM TRENC H SAFETY ACT........................................................................... 70 RECYCLED CONTENT INFORMATION......................... ........................ 72 CONTRACT............................................................................................. 73 FORM CERTIFICATE OF INSURANCE.................................................. 82 FORM OF PERFORMANCE BOND ........................................................83 FORM OF PAYMENT BOND................................................................... 86 CERTIFICATE AS TO CORPORATE PRINCIPAL .................................. 89 PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT ................................................90 GENERAL CONDITIONS........................................................................ 92 1. Project Manual..............................................................................92 2. Intention of City............................................................................. 92 3. Preliminary Matters....................................................................... 93 4. Performance Bond and Payment Bond .........................................94 5. Qua lification of Su rety ................................................................... 95 6. Indemnification.............................................................................. 97 7. Insurance Requirements ...............................................................97 8. Labor and Materials .................................................................... 100 9. Royalties and Patents ................................................................. 101 10. Weather...................................................................................... 101 BID NO: 21-06/07 CITY OF MIAMI BEACH DATE: 12/28/06 3 TABLE OF CONTENTS (Continued) 11. Permits, Licenses and Impact Fees ............................................101 12. Resolution of Disputes................................................................ 102 13. Inspection of Work ......................................................................103 14. Superintendence and Supervision .............................................. 103 15. City's Right to Terminate Contract .............................................. 105 16. Contractor's Right to Stop Work or Terminate Contract ................................................ ............. ........ 106 17. Assignment................................................................................. 106 18. Rights of Various Interests..... ..................................................... 107 19. Differing Site Conditions.............................................................. 107 20. Plans and Working Drawings ...................................................... 108 21. Contractor to Check Plans, Specifications, and Data............................................................. 108 22. Contractor's Responsibility for Damages and Accidents .............................................................108 23. Warranty..................................................................................... 108 24. Supplementary Drawings............................................................ 109 25. Defective Wo rk . .. . . . . .. . . . .. . . . . . . .. . . . . .. .. . . .. . .. .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1 09 26 . Taxes.......................... .......... .......................... .............. . ........ ..... 110 27. Subcontracts............................................................................... 110 28. Separate Contracts ..................................................................... 110 29. Use of Completed Portions......................................................... 111 30. Lands for Work............................................................................ 112 31. Legal Restrictions and Traffic Provisions ....................................112 32. Location and Damage to Existing Facilities, Equipment or Utilities .................................................. 113 33. Value Engineering ....................................................................... 114 34. Continuing the Work.................................................................... 114 35. Changes in the Work or Terms of Contract Documents ............................................................... 114 36. Field Orders and Supplemental Instructions ............................... 115 37. Change Orders............................................................................ 115 38. Value of Change Order Work...................................................... 116 39. Notification and Claim for Change of Contract Time or Contract Price.................................................. 121 40. No Damages for Delay................................................................ 121 41. Excusable Delay; Compensable; Non-Compensable...................................................................... 122 42. Su bstantial Completion............................................................... 123 43. No Interest.................................................................................. 123 44. Shop Drawings............................................................................ 124 BID NO: 21-06/07 CITY OF MIAMI BEACH DATE: 12/28/06 4 00900. 00920. 00922. 00923. 00925. 00926. 00930. 00950. 01000. 02000. 04000. 05000. 06000. BID NO: 21-06/07 DATE: 12/28/06 TABLE OF CONTENTS (Continued) 45. Assignment................................................................................. 125 46. Safety and Protection ..................................................................126 47. Final Bill of Materials ...................................................................127 48. Payment by City for Tests ........................................................... 127 49. Project Sign................................................................................. 127 50. Hurricane Precautions................................................................. 127 51. Cleaning Up; City's Right to Clean Up......................................... 128 52. Removal of Equipment................................................................ 128 53. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act............................................. 128 54. Project Records........................................................................... 129 SUPPLEMENTARY EXHIBITS/SPECIFICATIONS ............................... 130 ADDITIONAL ARTiCLES....................................................................... 131 1. Prevailing Wage Rate Ordinance ................................................ 131 2. Federal Grant Projects ................................................................ 131 Prevailing Wage Rates................................................................132 STATEMENT OF COMPLIANCE (PREVAILING WAGE RATE ORDINANCE NO. 83-72)......................... 138 STATEMENT OF COMPLIANCE (DAVIS BACON ACT)............................................................................ 139 CERTIFICATE OF SUBSTANTIAL COMPLETION ............................... 140 FINAL CERTIFICATE OF PAyMENT.................................................... 142 FORM OF FINAL RECEiPT................................................................... 143 PLANS INDEX....................................................................................... 145 ADDENDA AND MODIFICATIONS ....................................................... 146 TECHNICAL SPECiFiCATIONS............................................................ 147 ACKNOWLEDGEMENT OF ADDENDA................................................ 150 CUSTOMER REFERENCE LISTING ....................................................151 SUB-CONTRACTOR LISTING INFORMATION .................................... 158 CITY OF MIAMI BEACH 5 (9 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305-673-7490, Fax: 305-673-7851 PUBLIC NOTICE INVITATION TO BID (ITB) 21-06/07 FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS Sealed bids will be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. on the 30th day of January 2007 for: NORMANDY SHORES GOLF COURSE IMPROVEMENTS Scope of Work: Work to be performed under this Contract shall consist of furnishing and installing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation, and services, including fuel, power, water and essential communications, and performing all work, or other operations require for fulfillment of the contract in strict accordance with the Contract Documents. The Scope of the work is to provide all materials, labor, equipment, supervision, mobilization, overhead & profit required to provide but not limited to the following: 1. Eradication of existing turf using applications of Round-up as defined for areas shown on the turf eradication plan. 2. Removal of invasive tree and shrub vegetation identified on the tree removal plan. 3. Removal of all existing golf cart path. 4. Renovation of eighteen tee complexes and practice range tee. 5. Renovation of nineteen greens including practice putting green. 6. Renovation and/or construction on bunkers/sandtraps. 7. Installation of new asphalt cart path in eight and twelve foot widths as identified in the construction drawings. 8. Installation of golf feature (e.g. bunker and greens) drainage systems. 9. Installation of limited drainage system including basins, piping, and outfall control structures for moderate surface flow. 10. Sprigging of specified Paspalum grass for all areas where the existing turf was eradicated. 11. Installation of new pump station including connections to the public water supply with associated control fittings, brackish water intake, and fertigation system. 12. Construction of new pump house structure. 13. Installation of new irrigation system including connection to the new pump station, new piping, new irrigation heads, control system, and control lines. BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 6 14. Construct a drainage pump station with three low pressure electrical pumps to convey the on-site runoff to three drainage wells. 15. Construct three pressurized drainage wells. 16. Enlarge two lake areas to provide more storage. 17. Construct a berm surrounding the golf course to contain on-site stormwater. The berm elevation will be set at the peak stage of a 25-year, 72-hour storm event while discharge to groundwater wells at the approximate pre-condition 5-year, 24-hour peak discharge rate. 18. Interconnect on site lakes with HOPE pipes. 19. Build two control structures on the lakes to provide require water quality treatment volume within the lake system. Estimated Budget: $6,100,000 Minimum Requirements: Contractor must be a Certified Member of the Golf Course Builders Association of America. They must establish that they have been in the golf course construction business for at least five years under their current name, and have completed construction of 18 holes of golf course, or the equivalent, per year for each of the past five years under the direction of an architect. Provide references from individuals in five of the following seven categories: course owner/developer, golf course architect, engineer, irrigation designer, golf course superintendent, municipality, and/or certified golf course builder. ANY BID{S) RECEIVED AFTER 3:00P.M. ON JANUARY 30, 2007, WILL NOT BE CONSIDERED AND WILL BE RETURNED TO THE BIDDER UNOPENED. THE RESPONSIBILITY FOR SUBMITTING THE SUBMITTAL PACKAGE BEFORE THE STATED TIME AND DATE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER. THE CITY IS NOT RESPONSIBLE FOR DELAYS CAUSED BY MAIL, COURIER SERVICE, INCLUDING U.S. MAIL, OR ANY OTHER OCCURRENCE. A Pre-Bid Conference will be held at 10:00 a.m. on January 19, 2007 at the City of Miami Beach City Hall, 4th Floor Mayor's Conference Room, located at 1700 Convention Center Drive, Miami Beach, FL 33139. Attendance at the Pre-bid Conference is highly encouraged and recommended as a source of information but is not mandatory. Attendance (in person or via telephone) to this Pre-Bid submission meeting is encouraged and recommended as a source of information but is not mandatory. Bidders interested in participating in the Pre-Bid submission meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-800-915-8704 (Toll-free North America) (2) Enter the MEETING NUMBER: *2659980* (note that number is preceded and followed by the star (*) key). BID NO: 21-06/07 DA TE: 12/28/06 CITY OF MIAMI BEACH 7 Consultants who are interested in participating via telephone, please send an e-mail to romanmartinez@miamibeachfl.gov expressing your intent to participate via telephone. Bid Guarantv: A Bid Guaranty of 5% is required with bid submission, and the successful Bidder executing the Contract will be required to provide Performance and Payment Bonds in the amount of one hundred percent (100%) of the contract amount. Bidders will be required to submit a letter of intent, from an A rated Financial Class V surety company to bond the Project. The Evaluation process to be used by the City for this bid will be one of "Best Value Procurement", meaning that the City will, in addition to price, consider past performance on previous contracts, Risk Assessment for this ITB, Qualifications of Personnel proposed, and interview of Contractor's personnel. The City of Miami Beach has contracted with BidNet and is utilizing a central bid notification system created exclusively for state and local agencies located in South Florida. This South Florida Purchasing system allows for vendors to register online and receive notification of new bids, amendments and awards. Vendors with Internet access should review the registration options at the following website: www.govbids.com/scripts/southflorida/pu blic/home 1 .asp. If you do not have Internet access, please call the BidNet(s) support group at 800-677- 1997 extension # 214. Plans and Technical Specifications are available for this bid in digital format. Please contact the City of Miami Beach Procurement Division at 305-673-7490 to secure your CD copy of the Plans and Technical Specifications for this project. Cost for the CD is $10.00, checks to be made payable to the City of Miami Beach, cash is accepted; exact amount only please. The City of Miami Beach reserves the right to accept any proposal deemed to be in the best interest of the City of Miami Beach, or waive any informality in any proposal. The City of Miami Beach may also reject any and all proposals. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSAL IS SUBJECT TO THE CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003-3389. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSAL IS SUBJECT TO THE FOllOWING ORDINANCES/RESOLUTIONS, WHICH MAY BE FOUND ON THE CITY OF MIAMI BEACH WEBSITE: http://www . miamibeachfl. Qov/newcitv/depts/pu rchase/bid intro. asp BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 8 · CONE OF SILENCE -- ORDINANCE NO. 2002-3378 · CODE OF BUSINESS ETHICS -- RESOLUTION NO. 2000-23879. · DEBARMENT PROCEEDINGS -- ORDINANCE NO. 2000-3234. · PROTEST PROCEDURES -- ORDINANCE NO. 2002-3344. . LOBBYIST REGISTRATION AND DISCLOSURE OF FEES -- ORDINANCE NO. 2002-3363 · REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS - ORDINANCE NO. 2005-3494 Sincerely, ~ Gus Lopez, CPPO Procurement Director BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 9 <9 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305-673-7490, Fax: 305-673-7851 Bid No. 21-06/07 NORMANDY SHORES GOLF COURSE IMPROVEMENTS NOTICE TO PROSPECTIVE BIDDERS NO BID If not submitting a bid at this time, please detach this sheet from the bid documents, complete the information requested, and return to the address listed above. NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED: Our company does not handle this type of producUservice. We cannot meet the specifications nor provide an alternate equal product. Our company is simply not interested in bidding at this time. Due to prior commitments, I was unable to attend pre-proposal meeting. OTHER. (Please specify) We do _ do not _ want to be retained on your mailing list for future bids for this type or product and/or service. Signature: Title: Company: Note: Failure to respond, either by submitting a bid or this completed form, may result in your company BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 10 00100. GENERAL INSTRUCTIONS TO BIDDERS: 1. General: The following instructions and those set forth in Section 00300 herein are given for the purpose of guiding Bidders in properly preparing their bids. Such instructions have equal force and weight with other portions of the Contract Documents and strict compliance is required with all the provisions contained in the instructions. Bidders shall note that various paragraphs within these bid documents have a [ ] box which may be checked. If the box is checked, the language is made a part of the bid documents and compliance therewith is required of the Bidder; if the box is not checked, the language is not made a part of the bid documents. 2. Scope of Work: Work to be performed under this Contract shall consist of furnishing and installing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation, and services, including fuel, power, water and essential communications, and performing all work, or other operations require for fulfillment of the contract in strict accordance with the Contract Documents. The Scope of the work is to provide all materials, labor, equipment, supervision, mobilization, overhead & profit required to provide but not limited to the following: 1. Eradication of existing turf using applications of Round-up as defined for areas shown on the turf eradication plan. 2. Removal of invasive tree and shrub vegetation identified on the tree removal plan. 3. Removal of all existing golf cart path. 4. Renovation of eighteen tee complexes and practice range tee. 5. Renovation of nineteen greens including practice putting green. 6. Renovation and/or construction on bunkers/sandtraps. 7. Installation of new asphalt cart path in eight and twelve foot widths as identified in the construction drawings. 8. Installation of golf feature (e.g. bunker and greens) drainage systems. 9. Installation of limited drainage system including basins, piping, and outfall control structures for moderate surface flow. 10. Sprigging of specified Paspalum grass for all areas where the existing turf was eradicated. 11. Installation of new pump station including connections to the public water supply with associated control fittings, brackish water intake, and fertigation system. 12. Construction of new pump house structure. 13.lnstallation of new irrigation system including connection to the new pump station, new piping, new irrigation heads, control system, and control lines. 14. Construct a drainage pump station with three low pressure electrical pumps to convey the on-site runoff to three drainage wells. 15. Construct three pressurized drainage wells. 16. Enlarge two lake areas to provide more storage. 17. Construct a berm surrounding the golf course to contain on-site stormwater. The berm elevation will be set at the peak stage of a 25-year, 72-hour storm event while discharge to groundwater wells at the approximate pre-condition 5-year, 24-hour peak discharge rate. BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 11 18. Interconnect on site lakes with HOPE pipes. 19. Build two control structures on the lakes to provide require water quality treatment volume within the lake system. 3. Location of Work: The project is located on 2401 Biarritz Drive, Miami Beach, FI. 33141 4. Abbreviations and Symbols: The abbreviations used throughout the Contract Documents are defined hereinafter in the Technical Specifications. The symbols used in the Plans are defined therein. BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 12 00200. DEFINITIONS: 1. Definitions: Whenever the following terms or pronouns in place of them appear in the Project Manual, the intent and meaning shall be interpreted as follows: 1.1. Attraction: Includes private businesses, public facilities and agencies, nonprofits and other tourism-oriented service facilities. 1.2. Bidder: Any individual, firm, or corporation submitting a bid for this Project, acting directly or through a duly authorized representative. 1.3. Change Order: A written document ordering a change in the Contract Price or Contract Time or a material change in the Work. 1.4. City: The City (or Owner) shall mean the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139, which is a party hereto and lor for which this Contract is to be performed. In all respects hereunder, City's performance is pursuant to City's position as the owner of a construction project. In the event City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a party to this Contract. 1.5. City Commission: City Commission shall mean the governing and legislative body of the City. 1.6. City Manager: City Manager shall mean the Chief Administrative Officer of the City. 1.7. Consultant: Architect or Engineer who has contracted with City or who is an employee of City, to provide professional services for this Project. The Primary Consultant for this project is Arthur Hills I Steve Forrest and Associates, 7351 West Bancroft, Toledo, Ohio 43615. 1.8. Contract: The part or section of the Contract Documents addressing some of the rights and duties of the parties hereto, including but not limited to contract time and liquidated damages. 1.9. Contract Documents Clarification: (Not Applicable) BID NO: 21-06/07 CITY OF MIAMI BEACH DATE: 12/28/06 13 1.10. Contract Administrator: The City's Contract Administrator shall mean the individual appointed by the City Manager who shall be the City's authorized representative to coordinate, direct, and review on behalf of the City, all matters related to the Project. 1.11. Contract Documents: The Project Manual including drawings (plans) and specifications, the Notice for Bids, Addenda, if any, to the Project Manual, the Bid Tender Form, the record of the award by the City Commission, the Performance Bond and Payment Bond, the Notice of Award, the Notice(s) to Proceed, the Purchase Order, Change Orders, Field Orders, Supplemental Instructions, and any additional documents the submission of which is required by this Project Manual, are the documents which are collectively referred to as the Contract Documents. 1.12. Contract Price: The original amount established in the bid submittal and award by the City, as may be amended by Change Order. 1.13. Contract Time: The original time between commencement and completion, including any milestone dates thereof, established In Article 2 of the Contract, as may be amended by Change Order. 1.14. Contractor: The person, firm, or corporation with whom the City has contracted and who is responsible for the acceptable performance of the Work and for the payment of all legal debts pertaining to the Work. All references in the Contract Documents to third parties under contract or control of Contractor shall be deemed to be a reference to Contractor. 1.15. Field Order: A written order which orders minor changes in the Work but which does not involve a change in the Contract Price or Contract Time. 1.16. Final Completion: The date certified by Consultant in the Final Certificate of Payment upon which all conditions and requirements of any permits and regulatory agencies have been satisfied; any documents required by the Contract Documents have been received by Consultant; any other documents required to be provided by Contractor have been received by Consultant; and to the best of Consultant's knowledge, information and belief the Work defined herein has been fully completed in accordance with the terms and conditions of the Contract Documents. 1.17. General Public: A service shall be deemed available to the "General Public" if it is available to anyone, at any time, without any membership or other requirement limiting use by the public at large. BID NO: 21-06/07 CITY OF MIAMI BEACH DATE: 12/28/06 14 1.18. Inspector: An authorized representative of Consultant or City assigned to make necessary inspections of materials furnished by Contractor and of the work performed by Contractor. 1.19. Materials: Materials incorporated in this Project, or used or consumed in the performance of the Work. 1.20. Notice(s) to Proceed: Written notice to Contractor authorizing the commencement of the activities identified in the notice or as described in the Contract Documents. 1.21. Plans and/or Drawings: The official graphic representations of this Project which are a part of the Project Manual. 1.22. Program Manager: Not Applicable 1.23. Project: The construction project described in the Contract Documents, including the Work described therein. 1.24. Project Initiation Date: The date upon which the Contract Time commences. 1.25. Project Manual: The official documents setting forth bidding information and requirements; contract form, bonds, and certificates; General and Supplementary Conditions of the Contract Documents; the specifications; and the plans and drawings of the Project. 1.26. Resident Project Representative: An authorized representative of Consultant or Program Manager assigned to represent Consultant or Program Manager on the Project. 1.27. Subcontractor: A person, firm or corporation having a direct contract with Contractor including one who furnishes material worked to a special design according to the Contract Documents, but does not include one who merely furnishes Materials not so worked. 1.28. Substantial Completion: The date certified by Consultant when all conditions and requirements of permits and regulatory agencies have been satisfied and the Work is sufficiently complete in accordance with the Contract Documents so the Project is available for beneficial occupancy by City. A Certificate of Occupancy or Certificate of Completion must be issued for Substantial Completion to be achieved, however, the issuance of a Certificate of Occupancy or Certificate of Completion or the date thereof are not to be determinative of the achievement or date of Substantial Completion. BID NO: 21-06/07 CITY OF MIAMI BEACH DATE: 12/28/06 15 1.29. Surety: The surety company or individual which is bound by the performance bond and payment bond with and for Contractor who is primarily liable, and which surety company or individual is responsible for Contractor's satisfactory performance of the work under the contract and for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. 1.30. Work: The construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, materials, equipment and services provided or to be provided by Contractor to fulfill Contractor's obligations. The Work may constitute the whole or a part of the Project. BID NO: 21-06/07 CITY OF MIAMI BEACH DATE: 12/28/06 16 00300. INSTRUCTIONS TO BIDDERS: 1. Examination of Contract Documents and Site: It is the responsibility of each Bidder before submitting a Bid, to: 1.1. Examine the Contract Documents thoroughly, 1.2. Visit the site or structure to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work, 1.3. Take into account federal, state and local (City and Miami-Dade County) laws, regulations, ordinances that may affect costs, progress, performance, furnishing of the Work, or award, 1.4. Study and carefully correlate Bidder's observations with the Contract Documents, and 1.5. Carefully review the Contract Documents and notify Consultant of all conflicts, errors or discrepancies in the Contract Documents of which Bidder knows or reasonably should have known. The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work 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 and furnishing of the Work. 2. Pre-Bid Interpretations: Only questions answered by written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All questions about the meaning or intent of the Contract Documents are to be directed to the City's Procurement Director in writing. Interpretations or clarifications considered necessary by the City's Procurement Director in response to such questions will be issued by City by means of Addenda mailed or delivered to all parties recorded by the City's Procurement Director as having received the Bidding Documents. Written questions should be received no less than ten (10) calendar days prior to the date of the opening of Bids. There shall be no obligation on the part of City or the City's Procurement Director to respond to questions received less than ten (10) calendar days prior to bid opening. BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 17 3. SubmittinQ Bids: All bids must be received in the Procurement Division, City of Miami Beach, 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139, until 3:00 p.m. on the 10th day of November 2006, enclosed in a sealed envelope, legibly marked on the outside: BID FOR: INVITATION TO BID (ITB) FOR NORMANDY SHORES GOLF COURSE IMPROVEMENTS BID/CONTRACT NO. : 21-06/07 4. Printed Form of Bid: All bids must be made upon the blank Bid/Tender Form included herein and must give the price in strict accordance with the instructions thereon. The bid must be signed and acknowledged by the Bidder in accordance with the directions on the bid form. 5. Bid Guaranty: All bids shall be accompanied by either an original bid bond executed by a surety company meeting the qualifications for surety companies as specified in Section 5, General Conditions, or by cash, money order, certified check, cashier's check, Bid Guaranty Form, Unconditional Letter of Credit (Form 00410), treasurer's check or bank draft of any national or state bank (United States), in the amount of 5% of the bid amount, payable to City of Miami Beach, Florida, and conditioned upon the successful Bidder executing the Contract and providing the required one-hundred percent (100%) Performance Bond and Payment Bond and evidence of required insurance within fifteen (15) calendar days after notification of award of the Contract. A PERSONAL CHECK OR A COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID SECURITY. Security of the successful Bidder shall be forfeited to the City of Miami Beach as liquidated damages, not as a penalty, for the cost and expense incurred should said Bidder fail to execute the Contract, provide the required Performance Bond, Payment Bond and Certificate(s) of Insurance, -within fifteen (15) calendar days after notification of the award of the Contract, or failure to comply with any other requirements set forth herein. The time for execution of the Contract and provision of the Performance Bond, Payment Bond and Certificate(s) of Insurance may be extended by the City's Procurement Director for good cause shown. Bid Securities of the unsuccessful Bidders will be returned after award of Contract. 