Loading...
Contract with West Construction, Inc. 16 kin CONTRACT THIS CONTRACT is by and between the City of Miami Beach, Florida, a municipal corporation of the State of Florida, ("City"), and West Construction, Inc., 820 North 4th Street, Lantana, FL. 33462, ("Contractor"). WITNESSETH, 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. 2.2 Time is of the essence throughout this Contract. This project shall be substantially completed within one hundred and eighty days (180) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within sixty (60) 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 two thousand dollars ($2,000.00) for each calendar day after the time specified in EZO1 . dr.'u: 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 two thousand dollars ($2,000.00) 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. ARTICLE 3 THE CONTRACT SUM [ ] This is a Unit Price Contract:* [X] This is a Lump Sum 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 Price 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 The Contract Price is $2,692,453.50, consisting of a base bid in the amount of $2,447,685.00, and a separate line item in the amount of $244,768.50 for the Owner's Contingency (to be used solely by the City at its sole discretion for the purposes described in the Contract Documents). The Contract Price, exclusive of the Owner's Contingency, shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and profit, associated with completion of all the Work accordance with the requirements of the Contract Documents, including all Work reasonably inferable therefrom, even if such item of Work is not specifically or expressly identified as part of a line item in the ITB Price Form. *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 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. Following submission of an acceptable updated progress schedule and the other documents required herein a log with the Application for Payment, City shall make payment to Contractor after approval by Consultant of an Application for Payment, less retainage as herein provided for and/or withholding of any other amounts pursuant to the Contract Documents, within twenty-five (25) days in accordance with Section 218.735 of the Florida Statutes. 4.2 The City shall withhold from each progress payment made to Contractor retainage in the amount of ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed. The Work shall be considered 50% complete at the point at which the City has expended 50% of the approved Cost of the Work together with all costs associated with existing change orders or other additions or modifications to the construction services provided for in this Agreement. Thereafter, the Contract Administrator shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the Contractor, until Substantial Completion as provided in ITB Section 0500, Sub-Section 43. Any reduction in retainage shall be in accordance with Section 255.078 of the Florida Statutes, as may be amended, and shall otherwise be at the sole discretion of the Contract Administrator, after considering any recommendation of Consultant with respect thereto. Contractor shall have no entitlement to a release of, or reduction in, retainage, except as may be required herein or by Florida law. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage reduction shall be in writing in a stand-alone document, separate from monthly applications for payment. 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. 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 The requirements of the Contract Documents, as such term is defined in the Invitation to Bid, are hereby incorporated by reference as if fully set forth herein. 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. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent provision elsewhere in the Contract Documents or under any law, regulation, statute or code requirement which is applicable to this Project, the more stringent state or federal provision shall prevail and govern the performance of the Work. 6.3 Public Entity 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 intends 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. 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: Capital Improvement Protect Department 1701 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Attn: David Gomez, Sr Capital Project Coordinator With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: West Construction, Inc. 820 North 4th Street Lantana, FL. 33462 Attn: Martha A. Morgan- President 6.7 Assignment 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. 6.8 Materiality 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 City and Contractor. 6.12 Prior Agreements 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 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. IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: THE CITY OF MIAMI BEACH, FLORIDA 4,r ,-,_„f •►ear i►•o•. 1 /1 ? '4a s„�e 4 P► K1i •• -21 City Cl k „\c:AAV-\-): \t AT - � t,,Y ... , ;,_ �t\.� ,, ,,WESrNSTRUCTION, INC. ')°* " , /1 • k • Ael Signature/S re . = --Signature/President Matthew F. West MARTHA A.MORGA � 1T Print Narr•,�,��ea Print Na ii/ a r, Date ATTACHMENTS ATTACHMENT A - Resolution, Commission Item Summary, and Commission Memorandum ATTACHMENT B - Invitation to Bid ("ITB") ATTACHMENT C - Bidder's Response to the ITB ATTACHMENT D - Insurance APPENDIX D: Required Forms APPENDIX D-1: Form of Performance Bond APPENDIX D-2: Form of Payment Bond APPENDIX D-3: Certificate of Corporate Principal APPENDIX D-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit APPENDIX D-5: Certificate of Substantial Completion APPENDIX D-6: Final Certificate of Payment APPENDIX D-7: Form of Final Receipt APPROVED AS TO FORM&LANGUAGE &FOR EXEC TION 0' I fIV fq# Ci, AttorneY •A Date ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM Coversheet Page 1 of 2 Competitive Bid Reports-C2 A m Am, BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L.Morales,City Manager DATE: October 18,2017 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2017-146-ZD FOR ALTOS DEL MAR RESTROOM FACILITY. RECOMMENDATION The administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation pertaining to the bids received, pursuant to ITB 2017-146-ZD,Altos Del Mar Restroom Facility. ANALYSIS Altos Del Mar Park is located east of Collins Avenue between 76th and 77th Street and is one of the few remaining beach front parcels within Miami Beach that is designated park land. On July 23rd,2014, pursuant to a series of community and staff workshops, presentations, and a unanimous recommendation for approval from the Neighborhood/Community Affairs Committee,the Master Plan for the redeveloped park was presented to and adopted by the City Commission. RFQ 2015-016-YG, for Architectural and Engineering Design Services was issued in November,2014.On September 4,2015,following successful negotiations with the first ranked respondent,the City via Resolution No.2015- 28978,entered into an Agreement with Stantec Inc.for Architectural and Engineering Services for the Altos Del Mar Park Project. Constructing the improvements designed by Stantec Inc.at this existing, undeveloped,open space passive park will provide opportunities to offer park programs not currently available in the neighborhood.Open lawn areas and amphitheater type seating will also provide opportunities to utilize this facility as a venue for future events. The master plan incorporated comments and amenities recommended and selected by the community and approved by the Historic Preservation Board(HPB)and the City Commission. The project will include a restroom facility, a defined entry plaza, pedestrian beach access and paved walkways, amphitheater type seating, open lawn area,sand volleyball courts,a tot lot for future playground, Florida Native landscaping, irrigation,and environmentally sensitive site lighting.The work shall be in accordance with the construction documents prepared by Stantec Inc.,and includes all labor,material,equipment and appurtenances associated with the installation of all the improvements outlined in the construction documents,as required for the delivery of a fully functional park and restroom facility.The City coordinated the undergrounding of the existing aerial mounted utilities(including cables, conduits,transformers and poles)along Atlantic(Airoso)Way between 75th and 76th Street to allow the work to proceed. The undergrounding work is currently 95%complete and will be completed prior to the start of construction for this project. ITB PROCESS ITB No. 2017-146-ZD, was issued on July 6, 2017, with a bid opening date of August 22, 2017. Five (5) addenda were issued. The Procurement Department issued bid notices to 440 companies utilizing www.publicpurchase.com website. Sixty-five (65) prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of nine (9) responses from: West Construction, Inc., Emerald Construction, Corp., Superior Landscape & Lawn Service, Inc., HG Construction Development & Investment, Inc., Unitech Builders, Corp., Aarya Construction,Inc.,ABC Construction,Inc.,G.E.C.Associates,Inc.,and Coastland Construction,Inc. (See Attachment A). The ITB stated that the lowest responsive,responsible bidder meeting all terms,conditions,and specifications of the ITB will be recommended for award. In its due diligence,the Procurement Department verified that the lowest responsive bid submitted by West Construction, Inc. met the requirements of the ITB,including: • Bid Guaranty: Bidder shall submit,with its bid,either an original bid bond executed by a surety company meeting the qualifications for surety companies as specified in Section 0500,General Conditions,or by certified check,cashier's check. West Construction has submitted the bid bond as required in the ITB. • Licensing Requirements: Bidder shall be State of Florida licensed General Contractor to be considered for award and submit evidence of licensing with their bid. West Construction is State certified as a General Contractor. State license number is: CGC1516626 and expires on August 31, 2018. • Previous Experience: Bidders shall have a total of three(3)projects of similar scope and budget within the last ten(10)years,two(2) of which must be successfully completed,the third of which may be ongoing. West Construction submitted a total of four(4)projects similar in scope and volume of work detailed within the contract documents and these emphasized their experience with the services required for the Altos Del Mar Restroom project. • Financial Stability and Strength: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. novusa http s://miamibeach. enda.com/agendapublic/CoverSheet.aspx?Iteml... 11/2/20 1 7 g Coversheet Page 2 of 2 As stated above, West has submitted a bid bond, which serves to demonstrate its financial capacity as surety firms conduct a due diligence review prior to issuing a bond. Additionally, the Finance Department has reviewed its Dun & Bradstreet report and financial statements. The following is a brief summary of the firm based on the information submitted in its bid response: According to the information provided by the firm, West Construction, Inc. was founded in 1969 on the principal of delivering well-crafted, highly functional and cost effective projects. Through their years of successful project delivery, it has evolved into an international corporation. West's main office is in South Florida with projects in Liberia (West Africa), and throughout the Caribbean, which gives them the ability to design, construct and manage projects throughout Florida, the United States and the World. West Construction currently employs over 130 employees, experts in their respective fields, which possess a diverse range of experience in designing and building special places to live, work, shop and play. While it has grown substantially over the years, it has always remained focused on providing technical expertise, a passion for performance, and outstanding attention to client satisfaction. West Construction is working alongside the City of Miami Beach's CIP department to provide the construction services for the Muss Park Pavilion project which entails similar scope such as the construction of a new facility, landscape, irrigation, and playground pads. CONCLUSION After considering the bid received and the evaluation of staff, pursuant to ITB 2017-146-ZD, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract to West Construction, Inc., the lowest responsive, responsible bidder to the ITB; and further authorize the Mayor and City Clerk to execute a contract. KEY INTENDED OUTCOMES SUPPORTED Build And Maintain Priority Infrastructure With Full Accountability FINANCIAL INFORMATION Project Cost: $2,447,685.00 10% Contingency: $244,768.50 Total: $2,692,453.50 Funding for this project is from previously appropriated funds and funding subject to the adoption of the FY 17/18 capital budget. Amount 1 $1,000,000 Account 1 307-0820-069357-00-410-546-00-00-00- 22750 Amount 2 $1,447,685 Account 2 383-0820-067357-26-410-546-00-00-00- 22750(Construction) Amount 3 $244,768.50 Account 3 304-0820-069357-26-410-546-00-00-00- 22750(owner's Contingency) Total $2,692,453.50 Legislative Tracking Capital Improvements Projects/Procurement ATTACHMENTS: Description © Attachment A http s://miamibeach.novusa enda.com/agendapublic/CoverSheet.aspx?Iteml... 