6. Acceptance or Reiection of Bids: The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within ninety (90) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of ninety (90) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of ninety (90) calendar days from the date of bid opening by delivering written notice of withdrawal to the Purchasing Division prior to award of the Contract by the City Commission. BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 18 7. Determination of Award: The City Commission shall award the contract to the lowest and best bidder. In determining the lowest and best bidder, in addition to price, there shall be considered the following: a. The ability, capacity and skill of the bidder to perform the Contract. b. Whether the bidder can perform the Contract within the time specified, without delay or interference. c. The character, integrity, reputation, judgment, experience and efficiency of the bidder. d. The quality of performance of previous contracts. e. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. The Evaluation process to be used by the City for this bid will be one of "Best Value Procurement", meaning that the City will, in addition to price, consider past performance on previous contracts, Risk Assessment for this ITB, Qualifications of Personnel proposed, and interview of Contractor's personnel. Note: The Technical Review Panel will utilize the "Best Value Procurement" model outlined on pages 37-47. 8. Evaluation: An interim performance evaluation of the successful Contractor may be submitted by the Contract Administrator during construction of the Project. A final performance evaluation shall be submitted when the Request for Final Payment to the construction contractor is forwarded for approval. In either situation, the completed evaluation(s) shall be forwarded to the City's Procurement Director who shall provide a copy to the successful CONTRACTOR. Said evaluation(s) may be used by the City as a factor in considering the responsibility of the successful CONTRACTOR for future bids with the City. 9. Contract Price: The Contract Price is to include the furnishing of all labor, materials, equipment including tools, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the Contract Documents. The cost of any item(s) of Work not covered by a specific Contract unit price or lump sum price shall be included in the Contract unit price or lump sum price to which the item(s) is most applicable. 10. Postponement of Date for PresentinQ and OpeninQ Bids: The City reserves the right to postpone the date for receipt and opening of bids and will make a reasonable effort to give at least seven (7) calendar days written notice of any such postponement to each prospective Bidder. BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 19 11. Qualifications of Bidders: Bids shall be considered only from firms normally engaged in performing the type of work specified within the Contract Documents. Bidder must have adequate organization, facilities, equipment, and personnel to ensure prompt and efficient service to City. In determining a Bidder's responsibility and ability to perform the Contract, City has the right to investigate and request information concerning the financial condition, experience record, personnel, equipment, facilities, principal business location and organization of the Bidder, the Bidder's record with environmental regulations, and the claims/litigation history of the Bidder. 12. Addenda and Modifications: The City shall make reasonable efforts to issue addenda within seven (7) calendar days prior to bid opening. All addenda and other modifications made prior to the time and date of bid opening shall be issued as separate documents identified as changes to the Project Manual. 13. Prevailinq Wage Rates: City of Miami Beach Ordinance No, 94-2960 provides that in all non-federally funded construction contracts in excess of one million dollars to which the City of Miami Beach is a party, the rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by any contractor or subcontractor on the work covered by the contract, shall not be less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work, as established by the Federal Register, in the City of Miami Beach, Florida. The provisions of this Ordinance shall not apply to the following projects: a. water, except water treatment facilities and lift stations; b. sewer, except sewage treatment facilities and lift stations; c. storm drainage; d. road construction, except bridges or structures requiring pilings; and e. beautification projects, which may include resurfacing new curbs, gutters, pavers, sidewalks, landscaping, new lighting, bus shelters, bus benches and signage. 14. Occupational Health and Safety: In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this bid must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the following information: 14.1. The chemical name and the common name of the toxic substance. 14.2. The hazards or other risks in the use of the toxic substance, including: 14.2.1. The potential for fire, explosion, corrosion, and reaction; BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 20 14.2.2. The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and 14.2.3. The primary routes of entry and symptoms of overexposure. 14.3. The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure. 14.4. The emergency procedure for spills, fire, disposal, and first aid. 14.5. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. 14.6. The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 15. Environmental ReQulations: The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if the history of violations warrant such determination in the opinion of the City. Bidder shall submit with its Bid, a complete history of all citations and/or violations, notices and dispositions thereof. The non submission of any such documentation shall be deemed to be an affirmation by the Bidder that there are no citations or violations. Bidder shall notify the City immediately of notice of any citation or violation which Bidder may receive after the Bid opening date and during the time of performance of any contract awarded to it. 16. "Or Equal" Clause: Whenever a material, article or piece of equipment is identified in the Contract Documents including plans and specifications by reference to manufacturers' or vendors' names, trade names, catalog numbers, or otherwise, City, through Consultant, will have made its best efforts to name at least three (3) such references. Any such reference is intended merely to establish a standard; and, unless it is followed by the words "no substitution is permitted" because of form, fit, function and quality, any material, article, or equipment of other manufacturers and vendors which will perform or serve the requirements of the general design will be considered equally acceptable provided the materials, article or equipment so proposed is, in the sole opinion of Consultant, equal in substance, quality and function. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 21 ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PROCUREMENT DIRECTOR, WHO SHALL FORWARD SAME TO CONSULTANT. 17. Protested Solicitation Award: Bidders that are not selected may protest any recommendation for Contract award in accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes procedures for resulting protested bids and proposed awards. Protest not timely pursuant to the requirements of Ordinance No. 2002-3344 shall be barred. 18. Financial Stabilitv and StrenQth: The bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that they can satisfactorily provide the goods and/or services required herein. Bidders/Proposers shall submit financial statements for each of their last two complete fiscal years within ten (10) calendar days, upon written request. Such statements should include, as a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the bid submittal is from a Joint Venture, each Bidder/Proposer involved in the Joint Venture must submit financial statements as indicated above. Any Bidder/Proposer who, at the time of bid submission, is involved in an ongoing bankruptcy as a debtor, or in a reorganization, liquidation, or dissolution proceeding, or if a trustee or receiver has been appointed over all or a substantial portion of the property of the Bidder/Proposer under federal bankruptcy law or any state insolvency, may be declared non-responsive. 19. Equal Benefits Ordinance Bidders are advised that this Bid and any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Ordinance No. 2005-3494, entitled "Requirement for City Contractors to Provide Equal Benefits for Domestic Partners (the "Ordinance")." The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. All bidders shall complete and return, with their bid, the "Declaration: Non- discrimination in Contracts and Benefits" form contained herein. The City shall not enter into any contract unless the bidder certifies that such firm does not discriminate in the provision of Benefits between employees with Domestic BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 22 Partners and employees with spouses and/or between the Domestic Partners and spouses of such employees. Contractors may also comply with the Ordinance by providing an employee with the Cash Equivalent of such Benefit or Benefits, if the City Manager or his designee determines that the successful bidder Contractor shall complete and return the "Reasonable Measures Application" contained herein, and the Cash Equivalent proposed. It is important to note that bidders are considered in compliance if bidder provides benefits neither to employees' spouses nor to employees' Domestic Partners. Following this page please find a Q & A of the major points of the proposed Ordinance. Additionally, the following documents need to be returned to the City with your bid: · Declaration: Nondiscrimination in Contracts and Benefits Form · Reasonable Measures Application Form BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 23 PROPOSED EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points of the proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with Domestic Partners, as they provide to employees with spouses. 2) How are "Equal Benefits" defined and what kind of "Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses, to employees with Domestic Partners. The type of "Benefits" defined by the Ordinance and which may be offered by a contractor include: sick leave, bereavement leave, family medical leave, and health benefits. The "Benefits" defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section 62-128 of the City Code]. Notwithstanding the definition of "Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance).] 3) Who is considered a "Domestic Partner" under the Ordinance? A "Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry maintained by the employer of at least one of the domestic partners. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 24 4) What type of Contracts and/or which Contractors are covered by the Ordinance? The Ordinance only applies to the following: · Competitively bid City contracts (bids, RFP's, RFQ's, RFLI's, etc.). · Contracts valued at over $100,000. · Contractors who maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks in either the current or the preceding calendar year. · Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractor's employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract (covered by the Ordinance). 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where: · The City contract has been has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts). · The City contract is not competitively bid. · The City contract is valued at less than $100,000. · The contractor has less than 51 employees. · The contractor does not provide Benefits either to employees' spouses or to employees' Domestic Partners. · The contractor is a religious organization, association, society or any non profit charitable or educational institution or organization operated, supervised or controlled by or in conjunction with a religious organization, association or society. · The contractor is another government entity. The following City contracts are not covered by the Ordinance: · Contracts for sale or lease of City property. · Development Agreements. · Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development · Cultural Arts Council grants . Contracts for professional AlE, landscape AlE, or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants Competitive Negotiation Act". · Contracts for the procurement of life, health, accident, hospitalization, legal expense, annuity insurance, or any and all other kinds of insurance for the officers and employees of the City and their dependents, from a group insurance plan. The Ordinance provides, upon written recommendation of the City Manager, that the City Commission may, by 5/7ths vote, waive application of the Ordinance for the following: BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 25 · Emergency contracts. · Contracts where only one bid response is received. · Contracts where more than one bid response is received, but none of the bidders can comply with the requirements of the Ordinance. The City's ability to apply the Ordinance may also be preempted in instances where the Ordinance impacts health, retirement, or pension program which fall within the jurisdiction of the Employee Retirement Income Security Act (ERISA), and may under certain circumstances be held invalid under Federal preemption. 6) How is the Ordinance enforced by the City? . City contracts that are covered by the Ordinance shall notify potential bidders/proposers of the Ordinance and its requirements in the issued bid documents. · At the time of entering into the contract with the City, the proposed City contractor shall certify to the City that it intends to provide Equal Benefits, along with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract. · The City has the ongoing right to investigate/audit contracts for compliance with the provisions of the Ordinance. · The contractor is required to post notice to its employees at its place of business that it provides Equal Benefits. 7) Is there another way for a Contractor who does not provide Equal Benefits to comply with the Ordinance? If a contractor covered by the Ordinance has made a reasonable yet unsuccessful effort to provide Equal Benefits, it can still comply with the Ordinance by providing an employee with the "Cash Equivalent" of the similar benefit(s) offered to the contractor's employees and their spouses. 8) What are the penalties for non compliance? Failure of a contractor to comply with the requirements of the Ordinance may result in the following: · Breach/default under the contract. . Termination of the contract. · Monies due under the contract may be retained by the City until compliance is achieved. · Debarment of contractors from City work, as prescribed by the City Code. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 26 it} -=- <, ., ~ :, ,~ l~ ~ 11" ,'" f' : I ~ ., . \ i ., t..., f..... .' \. ~; /--\.: \1 l.! .:~~ ~ ".' ,~-" ; :~.. . j' -'.. ,. "\ \. OOMt ; CITY OF MIAMI BEACH DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1. Vendor Information Name of Company: QGS Development Name of Company Contact Person: Jim Armstrong Phone Number: 813-634-3326 FaxNumber:813-634-1733 E-mail: qgsdevelopment .com Vendor Number (If known): Federal 10 or Social Security Number: 59 - 2233851 Approximate Number of Employees in the U.S.: I 7.5 (If 50 or less, skip to last page (38), date and sign) Are any of your employees covered by a collective bargaining agreement or union trust fund? _VesXNo Union name(s): Section 2. Compliance Questions Question 1. Nondiscrimination - Protected Classes A. Does your company agree to not discriminate against your employees, applicants for employment, employees of the City, or members of the public on the basis of the fact or perception of a person's membership In the categories listed below? Please note: a "YES. answer means your company agrees it will not discriminate; a .NO. answer means your company refuses to agree that It will not disaiminate. Please answer yes or no to each category. r Race n Color , 1 Creed II Religion r: National origin e Ancestry CAge !' Height ,(Ves _ No ~es _ No ~es_No Yfes_No lites_No \l'Yes _ No ~es _ No 0es_No r Sex [] Sexual orientation I Gender identity (transgender Slatus) I.J Domestic partner status n Marital status t.:: Disability r~ AIDSJHIV status Ii Weight ~es_No 0'es _ No ~es _ No V9'es_No ~es_No ~es _ No fies_No ~es_No B. Does your company agree to insert a similar nondiscrimination prOVIsion In any subcontract you enter into for the performance of a substantial portion of the contract you have wilh the City? Please note: you must answer this question, even if you do not intend to enter into any subcontracts. ..t(es _ No BID NO. 21/06/07 OA TE: 12/28/06 CITY OF MIAMI BEACH 27 Question 2. Nondiscrimination - Equal Benefits lor Employees with Spouses and Employees with Domestic Partners Questions 2A and 2B should be answered YES even if your employees must pa some or all of the cost of spousal or domestic partner benefits. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? j(Yes _ No B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) dOl1}estic partners. or to domestic partners of employees? _ Yes LNo .The term Domestic Partner shall mean any two (2) adults of the same or different sex, who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry mainlained by the employer of at least one of the domestic partners. A Contractor may institute an internal registry to allow for the provision of equal benefits to employees with domestic partner who do not register their partnerships pursuant to a governmental body authorizing such registration, or who are Iocaled in a jurisdiction where no such governmental domestic partnership exists. A Contractor that institutes such registry shall not impose criteria for registration that are more stringent than those required for domestic partnership registration by the City of Miami Beach If vou answered .NO. to both Questions 2A and 28, go to Section" (at the bottom of this page), complete and sign the form, filling in an items requested. If vou answered .YES. to either or both Questions 2A and 2B, please continue to Question 2C below. Question 2. (continued) C. Please check all benefits that apply to your answers above and list in the .other. section any additional benefits not already specified. Note: some benefrts are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided direcUy to the spouse or domestic partner, such as medical insurance. BENEFIT Yes for Yes for Employees No, this Benefit Documentation of this Employees with with Domestic Is Not Offered Benefit Is Submitted Soouses Partners with this Form Heallh lY 0 0 0 Dental ~ 0 0 0 Vision riY" 0 0 0 Retirement (Pension, gY" 0 0 0 401(k). etc.)" Bereavement 0 0 &" 0 Familv leave 11 n iT fl Parental Leave 0 0 g-- 0 Employee Assistance 0 0 II""" 0 Proaram Relocation & Travel 0 0 .,.... 0 Company Discount, () 0 lI" 0 Facilities & Events Credit Union rJ" !J 0 0 Child Care (1 n ..... n Other 0 0 ..... 0 DA TE: 12/28/06 28 Note: If you can not offer a benefit in a nondiscriminatory manner because of reasons outside your control, (e.g., Ihere are no insurance providers in your area willing 10 offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent. submit a completed Reasonable Measures Application with all necessary attachments, and have your application approved by the City Manager, or his designee. Section 3. Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C. 'Mthout proper documentation, your company cannot be certified as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example, to document medical insurance submit a statement from your insurance provider or a copy of the eligibility section of your plan document; to document leave programs, submit a copy of your company's employee handbook. If documentation for a particular benefit does not exist, attach an explanation. Have you submitted supporting documentation for each benefit offered? _YestNo Section 4. Executing the Document I declare under penalty of perjury under the laws of the Slate of Florida thatlhe foregoing is true and correct, and that I am authorized to bind this entity contractually. Executed this /"1 day offe.k,u:",..'-I_. in the year 2co, ,at L I..\.\-.I f'tr I City f2v A~ \I 5"0 z. c... ({. to 7Z. '<- Sig+ure (l ,- State Mailing Address d ~ m.. Ar rf"l:'\~ ~ Name of Signatory (ptease print) t1ssi. V.P. Ll{ll A- FI 33S'1I7 City, State, Zip Code Title BID NO. 21106/07 DA TE: 12/28/06 CITY OF MIAMI BEACH 29 m '. 1 I ! , r~! -::;;;;:- J : l CITY OF MIAMI BEACH REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Co,ntracts and Benefits Submit this form and supporting documentation to the City's Procurement Division ONLY IF you: a. Have taken all reasonable measures to end discrimination in benefits; and b. Are unable to do so; and c. Intend to offer a cash equivalent to employees for whom equal benefits are not available. You must submit the following information with this form: 1. The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 2. The dates on which such benefits providers were contacted; .3. Copies of any written response(s) you received from such benefits providers, and if written responses are unavailable, summaries of oral responses; and 4. Any other information you feel is relevant to documenting your inability to end discrimination in benefits, including, but not limited to, reference to federal or state laws which preclude the ending of discrimination in benefits. I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. QGS Development, Inc. Name of Company (please print) PO 108 Mailing Address of Company ~d:::1 Srature Jim Armstrong Name of Signatory (please print) Lithia, Florida 33547 City, State, Zip 813-634-3326 Telephone Number Asst. vp Title 2-/<../-0/ Date BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 30 00305. TECHNICAL REVIEW PANEL SELECTION CRITERIA I SELECTION PROCESS The Evaluation process to be used by the City for this bid will be one of "Best Value Procurement", meaning that the City will, in addition to price, consider past performance on previous contracts, Risk Assessment for this ITB, Qualifications of Personnel proposed, and interview of Contractor's personnel. (See Section 00315) The procedure to be used for bid evaluation and selection is as follows: · Invitation to Bid issued. · Pre-Bid Meeting · Receipt of bids. · Opening and listing (except pricing) of all bids received. · A TECHNICAL REVIEW PANEL shall meet to evaluate each bid in accordance with the requirements of this ITS. If further information is desired, bidders may be requested to make additional written submissions for clarification purposes only. The TECHNICAL REVIEW PANEL will rank all responsive bidders and will provide their recommended ranking to the City Manager. There will be three (3) phases to the evaluation process and they are as follows: PHASE I 1) Risk Assessments (30 points). A Preliminary Project Schedule should be attached to the RAP. 2) Past performance based on number and quality of the Performance Evaluation Surveys (15 points). PHASE II 3) Interview of Key personnel (35 points). PHASE III 4) Bid Price (20 points). Scoring procedure: When the TECHNICAL REVIEW PANEL convenes they will provide their scores for Phase I. At the Panel's discretion, taking into consideration the number of responses, the Panel may decide to short list bidders for continuation of Phase II and III. Upon completion of scores for Phase I, scores shall be carried over to Phase II. Upon completing the Interview session with each bidder, the score for Phase II shall be added to the Phase I score. Phase III shall be evaluated and scored at the end of the Evaluation process. The Bid Price will not be opened until the TECHNICAL REVIEW PANEL has provided their scores for Phases I and II. Upon evaluation and ranking of Phase III, the TECHNICAL REVIEW PANEL shall add all three Phase scores and shall arrive at a final score at which time; they will provide their ranking of bids and their recommendation to the City Manager which in turn he shall provide his recommendation to the City Commission. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 31 00310. BID SUBMISSION REQUIREMENTS The following information should be submitted with you bid response 1.01 CONTENTS OF QUALIFICATION STATEMENT Bid packages must contain the following documents, each fully completed, and signed as required. Bid packages must contain the following documents, each fully completed, and signed as required. Bid packages which do not include all required documentation, or are not submitted in the required format, or do not have the appropriate signatures on each document, may be deemed in the City's sole discretion to be non-responsive. The City reserves the right to request any documentation omitted, with exception of the 5% Bid bond and the Bid Price form in a sealed envelope, bidder must submit the documentation within three (3) calendar days upon request from the City, or the bid shall be deemed non- responsive. Non-responsive bid packages will receive no further consideration. A. IDENTIFICATION PAGE AND TABLE OF CONTENTS Bidder shall provide an Identification Page including the following information: · Name of Bidder. (Note: if co venture, specify) · Address of submitting Bidder. (Note: if co venture, specify) · E-mail address for the appropriate contact person at the submitting company. · Phone number and facsimile number of submitting Bidder. · Federal Tax Identification Number for submitting Bidder. · Declaration regarding company organization, whether as Corporation, Partnership, or other. (Note: if co venture, specify) · Signature of an officer or other individual of the submitting Bidder who has the authority to bind said Bidder. · Printed name of the authorized signing officer or other individual. · Title of the authorized signing officer. · Date of signature. · Table of Contents. B. QUALIFICATION OF THE CONTRACTOR'S TEAM It is a requirement of the bid that the Bidder, staff the project with competent individuals, and qualified supervisory personnel. To that end, the Bidder shall provide: · An organizational chart listing the proposed key personnel, their qualifications and their roles in the project, resumes which shall include educational background, work experience, employment history, and any other pertinent information. Where applicable, Bidder team members shall also submit current BID NO. 21106/07 DATE: 12/28/06 CITY OF MIAMI BEACH 32 and valid certifications and/or licenses for their individual scope of supervision. At a minimum, the bidder shall include the following proposed project team members: · Construction Project Manager · Construction Superintendent · Site Foreman · A staffing plan that clearly illustrates the key elements of the proposed organizational structure. The staffing plan should indicate the availability of the personnel proposed to work on the Project. The staffing plan should also indicate the name of the individual who will serve as the primary contact with City. Bidder shall clearly detail the role of all Sub-contractors proposed for the Project. C. PAST PERFORMANCE Each Bidder shall provide proof of successful project completions for projects comparative is size and complexity as outlined on this bid. Please provide your client with the Performance Evaluation Letter and Survey attached herein on pages 41 and 42, and request that your client submit the completed survey to Roman Martinez, Sr. Procurement Specialist at (Fax) 305-673-7851 or e-mail romanmartinez@miamibeachfl.gov. Please understand that we will not accept Client Surveys beina sent to our office from the office of the bidder. Surveys must be sent to Procurement from your client's office(s). Contractors are responsible for making sure their clients return the Performance Evaluation Surveys to the City. The City reserves the right to verify and confirm any information submitted in this process. Such verification may include, but is not limited to, speaking with current and former clients, review of relevant client documentation, site-visitation, and other independent confirmation of data. In addition, each bidder must provide 3 sample projects as proof in meeting the Minimum Requirement for this bid which states: "Contractor must be a Certified Member of the Golf Course Builders Association of America. They must establish that they have been in the golf course construction business for at least five years under their current name, and have completed construction of 18 holes of golf course, or the equivalent, per year for each of the past five years under the direction of an architect. Provide references from individuals in five of the following seven categories: course owner/developer, golf course architect, engineer, irrigation designer, golf course superintendent, municipality, and/or certified golf course builder". Please use the form on pages 151-157 herein to articulate all information requested in reference to the construction work provided on the three sample projects. BID NO. 21/06/07 DA TE: 12/28/06 CITY OF MIAMI BEACH 33 D. RISK ASSESSMENTS All Contractors submitting a bid must submit a Risk-Assessment Plan (RAP). The RAP must not be longer than two pages front side of page only. The RAP should be submitted in a sealed envelope and you may place your company's name on the envelope. No reference to your company will be permitted in the body of the language of the RAP. Please submit one original and ten copies of your RAP in the sealed envelope and include the sealed envelope within your bid response. (Please refer to Section 00315. BEST VALUE PROCUREMENT ATTACHMENTS AND FORMS, Attachment NO.3 found on pages 43-46 for more information). The RAP should address the following items in a clear and generic language: (1) What risks the project has. (Areas that may cause the Contractor not to finish on time, not finish within budget, cause any change orders, or be a source of dissatisfaction with the owner). (2) Explanation of how the risks will be avoided/minimize. (3) Propose any options that could increase the value of this project. (4) Explain the benefits of the Risk Assessment Plan. Address the quality and performance differences in terms of risk minimization that the City can understand and what benefits the option will provide to the user. Do not provide brochures or marketing pieces. 2. (5) Provide a Preliminary Project Schedule. E. BID PRICE Bidders are required to submit their bid price lump sum using the form found on pages 54-64 herein. Bidders are to submit one original of this bid form in a sealed envelope and label the envelope as "Bid Price" you may label the envelope with your company's name. The RAP and Preliminary Project Schedule shall be submitted in a separate sealed envelope, you may also label this envelope with your company's name. Bidders are to submit 1 original and ten copies of the RAP in the sealed envelope. The Bid Price shall be evaluated and ranked at the end of the TECHNICAL REVIEW PANEL Meeting and the score added to Phases I and II to arrive at a final score for each bidder. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 34 00315. BEST VALUE PROCUREMENT ATTACHMENTS AND FORMS ATTACHMENT 1 Detailed Instructions on How to Prepare a Reference List and How to Prepare and Send Performance Surveys Overview The objective of this process is to identify the past performance of a contractor and key components of their team. This is accomplished by sending survey forms to past customers. The customers will return the forms directly to the City, and the ratings will be averaged together to obtain a contractor's past performance rating. The figure below illustrates the survey process. Vendor or Individual ~ Send/F ax Surveys to past clients Call to Confirm Prepare & Email Reference List r C, oo'k '" I F~~e City CLIENT l ~ Past Customers ~ The City Compiles Infonnation Figure 1: Survey Process A. Creating and Submitting a Reference List 1. All key components must create a list of past users that will evaluate their past performance. This will be referred to as a "Reference List". The Reference List Excel file can be downloaded from BidNet under ITB-21-06/07 or can be sent to you via E-mail, please send an E-mail to romanmartinez@mimaibeachfl.Qov requesting the file. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 35 2. The key components may be different for each project. If you are proposing on a specific project, please make sure to find out what the critical components are for that proiect. The following are the key components to be used for this bid: Key Component Minimum Number of Maximum Number of Surveys allowed Surveys allowed The Contractor 1 25 The Construction Project Manaqer 1 10 The Construction Superintendent 1 10 3. The Contractor is responsible for selecting their team and for the performance of their team. We recommend that the Contractor use high performing individuals (i.e. project manager, and any other individuals required on a particular project). 4. The maximum number of past projects that will be given credit, is 25 (twenty-five) for each Contractor, and 10 (ten) for each individual (PM, etc.). The minimum number of past projects is 1 (one) for each key component. Credit will be given to vendors with more high performing surveys. 5. The reference list should include the firms/individuals "best" projects. Credit will be given to Contractor / individuals with more high performing surveys. 6. The Reference List must include the following (All fields are required! If you do not submit all the information required, there will be no credit given for the reference): CODE A unique (different) number assigned to each project FIRST NAME First name of the person who will answer customer satisfaction questions. LAST NAME Last name of the person who will answer customer satisfaction questions. PHONE NUMBER Current phone number for the reference (including area code). FAX NUMBER Current fax number for the reference (including area code). CLIENT NAME Name of the company or institution that the work was performed for (i.e. Cactus School District, Rock Industries, City of Austin). PROJECT NAME Name of the project (Bird High School A-Wing, Warehouse B, etc.). DATE COMPLETED Date when the project was completed. (i.e. 5/31/1995) [MM/DD/YYYY] COST OF PROJECT Awarded cost of project ($50,000) 7. The data in the reference list must be submitted via fax to Roman Martinez at 305-673-7851 and in electronic format on a MS Excel spreadsheet file. The file must also be emailed to Roman Martinez at romanmartinez@miamibeachfl.Qov . (The format of the file is shown in Figure 2). 8. The Contractor is responsible for verifying that their (and their key components) information is accurate prior to bid submission. 9. The reference list must contain different proiects. You cannot have multiple people evaluatino the same iob. However, one person may evaluate several different jobs. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 36 Figure 2: Example of Reference List 10. The past projects (on the reference list file) do not have to be similar to the type of project being bid. 11. The past projects must be completed past proiects (no on-going or substantially complete projects). 12. The past clienUowner must evaluate and complete the survey. 13. All key components must submit their reference list in separate excel files. There must be a separate excel file for each company and individual participating in the process. Name the file by the company name or the individual name. Figure 3 shows a sample of the excel files that must be emailed to the client. Name ABC Contracting - Reference List. xis ~ Mark McGr aw (Project Manager) - Reference List, xis ~ Pam Hamilton (Site Super) - Reference List. xis ~ Spark Electrical Contractors - Reference List. xis ~ Bob and Sons Mechanical Contractors - Reference List, xis ~ Email Reference lists to the client. Figure 3: Submit separate excel files for each component 14. Each key component should inform their past clients about the survey and the deadline for submission of the information. The client may contact the references for additional information. If the reference cannot be contacted, there will be no credit given for that reference. 15. Each Excel file will have two tabs (see Figure 4 below). One tab contains the reference list information (discussed above), and the second tab contains the company or individual profile. The profile tab contains information about the key component (Contractor or individual). Fill out the company information if the excel file is for the Contractor or Individual. Fill out the individual information if the excel file is for an individual. DO NOT fill out both sections in one excel file. (Remember: each component will have their own excel file). BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 37 Figure 4: Example of the Profile tab. This tab contains information about the key component (whether it is an individual or firm) B. Preparing the Surveys 1. Each key component is responsible for sending out a survey questionnaire to each of their past clients. The survey questionnaire is provided in this document. 2. Each key component should enter the Survey 10 (Code), past clients contact information, and project information on each survey form for each reference. The team member should also enter the name of the firm and/or individual being surveyed. 3. All the information on the survey form must match the reference information in the excel file (see Figure 5). BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 38 Survey Questionnaire ..PlllfMCGHf '(Ma.me..o(pe.'sonc.ompie"iiniisuNe.yr.... m$~r~~YT[) e: Sub' e ct: P astPl3rf~rrrl~nce~LJrvI310f:m . ABC .. .L"(fJam.e~f'0r;,panyT""'" ! . ...L.M.~.I..~..r.f.Ic:.?....~~{F.>..MJ~.F.>..~.~.~...I:I.~.I.1.I.i.I~.~.1~.{~.~l · (NJlmeOfln(jivi(jI)€~) A Client is implementing a process that collects past performance information on firms and their key perso nn el. Th e info rmati on will be us ed to assist the client in the sel ection of fi rms to perform va rio us projects. The firm/individual listed above has listed you as a client for which they have previously performed work on. We would appreciate your taking the time to complete this survey. Rate each of the criteria on a scale of 1 to 10, with 10 repres!mting that you were very satisfied (and would hire the firmlindividual again) and 1 representing that you were very unsatisfied (and would never hire the firmlindividual again). Please rate each of the criteria to the best of your knowledge. If you do not have sufficient knowledge of past performance in a particular area, leave it blank. icTienTI\fame ... .. ....TCi1yofMesa Lw',w^wm.'~wn'm~ !Project Nam e.:...mm~.....tafeieria"#1 ~ '..........-...................--......,., ,.... .....-.----.....,.,., ......." ..,....... '......... .......... ..............,........... IProject Completion Date: i 7/6/1980 CRITE RIA Ability to manage the project cost (minimize change orders) Figure 5: Example of Survey Form. The information must match the excel file. To save work in the future, list all key individuals on the survey that participated on the project 4. If a reference will be evaluating several team members (such as the PM), please list all of the members on the survey form to get credit for all the areas (as shown in Figure 5). 5. Do not list more than one individual for the same position (Le. if Joe Smith was a PM on the project, you cannot list another individual as a PM on that same project). BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 39 6. Each key component is responsible for making sure that their past clients receive the survey, complete the survey, and return the survey back to the City. The survey must be sent directly from the past client to the City or your survey will not receive credit. Be sure to indicate to your clients the due date when the survey should be faxed in to the City. 7. The City may contact the references for additional information or to clarify survey data. If the reference cannot be contacted, there will be no credit given for that reference. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 40 ATTACHMENT 2 (9 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305.673.7490 ,Fax: 305.673.7851 December 28, 2006 To: (Client's Name) Individual Providing the Survey Response: Phone: Fax: E-mail: Subject: Performance Evaluation of Number of pages including cover: 2 To Whom It May Concern: The City of Miami Beach has implemented a process that collects past performance information on various Contractors that have the qualifications, experience and successful project completions on past municipal and private construction projects. The information will be used to assist City of Miami Beach in the selection of qualified firms that can provide Construction of Golf Courses. (Consultant firm and/or Project Manager/Cost Estimator) The company listed in the subject line has chosen to participate in this program. They have listed you as a past client that they have done work for. Both the company and City of Miami Beach would greatly appreciate you taking a few minutes out of your busy day to complete the accompanying questionnaire. Please review all items in the following attachment and answer the questions to the best of your knowledge. If you have difficulty or cannot decipher the question's meaning, please provide your best judgment as to it's understanding and score accordingly. Please return this Questionnaire to Roman Martinez bv Februarv202006 or earlier by fax: 305.673.7851; or e-mail romanmartinez@miamibeachfl.aov Please provide one Survey for the Contractor and one Survey for the Construction Project Manager or Construction Superintendent who directly worked on your project. Thank you for your time and effort. Gus Lopez, CPPO Procurement Director BID NO. 21/06/07 DATE: 12128/06 CITY OF MIAMI BEACH 41 m ...,. MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive. Miami Beach. Florida 33139. www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305.673.7490 . Fax: 305.673.7851 PERFORMANCE EVALUATION SURVEY D Contractor (Bidder) D (Check one) Construction Project Manager and/or Construction Superintendent (Individual) Name of Above Phone or e-mail of above Consultant or Individual: Please evaluate the performance of the Contractor's firm and/or Construction Project Manager and/or Construction Superintendent (10 means you are very satisfied and have no questions about hiring them again, 5 is if you don't know and 1 is if you would never hire them again because of very poor performance). NO 1 2 3 4 CRITERIA 5 6 7 Overall Comments: 8 UNIT (1-10) (1-10) (1-10) (1-10) (1-10) 1-10 (1-10) (1-10) Agency or Contact Reference Business Name: Contact Name: Contact Phone and e-mail: Date of SeNices: Dollar Amount for SeNices: PLEASE FAX THIS QUESTIONNAIRE TO ROMAN MARTINEZ AT 305.673.7851 BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 42 ATTACHMENT 3 Risk Assessment Plan Guide Introduction The purpose of the Risk Assessment Plan (RAP) is to capture the contractor's ability to preplan (identify the risks on a future project in terms of cost ($), time, and client expectation of quality and performance). The RAP is used to: 1. Assist the client in prioritizing firms based on their ability to understand the risk of a project. 2. Provide high performing vendors the opportunity to differentiate themselves due to their experience and expertise. 3. Giving the competitive edge to experienced companies who have done the type of work before, who can see the job from beginning to end, and who know how to minimize the risk. 4. Provide a mechanism for the high performers to regulate the low performers by ensuring that if they are not selected, the selected company will minimize the risk and provide the client with a comparable performance. The RAP document or portions thereof. submitted by the successful bidder may be included within the contract documents. The City of Miami Beach reserves the riaht to accept or reiect any of the risk items and/or the cost associated with each risk item identified. Additionally. the successful bidder will be reauired to submit a iustification of the cost associated with any of the proposed risks in their Risk Assessment for analysis by the City upon reauest. In addition to the above. the risks identified on the Risk Assessment Plans or portions thereof. of the unsuccessful bidders may become part of the Quality Control Plan that will be prepared by the successful bidder as a result of neaotiations with the City. RAP Plan Format The format for the RAP is attached. The RAP should clearly address the following items in a non-technical manner: 1. List and prioritize major risk items or decisions to be made that are unique to this project. This includes items that may cause the project to not be completed on time, not finished within budget, generate any change orders, or may be a source of dissatisfaction for the City. Attach a cost ($), time extension, or quality differential for every risk. 2. Explain how the Contractor will avoid I minimize the risk. If the contractor has a unique method to minimize the risk, it should be explained in non-technical terms. 3. Propose any options that could increase the value (expectation or quality) of their work. List any value or differential that the contractor is bringing to the project. 4. Attach a Preliminary Project Schedule. No names!!! - In order to minimize any bias by the TECHNICAL REVIEW PANEL, the RAP must not contain ANY names (such as contractor, manufacturer, or designer BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 43 names, personnel names, project names, product names, or company letterhead). The RAP should not contain any marketing information. LenQth - The City's goal is to make the selection process as efficient as possible. Efficiency is to minimize the effort of all participants, especially those who will not get the project. Therefore, the RAP should be a brief, well organized and concise. The RAP must not exceed 2 pages, does not include the preliminary project schedule or the phasing plan, these are additional. Font size - The font should be no smaller than 12 point. Oraanization - Outline format. The attached format is only a sample. Impact of Risks Risks are any items that you should be concerned with throughout the entire project. They are the most critical items that can impact the cost, time, or quality expectation of the client. The risks should be prioritized, or listed in order by the greatest risks at the top to the lowest risk in descending order. Each risk should have a cost and/or time concern. If the risk has cost implications, the actual estimated cost should be listed. If it has time concerns, the number of days should be listed. RatinQ of Risk Assessment Plans The RAP will be rated by the TECHNICAL REVIEW PANEL assigned to this project. Rating criteria will be: 1. The understanding and minimization of risks. 2. Contractor's differentiation of their value. 3. The Preliminary Project Schedule. Checklist for Risk Assessment Plan 1. Are all names removed from the RAP: personal, project, or company names? 2. Does every risk have a cost or time attached to it? 3. Are risks listed, high impact risks? (Do not list risks that you can easily handle unless you perceive others are not doing it) 4. Does the RAP include all service, quality control processes; documentation that you do that your competition does not. 5. Are you including Public Relation risks such as interfacing with project managers, users of the facility, or audit/inspection personnel? 6. Do you have a preliminary project schedule? 7. Does your RAP plan differentiate you? By how much? 8. Can your RAP plan make a non-technical person comfortable with hiring you? 9. Did you number the pages of the risk assessment plan? 10. Did you print 1 original and 1Q copies of your RAP and enclosed them in a sealed envelope? If all items are checked, your risk assessment plan is ready to submit. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 44 Risk Assessment Plan Format Please prioritize the risks (list the greatest risks first). Indicate the potential impact to project cost (in terms of $), and/or schedule (in terms of calendar Days). You may add/delete the risk tables below as necessary. Maior Risk Items Risk 1: Impact: Solution: Schedule (Days) _.....m.....~.__....._._m._._ ............_................_.................__..............._................._... .......m..._...m..~......__.__....._._....mm...___._._m._...H............._... ._.....__..__........_..._... Risk 2: Impact: Cost ($) Solution: Risk 3: Impact: Cost ($) Solution: Risk 4: Impact: Cost ($) Solution: Risk 5: Impact: Schedule (Days) ------.----..-...-...---.....----.-.---. Schedule (Days) Schedule (Days) Cost ($) Schedule (Days) Solution: Risk 6: Impact: Cost ($) Solution: Risk 7: Impact: Cost ($) Solution: Risk 8: Impact: Cost ($) BID NO. 21/06/07 DATE: 12/28/06 Schedule (Days) Schedule (Days) Schedule CITY OF MIAMI BEACH 45 Solution: (Days) Risk 9: Impact: Cost ($) Schedule (Days) Solution: -.-.----.----.--.-....-~---.-....-....-...----..--.---....--.....--..........---.........-..--...--......---.--......-...--...---._.._._.__..___...._....__._____.......__.m_._.____~._._......."'_.. Risk 10: Impact: Cost ($) Schedule (Days) Solution: Value Added Options or Differentials (what YOU will do that the others do not) Vendors should identify any value added options or differentials that they are proposing, and include a short description of how it adds value to the project. Identify if the items will increase or decrease project schedule, cost, or expectation. You may add/delete the value tables below as necessary. Item 1: Impact: Cost ($) Item 2: Impact: Cost ($) Item 3: Impact: Cost ($) Item 4: Impact: Cost ($) .................. Schedule (Days) Schedule (Days) ...-.---.....----.-.--.....__...~.____m._...~_.._.......A_._._..._ ....._.__..._.___.____..__...._.______...____._...__....._..... Schedule (Days) Schedule (Days) Attach a Preliminary Project Schedule BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 46 ATTACHMENT 4 Interview of Key Personnel Introduction The purpose of the interview is to rate the following of key individuals in their respective areas: 1. How well they see the project, from beginning to end. 2. Can they pick out and prioritize the critical points (risk) in terms of time and cost, and have they preplanned for them. 3. Can they continuously improve. 4. Can they measure their own performance. 5. Can they minimize change orders, additional charges, and customer dissatisfaction? Format The key personnel shall be evaluated by the TECHNICAL REVIEW PANEL during its meeting(s), and should be prepared to attend if invited to provide a presentation. The interview will cover the above points. They will be questioned by the TECHNICAL REVIEW PANEL and other individuals who may include the procurement staff and personnel from several City user Departments such as CIP, Public Works and Parks and Recreation. BID NO. 21/06/07 DA TE: 12/28/06 CITY OF MIAMI BEACH 47 00400. BIDrrENDER FORM Submitted: 2-1</-D7 Date City of Miami Beach, Florida 1700 Convention Center Drive Miami Beach, Florida 33139 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is -made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required Bid Guaranty; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to contract with the City, a political subdivision - of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: INVITATION TO BID (ITS) 21-06/07 FORNORMANDYSHORESGOLFCOURSEIMPROVEMENT~ The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, and to furnish the required Certificate(s) of Insurance. The undersigned further agrees that the bid guaranty accompanying the bid shall be forfeited if Bidder fails to execute said Contract, or fails to furnish the required Performance Bond and Payment Bond or fails to furnish the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the price in words shall govern. Bidder agrees that any BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 48 unit price listed in the bid is to be multiplied by the stated quantity requirements in order to arrive at the total. Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of the Project Manual: Attached is a Bid Bond [~Cash [ ], Money Order [ ], Unconditional Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], or Certified Check [ ] No. the sum of Bank of for Dollars ($ ). The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: QGS Development, Inc. City/State/Zip: Li thia, Florida 33547 Telephone No.: 813-634-3326 Social Security No. or Federal I.D.No.: 59-2233851 Dun and Bradstreet No.: (if applicable) If a partnership, names and addresses of partners: BID NO. 21/06/07 DA TE:12/28/06 CITY OF MIAMI BEACH 49 (Skm below if not incorporated) WITNESSES: (SiQn below if incorporated) ATTEST: "~ Secretary (CORPORATE SEAL) (Type or Print Name of Bidder) (Signature) (Type or Print Name Signed Above) Q G S Development, Inc. (Type or Print Name of Corporation) \ SS.\. ~. f (Signature and Title) Jim Armstrong (Type or Print Name Signed Above) I ncorporated under the laws of the State of: F lor i d a BID NO. 21/06/07 DA TE: 12/28/06 CITY OF MIAMI BEACH 50 THE AMERICAN INSTITUTE OF ARCHITECTS AlA Document A31 0 Bid Bond KNOW ALL MEN BY THESE PRESENTS, Q.G.S. Development, Inc. 17502 County Road 672, Lithia, FL 33547 as Principal, hereinafter called the Principal, and that we (Here insert full name and address or legal title of Contractor) (Here insert full name and address or legal title of Surety) Great American Insurance Company 580 Walnut Street, Cincinnati, OH 45202 a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surety, are held and firmly bound unto Th C. f M' . B h FI .d (Here insert full name and address or legal title of Owner) e Ity 0 laml eac, on a 1700 Convention Center Drive, Miami Beach, FL 33139 as Obligee, hereinafter called the Obligee, in the sum of ---- Five Percent of the Amount Bid __________________ ----------------------------------------------------------- Do lIa rs ($ 5 % ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, The Principal has submitted a bid for (Here insert full name, address and description of project) ITB # 21-06/07; Normandy Shores Golf Course Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the evenl of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed' the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 30th day of January 2007 0;4~. Q.G.S. Development, Inc. t:LU ~ (Principal) (Seal) ~c~,~ (Wanes.l) (Seal) (/'iI/e) Attorney-In-Faet & Florida Lieensed Resident Agent Inquiries: (407) 834-0022 AlA DOCUMENT A31 0 . BID BOND. AlA 0 . FEBRUARY 1970 ED . THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NY. AVE., NW., WASHINGTON, DC. 20006 1 GREAT AMERICAN INSURANCE COMPANY@ Administrative Office: 580 WALNUT STREET . CINCINNATI, OHIO 45202 . 513-369-5000 . FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than EIGHT No.O 18318 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY. a corporation organizcd and cxisting under and by virtue of the laws of the State of Ohio. does hereby nominate. constitute and appoint the person or persons named below its true and lawful attorney- in-fact. for it and in its name. place and stead to execute in behalf of the said Company. as surety. any and all bonds. undertakings and contracts of suretyship. or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond. undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. J'w. GUIGNARD Name APRIL L. LIVELY Address ALL OF Limit of Power ALL BRYCE R. GUIGNARD BRETT RAGLAND LONGWOOD, FLORIDA $75,000,000. PAUL J. CIAMBRIELLO MARGIE MORRIS M. GARY FRANCIS JENNIFER L. MCCARTA This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 9TH day of jUNE . 2005 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO. COUNTY OF HAMILTON - ss: DAVID C. KITCHIN (513-412-4602) On this 9TH day of jUNE,2005 . before me personally appeared DAVID C. KITCHIN. to me known. being duly sworn. deposes and says that he resides in Cincinnati. Ohio. that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company. the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By-Laws of said Company. and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Grcat American I nsurance Company by unanimous written consent dated March I. 1993. RESOLVED: That the Division President, the several Division Vice Presidems and Assistant Vice Presidems. or anyone {If them, be and hereby is authorized, from time to time, to appoim one or more Attorneys-in-Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other v.-ritten obligations in the nature there{lf; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistam Secretary of the Company may be qffixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I. RONALD C. HAYES. Assistant Secretary of Great American Insurance Company. do hereby certify that the foregoing Power of Attorney and thc Resolutions of the Board of Directors of March I, 1993 have not bcen revoked and are now in full force and effect. Signed and sealed this 30th day of January 2007 C::10?QII fA_nA\ 00405. CITY OF MIAMI BEACH LICENSES, PERMITS AND FEES: Pursuant to the Public Bid Disclosure Act, each license, permit or fee a Contractor will have to pay the City before or during construction or the percentage method or unit method of all licenses, permits and fees REQUIRED BY THE CITY AND PAYABLE TO THE CITY by virtue of this construction as part of the Contract is as follows: "City of Miami Beach Master Permit Fee and applicable Major Trade Permit fees (i.e. Mech., Plumbing, Elec., and Fire) are waived. Any other permit fees not directly related to the actual construction of the project (i.e. Permits for dumpsters, Job trailers) are not waived" "Licenses, permit and fees which may be required to meet Miami-Dade Code Compliance or other governmental entities; such as the State of Florida, are not included in the above list" Following this page please find a listing of permits and licenses that will be required for this bid. 1. Occupational licenses from City of Miami Beach firms will be required to be submitted within fifteen (15) days of notification of intent to award. 1. Occupational licenses will be required pursuant to Chapter 205.065 Florida Statutes. NOTE: a) If the contractor is a State of Florida Certified Contractor the followinQ will be reauired: 1) Copy of State Contractors Certification 2) Place of Business Occupational License 3) Liability and Property Damage Insurance Certificate made to City of Miami Beach 4) Workers compensation or the exemption b) If a Dade County Licensed Contractor: 1) Dade Certificate of Competency in the Discipline Licensed 2) Municipal Contractors Occupational License 3) Liability and Property damage Insurance Certificate made to City of Miami Beach 4) Workers Compensation or the exemption NOTE: PLEASE PROVIDE COPIES OF ALL YOUR LICENSES AND CORPORATE CERTIFICATES WITH YOUR BID RESPONSE BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 51 Permits: · City of Miami Beach Building Department Permit. · Class II DERM Permit ($17,300) which also has provisions for a Class V Dewatering Permit. · General Dewatering Permit from DERM for pond expansion. · FDEP Stormwater NPDES Construction General Permit Coverage (form to be submitted to FDEP 2-days prior to start of construction to obtain coverage under the general permit. · Operating Permit from FDEP before finalizing the project. Licenses: · State General Contractor's License. · State Underground Utility Contractor's License. · Miami-Dade General Contractor License/Certificate of Competency. · County and City occupational license. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 52 00407. SCHEDULE OF PRICES BID Consideration for Indemnification of CITY $25.00 [] Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the brackets are checked or marked, the Bidder must fill out the Trench Safety Act sheet, Page 38, Section 00540, to be considered responsive.] BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 53 00408. SCHEDULE OF PRICES BID (Please provide this Bid Form in A Sealed Envelope) CITY OF MIAMI BEACH ITS NO. 21-06/07 NORMANDY SHORES GOLF COURSE IMPROVEMENTS Bid Form 1 of 11 The work to be performed under this Contract shall consist of furnishing all equipment materials, supplies, and manufactured articles for furnishing all transportation and services, including fuel, power, water and essential communications, and for the performance of all labor, work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. TOTAL LUMP SUM $ 6,620,379.49 Six million six hundred and twenty thousand three hundred and seventy nine dollars and forty nine cents Written Amount NAMEfTITLE(Print): James Armstrong / Assistant Vice President ADDRESS: 17502 County Road 672 CITY/STATE: Lithia, FL ZIP: 33547 TELEPHONE NO: 813-634-3326 FACSIMILE NO: 813-634-1733 E-MAIL ADDRESS:iarmstronq@qqsdevelopment.com trush@qQsdevelopment.com FEDERAL 1.0.#: 59-2233851 BID NO: 21-06/07 DA TE: 12/28/06 CITY OF MIAMI BEACH 54 Q G S Development, Inc. February 14,2007 "c '" ~ E: ., '" ., 'tl ~ ~ ..cs <l> 'S ~ ~ ~ i;J ., .51 ~ ~ ~ '" ., 'tl ...::l~ '1:: 's: ~ ~ r.r.; l:l.. ~ .~ ~ ~ i:q~ .~ 1 ~ ~ ~ ~ ~ ~ '" .!::! ::SS~ Uo.~ .Q <l> .... ,-~1J ..... "1:l i.: 0 ,.; 'tl <2 <.:;) .~ ~ l5 '" e ~ El.~ O .. :::l.:: - ., j3 ~ 0 9,."1:l ~ .!: E: ., ~CF.l.:i!~ Cl. >''' .. O'i:l$~ ... .... ~ \.l ~ ....., ,- --- ~ .. """'"'-< "0 E ~ .51 ~ til ~ 2 .a '-4 . .;: ..0 ~ZO~~ u .=: ~t~ 0-0 0_ d C"i 0-0 ,... 0- ~ g;- 0:- ~ ... '" o r-< .. '2 ~ ~ ~ ] ~.C E ]~~ rIJ = - -0 :E ~o '" t:: o 'p <Il I-< <Il 0.. Q,) I-< ~ Q,) ...., CI3 c: o .'" '" ~ E ~ ~ ~ IJ:) ..... N IJ:) IJ:) .... r-- ..... fI7 000 000 ..oCc\ <Xl 0-0 00 <Xl ~ ('f 1./")" ("1"')'" ,... ,... 0- r-< th... '" o r-< o o .0 to '" o~ "'" N fI7 ..;- "'! .. '2 ~ '1:l ~ ..!:! 'C '3~ rIJ = - .f' c os =' CI bfJ t:: .t:1 <Il Q,) o ~ t:: o 'p u Q,) (/) t:: o 'p u g '" t:: o U Q,) Q,) t-< I ~ t:: o 'p u Q,) (/) .,., to ,... r-- c; ~ ..;- <Xl "'" ~ .,.,- ClO ;;; ari ..... fI7 0 r-< ~ 't; .,., .. - '2 0 ~ '1:l II) u ..!:! 