11/2/20 1 7 g TABULATION OF BIDS RECEIVED Invitation to Bid(ITB)2017-146-ZD Altos Del Mar Restroom Facility HG Emerald Construction Superior Landscaping Development Construction Aarya Construction West Construction,Inc Corp. Lawn Service,Inc. Development 8 Unitech Builders Design,Inc. COMPANY NAME ABC Construction,Inc. GEC Associates Coastland Construction Investment inc 2,4rL7,885.00 $ 2,505,574.00 � 2;697 230.42 $ E 2692,633:00 $ s. . ,- 535 520.00 .. .3 542 712.36 "Lump Sam Grand Tota[fTotalBaso BM) i `: 2;710,510.00 $ 2;833 00 $ >. r.Q25:40 $ 3, � , I Recommended for Award ATTACHMENT B INVITATION TO BID (ITB) AND ADDENDUMS M I AM I BEAC H Procurement Deportment, 1755 Meridian Avenue,3rd Floor, Miami Beach,Florida 33139,www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 5 INVITATION TO BID (ITB) 2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY August 18, 2017 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following, particulars only (deletions are shown by strikethrough and additions are underlined). I. RESPONSES TO QUESTIONS RECEIVED: 01. In review of Addenda #3, Q27 the volleyball courts, that specification is for the courts only, can you please confirm and clarify that specification for the courts and possibly 5' out and what depth of sand should be placed around the perimeter 6"? Al. Volleyball court and 10' fall zone shall receive 16" of beach sand on filter fabric over 6" of pea gravel. Six inches of beach sand shall be used from outside of the 10' fall zone to the landscaped areas as indicated on sheet LA-107. Volleyball posts shall require signed and sealed calculations from a Florida Registered Specialty Engineer for the foundations. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. Procurement Contact: Telephone: Email: Zuleika Davidson 305-673-7000, ext. 6943 zuleikadavidson@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. S' er-ly, i /1 1 AIL Al . D is P ocuiment Director I ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY M I AM I BEACH Procurement Department, 1755 Meridian Avenue,aid Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov,305-673-7490 ADDENDUM NO. 4 INVITATION TO BID (ITB) 2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY August 16, 2017 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ADD the following .statement to Addendum No. 3, Appendix C, ITB Price Form- Attachment A-1 (Revision 1): FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado©miamibeachfl.gov. Procurement Contact: Telephone: I Email: Zuleika Davidson ZD 305-673-7000, ext. 6943 zuleikadavidson@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with • the reason(s)for not submitting a proposal. Sin/01- -ly, or-A AI x Denis P f4• -ment Director 'I ADDENDUM NO.4 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 3 INVITATION TO BID (ITB)2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY August 15, 2017 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Tuesday, August 22, 2017, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. II. DELETE Appendix C, ITB Price Form- Attachment A-1, in its entirety, and REPLACE with the Revised ITB Price Form (Revision 1), included herein as Exhibit A. Failure to submit the attached Revised ITB Price Form(Revision 1)shall render proposal non- responsive,and said non-responsive proposal shall not be considered by the City. Ill. ATTACHMENTS: • Exhibit A: Revised ITB Price Form-Attachment A-1 (Revision 1) Failure to submit the attached Revised ITB Price Form (Revision 11 shall render proposal non- responsive,and said non-responsive proposal shall not be considered by the City. • Exhibit Revised Drawing Sheet A-101 • Exhibit C: Revised Drawing Sheet A-201 • Exhibit D: Revised Drawing Sheet A-301 • Exhibit E: Revised Drawing Sheet A-407 • Exhibit F: Revised Drawing Sheet S-3.1 • Exhibit G: BK3, Bicycle Details No. 1 • Exhibit H: Landscape Maintenance Specification • Exhibit I: Volleyball Court Requirements • Exhibit J. Pre-Bid Meeting Sign-In Sheet IV. REVISION: Section 0400, Bid Submittal Requirements and Format is revised as follows: One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY Additionally, one two (2) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, and Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. V. RESPONSES TO QUESTIONS RECEIVED. Q1. Please see the attachment for our formal request for product substitution consideration on the Altos Del Mar Restroom Facility project. We are submitting our INTRAGUARDTM Water-Based, Clear, Penetrating Sealing Compound for Salt Protection for your consideration. We appreciate your time in reviewing our request. If you have any questions or comments, please feel free to contact either Brad Williams (813) 714-9124 or myself(847) 214-2100. Al. The successful bidder may submit substitution request(s) following the award of the Contract. No substitutions will be evaluated at this time. Q2. The invitation to bid summary states 180 days for substantial completion & 240 days final. Section 01010-5 paragraph E & F states 150 day for substantial and additional 30 days for final. A2. We intend the Project to be Substantially Completed within 180 calendar days of the Notice to Proceed, and attain Final Completion 30 days thereafter. Q3. Section 01010-15 paragraph 1.29 permits. Will the city provide permits or will the contractor need to purchase permits? A3. The City Building Department, FDEP and DERM permit Pre- approvals will be obtained by the City and associated fees paid by the City. The successful bidder will be required to pull all the necessary permits. A $5,000, (Reimbursable) Permit Allowance is included as part of the bid (refer to Exhibit A). Q4. Sheet A407 has a section 3 & 4 showing new terrace seating and new low stone wall no sizes of concrete, no reinforcing shown. Please clarify. A4. Please refer to Exhibit F, specifically 8153.1 and 9153.1. Q5. Sheet C-02 notes point to concrete walkway & see architectural plans for pattern. Please provide. A5. Joint spacing indicated on RS8/C-13 and 41A-407. Q6. Sheet C-04 note points to proposed viewing stairs see structural plans. Please provide. A6. Please refer to response A4 above. 2 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY Q7. Sidewalk detail on sheet C-08 conflicts with detail #4 on sheet A-407. Please clarify. A7. Welded wire mesh at driveways only; please refer to exhibit E item RS81C-13. Q8. Drawings C-11, C-12, 0-13 & 017 are difficult to read. Please clarify. A8. Printing in larger format will enhance legibility. Q9. Will a temporary fence be required? A9. Fencing is required for tree protection and SWPPP plans. Contractor shall ensure that measures are taken to provide a safe and secure site. Q10. Is tree protection fencing required to be chain link as shown on sheet LA-102? A10. Tree protection is to be installed as per plans and details. This is the City of Miami Beach standards. Q11. Sheet LA-109 silva cell 2 installation detail where does this occur? Al 1. Location of Silva Cells are shown on sheets LA-105 and LA-106. Q12. Please clarify landscape maintenance after completion of project. Al2. Adhere to City of Miami Beach guidelines — Maintenance Prior to Final Acceptance. Please refer to exhibit H for landscape maintenance specification. Q13. A-102 bollard details? New bicycle rack detail? A13. For bollard details please refer to exhibit E, 5/A-407. For bike, refer to Exhibit G, BK3, direct buried option; qty. 3. Q14. Sheet S-2.0 roof framing plan shows B2 north elevation height of 15'-9". Shows B2 south elevation height of 14'-8". The elevation on sheet A201 shows north elevation at 23'-5"-9'0" = 14'-5". South elevation 23'-1" — 9'-0" = 14'-1". Please clarify this conflict. A14. Please utilize elevation illustrated on A-201 & A-301 (Exhibits C and D). Q15. On bid form item #08 four fold doors. What are these? Al 5. There are none. Please refer to the revised bid form (Exhibit A). Q16. What bid item should site utilities be placed? A16. Bid Form has been revised to include "33— Utilities" (Exhibit A). 3 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY Q17. Is there a cross section for pavers on sheet A-102 76th St.? A17. Please refer to RS27/C-13. Q18. Drawing sheet A-100, New proposed pedestrian walkways, refers to landscape plans for details. Can you indicate which landscape plan has these details? A18. Please refer to detail 4/A-407. Q19. Drawing sheet A-100, New proposed pedestrian walkways, refers to landscape plans for details. What type of pavers goes in this area? A19. Please refer to detail RS27/C-13. Q20. Drawing sheet A-100, New proposed pedestrian walkways, refers to landscape plans for details. What is the pavers' color? A20. Please refer to Exhibit B, sheet A-101. Paver color/pattern to match 76th Street. Q21. Under the plant list on Sheet LA-104 it says 809 Silva Cell, however it seems to me that there is a lot more than that judging by the size of this project. Can you verify how many square feet of Silva Cell is going to be installed in this project? A21. Please refer to sheets LA-105 and LA-106. 785 units of Silva Cell, 16" depth units. Q22. LA.1 — Is call out for 4' chain link fence post driven. Will a construction fence with legs and sand bags be acceptable? A22. Tree protection fence detail shown on LA-102 complies with City standards, and will be required. Q23. Can the bid due date be pushed out one week or at least until Friday August 18th? This will allow us to address all the answers on the RFI's. A23. Please refer to addendum no. 2. Q24. The stone wall/new terrace seating only required rebar at the base footing, nothing on the wall, please confirm? A24. Please refer to Exhibit F, Revision 3, S-3.1. Q25. Can you provide a stone for the stone wall/terrace seating or a detail on how it is applied, etc. or does it match existing? A25. Please refer to Exhibit E, See Revision 3, A-407. 4 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY Q26. Is there any metal edging required to separate the planting beds as they transition into the adjacent elements? There is a note, but not shown on the drawings. A26. Please refer to bedding detail on LA-109. 027. Is there a minimum about of beach sand required (thickness)? Do we apply roundup? Filter fabric? Can you provide a section through the volleyball courts detailing the layers and thickness? A27. Sand depth to be a minimum of 16" on filter fabric over a 6" minimum layer of pea gravel. Volleyball court requirements are indicated in Exhibits B and 1, inclusive of the following: • Sand Analysis • Bazooka Hardware • One-Piece Volleyball Antenna Set • PBN-4" Professional Pro Beach Power Net • POP Aluminum Bazooka Outdoor Poles • POP Sleeve Installation Instructions • Professional Pad Spec • Vinyl Boundary Lines Q28. The plants schedule chart does not match the actual count on the plans. Do we follow the landscape plans for the plants count or the plant schedule? A28. Plant counts on the plant schedule are provided for reference only. Contractor to provide all material shown on the plans. Q29. Can you confirm how many bound copies are to be submitted with the bid? A29. Please refer to Ill. Revision of this addendum. Q30. Is the utility easement adjacent to the private property to be resurfaced? If so, what surfacing is to be used? A30. No. Contractors should account for sod in this area. Q31. Are the existing volleyball posts and nets to be re-used at the proposed volleyball courts? A31. No. Please refer to volleyball court requirements on response A27 above. Q32. Could you provide the sand specifications to be used in the new volleyball courts? A32. Please refer to response A27 above. 5 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2417-146-ZD ALTOS DEL MAR RESTROOM FACILITY 033. Please provide stones specs, sizes, and thickness to be used on concrete wall and new terrace seating (detail #3 &#4 on page A-407). A33. Stucco will be used in lieu of stone. Please refer to Exhibit E, A-407 delta 3. Q34. The sheet M-300 shows the air duct connected to the architectural louver, could you provide a detail for this connection? A34. No detailed required. Fan to be installed close to louvers. Q35. Could you clarify if the bathroom ceiling is to be exposed concrete? A35. No ceilings. Please refer to A-402. Q36. Could you provide the dimensions for the Mulia glass brick? A36. 8"x8" Q37. On Sheet A-405 detail #1 the glass brick head details specifies: "CMU lintel block without any reinforcement." Could you provide how the glass brick head and bottom will be reinforced? A37. Installed in sequence with CMU installation. Q38. The roof framing plan (Sheet S-2) shows two louvers below TB-1, could you provide specs and models for these louvers? A38. Please refer to M-300. Q39. Sheet A-403 restroom entrance elevation #1, what is the finish on the ART Wall- TBC? A39. 5/8" stucco sand finish. Q40. Please identify what surfacing or pavement is to be provided/installed in the AIROSO Atlantic Way Walkway. Model, detail, dimension and specification not found. A40. Pattern to be created in the concrete walkway path only. All patterns shown in green areas to be omitted. Q41. The tile finishes T1 goes up to different heights on plans A301 and A403. Which height does Tile T1 goes up to? A41. Please refer to 21A-403 typical. 6 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY 042. At the pre-bid meeting we were told that there is no product specified for the louvers. However, on page A401 the louver schedule indicates the NOA 16- 0418.10. In order to keep all specifications consistent across all bidders, please include this information in the addendum. A42. Adhere to NOA 16-0418.10. 043. Can details be provided on proposed sand volleyball court on sheet C-05? A43. Please refer to response A27 above. 044. Sheet C-15 calls for proposed 44" wall. See architectural drawings. Please clarify. A44. Please refer to Exhibit E, A-407 Delta 3. 045. Sheet A-100 calls out for new bollards off of the 76th Street entrance adjacent to the pavers. There are no specifications for the bollards. Please provide the following: • Quantity • Specifications • Model • Detail anchoring system A45. Please refer to response A13 above. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. Procurement Contact: Telephone: Email: Zuleika Davidson 305-673-7000, ext. 6943 zuleikadavidson@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the 1TB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Sin•- - 10! y Ale. De.' -•rement Director 7 I ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY Exhibit A: Revised ITB Price Form Failure to submit the attached Revised ITB Price Form (Revision 1) shall render proposal non-responsive, and said non-responsive proposal shall not be considered by the City. 8 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY A-I ____ __,, , __„-,----- -f-------- --------7---- 7% ---- -'- '- - - '-----'-----; -7-'- ;tiiii i4*4iiii.Se,*_- ,-' - --- '; --=--- '- -- - - ' ' - ; till fric*I:ornit --,-- , - --- ,; --„=-,, ,- - ,_ ,-, fr- , . ' ' - - ---- - tReviston,_ , _ ,_ _ __ The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment,shoring,supervision, mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability, BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section 1 -Bidders Price: PROJECT TITLE: ITB 2017.146-ZD:Altos Del Mar Restroom Facility Cost 01 -General Requirements $ 02-Demolition $ 03104-Concrete&Masonry $ 05-Metals $ 06-Rough Carpentry $ r 07-Thermal&Moisture Protection $ r 08--Doors&Windows $ Oii---Four-Fel4-000fs $ 09-Finishes $ • 10-Specialties $ 22-Plumbing $ 23-HVAC $ 26- Electrical $ 31 -Earthwork $ 32-Landscape $ 32-Silva Cells $ 32-Irrigation $ 33-Utilities $ Bond $ Insurance $ Subtotal $ Allowance for City Indemnification $ 25.00 Permit Allowance $15,000.00 Sumnd TotalToala Si*Lump , *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) 9 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY A-1 Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Submitted: Date Balance of Page Intentionally Left Blank 10 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY Exhibit B: Revised Drawing Sheet A-101 .......... IMMIIIMINIMIIMIMMIIMINSIMIlli 11 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY PRODUCED BY AN AUTOOESK EDUCATIONAL PRODUCT 1N7 0 O 11I ' Z y� Y ii a o W - - - Pa L - .�r�r� .-._. W r Mt I Ian 60'-0 i6'0 __ii • M I 3 n aV3wnne I %■%�� I , o ,i.., ■D■, o I R,1 /■/r i cvv )Igo os Mr 1 IM stl I Ie.r 3 9)bZ•I••S I- /■il■1 (w*0)ss•osZ I£,t7£.I ON MEI -11i �!'!!/! 1 —� 4', , � 1111� MI 441111/ ION !���■■► ./1111/ 1■tl■■1 41111..1J o e,ems, 1111■I '�' --- .41111■■/' 11111\ .I1■`1111►. ./11■■■1111/ I■■1 i■■\ /11��►• �11■1- �/■■1111■■■■1 Z I■■■I ILima 11I■1111►' 4411/ ��'111hhis __—�/■■■■■■■■■■\ ■■■■■■■■ ■111■■■■I ■■111111111111■11....�....����„����������>■,�.A■■■ 111■■11■\. %���! '��■1111111111111111 � X1:1111::1 1111■1111\II�IIIII ��1111■■■■■■■■■■■■■■■imm■:::::r��-________ 'ROME hi:: iiaii ,1111■■■■■■■■■� I ■1111■1111■■■11�V ��■ ~"N 11111 g.ag,-.1r ■■■■■I• 1m g 1■ 111111■11■■/' _ 11111■■■■ • II 111■■■■: a� 1. 1 .1111., 1 11 t 1:211111111 III IA WWIMAIM ITt _ li E1111�\ 1 111 Ill III III LIII��I► _ 1 i�ui11■ 2 _191■■■ s11111111 / � � ■. J ..A.■■ X411■■■■ Ir1■■■■■�• �� i 111■■■■■■► ii@l . g 1aII■■■11■■■► P. ill111 141■■■11■■1111. id 1 141■■■■■��■�►• 111 a 111■■■11r ��11� MOON/ `�■� 1 S 11111 e I\■\ 1 g 1 EE iii► . 'e i 1 1 g 8 NUMMI iii► 11111 - '�ei .. t 1711111111 UM � � �e� ■1111 <� �� 11 111.1 �1��■�. 1 Mil?,=■nom■ 1:1111111 `e11�. A11 1eN411 1111..1 ��1111.• A■■ • imam a 1, 11�■11■1 ��iii_ a 1111■■` AMMENIM: "MMM■ +s 2 I 11.11.1 ��iii:_ 111111111 ` (0'Od'W.'Ad)3NI,10El1N00 I Am■■■■ plum 3 X1111\_ �� OLLO �1.SNO0-IVISVO0 i• I■E■■■■a tici ii MIN- ��1111��__ N I 111■11�■■■P 4w 1■■■■1 -"14■611ir,_ -'A!11/C11aer I to I 111111■;- • • - --mm• i■/1._- • - maor 1 ,,,4444. ii� ll 1■■■■ — "�■■■1111am8,a�/11■■Ili■■■1I ———1�■rri— --•��11m■■■■■■1'1'111111 IIIII: ==:= 11111■■■11111011111tlit■o' . . . .131111111111 — — _ _�m�Ir���r Al • Airlarr i .w�ww��www� 1111:----=======----17 -�� ��.;�..�.��_�- _ _• � - _.-__---_:Aar Valatraremi ,wwwwww�l� �� =---moi-�-�-��� � ``rr-�'A-� -����_ ��- �� - , ���►moi attatipiakii---,-------=-----,---- rip ►ww�wwt,w,:�111l�m■1 —`1�■„— ----• ---- ,11111Ill ,•►.....�.. Intl,_ o-o 111■� �:►��r o lar /■■■1 ■■I 8 ww�w�� Eamon � � :: ■1111■10 0 I�NI ZVit: NUMMI .w:... tWWiAlailinlignai.l - • %11111iY ` II tial . (/ ::a* .F:�■/moi o ie■■/ '( Up_rA 11 g "a 1 ■I �i Amorli 1 444,4... � 411111111111, � 4444.. MINN'o%* I 1111111411111 � � / ., I�11■ ■■11 bII;' g z 11P.1I . .�■■■ 11■I b _ 44,44.. 1111 :11 11c-�■■111 ■11.11 11111 13-111 � o •.c= ■1111■ ..11111 �11111mom .i■.a■■■■11- it.; 1 1 11IRS ;mon 1 ..41111111.111111111111:.. ■e Q �11 ■11111111;. ■■� ::***.iii 1111■\ LLJ'0 g t��int i©■■■\ ,a11mm1■■■■11►'"11■■11\ ---lis taint x.1111■■► Amor- .LIMI ��11■\_�_ l :>����:�� g WAIL . 1111■; = - �������'1) I0•SZ ® 444:4: 4A:to-- _ ..._�- 44:4 4444_� M.i'1'..Y.:1-6:N' -4444._._.- __._--__- ._ .-- -�-- ..._ _--- _ i: ' _Z-(?1),00.052 (0)OZ OSZ Ni.I£it•£.I O q,- ~ i ?1311f19 92!(17 3(1N3AV SNM00 d0 3 rO 7N00 IZ 3NI1 AVM AO lN9Rl 15/2 qi� ......... ianaoad WNOLLY3na3 MIS]DOJ.DV NV AE aaanaoad Exhibit C: Revised Drawing Sheet A-201 12 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY PRODUCED BY AN AUTODE$K EDUCATIONAL PRODUCT T CNI ir d LI ! Ilii a 1 ii f § 1 1 lii II • 5 i 1 i ..... ,i, ,1 ,11 c)___________,__ „,„r ii a... — 0_________---,---1411--t-- — iiil looiexls . I 1 li i 11; Bi ,,,-,. 9J. - 1 .4 � r It a 44 d 1 I - �IIIIL o 111111 w .., o 0 io ` 0 i 1 IIIIII11111111',1RRICk 9 1111E } iur _ a # c5C-- w Z 53 A:-.15!1 A •1 1 i 1 i 1 1 i i / 0--( a- I s N ! I i y 8 T 1iL a G 4 lo°Z g 1 N 32 Q' .,.! 11 1-4 5,VV li O Jas A < �g OYL ,le, YZaP ;,,c;0ig N1 v-.= ,moa i $N3 i•-,` Cz 1 tU5 . VN W 1 y �mU , ¢p�Z • �r W 311 {y�~ NZU c:. &'' . W 12 ii `3ii :',1111'l ';55,X, pO1 1 \ I gSig 1 1 1 hl n w — litlkii i t 1 1 1 c 1 0- 0------, ,--- - I,I I ----------- 1 li 1" 1A ® u �� ' Si ill 1 .. Ili) , ......, ,..././ 03 1 10001 t ® �IIIIII) 4-3 I :.\: I 1 .! .•— ii 6 iii 10 ,„ ; • I 7 wI 3 o in 1 . C)____ _ _ _______4___, + ,, _ _ Willi _ _El CI C o ,io _...LL:a •e------ -- -- W iii N IHI ...1..1E';_.; 1pg I _ ..._:',00'.-,#.._- --_, Mil N 4A ill 1 I ►r I III q El: — 191 _ 0 r ; HI --1,--t.------,- , . 1 . . , ! . i ill . 1 . 1,1111111 • • �- . � � � N — — — ED,- - -i_ - I f L -- — .( I {! , 1--- 1L I N W Q _V 68 7 ! O Z 1 !I 1 3! ,! `;,' 3 p 0.-.! UU g li 2 U m N� t- : :. <(;511 . 1. ,:',L-'•� w g t CaIII 111 8 ionaoad lYNouYOna3 NE3OOlfY NY AB a3onao21d Exhibit D: Revised Drawing Sheet A-301 13 i ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT 0 Q N 41 .r u- L1,-,3, i EL,fo � .#,:111 i Iii* (.-1 a U , ' Mi. lOr.-o r Lar :c -.oE.\ $ teTmvw,J gZ � zgm _ 'in- !,,,, •® ' '-. L al o „ g W 11141== n i.1. Zd, , r�� vo 5 [x= _ ^ a11u1Q .ilt • M ♦ - ---���'1 ___ - a• I IP m a LIIl= gra... iiN [ g g W Ull ___1 ,11..41=11=1 1LP ug-- 1 g i N Pull TRuI iiil - j-= I 011.• =-I_ 0 ad -�-=________= te_�— „ l, , �_ LII m 5i 4') 1411C -IIE=°'-__����� _II . u�,ll ll I I I llir=- `' 0 �1 I II Il.11 III IG�.ul 0� _ �E. =11'=;=11 it'.� Ilul SII r 8 Ii=1L-ILII II LII 8 II II .1=111=:!� Oo� - 8N I II1111 11 ( ::::: •I ==. 111fi- e t S�_ _ otZ Q IIu -i •ILS I =1I- � p ull= . E _ IL Il�ll II ILlle.l�l j 11 - A,.,.A ❑❑-_ ❑.❑ 111111P11JI ,i n# s IL 11:11- _ e lli'='''-u�ILJI °° ❑_.❑Q_.❑❑. 11=11=11=11 =11.11= .n R _. Ilrh:11=1 ,.o 0 0 _1Ir_u- 111-LI1i=11 ILII=1111 © I________________TIM iii 10.41901..go IiU1[ d=Q�J� W =11.11.,-IL ArIll 114j I1.I1�I� i,c ILII=11=11m 111II -=11=11-11. lC�l�llo L=11 11_1LI (;= I o ILII=11" IL-IL-IFII-- m II I I1=11.-If=11 i titi, 1E11 Il III:II1I11— li -.1-11.,S�S� � - ... ,�r-, I -Ili�ll 11. III_I Ili;,._-11 IIII ' ' 1i=11=u�1 0 Il=d _Ij i I MT'I=`111 11 IIx=1111 I_IIL=u 0 Ii=IL==ut= ' 1l_1.=11- :I.1LIIJ II i II II WL- 1 i A Ill I--;1 I(=ll II(=1 If=II =a Mt 1 ll ii=ii O - - - >� .ILII 1:11 11 _ =- 6 L S ' m . • 11� �� d= 1Llill ' i 1 �1_ -- IAA _al _= o � T_ d; a sb . —0'''-- ,4_ oa4=11=11 S1 >3 SU _ W %ZO Ui: �'l` Y NO. im 111;1- 1 5 1 F 1 ,Leig I L"'- 1 Hi e' Of IG O,;UN x g LLU 7 If'IIlLI�I IL ti 1 < Ti. Iiii! i -I V 1 : .'..i Ili_ i e..! '1:7 I i i ini•,ELM-1- C 111 .4 'I It g 8 II lilt N~ o s, 1,11=11 0 W N1w W s , v o % �, �N 1! \II 1 1 1 IMO 1 , :r1:ilifi-- ��'^ t-- - ---I_u , i � I - 0 .. t , su ^ t 0 ,. - --:- :Ec- .n I�IItI=III low.. W Vs==1111=11 Il jI_u , 1 -,g..._. -II II II o =o Il ll� / 11111111111 ---frig,1 _17 li. m =a s i....g.- y IIIc II iiU g IrAro_ L ` Ilrui=IE=1 = -IIrIIf=1- ; 5 1 11=ILII=11 ' - g r,r,,,, ,„ „ •r, g BEN N- ll 11(=11=u i II''II''��I o ' # -11=1L� ml kr:,11x=1141 o ,- IIoII SII-11 z b " tisk- . gl P 1 '" i •o '' (. ,,,,,,,•._, EIHE „ , �\ ' i1111 J �=��_ i11(=111�I 1 0 ������ o __i — n- - 0 ink!11=11 1:-.B..-11A .-a IICII�II- =y�_��� m I_L�u=IL=11 11 11�1�1 11 •III kt= -II=1111 I' ..11=1,11- 11#11#11= . n !Vigra • I ILI�IL1�111=11 u_t=IIFuP -II II._ ® �'.4 / . —� 100 : •-�IILII- ,. 0 ll�Ilt- Luau � O - alm II � , d .4u-tl�� �,..9 I/ie O >• , IIIL�uJ® ulIIF 1 z 11=IIF- ,v-6-1..=- i�ll�ll�l -11.-II�1L R I z 1_11- �'IIIFll1=- 3 g iiiiil r- IuLFliru iu zu 1 i g N N IIII�11 11 O Y -II Er u=ung i OW r Ill �ir' iov `'� ”, gm II_I(Uiif1 cl 8N 1111�1i�i_ .o Q io 15� �o IIIF,IV 111 $mom iig m fig. Jlanaoad wNOU.v3naa)I83a011ty NY A8 aaanaoad Exhibit E: Revised Drawing Sheet A-407 14 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY PRODUCED BY AN AUTODESIC EDUCATIONAL PRODUCT N. 0 Q hi f 1 • , , J . -1e .i.,..,.._ i , i 8, .., 1 _IIIIIIIIIIIIIIIIIIIIllll81111111111111111111111illllllllllllllllllllllllllllllllilll111111111111u_Oti •IY --- / g,A. 1 1 , i,, 1 K ''',t.1 :glak0. ,r , It OL 1 --== iiii;ii --- i i i 1 = m la' ' '... Pi3 iI a " i INA g =---- ``rr``rr`//``//`` 111611 1 I✓/�i�`/O/� 11;:i: h i ', . _____ • a pp�i M / liN IP 1, ---• nlii Tip .. c C le -,c- / -§- . „ .q.,,, , A A A A A ._ . , , , 1,- It 1 1 1 ------ g f i 5 a r�a� dr.9,-1,,,,,i,.9_., g 211 M 2:4 1 §' A \ ---- � i lilii g � < - !1 f o Z � illllllllh'lllll lllll18E - 2I s 0 g VA •m..•.-,,. \ - i,,,owi,., , iow.- 0 A - „ rom41,,,. 1 'd El* i . .:,,‘,„ �i 1 i� / .ELZ� .::;;;,'f.'"Di 6 If AL 1 :., . ... „ 1 1 1 i g i 1 ° 3 S ' . / lill.....B*1— 1 . .. . :' • • • -- N :• g a atj E-, U iii Ili 1 ilt3 II I b di 1 1I co I ' ii' 11 im in g P a i• • 1;1 . i tU � 2 i IT Y O fey i YH O j gLe' ii ! i ! ON ',g' 3 4 1 ,.. zg' 61 i A b 1.111 .r111111 if I au ��� m 613 , _ m :I'''.7 `N No f7S ��� �W A.___________.-.kiiiiiik•e**1•'. .e.‘...t; ,'„:k Nirmit •111. i 1 ., _ :,.. •:: g; , U 1 : 5 g.' 3- Ht. ill..._ 1 i `;'p ,', <gh c3 i W W < ll � •\A8 CC)EH my.I• IIS .? 8 8o� N N 3 P LLL111� Q_RU •i '_r^i J.Dnaoad 1YNOILY3na3 NS3QOJ11Y NY AB=mow Exhibit F: Revised Drawing Sheet S-3.1 15 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT i F. g o 1I U s Li ROr W W lagm �m� W aL :i-41".2 4D .,.. J 7 W S ,,, W 4® 1 p , .. WW 1 '-i Zr.- I,- L- Z O E —.......___I r Z UL ilig K V 1W b Wi �Z< Z Z O O m $am 'a¢ Poo • moW �a a m ,O <p m '6 w xi o mea ... '. t ~� a p o - �_ o p I c13 < nZ � f WX YO N U Z Q W / `74- � +J!-I oL 0 z ' <a i It rn a� m. f/ircri e • vm J s21313nvq w1 ar Z cl< rc:j z nit; uas t ��a \ U WU 40 4D O to q 1 1 U J 'O V U K.'. ,. !:,, i1) o w JZ® ., Z d''i-'' -W (�W: -- � �NQ f- z z ��3 z 4■ U g a oQ .. V J WU J Jx a z �,�,o ,■ W10Q YWs z 10To Q � a�a o� �i� �. ! al [Liar Z'. wmo 424. cc N W� $ I .I� I- cc ��., it,:_z 41 L Q� tL17,1.1 4 W ' • • < Z 1.11111.1. .ll1.