'C "3 ~ rIJ = i~:'1 - .... ~ 't; : .f' .,., .. -0 = -0 os u-l =' ~ CI ~ 'i3 el ::J ~~t] E ... ~ ~ .. >-< -J " .!: E " E c c <:i ;;. " C :r. C C c o '0 u E (JJ c o U c <l) <l) .... (j c 0 0 "" 0 "" 0 0 0 0 r-- 0 r-- 10 0 0 c' <'i <'i <'i '" 0 '" ~ 0 o. 00 ~ o. 00. "1- ~ -.t ...:l "f 'T' "j - - o.D' t<'l o. r-- 00 ;;; <A V> 0\ E:S '" _ V> -< fA \0 ........ 10 0 Z ~ f-< ~ ~ ~ :=: :=: :=: :=: "- '" 0 00 ~ r-- '" "" ..~... o.D o.D o. C! .... <'i 0 r--: ..f 0 , '2 - ~ 't:l Q.j CJ ~ 'C f ~ I~I '" I:: ..... fA/'. .... <A - V) V} V> ." ~ ~ ~ :=: :=: :=: :=: ~ .,I //, ../ ((. .~ 0 0 0 "" = 0 0 0 "" r-- "" ,I( 0 o. o. r-- r-- o.' '" '" - 0 ... o. 0 '" ",' -6 i/i' ::: 0 ~ - - CI - (/ (/ I.I( (,' /( 1.//..; Ii ( ,;::;- Ii. ;z ,.,. u " .0 1(( 13 ~ 1/ ~, .... I~ @: u > j v 0.....; u .... '. .~ :.. .... OJ C ~ .... ::::: ~ :c. ~ c c , C :.::1 'C 8 OJ r~ 't: c .... .21 OJ OJ OJ ::E u v :c. Z u E ~ c.'3 ;,. ;,. i: 0 ~ (( ...... ;,. E- '" ~ c: o '0 u <l) C/) ...:l E:S o f-< 88~i7i88 o 0 ("j c\ 0 ..0 0. ['"'-...... 0\ or- ...00000 ~r- ~ ~ ~^ ~ ~" ~" C"') ~ fA _ C"') C"'J l:A €A- fA V7 o -.t N o lIl. r-- N \0 ~ 8888~ ('j 0 00 0 ci Q\C").q-co ......OlJ"'l~C\ ~" c;l ~" \Cf ~ WVl_......(A- V> "" 0\ .... o \0 .... t<'l~ .... t<'l ~ ~ 't; ~::= U :r. c; .. ... o 0'" fo:o< o 8. 0 -. - = "1. o.. 0 - N 'g u U) o t<'l ~ '" o "" ...:l ,..; E:S ~ o f-< ~8;'j: ccir'~ o.D ~ if) fA- th tn- Vt ~ ~ ~ ~ 'J) .~ 0 0 = 0 0 o o.D ... o.D. o. 1-,., c\ ::: - o.D 00 CI '" c 0 <lJ '0 -a U ~ 8 (JJ <lJ ::l E OJ ;r.. ..... :- ........ (JJ C ilJ ..... 0 ~ u ;z c;l ,.,. .... u C .. <l) .0 0 ...!<i '0 C ~ ;:l s: r:q i5 '"0 < (j -a -a '6 -. c c 1 -<:: c .. " c u 0 If. 'll -a '" 0 ~ -0 '0 .... .... 't: 6 0: > ~ 0 OJ U ~ .. '0 u 8 ,.,. ,.,. OJ 8 OJ "- 1: u ~ c: c: :c. Ii. u 8 t:: U <l) llJ ~ ~ ,~ <lJ ::l ::l " OJ ~ <l) u j ..s C/) ... ::c ::c ;,. ::c if) :r: ...... ...... v ;:; E c. 0 '0 > <lJ Ci (/J 0 0 ...:l E:S o f-< s"t;:::: .... '2 ;:J 't:l !:l ~ 'C ]~ '" I:: ..... o C"l Lt"'l 0';-"" lI'iOc\ ~ ~ S ~;=: ...l ~ o 1-< - ~ - ... '2 ~ "'c::l ~ .!:i 'C '3~ <IJ ::: - ...-.- ~ i--- .~ C .: :l CI - e 1:! ...... Ci) F--< Z W Z o " ~ o u o ~ o e, c o '0 o:j OJ:) .t:: .... >--; , ~ c o 'n u ~ [/) ~c; .~ -fii ;:: N"fit8 t:::.c'" Za:.g -= ",' .;;: c.,!., :: e 9 i:r:l Q.. lU.5 ~ E ~ ~ :';,:@ "E~~ '" lU lU .=: -g 6 B a ~ "2 g ] as (j '" c ~ ~ ~ g:B >"~ C .0 Q.. '" 13~g. '" 0 lU ~~-B E",,c E "" .t: 8 c ~ ~ ~ 0 . I: - U IU "'C:J ~ ~.~ .~~.~ [ ~~] lU _ g~= (l:3 CI) ~ cf:SB E'<;:: (j Q..Ee "g. ~ g lU U :;;]e Il> CI"l ~ (j .... '" 'C .9 >. Q.. (j '" :g g I: .0 I: .:2 .s 8 ~ .=: 5 :~ 0) lU '" -g~:s u:;~ .5 :E c tU "ii .9 ..c ~ cu '" '" .... .... ' lU B ~ go U C d) f:u..c C ~ - o "" lU U 2 g ~e~ o ~ 5 Z (j ;.:.. "2 o I: o '" 't: '" Q.. E o (j 000 00 0 ci Ll"i -.0 "'...., ...., '" ...., s" ~^ if> '" (/), '" '" <U <U 8 8 vi cO _ 00 - '" "" V> '" << <U <U 0. t- oo ~ '" :u '1: ~ ~~ ~oo -Ill '7 .~ ~ ~~ 000 0 000 0 000 0 ~ lrl lrl th "., t- oo' fA fA ~ ,'" .~ ~ .~ ~ il ~ ~ ~ :r. ~ ~ > 'E d ~ ~ :u (f; ~ ':h .~ ~& ~88888 8 ggggggg C" ~-.o\O\Oo ("f)"' .. r-: 0." Lri ..0" tf') ;hV'f-;;}tf) g g 8~ g g gr\ 00 OOLf) c.''t 00" '7... 00" C"! J-. \ ~("f)"T":::tl..(') ~~""Lv> << " <U <U ~8 ".,'" '" r- '" th V) " " <U <U 00 0 ...., - ~9 ~ '" r- ~ ... ... ('::I ~ ('::I ~ ~M ~ 11 e..l V v ~I~-' fA-fhtAtAf,f}-CA ~~~~a3~:=: ...... ("f) v ("I r() 00 ~ ~ ~ (3 ""- ~ ~v ~~ '" ' d~ '" ~t( ~ ~ ~O ~j 1/ ":::t "'T ":::t ":::t ~ ~~~ ~ " , ~~ ~ c...~ ::l. o 00 ' ..;. JI~"'1' ~::7 ~ - ~2. ~........ ' ~ 1/ '. ~ / i (3 ""- g v ~ 5 :3 ~ ej~<; -< ........ tl ~ g ~ E ] v to: U " e d ~ VJ -<......... t 8o~~ <::3 ;:; C? ~<\j'l: 1\ Ii' 1'\ I' Ci) - \ ~)) ~ 1\ I", ~ \~ t,'~ " ~ J'O:;\ ~ , z ~ I~ .... -. ~!i\, .[ ei,~ \ '-J " li! c '-J '-i:l .g ~ \ il b'b'-i:l ~ 't:: il I ~ .... '" '-'l >--;I~ ~\ I,., ;" ~ ~ ~ '" '" d r-. g '~EE5 ~ p~ 'n ~ :.r; U'J :.r; I ~ ~ <U U :c ~ _ I '-~ ___ ~ ....... J5 ~ ~ ~ ~ ~ !it !it 88888 00000 000 <'} ("J l/"'lLf"'lOOQ ("f 0-.'" _"" .......... .......... (") if)- V'}- tA b4 if> a3~~~e/ 8 8 8 8 811 oooo~. aOONC' lJjLf"')OQ ("f ~.......^ ~ '" " . ~\ ' II 7--- / 2 " ~ c c: :.r; .g~ n c ':h...J .. .. -€.s ~~ <~ -..ocr 8~ =-0.. 8 8 ~ g~ ~ r- o. ~J / ~9' 8~ ~~ '" c c "3'8 " " ~~ "0"0 ~"'iJ ::::r: "0"0 c: c: :r:=: j @ ~I ~ !I j ~ ~ . .~ ~ . <>'-:> ..... 'J:: I ~ '" ~ ' ~ 0 ;,: '" "\2 ~~ _:E v ,~ c ~ f-o / ~~ '" 0" 00 00 S!~ "., t- or-: V}:::~ f.A V> 000 000 000 if> "., "., "., r- 00' V> vr " " " " <U <U 000 000 Lrioooo =~~ leA "" tFt V"I fAo .. .' " <U " " " :oJ a; ~ I 0."'"'" co~:n 888888 ggoggg '" ~ ~ ~ "" ~.. -... r-'" 0: lJj'" V}__tA<...... if> "" V> " " <U " ~ ~ ~ ~ elf ~ U U 0 QJ 00 00 Lrilli '" r- '" 88888 ~~~~~ f""'i' ~~.. ~"'I.ri' VI Vt V)- fA- Qt) CA- Y'> " " <U <U ~ t':! ~ elf ~ ~ a; u ~ iLl ~~ _ (""') ~ C'J (""') ~ ~ ~ (3 <:::: ~ ~ ~ "'(/J(/J(/J(/J(/J dNNN";'N NOoO\O~ ~~~~l.I')\O ~~JJr.fJr/;~ ~~~~~~ '-Jc.::~~c.::~ u~~;:;~~ u ..5 E 0) E c- o ';:j > lU a (/J o o '"d v ;::l C '0 C o u C o '0 cc: bJJ .;::: l-< ...... , ~ c o '0 u v (f) ....l E:S o E-< 888 gg~ '" r-- 00" ~ ;; ;J ... 'S ;J "0 1$ ~ 'C -;~ ... '" r:: .... ;J .~ = os ::l CI ~ ~ ~ d ~ ~ ,~_ :I: '-"'lcn:I: .....:J'" ~--'<; r~ ~ ~ ::::: ~ 0 ,gx~ '" .~ 6 E \J~~ ~ cS:EJ: 88888 ddddd oor.nth-Lf) Lf) lli r-- r- 0........................ ...0" V). fA- tI)- V} ~ ~ e'$ CIS ~ t.l ~ iU iU iU 88888 g~gg~ Lt1 r- If') If') r- oo" 0\ ; ~ - V> tA ~ (;Ii) tA {':I c::S C'lS (':f ~ O.J iU a; QJ iU '" ~ '" ~ t: .g ~ lfJ ~'l)CiJ .s@~ '" >- d ~-<t- ::: ':J ...~~ s:$< en",,:;;: '" " 8 .n r-- '" '" " . . I !< 00 . - .' ~ ,~ " JI . ~I""', " ~ I. ~ ~ I' >~ .j:j ::-11 '" " e 'E Ben ::I ~ <a:: ::.:.J :L::!.. -a ... :E t: 's o q - <', o '<1" r-- '" '" 88888888888888 gg\gg8d8dggggg~~ g <'1 r() CO 0 0 0 -..0 "1" ........ .......'" .. 0,"' C"f C'J ~ ..n r-"' f"')" ~'" r()" fh-C"VT r-Lf)fFT-"d-w-~~6t) (A W tf). <'1 IF> ::::~:=::==:=:~:=::=::::::::::::=::::: ~~~~~~!~~~~~ tf') C"J ..... ,-----. Ie I- \ \ \ fA-t/)tf)lfT-tA-v>wV>-tAift-V)(Ao :=::==:=::::: I \' 8/\'" 0' \~O'''' J 1\ 1\ \ \ \ \ :::::::::::::::::::::==:::::=:, 8~o888gs;:oo @:}'<I' ~ ~.~.oo ~.:.~ ~ . ..... u u u u S5 ~5:5:S:~~> ~088;;~8~ ~"';:: ~ <"'J ('J 00 '9 I~ ~ ~ ~ C:~ ~ ('~ ~{1000~~~ ~~_" .......v_o ] ~~~~~~~ C .=<' Sl SJ iF. 0 ' , ::l o I~ ~ t! ~ ~ ~ ~ 11 s ~ S 1 S ~ iU I QJ ~i~~~ ~~t~~~ ~Ii~ ~ ~ 8 ~ ~ :n U C:-;. 0 rn .. rr. (F, ~ J 0 <'10M '-' ~ ,.y..::::: _~;::::....... ~ ........ ,1""'\ ~. ~ ~ ~ ~ ~ LO N ~ C---J 0 C--J fr:. -""":;):::-, _~ -...... ~ ,,:, '" <', <', - I.) - / 00 00 dd 00 o. '" - ",' V> if> 800 00 ddd 0'" 0 '" - '" o....<"'"i' _'" ....... tf') V) '" ~ ~ ~ ~ 9 ~~~ 0~8 @ / '" 00 00 dd 00 o. '" 1/ fA- Vl V) if} fh ",L '" '" " Q) tU iU aJ iU ~ "" ~ ~ ~ ~ ~ '-i '" ~ ~ -<: ,"> ..;:. 'a aJ 0 ~ ~.s ~ ~ ~ .....:; :J C1 ~~~~t: O'=.l~~~ 00 00 dd '" 0 00 0" 0' '" 0000 0000 dddd 8.8.8.8 ctJoooocO W CA< 4A V). ;=::::::::::=:;::=::== ~~~~~~8 oooooo~ t.A if) (A (A- if) V) tA :=::== :=::::: :=::=::=: 8~ooooo 0.0.88888 S ~ ~" g ~~ 8 0 It -.; t ~ ~ ~ 1'2~rf~orf ~ 00 0 ~ - (1) ":;. ,~ S be J;::3 -g ~ 5 Sll"B ~:E0 ~uu~ ~~('II~ ;::) ...... ~en "" U .= ..... ~ ~ .~ p g ~ .l:::S t: c ~ _ ~ "c ~ t: '0 '0 :::> a:: \5 '" - ~ I~ ~ ;,? v ~ '~ s: "t:--~~~\S@ .~ ~ ~ -< < < ~ :I: cSi:tt~~~0~ o 000 o 000 d d d d OVl'OO o 0 r-- 0" r-.... V) '" IF> V> 8 8 8 8 u1000 ~ 8 ~ ;:! -.0" lI'"i r-: 1./'1" V}C\V} -.0 '" r-- V> ~ ~ ~ ~ (f; l1.l U :u IlJ 000 000 ooU"'i 0'" r-- '" '" """ ".,.. V)o tA tf) tA Y7 ~ ~ ~ <0::1 '" OJ :u Q.J QJ C'J C"J ~ ... " ~g '" 'i3 ~ 5 ~u .~ ~ ~~ ,) >': c:: c:: ~ .g.g ~ " " v t:i ..?: ~ ~ .~./? >. .....:; ~ S::. ;:;;. a' 0::l . QJ ~ ~ ~ c: 9 "5 c: 5.5 ~ ~ " ::t < ..... ~ 00 ~^~ ~ 0' .' '. . . I: I,' I...... .... <i .5 '5 E 0. o ;:; ;;. u a (/J " o 88888888 8 g~gg~~~~ ~ 0'" 1./")' rf'i' ___^~.. c\ ~ Nv.~~ ('t"') fA- tAo 0\... .... .... '" '" '" '" '" ~ '" '" '" '" '" .!l ... ... ... ... ... ... ... ... ... ... 8 0 0 8 0 0 0 0 ....: en ,...; 0 -0 0 '" 00 0:" '" 0 "t .... c- o c- o ~ 0- N U'\ '" N '" fA- tA< fft- (,A. t.A- fA.. ~ ~ ~ ~ G ~ ~ E ~ ~ ~ ... ... t: r..r.. J: -" " ..9 t: '" 1: 0 .5 u 'Il ~ If. E ... ... E 'I: (J (J -" -" ... ~ ::: '1 j :l ~ '" '0 r-, - :l. U 00 ~ C <J E c c U > <J CI V': o o .... Q,) .... <:<j ~ E o .... (/) 'l:l !.l {l Sl g 5 1! ~.~ 5 ~~:g '" ..!:l iI)'~ "t:3 ~ ~ ~ ~~~ ::: ., ., l::: c ~ ., ~ '" ~:eJ5 .!! = "., .S ~ i 9lI" ., .!:l ~ e: -g !.l ~ 1j ~ :.::: .!:l -S ~ El ~.g ~ ~ ..... r;; ,:g ~.~ " ~.s, ~ " ~~ .5 \I l'! ~,.; "ti ~ .~ 'l:l "8';:: . !.l ." ~ ~ '~ 'e ~ 'il ~ ~ Qoo ~ ., ~ ~ .. ~ '.., -l:l ~ ~ ~ !.l C ~ El -S " i ::"".5 El ,g 'l:l c " {l ~ ~ .;: !.l ~ I.i ~ El'!:; 's: ~ ~ ~ lo: 5 ~..!:i e: S ~..s: t 'J:: !.l !.l .. !.l '5" :::"" OS a. ,g .!:; .~ ~ OS -t: ., '!;: ~ a- 'l:l .. ::: ~ 5 ~'S: .5 ~ E: ~ ~ ~ -::: ~ ~ .~ ~ i;I,l .::; 8.. ~ ~ 5 .~ C !.l ~ ~ e ~ !.l ~ -l:l .....:1 t:: o '0 u Q,) if; - 'S ;:l ~ ~ ..!:! 'C ]p., (Il c ...... ....l ~ o 1-< o 0000 o 0000 o Delrid tI)- fA- 00 r-- ~~~~~ "'1'"'1'"T b4- V)- fA. ;:l '" '" '" '" '" '" 000 000 citria 00 r-- ~~~~ "T"'1'"T if) V}- Vi- ;:l '" '" '" '" '" '" .~ 'I:: ~ = CI ~ ~ '" '" ~ ," ~ ~ '" .:: <::, -- :0 e QJ .. ...... ~ ~ '" ~... -'11--:- 0 ~ d q q .;:: ~ de: <=:- g~~~~~ 'p '-. ~ ~ ci ~ n ~~ ~~~ en ~ ~~..:::~ o..~~~~- P~==~;;,:'-: ? ,",~.......:::..::: ~ ;-..;..j -..... ~ 00 '-0 ...... 88 de' "" '00 r-- 6 N '" "" ... .J< ~ ~ c ';:; .5 2- \::! r- >-: i:i 0 OJ ~ ~rr: ., ~ ~ .~ ~ gj ~ ~ . ""O~ t );".9 ~ ~:t '- o 0 o u-)u-) C'o '" '" '" C'i \.0" \0'" 4f). 'Il"j" ifF "" 0000 0000 ci~~u; V} If'l rr'l 0 ~~~ ~ V'} fA- 888888888 ~~~;!gggg ~ \0 co 0 ~ 0.. <"t 11'1, lIi,.. f"j'" C"j'" ........... .......... \0 ('1 ...... ........ tn. th fA. fA- tA- fA- VF Vi- 0000 0000 ('I')~l1"ic\ C"l \0 '"1' t:"i O\oo~....... \0'" Lt"1^ C'; o _ - al'< aj ~ ~ ~ ~ ~ ?j ~ ~ o O~ 0 0 00 00 00""'; ('f") C'i ............00000 00... ......... LFlI\"% 00... ........... r*')1' f"j 0000 0000 gggg C'J,.. ......... l1'1.. u:., .................... - !\ ~ I'J. fA- if'; th V)- Vt ~~~~~il)nllllrJ 1\ 1/1\ \ "'N_[\ r\ C':l ~ C':l C':l OJ iU OJ :u V'F- f;h tf} if).. t.h V'F if} ifF C':l C':l C':l ~ OJ il..l OJ IV ('f') r"') C""'l ('Ii t:"i ('f") ...... ..... ....... ~ 'l'; ~ ~ ~ .9 ~ ~ ~ o~ g ~ I 00 S' -0 "0 "0 ~ .~.~ u ~ Il) 7'., C.J "'0 ;> C.s. ~ 2' ~ ~ ~ ~ "-1:!ci: ~~~~~c:: "" ~ S ~ c;::: t+: l+; 2-i8 ~ ~ ~ ,,~ ~ 1rJ. p.. p.. ~ IJ. ~ ::: 11 ~ '. 6 6113 6 is ~ ~ ~ -~ ~t:,...c::c::c::ac;:~ tl ,; ~ ~ J l'j" J ,J: J "~ ~ ~ ~ - ";::: --s - - ..- ~ ~ 0 ~ @ ,~ ~ a " 2' 2' 2' ':! '" ~ "5 '" -, ""- c ..S2 ..S2 ..S2 ..S2 Si "5 't3 ~.5 ~ ~Il 9 ,9 9 .9 ~ .9 .9 i ~ ~ ~lA ~ ~ ~ ~ J i :! 1/ 00 qo oo~ O. r-- - - <' 1/ I 6~ '" Q "5 '" " 't3 J ,5 NO t ~ N ~ 0 ~ llt1..2 ::>:: " @ ,~ ~ ,5 ~ C"i 0 N N >': "..~ .9 OJ ~ o5~ C"J C'l ~ 000 0 000 0 .Q ..f 0 <8 00 ('1 tf"l tA- t""; 0. ('l ('f '7" ('f C'1 _ ~ ... ... '" '" '" '" '" '" 000 000 C'i C'i 0 '00 '00 '" "':T "T ('J r-: r-" ('f <h V> ... '" '" '" '" '" '" '" N_ 00 00 0::5 ..f N '" _ '00 0." ..n _ <'I ... ... 000 oqo ci ci '" r-- 0 r- 0.... l..f1... -: ('1 ..- th~V7 ~ G e "" rr. "TO '00 0 ~~ C'o '" '00 ",' <'I 00 ~q ",t:: o o ci o C'o '" ('f ...: ffit (A (f)- Vl' tA- ~ ~ e ~ :n 8_'" N '" 88~8888 8 ggr::g~~g r! ~C\oo "" ~... ('f 0" ('f ...... "':T" ",," rrl oth t""; Vl V'J fA- 0 V> if> r-- "" ~ l:':s ~ ~ ~ ~ 0; Q) QJ Q) 0; QJ 8~8 ci ci or-- C'o '" C'o 00 rrl" C'f 0.... '" '" '" c' c !\ ~ ~ ~ ~ G' a1 ',C: V'> Vl (A- C#) fA ""' B '" <...:- ..... o "I~ ..<: " '" 0 ~ E o '" "co:; o - '" E Yt .", l' "" "'; ~ g e ~~ ~ Zl I:E. ~ I't, ,'; " > " ...- ~ b 't3 \< QJ c: iU c::>/ .,. 2 E ,,<J Et;~g 'JJ~:-'u ) : I , i ~ , ~ 888 0\000 '" 00 '00 - -- ('f"': ~ c c'. T c' 'c"cc . c I.:: u .5 E <:) E c:::; o ] <:) Cl </l o o (fJ ~ Q.) ~ Q.) bJJ t'<l C 'a .... Q .... Q.) ..... t'<l ~ S o ..... C/) 88888 8 00000 0 VT-thOOO r- ~~~~~~;;~ fr') ~ V)- V'F- Vt- ('1 tr) fA' V7- th 00 00 gg 88 00 00 U"l U"l 0" ""': 0000 0000 0000 o LI') LI') r- ltj 0\ ("'\. .......^ ~ C'; 00 '" ~V)-tJ!)-~Vt-t.f) ~ (':S ~ CI1 ~ ~ ~ ~ Q,J U OJ U f'l"'l t"""l ('OJ ('J ('1_ {j ~ ~ -.:: ~ l ~ -.:: ~ 2 'C o .D " ] ~ ~ ] .......u~t.t::~ ~~~ooo~ ';;' ~;>I~vJj e G: '- .~ ] "'0 ~ ~.~ I~ ~ ~ 8;-.-~ e ~ ~ ~"' ~ ~ .~ :.e"'a ~ ~ ~ (F. ,..... .. 0 :: .~ 0 ~ S ""2 2 ~N~CO ~.B rn ~ ,.:: ~ ::E ~ ~ .~ ~ ~ .~ ~ ~~<d:~~ ~~I~U\ ~ ',' ~ if} fft th Vt ~ ~:::{:r::.- ~ a1 ~ '55 '" '" - . 88888888 8 g~"~"~~~\~"~ ~ C'I..............V}. V}-U'") (A-~V) 'oo:T th 00000 00000 Ll"'ioooo r-OLf"lUjLl') U"l ~-.ol.Jjo r<")('f')("I"')O\ . " U"l __ .' . '. . 1'0 E ~ .. c Q.) Q.) f il ~ o (fJ ~ c ~ 'E ~ ~> ~ - E c E';' 0 d: 'Ei U ~ f3 ~ 'C 2: ~ 2 ~,:i:,< ~ 17. 9 g '" ~ u:1. t:1 . -g 0 i~j r.i) i {1~ ~ ~ ~~ ~~ ~c ., , ~ ~ ::::: t: ~~ ~ := <', 0:; ." '~ =: ~ .~ rA ~ frl'O g ..g ; ~ 'n ~I~~ s:i:~~ t: ~ 'B 2 ~ 'E ~ ~ ~u...clf) .;; ~ .; - ~ ,... 8~~88~888 O('jNOOoOOOO V"F_OthfFJl..OlfF-t..f)Q t"-LI') r<') ('IN r-"' -..0" 0.."' ~ t'I"") CO C"l V> W if> "" ~ . " " ~S.8 c..c.. .S .S -0 -0 " " -0'" :l :l uu ~..9 Y>"" \ ~, 1\ f, J/n 5 5 '" ~ ~ <', C"; \0 N",8 ~_\r- I (fJ "0 C o a.. ~r--;.- 5 'a:J ..<:: i=. ::9 :s! ?f ~ ~ E~t.t:~ -:c..cAoo '"; (:) -" '" ,p,:tt"o"O ,,1::;- ~ ~ : ~ ~~utt::"'7~ is 5 ;:J "" g "! J::::: C"J ~ ~~ ~ ~ ~ ~ .~ ~ t:: t: t:: u e...c ~ ~ 'J ~ ~.s ..... ('1 <:"'1 t- c.. c... o o o 8 o "" o o o 00 o '" V> I ~ OJ~ ~ ;1; .8 &i 8 ~j ~ '<5 .5 o o 00 o U"l 101 "" V> "" .. " U"l _ o - 1\ \ r.;.". ~ E ori \ 0:" t: ~ e- ~o 0 s. 'O.~ z { l ~] ~ .~ ~ i\ ~ ~] g ~ ~ tr. ~ ~ "e g 1:f ~ '! ~ ~ ~ .,';l1~'"1 ~.g 1;'p, 3 ;g~ ......It\~'" ... ~ oE ~ ~ ~ 6 ~ ~ t.88~~O~ 0..... ~ OJ~;:'~ Q,)~ E~ E t: ... {5 ~ ~ e 1:: '2 e 2 S~~O~-O v...,z", "l) ti~ ~ Q,) c: .2::liJ~-O ~(I) r-:1.'\~ u ..... "ow l('j -d ;;.;;e U'J ~ e ...=""'- 0 ci ; ~ ~ ~ .~.~ ~ 2 ;r ~ z-,~O.2<~;:.:o t:O.z ~ 8 ~ ~ g ~ -VIr- C'f C'j ..0 ...."" ..., - ... o 00 .0 00 0'\ .... o of') .... o .. ~8 ~g _ U"\ ('i C'; ... "" ~~ A : ~ .: c: ~ s: E c: ;: ;;. a. C f/. c; C u (fJ =:l 0 "'r' ..... 0... E =:l p... :::s t: 0 'p e u u 4J r/) ... - I-- 2 IlJ U 'C ll. ... '2 ;:J "tl ..!:! '3 '" I: .... - ~ - ~ o !-< -N~~~~~oo~2=~~~~~~~ IlJ 'ti CJ .~ I: '" ~ ~ ~ '" IlJ .. ~ ~ :;, El ., .. .. ~ ,~ -S 'l:l ~ ~ c:: i:l l:l ~ ~ c.i IlJ Cl. rJJ ~ ~ ~ ,~ ~ ~ ~ .~ ,5 ~ ~ ',,::: S '" J! :-::; ~ '<:: ~ .. '" ~ .::; ~ ~ ~i ~ ~ " 0 ;:! 0 'U-= :r.c.. " g 'C 'C ~ ~ c: c: o 0 ~ u v. V u t: v 'Yj ~ ~ ~ ~ g ]] " "0 2 ;; .~ ~ ~cC v. v :E "ii c: ::J o ,. .:;:: == ~ " N ... :.. ~ :S ~ ~~ c ~ .~ .3 ~~ u .g " ... E ~.g ::I ':./) La U-':: u 0 b -tJ ~ ~ c ~ g c: -" !:' z ~ "B 8 u "2~" g 2 ... U ~ ~ 'C ... u " r. - .. " e .~ ~ ~ u -E ~ o c 0 ~ ~ ~ ~ Uc...UU)~~UJ ~ g ~ .:; -;:; ~ " a.. ~ OJ ~ ~ ~ :.;;: c u ~ ... e " " OJ 0 U ~ E u " ~ " u 0 C ,. OJ 'C " 'fJ ~] v. E ... " s: " o~ u ~ ~ d: ~.r; < c.. 1\ \ 1\ r\ \ \ r\ 0- 0 N C'J '" ~~ -a r- - C'J "J '" C'J '" "0 " <C 'i3 ~ " o 'C E u e ~ ~ ~ ~ i ~ ~ ~ teE .5 ~ ~.!:! cf :; ~'e c.. " ci;e"22'E E .g ~ ~ ~ >- U Ea~~5~g If.; ~ ~ :- -n ~ U ~ I I !/ J / OC! 0- g~~ '" "" "" -a r- OC! 0- ~ :; C'J '" "" "" -a r- OC! 0- 0 :;:; '" C'J '" '" '" '" '" '" '" "" "" "" "" v v "" "" "" II I c ~ E ~ CJ U ~ ~ 5 ::: .S ~ u'a ~ or: ~ ~ :_._.2 ~ " E: ~ E ~ ~ ~ :.~ tJc:~ ~ .. ,6, 8G0~ 1/ '" 6 b c 5 ~ ] 'e 5 5 s s.~]gg~ ~ ~cf~u:- ~ B -;; ~ '" g] g~-~ 'lJ~~ :; 2 "S v~ ... OJ ;! 2~ c 's. ; .g g 2 g.g~~ ~ ~,~ ~ ... ~ ~ c ~ E " " ~ u "E " :I: '" ;; ~ -.c .S 8 .g VJ .~ ~ u c:.~ 1!5~~:r, C lJ E .e " 1 -;; .~ B '" '" u OJ " C ~ " lJ J5 E .. " ~ ..2 u :; v. "0 g C c: v " ~ E '" ... - "" " " .. ~ u .~ 2 .~ ;:: "" u ~ c: -;; 'c " '" ~ u ;il .~ E ~~ u ~ v ~ ~ -= " " E c c 'ii ,. " C r:r. C C II I , II \ / \ \ / <', "" .... '" '" ..... 00 0- 0 ::; ('J '" .... '" '" ..... 00 0- 0 I;:: ~ "" .... '" '" ..... 00 0- 0 00 <', "" .... '" '" ..... 00 0- 0 ;; ('J "" .... '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" ..... ..... ..... ..... ..... ..... ..... ..... 00 00 00 00 00 00 00 00 00 0- 0- 0- 0- 0- ~ J 1\ \ J \ \ r\ II \ \ 1\ I \ \ \ II 1\ \ j -0 C \ " 0 :; ~ ~ -S 6 0) 11 .~ 1\ "tl ;! <r- 'c ~ cr \: ~ ... ~ " c 8 \: c: -0 ;rJ 6 \: :9 E 2 " \: ~ 0 ~ '" " " '" ... 1 ~ " \: ::J :p ::0 6 '" ..8 " ~ 'J:: 'J:: 0 ~ 'J:: '" l:: g -0 ;: \: 1:: " 0 \: ~ " H 'J:: a " -0 'J:: '" ... u \: \: ,E " '" '0 0 ~ 0) E " '" >- " \: .~ ':; u \: 0) " JJ 1 '2 \: ~ u 0 '" ~ '0 " -E 0) \: 0 'J:: ~ '" g ~~ " ~ ... " -0 :; ;:: ~ 'J:: \: C '" .~ ~ :5 ~ 2- 'J:: '" " :; ~ ~ ~ 'J:: -0 '" 'n ~ :; ~ '" ~ \: 0) u :p ..6 .c ~ ~ " u :; 0 0) " -0 .E c:::: 0 u u ~ B gf i 0 0) '" \: ... 'J:: B ;.. ..>: \: "tl -0 " 'S: ::l " ::::l u u " \: " >- :9: \: " -0 'J:: \: U ~ '" \: 'J:: ::J .~ 'J:: c '2 ,~ :::! c: ~ ::l C -' S ~ u C g " s " c " c 0) c if; \: 'J:: 'J:: ~ " -< -< " ..-.:: 0 .J:l -0 ~ ::0.. U ?: v E u " u u -0 " u C 0 :; ~ -0 if; e ] 0 c e- ~ " .~ -< 'E if; 'J:: \: ~ ] .c v o(j " u " c " -0 '" =" '~ ?: :2 v; c u ?: t-- .2 r1 c ~ u " -0 "" -0 u ~ ji ..-.:: u -0 t ,,::l :; ~ ; ..... c g 'P C " o(j ~ u C u 6 ~ ':! a " -0 \: ::l 0) C 0) ~ tg 0 " " " " 1 ;:; e < ~ ~ :2 '2 c '2 c ~ c " 0 0 ;3 ~@ '" a - E c 'i3 15 ... " ~ ~ ... :0 " ~ u u u C ... 0 ~ '~ ~ ... ~ ;; 'J:: ;:; ... ~ :.5 .!:! ... E '" :: " ~ E ~ E '0 .E \: 0 'J:: ::;:: .~ ~ B U e u ~ 6 v - 0) 'E .c .~ " ,~ " " ..::: ti ~ C ::l l u '" '0 @ c: 'J:: ,e .~ ~ u :r.; r.n -0 'n u ... :; '0 u :;: 8 c 1i " ~ 6 ~~ c e '" " " ..::: " ~ ::l ... ... 0) ::l ... C ~ ..::: " 0) ] 0 0 :2 :l ~ 0 E: ~ < < ::;s 0 ~ :; ~ " l::i ~ 0 ::l - EI] ~ 5 " 1: ~ ~ ,," :l ~ ::0 ;..- './0 .<; ;..- r-- ::0 u ::0 :.:J ~;.IJ c:: 0 c... if; U U u .5 C 0) e Q o 1l ;- 0) CI Ul o o ~~~~so~8~~~8~8;2 bJ ~ ~ = ~ ~ ,u 'C E ~ ] f-:C:,,; ~ l5 ~ "2 ~ Q ~ ~ c ~ 1; C -0 c: U --c a ~ OJ ~ . '" ,;:: ~ t::::: 5 OJ :~ ,- ~~~:3 b c: ~ c: ~ ~ .g ~~~ a C 00 ~~.E ~' \ \ ] o r\ f-; ~~ ~ ~:'~ ==3;:~~~=~ 00 .. gf~ ~ gf ~~ ]~ ~ 'I:. ~ g -0 OJ OJ c: a ~ ]] ~~ ~ '" ~ 00 "'8 u ~ ~ ~] ~ ~.~ u ~ U) ._ ........... e'l:.~t~~ e :2::a t .g ~ ~ ~ ~ s ~ .; ~ ~"'O ~ .~ ~ o c: ; ~ ~ .F Cl ~ 8 'E .g JJ ] ~ 2 .~ E .~ (/J ~ 'fj 0... ..5 ~ '" '" OJ c: t:: C E .c cr; ..5 b ""0 .~ g : 6 ~ ~ "'O~] c: ;:: ~.~ E .g ~ 2 lfJ .oS: ~ .~ 'C e--< ~ E ~ ~ .s _~~~f;~ .' .. . . '. I \ ! . I .. : .. !. , .. I ". .. " , rr." :. .. e::_ ~ ... c' I"- '" 0" <'I "" ",," V> 0 ij 0 0 rn "" 0 c:: >6 r...: I"- "" l'- - l"- Ll) ....l -6 ~ 0-" l'- <'I - ~ ~ ifl If> ... fIl- 0 0 I . f-; E-t ... ~l.c "" '{J.l .<;: ~ 7- ~~~ .~ 7 o ~~c q ~ "c o ... n V> i ~ L I),>:: ~,r '\. ~ ell .>~ r<J !I/.~ ~....\~~ ...... i: ~c> 0 -0 ~) ~ Clc,', t :-g\ ~ \ '--' 1\ AC \ >\ c.> ~ ....,..,. ~ ..... XL ~ i~ < ,] '(1) en o o o '" ;:l ; . , . I ~I '~ ::l I~ S 0 ~ ~}J., ""'""' :--. '" ..., l-< c<:S U ....... (5 (j 0... c<:S u ~ o c<:S ::r: I o e o 'D u (1) en ;:l o ... ... ~ 1< '2 r- ;:l 00 u 0:- "0 Y" ..!:! 'C ]~ rIJ C ... V> ;:l ~ .. . .~ I C ~ N :) CI I ':,0' . '. 8 .... ... '" '" OJ -0 S ~ / ~ C ~ 'l"; .. . I .' . L.-.- . . . "" 0 "'< 0 ;:;:; 0 "" '" 0 ....l ",," <'I '" 00 ~ "" "" ... V> 0 f-; ;:l "" ... ... -: '" 'a 0: <ri ;:l - u 00 "0 CJ N ..!:! 'C ] Po. rIJ C ... '" '" c: u u ;:l '" ~ " '" 15. .~ 0 C 2:: 8 ~ 0:- :) 0 CI - lJ 0- 'E. -0 c: ::l C '" ...... ~ ]' .. :;:: "" s; -::- '0 '" u u ~ E "" c ...... -0 C c: U '" VJ c: 0 lJ e. ~ '" ;.;:l E ~ '" a ::>. c: OJ ~ j! OJ ...... c; u .= c ., s '" C 0) ;> ., o CIl o o '0 '" t:: ~ S " '" " ~ t:: " ~ .tl " 'S ~ .S :Q 5 '" '" " .S :-s " t:: " '" " ~ ...!:l is '~ '!: ~ e ~ tl., ~., .~ ~ S i:l:i ~ .~ ~ ,'3 ~ ~ ~ " Q)"' ~ ~ .~ ::s E: o .~ U ~ '-~ - ... 0 ..E~ ..; .~ 4l ~ .~ -g ,g : S ~ S.5 o ;... ::.::: ~ 0 '" "6 -; ~ ~~ "'CI:l-S!~ g, >'''~ B"058 =- ;,~~< "0 8 ~.S c ~ l:il ~ 0 ... ~ . :.;: . .c EZO~~ u .:: ~~J5 0 \0 '-0 0 ~ .... 0 N N 0 \0 t- c-, '-0 ....l c-' '-0 t- c- ... ;:; -- r-- .... 0 fh f-< ;::l '" -; ... I-- ~ 0 \0 f-< .. I~ - -< N 'S "" \0 :.s ;: ;::l c-, 0 "0 Q.j .. 0: ':;) ..!/ .:: :s CJ .. QJ ] ~ '- rJ) 0 '" ~ = .... '0 - - - -- "" 0) 0) ;::l u ...:!: " OJ C - :- c I.E. E .~ " VJ .. ! g = - os =< :s CI 0: .g OJ " U ~ 0: E :.s 1 ~ 0 ...., ~ U3 .... i5 'p ~ 1-< ~ 0.. (l) 1-< p., (l) .-::; Cf) o::l c o 'p u (l) Cf) "" <"'l 0 0 "" .,;. t- c- r-- ....l C'f 0\ \0 N~ ;:; - '-0 0 fh f-< ;::l " -; OJ ... 0 c- r-< .. 0 IXI ,...: 'S t- ;: ;::l "" "0 Q.j .~ I.l ... ..!/ .;:: I.l QJ ] ~ rJ) '" = .... ... ;::l " OJ C .:; t- = \0 os - :s CI I] '0 & s c ~ OJ "" " u S 0 I~ OJ OJ '-< i- -;; " E ::2 :- ~ '0 ...., ..:: bI:J .5 1-< ~ (l) o 0 0 0 0 0 0 0 0 ><:i 0 c; or; co 0 \0 0 oco U') ....l (",f i..I)"'~" 0\ t- t- c- o ;:; Vt ti4 ~ ~ 0 fh f-< ;::l ?: " '" -; u u ... 0 0 0 r-< .. t- o 0 U N ,..; c; 'S \0 ;: ;::l co ",,' 0 "0 Q.j c- ':;) ..!/ .:: CJ '-< QJ ] ~ rJ) '" = .... --- ;:; G G '" C .:; = os :s CI 00 00 \00_ -.:=;" I.ri' ('oj ('oj c o 'p ~ ~ u >< ~ ~ ~ 0: 't:; .::.; ~ E .s ~ s: ~ u ~:2~ ~ ~ ~ E'E~e JE ~ :-S.< u c o 'p u (l) Cf) .... o 'n u (l) Cf) ..". 0 0 "" r-- ex: co co <"l r-- - 00 00 ,...: -.0 co ('oj 0 t- \0 t- t- 0\ 0\ ....l ('oj' ",,- a' 0 ;> "" <A ....;- ;:; ... '-0 0 fh f-< ;::l :::: :::: :::: " -; OJ ... 0 \0 ('oj \0 t- r-< .. "" '" co "<1; 0 'S ><:i ><:i 00 00 ;::l ('oj ;: 0 "0 Q.j ':;) ,:: ~ .. CJ ] ~ QJ rJ) '" = .... -- -- ;::l :::: :::: :::: " OJ ,~ ..". 0 C 0\ ..". 0 0\ OS c-, 0\, co "" :s - '" CI 'OJ OJ OJ OJ 0: " cr: ,~ Ii c OJ "" " U I~ Ie::. U ~ ~~ ] u OJ .~ 0: .~ .~ .~ E ~ ~ ~ C ~ "" ~ 00 '" - (l) bI:J ~ C ,- ~ 1-< Q I Q t- t- 00 00 ('oJ ('oJ o\N -'2 Co. 2< ,J::; ~ c o 'p u 2 .... r/) c o U (l) (l) f-; '" U') t- r-- c; 0\ ..". co "'" ....l ",' 00 ;:; <A ori' .... fh 0 f-< ;::l ~ -; ... 0 '" r-< .. 0 ~ 'S ;: ;::l Q.j 0 "0 I.l ':;) ..!/ .;:: CJ ] ~ QJ rJ) '" = .... - ;::l 't: .~ '" C \0 \0 os ",' :s 0 CI - ~ :.a E! v E '-< & ~ ~ - oj .5 E 0) E 0. o " ;. '" Cl VJ o CY ~ c o 'p u (l) Cf) ~ l:: o 'p u ~ C/) 0 8 0 V"l 0 V"l 0 0 0 r- 0 r- or) 0 0 '" "" "" "" 0\ 0 N V"l 0 '" 00 ..,. - - 00, "'. ..,. or) ..:i N' ..,.' 0-' - - '-D" or) '" r- ..,. - .... .... .0 ~ '" .... .... .... < .... r<'l "- or) 0 Z ~ l-< ~ ':;; 't: :::: :::: :::: :::: ':;; -; ... 0 0 00 r- N V"l r-< - '-D '-D V"l '" q ~ 'S "" 0 "'" "'" 0 - = ~ '" .9 "0 .::! ... ~ CJ .. 4.l ] ~ rJ) '" = .... .... ... .... .... ... ... .... ~ 't: 't: :::: :::: :::: :::: ':;; .~ 8 0 0 V"l C 0 0 V"l r- V"l 0 0", "'... r- N r- 0 os ",' '" - '" ;2 , "," -:;" ::l 0 ~ N_ CI - ,9- p.., Z ~u ! E> .. " > ~ " "0 't: ;:: .. < 0) c: ~ <l cr. ci: ~ ~ 0 'J:l > c:: ~ ,~ :: .. .. E .. -< 0 0) ~ 0) l? Z u E ~ 0) .. .. N :.:: 0 1: l? 'r - 'r '" l:: o .p u B <Jl l:: o U l:: Il) ~ ... c..? l:: o 'p u 2 ...... <Jl l:: o U ... Il) .It:: l:: ;::l ~ c..? l:: o 'p u Il) C/) 0000, 00 0 ciddu-) ~ ~'" ~ ~ ..:i ~"gJ 'i~ ~ ............. o l-< ~ S~~ - .S ~ "0 .~ ~ .. ]~ '" = .... ONLt'"'lr- OVL..t:io. Ll"io~~ ..,. th th tF).. t4 ~ s ~:=: ~ .~ c os ::l CI coDar--- If'''lOao. 'V 0" N C'\ _...~ ..q-"~ :::: 2 ..:< u .. c: .0 o "il OJ:! ~ ::; ~. "'~u .51~ S: "'O'"OU'-t: ~~~d: E tt'i'= ,.):l ..,:;,:: ~ 0 ~ g g p.., Z ...... ;t:li:l:'r'r 0\ o iii 00 0\ ..; or) .... ~ ~ ] o l-< ~ = o .::: CJ 4.l rJ) I--- - bJJ .S <Jl <Jl tIl ... c..? I :r: l:: o 'p u Il) C/) ..:i ~ o l-< ~ - - .2 ~ "0 .~ ~ .. ]~ '" = .... - ~ .~ c os ::l CI E ~ ...... ;:: .g l:! " & ~ ~ to ~ t: .g " .!::! ~ ~ ~ t: " ~ {: ::. i:l ,$ g ~ .... to to ~ ~ ~ ~ 88~S;S88 OONO:O".o C\ r-......O\ Or- ~oooo oq-f-. 0." -.6 f"'")'" l.f')'" ('(")" "7''' O'"=t't"")NUj",,", ~thth~~~.:::. Z ~ ~ ~~~~~] o r-< ':I: = o .::: CJ 4.l rJ) O"'N q~~ :;too ..,., '" 0"'0 0000 Lf"iLl"ioo 0- 0 _ N l.f"'l" If'''l'' tA tA< tA b4- tl4 t;4. ~ ~~~;:~~~ 0V"l 0-:; oo\O~ C'\ g"::3" ~ - o 8, ~ o '-D c o 'J:l .~ E f t) '" ..:< '" c 0) .. "0 '" ~ -< ~ E5",~ ~g ~ ~ CJ .; ~ g .. ~vr=::::..CF:.~c:e o r<'l cO ~ ["0- ..., .... .... ...." ~ <Jl E Il) ...... ~ <Jl ;::l o ~ l:: tIl ~ U ~ 0 0 ..,. ~ ("oj N 0 V"l 0 ..:i r-" or) N ["0-" ;S '-D .... N \0 0 ~ l-< ~ :::: -; ... 0 ..,. r-< - '-D - <Xi .2 N = ~ 0 "0 '" .::: u CJ ~ .C 4.l ] ~ rJ) '" = - .... ~ :::: .~ 0 C 0::, os - ::l N CI -B ~ E .. .. ~ U ...... 00 ~ l:: o 'p u ~ C/) r- r- oo 00 ("oj ("oj O:N -'2 Cc:>. 2< il .... <Jl E ~ ...... ~ '"@ l:: o .p ;.0 '"0 ~ 8 0 0 0 0 0 0 0 0 N N ("oj 0 <Xi 0 <Xi cO '" '" ..,. 00 '" 0 V"l ..,. r-" 00 ..,.' N' 00 '-D" N 0\ - ..,. - - N ... .... ;;;;. - .... ... .... r<'l ~ ':;; u :::: u '" -; .. '" ... 0 r- 8 ..,. 0 0 r-< 00 ..,. 0 N -. <Xi r-: "'" 0 <Xi '-D 0 '" = ..,. "'. r-" 0 - N .::: CJ 4.l rJ) .... ... .... "" ... ':;; u :::: u '" '" '" 0 0 0 0 0 '-D r- ' - '-D, '" " '" - '-D 00 N I", "0 I", ~ :l 0) ~ f-< 0) ~ :l - c: -0 .. .. 0 "'0 ~ c: ~ ',g :l c: 0 0 ~ is i:l: Ii I';;; ~ " ~ u G~ c: c: 0 c: '" '" '-' 'J:l 0 > E '" 'J:l 0 ;;; '" ;.:0 0 ~ 1 0 ~ .g E " 0) ~ c': 0) -< c:: f-< :l ~ ~ " -B '"'" "0 ~ t: ;:: '0 '" u l5 p.., :g ~ c: .. .. 0 ..:: '" u - u en p.., c.i ..: c Q) E 0.. o G:j > Q) o r/J " Qi -, l:: o 'p u Il) C/) f-- ...:i <: F-< o F-< f-- ~ f-- ... 'S ~ 't:l ~ ..!:! 'C '3~ '" =: .... - ~ - .~ ... =: 0:1 ::l C1 E ~ - ~'";i '~ -55 ~ Nfj~ t::;E'O Z ~ ~ ..<=_ -"OS; i: e ~ i:i5 c.. d.J c ~ :; 0; cu "':>::-5 "'$:.2 as ~ '0 ;. ::: 0 E~ ~] u '" ~;..: Vi' f-; Z ~ Z o p.. :::E o u o ~. ~ ~ o 'P (Il OJ:) .t:: ;., ..... I s '" ,5 .9 'E i:i5 ::: '" '(;j :g '-~ :>:: 0 $'a ~ as .;: 50 '000) c~~ E~~ E .t: 0'00) u ::: ;. ~ ~ 0 . ::: - B E "2 a: .9- 'S ~~O"' '@ go ~ ~'o] 0) _ 8~r; co V'J ~ ~.. ~ s E ,'= U c..E~ .;; .g i: 0" '" 0 0) U =; ~ E Q,) VJ 2 u ... '" '&~ ~ '0 ~ ::: :E E .$2 Q,) 8 i oS "E .5 E ,- 0) 0) '" ] a:s u ~ '0 .5 :E c e; 1) .9 ~ ~ e ... . 0) .s]8- u 1: do) ~ 0) ,.c:: ::: c.> - 8 ~ g .. 0... '" ~'E~ Z 8 ~ ~ o 'p u ~ C/) 00 0 00 0 o v; ..d "" '" '" N '" 0.... 00'" _ U'l ... N ... >, ;:: o ::: o '" 't: '" e- o u '" " .c R ~ ~oo 41- ., ..c. '~ 8 2}ijj <o::S to::S C'CI C'CI ~.:; .:; (j) o 0 o 0 u-) oci _ 00 _ N ... V> C'CI C'CI <o::S C'CI (j) (j) (j) 0.) ~ r- oo ~ 000 000 ado ... U'l U'l U'l r- oo" ... "" ~ ," .~ ~ '~ ~ ~ ., ~ ~ ~ '" ~ ~ >- .~ d ; ~ " ~ ~ 80 ~i&~ ~ 8888888888 gggggggggg N~\CI\.O'<CO l..f'\ tr'J" .......'" r-: 0..... U'j'" \D" N V}..............~_tl4 N t.4~ ~ th ~~~~~[j~ 00 00 U-)U'"i Nr- N 888888 ggogg~ NOO~OONr- rr) t'f')" ~... "7" Lt")" ... ... thV}~V'7-V}t4" ~~~gJ~~:= ~s -~~N("t"jCO ~ .... ~ ~ \oJ '" =- a t:: !:! ~ " ~....................< ~::E::E::E::E::E.:: ~~~..o..o..o= d~~=:-~~~ ~~~~~~~ :::::~d.~d.~8 ~uv~~~< '--lS:~~~< ~ .... ~ ~ \oJ =- " ~ ::a ~ J ~Oi (l$ """ b " ~ 5 5 '" u =158 <..... ' 8- ~ ....... '" 0 ~()B3 0000 0000 0000 OONN Lf"l,..O"O...O.... 0.___ ti4 tit th ~ C'CI t'I$ C'CI C'CI C'CI (j) <:) IlJ (j) (j) 8 88 o 00 o N N U'l 00 NO. 0." ......." ......." ~ N ~~~t4t4 to:S C'CI <o::S <o::S cd Co) U (j) (j) (j) ~ '" -f o <= V; ,g .~.;.@ 'f; ~ ~ t"$ C'CI c.n...J.o::~ ... ... "0 -5-5] '" ",- ~~-g U~= <.... ~~~ ~ 00 00 go U'l8 " ... "'C ~ ~ CJ ~ <I. - ~r.J. ~ ~.:" oJ ~ ; .\,,) (j) ~ ~ ~ ~ ~ 0 o ~ ~ 00 00 00 ... U'l r- -0" ... <= o '0 '" ~ " 0:: o ... ~ o Cl :; o ",' 00 '" .... 0000 0000 o.nr-J-..:i thrrlO\<o::t N U'l r- oar: (A~~ V> ... ,...... rl 0 ~ 80 ~C "'-; ... o f-; ~ en .... " " 00 - Vi' ~ Z ~ Z o p.. :::E o u Cl ~ ~ Z'-;::;- ~ .:: ~-; '---' ,'" ~ ~ '--l .g ~ ~~ "t:: ~ ~ ~ I ~ ~ ~ ~ ~ r; ~ '~c 'E .g ~ JS v; U ::0 ,~, J5~~~ " '" '" " " " 000 000 Lriocioci _0000 _ N N "" ... ... '" '" " " " " ~....'" oo~;:;::; -;::;- '" ~ ~ '~ '--l ~ ~ ~ I~ ~ ~ ~ d .~ ~ ~ C) ~ ~ '""-- (/J r\l --; a;- ;:l '-1> ;,:: ~~~~ 000 0 000 0 000 0 ~ L..t) L..() ~ cr. r- oo'''' .... ,..... r- oo 00 N N ~N -'2 Cc.. 2 -< {; u.. 00000 00000 00000 00000 C'J-.;t'..::J\O\O ("")" "r--"~L..t)'" ~;.;;.;th;; '" " " " ~ ~ C'l:l ~ (l: c:; c;.. u v C) 88 Lriui N r- N 88888 ggggg NCO-.::tCON ('1"')'" ('1"')"' 'V... 'V... L..t)"' ... V> tJ4 ~ ~ G4- (A-. '" " " " C'lS ~ ~ Cl:l ~ U U C) t;.) i.) 00 0 '" - - t""'l 'V N C"'j ~ ~ ~ \oJ ~ ~ ~ ~ "'r/:Jr/:Jr/:Jr/:Jr/:J d~6~~~ ~~~J;J;~ ~~~~~;.u Ci~~~~~ U~~~~~ u ..:: -= 0) E c.. o OJ ;. <l) Cl r/:J v Ci '"0 (!) ::l c: '.0 c: o u c: o '.0 CIl Cl:J "t1 ... ...... ~ c: o ".0 u (!) [/) - '2 ;:J "0 .~ ~ .. ]~ rIJ C - ,~ -= 01 = C1 ..l ~ o E-< 888 000 '" 0 ""' ""' I'- 00'" ;;;, ;:J ;:J I~ 1 (3 I~ ~ 1::; ~ -- ~ ., ,'" v -- ~ ~ \J 888 000 00,,", If'; LIi,., t-... 0.... .- ....... '" '" th ('l:! ~ t'l:I as ~ Co) (U U Q) CJ 88888 00000 OLliOOLf) L.f"lr-LfjL/")t- ct:J" 0.... 't"'"".... ......: - fA- th ~ (;h ~ ~ (l;I ('l3: t'l:I (0:1 U V lU G; c.) s: 'C C.) ('Ij :.- ~CI:~~ ~ ~ t; .~ ':- ~ >: E "E ~:S5.s'" t~~~~ e<:<: "'~~-- 00 00 06 '" ""' I'- '0' th c:: o ':0 ~ " :>: f: ~ ~ 'E li c:: "S o q N o ..... I'- '" '" 00 00 60 th 0 N. 00 00 00 00 000000 000000 oooo~o oooO~t..r'J ~... ;... ;~ ;:;... ~... ~... ~'VWtA-~tA N th 00 0 00 0 gg g Or<")ooco ~~~~~"'f::f ~ tA- fA- n~ 8 ;S ~ Z "'~ '-" -; ... o E-< I "'..Q := en :=~~;::::::::=:::::~:=:;:::=:~ OOOOOOOOOOLnO ooooaOOLfjooC()Lfj oO~Oo00L()~~..,frri~ r:-r'l N............. W-tA-t.04fA-W-tA-tAt#FthtA-tA-~ '" " :=::=:=:=::=::=::=::=::=::=::=:= 00 - o8~o88888ooo 'V:}v ~ ~...~...co ~...::...g ~ ~ ~ ~ ~ " ] ~~~~ H .B I \:::l c...:~S-Jjul:q ..... ~ ~ ~ > o:u ~ S?Uvu s: 15: ~~ ~ '.'" ~ ~ .... U U U 0 U 0 U 0 ,\3 - -;--.. "''''.....>~~ON>O>O...,. E ~;:08::..::.."'''' ::l.Ni=l.N ;::00 OOOo(/)orr.o(/)~ .~ o:t: N N N ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ;:1 1c.E.. i2 ~ ~ '" ~ ~ ~ 0 ~ 0 ~ 0 =: O'"'~,.!l!~~~(o:I(l:j~ (0:1 cu ~ ~ ~vuu...OOOO~O~O~ ~ ~~NNNNNN"i='-"';::\c:f~ t ~15~36~~~~~~6~ 5 .~ ~ ~ u:. ~ U5 ~ en ::::::- v:. :::- r.n :::- ~ (j i:t'~~SOO"';"""N""NN (3 0000 0000 0000 tAOOO ~~...~ ~"'- '" ~ t'l:I cu cu (0$ u v U Q) C,.i 88888 oodoo OOOtf)O 0", \0 -.:t rr; ~ - t#} th fA- tA- fA- co;t cu cu cu cu u U c; Q) U .......-'Os;:C\l./") ~ ,~ -<::- ~ c: 'B c; u C c c ~ , ~ c:: c::- 'a 'a N ~~:::;- ;"(..jN " :J c: '(;; ,5 ~~ o _ - '" 00 00 00 ,,",0 - ""' t<'"1'" .,....'" '" '" 888 000 th 00 ~. ~. '" 00 '" .... 0000 0000 g~@.~. ~. 00' 00 00 ~~~<A- ~:::::::::~::::::::::::: l./")l.l')OOOOO C""').,....cooococoo oooooo..-i fA'- Vt- ~ ~ tAo VF ~ :::::::::::=~~::=::::: 0000;;;:08 8.8.88080 00..... ~~o~808 ~~I'5 ~ ~ g c ~ct~ " 0:::::-" ,__".. ~ E E .:= '=~ - :,..,- E - = ~ ;;og~3'; ~ u lJl~ J]I~ -.I~~B~c ~~~~~~ t: .\: '\: ~ ;l:l v ~ ,~,;: " " " ......~~vvv ~- ~~~ .~ ~:;;:- <: <: <: cS:i~~~~ ] <: :E3 U ~ ~ s: ~ :! .~ u ~ .9 'E S: ~ ~ ::l 0 ~ g E.... ::: u ~ ~ ~ ~ u",<; o 0 o 0 6 0 o th o <:5 '" '" 88 00 00 01'- 1'-' th .... 888 8 ~ d 0 0 r-- 0 0 -.::t .,.... 0 l./") r- '-D'" If'!'" r-'" Lt)'" tAo 0. t.4 ~ th I'- '" ~~~5v.$! o 88E7 gg.g 0""'00 L..t')'" r-" 00 888 ooU-; 0,,",1'- If'! tr'; V ",' fA.Vt-~tJl!ilo~ ~ ~ ~ ~.!!; NN~"""""" x c c ~ .9 .g c; ~ ~ ..:: q c: .;; ":" g ~ 2' u ,S: ~ ~ ~ c 'j' '3 ~ g.5 ~ <13~< I'- I'- 00 00 N N o\N -'2 Cc::. 2 -< 13 I.:.. ~ '~ :::::: u ..: 0: <l) E 0- o "' > <l) CI C/l o CI r-- r-- 88 N N o\N ~l 2< il ~ 0 0 0 8 0 0 0 0 0 0 8 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 d ,...: <1'i ..-i d -=i <1'i d d d d ~, d d d ,...: - 0 N <Xl 0::, '" N - 0 -- 0 0 0 t- o N - t- '" 0 0, t- o 6 t-' 6 ;;; <Xl' co' 0' '" ",.,..: ",' d' 0- N '" '" - - N - .... ... '" N ... - '" - .... .... 0-, - .... - - '" '" '" '" '" '" ~ '" '" '" '" '" .!!l -; " " " " " " " " " " " ... 0 0 0 0 0 0 0 0 0 0 0 0 f-l 0 0 c:: 0 0 0 0 0 0 0 0 I ,...: <1'i '" d -=i <1'i ~ g g d d ~ 0 N <Xl 0::, '" N '" 0 0 N -, t- \0 '" "1. <Xl 0 = 6 ,.: 0 - <Xl' <Xl' 0' N' - ",' 0- N '" '" - - 0 N '" .::: (J C.l Cfl - <Il -- -.... ....- - -- ....- ... = C.l = 0 '" '" '" '" '" '" ~ '" '" '" '" '" .!!l t:l. " " " " " " " " " " " e 0 (J 0 = 0 f-l - - - - - - - N N N N N - ... 0 'tl ... :.c = .; = ... C.l ~ ..s ~ 'Qj ~ C.l 'tl () :l ~ 13 ~ .S ~ 0 '" ... ~ ... ~ 0 ... ~ ... (J ~ ~ ... f:; '" "0 ~ ... :l: :E ... () ~ ~ " = ~ '2 ... ... 1: 0 ~ " " U E '" " OJ " ~ ~ > - u i:t ~ ~ " ,~ ~ d: ~ ~ 't:\ c: ~ ~ ... ... " " 0,g u c: ~r:.r:. " ~ ~ :- .i: ~ .... U ::l c: ~ ~ ~.g OJ '" " ~ '" - '" ~ 0 0 c: ;> ;> ~ If.~ .$ u ..,., 'tl ~ 0 'B. VJ ~ .~ ... ..:: .~ .~~ .:: .:: u g - ~ '" '" 9- f:; " " U U ::0 c:: V .... .... ~ ~ d: ~~ '" <'! ~ ~ '" N 00 ~ -' ~ U '" '" N u oS ..r ~ ~ a:l > '" o rn e,:, cr .... C,) .... ~ E o .... C/:J 'tI ll.l S ~ ~ c; 5 S ~.~ 5 ~~~ \.l ..$ ,,-' :!(l 'tI ~ ~ ~ ~ i5 ts ~ .~ ::l "- "- :: c ~ "- ~ \.l ~:e~ .\'! ~ :--i .C:; s ... ~ 9lI~ "- .S Wi 5 ~ ll.l ~ ~ ~ ."'" \.l ~.... .$ ~ ~ S ~ .g ll..\ ~ .~ ~ ,~ ~~~ ~:~~ .$ ll.l ~ ~ ~ ~ ~ .... " -8'~ . ~ :6 ~ .~ li :':J s. t ~ ~ ~ S !l.l .... ol:l "- a. ~ ll.l ~ ~ 1:: oS \.l ll.l ,'" ~ ;:: .c; 1:: ,g 'tI c ~ ~ ~ ~ ~ ... g.. g "e .. .... '!: a. ~ e 10: 5 Cl.,..!:! S S ~~ t 's ~ .~ t:"'~ s..'~ .S .~ ~ 'S .,c:: "- 'i ~ ~'tI .. ::l i5 5 Cl.,'!: .. .. c .$ ~ a. oS : I: .:!/ ~ : ~8..5 ~ 5 .~ C !l.l ~ ~ E ~ ~ ~ t:: o 'J:l u C,) C/:J .. '2 ::;J "'0 .~ ..!:! .. ]~ '" = ..... o o o ... 0000 0000 eouid tl}oor- r- '-0" ('I") C"J"Lt"'I t'I")" """""" ~~~ 000 000 oO:Lri ~ ...0 C\ r- </'l 0'" N" N ... '" ... tl:I ~ ~ (o::l c.; I:J (.) ~ 0000 0000 ~L1"il1"'ic\ N \Ci 'V t'I") O'OO-v....... \C)" l..f"l" N" o ~ ~ ~~~<A- {o::l Cl:l Cl:l Cl:l U U U QJ n ("Ij r'li ('<"'j !~ c E ~ :2' ;< c g- ~ 2 ~.~ ..; '" -:.: ~ C ~' ::-: ::::: '-:' "" :::l '" ,- G OJ ~ ,..; C Q .~ .5 ,E. ~ .. ~ 00 ;; el~ '""S 8 ~ .i:: ~ .~ ~ I ~ ~ ~ ~ ~ ~ ~ "E ~~~cci......:.<;;:O<~~ ,.~ X ~ :.< :.< ":::,' .~ ~ 8 0 .~ IJ.J ~ ~ ~ ..;:: ~ '0' 0 0.......... s..\O~\Oc....,! ~ co:t~ E ~ ~ :: : >< -e. ~ ~ ~ ,_~ ::l ~ '!':: ~ ~ .E .55 ~~~gg~~~~i~ g o 1-< ::;J '" '" '" " " " 000 000 dLl"ici oor- r-... ...0 rr"l" Nt.rltrl """""" ... ... ... ::;J '" '" '" c.; ::.J CJ .~ ... = os = CI ~ -I:l ..... -.% .~ ~ ~ ,,", ~ e ~ .... ..... 00 00 ll"ir' ~:; ...0" \C)" "" ... ... 0000 0000 o";:~Lri ~ LI"'l t"") 0 'O::j"'" l:"""'~ If) L.f) t'I") t'I")" ... ... ... 000000000 oo~ooooo 0 ~~a;r!gggg g \Q...OO...O...~...O...N v:..1.1"l,.. ("j ('I") ,..... ...... \Co (',f'....... ..- Ql!!JotJl}V}~W-tA~tAo Cl:l Cl:l Cl:l Cl:l Cl:l Cl:l Cl:l Cl:l ~ Cl:l Cl:l ::.J c.; c.; ::.J c.; c.; ::.J U ::.J U c.; 000 ~~~ _ _ 0 co ~ </'l ......... ('1")" 88 ~N co co ",co C"I'1" ('f')" 00 ~o oo~ 0" r- - 0000 0000 0000 o ("Ij 0 0 N".......... U'1., I.1"l,.. ......,.....,..... ...... t#F~~W-Wtl'}~~t.4thfcA. ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ u u u ~ ~ u ~ ~ u ~ ~ ('Ij('lj......................Nlf"'IN.......- -;::: '~ 1 ~ '"' e '" -l:> -I:l ~ .~ ,~ c..; ~ '5' -0 ! '5' -0 ! '5' ;>. E ;>. " ;>.-0 t:=C'goc~ ('$ ~ ~ ~ ~ c 12 2!2 S!2,.E ~... ,.., 1"-- C,) 0 ~ 't:: ;:; ;::;: ;:; ;::;: ,., ::: ~ ~ ~ ~ 00 - - - ..... ....... t"'\ ; - "'0 ~ ~.~ .~ .~ .~ .~ ~ c;: ff ~ .Ji ~ oo::t oo::t v -.::r ~ I eo; '"0 c ..::! l:.: ";7.77., ;::~~".J ,- ;,: c =- <= '" gt ~ '" '" ~ ~ ~ 0 0 0 0 0 ~- ,- -9-..-9-..-----0-0-0 ~ ~ ,~ ,5 ,~~5 -;; ,~ ,~ ~~~~~~~J~:! If'''I .:: NO N N ~ 'if ~ .,. ""'CI ""'CI OO</'l N N "" ~ is ~ a ~ ~ ,~ 'B o .S NO g ~ :9,_-, 0 . ~-~, ,~ .~ -..:J .5 "''''' >< '" ~ .5 :.< ~ 00 c ~vJ; '"' E" "". ..;; ::l E <; ,E ::l ~ E ,5 ~ .2 ~ ~ -:;:;:: ~:g~ ..;:! 0 c ~OV3 000 000 ~oq:o co N </'l ~ ~~ ~ N_'" ... ... '" '" '" " " " 000 000 NNO '" '" </'l """"'" r-~ i"'"' ('f ... ... .... '" '" '" " " " '" N_ 000000 oooo~o OcOoq:o..-o ~Nlf"'Ilf"'Ir-O -..:Ji"'0\Ln.., ~"'~~~th ... ... := ~ ] cr, fJ) ;:b888 ~~~;:: '" </'l" N thV}-www ~ ~ ~ en v. o </'l ~.....~ 'OJ ,~ ~ ;- ~ ~ -.. ~ - ~ ~ i] u S .~ 0 en --g 3 ~ ~ tt Ci ~ .'-.c~E E @ :;I~ ~ ~ g ~~C';JE~~8 " U.1 '" ::l ..2 !:II--=- ],",~~g~g c .~ ~ .5 ,2 ~. g ~ ~ ~ 's. t) ~ Qt ~ .~ .S ~ .... ~ lr) ~ V ~ I ~ ~ ~ 0 g .~ ~ ~......v;oz~::EU.1 o o g '" </'l N" " r- r- oo 00 NN ~ N" -"'C Cp., 2< .0 0) "'"' 000 oo~ 00..- ... 0 r- '" '" ~~ N~ '" .... ... 00 00 Oc\ '" '" CO ~ ci N~ '" ... ... 00 0 00 0 cO 0 ~ CO '" r- ~ ~ '" .....~ ~~ \C)~ ...... 0 r- ... ~~~~~~~ I:,) c.J ~ '-I c.J U ~ o Eo-< I .0 = fIl 000 35~ Or-'" '" '" CO ~~ N~ o~ '" '" 888 0\000 "'co'" ~ ~ ~ ('.f....."' -.::r~ th~~fcA.w.-tA< ~ ~ ~ ~ ~ ~ (OJ c;; c.J '-I c:.; I:,) c o 'J:: " " c c o " B ~ " c ~ -5 .~ OJ c ~ '-:' " ti :::::" c :;;:e ..c c '" 0 ~ E o '" c:: c;::; '"; .g ~ ~ g ~I~.s ~ C~""'~ o 5 t5 C,) E t; ""0 ~ .~ 2 E g - .: ~ " ~ 2~]~c3 oj .5 E 0) E g- "i3 > " Co r./J U CI 888888888 ggggggg;2g lfl If'! l1"'J C\ Lf"l ....." c--)' ~'" r--'" v'" 00'" ("<'j......tA-~~C"\I ~ ~ ~ ... 888888 ggg~~~ Lr'lLt')Lf"lo.N o"'v.... "'c-r)C'\l" 00" - ('oJ - f;A<~~th~~ ~ (l:S ~ ~ ~ C'l:'l C) CJ il) C) CJ <:J ("Ij n ("Ij N N....... it '!:: o ..c 0) ..$ 0 OJ ~ es ~ ] Q) ...... -=-4-'~ OJ:) .? "" 0 "-' P OJ ~ C ~;! 00 c.5 .::; '~~ >I~~.E C<l '" .:;: c....::: e ~~~r.J'.SI~~] H ~:3 ~ ' ,~ E ~ ~ - """".9 E ~ C'l:'l ~ t: ~ J:: "s: ~ ~~~~~,,~ = ~ ~ .5 .~ ~ ~ ~ g ~ ~..J. ~ ('l:j ::c t'd c t:: ~N:<~en:2~ o ~ ~ .~ :: i ,~ ~ ci5 ~E?:;%<,,-;:;::~ 00000 00000 00000 00 U""l Ol/j OOr-Ll"'lN v'" 00'" I.ri' -.:::i ~ N__tAc ... ... ... 88 8 00 0 o 0 r- If'! If'! l..f; N'" ('Ij" 00" ...... "" ... ... -; ... o oooooooE-< 0000000 I ~g~~~gg.g If'! Lf"lLr'JrJ) ('J' f"""'l" thtA--th-tA--~tht.4 ;::::~~e~~en O\OLf"lo ~n;:;:;O\Lf"l.............. s- " E ~ .. " i ~ " ~ ~ ~~ ~::.. ~a .. '" "" :.a ~ .S ~~ 'C) "" .~ .;:: '" e" '0 ~ ; v. ~ ~ EI::! i!f Ii ~:.a ~ :..c ""E ... '" ..c .... c CJ '6 i: ,9- ~f-.~ s:: "2 o " "" ~ e ~ o " '.0 ~8~ .fi@ - ; Q,) 5 <2 ~ '~ ... 0 ... ~ "E ~ ~ 2 i: S ~ ~ if; ,q ~ r- '-' '" "" "C o"'i) c zE?::J C/l C o 'p u It) C C o U ~ It) +-' C<l ~ E o +-' VJ 8as@ cic--jN "'-0 r- "" l"''' ....:;;" 00 ('oJ ... ... 00 00 00 ... ... roooo Noao 00000 \D~lf'lO '" ('oJ ('oJ 0." ~~... ... ... ~:; ;;)~~~ ... - ~ ,6 0.0 ~ .5 .S v'" ~ """" "" ~~ ~ "" " uu u J2..5 ..= - ... ... :==:==~:::~1-g,..r!; @@('oJ~('oJ8 ~... \0 l"")'" r- c It) It) Z It) ~ :f e o " "" " el I--v.- -c;; 61--u tot ";:,";:.::9 ~ e~' 21~~~ ~ _5 _5 ~ ~~, .~ 5 I ..;:!~ ..:::: c.:: ~ ("<'j co t= c 6 6 ;:::: ? ~"c 6 ,g 1t:!.1~ ':'. 1i !'l:: -g '" .. r...~ r...., ~ -0 t'd'" "'" ~E::g~Q)~~~ 8 8 ~ 18 J .~ ~ i: ......"~:-:g~~ ~:..a ~:..2 '" CJ u ,!; "'e ~, ,.D r;; ~ .5 .$ l' () OJ ,s. . c ~~;;!j;~;..-Z ~ C/l "'Cl C o ~ 88 00 ""0 ('oJ ",. -.... "" ~ :;: ~ ... ~ ~ ~ ...., ,~ '~ I.ll ~ ~ '" '" " " ~ '~ {l~ ::;0 ~ &< ~ .~ ZQ 8 o ... o o o - C/l E It) +-' ....... C/l :;j o It) c ~ ::::l It) u C/l :2 '" 0) ::0 ~ ,E 00 - B N - ~ '" " c.. 'E.. 01; e '~ .~ " ... .. t: o E "" " ; td -'" E ~] 8 o 00 o ",,' - o o 00 o "" - .. " o ~ "... E u-i " e !'l:: 0 ~ .~ " " Jj ~ '@ ..c ~ '-ol t:"'U ~ 0;:'" c:: Z .8 0 t; '.z:: ~ ~ ~ ~ ~ ~ >, 0 0 .. ('oJ U ~ >< ~ ;;... ~ ~ '0 I ~ Q ~ ~ ~ ~ E i: '2 E 0 ~C;::2ci5 o ""0 ~ en U OJ C ~ r.J ~ be c5~&~ r- r- oo 00 ('oj N ~N -'2 C"'- 2< ..D ~ ~ 8 ~ ~ g :; _ "" r- N"'N'" v3 ...... '" o oc .n oc 0- ...~ ;;;>0 tt') ...~ vr ~ -; ... ... o 0 ~ 8 r-: E-< ~ g .g ...:I ~""".OO = N N .2 ... ~ Q.l 00 -- ~~ o z u .5 ;: <.> E "'- o OJ " (l) Cl r/J " o ~ o 1-< ~ IIJ .~ .. i:l... ... '2 ;:; "'0 ..!:! ] UJ = .... - =II: - -N~~Lf"I"'r-OOC\S 'ti IIJ IU CJ .~ = '" ~ {l ..:: '" IIJ .. ~ "8 cj ::: IIJ E c.. '" (Jl .. ~~ .~ 'S ~ t: .. ~ IU t: ~ II ~ ~ v en ::l o ::c 0.. E ::l p., :!i E E !:! .~ l:: g .~ .~ '0 .~ ... ~ ~ ~1~~ ... ::I ~ Cf:. <.Sl 13 2 ~ 1; l:: -ti ~ 2 2 :~~g~ 5 .g .g ~ ~ .:::: u u _ ~ ~ '. E E ~ .. ~ ~ g g'~] '::""UUF-<:>:: ::E c:: o '.0 u v [/] ..~ '" VJ .9 c:: ~ ; .g :; :E Q) U 0 'B 0 E Q) c:: ~ c:: Ir. 0 o>cc::u- .t: ;; 'B u~ .. ~ " lj ;;: B u li E c .g ~ Q) 0 :t ~~~~~~~~~~N~~~~~~~~g ~ .:: 2 ~lE C: "'0 o .. )?!Z:>:: 'E ~.. g u ~ C 'I:j z: t ~ ~ ~ g t: ~ 5 g U~C/3:;;:~ g ~ t> ''5= C) .. CJ ~~ ~ ~ '0 ~ ~ ~ 0 ~ s~0 ~ 'D .~ "'; 00 :- ..c::: ~ '0 .~ _r"~ VJ< "0 CJ c;:: 'i3 o ~ g 't: E ~ " E B (5 ;: Q) ~ ~ ;.;;; J:Il ::l. ~ E C/'; t E ~ B ,~ ~ ~ ~ c ,~ ~ VJ 's. CJVJQ!;~1J 8 ~ E .~ -0 ~ ~~B;~~ c..::;>~CI)_~ CJ 1:) ~ U c:: o U "0 CJ " ~1 "0"0 "0 .. o CJ (/"j~ c Q) "'" E C ~ ~ ~ E~ ~~ CJ OJ g " ~ o ,5 ~ e ~ :5 Cl:l"" ~~ v~O:::H~ ~~~~~g 03~c8~ r-- r-- 00 00 N N o\N c'K ~ <: ... .0 IIJ ..... ;;)~~~~~~~~ -~ E E 5 ~ E .g g g ~ o CI) ..0 ; ~ ~ ~ ~ C'4C"~ ~.::::.<:~,.... - 2 Z! gc .:!i -g :3ci5~~l~ ~:;;~~~~~!;t~~~::;:; c CJ E S " ~ ";; U '2 .. .<: '" '" U CJ U C ~ c:: :.J ~ li E ~ ";; ~ '" ~ <2 '" U '" OJ ~ CJ == "0 '~ C ~ E ~ c:: CJ ~ '" u ;.;;; C '" ~ E CJ -a ~ -i5 CJ ~ - ~ "0 ~ E CJ '" .<: '" t: .<: U :; ~ VJ U c:: '" ~ '" CJ .~ '2 g- '" ~ " U "0 "0 '" 0 1:: '" ~ t: c:: ~ 0 E "0 .<: ::>:: t: '" '" :? Q ~ t: c:: U ";; .g 0 ~ '" " ~ '" ~ .t: CJ C ~ '" t: 0 ~ ~ U ..!:! ~ :.E '" 'E ~ 'I; .. CJ 'F::; U 't: .~ .~ ]g ::s 0:; 00 ";; u U " :~ ~ U t: ~ er, 100 Cl:l Q) CJ U <: .:: .;;; '" .= c_ - VJ ci5 <<: U VJ ::l. VJ :>:: "'F t: IIJ E Q. o U > Q) Cl [/J C;; 0' r- r- OO 00 N N ~N ~'2 Co. 2< ~ .... ~~~~~~~~~~~~~~~~~~~~~~~~~~~R~oo~~~~~~~~g~~~~~ -0 o -5 ~ "0 c: '" '" ,. 'J:: " ~ ::;;: ,. u '2 '" -" u " ::;;: '" .~ ~ "',. ::0> c: .g '" '" u ....c;;: ,.g , :0 '" u c: ~~~ c.:;~,. ~ € '2 ~ g ~ B 9- - ~Jl~ .. '" C '" E :; E '2 ~ ~ C.J ~ C c: -g ,~ .S " .9 (':$ ~ c: > o ~ g c ~ ~ Q) .~ I.~ ~ ~ '; >- BE g :J " o..=~-g ~~u ~~ ~ "'B .~ ~ "; ~ ] :a -g .~ ] ~ .~ ~6C: .~ 8 ~ ~ ~t:~~=,'t'"'::~ >::;;:~C:C:o::<<~ ~ 'u c: '" '" " "; ~ ::0 6 ~ rr. -g .~ 'J:: tI '" ~ ~ :5 ~ ~ -g ~ "'C '.c ~ ~ u ; g .~ .... < VJ '"0 ~ 8~o~~~~ ~ ;2 ",:::1 "; ~ u 'p.~ ~O~ ~:E '" X .iE tI ::;;: "0 c: '" '" ,. rr. t '5 -E~-g 1::;;:3 ~"'B"'C U5 'E C "0 u '" ~ ~ ~ '" '" ~.~ ~ o '" '" u::oo:: '" " '" o ::0 c: o .:0 u c: ..= (;J ""0 v.. ~ ~~.~ u "; ~ "'O~C: ~ " ~ .~ ~ :E ~o~ " " 6 ,9 1 .... ~ ~ ,~ o tr. ~ 'J:! Q) U ~ .~ l: 2 ~ '5 0~~ _ c:_ .g .~ .g u ~ u a~8 ~ 'J:: VJ z t ] :E ~ E 'r: .6 ~ ~ ;::JJ$:: c .~ "'C ~ ~,.E C/O ~ U Co! "'B ~ ~ ~ J B~ 8 ~ i ~~5vC: 6 " rr. E ~ ~ ~ J5 ~ ~ S t=: ;, ':0 ~ ~a l:: .5 ''::: .- tl J:-"~"'" -E 1i~E~ ~ ::~~~ .!> ",.g ,g ~:;;:: ] u u ~ 5 ,f; ~1]_~~ " u c: '" '" ~ :~ .~ (: E & " ::l o...cn c: o ~ ~ 'c ; ~ ~ ~ < < 5 g [j .... ':0 c: E 2 ~ ~ t::o &6 c: c: 00" uu;- oj ..:: E E 0. o "' > <l.l Q VJ U 0' 0 0 0 .... -; ... 0 f-< ~ I:: 0 0::: C.I 41 fJl '"' r- oo 0- 0 S N '" .... '" '"' r- OO 0- 0 - N '" .... '" '"' r- OO 0- 0 0 S S 0 0 0 S S S - - - - - - - - N 0- 0- 0- 0- - - - - - - - - - - - - - v- 1: -;;; '" v- ~ v- ~ u "8 '" ... ::E t: 1( c '" ~ CC '" ~ c t: ~ ::r: ~ ~ 0 "' 0 c/i ~ 0 U 'J: E ~ cc v- r.rJ ,_ ~ ;:l ... -0 '" .D l< 0 a v- '" r.rJ .D '" c 2 b -;;; 0 '" o.E il ... ... .~ ~ "' ] ~ u ~ "' -0 0 '" d: '" ~ Cl ... "0 4-< u 't: ..c ~ ~ c ::E '" '"' 0 c '" '~ a '" -0 C ~ ;:l (r.J"~ r.rJ ..c "" 0 0 t< -0 B c 0 -0 ... 1: -0 U -0 C ;:l '" ~ u ~ c 0 "' c '" '" c Ctl c c c ~ '~ E ~ '" "' '" c 8 ,c 'OJ -0 ~~ U 0 E "' ';:;- 'J: 0 "' "' ~ ~ '" 'J: ~ Cl r-' >< 'p '" r.rJ "' u 'S '@ 1;1 ~ "' ..s "il 0 c 0 Ctl "' u t :< S2 -fii '8 .~ .~ v- ] ;i OJ -;;; u 'p 't: ] E 'p l! ..!:! B 2 ;:l J: u u C '" 1: ~ ~ ~ '" '" .- ~ 0 ~ '" ;:l ';;j ..5 '" ~ S2 1--< :0 U f-< ~ (/J ~ 1--< ~ ..:: en ::E c/i ~ tE ..:: r.rJ r.rJ 0 0 '" ll'l 0 v!J r- 06 t'- ...l ..... N vi ~ "" N fh 0 E-< ;:l -; ... 0 '" f-< .. N Z "<I' "2 '" ;:l ...." I:: IJ - 0 'e .~ .::: ..:! .. C.I -; ~ 41 .. fJl (IJ :: ... "" ;:l "' '" .~ I: 00 01 - ::l CI ~ a ;:l c E ;:l $ E ro '-' :0 E r.rJ >-< f- ------ ...... 7 o o o ...... r<'; o o 00 >-. C ~ 0.. E o u 4-; o u .... v .~ (fJ <:) 8- <:) bJJ ~ ~ U3 v (fJ .... ;::l o U 4-; "0 U I Z C o 'p u v [f) o c c 'p u v [f) 0 0 0 0 ,...: r-: cr. r- 11:') , d' t'- ... <h 0\ ~ ..... fh 0 E-< ;:l -; ... 0 0 f-< .. '" 0 '2 !Xi r- = ;:l 00 IJ d' 0 'e .~ .::: ..:! .. C.I ] ~ 41 fJl (IJ :: ... .... ;:l "' '" .~ I: N 01 ::l 0 0 ~ '" ... '" -0 E ~ 0 ~ "0 r.rJ ------ '" Lfj '" '" 00 C\ 00 o o 00 .... v 'U 't:1 o "0 [f) '-" (fJ ..... .... ~ U 4-; "0 (j 0.. ~ u ;.Q C ~ ::r:: ".---- / I J I \ '- .~. o '" ,...: .... '"'" 00 '" 06 "" ..~ ~ ..... o ~ ..... U aJ '0' ~ ~ r-- r- oo 00 N N 0:: "f -:c c"'- 2< .D Il) '"' (fJ v .... ~ c .... v .... < 8 0 '"' 0 ...l N" 00 < '" E-< .... 0 E-< ;:l .... .. '" '2 u-i ;:l IJ 'e u ..:! .;: ] ~ (IJ :: ... .... ;:l 't; .~ 8 I: 0 01 0-" ::l 0 CI - '" c.. E.. -0 C ;:l 8 ...... ~ .~ -;;; :.::; '" -:::- "' d: '" ...... -0 C "' r.rJ 0 S >< ~ E C '" ~ '" 15 " .- c o 'p u v [f) u .= E E c.. o Q) :> '" o (/'j o CI 00410. BID GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Amount: in United States Funds Expiring: (Date) Bid/Contract Number We hereby authorize you to draw on at (Bank, Issuer name) by order of and for the account (branch address) of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: 1, A signed statement from the City Manager of the City of Miami Beach, or his authorized representative, that the drawing is due to default in performance of obligations on the part of agreed upon by and (contractor, applicant, customer) between City of Miami Beach, Florida and (contractor, applicant, customer) pursuant to the Bid/Contract No. for (name of project) Drafts must be drawn and negotiated not later than (expiration date) Drafts must bear the clause: "Drawn under Letter of Credit No. of dated (Bank name) BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 65 This Letter of Credit sets forth in full terms of our undertaking, and such undertaking shall not in any way be modified, amended, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this Letter of Credit that such drafts will be duly honored upon presentation to the drawee. The execution of the Contract and the submission of the required Performance and Payment Guaranty and Insurance Certificate by the (contractor, applicant, customer) shall be a release of all obligations. This Letter of Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida la-+w should arise, Florida law shall prevail. Authorized Signature BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 66 00500. SUPPLEMENT TO BIDITENDER FORM THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID, HOWEVER, ANY INFORMATION, INCLUDING ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED WITHIN SEVEN (7) CALENDAR DAYS OF THE CITY'S REQUEST. QUESTIONNAIRE The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. How many years has your organization been in business while possessing one of the licenses, certifications, or registrations specified in Section 00405? Additionally, list below or attached a list of all the names of all individuals team member's included in his bid and their respective responsibility License/Certification#/Reg istration# # Years 1A. What business are you in? Golf course and site development 2. What is the last project of this nature that you have completed? (in case of co-venture, list the information for all co-venture) North Palm Beach Country Club 3. Have you ever failed to complete any work awarded to you? If so, where and why? (in case of co-venture, list the information for all co-venture) No 3A. Give owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, where a claim was made. (In case of co-venture, list the information for all co-venture) None BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 67 Q G S Development, Inc. February 14,2007 4, Give names, addresses and telephone numbers of three individuals, corporations, agencies, or institutions for which you have performed work: (In case of co-venture, list the information for all co-venture) 4,1. (name) See pages 160-163 (address) (phone #) 4.2. (name) (address) (phone #) 4.3. (address) (phone #) 5. List the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co-venture, list the information for all co-venture) TOTAL DATE OF %OF NAME OF OWNER & CONTRACT COMPLETION COMPLETION PROJECT PHONE # VALUE PER CONTRACT TO DATE Country Club East Bob Simmons 5.6 Mil 1-Mar-07 90% Highland Reserve Don Smith 9.8 Mil 7-Aug-07 65% (Continue list on insert sheet, if necessary.) 6, Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? Yes 7. Will you subcontract any part of this work? If so, give details including a list of each subcontractor(s) that will perform work in excess of tem percent (10%) of the contract amount, the approximate percentage, and the work that will be performed by each such subcontractor(s), Include the name of the subcontractor (s) and the approximate percentage of work. See page 166 BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 68 Q G S Development, Inc. February 14,2007 The foregoing list of subcontractor(s) may not be amended after award of the Contract without the prior written approval of the Contract Administrator, whose approval shall not be unreasonably withheld. 8. What equipment do you own that is available for the work? Excavators Dozers Loaders Back hoes Dump Truck Box Tractors 9. What equipment will you purchase for the proposed work? None 10. What equipment will you rent for the proposed work? Dumps Excavators Sod Cutter 11. State the name of your proposed project manager and superintendent and give details of his or her qualifications and experience in managing similar work. Jim Armstrong BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 69 Q G S Development, Inc. February 14,2007 12. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). 12.1 The correct name of the Bidder is Q G S Development, Inc. 12.2 The business is a (Sole Proprietorship) (Partnership) (Corporation). (In case of co-venture, list the information for all ~o-venture) Corportation 12.3 The address of principal place of business is 17502 County Road 672 Lithia, FL 33547 12.4 The names of the corporate officers, or partner, or individuals doing business under a trade name, are as follows: Howard Barnes President J W Thomas VP Jim Armstrong Asst. VP 12.5 List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 70 Q G S Development, Inc. February 14,2007 12.6. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) Years. Include in the description the disposition of each such petition. (In case of co-venture, list the information for all co-venture) None 12.7. List and describe all successful Performance or Payment Bond claims made to you surety(ies) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization (s). (In case of co-venture, list the information for all co-venture) None 12.8 List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names: case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim None BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 71 Q G S Development, Inc. February 14,2007 12.9. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) were defendants. (In case of co-venture, list the information for all co-venture) None 12.10. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5) years? If yes, provide details. (In case of co-venture, list the information for all co-venture) No 12.11. Under what conditions does the Bidder request Change Orders. Upon owner request in writing 12.12 You must provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. Howard Barnes - Owner I President JW Thomas - Owner I VP BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 72 Q G S Development, Inc. February 14,2007 12.13 Individuals or entities (including our sub-consultants) with a controlling financial interest: have X have not contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made. THE CITY OF MIAMI BEACH RESERVES THE RIGHT TO REQUEST ADDITIONAL INFORMATION, BEYOND THAT CONTAINED IN THIS QUESTIONNAIRE, THAT MAY BE REQUIRED TO PROPERLY EVALUATE THE APPLICANT'S QUALIFICATIONS. FIRMS THAT FAIL TO SUBMIT ALL THE INFORMATION CONTAINED IN THIS QUESTIONNAIRE OR ANY OTHER INFORMATION REQUESTED BY THE CITY OF MIAMI BEACH. PROSPECTIVE BIDDERS ARE HEREBY ADVISED THAT IT WILL BE THEIR RESPONSIBILITY TO COMPLY WITH ALL FEDERAL AND STATE OF FLORIDA STATUTES AND REGULATIONS GOVERNING THIS TYPE OF PROJECT. BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 73 Q G S Development, Inc. February 14,2007 WITNESS: IF PARTNERSHIP: Signature Print Name of Firm Print Name Address By: General Partner Print Name WITNESS: IF CORPORATION: J?1~ ft/h/ Signature Q G S Development, Inc. Print Name of Corporation Marie Wise Print name Address 17502 CR 67') T.i thi rl. Fi'T. iiS47 By: I! k~J!-- k----- President (CORPORATE SEAL) (1# rth- Secretary Attest: BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 74 Q G S Development, Inc. February 14,2007 00520. SUPPLEMENT TO BIDITENDER FORM NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this ~ day of February ,2007 The undersigned, as Bidder, declares that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertain; that this Bid is made without connection or arrangement with any other person; and that this Bid is in every respect fair and made in good faith, without collusion or fraud. The Bidder agrees if this Bid is accepted, to execute and appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the Bid pertains. The Bidder states that this Bid is based upon the documents identified by the following number: Bid No. 21-06-07. SIGNAP ftLt James Armstrong PRINTED NAME Assistant Vice President TITLE (IF CORPORATION) BID NO: 21-06/07 DA TE: 12/28/06 CITY OF MIAMI BEACH 75 Q G S Development, Inc. February 14,2007 00530. SUPPLEMENT TO BIDffENDER FORM DRUG FREE WORKPLACE CERTIFICATION THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 76 (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriqte agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs(1) through (6). r STATE OF rt(l).104 COUNTY OF !I, t-L-J tPo;0o (;. f/ The for~~oin9b instrument wa~ acknowledged before me this j ;{ day of fE.JJJ1U.9 ,20tJ7, by V '''''7 ~I^S./-I2CJrJc>- as (nam of person whose ~ature IS being notarized) (title) of 6?6-~ D.L'~&Ilfr'f'N-l , (name of corporation/company) o me to e the person described herein, or who produced as identification, and who did/did not take an oath. (Bi r ig ature) QG.S O~~JY1eA-t- (Print Vendor Name) NOTARY PUBLIC: f~~ ~~U'::f.t. (Print Name ~^ " "Qfl\.ll (407) 398-0153 GREG FOWLER N 1/ 00517304 EXPIRES: Feb. 13,2010 Ronda NcWy Servlce,com My commission expires: BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 77 00540. SUPPLEMENT TO BIDITENDER FORM TRENCH SAFETY ACT IF APPLICABLE, THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. (SEE SECTION 00407) On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE PROPOSAL AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Description Unit Quantity Price Unit Price Extended Method Total $ BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 78 IN ORDER TO BE CONSIDERED RESPONSIVE. THE BIDDER MUST COMPLETE* THIS FORM. SIGN AND SUBMIT IT WITH ITS BID DOCUMENT. Q G S Development, Inc. Name of Bidder *COMPLETION REQUIRES FILLING IN THE APPROPRIATE DETAILS UNDER THE HEADINGS. i.e.. DESCRIPTION. UNIT. QUANTITY PRICE. UNIT PRICE. EXTENDED. AND METHOD. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 79 00550. RECYCLED CONTENT INFORMATION In support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. BID NO. 21/06/07 DA TE: 12/28/06 CITY OF MIAMI BEACH 80 Q G S DEVELOPMENT, INC. MAILING ADDRESS: P.O. Drawer 108 Lithia, Florida 33547 PHYSICAL ADDRESS: 17502 County Road 672 Lithia, Florida 33547 COMPANY EMAIL qgsdevelopment.com BUSINESS PHONE#: (813) 634-3326 (800) 446-3326 (813) 634-1733 FAX FederaIID#: 592233851 CORPORATE INFO.: Company Founded: 1982 State Incorporated In: Florida SIGNATURE f41c:i4 l Armstrong Z--/Y'e7 f)SS~. ~f Asst. Vice President DATE: Q G S Development, Inc. February 14,2007 17502 County Road 672 . P.O. Drawer 108 . Lithia, FL 33547 Phone: (800) 446-3326 . (813) 634-3326 . Fax: (813) 634-1733 ORGANIZATIONAL CHART NORMANDY SHORES GOLF COURSE Construction Project Manager: Jim Annstrong Construction Superintendent: Russ Barnes Irrigation Superintendent: Paul Cope Site Foreman: Felipe Calderon Jim ArmstronI! Construction Project Manager Assistant Vice President 1 22 years of experience Coordinates company resources for various projects based on the specific job requirements. Has experience in bidding, contract implementation, vendor procurement, scheduling, lead shaping and project completion. Possesses extensive knowledge and ability in excavation, clearing & grubbing, earthwork, drainage, greens construction (USGA and modified), bunker and tee construction. Provides training in laser leveling, surveying. erosion control compliance and project supervision, Turf management experience includes planting and growing in numerous varieties of Bermuda, Bent Zoysia, Blue and Fescue grasses via sprigs, sod and seed. Extensive experience as liaison for project management, architect and owner in contract issues and schedules. Assures project completion on time and within budget. Russ Barnes Construction Superintendent 9 years Experience Currently is a project supervisor and shaper providing training, direction, and shaping features. Has knowledge in contract implementation, scheduling, and the supervision of the project's labor and equipment. Field representative for Quality Grassing at the construction meetings and on-site inspections with the Owner and Architect. Has extensive experience in USGA greens construction, bunker construction, tee construction, drainage installation, shaping, laser leveling, surveying, and erosion control. Grassing experience includes the installation and grow-in of Bermuda, Zoysia, Bent, and Fescue grasses via sprigs, sod and seed, Works well with golf course architects and owners to assure schedules are met. 2 Q G S Development, Inc. February 14,2007 17502 County Road 672 . P.O. Drawer 108 . Lithia, FL 33547 Phone: (800) 446-3326 . (813) 634-3326 . Fax: (813) 634-1733 NORMANDY SHORES GOLF COURSE Paul Cope Irrigation Superintendent 38 years Experience Paul has extensive experience in golf course irrigation design, design, installation, and maintenance. Thorough knowledge in OSHA safety requirements. Responsibilities include: bidding, contract negotiations, contract implementation, scheduling vendor and subcontractor procurement, equipment and labor coordination, and quality control. Hands on experience with pump station and wet well installation, computer and satellite controller installation, weather station installation and typical pipe, head, and supplemental equipment installation. Has strong rapport with the supplier (Rainbird, Toro, and Hunter), along with architects and irrigation designers, Helps facilitate communication between the Owner, Architects, and allied trades, Assure our customers that they receive the attention and quality installation required for a trouble free system, Site Foreman Felipe Calderon 8 years Experience Felipe has extensive experience in USGA greens construction, bunker construction, tee constructions, drainage installation, shaping, laser leveling, surveying, and erosion control. His grassing experience includes the installation and grow in of Bermuda, Zoysia, Bent, and Fescue grasses via springs, sod and seed. Works well with golf course architects and owners to assure schedules are met. 3 Q G S Development, Inc. February 14,2007 00708. FORM CERTIFICATE OF INSURANCE BID NO. 21/06/07 DATE: 12/28106 A form Certificate of Insurance will be attached here. CITY OF MIAMI BEACH 90 00710. FORM OF PERFORMANCE BOND BY THIS BOND, We , as Principal, hereinafter called CONTRACTOR, and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called CITY, In the amount of Dollars ($ for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has by written agreement entered into a Contract, Bid/Contract No,: awarded the day of ,20_, with CITY which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if CONTRACTOR: 1. Performs the Contract between CONTRACTOR and CITY for construction of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2, Pays CITY all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that CITY sustains as a result of default by CONTRACTOR under the Contract; and BID NO. 21/06/07 DATE: 12/28106 CITY OF MIAMI BEACH 91 FORM OF PERFORMANCE BOND (Continued) 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever CONTRACTOR shall be, and declared by CITY to be, in default under the Contract, CITY having performed CITY obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if CITY elects, upon determination by CITY and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and CITY, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by CITY to CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid by CITY to CONTRACTOR. No right of action shall accrue on this bond to or for the use of any person or corporation other than CITY named herein, The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of ,20 BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 92 FORM OF PERFORMANCE BOND WITNESSES: Secreta ry (CORPORATE SEAL) IN THE PRESENCE OF: BID NO. 21/06/07 DATE: 12/28/06 (Continued) Address: (Name of Corporation) By: (Signature) (Print Name and Title) INSURANCE COMPANY: By: Agent and Attorney-in-Fact (Street) (City/State/Zip Code) Telephone No.: CITY OF MIAMI BEACH 93 00720, FORM OF PAYMENT BOND BY THIS BOND, We , as Principal, hereinafter called CONTRACTOR, and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called CITY, In the amount of Dollars ($ for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, WHEREAS, CONTRACTOR has by written agreement entered into a Contract, Bid/Contract No.: awarded the day of , 20 , with CITY which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if CONTRACTOR: 1. Pays CITY all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that CITY sustains because of default by CONTRACTOR under the Contract; and 2, Promptly makes payments to all claimants as defined by Florida Statute 255,05(1) for all labor, materials and supplies used directly or indirectly by CONTRACTOR in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with CONTRACTOR and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to CONTRACTOR a notice that he intends to look to the bond for protection. BID NO. 21/06/07 CITY OF MIAMI BEACH DATE: 12/28106 94 FORM OF PAYMENT BOND (Continued) 2,2. A claimant who is not in privity with CONTRACTOR and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to CONTRACTOR and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against CONTRACTOR or the Surety unless the notices stated under the preceding conditions (2.1) and (2,2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this day of ,20_ CONTRACTOR ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) _ day of ,20_. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 95 IN THE PRESENCE OF: BID NO. 21/06/07 DATE: 12/28/06 INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: CITY OF MIAMI BEACH 96 00721. CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (SEAL) Secretary (on behalf of) Corporation STATE OF FLORIDA SS COUNTY OF MIAMI-DADE Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of CONTRACTOR named therein in favor of CITY. Subscribed and Sworn to before me this ,20_. day of My commission expires: Notary Public, State of Bonded by BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 97 00735. PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT: Date of Issue Issuing Bank's No. Beneficiarv: Applicant: City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Amou nt: in United States Funds Expiry: (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order (branch address) of and for the account of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of by your drafts at sight, accompanied by: available 1. A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of certain obligations on the part (contractor, applicant, customer) agreed upon by and between the City of Miami Beach, Florida and (contractor), pursuant to the (applicant, customer) Bid/Contract No. for (name of project) and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than (expiration date) BID NO. 21/06/07 DATE: 12128/06 CITY OF MIAMI BEACH 98 Drafts must bear the clause: "Drawn under Letter of Credit No. (Number), of (Bank name) dated This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the City of Miami Beach with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to the CITY that this Letter of Credit will expire prior to performance of the contractor's obligations will be deemed a default. This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of the Project by the (contractor, applicant, customer) This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 99 00800. GENERAL CONDITIONS: 1. Proiect Manual: 1.1. The Project Manual includes any general or special Contract conditions or specifications attached hereto. 