�.Ii.r Qz - QCe z iliii 1 1 Xi V• _U• XI �Q, aQm d t kg 1 1 I . N 4 lititti I 0 giii[L.' W, 0 wzO oap mzN< w W ^ Z WOW :::i Z I I U�m Y - �<^ zU. � ./ amu i� 111Z Z Z Oo - J • L4:1' O U ..JW O W = wN D JKI�a' .Ci` p • Z WY J. - ZUQ¢U¢� 7i 'r'1 a Uas Oi Ti I i la�al I I _ ZO- - =<� J - LLJ EMI to _ .3 vl.3 17, -r4 o II-I '1,1) ILS �I J n=I �! Q 1 .Ili. :SII II=�= N Il -, Al Z J^ r 'II III I WZJ^ WW apZ I• - �II� Wm^ U rAq Vlax L1 h w®p W J U (� R�7 m :.,,- 5' U Z"2 . U.b J c7 oavlo zz zil W w z 000a . .a LA o��a w /^� •' wP-§w Eoo r o 0 1.� _ Pia W 1L a I� YDO V7 ���� i''';`',4 UN -Z U 0 7� fl0 0 0 Q i n �� rr1 HOOD ;\N i3 Z O ;Q n 1i 'A 41) m• ::::: f WvJ^ r.i,—g ,:1==I II=1,u - 4D = 1wGZ �W ,wQ W w Jaz eIg-i Z Qn d r sI zr k'^ 1-w 12%1. _ mW\3 0 - V:cip itE 1:41--- 2ww vzza ��.�^ ia oHa i 1 I- 0p� =1II= W Wg 4 iu t :i'II�uuuuuVuJI- 'l 3 v -r `' I=1 ;< < s = ^ , Z unw uauhauuunuuu uralural t 1— ��a iW, II W r <Eli .[0 L-- ' •• I I==g^ O 1,i Hr. a.W JW <oJ10 W z .„,c-,_ na W Z J Vpfa p Q ri'l a a! z 3 a0 iii 000 m <:01 Wo 1Onaoad T/NOU.Y9na3)1s3aOlntl NY As a3onaoad Exhibit G: BK3, Bicycle Details No.1 16 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY I 11 ,s4FIMPILE35 sire. T ' C11,3113/ 4 rid ggg �� czpvd CLM b via 7.1116161' 111.0 ITT TO MAI ft • .• tfra oruor or 03141E PAILT 11 FLAT HEAD soncr • CAP SCREW 10144121,1110 'Mum Irakw W w � � ter, 1,ti 2- IBC I/2"-i3 r'LT i Ste.rutr pcie zo3orr OPP MACY 1114' lir iina TML. T ' COI Tr;)30:4111'Nat Ilii4P1; 11) RW. u fiLtritat 41?"` label 0014 IOW Stahl ONO VW, 111014/%1Nel Wits4 1.,Wa 114441 BICYCLE RACK N.T.S. elfatal spa ,!A M BE ACH BICYCLE DETAILS No.1BK3 Pt UC VIPCNIX$DwEPART 00'010 BICYCLE RACK � ,or L ,as amrimmerni GOMM snort awn :otA 011 Exhibit H: Landscape Maintenance Specification 1 17 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY B. Maintenance Prior to Final Acceptance: 1. Maintenance shall begin immediately after each plant is planted and continue until final acceptance except for the watering indicated in the paragraph below. This watering shall begin as indicated and shall continue until completed, even if the indicated period goes beyond the time of final acceptance. 2. Plant maintenance shall include watering, pruning, weeding, cultivating, repair of erosion, mulching, tightening and repairing of guys, stakes, braces, etc., replacement of sick or dead plants, resetting plants to proper grades or upright position, maintenance of the watering saucer, litter removal, and all other care needed for proper growth of the plants. Mowing and edging shall be done at least every fourteen (14)days and the irrigation system shall be checked every fourteen (14)days and report and repairs required to responsible Contractor. 3. Immediately after planting, each plant shall be watered and the watering period shall continue until final acceptance or for a minimum of 42 consecutive calendar days, whichever is greater in time. Refer to the section entitled "Watering"for additional requirements. 4. All plant material shall be weeded once a week. In the event that weeds or other undesirable vegetation becomes prevalent to such an extent that they threaten plant material, the weeds shall be removed as directed by the Landscape Architect. If necessary, the plant material, mulch, sand and/or planting soil shall be replaced as needed to eliminate weeds or undesirable vegetation at the expense of the Contractor. 5. Insecticides: a. Contractor shall apply all insecticides as needed, for complete control of pests and diseases. The materials and methods shall be in accordance with highest standard horticultural practices and as recommended by the County Agent, and approved by the Landscape Architect, prior to implementation. b. When a chemical is being applied, the person using it shall have in their possession all labeling associated with the chemical. Also the chemical shall be applied as indicated on the said labeling. c. The spraying of insecticides and other such chemicals are to be confined to the individual plant. Spraying techniques which may introduce the material being sprayed beyond the immediate area of the individual plant, is strictly prohibited. d. The implementation of control measures for pests and disease infestations shall be in strict compliance with all federal and local regulations. Upon request, the Contractor shall furnish documentation of such compliance. e. All insecticides shall be applied by a licensed/certified operator only. The operator shall have the license/certification in their possession when insecticides are being applied. 6. Sod:After the sod has been laid, tamped and top dressed, all areas and parts of areas which fail to show uniform growth and health, shall be resodded repeatedly if necessary, until all sodded areas are covered with a satisfactory lawn. Damage resulting from erosion, gullies, washouts, or other causes shall be repaired by filling with topsoil, tamping, re-fertilizing, and resodding by the Contractor at his or her expense. 7. Protection: Planted trees and plants shall be protected against trespassing and damage. If any plants become damaged or injured, they shall be treated or replaced as directed and in compliance with the Specifications at no additional cost to the City. No work shall be done within or over planting areas or adjacent to plants without proper safeguards and protection. 8. Keep sidewalks, curbs and gutters, drainage structures, driveways, parking areas, streets, terraces, decks and payers free of plant cuttings, debris and stains. 9. Material rejected during the course of construction shall be removed with ten (10) working days and replaced before an inspection for completion will be scheduled. 10. If the Contractor fails to perform maintenance consistent with these specifications, as determined by THE CITY'S REPRESENTATIVE, then the City may perform any necessary maintenance and backcharge the Contractor for labor and materials. C. Survival and Conditions: The Contractor shall be responsible for the proper maintenance and the survival and condition of all landscape items from the time a landscape item is installed until final acceptance. D. Replacement: Replacement of plant material shall be the responsibility of the Contractor including the possible replacement of plant material resulting from removal by theft or vandalism or acts of negligence on the part of others.All plant material shall be alive and in good growing condition for each specific kind of plant at the time of final acceptance. E. Rating: The rating of plant material according to Florida Grades and Standards shall be equal to or better than that called for on the Plans and in these Specifications at the time of final acceptance. Exhibit I: Volleyball Court Requirements 18 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY (/) a. 4—if rk c oco 4.7,. - CD co u 6 Fa' ii r.) 0 4, Q. ... cn co co I -4-0 .6 e (..) . — 1.-. cc, 6 6 cI) CI 0 > 0 it'4" CD In 1... 0) ,-- 0) CD CO ill W 6 6 6 cii cc; 4 0 0 cc) in ci 0 00 ' 6 465 6 Ili 00 ci ,.., E c CD CNI a CV 0 CNI CO coo 01 e-- csi I-- • • Nr ' 0 0 CC E C4 6 --. •,..... ; co rn • ,— ? g 2 ... x . . — , C) ,..... . . 0 1.11 00 ,-- - 4) .,- ,-. > 0 4) 6-5 6 Lb - 0 C 0 0 0 v. --- r-- co 0 Cs1 CO i" (NC° CD C; 7 CNi CD 0 N-- ,-- OP 6 a C,.) WOO ,-- cr) co v. cr) 00 .ct 0 an cs" cl) oi 6 v. co N- (0 N. > 4" 0 El; CE CNI ,... CO 0u) CI CNI ... U) tn to In to U) In 145 U) VI 11) CD "Ct 4/ LIP) T." CD 1L-- 6 i • N. .;...:.. as ,-- cn (1) c) Lu cv — ao -;.). o - 0 CD CO .... E — (11 " 2 g ZE E ,E E E E E 40 E E E E in - :7) IN .4P, Li ...., t Lc) co cc' co co •,- tr) r.- c 2 5 ill I 1 • i I • i 1 i r""1". ''' a. u- M c > 4 c‘i — — — ....... 0 40 o 0 0 0 1— o 0 — — — , 0 0 0 0 To' co 0 ,i. cNs .0 v. co .cv) in o (N•-• 0 al * * 7"t It 4t Ti 4t I- pauppej% u •— = )- Cl. do IL Cf) IL \ „ ' h 1l lea° Hy _T M fi Yt }'� ,,m r�M /, ' r ,�,„ay����r� ,rtn�'�! y a1 y y a t y y. rc� w t \ .. 1 Vii �V W w�� tiv' WV' V.O� i�' ��'����I�DIAGRAMRE VoLLBALLUSAOM 1. t R afl x 4 '.f y',,, . NSYSTEM It ILITIC 0 V'COL y I r a�iIV1 � t,t ^��/aY)NR'4,44, I. � 'I!'�M d,5�9'�VY 1 � J'1 � '.n 4 y .1 .. wii�Smw.G6 ti6...4n.u..„,.,s–aS.wrxaa.n...u,,.,,.n.... ... ...._ _ _ .. A United Volleyball Supply,LLC.Company•14615 NE 91st ST,Bldg B,REDMOND,WA 98052.1996-20070 VOLLEYBALLUSA.COM NET ADJUSTMENT PH.1-800-494-3933•FAX:425-827-2230 PULLEY QG FPI I. At'' (1 LT f \ ia{F-; f i to PULLEY DETAIL x , ® •® I i F COLLAR 2® Q I s COLLAR 1® •� t a • HEX® HEX 0 0 SET BOLT "-� �, 4.— SET BOLT STAINLESS STEEL__♦ ,++I E ♦. _ __STAINLESS STEEL PALM BOLT© "--- �;� ® PALM BOLT© i ( _.41.•� . ?i, ADJUSTMENT R', TENSION STRAP Q © OD CARABINEER •/ REGuLAR '� ADJUSTMENT CAM-BUCKLE I ,AND CLIPS Q HANDLEHANDLE STAINLESS STEEL HEX SET BOLT CO �1 ; ; , SMALL PALM BOLT ' ,El, HORSESP$OE - - LARGE • BOLT C'* OPTIONAL STAINLESS 0 ( :1I CLAMP Alli FOLDING GEAR NETTENSION ®/V► N NUTS WINCH UPGRADE ALLEN WINCH GQ WRENCH CABLE CLAMPS-CLAMPING A WIRE LOOP Parts Checklist: net to flt perfectly between the poles. •Qty.2-Bazooka Net Adjustment Collars(A) 6) You may need to create a loop on the steel table on one end of •Qty.6-Net Connection Bolts and Nuts(B) your net using(2)provided CABLE CLAMPS(K)(large). If you have a •Qty.2-3"Bolts for winch assembly(B1) net with rope able you will need to tie a loop knot in both sides of the •Qty.4-21/2"Bolts for upper and lower net connections(B2) rope in your volleyball net.Make loops in both the top and bottom •Qty.2-Palm Bolts(C)(pre-installed) rope of the net.Refer todiagram for instructions on HOW TO TIE A •Qty.2-Hex Set Bolt(D)(pre-installed) LOOP KNOT. •Qty.1-Tension Strap with Cam-Buckle(E) 7) Connect the loop on the top able of your net to the top of the •Qty.3-Regular Carabineer Clips(F) COLLAR 2(A)using a CARIBINER CLIP(F)and 3"BOLT(B2). •Qty.1-Net Tension Winch(G) 8) On the other end of your net,feed the same able through the •Qty.1-Net Adjustment Pulley(H) PULLEY on COLLAR 1. •Qty.1-Allen Wrench(J) 9) Place the loop of this cable over the stem found on your WINCH •Qty.4-Cable Clamps(K)(2)large clamps for top cable,(2)small (G)on COLLAR 1(A). clamps for lower cable. 10)Turn WINCH(G)to tighten the top ofyour volleyball net 11) If the top of the net does not reach desired tension you may Optional components: need to shorten the cable by adjusting your loop made with CABLE •Ground Sleeves for new installation CLAMPS(K)(large size). •Velcro Side Straps for sencomp net available at additional cost 12) To tighten the bottom of neu need to •Pole Padding. create a loop in the bottom ableyour of your netvolleyball using(2)t,yoprovidedmay CABLE(B2)on •Stainless Folding Gear Winch. CLAMPS(K)(small size) 13) Connect one end of your bottom cable to the 3"BOLT bazooka Step by Step set-up instructions: the COLLAR 1(A)using CARIBINER CLIP(F). Setting Up your Bazooka Hardware Volleyball System. Locate all 14) On the other end,connect the same cable to the end of the parts listed on Bazooka Hardware checklist(Above): provided TENSION STRAP(E). (Typically,we make the loop ourselves about 3-6 inches from where the cable leaves the bottom of the net 1)Connect WINCH(G)to collar using two provided 2 1/2"BOLTS(B1) You need some space between the able loop and the COLLAR 1(A)to with nuts.(Make sure to have the WINCH(G)oriented so the locking install the CAMBUCKLE STRAP(E)to tighten the bottom of your net) gear tooth is on the bottom side of WINCH(G)). 13)Connect the other end of the TENSION STRAP(E)to the 3"BOLT 2) Place 2� "BOLTS(B1)through holes and tighten nuts. (B2)on COLLAR 2(A).Using your hand,pull the loop strap to tighten 3)Loosen all 4 HEX SET BOLTS(D)and slide both COLLAR 1(A)over the bottom of your net pole and COLLAR 2(A)over other pole. -Ifthe bottom of the net does not reach desired tension you may 4)Using a tape measure,adjust collar to desired height Use PULLEY need to shorten the cable by adjusting your loop made with cable (G)and HEX SET BOLTS(D)as measuring points of reference as these clamps. parts will determine the actual height of your volleyball net •Men's volleyball net height:8 feet from ground. 5)Turn HEX SET BOLTS(D)to fasten collar to pole.Do this with both •Women's volleyball net height 7 feet 4 inches from ground. poles. •Suggested Co-Ed volleyball net height 7 feet 8 inches from ground Volleyball Net Step by Step set-up instructions •Preferred distance between poles is 36: 36 'allows your standard HOW TO TIE A LOOP KNOT - FOR KEVLAR ROPE UPGRADE 0 for , ) (-0 1\1‘ 71.,-- \ „d, Ir., \ , ...,e) ,4 • -, t \ .,_\ CUT UNDESIRED LENGTHS(OPTIONAL). FLAME TREAT ENDS OR CUTTING AREA WITH MATCH OR LIGHTERTO KEEP CORD FROM FRAYING. USE CAUTION WHEN WORKING WITH FIRE. 1 Piece Volleyball Antenna Set Model: Ultra Velcro 1 Description: Antenna Sleeve shall be constructed out of 18 oz, mildew resistant, UV treated vinyl. Velcro lining stitched permanently onto vinyl for net attachment. Antenna constructed out of 6' solid fiberglass with heat treated plastic tubes. Warranty: 1 year limited warranty. PBN-4" Professional Pro Beach Power Net Model: PBN-4" Description: Shall be constructed with a 4" 22 oz triple ultra-violet/ mildew protected vinyl top, bottom and sides. Sewn with #42 knotted nylon netting with polyester thread for prolonged outdoor use. Galvanized steel aircraft cable top and bottom with protective clear vinyl coating (42 Ft. Long). 