1.2. The Project Manual, along with all documents that make up and constitute the Contract Documents, shall be followed in strict accordance as to work, performance, material, and dimensions except when CONSULTANT may authorize, in writing, an exception, 1.3. Dimensions given in figures are to hold preference over scaled measurements from the drawings; however, all discrepancies shall be resolved by CONSULTANT. CONTRACTOR shall not proceed when in doubt as to any dimension or measurement, but shall seek clarification from CONSULTANT. 1.4, CONTRACTOR shall be furnished three (3) copies, free of charge, of the Project Manual; two of which shall be preserved and always kept accessible to CONSULTANT and CONSULTANT's authorized representatives. Additional copies of the Project Manual may be obtained from CITY at the cost of reproduction. 2. Intention of CITY: It is the intent of CITY to describe in the Contract Documents a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents and in accordance with all codes and regulations governing construction of the Project. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied by CONTRACTOR 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 opening of bids and CONTRACTOR shall comply therewith. CITY shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 100 3. Preliminary Matters: 3.1. Within five (5) calendar days prior to the pre-construction meeting described in Section 3,2, CONTRACTOR shall submit to CONSULTANT for CONSULTANT's review and acceptance: 3.1.1. A progress schedule in the indicated form: [ ] Bar Chart [ ] Modified CPM [ ] CPM [X] Computerized CPM (CPM shall be interpreted to be generally as outlined in the Association of General Contractors (AGC) publication, "The Use of CPM in Construction.") The progress schedule shall indicate the start and completion dates of the various stages of the Work and shall show an activity network for the planning and execution of the Work. Included with the progress schedule shall be a narrative description of the progress schedule. The progress schedule must be updated monthly by CONTRACTOR, submitted as part of each Application for Payment and shall be acceptable to CONSULTANT. 3.1.2. A preliminary schedule of Shop Drawing submissions; and 3.1.3. In a lump sum contract or in a contract which includes lump sum bid items of Work, a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by CONTRACTOR at the time of submission. [ ] Such prices shall be broken down to show labor, equipment, materials and overhead and profit. 3.1.4. After award but prior to the submission of the progress schedule, CONSULTANT, Contract Administrator and CONTRACTOR shall meet with all utility owners and secure from them a schedule of utility relocation, provided, however, neither CONSULTANT nor BID NO. 21/06/07 CITY OF MIAMI BEACH DATE: 12/28/06 101 CITY shall be responsible for the nonperformance by the utility owners. 3.2, At a time specified by CONSULTANT but before CONTRACTOR starts the work at the Project site, a conference attended by CONTRACTOR, CONSULTANT and others as deemed appropriate by Contract Administrator, will be held to discuss the schedules referred to in Section 3.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. 3.3. Within thirty-five (35) days from the Project Initiation Date set forth in the Notice to Proceed, a conference attended by CONTRACTOR, CONSULTANT and others, as appropriate, will be held to finalize the schedules submitted in accordance with Section 3.1. Within forty-five (45) days after the Project Initiation Date set forth in the Notice to Proceed, the CONTRACTOR shall revise the original schedule submittal to address all review comments from the CPM review conference and resubmit for CONSULTANT review. The finalized progress schedule will be accepted by CONSULTANT only as providing an orderly progression of the Work to completion within the Contract Time, but such acceptance shall not constitute acceptance by CITY or CONSULTANT of the means or methods of construction or of the sequencing or scheduling of the Work, and such acceptance will neither impose on CONSULTANT or CITY responsibility for the progress or scheduling of the Work nor relieve CONTRACTOR from full responsibility therefore. The finalized schedule of Shop Drawing submissions must be acceptable to CONSULTANT as providing a workable arrangement for processing the submissions, The finalized schedule of values pursuant to Section 3.1.3 above must be acceptable to CONSULTANT as to form and substance. 4, Performance Bond and Payment Bond: Within fifteen (15) calendar days of being notified of the award, CONTRACTOR shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached hereto as forms 00710 and 00720. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 102 4.1. Each Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to CITY the completion and performance of the work covered in such Contract as well as full payment of all suppliers, laborers, or subcontractors employed pursuant to this Project. Each Bond shall be with a surety company which is qualified pursuant to Article 5. 4.2. Each Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that CONTRACTOR will, upon notification by CITY, correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. 4,3, Pursuant to the requirements of Section 255.05(1 )(a), Florida Statutes, as may be amended from time to time, CONTRACTOR shall ensure that the bond(s) referenced above shall be recorded in the public records of Miami-Dade County and provide CITY with evidence of such recording. 4.4. Alternate Form of Security: In lieu of a Performance Bond and a Payment Bond, CONTRACTOR may furnish alternate forms of security which may be in the form of cash, money order, certified check, cashier's check or unconditional letter of credit in the form attached hereto as Form 00735. Such alternate forms of security shall be subject to the prior approval of CITY and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by CITY for one year after completion and acceptance of the Work. 5. Qualification of Surety 5.1. Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000,00): 5.1,1. Each bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as 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. 5,1.2. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. 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 BID NO. 21/06/07 CITY OF MIAMI BEACH DATE: 12/28/06 103 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 223.111), Further, the surety company shall provide CITY with evidence satisfactory to CITY, that such excess risk has been protected in an acceptable manner. 5.1,3. The CITY will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the CITY shall review and either accept or reject the surety company based on the financial information available to the CITY. A surety company that is rejected by the CITY may be substituted by the Bidder or proposer with a surety company acceptable to the CITY, only if the bid amount does not increase. The following sets forth, in general, the acceptable parameters for bonds: Policy- Financial holder's Size Amount of Bond RatinQs Cateaorv 500,001 to 1,000,000 B+ Class I 1,000,001 to 2,000,000 B+ Class II 2,000,001 to 5,000,000 A Class III 5,000,001 to 10,000,000 A Class IV 10,000,001 to 25,000,000 A Class V 25,000,001 to 50,000,000 A Class VI 50,000,001 or more A Class VII 5,2. For projects of $500,000.00 or less, CITY may accept a Bid Bond, Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying (Form 00722) should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 104 5.3, More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requirements, the provisions of this section shall apply. 6, Indemnification 6.1 CONTRACTOR shall indemnify and hold harmless CITY, its officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of CONTRACTOR and persons employed or utilized by CONTRACTOR in the performance of this Agreement. Except as specifically provided herein, this Agreement does not require CONTRACTOR to indemnify CITY, its employees, officers, directors, or agents from any liability, damage, loss, claim, action, or proceeding. These indemnifications shall survive the term of this Agreement. In the event that any action or proceeding is brought against CITY by reason of any such claim or demand, CONTRACTOR shall, upon written notice from CITY, resist and defend such action or proceeding by counsel satisfactory to CITY. 6.2 The indemnification provided above shall obligate CONTRACTOR to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at CITY's option, any and all claims of liability and all suits and actions of every name and description covered by Section 6.1 above which may be brought against CITY whether performed by CONTRACTOR, or persons employed or utilized by CONTRACTOR. 7, Insurance Requirements: 7.1 . Without limiting any of the other obligations or liabilities of CONTRACTOR, CONTRACTOR shall provide, pay for, and maintain in force until all of its work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter), the insurance coverages set forth herein. 7.1.1. Workers' Compensation insurance to apply for all employees in compliance with the "Workers' Compensation Law" of the State of Florida and all applicable federal laws. In addition, the policy(ies) must include: BID NO. 21/06/07 CITY OF MIAMI BEACH DATE: 12/28/06 105 7,1.1,1. EmPloyers' Liability with a limit of One Million Dollars ($1;QQQ,QOO.OO) DoUars($) each accident. 7.1,1.2. If any operations are to be undertaken on or about navigable waters, coverage must be included for the U.S, Longshoremen & Harbor Workers Act and Jones Act. 7,1,2. Comprehensive General Liability with minimum limits of One Mmior')\Dollar$($1,OOO,QQQ~QO) per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability, Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: [ X] 7,1,2,1. Premises and/or Operations. [X] 7.1.2.2. Independent Contractors. [ X] 7.1.2.3. Products and/or Completed Operations for contracts over Fifty Thousand Dollars ($50,000.00) CONTRACTOR shall maintain in force until at least three years after completion of all work required under the Contract, coverage for Products and Completed Operations, including Broad Form Property Damage. [ X] 7.1.2.4. Explosion, Collapse and Underground Coverages. [X] 7,1.2.5. Broad Form Property Damage. [ X] 7,1.2.6. Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. [ ] 7.1.2.7. Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. [X] 7.1,2.8. CITY is to be expressly included as an Additional Insured with respect to liability arising out of operations performed for CITY by or on behalf of CONTRACTOR or acts or omissions of CONTRACTOR in connection with general supervision of such operation. BID NO. 21/06/07 CITY OF MIAMI BEACH DATE: 12/28/06 106 7.1.3, Business Automobile Liability with minimum limits of Ol1eMillion poUars($1,QOPJPOO.OO) per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: 7.1.3.1. 7.1.3.2. 7.1,3.3. Owned Vehicles. Hired and Non-Owned Vehicles. Employers' Non-Ownership, (Not Applicable to this bid) [ X ] 7.1.4. Builder's Risk insurance for the construction of and/or addition to aboveground buildings or structures is/is not required. The coverage shall be "All Risk" coverage for 100 percent of the completed value, covering CITY as a named insured, with a deductible of not more than Five Thousand Dollars ($5,000.00) each claim, 7.1.4.1, [] 7,1.4.2, Waiver of Occupancy Clause or Warranty--Policy must be specifically endorsed to eliminate any "Occupancy Clause" or similar warranty or representation that the building(s), addition(s) or structure(s) in the course of construction shall not be occupied without specific endorsement of the policy. The Policy must be endorsed to provide that the Builder's Risk coverage will continue to apply until final acceptance of the building(s), addition(s) or structure(s) by CITY. Flood Insurance--When the buildings or structures are located within an identified special flood hazard area, flood insurance must be afforded for the lesser of the total insurable value of such buildings or structures, or, the maximum amount of flood insurance coverage available under the National Flood Program. [] 7.1.5, Installation Floater for the installation of machinery and/or equipment into an existing structure is/is not required, The coverage shall be "All Risk" coverage including installation and transit for 100 percent of the "installed replacement cost value," covering CITY as a named insured, with a deductible of not more than Five Thousand Dollars ($5,000.00) each claim. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 107 7,1,5.1. Cessation of Insurance--Coverage is not to cease and is to remain in force (subject to cancellation notice) until final acceptance by CITY. 7.1.5.2. Flood Insurance--When the machinery or equipment is located within an identified special flood hazard area, flood insurance must be afforded for the lesser of the total insurable value of such buildings or structure, or, the maximum amount of flood insurance coverage available under the National Flood Program. 7.2. If the initial insurance expires prior to the completion of the work, renewal copies of policies shall be furnished at least thirty (30) days prior to the date of their expiration. 7,3, Notice of Cancellation and/or Restriction--The policy(ies) must be endorsed to provide CITY with at least thirty (30) days notice of cancellation and/or restriction, 7.4. CONTRACTOR shall furnish to the City's Risk Manager Certificates of Insurance or endorsements evidencing the insurance coverage specified above within fifteen (15) calendar days after notification of award of the Contract. The required Certificates of Insurance shall name the types of policies provided, refer specifically to this Contract, and state that such insurance is as required by this Contract. The Certificate of Insurance shall be in form similar to and contain the information set forth in Form 00708. 7.5, The official title of the Owner is the City of Miami Beach, Florida. This official title shall be used in all insurance documentation. 8. Labor and Materials: 8.1. Unless otherwise provided herein, CONTRACTOR shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 8.2. CONTRACTOR shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the work to which they are assigned. BID NO. 21/06/07 DATE: 12/28106 CITY OF MIAMI BEACH 108 9. Rovalties and Patents: All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the construction of the Work or appurtenances, are hereby included in the prices stipulated in this Contract for said work. 10. Weather: Extensions to the Contract Time for delays caused by the effects of inclement weather shall be submitted as a request for a change in the Contract Time pursuant to Article 40. These time extensions are justified only when rains or other inclement weather conditions or related adverse soil conditions prevent CONTRACTOR from productively performing controlling items of work identified on the accepted schedule or updates resulting in: (1) CONTRACTOR being unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates due to adverse weather conditions; or (2) CONTRACTOR must make major repairs to the Work damaged by weather. Providing the damage was not attributable to a failure to perform or neglect by CONTRACTOR, and providing that CONTRACTOR was unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates, 11. Permits, Licenses and Impact Fees: 11.1. Except as otherwise provided within the Supplemental Conditions, all permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by CONTRACTOR pursuant to this Contract shall be secured and paid for by CONTRACTOR. It is CONTRACTOR's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. 11.2. Impact fees levied by the City and/or Miami-Dade County shall be paid by CONTRACTOR. CONTRACTOR shall be reimbursed only for the actual amount of the impact fee levied by the municipality as evidenced by an invoice or other acceptable documentation issued by the municipality, Reimbursement to CONTRACTOR in no event shall include profit or overhead of CONTRACTOR. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 109 12, Resolution of Disputes: 12.1 To prevent all disputes and litigation, it is agreed by the parties hereto that CONSULTANT shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract Documents and fulfillment of this Contract as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents and CONSULTANT's estimates and decisions upon all claims, questions, difficulties and disputes shall be final and binding to the extent provided in Section 12,2. Any claim, question, difficulty or dispute which cannot be resolved by mutual agreement of CITY and CONTRACTOR shall be submitted to CONSULTANT in writing within twenty-one (21) calendar days. Unless a different period of time is set forth herein, CONSULTANT shall notify CITY and CONTRACTOR in writing of CONSULTANT's decision within twenty-one (21) calendar days from the date of the submission of the claim, question, difficulty or dispute, unless CONSULTANT requires additional time to gather information or allow the parties to provide additional information, All nontechnical administrative disputes shall be determined by the Contract Administrator pursuant to the time periods provided herein. During the pendency of any dispute and after a determination thereof, CONTRACTOR, CONSULTANT and CITY shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. 12.2 In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within ten (10) days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract Price adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 110 13. Inspection of Work: 13.1. CONSULTANT and CITY shall at all times have access to the Work, and CONTRACTOR shall provide proper facilities for such access and for inspecting, measuring and testing. 13.1.1. Should the Contract Documents, CONSULTANT's instructions, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, CONTRACTOR shall give CONSULTANT timely notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than CITY, timely notice shall be given of the date fixed for such testing. Testing shall be made promptly, and, where practicable, at the source of supply. If any of the Work should be covered up without approval or consent of CONSULTANT, it must, if required by CONSULTANT, be uncovered for examination and properly restored at CONTRACTOR's expense. 13,1.2, Reexamination of any of the Work may be ordered by CONSULTANT with prior written approval by the Contract Administrator, and if so ordered, the Work must be uncovered by CONTRACTOR. If such Work is found to be in accordance with the Contract Documents, CITY shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, CONTRACTOR shall pay such cost. 13.2. Inspectors shall have no authority to permit deviations from, nor to relax any of the provisions of, the Contract Documents nor to delay the Contract by failure to inspect the materials and work with reasonable promptness without the written permission or instruction of CONSULTANT. 13.3. 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 CONTRACTOR to any inspector, directly or indirectly, is strictly prohibited, and any such act on the part of CONTRACTOR will constitute a breach of this Contract. 14. Superintendence and Supervision: 14.1, The orders of CITY are to be given through CONSULTANT, which instructions are to be strictly and promptly followed in every case. CONTRACTOR shall keep on the Project during its progress, a full-time competent English speaking superintendent and any necessary BID NO. 21/06/07 DA TE: 12/28/06 CITY OF MIAMI BEACH 111 assistants, all satisfactory to CONSULTANT. The superintendent shall not be changed except with the written consent of CONSULTANT, unless the superintendent proves to be unsatisfactory to CONTRACTOR and ceases to be in its employ. The superintendent shall represent CONTRACTOR and all directions given to the superintendent shall be as binding as if given to CONTRACTOR and will be confirmed in writing by CONSULTANT upon the written request of CONTRACTOR. CONTRACTOR shall give efficient supervision to the Work, using its best skill and attention. 14,2. Daily, CONTRACTOR's superintendent shall record, at a minimum, the following information in a bound log: the day; date; weather conditions and how any weather condition affected progress of the Work; time of commencement of work for the day; the work being performed; materials, labor, personnel, equipment and subcontractors at the Project site; visitors to the Project site, including representatives of , CONSULTANT, regulatory representatives; any special or unusual conditions or occurrences encountered; and the time of termination of work for the day, All information shall be recorded in the daily log in ink. The daily log shall be kept on the Project site and shall be available at all times for inspection and copying by CITY and CONSULTANT. 14.3. The Contract Administrator, CONTRACTOR and CONSULTANT shall meet at least weekly or as determined by the Contract Administrator, during the course of the Work to review and agree upon the work performed to date and to establish the controlling items of work for the next two weeks, The CONSULTANT shall publish, keep, and distribute minutes and any comments thereto of each such meeting, 14.4. If CONTRACTOR, in the course of prosecuting the Work, finds any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the Project Manual, it shall be CONTRACTOR's duty to immediately inform CONSULTANT, in writing, and CONSULTANT will promptly review the same. Any work done after such discovery, until authorized, will be done at CONTRACTOR's sole risk. 14.5. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 112 15. CITY's RiQht to Terminate Contract: 15.1. If CONTRACTOR fails to begin the Work within fifteen (15) calendar days after the Project Initiation Date, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to insure the prompt completion of the Work, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if CONTRACTOR shall fail to perform any material term set forth in the Contract Documents or if CONTRACTOR shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, Contract Administrator may give notice in writing to CONTRACTOR and its Surety of such delay, neglect or default, specifying the same. If CONTRACTOR, within a period of five (5) calendar days after such notice, shall not proceed in accordance therewith, then CITY may upon written certificate from CONSULTANT of the fact of such delay, neglect or default and CONTRACTOR's failure to comply with such notice, terminate the services of CONTRACTOR, exclude CONTRACTOR from the Project site and take the prosecution of the Work out of the hands of CONTRACTOR, and appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable. In such case, CONTRACTOR shall not be entitled to receive any further payment until the Project is completed. In addition CITY may enter into an agreement for the completion of the Project according to the terms and provisions of the Contract Documents, or use such other methods as in CITY's sole opinion shall be required for the completion of the Project according to the terms and provisions of the Contract Documents, or use such other methods as in CITY's sole opinion shall be required for the completion of the Project in an acceptable manner. All damages, costs and charges incurred by CITY, together with the costs of completing the Project, shall be deducted from any monies due or which may become due to CONTRACTOR. In case the damages and expenses so incurred by CITY shall exceed the unpaid balance, then CONTRACTOR shall be liable and shall pay to CITY the amount of said excess. 15.2, If after notice of termination of CONTRACTOR's right to proceed, it is determined for any reason that CONTRACTOR was not in default, the rights and obligations of CITY and CONTRACTOR shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause as set forth in Section 15,3 below. BID NO. 21/06/07 DATE: 12/28106 CITY OF MIAMI BEACH 113 15.3. This Contract may be terminated for convenience in writing by CITY upon ten (10) days written notice to CONTRACTOR (delivered by certified mail, return receipt requested) of intent to terminate and the date on which such termination becomes effective. In such case, CONTRACTOR shall be paid for all work executed and expenses incurred prior to termination in addition to termination settlement costs reasonably incurred by CONTRACTOR relating to commitments which had become firm prior to the termination. Payment shall include reasonable profit for work/services satisfactorily performed. No payment shall be made for profit for work/services which have not been performed. 15.4. Upon receipt of Notice of Termination pursuant to Sections 15,1 or 15.3 above, CONTRACTOR shall promptly discontinue all affected work unless the Notice of Termination directs otherwise and deliver or otherwise make available to CITY all data, drawings, specifications, reports, estimates, summaries and such other information as may have been required by the Contract Documents whether completed or in process. 16. CONTRACTOR's Right to Stop Work or Terminate Contract: Should CONSULTANT fail to review and approve or state in writing reasons for nonapproval of any Application for Payment within twenty (20) days after it is presented, or if CITY fails either to pay CONTRACTOR within thirty (30) days after presentation by CONSULTANT of any sum certified by CONSULTANT, or to notify CONTRACTOR and CONSULTANT in writing of any objection to the Application for Payment, then CONTRACTOR may, give written notice to CITY and CONSULTANT of such delay, neglect or default, specifying the same. If CITY or CONSULTANT (where applicable), within a period of ten (10) calendar days after such notice shall not remedy the delay, neglect, or default upon which the notice is based, then CONTRACTOR may stop work or terminate this Contract and recover from CITY payment for all work executed and reasonable expenses sustained therein plus reasonable termination expenses. Any objection made by CITY to an Application for Payment shall be submitted to CONSULTANT in accordance with the provisions of Article 12 hereof. 17. Assiqnment: Neither party hereto shall assign the Contract or any subcontract in whole or in part without the written consent of the other, nor shall CONTRACTOR assign any monies due or to become due to it hereunder, without the previous written consent of the Mayor and City Commission. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 114 18. Riohts of Various Interests: Whenever work being done by CITY's forces or by other contractors is contiguous to or within the limits of work covered by this Contract, the respective rights of the various interests involved shall be established by the Contract Administrator to secure the completion of the various portions of the work in general harmony. 19. Differinq Site Conditions: In the event that during the course of the Work CONTRACTOR encounters subsurface or concealed conditions at the Project site which differ materially from those shown on the Contract Documents and from those ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents; or unknown physical conditions of the Project site, of an unusual nature, which differ materially from that ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, CONTRACTOR, without disturbing the conditions and before performing any work affected by such conditions, shall, within twenty-four (24) hours of their discovery, notify CITY and CONSULTANT in writing of the existence of the aforesaid conditions, CONSULTANT and CITY shall, within two (2) business days after receipt of CONTRACTOR's written notice, investigate the site conditions identified by CONTRACTOR. If, in the sole opinion of CONSULTANT, the conditions do materially so differ and cause an increase or decrease in CONTRACTOR's cost of, or the time required for, the performance of any part of the Work, whether or not charged as a result of the conditions, CONSULTANT shall recommend an equitable adjustment to the Contract Price, or the Contract Time, or both. If CITY and CONTRACTOR cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to CONSULTANT for determination in accordance with the provisions of Article 12. Should CONSULTANT determine that the conditions of the Project site are not so materially different to justify a change in the terms of the Contract, CONSULTANT shall so notify CITY and CONTRACTOR in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by CONTRACTOR for an equitable adjustment to the Contract under this provision shall be allowed unless CONTRACTOR has given written notice in strict accordance with the provisions of this Article. No request for an equitable adjustment or change to the Contract Price or Contract Time for differing site conditions shall be allowed if made after the date certified by CONSULTANT as the date of substantial completion. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 115 20. Plans and WorkinQ DrawinQs: CITY, through CONSULTANT, shall have the right to modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings or additional information as the Work proceeds, all of which shall be considered as part of the Project Manual. In case of disagreement between the written and graphic portions of the Project Manual, the written portion shall govern. 21. CONTRACTOR to Check Plans. Specifications and Data: CONTRACTOR shall verify all dimensions, quantities and details shown on the plans, specifications or other data received from CONSULTANT, and shall notify CONSULTANT of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. CONTRACTOR will not be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished by CONSULTANT. CONTRACTOR shall not be liable for damages resulting from errors, omissions or discrepancies in the Contract Documents unless CONTRACTOR recognized such error, omission or discrepancy and knowingly failed to report it to CONSULTANT. 22. CONTRACTOR's Responsibility for Damaqes and Accidents: 22.1. CONTRACTOR shall accept full responsibility for the Work against all loss or damage of whatsoever nature sustained until final acceptance by CITY, and shall promptly repair any damage done from any cause whatsoever, except as provided in Article 29. 22.2. CONTRACTOR shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by CITY, CONTRACTOR shall replace same without cost to CITY, except as provided in Article 29, 23. Warranty: CONTRACTOR warrants to CITY that all materials and equipment furnished under this Contract will be new unless otherwise specified and that all of the Work will be of good quality, free from faults and defects and in conformance with the Contract Documents. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by CONSULTANT, CONTRACTOR shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the provisions of Article 25 herein, BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 116 24. Supplementary DrawinQs: 24.1. When, in the opinion of CONSULTANT, it becomes necessary to explain the Work to be done more fully, or to illustrate the Work further, or to show any changes which may be required, supplementary drawings, with specifications pertaining thereto, will be prepared by CONSULTANT. 24.2. The supplementary drawings shall be binding upon CONTRACTOR with the same force as the Project Manual. Where such supplementary drawings require either less or more than the original quantities of work, appropriate adjustments shall be made by Change Order. 25. Defective Work: 25,1. CONSULTANT shall have the authority to reject or disapprove work which CONSULTANT finds to be defective. If required by CONSULTANT, CONTRACTOR shall promptly either correct all defective work or remove such defective work and replace it with nondefective work, CONTRACTOR shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. 25,2. Should CONTRACTOR fail or refuse to remove or correct any defective work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by CONSULTANT, CITY shall have the authority to cause the defective work to be removed or corrected, or make such repairs as may be necessary at CONTRACTOR's expense. Any expense incurred by CITY in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to CONTRACTOR, or may be charged against the Performance Bond. In the event of failure of CONTRACTOR to make all necessary repairs promptly and fully, CITY may declare CONTRACTOR in default. 25.3. If, within one (1) year after the date of substantial completion or such longer period of time as may be prescribed by the terms of any applicable special warranty required by the Contract Documents, or by any specific provision of the Contract Documents, any of the Work is found to be defective or not in accordance with the Contract Documents, CONTRACTOR, after receipt of written notice from CITY, shall promptly correct such defective or nonconforming Work within the time specified by CITY without cost to CITY, to do so. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which CONTRACTOR might have under the Contract Documents including but not limited to, Article 23 hereof and any claim regarding latent defects, BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 117 25.4. Failure to reject any defective work or material shall not in any way prevent later rejection when such defect is discovered, or obligate CITY to final acceptance. 26, Taxes CONTRACTOR shall pay all applicable sales, consumer, use and other taxes required by law. CONTRACTOR is responsible for reviewing the pertinent state statutes involving state taxes and complying with all requirements. 27. Subcontracts: 27.1. CONTRACTOR shall not employ any subcontractor against whom CITY or CONSULTANT may have a reasonable objection. CONTRACTOR shall not be required to employ any subcontractor against whom CONTRACTOR has a reasonable objection, 27.2, CONTRACTOR shall be fully responsible for all acts and omissions of its subcontractors and of persons directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable to the same extent that CONTRACTOR is responsible for the acts and omissions of persons directly employed by it. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and CITY or any obligation on the part of CITY to payor to see the payment of any monies due any subcontractor. CITY or CONSULTANT may furnish to any subcontractor evidence of amounts paid to CONTRACTOR on account of specific work performed. 27.3. CONTRACTOR agrees to bind specifically every subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of CITY. [ X] 27.4. CONTRACTOR shall perform the Work with its own organization, amounting to not less than 35% percent of the Contract Price, 28. Separate Contracts: 28.1. CITY reserves the right to let other contracts in connection with this Project. CONTRACTOR shall afford other persons reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate this Work with theirs, 28,2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any other persons, CONTRACTOR shall inspect BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 118 and promptly report to CONSULTANT any defects in such work that render it unsuitable for such proper execution and results. CONTRACTOR's failure to so inspect and report shall constitute an acceptance of the other person's work as fit and proper for the reception of CONTRACTOR's Work, except as to defects which may develop in other contractor's work after the execution of CONTRACTOR's. 28.3. CONTRACTOR shall conduct its operations and take all reasonable steps to coordinate the prosecution of the Work so as to create no interference or impact on any other contractor on the site. Should such interference or impact occur, CONTRACTOR shall be liable to the affected contractor for the cost of such interference or impact. 28.4, To insure the proper execution of subsequent work, CONTRACTOR shall inspect the work already in place and shall at once report to CONSULTANT any discrepancy between the executed work and the requirements of the Contract Documents. 29. Use of Completed Portions: 29.1. CITY shall have the right at its sole option to take possession of and use any completed or partially completed portions of the Project. Such possession and use shall not be deemed an acceptance of any of the Work not completed in accordance with the Contract Documents. If such possession and use increases the cost of or delays the Work, CONTRACTOR shall be entitled to reasonable extra compensation, or reasonable extension of time or both, as recommended by CONSULTANT and approved by CITY. 29.2. In the event CITY takes possession of any completed or partially completed portions of the Project, the following shall occur: 29,2,1. CITY shall give notice to CONTRACTOR in writing at least thirty (30) calendar days prior to CITY's intended occupancy of a designated area. 29.2.2. CONTRACTOR shall complete to the point of Substantial Completion the designated area and request inspection and issuance of a Certificate of Substantial Completion in the form attached hereto as 00925 from CONSULTANT. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 119 29.2.3. Upon CONSULTANT's issuance of a Certificate of Substantial Completion, CITY will assume full responsibility for maintenance, utilities, subsequent damages of CITY and public, adjustment of insurance coverages and start of warranty for the occupied area. 29,2.4, CONTRACTOR shall complete all items noted on the Certificate of Substantial Completion within the time specified by CONSULTANT on the Certificate of Substantial Completion, as soon as possible and request final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final payment, CONSULTANT shall issue a Final Certificate of Payment relative to the occupied area. 29.2.5, If CITY finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion thereof, such occupancy or use shall not commence prior to a time mutually agreed upon by CITY and CONTRACTOR and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. Insurance on the unoccupied or unused portion or portions shall not be canceled or lapsed on account of such partial occupancy or use. Consent of CONTRACTOR and of the insurance company or companies to such occupancy or use shall not be unreasonably withheld. 30, Lands for Work: 30.1. CITY shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto and such other lands as are designated by CITY or the use of CONTRACTOR. 30.2. CONTRACTOR shall provide, at CONTRACTOR's own expense and without liability to CITY, any additional land and access thereto that may be required for temporary construction facilities, or for storage of materials, CONTRACTOR shall furnish to CITY copies of written permission obtained by CONTRACTOR from the owners of such facilities, 31. LeQal Restrictions and Traffic Provisions: CONTRACTOR shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of work and CONTRACTOR's general operations. CONTRACTOR shall conduct its operations so as not to BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 120 close any thoroughfare, nor interfere in any way with traffic on railway, highways, or water, without the prior written consent of the proper authorities. 32. Location and OamaQe to Existing Facilities, Equipment or Utilities: 32.1. As far as possible, all existing utility lines in the Project area have been shown on the plans. However, CITY does not guarantee that all lines are shown, or that the ones indicated are in their true location. It shall be the CONTRACTOR,- S responsibility to identify and locate all underground and overhead utility lines or equipment affecting or affected by the Project. No additional payment will be made to the CONTRACTOR because of discrepancies in actual and plan location of utilities, and damages suffered as a result thereof. 32.2. The CONTRACTOR shall notify each utility company involved at least ten (10) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction, Relocation of water mains or other utilities for the convenience of the CONTRACTOR shall be paid by the CONTRACTOR. All charges by utility companies for temporary support of its utilities shall be paid for by the CONTRACTOR. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional payment will be made to the CONTRACTOR for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. 32.3. The CONTRACTOR shall schedule the work in such a manner that the work is not delayed by the utility providers relocating or supporting their utilities. The CONTRACTOR shall coordinate its activities with any and all public and private utility providers occupying the right-of-way. No compensation will be paid to the CONTRACTOR for any loss of time or delay, 32.4, All overhead, surface or underground structures and utilities encountered are to be carefully protected from injury or displacement. All damage to such structures is to be completely repaired within a reasonable time; needless delay will not be tolerated, The CITY reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the CONTRACTOR. All such repairs made by the CONTRACTOR are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 121 33. Value EnQineerinQ: CONTRACTOR may request substitution of materials, articles, pieces of equipment or any changes that reduce the Contract Price by making such request to CONSULTANT in writing, CONSULTANT will be the sole judge of acceptability, and no substitute will be ordered, installed, used or initiated without CONSUL TANT's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. However, any substitution accepted by CONSULTANT shall not result in any increase in the Contract Price or Contract Time. By making a request for substitution, CONTRACTOR agrees to pay directly to CONSULTANT all CONSULTANT's fees and charges related to CONSULTANT's review of the request for substitution, whether or not the request for substitution is accepted by CONSULTANT. Any substitution submitted by CONTRACTOR must meet the form, fit, function and life cycle criteria of the item proposed to be replaced and there must be a net dollar savings including CONSULTANT review fees and charges. If a substitution is approved, the net dollar savings shall be shared equally between CONTRACTOR and CITY and shall be processed as a deductive Change Order. CITY may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any substitute approved after award of the Contract. 34. Continuino the Work: CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with CITY, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract Price or Contract Time. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 35. ChanQes in the Work or Terms of Contract Documents: 35.1. Without invalidating the Contract and without notice to any surety CITY reserves and shall have the right, from time to time to make such increases, decreases or other changes in the character or quantity of the Work as may be considered necessary or desirable to complete fully and acceptably the proposed construction in a satisfactory manner. Any extra or additional work within the scope of this Project must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders, 35.2, Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto, with the same formality and of equal dignity prior to the initiation of any work reflecting BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 122 such change. This section shall not prohibit the issuance of Change Orders executed only by CITY as hereinafter provided. 36. Field Orders and Supplemental Instructions: 36.1. The Contract Administrator, through CONSULTANT, shall have the right to approve and issue Field Orders setting forth written interpretations of the intent of the Contract Documents and ordering minor changes in Work execution, providing the Field Order involves no change in the Contract Price or the Contract Time. 36.2. CONSULTANT shall have the right to approve and issue Supplemental Instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Price or the Contract Time. 37. ChanQe Orders: 37,1. Changes in the quantity or character of the Work within the scope of the Project which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the CITY. 37,2. All changes to construction contracts must be approved in advance in accordance with the value of the Change Order or the calculated value of the time extension. All Change Orders with a value of $25,000 or more shall be approved in advance by the Mayor and City Commission. All Change Orders with a value of less than $25,000 shall be approved in advance by the City Manager or his designee. 37.3, In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been issued, CITY reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute to CONSULTANT as set forth in Article 12 hereof, During the pendency of the dispute, and upon receipt of a Change Order approved by CITY, CONTRACTOR shall promptly proceed with the change in the Work involved and advise the CONSULTANT and Contract Administrator in writing within seven (7) calendar days of CONTRACTOR's agreement or disagreement with the BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 123 method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time, 37.4, On approval of any Contract change increasing the Contract Price, CONTRACTOR shall ensure that the performance bond and payment bond are increased so that each reflects the total Contract Price as increased. 37.5, Under circumstances determined necessary by CITY, Change Orders may be issued unilaterally by CITY. 38. Value of ChanQe Order Work: 38.1. 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: 38.1.1. Where the work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of items involved, subject to the provisions of Section 38.7. 38.1.2. By mutual acceptance of a lump sum which CONTRACTOR and CITY acknowledge contains a component for overhead and profit. 38.1.3. On the basis of the "cost of work," determined as provided in Sections 38.2 and 38.3, plus a CONTRACTOR's fee for overhead and profit which is determined as provided in Section 38.4. 38.2. The term "cost of work" means the sum of all direct costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work described in the Change Order. Except as otherwise may be agreed to in writing by CITY, 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 Section 38,3. 38.2.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the work described in the Change Order under schedules of job classifications agreed upon by CITY and CONTRACTOR. Payroll costs for employees not employed full time on the work covered by the Change Order shall be apportioned on the basis of their time spent on BID NO. 21/06/07 CITY OF MIAMI BEACH DATE: 12/28/06 124 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, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay application thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing the work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by CITY. 38.2.2. Cost of all materials and equipment furnished and incorporated in the work, including costs of transportation and storage thereof, and manufacturers' field services required in connection therewith, All cash discounts shall accrue to CONTRACTOR unless CITY deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to CITY. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to CITY and CONTRACTOR shall make provisions so that they may be obtained. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by CITY with the advice of CONSULTANT and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the work, 38.2,3. Payments made by CONTRACTOR to Subcontractors for work performed by Subcontractors, If required by CITY, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to CITY who will then determine, with the advice of CONSULTANT, which bids will be accepted, If the Subcontract provides that the Subcontractor is to be paid on the basis of cost of the work plus a fee, the Subcontractor's cost of the work shall be determined in the same manner as CONTRACTOR'S cost of the work. All Subcontractors shall be subject to the other provisions of the Contract Documents insofar as applicable. 38.2.4. Cost of special consultants, including, but not limited to, engineers, architects, testing laboratories, and surveyors BID NO. 21/06/07 CITY OF MIAMI BEACH DA TE: 12/28/06 125 employed for services specifically related to the performance of the work described in the Change Order. 38.2.5. Supplemental costs including the following: 38.2.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the work except for local travel to and from the site of the work. 38.2,5,2, Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, applian- ces, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remains the property of CONTRACTOR. 38,2.5.3. Sales, use, or similar taxes related to the work, and for which CONTRACTOR is liable, imposed by any governmental authority, 38.2,5.4. Deposits lost for causes other than CONTRACTOR's negligence; royalty payments and fees for permits and licenses, 38.2.5.5. The cost of utilities, fuel and sanitary facilities at the site. 38.2.5.6, Receipted minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the work. 38.2.5.7. Cost of premiums for additional bonds and insurance required because of changes in the work. 38.3. The term "cost of the work" shall not include any of the following: 38.3.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and BID NO. 21/06/07 CITY OF MIAMI BEACH DATE: 12/28/06 126 contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in its 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 Section 38.2.1., all of which are to be considered administrative costs covered by CONTRACTOR's fee. 38.3.2, Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 38.3.3, Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the work and charges against CONTRACTOR for delinquent payments. 38.3.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same, except for additional bonds and insurance required because of changes in the work. 38,3,5. Costs due to the negligence or neglect of CONTRACTOR, any Subcontractors, 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, 38.3.6, Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in Section 38.2. 38.4. CONTRACTOR's fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 38.4.1. A mutually acceptable fixed fee or if none can be agreed upon, 38.4.2. A fee based on the following percentages of the various portions of the cost of the work: 38.4,2,1. For costs incurred under Sections 38.2.1 and 38.2.2, CONTRACTOR's fee shall not exceed ten percent (10%). 38.4.2.2, For costs incurred under Section 38.2.3, CONTRACTOR's fee shall not exceed seven and BID NO. 21/06/07 CITY OF MIAMI BEACH DATE: 12/28/06 127 one half percent (7,5%); and if a subcontract is on the basis of cost of the work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed ten percent (10%); and 38.4.2,3, No fee shall be payable on the basis of costs itemized under Sections 38.2.4 and 38.2.5, (except Section 38,2.5,3), and Section 38.3. 38,5, The amount of credit to be allowed by CONTRACTOR to CITY for any such change which results in a net decrease in cost, will be the amount of the actual net decrease. When both additions and credits are involved in anyone change, the combined overhead and profit shall be figured on the basis of the net increase, if any, however, CONTRACTOR shall not be entitled to claim lost profits for any Work not performed. 38.6, Whenever the cost of any work is to be determined pursuant to Sections 38.2 and 38.3, CONTRACTOR will submit in a form acceptable to CONSULTANT an itemized cost breakdown together with the supporting data, 38.7, Where the quantity of any item of the Work that is covered by a unit price is increased or decreased by more than twenty percent (20%) from the quantity of such work indicated in the Contract Documents, an appropriate Change Order shall be issued to adjust the unit price, if warranted. 38.8. Whenever a change in the Work is to be based on mutual acceptance of a lump sum, whether the amount is an addition, credit or no change-in-cost, CONTRACTOR shall submit an initial cost estimate acceptable to CONSULTANT and Contract Administrator, 38.8.1. Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. 38,8.2. Whenever a change involves CONTRACTOR and one or more Subcontractors and the change is an increase in the Contract Price, overhead and profit percentage for CONTRACTOR and each Subcontractor shall be itemized separately. 38,9. Each Change Order must state within the body of the Change Order whether it is based upon unit price, negotiated lump sum, or "cost of the work." BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 128 39. Notification and Claim for ChanQe of Contract Time or Contract Price: 39.1. Any claim for a change in the Contract Time or Contract Price shall be made by written notice by CONTRACTOR to the Contract Administrator and to CONSULTANT within five (5) calendar days of the commencement of the event giving rise to the claim and stating the general nature and cause of the claim. Thereafter, within twenty (20) calendar days of the termination of the event giving rise to the claim, written notice of the extent of the claim with supporting information and documentation shall be provided unless CONSULTANT allows an additional period of time to ascertain more accurate data in support of the claim and such notice shall be accompanied by CONTRACTOR's written notarized statement that the adjustment claimed is the entire adjustment to which the CONTRACTOR has reason to believe it is entitled as a result of the occurrence of said event. All claims for changes in the Contract Time or Contract Price shall be determined by CONSULTANT in accordance with Article 12 hereof, if CITY and CONTRACTOR cannot otherwise agree. IT IS EXPRESSLY AND SPECIFICALLY AGREED THAT ANY AND ALL CLAIMS FOR CHANGES TO THE CONTRACT TIME OR CONTRACT PRICE SHALL BE WAIVED IF NOT SUBMITTED IN STRICT ACCORDANCE WITH THE REQUIREMENTS OF THIS SECTION. 39,2. The Contract Time will be extended in an amount equal to time lost on critical Work items due to delays beyond the control of and through no fault or negligence of CONTRACTOR if a claim is made therefor as provided in Section 39,1. Such delays shall include, but not be limited to, acts or neglect by any separate contractor employed by CITY, fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. 40. No DamaQes for Delav: No claim for damages or any claim, other than for an extension of time, shall be made or asserted against CITY by reason of any delays except as provided herein. CONTRACTOR shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from CITY 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 or hindrance 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 actual delays due solely to fraud, bad faith or active interference on the part of CITY or its CONSULTANT. Otherwise, CONTRACTOR shall be entitled only to BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 129 extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above, 41, Excusable Delav; Compensable; Non-Compensable: 41.1 Excusable Delay. Delay which extends the completion of the Work and which is caused by circumstances beyond the control of CONTRACTOR or its subcontractors, suppliers or vendors is Excusable Delay, CONTRACTOR is entitled to a time extension of the Contract Time for each day the Work is delayed due to Excusable Delay. CONTRACTOR shall document its claim for any time extension as provided in Article 39 hereof. Failure of CONTRACTOR to comply with Article 39 hereof as to any particular event of delay shall be deemed conclusively to constitute a waiver, abandonment or relinquishment of any and all claims resulting from that particular event of delay. Excusable Delay may be compensable or non-compensable: (a) Compensable Excusable Delay. Excusable Delay is compensable when (i) the delay extends the Contract Time, (ii) is caused by circumstances beyond the control of the CONTRACTOR or its subcontractors, suppliers or vendors, and (iii) is caused solely by fraud, bad faith or active interference on the part of CITY or its agents. In no event shall CONTRACTOR be compensated for interim delays which do not extend the Contract Time. CONTRACTOR shall be entitled to direct and indirect costs for Compensable Excusable Delay, Direct costs recoverable by CONTRACTOR shall be limited to the actual additional costs allowed pursuant to Article 38 hereof. CITY and CONTRACTOR recognize and agree that the amount of CONTRACTOR's precise actual indirect costs for delay in the performance and completion of the Work is impossible to determine as of the date of execution of the Contract Documents, and that proof of the precise amount will be difficult. Therefore, indirect costs recoverable by the CONTRACTOR shall be liquidated on a daily basis for each day the Contract Time is delayed due to a Compensable Excusable Delay. These liquidated indirect costs shall be paid to compensate CONTRACTOR for all indirect costs caused by a Compensable Excusable Delay and shall include, but not be limited to, all profit on indirect costs, home office overhead, acceleration, loss of earnings, loss of productivity, loss of BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 130 bonding capacity, loss of opportunity and all other indirect costs incurred by CONTRACTOR. The amount of liquidated indirect costs recoverable shall be N/A per day for each calendar day the Contract is delayed due to a Compensable Excusable Delay. (b) Non-Compensable Excusable Delay. When Excusable Delay is (i) caused by circumstances beyond the control of CONTRACTOR, its subcontractors, suppliers and vendors, and is also caused by circumstances beyond the control of the CITY or CONSULTANT, or (ii) is caused jointly or concurrently by CONTRACTOR or its subcontractors, suppliers or vendors and by the CITY or CONSULTANT, then CONTRACTOR shall be entitled only to a time extension and no further compensation for the delay. 42. Substantial Completion: When CONTRACTOR considers that the Work, or a portion thereof designated by CITY pursuant to Article 29 hereof, has reached Substantial Completion, CONTRACTOR shall so notify CITY and CONSULTANT in writing. CONSULTANT and CITY shall then promptly inspect the Work. When CONSULTANT, on the basis of such an inspection, determines that the Work or designated portion thereof is substantially complete, it will then prepare a Certificate of Substantial Completion in the form attached hereto as Form 00925 which shall establish the Date of Substantial Completion; shall state the responsibilities of CITY and CONTRACTOR for security, maintenance, heat, utilities, damage to the Work, and insurance; and shall list all Work yet to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective work on such list does not alter the responsibility of CONTRACTOR to complete all of the Work in accordance with the Contract Documents, Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to CITY through the Contract Administrator and CONTRACTOR for their written acceptance of the responsibilities assigned to them in such Certificate. 43. No Interest: Any monies not paid by CITY when claimed to be due to CONTRACTOR under this Agreement, including, but not limited to, any and all claims for contract damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of CITY's prompt payment ordinance, as such relates to timeliness of payment, and the provisions of BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 131 Section 218.74(4), Florida Statutes (1989) as such relates to the payment of interest, shall apply to valid and proper invoices. 44. Shop Drawings: 44.1. CONTRACTOR shall submit Shop Drawings as required by the Technical Specifications. The purpose of the Shop Drawings is to show the suitability, efficiency, technique of manufacture, installation requirements, details of the item and evidence of its compliance or noncompliance with the Contract Documents, 44.2. Within thirty (30) calendar days after the Project Initiation Date specified in the Notice to Proceed, CONTRACTOR shall submit to CONSULTANT a complete list of preliminary data on items for which Shop Drawings are to be submitted and shall identify the critical items. Approval of this list by CONSULTANT shall in no way relieve CONTRACTOR from submitting complete Shop Drawings and providing materials, equipment, etc" fully in accordance with the Contract Documents. This procedure is required in order to expedite final approval of Shop Drawings. 44.3. After the approval of the list of items required in Section 44.2 above, CONTRACTOR shall promptly request Shop Drawings from the various manufacturers, fabricators, and suppliers. CONTRACTOR shall include all shop drawings and other submittals in its certification. 44.4, CONTRACTOR shall thoroughly review and check the Shop Drawings and each and every copy shall show this approval thereon. 44.5. If the Shop Drawings show or indicate departures from the Contract requirements, CONTRACTOR shall make specific mention thereof in its letter of transmittal. Failure to point out such departures shall not relieve CONTRACTOR from its responsibility to comply with the Contract Documents. 