1 1/8" maple wooden dowels with triple re-enforced netting attachment to side tapes. Net comes with 4 additional side tension ropes for quality net tension. Dimensions: 32 Feet Wide X 39 Inches Tall. (Available in custom heights/widths) Color: To be selected by owner. Warranty: One year limited warranty excluding vandalism. Picture of damaged net must be provided for warranty qualification. POP Aluminum Bazooka Professional Outdoor Pole System Model: POP Aluminum Bazooka Description: Poles shall be constructed of 3.5" O.D. Ultra stiff heavy-wall, 12' anodized aluminum includes top pole cap and bottom pole plastic drive cap. Bazooka hardware shall be constructed of high strength schedule 80 anodized aluminum with stainless steel set screws and nuts for net tension in prolonged outdoor use. Winch shall be constructed from either powder coated steel or stainless steel. All set screws and nuts to be stainless steel. Warranty: Ten year limited warranty excluding vandalism. Picture of damaged product must be provided for warranty qualification. UNITED VOLLEYBALL NOTES: •SLEEVE TO SLEEVE DISTANCE SHOULD BE POP - ALUMINIJMSET-UP 36- CENTER TO CENTER. 3 FOOT SAND SLEEVE OR POLE INSTALL • CONCRETE FOOTING 1-800-464-3933 SHOULD BE 18"IN DIAMETER. •EACH SLEEVE WILL USE 1.7 DEGREE LEAN AWAY FROM COURT APRROXINATELY 5-6 (OR 3 INCH LEAN AWAY FROM THE COURT IF 80 POUND BAGS OF CONCRETE. MEASURED FROM THE TOP OF THE POLE) 6 INCHES OF SAND FROM TOP OF SLEEVE TO CONCRETE TO REBAR:USE FOR RODS WITH „ INSURE SAFETYTO PLAYERS 18"DIAMETER OR 6 RODS WITH 24"DIAMETER CONCRETE fill:., TOP ,OF SLEEVE � 6"SAND '' 1,,•' ,.• vv , DEPTH A a s i\ , / , ' ' : s, , ,, 1!,,,,,`,r . ( t i ` s S ' ` !,',. a` 4 qa�\\\"\C\ \\ v��`vv'�� 3 w x o�1���,vv ��, 36"DEPTH esu �`\\ \,\\����� ,:�� 1 �i��p �r��� � i!..11,..,i'',..‘'‘2.i:',:.:,::.:.'',.c.',',iii,1>\,\i\\\it,I�i) 4..✓ .t 'a C7'�h: k%fir!. �` v illilli 001,gifill l CdrF,f 1,�5 w�� g&l&,:gl:•',�\\\\�\\\\ \ikXilit41 ;�; tryr."�a 11,110„filigillitti: :. i1,59,N.5.!4ETE *, *,,, °k s riir�, '—: .....1''':,•:;.,iltiiii.1!1,101'11..diLatiiitili.1:)!1::!:'.•.:' H ktkiziwt lii1111111;11 \ � g�,��"fiI o'��y59el J'a"'E� r'N�'�'!rN \\ �4 ri rr X n er Nm r \\ P \F r h°rr r��'p nv:1��v, n�,���.y'i .\�.,.r. „.,., Sa , 9 k{r�,9weit i w (n My r'' /r't " 8y I r�.r. t i� f� v° Rf f.�3�'j'j 6 f�', I rc Yn E c S r 3.8 e3 r i S:• �r5° v fi f y „....•...„.,.,,,,,,,,,,,,,,,,,,m,M{ 0litil!ildlOgilla .' 041 `,"Ry1��I�� h r R y CONCRETE SHOULD BE 1811.24'IN DIAMETER ,‘.,,,,,,,,...,,Ri.:;•',,:.,....:.:: .. ......., .........'...:.‘...:.,..„:::.:,', ..,... , - , ...••:.... • . . , - *USE 24"DIAMETER CONCRETE FOR VERY SOFT GROUND OR HIGH WIND COURT AREAS POP Professional Pad Model: Professional-Pad Description: Pads are to be constructed out of 18 oz. uv treated mildew resistant vinyl. The foam shall be 2" in diameter. Total pad stands 6' tall and 3'3" wide. Warranty: 1 year limited warranty excluding vandalism. Picture of damaged product must be provided for warranty qualification. Two Inch Premium Boundary Lines Model: Two Inch Premium Boundary Lines Description: Shall be constructed out of 18 oz, UV treated, mildew resistant vinyl. Corner rings shall be constructed of stainless steel. Each side constructed with 1 adjustable 2" plastic buckle's with plastic lock down clip. Warranty: 2 year limited warranty. Exhibit J: Pre-bid Meeting Sign-In Sheet 19 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: July 17, 2017 TITLE: INVITATION TO BID (ITB) 2017-146-ZD ALTOS DEL MAR FACILITY NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Zuleika Davidson Procurement- CMB 305-673-7000 zuleikadavidson c imiamibeachfl.gov ext. 6943 e5e-x,tvk.ts (okss Cco-s-RsknotL Co ns-frocrWoli so s 6c et G tas o Pt e__CoaCti4044C; C001 7 16 (0 1 5 tow.braa-p`o SOT-663 LIA6 PA-606 --- 1-1,402d.„1AcirA 62(16-riziot,Ti`a(4, cool /4-I/ 6:.**usA, V-e4 66.0.11ta_ iv" •OM 3t) • L. 1-Skek,e, tS-srt.„‘E.?, r;€@7\17,04„,',Irtt caxel ra56 le) K:• LNJ‘t;. GI 3 0;;;Dc.toe-467. 1.,f(4444t 1560e.,44n.. ey4i ei, o r‘ 1.-A6 - e 30s c,13 CrAfko-ctute_or‘ e_fv‘Ackivvt beac\--ki 000 AkAi A Coto lac 2.6 ilit36 3oss1.2.7819 qA-fy, ,eciceo, s-t(Jc.-tiOvv etiAt 0194 :73 c '1—/ LX3M.* 'Tbit6i P64:n'T ?0,(78itqc , aotiotrosi n S 1 CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: July 17, 2017 TITLE: INVITATION TO BID (ITB) 2017-146-ZD ALTOS DEL MAR FACILITY NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS "o5-Ts03-5.7-sa. 'VA LLzotc• 04,1/4 440A.0 0 C (/ ILK: kiNzi\-M".49 L•e41/-1-0-Mpetithvi/s4A.c.cia," 1)571144; j oce,‘,..A.t. JL,1-14 A VA • (owA 3oS.440.0'4) /44500 e. fete toy) sort 6,0,0/(t, f3 ICt; e,', Cor\-- renor' C,Citcererice 03t-t I)OnCt Ct( ("VQ_CTLA poln CO r\--fr&C-Firn ca20.1a CerkfecertCe Cct-t - _ . Orasi s Coo otim t*---\ 4€ Lebgch_ i e c--\ Cor\CArk--)C4:\.00 e 2 M I AM I BEACH Procurement Department, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 2 INVITATION TO BID (ITB)2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY August 11, 2017 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only. I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, August 18, 2017, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. A FORTHCOMING ADDENDUM WILL BE RELEASED WITH RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidson@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Sin 4-ly, ‘r' 44k Ale De Pro, -ment Director ADDENDUM NO.2 INVITATION TO BiD(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY M I AM I BEACH Procurement Department, 1755 Meridian Avenue, 3' Flocr, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 1 INVITATION TO BID (ITB) 2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY August 9, 2017 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only. I. ATTACHMENTS: Exhibit A: Pre-Proposal Meeting Sign-In Sheet Exhibit B: Response Sheet to Permit Comments Exhibit C: Plans (Revision 2), July 6, 2017 A FORTHCOMING ADDENDUM WILL BE RELEASED WITH RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado©miamibeachfl.gov. Procurement Contact: Telephone: Email: Zuleika Davidson 305-673-7000, ext. 6943 zuleikadavidson@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Si Merely, aro 4.I ) Al-x De•' • rement Director 1. ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY Exhibit A: Pre-Proposal Meeting Sign-In Sheet 1 2 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY F CITY CF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET CATE: July 17. 2017 TITLE: INVITATION TO BID ki.]TB)2C7-1 4.:.',-.Zil Al TCS DFL 11/4.4AP, FAC; LITY , . CONIIIAVV N 11.: ' I PTIONEtt Pf..A.SEPII INT) ' L-fiLAJI Atnrtis ,' ''' '`' ......... Oh . .... , .,A Zaleika Dav,-0.f.sen PI-oc.r•e,711;31 t -C.:7%,1 Es 1 3',;5-073-71.11.,11) i LAI_6943 i -zukik:t°,I7 (S ii ITT*:,H 11 7:-ic,11.:}'IT..:::•,., i .,... r i, I 14 5-66'4. -.j - ok/ALs IS ic‘Ss,cY1 Cr:6-$44N4, C011:5—ruc o v1 "7,-fiS ip,..s.Q00-10 Ccacc4N4.C.r.Cori.) I 171b lo/S f4>eferfweti7e -"t4gAtA COodgriZO4-Tiool•. 410.1 ! 1 41.9-IJ 11 v_03 isik.ipr1f,042_ ....., .i4. , NLf,:r.z., 1 ,,','4,-'' ,''.. , 1 ',. , , ,k. ''' ..,,, ''", , , ' ,'"`"v ,,,,;,, 1: 4a* ',,,,,,' ,,s ,‘,„1,%,,,,l'i., 4tA*.:1 hb.C.4%C2c.to•-4,,,,611&-t.-II.464.0 r...40.edIft.ctitiott '03 iL3-i'-'-/4•--It 1 k it-307;4 C.,1 3 1c..).;*1. - e.-7,Ct. ..'- -j- _ .• i-1A2-‘-f A Co IQ 5 V c:71.0 i\) Ty;Lia,1 l 4,34 -it sviz7F91 / -e.II tiCIZ:s 6...61 r14,1Cchist cli,-,e,plc tiNv.c,-,/0 (flOtt- M).11,,t, i)oiJ.3-17-ctft, 3;1111:1:1 P°CI'flq' ?2S-7814'7% , r, i 3 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY Exhibit B: Response Sheet to Permit Comments 1 ___„.. 4 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY Stantec ALTOS DEL MAR PARK Stantec Job No.219420367 RESPONSE SHEET TO PERMIT COMMENTS PERMIT No: BCI 704289 Address: 7700 Atlantic Way Miami Beach,Florida 33141 Date: 7/7/1 7 BC 1 704 289 06-15-1 7 Review comments: In order to properly check responses to comments provide a narrative of responses to comments showing location of corrections. Cloud-in and number in Bold the latest revision. (.500 000.00min.)THIS PROJECT REQUIRES THE SUBMITTAL OF AN AS-alit LT SET OF CONS TRUC HON DO(l:LIMENTS WITH ARCHITECT. ENGINEER AND CONTRACT(...* CERTIFICATIONS PRIOR 10 FINAL BUILDING INSPECTION NOTED 2. DERM: Provide DERM Final approval at the primary review and before any further reviews. MDC Ord Chap 24 DERM OVERALL APPROVAL ATTACHED 3. CONSTRUCTION/ALTERATION AR EA.Total gross construction (Not iust AC) area,including covered terraces and garages (open or enclosed within walls or columns)should be reflected on the application and on plans as areas of new construction/alteration (or Work Area). Provide a table for all construction area. Also. plans show 16 25 SOFT (sheet G-001)and permit shows 1.109 SOFT. UPDATED SQUARE FOOTAGE:1.138 s.t 4. ADDRESS 1DENTIFICATION(FBC 501.2). Address and description on permit application must match with the information on plans. ADDRESS UPDATED S. SITE PLAN..FISC 107.3.5 A site plan shall show Pie location of the building(set backs( on the lot.FBC 107.3 5, Provide dimensions for new.'future shower, volleyballs, seating areas, low walls walkaways, etc. REFER TO SHEET A-100 AND NEW SHEET A-408 6'. Show termite protection statement as per FBC requirements FBC. 105.10-11 and 1816 TERMITE PROTECTION NOTE ADDED ON SHEET G-001 Doors shall comply with Section 1008 about width,headroom swing way.landings,etc Overhead doors not applicable.FBC and FBC 1008 ALL DOORS COMPLY WITH FBC SEC 1008.REFER TO SHEET A-401 ii. MINIMUM ROOM SES:FBC 1208. Provide all cei5ng heights. REFER TO SHEET 2/A.104 0. Openings for light and ventilation are required as per these two sections:FBC 1203& 1205. NATURAL VENTILATION PROVIDED:MECHANICAL EXHAUST PROVIDED.NATURAL LIGHT PROVIDED PER 1205.23 &1205.2.2 10. A TTIC ACCESS AND VENTILA TION FBC 1 209.2 1203.3 Provide a minimum 20"x 30'access to an attic space with clear height over 30" if providing attic_ N/A.NO ATTIC SPACE • Walls and partitions within 2 feet(610 rum )of urinals and water closets shall have a smooth,hard,nonabsorbent surface, to a height of 4 feet(1219 mm)above the floor, and except for structural elements. the materials used in such walls shall be of a type that is not adversely affected by moisture_ FBC 12Io_ Refer to custodial room,art wall and new future public shower. Provide impermeable rnaterial in bathroom wet areas to 70 inches minimum above floor in compliance with FBC 1210.2.3. Refer to custodial room,art wall and new future public shower TILE PROVIDED UP TO 48"A.F.F.REFER TO 1/A-403 Show roof regular and emergency drainage as per this section. FBC 1503.4, 1514.4 EMERGENCY OVERFLOW DRAIN ADDED.REFER TO SHEET A-104 • Write a note on plans:Roofing requires a separate permit.FBC 1512.7.1 NOTE ADDED,REFER TO SHEET A-104 "4. For exterior slabs slab surface shall be sloped 1 16 unit in 12 units or grecit,,,EI to safeguard(.1lainst ponding of water FBC 1 5014 1514.4 A(..1 362.1R-12. Inducting covered area at entry 4..)t restroom. NOTES ADDED.REFER TO SHEET A-100&A-103 is A 6 mill minimum polyethylene vapor retardant shall be placed between the sub grade and the concrete floor slab. FBC 1907 1 5 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY Ø' . J., StRil LPL s 1 0 MIL VAPOR BARRIER PROVIDED.REFER TO SHEET A-402 RFTF ccncr,-qe 1).'1,4T11,, ,;Ut'porivel exteror *, feces-Jed tci.) REFER TO SHEET A-402 Sho'. a attic,i,suks non as 1),,r t)ue (, unit note S room NO A/C PROVIDED.NOTE DELETED Provid.., ,;aU per 'I uru Dr to unit no!,?, ro,;40 )1. NO A/C PROVIDED.NOTE DELETED Ifs ,ondoN door schedules rat the requirements a:/out Firti,Rating Panic if ild041n Ckrc is for Es(.of-0., for egress.Product Control Approval numbers (NOA),etc.-Attach Miami Dade County Notice of Acceptance for exterior'windows and doors'or Show on plans that exterior'windows and doors AND storefrontwill be "UNDER SEPARATE PERMIT" NOTE ADDED,REFER TO SHEET A-401;NOA's ATTACHED 20. Interior wall,ceiing,floors,decorations and trim shall comply with FBC Chapter 3 TABLE ADDED.REFER TO SHEET A-403 21. Provide dimensions in floor plan for all accessible areas,spaces and elements at restroom area Including water closets and toilet compartments min.dimensions. FBCA. DIMENSIONS ADDED.REFER TO SHEET A-103 22. Provide required min.no.of fixtures required by FBC. NO MIN.LUMBING FIXTURES REQUIREMENT FOR OPEN SPACE(PARK)PLUMBING FIXTURES PROVIDED ACCORDING TO PROGRAM BY COMB C&P. 23. Provide floor drains and hose bibs for all group toilets rooms.FBC Chapter 4. NO A/C PROVIDED.NOTE DELETED FLOOR DRAIN AND HOSE BIBS PROVIDED.REFER TO SHEETS A-103,P-300 &P-500 Electrical Review Status:Fail Assigned:6/14/17 Completed:6/16117 Eller Marquez Ph: email EfierMarquezt miamibeachti.gov Correction: General Correction Comments: 1. Provide address on plans matching permit description ADDRESS UPDATED 2. Provide note on E pages matching A sheet"Existing Parking Lot to remain and no part of this project renovation" NOTE ADDED 3. Riser diagram shows 3 conduits from Aux gutter to a pool box with 3-3/0.please clarify?Ar they branch circuit conductors?where are they been connected? REFER TO UPDATED RISER .s. Provide AC rating for disconnect AIC RATING OF DISCONNECT ADDED.REFER TO REVISED RISER DIAGRAM 5. Photo metrics to include areas outside the building as per MOC 8c3 REFER TO PHOTOMETRICS PLAN 6. Lable lights in photometric plans to match fixture schedule and floor plan.in addition catalog information shall match,check LSA 82 W on lighting schedule) WILL COMPLY.REFER TO REVISED PHOTOMETRICS PLANS AND LIGHTING SCHEDULE Environmental Review Correction: Comments: Status:Fail Assigned:6/14/17 Completed:6/23/17 Margarita Wells Ph: email tv1argaritaWellsgMlOrrebeachft.gov Fire Building Review Status:Fail Assigned:6/14/17 Completed.6/23117 Robert Newmans Ph: RobertNewmans@rniamibeachfl.gov Correction: General Correction Comments:BC 1704289-6/23/17 6 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY Stantec G-002: 1. Provide all appticabte codes and echtions:Florida Fire Prevention Code 5th Edition. APPLICABLE DOEDS PROVIDED.REFER TO SHEET G-002 A-401: Provide note that roll up door shall be locked in the open position during hours of operations. NOTE ADDED.REFER TO SHEET A-401 A-40.3: I. Provide note that all interior finishes shag comply with FFPC 101-10.2. NOTE ADDED.REFER TO A-403 Flood Review Status:Fad Assigned:6/14/17 Completed:6/22117 Herminia Perez Ph. email: HerminiaPereirriarribeachit.gov Correction. General Correction Comments: REQUIRED CORRECTIONS: I. Provide Coastal A Zone determination: The Registered Design Professional shall identity/locate if the proposed project is within a Coastal A Zone,in accordance with engineering analysis using FEMA accepted methods. Results of these analyses shall be documented in an engineering report,defining the data and methodology used to identify these areas.Refer to ASCE 24-05 Ch 4.0 for more information. If the structure is located in a Coastal A zone the minimum elevation of the bottom of the lowest supporting horizontal structural member shall comply with ASCE 24-05 Table 4-1. FEMA ZONE X.AE(EL 8.0 NGVD27-6.45 NAVD88)REFER TO SURVEY:CONSTRUCTION AT 9*-5"NGVD 2. Provide the following Roodplain Management information as a table on sheet A-201:Flood Zone: Minimum Design Flood Elevation: NGVD Proposed TOS of bottom floor: NGVD Lowest Floor: NG VD Highest adjacent grade elevation: NGVD Crown of Road Elevation: NGVD Proposed Lowest adjacent grade next to buikiing: NGVD Proposed Highest adjacent grade next to building: NGVD Lowest elevation of machinery or equipment servicing the building: NGVD C{ossification of structure for flood-resistant design and construction Category: FIRM Map: Proposed TOS TABLE PROVIDED.REFER TO SHEET G-002 3. In Areas mapped as"Zone X",all new construction shall be constructed with the Lowest Floor at an elevation of at least one foot above the highest adjacent grade or above the crown of the nearest street,whichever is higher (Freeboard Ordinance No. 2016-4009). WILL COMPLY.SEE TABLE SHEET G-002 4. Provide and attach FDEP permit for the proposed project. FDEP IS BEING PROCESSED 5. Provide on exterior elevation sheets the 100-year storm elevation as identified by FDEP,in relation to National Geodetic Vertical Datum(N.G.V.D.,1929). 6. WALLS LOCATED BELOW 100-YEAR STORM ELEVATION need to be designed and constructed as break- away or frangible in accordance with 2014 FBC Section 3109 4.2.Structural Reviewer Approval is required. NO WALLS OR STRUCTURE LOCATED BELOW 100 YEAR STORM ELEVATION. 7. Provide a cross section of break-away or frangible walls to the 100-year storm elevation. NOT APPLICABLE 8. Provide a note stating"Utilities and attendant equipment shall be design and constructed to resist anticipated flood loads,wave loads and erosion and scour and shall not be mounted on or pass through,or located along breakaway walls". NOT APPLICABLE 9. Provide a note stating that"Elevation Certificate for Finished Construction shall be submitted for review and approval before a Building Final Approval". NOTE ADDED ON SHEET G-002 Mechanical Review Status:Fail Assigned:6/14/17 Completed:6/15/17 Elizabeth Pndo Ph: email. ElizabethPricia(Pmiamibeachfl.gov Correction: General Correction Comments: BC1704289 6-15-2017 1-Provide complete Mechanical Set of Plans,including all minimum criteria and documents as required by FMC-(A) 107.3.5 and (A) STORAGE ROOM DOES NOT CONTAIN AN A/C UNIT.REFERENCE WILL BE REMOVED FROM THE ARCHITECTURAL PLAN. 7 ADDENDUM NO.1 INVITATION TO BID((TB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY Stantec June 2/,201 7 Page 2 of 4 107.2.1 Eizabeth Prida,PE Mechanical and Plumbing Plans Examiner and Inspector BUILDING DEPAR1PviENT 1700Convention Center Drive,2nd Floor,Miami Beach,FL 33139 Tel:305-673-7610 ext.6543/www.miamibeachfLgov I azabethPrida@miamibeachfi.gov Permit Landscape Review Correction: Comments: Status:Pass Assigned:6/14/17 Completed:6/15117 Enrique Nunez Ph: email: Enrique Nunez@miamibeachfi.gov Planning Review Correction: Comments: Plumbing Review Status:Under Revi Assigned:6/14/17 Completed: Giselle Deschamps Ph: email: GiselleDeschamps§miamibeachfl. Status:Fail Assigned:6/14117 Completed:6/27/17 Robert Jonas Ph: email: RobertJanasgmiamibeachflgov Correction: General Correction Comments: General Correction BC1704289 (06/27/17) -Provide DERM final approval. -Approval by Floodplain Compliance section for elevation of equipment/appliances/fixtures required prior to plumbing approval. FBC Plb 309.1. -C-10-Provide type of proposed backfiow preventer for irrigation and domestic water supply to the bathrooms. FBC Plb 603.1. WILL DO. -C-10-Show separate water service lines for the irrigation system and the bathrooms. FBC 107.3.5. WILL DO. -C-10/LA-113-Location of water meter does not match:Provide correct location of water meter to match on all related sheets. FBC 107.2.1. WILL DO. -Show irrigation water supply connection to the proposed water meter. FBC 107.3.5. REFER TO SHEET A-I 12 -Show location of rain sensor and controller on plan. FBC 107.3.5/Ptb App. F. REFER TO LANDSCAPE DRAWINGS IRRIGATION PLAN -LA-114-Correct type of backliow preventer for irrigation system(RPZ required due to booster pump on system) and correct backfiow detail. FBC Plb 608.16.5. DETAILS CORRECTED.SHEET LA-114 -P-100-Provide water and sanitary sewer on site plan.FBC 107.3.5. DOMESTIC WATER AND SANITARY UNES UP TO 5'FROM THE BUILDING HAVE BEEN INDICATED.FURTHER THAN 5'HAS BEEN NOTED TO BE SHOWN ON THE CIVIL DRAWINGS.IN ORDER TO AVOID FUTURE CONFLICTING INFORMATION,THE CIVIL UNES WILL NOT BE SHOWN ON THE PLUMBING DRAWINGS. -Provide detail of outdoor shower,include water supply with shut off valve.FBC Plb 606.2. OUTDOOR SHOWER-DETAILS HAVE BEEN NOTED TO BE SHOWN ON C-10•C-15 AND A407.A VALVE BOX HAS BEEN INDICATE OUTSIDE OF THE SHOWERS FOR SERVICING AND IT HAS BEEN NOTED TO PROVIDED AN SHUT-OFF IN THE VERTICAL PRIOR TO CONNECTING TO THE SHOWER. -Provide water heater relief valve requirements as per manufacturers specifications to verify compliance with FBC Plb 502.1. **INFO ONLY:Plan includes Civil sheets wistorm exfittration system and outdoor shower drainage system;Irrigation w/booster pump:Rough/sets;Tankless elec.water heater-• 8 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY StE - WATER HEATER-THE WATER HEATER IS"TANKLESSAND THEREFORE STORES NO WATER.REUEF VALVE NOT REQUIRED AND THE MANUFACTURER STATES"NO PRESSURE RELIEF VALVE REQUIRED"‘ Public Works Status:Fail(Building Permits) Correction:General Correction Comments: Assigned'6/14/17 Completed:6/26/17 Pedro Fuentes Ph: email: PedroFuentesg'*miamibeachil.gov BC I 704289,Denied,(6/23/17), Since you are working outside your property you need a Right of Way Permit.This permit is going to the granted during a walk thru Permit Process at the Public Works Department on 4th Hoar at City Hall. NOTED 2. Provide a copy of the Sewer Capacity Certification Letter(Allocation Letter)by DERM.The Sewer Capacity Certification Letter Application will be filled during a walk thru at the Pubic Works Department on 4th Floor at City Hall.(Public Works Manual Part II Section 2/A/1) http://www.miamidade.gov/permits/sewer-capacity.asp SEWER CAPACITY WAS SUBMITTED FOR CITY SIGNATURE,HAVE NOT RECEIVED BACK. 3. Provide a copy of the Ordinance 89-95 Compiance Form with proof of payment from the Miami- Dade Water and Sewer Department for the Connection Charges.Your set of drawings need to be stamp by WASD New Customer Division(Public Works Manual Part I/Section 2 IA/ I) http://www.miamidade.gov/permits/sewer-capacity.asp SEE RESPONSE ABOVE. 4. Provide details for the proposed Bollards on 76th Street.It must be the CMBPW standard.Refer to our manual for details.(Sheet A-100)Manual: hi tp•//we b.mia mibeactifi.gov/publicworksiengine eringiengineering manual.aspx?id=12920 DETAIL PROVIDED.REFER TO DETAIL 5/A-407 S. Show the final location of the Irrigation water meter;the irrigation system should have its own separate service line and meter If same service ine as domestic water is to be used,a sub-meter must be provided in private property and made accessible(Pubic Works Manual Part Ill Section 11 1 1.04 I B).Detail sheet for sub-meter installation is available in Public Works,4th Floor at City Hall. REFER TO SHEET LA-112;LA-113 6. Proposed back flow preventer for irrigation ine to be located inside the park but no further than five(5)feet to/from right-of-way.(Sheets 110-113) REFER TO SHEET LA-112;LA-113 7. The irrigation plans shows a 4"main that surrounds the park and directly feeds the irrigation system.Please indicate whether the 4"main is proposed or existing.If the 4"main is proposed, please relocate the 4"irrigation main outside of the Collins Avenue Right of Way and outside of the private property at 7605 Collins Avenue.(Sheets 110-113) REFER TO SHEET LA-112;LA-113 8. A FOOT permit is required for any improvements in Colins Avenue Right of Way before the approval of this permit will be granted. PLANS WILL BE PERMITTED. 9. Show all existing utilities in sheet C-10 within Airoso(Atlantic Way).To request the existing Utilities at the Public Work department you need to fill out an Engineering Document Request Form and pay the require fee:this application needs to be made in person.The City of Miami Beach will provide you with the location of the Existing System inside the Right of Way for Potable Water,Sanitary Sewer.Storm Drain and Street Light. WILL BE REVISED 10. On sheet C-10 you indicated an existing manhole will be adjusted,but the manhole is not shown on the drawing.Please clarify the location of the existing manhole that will be adjusted. WILL BE REVISED 1 I. 11 You need to apply for a Sewer Main Extension with DERM for the proposed sewer extension on 76th Street.This permit will not be approved until we receive documentation of DERM's approval for the sewer main extension.(Sheet C-10) PLANS WILL BE SUBMITTED 10 DERM FOR THE PROPOSED SEWER EX1ENTION. 12. During rough grade of the soil on site,ensure that all necessary precautions are taken prevent any damages to all existing utilities within Airoso(Atlantic Way).(Sheet C-03) WILL DO,NOTE WILL BE ADDED 13. Since you are proposing to vacate the Atlantic Way Alley:we need to confirm that you started the legal process with the City's Attorney. Please provide a copy of the application form. APPLICATION FORM WILL BE PROVIDED Structural Review 9 ADDENDUM NO. INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY Stantec Status Fail Assigned:6/14117 Ccmsted:65/l 7 Adalberto Viciedo Ph email: AdalbertoViciedot'mrarnibeachtt.gov Correction. General Correction June 27,2017 Page 3 of 4 Comments: Urban Forestry Group Review Correction: Comments June 27.2017 BC1704289 1. Provide two fully executed special inspector forms for soil compaction and reinforced masonry. TWO SPECIAL INSPECTION FORMS FOR SOIL COMPACTION AND REINFORCED MASONRY WILL BE PROVIDED 2. Wind loads shall be based on Exposure D and Partially Enclosed condition.Revise drawings and calculations accordingly. CALCULATIONS WERE REVISED TO APPLY EXPOSURE D WIND PRESSURES. 3. Building is located seaward of the Coastal Construction Control Line. a A permit from the Florida Department of Environmental Protection shall be obtained. Provide copy of permit. b Review structural design for compliance with FBC 2014,Section 3109. COASTAL CONSTRUCTION DESIGN IS NOT REQUIRED SINCE ABOVE THE FLOOD ELEVATION. 4. General Note 8/S-1:please specify concrete cover for reinforcement on drawings. GENERAL NOTES WERE REVISED TO INCLUDE CONCRETE COVERS. 5. Sheet S-2.0: a.Specify reinforcement for masonry walls(bar size,spacing and jambs) b.Consider to specify vapor barrier under slab on grade. c Specify/show location of control joints for the slab on grade. ON SHEET 5-2.0 ADDITIONAL INFORMATION WAS INCLUDED TO DESCRIBE THE FOLLOWING: REINFORCED MASONRY WALL REINFORCING,VAPOR BARRIER INFORMATION AND SLAB ON GRADE CONTROL JOINTS. 