44.6. CONSULTANT shall review and approve Shop Drawings within twenty- one (21) calendar days from the date received, unless said Drawings are rejected by CONSULTANT for material reasons, CONSULTANT's approval of Shop Drawings will be general and shall not relieve CONTRACTOR of responsibility for the accuracy of such Drawings, nor for the proper fitting and construction of the work, nor for the furnishing of materials or work required by the Contract Documents and not indicated on the Drawings. No work called for by Shop Drawings shall be performed until the said Drawings have been approved by CONSULTANT. Approval shall not relieve CONTRACTOR from responsibility for errors or omissions of any sort on the Shop Drawings. BID NO. 21/06/07 CITY OF MIAMI BEACH DATE: 12/28106 132 44.7. No approval will be given to partial submittals of Shop Drawings for items which interconnect and/or are interdependent where necessary to properly evaluate the design. It is CONTRACTOR's responsibility to assemble the Shop Drawings for all such interconnecting and/or interdependent items, check them and then make one submittal to CONSULTANT along with its comments as to compliance, noncompliance, or features requiring special attention, 44,8. If catalog sheets or prints of manufacturers' standard drawings are submitted as Shop Drawings, any additional information or changes on such drawings shall be typewritten or lettered in ink. 44.9. CONTRACTOR shall submit the number of copies required by CONSULTANT. Resubmissions of Shop Drawings shall be made in the same quantity until final approval is obtained. 44.10. CONTRACTOR shall keep one set of Shop Drawings marked with CONSULTANT's approval at the job site at all times. 45. Field Lavout of the Work and Record Drawinas: 45.1, The entire responsibility for establishing and maintaining line and grade in the field lies with CONTRACTOR. CONTRACTOR shall maintain an accurate and precise record of the location and elevation of all pipe lines, conduits, structures, maintenance access structures, handholes, fittings and the like and shall prepare record or "as-built" drawings of the same which are sealed by a Professional Surveyor. CONTRACTOR shall deliver these records in good order to CONSULTANT as the Work is completed, The cost of all such field layout and recording work is included in the prices bid for the appropriate items, All record drawings shall be made on reproducible paper and shall be delivered to CONSULTANT prior to, and as a condition of, final payment. 45.2. CONTRACTOR shall maintain in a safe place at the Project site one record copy of all Drawings, Plans, Specifications, Addenda, written amendments, Change Orders, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction, These record documents together with all approved samples and a counterpart of all approved Shop Drawings shall be available at all times to CONSULTANT for reference. Upon Final Completion of the Project and prior to Final Payment, these record documents, samples and Shop Drawings shall be delivered to the Contract Administrator. BID NO. 21/06/07 CITY OF MIAMI BEACH DATE: 12/28/06 133 45.3. Prior to, and as a condition precedent to Final Payment, CONTRACTOR shall submit to CITY, CONTRACTOR's record drawings or as-built drawings acceptable to CONSULTANT, 46. Safety and Protection: 46.1. CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Project. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 46,1.1. All employees on the work site and other persons who may be affected thereby; 46.1.2. All the work and all materials or equipment to be incorporated therein, whether in storage on or off the Project site; and 46,1.3. Other property at the Project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 46.2, CONTRACTOR shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection, CONTRACTOR shall notify owners of adjacent property and utilities when prosecution of the work may affect them. All damage, injury or loss to any property referred to in Sections 46.1.2 and 46.1.3 above, caused directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR. CONTRACTOR's duties and responsibilities for the safety and protection of the work shall continue until such time as all the Work is completed and CONSULTANT has issued a notice to CITY and CONTRACTOR that the Work is acceptable except as otherwise provided in Article 29 hereof. 46.3. CONTRACTOR shall designate a responsible member of its organization at the Work site whose duty shall be the prevention of accidents. This person shall be CONTRACTOR'S superintendent unless otherwise designated in writing by CONTRACTOR to CITY. BID NO. 21/06/07 CITY OF MIAMI BEACH DATE: 12/28/06 134 [X] 47. Final Bill of Materials: CONTRACTOR shall be required to submit to CITY and CONSULTANT a final bill of materials with unit costs for each bid item for supply of materials in place. This shall be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs established for each Contract item. A Final Certificate for Payment cannot be issued by CONSULTANT until CONTRACTOR submits the final bill of materials and CONSULTANT verifies the accuracy of the units of Work. 48. Payment bv CITY for Tests: Except when otherwise specified in the Contract Documents, the expense of all tests requested by CONSULTANT shall be borne by CITY and performed by a testing firm chosen by CONSULTANT. For road construction projects the procedure for making tests required by CONSULTANT will be in conformance with the most recent edition of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction. The cost of any required test which CONTRACTOR fails shall be paid for by CONTRACTOR. 49. Proiect Siqn: Any requirements for a project sign shall be as set forth within the Technical Specifications section. 50. Hurricane Precautions: 50.1. During such periods of time as are designated by the United States Weather Bureau as being a hurricane warning or alert, the CONTRACTOR, at no cost to the CITY, shall take all precautions necessary to secure the Project site in response to all threatened storm events, regardless of whether the CITY or CONSULTANT has given notice of same. 50.2. Compliance with any specific hurricane warning or alert precautions will not constitute additional work. 50.3. Additional work relating to hurricane warning or alert at the Project site will be addressed by a Change Order in accordance with Section 37, General Conditions. 50.4. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the CITY has directed such suspension, will entitle BID NO. 21/06/07 CITY OF MIAMI BEACH DATE: 12/28/06 135 the CONTRACTOR to additional Contract Time as noncompensable, excusable delay, and shall not give rise to a claim for compensable delay. 51. Cleaninq Up; City's Riaht to Clean Up: CONTRACTOR shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the Project, CONTRACTOR shall remove all its waste materials and rubbish from and about the Project as well as its tools, construction equipment, machinery and surplus materials. If CONTRACTOR fails to clean up during the prosecution of the Work or at the completion of the Work, CITY may do so and the cost thereof shall be charged to CONTRACTOR. If a dispute arises between CONTRACTOR and separate contractors as to their responsibility for cleaning up, CITY may clean up and charge the cost thereof to the contractors responsible therefor as CONSULTANT shall determine to be just. 52. Removal of Eauipment: In case of termination of this Contract before completion for any cause whatever, CONTRACTOR, if notified to do so by CITY, shall promptly remove any part or all of CONTRACTOR's equipment and supplies from the property of CITY, failing which CITY shall have the right to remove such equipment and supplies at the expense of CONTRACTOR. 53. Nondiscrimination. Eaual Emplovment Opportunity. and Americans with Disabilities Act: CONTRACTOR shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. CONTRACTOR shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by CITY, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, CONTRACTOR shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. CONTRACTOR's decisions regarding the delivery of services under this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 136 CONTRACTOR shall not engage in or commit any discriminatory practice in violation of City of Miami Beach Ordinance No 92.2824 in performing any services pursuant to this Agreement. 54. Project Records: CITY shall have the right to inspect and copy, at CITY's expense, the books and records and accounts of CONTRACTOR which relate in any way to the Project, and to any claim for additional compensation made by CONTRACTOR, and to conduct an audit of the financial and accounting records of CONTRACTOR which relate to the Project and to any claim for additional compensation made by CONTRACTOR. CONTRACTOR shall retain and make available to CITY all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of three (3) years following Final Completion of the Project. During the Project and the three (3) year period following Final Completion of the Project, CONTRACTOR shall provide CITY access to its books and records upon seventy-two (72) hours written notice. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 137 00900. SUPPLEMENTARY SPECIFICATIONS (Not Applicable) BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 138 00920. ADDITIONAL ARTICLES: [X] 1. Prevailinq Wage Rate Ordinance. (Please see attached wage rates) This Project is not federally funded. City of Miami Beach Ordinance No, 94-2960 provides that in all non-federally funded construction contracts in excess of one million dollars to which the City of Miami Beach is a party, the rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by any contractor or subcontractor on the work covered by the contract, shall not be less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work, as established by the Federal Register, in the City of Miami Beach, Florida. The provisions of this Ordinance shall not apply to the following projects: a. water, except water treatment facilities and lift stations; b. sewer, except sewage treatment facilities and lift stations; c. storm drainage; d. road construction, except bridges or structures requiring pilings; and e. beautification projects, which may include resurfacing new curbs, gutters, pavers, sidewalks, landscaping, new lighting, bus shelters, bus benches and signage. [*NOTE: INSERT IF APPLICABLE] [] 2. Federal Grant Proiects: (N/A) 2.1. By virtue of the fact that the funding of this Project will be delivered in full or in part from the United States government through , federal assurances must follow the grant application in addition to any and all supervening assurances set forth in Rules and Regulations published in Federal Register or CFR. 2.2. Clauses, terms or conditions required by federal grantor agency are hereby attached and made a part of this Project Manual. BID NO. 21/06/07 CITY OF MIAMI BEACH DATE: 12/28/06 139 WAGE RATES: GENERAL DECISION: FL20030032 12/01/2006 FL32 Date: December 1, 2006 General Decision Number: FL20030032 12/01/2006 State: Florida Superseded General Decision Number: FL020032 Construction Type: Heavy Counties: Broward, Collier, Lee, Martin, Miami-Dade, Palm Beach and St Lucie Counties in Florida. HEAVY CONSTRUCTION PROJECTS (Excluding Sewer & Water Lines) Modification Number o 1 2 3 4 5 6 7 8 9 10 11 12 13 14 CARPI026-002 08/01/2002 Publication Date 06/13/2003 01/23/2004 04/09/2004 OS/28/2004 08/27 /2004 01/28/2005 04/08/2005 08/12/2005 09/23/2005 12/16/2005 04/14/2006 06/02/2006 07/14/2006 09/01/2006 12/01/2006 Rates Fringes ELEC0323-001 09/05/1993 Piledriverman. ....... ......... ...$ 20.25 4.70 MARTIN, PALM BEACH, AND ST LUCIE COUNTIES Rates Fringes ELEC0349-002 09/01/2006 Electrician......................$ 15.88 21.5 DADE COUNTY BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 140 Rates Fringes Electricians: Electrical contracts including materials that are $2,000,000 and over.....$ 25.46 Electrical contracts including materials that are less than $2,000,000....$ 24.00 Electrical contracts: including-materials that are less than $2,000,000.. ..$ 23.00 Electricial contracts including materials that are over $2,000,000.........$ 26.46 6.05+8 6.05+8 6.05+8% 6.05+8 ELEC0728-001 07/28/2006 BROWARD AND COLLIER COUNTIES Rates Fringes Electrician......................$ 25.46 12-1/2%+$5.60 * ELEC0915-001 12/01/2006 LEE COUNTY Rates Fringes Electrician......................$ 23.17 32%+$0.20 ENGI0487-002 07/01/2006 DADE COUNTY Rates Fringes Power equipment operators: Backhoes, Bulldozers. ..... ..$ 20.00 Cranes. . . . . . . . . . . . . . . . . . . . . . $ 25.50 Oilers. . . . . . . . . . . . . . . . . . . . . . $ 17.90 7.10 7.10 7.10 ENGI0487-003 07/01/2006 BROWARD, COLLIER, LEE, MARTIN, PALM BEACH, AND ST LUCIE COUNTIES Rates Fringes Power equipment operators: All Tower Cranes and All Cranes with boom length 150 ft and over...... .......$ 25.75 Cranes with boom length less than 150 ft. 7.68 BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 141 Backhhoes, and Bulldozers...$ 25.02 Oilers......................$ 20.24 7.68 7.68 PLUM0630-001 07/01/2006 LEE, MARTIN, PALM BEACH, AND ST LUCIE COUNTIES Rates Fringes Pipefitter.......................$ 28.00 7.76 PLUM0725-002 06/30/2006 BROWARD AND DADE COUNTIES Rates Fringes Pipefitter.......................$ 26.60 9.35 SUFL1990-006 01/26/1990 Rates Fringes Carpenter. . . . . . . . . . . . . . . . . . . . . . . . $ 12.71 2.71 Cement Mason.....................$ 10.50 Laborer. . . . . . . . . . . . . . . . . . . . . . . . . . $ 5. 72 Power equipment operators: Loaders.....................$ 11.25 2.55 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses ( 2 9 C FR 5. 5 ( a ) ( 1 ) ( i i) ) . In the listing above, the "sun designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 142 be: * an existing p~blished wage determination a survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling * * * On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ------------------------------------ ------------------------------------ END OF GENERAL DECISION BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 143 GENERAL DECISION: FL20030033 FL33 Date: June 13, 2003 General Decision Number: FL20030033 Superseded General Decision No. FL020033 State: Florida Construction Type: SEWER AND WATER LINE County (ies) BROWARD COLLIER DADE LEE MARTIN PALM BEACH ST LUCIE SEWER & WATER LINE CONSTRUCTION Modification Number o Publication Date 06/13/2003 COUNTY (ies) : BROWARD COLLIER DADE LEE MARTIN PALM BEACH ST LUCIE SUFL2016B 06/01/1989 LABORERS Rates 7.11 Fringes PIPELAYERS 9.34 .97 POWER EQUIPMENT OPERATORS: BACKHOE LOADER 11.04 10.17 .88 TRUCK DRIVERS 7.00 .45 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses ( 2 9 C FR 5. 5 (a) (1) (ii) ) . In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. BID NO. 21/06/07 DA TE: 12/28/06 CITY OF MIAMI BEACH 144 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter settlng forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 145 00922. STATEMENT OF COMPLIANCE (PREVAILING WAGE RATE ORDINANCE NO. 94-2960 No. Project Title Contract No. The undersigned CONTRACTOR hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by City of Miami Beach Ordinance No. 94-2960 and the applicable conditions of the Contract. The foregoing instrument was acknowledged before me this ,20_, by personally known to me or who has produced identification and who did/did not take an oath. day of who is as WITNESS my hand and official seal, this day of ,20_ (NOTARY SEAL) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 146 00923. STATEMENT OF COMPLIANCE (DAVIS BACON ACT) No. Contract No. ProjectTitle The undersigned CONTRACTOR hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by the Davis Bacon Act and the applicable conditions of the Contract. Dated ,20_ Contractor By: By: (Signature) (Print Name and Title) STATE OF ) ) SS ) COUNTY OF The foregoing instrument was acknowledged before me this , 20_, by personally known to me or who has produced identification and who did/did not take an oath. WITNESS my hand and official seal, this day of day of who is as ,20_. (NOTARY SEAL) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: BID NO. 21/06/07 DA TE: 12/28/06 CITY OF MIAMI BEACH 147 00925. CERTIFICATE OF SUBSTANTIAL COMPLETION: PROJECT: (name, address) CONSUL TANT: BID/CONTRACT NUMBER: TO (CITY): CONTRACTOR: CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The Work performed under this Contract has been reviewed and found to be substantially complete and all documents required to be submitted by CONTRACTOR under the Contract Documents have been received and accepted. The Date of Substantial Completion of the Project or portion thereof designated above is hereby established as which is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. DEFINITION OF DATE OF SUBSTANTIAL COMPLETION The Date of Substantial Completion of the Work or portion thereof designated by CITY is the date certified by CONSULTANT when all conditions and requirements of permits and regulatory agencies have been satisfied and the Work, is sufficiently complete in accordance with the Contract Documents, so the Project is available for beneficial occupancy by CITY. A Certificate of Occupancy must be issued for Substantial Completion to be achieved, however, the issuance of a Certificate of Occupancy or the date thereof are not to be determinative of the achievement or date of Substantial Completion. BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 148 A list of items to be completed or corrected, prepared by CONSULTANT and approved by CITY, is attached hereto. The failure to include any items on such list does not alter the responsibility of CONTRACTOR to complete all work in accordance with the Contract Documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed in writing. CONSULTANT BY DATE In accordance with Section 2.2 of the Contract, CONTRACTOR will complete or correct the work on the list of items attached hereto within from the above Date of Substantial Completion. CONSUL TANT BY DATE CITY, through the Contract Administrator, accepts the Work or portion thereof designated by CITY as substantially complete and will assume full possession thereof at (time) on (date). City of Miami Beach, Florida By Contract Administrator Date The responsibilities of CITY and CONTRACTOR for security, maintenance, heat, utilities, damage to the work and insurance shall be as follows: BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 149 00926. FINAL CERTIFICATE OF PAYMENT: PROJECT: (name, address) CONSUL TANT: BID/CONTRACT NUMBER: TO (CITY): CONTRACTOR: CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: All conditions or requirements of any permits or regulatory agencies have been satisfied. The documents required by Section 5.2 of the Contract, and the final bill of materials, if required, have been received and accepted. The Work required by the Contract Documents has been reviewed and the undersigned certifies that the Work, including minor corrective work, has been completed in accordance with the provision of the Contract Documents and is accepted under the terms and conditions thereof. CONSUL TANT BY DATE CITY, through the Contract Administrator, accepts the work as fully complete and will assume full possession thereof at (time) (date). City of Miami Beach, Florida By Contract Administrator Date BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 150 00930. FORM OF FINAL RECEIPT: [The following form will be used to show receipt of final payment for this Contract.] FINAL RECEIPT FOR CONTRACT NO. Received this day of ,20 , from City of Miami Beach, Florida, the sum of Dollars ($ ) as full and final payment to CONTRACTOR for all work and materials for the Project described as: This sum includes full and final payment for all extra work and material and all incidentals. CONTRACTOR hereby indemnifies and releases CITY from all liens and claims whatsoever arising out of the Contract and Project. CONTRACTOR hereby certifies that all persons doing work upon or furnishing materials or supplies for the Project have been paid in full. In lieu of this certification regarding payment for work, materials and supplies, CONTRACTOR may submit a consent of surety to final payment in a form satisfactory to CITY. CONTRACTOR further certifies that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged. [If incorporated sign below.] CONTRACTOR ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) _ day of ,20_. F:\A TTO\AGUR\AGREEM NT\frontend\stdfrm. frtend. fnl.doc BID NO. 21/06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 151 [If not incorporated sign below.] WITNESSES: F:\A TTO\AGUR\AGREEM NT\frontendlstdfrm. frtend. fnl.doc BID NO. 21/06/07 DATE: 12/28/06 CONTRACTOR (Name of Firm) By: (Signature) (Print Name and Title) _ day of ,20_. CITY OF MIAMI BEACH 152 [X] 00950. PLANS INDEX: Plans and Technical specifications for this project are available in digital format at a cost of $10.00; please contact the City of Miami Beach Procurement Division at 305-673-7490 to secure your CD copy of the Plans and Technical Specifications for this bid. Company checks accepted, cash; exact amount only. Plans and Technical Specifications for the NORMANDY SHORES GOLF COURSE IMPROVEMENTS has been prepared by: PROJECT ARCHITECT AND PRIME CONSULTANT Arthur Hills I Steve Forrest and Associates 7351 West Bancroft, Toledo, Ohio 43615 PUMP HOUSE ARCHITECT Indigo Service Corporation 3195 SW 3rd Avenue, 2nd Floor Miami, FI 33129 PUMP HOUSE SUBCONSUL T ANTS STRUCTURAL ENGINEERS: Cankat-Essman, Inc. 1900 SW 5ih Avenue, Suite A Miami, FI 33155 ELECTRICAL/MECHANICAL/FIRE PROTECTION SDM Consulting Engineers 135 Almeira Avenue Coral Gables, FI 33134 BID NO: 09-06/07 DATE: 10/12/05 CITY OF MIAMI BEACH 153 01000. ADDENDA AND MODIFICATIONS: All addenda and other modifications made prior to the time and date of bid opening shall be issued as separate documents identified as Addendums to the Contract Documents. (Please see page 158) BID NO: 09-06/07 DATE: 10/12/05 CITY OF MIAMI BEACH 154 02000. TECHNICAL SPECIFICATIONS: BID NO. 21-06/07 NORMANDY SHORES GOLF COURSE IMPROVEMENTS * NOTE: Plans and Technical specifications for this project are available in digital format at a cost of $10.00; please contact the City of Miami Beach Procurement Division at 305-673-7490 to secure your CD copy of the Plans and Technical Specifications for this bid. Company checks accepted, cash; exact amount only. TABLE OF CONTENTS Temporary Facilities Division 1 -- SUPPLEMENTARY GENERAL CONDITIONS 01010 (IRRIGATION PUMP HOUSE) - Summary of Work 01030 (IRRIGATION PUMP HOUSE) - Alternates 01040 -- Coordination of Adjacent and Concurrent Projects and Contractors 01041 (IRRIGATION PUMP HOUSE) - Coordination 01 045 (IRRIGATION PUMP HOUSE) - Cutting and Patching 01310 (IRRIGATION PUMP HOUSE) - Construction Schedule and Attachments 1 and 2 01330 (IRRIGATION PUMP HOUSE) - Request for Information (RFI) 01360 (IRRIGATION PUMP HOUSEO - Working Drawings 01400 (IRRIGATION PUMP HOUSE) - Quality Assurance Requirements 01569 (IRRIGATION PUMP HOUSE) - Construction Cleaning 01600 (IRRIGATION PUMP HOUSE) - Alternates 01640 (IRRIGATION PUMP HOUSE) - Substitutions and Product Options 0171 0 (IRRIGATION PUMP HOUSE) - Final Cleaning 01740-DI - Guarantee - Correction of Defective Items - Warranties and Bonds Division 2 - SITE WORK 02000 - Site Preparation, Excavation, Filling, and Rough Grading 02011 (IRRIGATION PUMP HOUSE) - Soil Test Data 02011 SB - Soil Boring Report 02110 - Site Clearing 02140 (DRAINGE PUMP STATION) - Dewatering 02200 (IRRIGATION PUMP HOUSE) - Earthwork 02221 (IRRIGATION PUMP HOUSE) - Excavation Backfilling, and Compaction for Utilities 02222 (DRAINAGE PUMP STATION) - Excavation, Backfilling, and Compaction for Utilities 02280 (IRRIGATION PUMP HOUSE) - Soil Treatment 02522 (DRAINAGE PUMP STATION) - Well Video Inspection 02581 (DRAINAGE PUMP STATION) - Gravity Storm Drainage Wells 02582 (DRAINAGE PUMP STATION) - Pressure Storm Drainage Wells 02582 (DRAINAGE PUMP STATION) - Log 02610 (DRAINAGE PUMP STATION) - Pipes and Pipe Fittings - Buried 02630 - Drainage Installations 02678 (DRAINAGE PUMP STATION) - Well Development BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 155 02689 (DRAINAGE PUMP STATION) - Well Performance 02689 Supplements 02721 (DRAINAGE PUMP STATION) - Catch Basins, Manholes, Stormwater structures, and Inlets 02724 (DRAINAGE PUMP STATION) - Storm Piping (HDPE) 02750 - Cart Paths 02810- Irrigation 02900 - Bunkers and Tees 02930 - Green Construction 02980 - Topsoil Replacement, Finish Grading, Fertilizing, Grassing and Sodding Division 3 - CONCRETE 03000 (IRRIGATION PUMP HOUSE) - Concrete Production 03100 (IRRIGATION PUMP HOUSE) - Concrete Formwork 03200 (IRRIGATION PUMP HOUSE) - Concrete Reinforcing 03300 (IRRIGATION PUMP HOUSE) - Concrete Placing 03400 (IRRIGATION PUMP HOUSE) - Concrete Finishing 03600 (IRRIGATION PUMP HOUSE) - Grout Division 4 - MASONRY 04100 (IRRIGATION PUMP HOUSE) - Mortar 04150 (IRRIGATION PUMP HOUSE) - Masonry Accessories 04230 (IRRIGATION PUMP HOUSE) - Reinforce Grouted Concrete Masonry Division 5 - METALS 05120 (IRRIGATION PUMP HOUSE) - Structural Steel 05500 (IRRIGATION PUMP HOUSE) - Metal Fabrications Division 7 - THERMAL AND MOISTURE PROTECTION 07200 (IRRIGATION PUMP HOUSE) - Insulation 07525 (IRRIGATION PUMP HOUSE) - SBS Modified Bitumen Capped Asphalt Built-Up Roofing 07620 (IRRIGATION PUMP HOUSE) - Roofing Sheet Metal and Flashing 07900 (IRRIGATION PUMP HOUSE) - Sealants and Caulking Division 8 - DOORS AND WINDOWS 08110 (IRRIGATION PUMP HOUSE) - Steel Doors and Frames 0871 0 (IRRIGATION PUMP HOUSE) - Finish Hardware Division 9 - FINISHES 09221 (IRRIGATION PUMP HOUSE) - Stucco and Cement Plaster 09900 (IRRIGATION PUMP HOUSE) - Painting Division 10- SPECIALTIES 10440 (IRRIGATION PUMP HOUSE) - Signs 1 0522 (IRRIGATION PUMP HOUSE) - Fire Extinguishers and Cabinets Division 11 -- EQUIPMENT 11100 - Accessible Golf Carts BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 156 11305 (DRAI NAGE PUMP STATION) - Storm Water Submersible Centrifugal Pumps 11305 Supplement - Pump Data Sheet Division 15 - MECHANICAL 15000 (DRAINAGE PUMP STATION) - Piping, General 15010 (IRRIGATION PUMP HOUSE) - Basic Mechanical Requirements 15030 (IRRIGATION PUMP HOUSE) - Electrical Requirements for Mechanical Equipment 15050 (IRRIGATION PUMP HOUSE) - Basic Mechanical Materials and Methods 15060-00 (DRAINAGE PUMP STATION) - Plant Piping General 15060-02 (DRAINAGE PUMP STATION) - Cement Lined Ductile Iron Pipe and Fittings 15060-13 (DRAINAGE PUMP STATION) - Stainless Steel Pipe and Fittings 15060-14 (DRAINAGE PUMP STATION) - Polyvinyl Chloride (PVC) Pipe and Fittings 15060-17 (DRAINAGE PUMP STATION) - Copper and Copper Alloy Pipe, Tubing, and Fittings 15100 (DRAINAGE PUMP STATION) - Valves, General 15140 (IRRIGATION PUMP HOUSE) - Supports and Anchors 15190 (IRRIGATION PUMP HOUSE) - Mechanical Identification 15870 (IRRIGATION PUMP HOUSE) - Power and Gravity Ventilators 15990 (IRRIGATION PUMP HOUSE) - Testing, Adjusting, and Balancing Division 16 - ELECTRICAL 10005 (DRAINAG PUMP STATION) - Electrical 16010 (IRRIGATION PUMP HOUSE) - Basic Electrical Requirements 16050 (IRRIGATION PUMP HOUSE) - Basic Electrical Materials and Methods 16120 (IRRIGATION PUMP HOUSE) - Wire and Cable 16135 (IRRIGATION PUMP HOUSE) - Electrical Boxes and Fittings 16142 (IRRIGATION PUMP HOUSE) - Electrical Connections for Equipment 16143 (IRRIGATION PUMP HOUSE) - Wiring Devices 16170 (IRRIGATION PUMP HOUSE) - Circuit and Motor Disconnects 16190 (IRRIGATION PUMP HOUSE) - Supporting Devices 16195 (IRRIGATION PUMP HOUSE) - Electrical Identification 16402 (IRRIGATION PUMP HOUSE) - Electrical Site Utilities 16430 (IRRIGATION PUMP HOUSE) - Metering and Sub-Metering 16452 (IRRIGATION PUMP HOUSE) - Grounding 16470 (IRRIGATION PUMP HOUSE) - Panelboards 16477 (IRRIGATION PUMP HOUSE) - Fuses 16515 (IRRIGATION PUMP HOUSE) - Interior Lighting Fixtures 16650 (IRRIGATION PUMP HOUSE) - Temporary Wiring System END OF TABLE OF CONTENTS BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 157 04000. ACKNOWLEDGEMENT OF ADDENDA Invitation for Bid No. 21-06/07 NORMANDY SHORES GOLF COURSE IMPROVEMENTS Directions: Complete Part I or Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this Bid: Addendum No.1, Dated January 19, 2007 Addendum No.2, Dated January 25, 2007 Addendum No.3, Dated February 7, 2007 Addendum No.4, Dated February 9, 2007 Addendum No.5, Dated February 14, 2007 Part II: No addendum was received in connection with this Bid. Verified with Procurement staff Name of Staff Date Bidders- Name Date Signature BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 158 05000. CUSTOMER REFERENCE LISTING BID NO. 21-06/07 NORMANDY SHORES GOLF COURSE IMPROVEMENTS CUSTOMER REFERENCE LISTING (3 PROJECTS) Related Project Experience: (Minimum Requirements) Contractor must be a Certified Member of the Golf Course Builders Association of America. Thev must establish that they have been in the aolf course construction business for at least five years under their current name. and have completed construction of 18 holes of aolf course. or the equivalent. per year for each of the past five years under the direction of an architect. Provide references from individuals in five of the followina seven cateaories: course owner/developer. aolf course architect. enaineer. irriaation desianer. aolf course superintendent. municipality. and/or certified aolf course builder. BID NO: 21-06/07 DA TE: 12/28/06 CITY OF MIAMI BEACH 159 The City reserves the right to request from the bidder, clarification or omitted information in reference to this form. The bidder must submit the documentation within three (3) calendar days upon request from the City, or the bid shall be deemed non-responsive. SAMPLE Proiect COURSE OWNER/DEVELOPER: The Country Club of Florida GOLF COURSE ARCHITECT: Lester George Golf Design ENGINEER: IRRIGATION DESIGNER: Mike Pignato GOLF COURSE SUPERINTENDENT: Jeff Klont~ MUNICIPALITY: No CERTIFIED GOLF COURSE BUILDER: Q G S Development, Inc. SPECIAL FEATURES OF THE PROJECT: complete rebuild of 18 holes with new 18 irrigation system and 92 acres of sod *ATTACH ADDITIONAL SHEETS IF NECESSARY. BID NO: 21-06/07 DATE: 12/28/06 CITY OF MIAMI BEACH 160 Amended page 160, Addendum #2 Q G S Development, Inc. February 14,2007 Charlie Cangianelli MUNICIPALITY: Yes CERTIFIED GOLF COURSE BUILDER: Q G S Development, Inc. SPECIAL FEATURES OF THE PROJECT: 18 Hole rebuild, a Signature Nicklaus Design, construction complete in 130 days *ATTACH ADDITIONAL SHEETS IF NECESSARY* BID NO: 21-06/07 DATE: 12/28/06 Q G S Development, Inc. CITY OF MIAMI BEACH 161 Amended page 161, Addendum #2 February 14,2007 MUNICIPALITY: No CERTIFIED GOLF COURSE BUILDER: Q G S Development, Inc. SPECIAL FEATURES OF THE PROJECT: 18 Hole renovation tees - greens -fairways all planted in seadwarf Pespallum *ATTACH ADDITIONAL SHEETS IF NECESSARY* BID NO: 21-06/07 DATE: 12/28/06 Q G S Development, Inc. CITY OF MIAMI BEACH 162 Amended page 162, Addendum #2 February 14,2007 06000. SUB-CONTRACTOR LISTING INFORMATION BID NO. 21-06/07 NORMANDY SHORES GOLF COURSE IMPROVEMENTS SUB-CONTRACTORS PROVIDING SERVICES TO THE PROJECT Name of Subcontractor Work to be performed , % of Work to be . performed (Telephone and fax no.) Name: J Emory Bobcat Tree and Cartpath disposal Tel: Fax: Name: Quality Turf Sod & Sprigging Tel: 813-634-3326 Fax: 813-642-0646 Name: Advanced Paving Asphalt Tel: 863-357-6200 Fax: Name: Community Tree Ser. Clearing Tel: 561-533-0183 Fax: Name: Golf Turf Application Basamid Fumigation Tel: 239-643-5677 Fax: Name: Purdy Construction Pump House Tel: 561-655-6662 Fax: Name: Jaffer Wells Injection Wells Tel: 305-576-7363 Fax: Attach additional forms if necessary) BID NO: 21-06/07 DATE: 12/28/06 Q G S Development, Inc. CITY OF MIAMI BEACH 166 February 14,2007