6. Specify design pressures for louvers.See comment 2. LOUVER WIND PRESSURES HAVE BEEN PROVIDED ON SHEET 5-I 7. Sheet A-407:provide structural design information. STRUCTURAL DRAWINGS AND CALCULATIONS SUPERCEED Status: Under Rev! Assigned:6/14/17 Completed: Andrew Chung Ph: email: AndrewChungtrniamibeachfl.gov Page 10 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY Exhibit C. Plans (Revision 2), July 6, 2017 11 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY 0 0 Q WZ Ai : o I 3 a w � J w J C7 0 3 SS i' a v=i v ca S 2.4 W 0 !ii �< } w= 1 o h 3,1_ ---- !! mi}S Zs ig a a W ag a a ZI 4I 5 � 6n aI i ;,1, NU1 ma .-j N z 3 iy NV300 OIJNV11H o 6R - ---___ c z i 5'005 !,,oW----- W N O,'.'', ,W N _ 2 O m -, g Z r N `< n W W > V N O: g- DI,,-0 N N Q' Y C �W �W 8 YO D --_ ------------ - - I .T w F, - _ _ "a%te �o� � � w o a w a w a :,211- i§; X I D $ O I :C-9'" N o l o ! 2 I �J d z Z ^1 I�N 4i I 3 U .0' O- W �Z5 O 2 N O OJ 2.K 7!J n r� N op N W N + N Q W Q =O I - :4:::',-,,,1,1- ________________ `�D�D�D for. -- ii r-- 2� 1 ' I i ` azo a to I ` 4iezeio a/ \ ° J Q Q _ _/_ V iti\ / '■■■■7, - -- - - �_.----- V ___4„......*„......_ - - =�� /__ `--' -----7--- +-a�` 2-al.,. A'''RSON - — ----- —----r4t 1int 1 --__„„: IN\ 4i) 1., iD ---1-, i�i■il......., 'I 1 •a■a■e`� 7 Wail ■f■� MI-.imp? , 11 no I o ul'JdbL'8d) 1 ■■■� 11In av3HHnns �ll 1 1 ■■■� �I `'-/at aal �� /1114 \` w i z x w Teatt 1 /■!' /■f■� ar+nayau na _ .'` _. Z z ( IUr,�.,�»s.,�� :..� „ a►Li..����—� .,]p•.. z w x v III i p - {�■■►_ w o o v rn 1 ow \a/i■■ ��__ ____ _ ►� /■■/WO � �I 1■■!■a►l71a■■■■■ 1111; F■�■a■■■■■■■—�- — i ���71■/ yellinnInigibliagFAF �■■■■��■■■■■■ F■N■■a■■■■■■ _r uiE�1■�� 4 11 I.I■■aa! ^� - � n•J■■6, s,,ra a 1 ►,17F'1� .■■•�--��■a ,.■■■■■■■n ------------------.�1■■■nLn■■7 ■■■■a■1 1 iiui►• I�iii —�'■■a.�_ .a■■■■■■■■■t► X 11■■■■■orm .. '• s I• -1=:. sy ,,, 4filiiiir- lihiii■.---.■iy�./ -aL�■■■■■■■■■■■■a���ii7■iiii�■i�■■■■■■■■■■■■■■w■■■■■L■T•■7■■■■■■■laa�l■■a ` ;: }1 ■ail■ i � En \\ 1 thr■11■a■!' ♦-� -LI!..---;:;: ig ����� II �� I w i w Y ■■� 4�11 Ia■■■ 4 r", r�1 \ 1oc� o O1 3 30i /■■■■ �� yldoo. i--Ink � ��o ■■■■ 4` t '''(-)- , Q,,,(s.! U V 0 it Gt1�i J li - f Y■■■I 1 pH\ 1 sEts: € 5- voa oriritt. iA 0 \— __ - 'tel SII■■ :s\ \:\ �i 0 .1�■■■ 1 a 8 VIO �I a '46.211 1 �� ' r\� 1: 7 gg 8 CV I J ... in tr IP i d _ 11■ I��a 1 � �, ? \ 1 ': r \t1.,,•,_ - al ,,„,;,,,40g.,!1i.ui,.,,,, :: 0 : . c_i di zugiI,i'l!,, !A i kga::Ottaltz,,,,'I ,' Lot torA ♦ ..41#1 . • G 11'105 AVir! 11 k` az a \ Aiiiiii .t 1-,. .: _ n Amiiiv: 11.. 7 7 LI rit\ \ ."1446: '' 11111 ,♦, -\■■. ID I i■a■■■■Y�'f1•t�■' � '• �\ \"I t , I la■■■t ♦ ■Sts_ ♦� 1{ i■al!■■■■■1177 ate•■' 1. `r• �1■■_■al � ♦ `\�■. • Baa■■■■■■�■d7�7'J.�•■1 .,i i„-,!!,!!!,,,,m,,L,g„,,:m , I � 111. `♦ \�\a/I\ AIR' ►,t[_1 J:.,■i — ,,:.�.g i�:4 � •rwf . -�-� Witit----_- -��■■■!1■■■■■t3■■�� Z I L Jai1':■■■\ � � 11: ; 17■■■1—o v ♦ '■■71■Ld/' .�� filk:AFtmttm,$,TwIfF.:, � �4Zi Viiitelipeli -z,+tdt�+�'r � � a 1\■■■� — g:_. ,,, .............................................................. I!V■■I—__ _ _____„_.--_-.7.541.r.-1-, __ — �S�■I c0 . f ------------------............................................... ,_\ QgCS o lif 11111E===F:= r. k W 1-1 t■■■ o 4�� r k \ W 1 �o yyy��� �y III • \ 2:tteilMith°I' 14 `„ air■n1 o a■■� d ` '� k\ \ I (IP . Lo o < n 111214 �i�a� 135 `,., \ to i 1,0;4 0 ID I EA 7,,:,!:::::,isittlisitegi,: livi 2".:- 111 ,lig .Air lip Mil I Ifiitt ICLaa7110 AMIE bd�Ii''1 III `2 I AIN ta l:La■7 ~ .�■■■71a■■■■\■a■1 ` r` r ' N 11 r�r.■■7 It .■■■■■■■■■■■11■■■L, I :: rik�-� 19. kariblElt.-- ic.Q.. ��•.��� f;■■■7 t_i�a■■■ate • .\\�\��Nl .;,,,T___..-;::',,: ,,=-,,:----. -- . i � e W 32 w z Willsk .,.......m.-41- --.:MI .,,... ..-.::-=,- u. - '''' 'Lti:-I-'v 1 v u. 7 IIYI EF. . 1 U li` O 3 n44-34, <1,173 o-o 7E F F ■ I I agoi o • I }' I • w -5 I li i5 �oqi - �UQ II I as' a U M o O -ED �{ ' o `Z w 7 a V � 1 2 w= � o _11111 ZI Iif L-,1111 • 11111 ' !j WL ° iIf L.'ed'VL i%�%�' � � � ' �o 1/11/1 1 A// . 3.9£,.Z.I0S _ ■ ■/1111 cw o)�ss OSZ „�e.t.&�ori AIMS —1 — �!'�1-� MINI Agier 1]1MSS11/\ .%��� ,.I �, o./1/I •!:'- JIlt w z N111/; 111//1 0 NX111 .Alli- ° '411111111111111111 tz I '/� UMW . .. �//\- 1111 w o s W 14111111111 aw,a 11111/► -��4111 A111■ 1\. ...AMID' �\111111/1111■1111■1/►��L'1���������tm_____________MIS (/1111 \111■1■■11111111/11 VIMMI��"""�� �.�i111111\�......��1111/ " --...momm====.====.=1111/1/11r" • X1111 \111111111111;"/'' "N N N W t0 N Q iiiikiniailliME X111/11111111 � X11 ����� 1111110111111111111/r , 11111 1•,111111111/ I 11 g iCDii I 111111111111. g IN la 2 t mum IN 1111/11 i 1 ( III P;', MAIM i IN 1 ISMER MOMS 0 P 1111111. 1i 11 111/111 u/// X111///1►® ._■ll M11 1111► f111111111111. p ■1 TAIMI a 121111111► 21 WZzx111/1/11// 11 Z W L. 1 t311111111111111111111.• 11 MEMO/ 11111. NUM //� 1111111 ��/► � �a a � 111;/111 •11► >g num 111111 1 'i 2 W rg 1x1.1111 NEW ./iA1 11!!/111 X116,. b - ■111■ W.w Y w.. 1E 11//1 o MUMSNM '1,11\► 11111111 III 110111 ,•1/�► . '■11 / ,i ...... 11.1111 ��11.. �1 - i1N�/ 1111/1 1111111111 '11\.• g 11■ 11U41/ V I '411141111% , 1 X111 : i MOM °.u' II NMI ��/._ . .,g MINIM (5z-Od'vc•e�3Ni�,os�� � �■11�1-•;'��111 � in 1111111— X11\_ ���,�Trlsvo� a /■■11111' 1:0,4--II � 10 MEMO 0 - .� -�• �• •'-�11//�,�•---------y%1�111��I� � i 1 �� 1■1111- cSz_d_�'L' - -�\111\�.__ --1■11/1=-------- - -_.,� --""1"111111111.101111111111111111111111111r11/.1��sI�■1 ' 1 �11.rr� . III1111 11/11111Z:I' 1 ■ €' Iii 1111/1- 1111■� lot Zaralitalit` =':====---===:-==='=;—=1===='c==--2___=7---F-:-M-:----;---71-;-7--. 7,-..--=7==='===',`-='' ''----`= -- --7;.tilt r ; API alr_Mr6311.1P-7-= ----',_-_- j—,--------, =----E_____'s.'-77117,--aili•V:Igkiie--.'iln ri TEX:23:97:1:7-4-.1-7-73.:=-----'_-_-A_----:-Talar- ' -)IP-j 4,61 iiiitalagamen--- -,---=-- L� sem-. �...iiir ,•_s— ,40 :i;i 4A4.'• _—__ ;:• -2.;°. f ����?' ■1111 0111111111111111 === 0 0 RI:. II 1111111111 �© 1111 ^2 ff J A Rawl, ' IIIIIII X111 1.1110.110 0 Mar - .v....V•ttM i 11■1 '---__ (I MOW./1111V i V.�: WOWS ` r i 1 \ .:**1 1 R'91lg1i=== 11 .111/ S o 1 It-�* ' r--4AM/ ( 2 11 g = ., W N II g •.011111111/ ct 1 4 2,0§ ,1►.... I�11� i .11111 ` " �.... cv.... moan 1 • b Z �:::::: III'!111 =i t- X111 ■/1 11 ::,M Mann 0 '!/111 111 4 ..1,:::: IIF:�11110 1 ::`►:::: loom •.fir 1111 111 (..)LL W ..�.��� I .It'■1111 =111 :.�:::: 1�11111�IA Nam . .41111.1111/1.: 11 0_ . imams ,1111/11. liii: X K 11\ ����I I':■111 r ai%/11//� 111 WIN ,©1/1L ��/�/ow-�- ��11111 �� Z Z .......v 11//11► x/11\ wo= -m. :,• .I ON ...<LI,i Lel 1 En ----------------- a U Q VN),00'OSZ (0)OZ'OSZ M.I£.t�£.I ON —�_ I i k. ?1311(19 9?1f10 3f1N3nV SNM00 d0 I ��� ONOO.Z 3NIl AVM d0 1149121 1SV3 is51 _-._. N O Q i w .+...a�-'�r .■Kiln udo�w 1 S Z ww z f '1 li,,,,,, ''-- ...al 11 il '''' 5* 1 RNLI 1, iro_,--- 1 um a i 11 olio I .knrolgi 'mill a//milor <\\\ ww j o® w Li ED ......nmilt„ ali III - riiminiMiReal , __ z\.6 N ia �_ 39 ' � z4�C9),z 6 ; O3NC7a1✓ ■■■AA■ Q wo$wt ■■■■■A■■ii■■11111 ■ ■ NNOS ■■■ ��. . �;(1/"3)'''''°G 3)tO ■i■■ �. ... . Z multi it ,.' .. .. r- marE..; /.._/\ . :,_, iim 14\iii all allm -- <7°■Iloismollimailmiliill ■■■■ ■■���,W I ■■I ■ ■■ WI "1 ■■■ ■■■ f Z■■ � I■■ ■� �■ ■■I■■ � 1■ It■■■ ■■P ; °■■ ■ .y f■■ ■ ■■■ IC il .. k-....'.1 ' \ .":::',.''(:•:..'1:::‘:: . \ : ::':'''''''' '''''-‘,2-‘,.'‘7:717''''kl'''',IP :::- "::•'.•• ;:.,.:;..:::7. wil IS 1■■ ■ e '41 ■■I■ 1.\ ;. �.,I I f \ • :l.‘'.45 .777: ::‘:i' _( • _T1■■ 1 ,:;,.,•,::, ,',:::,•,''' . _ . S a ‘:'''':'1:','''':'‘i'::•;:,'''':*L'''':','''''''' ''S':''s alli ,:k7,, W�■ O VI ; a Li,.,,.. / ! „.,‘‘ 1, ,:,,,,,,s..:i,,:H,,:-,,,,L,f:.,,,, ,,,,„,,.,, ilill NM lialja Ili ( '::::'-,i:„.--‘,-- 11 i■ ■ - rtom-- w °— f-I , I i; tNN w1■hs..111—. riI • 1. \,. d'+ WI n,� I ;' J 3 i i , ., ,\t-i, : :::.:,‘..,,:.,'.. „,,...,‘,',,,,-,:-..- l 1 „:,:,,,„':"'.''''''''' 1::::/ls::‘,‘:,:ii, ' 1 1 -i‘i''''f'' iMM 3 i i i ;t milla !Ji i ,1 z, - M�■■ � Z■■�■■ , ”;w w� 7■ y �. WZ Yow.r � `,) m �■■ f -- I r_i ■■ t 2 \\\ iHoa.Mal% s� \ �, { _; a`1■■ • \ ..o■, � t � ,' ■■ �■ �:./ 1■■■ \Ia Z r eb ■ ■ o Rt ` ;` .\ vsiab M�■■■ ■ sd 1■nom■■ ' a■■ ■■■ ■���■■ � a■■■ 11nuaow ta s w°Q r ,,. U iii '413 a '''''''''''' ', \ '' t474 l' j:::::..,,,:. :,',,,r,::,,,,---.‘ .-,",,,,,..::,.. .1,, , ,,.,,,,,,,,,,,,,,,,,,, ,:„:,,,.,.:,,,,,.,,:,,,,,,‘,‘ -- ..,, sit7:,77:','.::,...,-;,,,.s.,,,:14,,:,,,,.,:.::,;• ,,-,',,,::,,,,:,‘:,:-.‘-' ' , -..,:. ‘,7,.,, I4,,,,,!.:LA,:,.::.,A.sz,,.„,..,,,..,,,,,,::,,,,,,:,1;.:i.i.,,,,,.:.,e,,...t.„:,,,:4::: ,',b‘,.i,.,,.‘,-- ‘ '\ 1 I ''''''....i.‘.7,7:::::k'..1':'.4'.:' ,:',.1:.‘:;'..:.:';'.::':','''‘'‘.:;;:'' ', .-' 4,:wiiii".‘'.':,:::''''';'‘'''''s;:s.'''''''''''''''''': ' Now ramo . 5 ti ‘‘‘ ,,,,,,:.s.,,,,,,..,,, ,,..:,,..,•••:‘, I \'; \ ' me_ ilik. 7.: ,,,,,„,,-,,-, .‘...,s..,."\:.: ..,,,,...,,,,-,,,,,,,,,,,.' .,.,,.,„,,L,„;i:,.::: :,-,, .. imirorl I fit ‘,.1.11,.._ ‘2,17.77,,,.•,,,,,,,,,N:,:, ....,..,,,,s.„,,,::-,-, • iiim%Er. 1 III, loll 2 .....',,'', • *Vitifte- 7.161141. 3$P� �n 1, f`l.. iW1.gtof�;IFFo • \ cJIt - � � --- � i_ iilir . i TT- cl \ I...tu\ liiAI ►ili�a�»li �,. 1111 -- ,,„„,..;,,,,,,tt.777,t'.:. 11 zZ - �5 a-a .Vv ss, 11 I 1 II\ 1I tht O �- = g WiiZ r !!lli,� U I „s � r I ►�llii ; \► , } ( )I l \ -�llli -^-►��� \ � r iB pU0 $ I • aill 11 I I 1r t'1 W tit I ;r-f ./,. .'/HEI ..itlvli \ i,►x4ili i ZOpoW> I V.. � pwIl - > I a U g§ I it 1� IN � J8I *4111% I Uit'V•i �, -.►1 % 1I►am.1:Ilip► lRiawn ., <::" \ • ei il ' \ i'''4111%*... 1 v ZI vl ) 1iii :illIii� -ZU OI e�sM IInn♦�-_ .. .8I0 �� I M O II 6) 6, 2 W Z N N L.J W W rn V Z Q J 8 o3 c � Z o - m w a w U 3 6 0 O Qrn ._ m WQ 0 Z w U J c ` .9.9Z i `n co Co w� ® Uh IEl _J _ _ 0 _ + TeJ 0 7 Y o j..;....;.• ..;.• , ...:: a e\ \ \ � i , ... . . . . . . • • - ..;....;:i. A .' '7 • on ;.. ... ' I — — 'on • I a z 0,~ o M 'Z / .Y-.£ .Y-.9 /,l ii i .►-,5w Z r VI ri I I •■ 1 o w in 5,.)<25 a UO U~ I aN a I Ir, I p 1 ■ I ■ � �C a — ■ < —— ao U �� I � I .2 � Y r. ` V A ■ J IO •y •• `` 'O'0_,;o U �� In 2.N w YO f C�7 �1Qypy� � • N V M N�Z■ ® f Ia �W21 'Go m •• `st OJ « I'd �� ■ =0= IIsi■■■■■■I z UM rn _ • I 1 �` Vi ® ■ ■ o?2 ■. , 2 y.N _3,3,- O J • ■ .i ■ • ■ ■ • .Y-.6l . N J Q • ■ O Y W OA N-I 0 W IN 111H w 0 • III =oZ 0 L •• , ' ® w w wo • w■ 0 ■ nN> i zEi) w4 y O U I uw1 4_I_ 1J_17 ` •. • 1I •. :.1 I r.00 1I I •� 1' � a u, JN A...in ■ � - ■ W w ° -,,, T aF�1110 ■ t� T ■ 13 , _,... ril I 3 1 O - ' C N e 12. _ � j :■ a . 2 p I' r Q Q '‘.-1 I =;iJ1 ''“' Iill LL11 V X_W 1 - L .. JU ,,, Wvac *' Uy3 ' Z i0 ' ] 1111 ■ ]^ I a0 jT!' a E. ■ <-p) OyO WWOWiN =z • , 1T /—7- ' DI . Il il-----'1- ---' 'I i � O s.,. i. / -. , •62 .. „Lici,.., ,_,,t_c,..cg, -- -e • p •____ , - 0 • • 0 • „ . .7. 1 , I • 1§_-1 a ■ 1 ■ • - $ op■ A ■ N ho Qy . �_Is- /a-4 cE 3I ■ ■ I h zk '4 gal (1II 1 �'m Q zg a� _ 111-6-IIU 'xww I■. `�4.1 1bON dlo1y0I 'Y ■ I ) : N yg I ,-Ita\ ■ HI N 661 .1,_ -..,.;:-, "1 • !�m I. L9 ■ IIM IL■■■■■■■■ ■■!1■■0II ■ i �■ ,i _, L ■ g I■ 111 , ■ C) U 1 p i ii : ' ii + ii ; ,, _ li, O It�o ,. 0, 4:* iZi ,, 0 . 3 , 8 to I, Z 3 °2 �O �%111'1'Ici)1 ...:: 1\_ ir,,, ZaT . ap I Ir ISJ u ,,,_ T____,. ` , • ....„:., ..,___TI., N I 2___i_ ..__,, .., :, 0 .,.,1,, O , I 1 0 „, ,n ' fgi'1 ® a 3 + tsaiiiiii ` O �rj/ � N V o 2 B.9 Y�.fl�6 .9.9 W ~ 8 � � 0 ..;,..L<I> 0 _ 3U,- 2Q P <aEo�=a wlf ii, JT W OLO =y o� /'�aZ1 W F w0_LL U�~ LgILIm a w Q1-§._ �g� d a U O Q 2 w z Lir, 6 I' � ,o Z Z 2 EB C7> Z�., J�yJ WQU �. m LW• CW7 w -� LJ a VI J L O 0 0 0 tea cwi ¢ a Z / .-.9Z g -/ .-.9Z / lil wi Y . N N ¢ $8 Z } m , Li w O J W ¢ tq L O Q ..,:--- 3�3° A f" i rig rrT-3° a l..z'�I,• 1 �I 0e♦ : ,, -- rz�zl rii I rig rift -11= 1 7 1�- - 3�� I �r -r1`z[ -�a Zi m F; rz o 1-.,j �, c a .• °I --N- - E. 1 , V o t W iii ( l w �_ � w o� 1 W o J z o QQ ffi I;. 1 I,L n w ^' Yolgi I .. O N o S"i U N W 2 t o ' o, .I.I-i_l=-(-1,I_Ji a U$ �■■■M■■■•: w 9�' = 4 • 4&-*' n -I a• 17 0 g a -I o.o A moZ i - g ■ Va. �. ' O N N O(1-�m_Y4M o (1Lj-�I z]I I J I I I til I I rJ _ \ I�9■n■■■■i■■■■a■■■r s. _ 0O N Q V V � - - T N .... M O w \�8 •., _ 1 -. . . .I i I '�O a - '''<'," - - I• y I 1 O so51 _51 - ,xNog I� 3 3 cnS 3 3 ,- Q m m - O w^o - ■ - o Z W o Z U M .--� ;T N J Y N ■ D--G 9 W V d Lli ,,s, - _,(1> G----- ---- U 1 —• 4 o -, ,,,,3 L. C.4 •• —,..-1.-, N ~ '� - I ---} -- 1 1 Ff1 I I Il 1 I 1 2{ -g --t ick 0 0 • , - J �■ mon k i" 1 a i o --- - I I Itl 1 I I I�1 I I I H I I I • ---7---+= `0,. g O■■L'===■!i■■LSoc=■■O = 5g ♦♦ II // I I 1S I Ii -� it z ♦♦ I /// T - ♦♦♦ ' Ed:" w L61ui z N i .9'.6 / ..t9 / .t-.E y.0-.Z -9s ..0lf-.E �:' c�u ♦ 1 /'' MI O . i9 I lii Iii Iii -1--- --- — -- 1.... g - 0'' ti' . . -i- - Lfi I Lc,'' ® N Z 2 1> ® 1 �a �¢ c.'1 i1 w o 1 ',o N rga 02V� I i8o �,FLin2d '1 w 0L, 1<. 0 z EB 0 Oi jo a.8(..i cZ S S 2 / .-.9Z - -/ �" o 1 o x k-' g a I III N r c Ili g o.. I • Lk. - W �l� _ o © \I/ 0 ® ® 4 U 2 1 Lm I I ill — - aw tl__- 13= I W I O m � - fV e Fou e L$V W;Y . ;m y U ' eZ CLL : a o o N 7.;rt. </• P _ O p 1 N om. ,./., \ ..-• 3 ' ..ii<Ei 11: pN ;t �� _ �Z sN � � �wV _�_JZ� ' ZN � Ol N N > N 2 g m Ll' ~ 8 Z � � •,,, v' `L,;,-I 1 �..� �W I I 1 I Vp� O\\ \ ' I ti Z0 6 0 4 W aW0 !Ii z;ZQ .ii i 'a Lo o ag1 • U PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT r 0 § 1 ko Q I g _1 I.. ! 1• 1 1 111 11 w Q �}jq r ►u w qZ 7 2 / �yy,..f� C, lig p - e ''''.,ii" .e. .o-s V 1 I CD-----------11111 � �i�— iiii 11 A 2 41 i • - i 44 f tt 1 Y 0111Ill ' , Y HIMI @ !! ��` AJ ' W0 1 1 1,7 0 w. Z . N: . 1 i i g iiii I € O - 1i f \\. % w Willi 1A O O O , /1 1 c`i 1 AL____ I i 1 N. 0_____ _7_7 t -- /___ Ig 0----,---1-7- iiii, _ /---_-,,,-- i x gg .0 X z 0b= : 3g 1 a Y ia 1 O ii U N _ ab� LI: o E 'oa Ll q< L"51-,',-,§ jwo � ' ' i w O O �U N < W O O ` WC Wt=g lin 1 � m i Illii 1 m'U W OO '`�cTaj__ ',21 Z ti t &'&'r 0! <O = Z Sc Yw XYs Ycewg� PIy�HGpJS1X _Jat✓ 1O w W7w �3� �35�, owe¢ 1 \ �A .. ..NM it t 11111 0---i' --- - ' --.--- CD----, ---i\- 1 I I 1, ----.-- - 0 1 w Wgglo Iiitiill; 0I _ .:L3 11 13 i rni , , , , Ali' di z' tio l $R01 ® I w II1111III t) ! r _ r � 7 ' 4 N f 1 1 1 .1 T 1 ! ! Ny 0---— .--—- -----,4---4.---4 -—-— Igill , 4. ,— r • ;1L51t zo +LI4 0 Will 1/^\►____________ E H-4 i ____ a r5 z6r N i 0 i.`93-'' El W 1 • 1 71J _r Il IIII ------ : 9 f F E N 111 IlI ' 0--- --T--- I I f I 0- - - -1----V I I - 1 ii Z !him i 1 i log ` w a Lll � v,a� � x N -ag aKZ 0' - ilq ig dW'Y3 -w5< �-���a�ir,d " U O re! V a 111 <„,. 1DIIaONd T'NOuvonaa Msaac nv my AB=moth' PRODUCED BY AN AUTODEa1C EDUCATIONAL PRODUCT m-- 0 0 01 Q ® u a z 111.E $ IF g _z �� ��W- WF� '- =a = 80 ZZ ll_ 4I i .1 z o $ `3 g o P RlflL� a N ® ilk, p s �lll 11 c�Z 1 i \ ga •IIFII(=11. m 11111516 1L..111 Z I 1 4 •• I ll� i 1 1 gar w a e, c. II�IIPII e . _ iii- ___ , .....-.-iii_ -..TAi ' :Illl :11.P.114: iiil ,Au CDm� _ice ,„ .rs� 'RAP. II > _ILIA -11-11 11=---71-1. 4) \ m CO 11 W Q =ATIll VIA-= =11- II ,.11,411=11.4 \tIEEE Lr1 ,H. r 3: ._ hd ® ‘ - ail CB ,F1 i,. AIl1 ��� _�� AAA 1., . D.❑.. _❑D. Ilrll-ll. 1L111= 2 =Ir= i'ig Ilrll=1, �FAF= ;-.„,s , _:0 CI-0 0-0. AA 0 ' _ _ �11=llll 1 1 I 1 I l 171 _cIii_ I' _ _ I' I I1L=ILII ,pn► ,/ILe.11-_f1 Z O I c I Ilrll�ll 1 �• Il�llr�l- 1 --- 1_11=11.I 11 111;47= IIF IES _ m11 11=1'-'1 u11C1I1=1_I= v III 1 IIrIL= � 'q.4477 -�L�IIFn= 1 Ail., I I Q_IIFI• >ti ' all k 1 1 1 1 1 1 1 1 1 1 1 •,•-II=11111 S' '-QI�I,,A___ '-- 2. I�I' ,'' �f( J =IILu1Lligw6uu 4iii ilt N's O - 4 i •a,110, r11 n /1111 , m 0 0 , Cgs m 'Irk l 1 W a o U i `w 3 i i :,1 -- `_ _- IPII = 1 UO , Q 8 N ��•A W I I' n w i N�+ IIIItG i�� ¢�� �o ¢�¢SJ' fig o + I1=�'�.II.- o� S I yy: 1 ��Uo a� ��o 1Ti f 3m a `6' ill: 11. QQ &ga':U I AN . ��!�o W U U II<V 1 q 1 i p� �3 0 it, -,g 1 O .IFII a"> �- I' HO i 1 . ., •< .1-., I 1 h i Min V i1 lrii: '^i !Ilt C.-- C o it;II i 1-,f� I IV m c. aFu-1 I tl/�(It� 11=1L W 1ll_ I. U U NI�II�I'�LI�JL Fi1ru=1A>u lima.: 6 d i' 1I� -1 1 �FUFII- 0 \ 0 wls,91 �� -mil • --,.,....„ _...,.,.,...........:H____ AI!, z.L .1.._......1 11f=1,IIi.� u l ..,: ..,., , , ... . . . , . 1_,. . 1 gnu_ • r 11=11,-11.11 •1IRL.IF1 Cr: L..,. .11' 5 1I 1l 1111 �I 11-II11 1 i o m' 11=1L=11-1 ► — 1 t 1 1 1 1 1 1 1 1 1 1 1 1=1L •3 'II�IIFII i W IIFIIFz r 11=• -11 IFI=11 It< iji 111111111111111111 o W-,, ,______ i., of .- ---- •ff.,4...4 ..m.A.,..,- Ni ' 1414 sS o Il u'I-��Ja -IIFIIFII-m •IL=�IFI1.=_ Wag.. :FEW ::.! • • •i I. ! ] - • A • K::. c __ Il--Il-Il-li IL Irl�1�L_ II�II�II- it1TM • = u=u=n 0 • ,,. .,__, H,..,,..,, , ,, -11.,,i, _llin° u .' awAiLA NW= [�I I'��II Milli_•_ '' _ -- Itrllr 10,,,,,,i,„ O 1 �I_�1 T N ,..4..-- , d — -'.-� 0 , ti i I I WWrn1Fc1_�I ','I II.JIFett i 0 ; IIF T tIIF �i�.= g t V W N,� �'10111/2 _ ''''32U m W iig a U� 03 u=-�. u=uF= UFI 1111 W gil ~ u � ' � CSI $ 2 1I3 ?LImo UN � - O ls _ U Ca alir l Or.:-:, III Q $ ig L3fO011d T/NOU.v3na3 N83OO±I1Y PM AB a]onaoad ,-- CD <C 2 EA (i 96 Cl) (i 1 . w H ? 2 . .:: )- . I ..,- cr , , ,... ,..,_._ ...., o :1 ,i- u.. (.., ... L._:-....L._------------: Cl) . 1 (TA 1 -..--, ,'-------7 x, . .J. co < 9 6 §6)1 f g, h' ow ci i . 6,, ° g LL:i 1 9 i T' 1 II §,13' i, (.4 — z 1 ,':`:7, :8;,:, a 2 2 .,,i ° A ' X a t 8 F:.1:4L---=L--------------- W.,,,- c.'i if 6 i F 4 1 !3 -PI i ! 1 ------ ,' ' --- -',1 , f,,-, 230, (0,,g0' 0 -------,i----,---' i-,,,ti ,-.,! ,;:43 1-:,' k 1 0,„ R 4' -6 4' ,',7,1-2 0 11,', itil I iA `,,, c'g 3 - ,4,-"t-Li-,. , • "8':Ic in Pl N 2 i ci.A;11 't -1' '.ul c§ nth h !il !f 8 :`,:`,' il,:,:i°,,,L:-H4-1.;7,.„---..-4-7,',1.!--,-__,i':,;,.''__'T_-,•]; — - cI-t E.., gA6 ,,, , Z, ! 6ig;, fl45,,,,. i I AtI2 i ilF0 < 4 2 1A 4 g __- g .1 ct ... 5 2 ' - 0,1 4, . )r .6 Cl ggiEyjiit0 5 I' 8 V)I EctiOLIJ ..i 9 9 < 9- . 2 `; .C-,, <\< 1 !til ;A f h ig il!' 2 4311 - fi 1.' >. . „1 . ,c,71 ! 0 Ii14,4 w 2! 1,2,.;* it i 1 T,,8 zi, t g, )r bl,R!:-L4 I Il 192:0 el. ii;;11 ......,.., _ 3-1 i g,`),f.' 2;1?-8r,-2 3 3 , ' t:= 17;tii'i 1 ihill41 . 1111;1 -4- 2 'Q= J§ td! .' C ' "-' i ------3, 2 2",1 2,_ !_.2, <12 — .. 1.- `-2 1,o-•I,'gi -,' -A'--)- 4. H1, iV-9 Z-N, 1 b-. 2 - ir! ! 1 Z 8 , TEns: T / w62 , ' iisg 0, g 2 (.9 1W81°il1 §-8° . . g !am @ b 1 1 t ce g 5 d 234t44. .1 t;'2 „ < 1 ,1,1.1AP, . 321121 ' PA, 0 H 4. 0 < -<" .!.!..-',!:.2.- e .4' ,L i!Ll'j 1 11 i 1 LU (u2J ig'g'Cti Cl W .i 1 ,i ,T, Cl Cl ' ' ..;zZt-_Z 3f „.9,--... .;i0W 1g 84 84 . Cl q Cl Cl Cl gq? 3 i> 1 3,i Lt g g 8i. c- (7,,,i6(,) ,„) Otitd ,3.5>2 alg6 1Z16 16,!., .2 ("2 98 98 ,c8 <0 P N P 110):ILL g'g.38'al g98 1 g 5 5 5 ,,, i• ". . - ' 4., 1 (Y) 50 a . . .., 1 = zi, ,., „ 1 1 c F. L,. . „_... (13 R 4.0 1 51 ,,-,- 0 I - i,a 1 a 1 t 355..-„5RIi , „.., .-,,,,,, • - 1 - • s 11 , g E. 2 959 kr§:'- !(1 ' 1 M 9999 Cl ,;, ,,-... 1 , 7, 1 ;1 7,1< it 1 A'''' •cf. — 9 §) it ' . cjA LT- . eg 2 (T) g Cl ii,T, 2 2 k 4 'ir--(z)-',1---"i' • -, •4 ..1,,E 8 §.. --- 2 2 ' .• 1 ^E 3 zz' § ff, 4 1 , 3 ; *ci_e1,4•- -.-c' ' 9 ! ” : , a g 2 w 1---,(4--h 4 w . g s 11 § ' . \ ' \r1 U L'I Lit 8 u" Hilh § 'oi F.- a' g 8 ' ___ o W 8 i E 5 . ' 1 ; u g ' ! w c51 I>' ' N , 1 Lll 01 11-1 6 -• -. Cl . , 2 `,' I t -1.- 8. . - , 8 :',` II< iTe000 ®Te 4>e 1 _1, g -4.-.-,-4 F-i N O g 4 3 Q o it '8 h In ii •• HII i I FU 1—Th N Q - 1 ' .r.l .o-.o1=-1 z I1=-1-1. d • • I . ♦' tomit,• ♦1, ia LI, ■ • ■ 1 1 ,hilt IIIIIII IIIIIII III, RR IIIIIIII/ nI III 11 � • ., . ` • :1___ • ,•• IIIIIIIIII„Illi„111IIIIIII IIIIIII Hill I IIIIIII II111,1111111 1111111 fll ,F � LLj LL II 111=-1 ?Wo ca _l- ; aaL8 3ol_i___,_,_,—,_wv._.,_._,...--L_L_ .27 w H.F Z 1 a w L c4 c4" . 18g 1 id IIII I = a 1.- LI' cw . *eg Og 1II1-1 1 1 I00, iih II1=-1 11,,,111 ,Na, 1 1 111— ' /II ,, 2.,,E.,°_, t� �, ,�...... . • n to to m O •� '''N Z r ? L.J" •• `^� . . . e• TTTTTTT* • 1 I 1 11 I L —1 1 i• 1 J w o I 11 1-111-11 Q°, P il n,NI Z �J W 1 '1E111=11 I III= " ® jJ o w w rr c7 LL z r Ow Z Z Z W • W O O U • - i uU1 U . X1HI 1 , ,, 1 d • " LJ WIV• M!t h 1111111 1111111 1111111 1111 1111111 111FIIl IIIIIII IIIIIII1111111 IIIIIII 1111111 1111111 11111I OOUIU/ .,.IfI11fIfIf1f11• ••: Z Z Z• 1 ,§ a i ii U.F V i_ � 3 W In N o l J O I e gg W 1 i'. dL"=) mp - < N ► .5(U33 O , op g VUdUw (1) 10 C 111 n3 I �� '� 41 oho 1t rgi � ig lig HI •\ h iliTT_ 1‘,. • 'tiiii : z 1 r , , , 111, • _ •„a • .1111111IIIIIII Illllt)IIIIIII IIIIIIII„„„IIIIIIIIIIIIII„I 11111111 IIIIIII IIIIIII IIIIIII I1,III I„l,il IIIII, 2 ,IIIIIII 111 IIIIIII•' •°_ 5z 1 IIIIIII„111„IIIi111„„i„1„11�11„11,�1„I„I!I„11„1' 1111111 1111111 11111„ • N 1 I = I• LI1-1 II , Y �� a •° I I • tLLLLi_LZ a�� Ia 1 I1.. .I1 I1= asp nr ., 8 3 S O c N IN = W Z�_ J W F_ Z � , I 0 w QO>; UI]i W L, Ca�Z� awo U wOLL WZU O M W NI m Q 5 C) o II \ 6 x . . 8 I _ \ /I Jim, 2 ci 1 a / t1:- gI `7-i .t- 5; :7 `<cpj G, epos g , - 41LiTi, 11 I LY 11111 g ,,) 1 L L I g 1 E <ct h i ; i iimmul, - ES — 0 8 immonst,:-N 1111111111111 i ;W.f.:Pt.,.'t.!1•':t 0;Erf' s, , immumumw e(s, 1 ,) u 111111111,11 1 lititilin , :.: 111, -- MEM ti ......-i--:;... i ' ULU Z's,. I h 11 Mfillit g i I ,/' '(z, 7,,„/ , s',.. Erdininnul , Li i 1.1 .1u04,01 E — 1 ;. ',-, i 1 1 gcgg ., El 1 1 h b.j LE't .. . 't ! 8 IIIIIIIIIII \r— li UP51 MEM ' E- '• 'i ' 0( _ 11111111 i , ?. , , . . ,....—, di,it me-A 1; _1 cci O tit 1 21 <I . ,,,,, f 8 —. _, , )!npoTt!!!:: IhN .;„,, i LI' , < I m . gm=.. sussi. _.,, MIIHNHIMMI 1 ) \ 1 ) ?,,c .,, silimmur‘ - 8 '-`42 -6 11111111L1, C li ,H il i'' 1111111111M,, ,_, , 1,'I g, ma.::: 3 11 irdiniOn g • - — E 6 01 11111181111111111&411111 , MIMI! _2 i 4 iiiiiiiiiiii I, i „, 1 .........,,,) 1 3, 1 O MMUM .. !;:,)i olUuMa , Li1-7] Inumleiu1T1mm111u1mo111 7 8 ; - HiNlrml 1(21) 11111111111 ; ;). ........ g d 1 Li L i 8 --- i .. .. .. M. IS UMMill d h § R i g = 0 T LU ti,Li2i'6 CCVLe_.6, in < 6 O Q z° w z w , 1 w ' � o O 3 _J Q Y- H Ca aiW W W W � V ww U t'7 Z U1 Z W ,'-',I U3 w `Lit'4 3 2 0 N p 1 W V 1 Z 0, 'Z w g U Q� `11 E:' 7 O N> NY W i `, W_W W Ba a �mz �a X ai w o Z m N OU.TJ 1.<i Mme- L }N N W WV U' A w3 WW O v^ �p O b ' i w3 �v�w Vlnw w 3iw <3 d = m p Z w p~W Z p'w 3 W m 0 Q ZUZ j 3 m; ''''°m N 3 Z 3¢ V U O O� JPO FH gch 31 O6, IiiiarA Q' V V I <v W W v W W V W <v li U V I ii? i 'Ili MIMIIIIMM 1. i o17- - MEI' a D W � ° as ii. �� a r <\.<0,,i,,,c1 j111-711111 o ° o ( _ N V W Z � O O_ O O O i' ! p = Z Z c NIW.,B/L z `‘.41'N w In N J U ',5 N Z 3 W 3 3 if �N~ U X ` /�t0 t0 t0 SZ.i ti 2'36, aWNU M N u,d'''N—O 3W 7 UOW OO \Q g2 elu UU.v.iUW '� Um Q PI ♦ i i¢ : '.' ^ UaZ ) J F- wJ O YZ. ZIlin ,1 :0,,, Z � Z O W Z < W.i O aJW< O Z 7 < F Jv W 8� LmONO U O < O�--W �� _� 5cg �J I, pr< 3 Z O 1' p�J NO m LA II <� U� Z �� ��d O W zQ g N4 i AIM"LA Wall IP mZ o9 A;.iO1,w b z O O w m il �� Iv, I <p¢Z i Z 2 y Li, - ♦ a wU i,j U < a AM ', ——- o 'I 3 o vo a n „9 2 z c: dq a° /low 1e Z U v ON m 3 Z Jr; .QW � mS m H¢ oo � VaCU m ' p ` ' 1_11. g-0 't p o itH X ES 0 Ca�7ai Z/ t gNiZW c'i - ii i 1 G � v<, �!y t-mqJI.! .YriZ �Na0mia :; „/l OcwZOrpwv � VU VO >>¢wm wa m ^ \N'l W O J � o 7 . 7O Z8 Ww U 2 I° C pp 3 VO V -� < J<O t4 W <7 U . O hJw O , v li ^l v� '''''It LT.Z O Z WW w d14 Z\W v C Hi s7h O 4D0 > Z W pv N Oi mab OdU O 7W _V« V . VV Q p .-n VI U AVQ 4.0 \ cV0 rig ZZp U 7 mW 4 8U U Nd U WH w m E'a< Q4 O Act' V) 1 \U YUd O <Om I 2 6Q I/l < )1/ 1 ______ .c: --.-- _/ /4 v NI v♦ 11„.:„...:H. ff. /l Jat iwl - 111--,, 111111 g":' �� °D oo 7- �. m ° _q.,-- ,,, 1 ii. ,, , o Q wa N it 1111 J y NM,B/L =LL tell o E a i „9 1 :I g. a .Z .Z ` � kJ J O U7 OO 1N Q (� J Z m v71 N O W W = W O U 7 up j �w W ~ 1 M (�Z Z E 1 U NU1 Uf� L)' <07; W pp Ca! 16 Z6 ZEL W phQU m Q�, s a U U) O d- < w O z 3 1 ,,; w �W < 3 v=i 1 o wz o; i ti _< 15'c O N o < ';',(5 g zo 8za 8 Y _ Y � 2 ck ZZ ,c!.,. cic� C�jC T—,8_,:n W c! O N m W U<E W< N = : m Y d _J S .J- Y W U<�W< N Q r a Zoa �W � < is Z.....ff >W' p i 1 !:;moi c`3' -<J x i��W<9 ��W a N a w v.3.--..�w c�s c� a W c.�i g 3 U W O 2 w /4., LLlLL4 �W O11111 CaGO W mr ��� II rr uJ W w 2 p O X = p Wp�W Immi,_— UW o N N WWp p U 1,7:,...: HJNZN ____Liii } NF .. _ � dIoW <� �I� sc� i�'= o < _ .9 Y J ID j\ 'I\ o c.l oO w o 'f-' 1 U U r- rd_ gWO go N 1 :4,1,1 ‹C a x < z a..,z mg- NQ� pNOWt ^ Uppd �Z UUpt af- N<WW n n n n NO ON pp � N M N< n m:cp N p'''N''Z Q J J W O RLL rnr1i U r i U a � t E Zu U �� r-cp :ao h c~nOOe;�'g�pi'g V<��'og a ¢ §12C `U zW W~W NU o w OOa �< 3a DA �< U W Zp� ON p]� zm w 2 �!! <1 DA 0� W 2 O W m J Iiiiiip .lilAll Q ��.�fl N ND Dn nom— -��.�� l'5 ~ ZDD •`\ O O= , > pYI gcl a i D v \ O G u , 2 a < 2 0I'D vv WJ a �� voo & O CO 4J z i i w oDm �W N W LLY W 0 0 o n i��O�LL-i `Lii cl S .5im D 'Q W J _ f a o,�o J i') r !II) % J = N N H�_Q_m ui a WF- NZ W m U W 2 U UOa O U m U �Q Z U � ��yJyJ,� O 2UOO a s N N J U 1_ N O W ZN Ua.16 H F J U U K V O N ZF < < J , O p O J 111 • O �� ( z i Wz: '-P Ng U aR U 1 U.� J �N �7— S~ 2 w O 2 J W Z O a '6,< Nm 61Lii UOU1 o4 �I m C Ill fa I } iiI oho v,- 6iii � .; j 0� N w :L,1,15 :.; ?i !ig 13 > WWNJ 5g V r`r M Y 9fs oa i _ r i J t_:: N j J N � °. 3 i lL_,,, d c L. C7 J Z W ~ a Tz ~ n U,!' O>� O O V rLi.Pf Lii;2 P, LLJ opo Z Pr I g� ---q-. Q U co O Q Z W o Z i W (r, c v) Z Z C7 C C.) Q w w 13 U7 Q = _ J O C� O w O CD Z Z Q O F= , p a ai c, ZZ Z I = Q_ D1— o D CO Z . ' kW,LY ' O Cf) , f NM XV L w 8 L_ W w_ Z y Z ,— O '1It� �'a w 1 m', u, 1� N In w z ._ P, Q 3 Y fG n. 1(,OY)XM,9f' LI. a a w; a N3110M:e.,11,14 Al-,Y' w N3110M:A10 ONVH,L-,f' 11111 12 uwio � N3Y1.,.0 UNVH,9-,L-..1i .c2Z g Z i O D .,4 I X111,ZY # 3 a w O w i 13A10 1NH m p o N3110M 3 N311 VOV,B-ti, III N 5 N t d U ao N w o$w (d10 3NI1 131N33 01 , 39y a/w a A,► oN 'VOY,BI' 3 <\ t W Z 8 L-,L b z 0 : n Y Q �� �N i:' O N N O !;g1 :7,_ y U Z N N w :15 1• �, YUY 101'f1Y,ri. ..;y. I D I 10 11v.9Y ' ! L.<-N-p 0,l �. � z Z U ,9,Z ; 18 1 IH: G 61.111 01 , ▪ Z Q a,P.f '� m =� I Q zWIMA 4 O J u IMF' i3, .1.1,E-ft A g Sl00 = , Y ILP .9-,.jsk g'ii M :''' i'—{211 0 d \ .►/l L-.f - 5 c w ' U W - W Z Q 17 w Z w m 9, 4..0-.11 O in.01 w p Alr1',1. cg. N y W Z Q2 it i .►'f ' ,`3 NN2 Z W R U Il ,9,L X,11 n w D O U/n . \ J I Z g wZ UIOdS Ul •Nh1 a°us g i �a .Y-.1. i 1J-1 "'� � g � �ix a a mi=l /ci+ i V1. W . n q g x y wg Z -, El • v',i Q tL'C=7 d � (s,-..-7—,-...9 'NMI,L/! U � '� 6-,1 ,- 2J V c. O `— o7—'—.6- 9 1 f g ' o w o S' • i 0 ' J� I iy w 1 wy~o U 1 — V1 UO ~ mJ 11111 `P a)) i lli moi. 11aL a Z W '' all,%O■ n w l C Di o a c=a 3 ri F i 11 4 !1 `� = y 4.0Eg"g;° r� =L^ til a 1,71 y2 y N s0 ' 6 U N ao� HI y -a z J 1_— (f, ,_ Q Z ui J.., w Z ,I.. W . E',, t & irim. c, : R i (s.:'-'' 'i o 12- : c-W o I '1 Pi a s .$' :7---4{Ilpi - i , i i ' \ /1t‘n 91 ; 3i Cf) �> S�,S,I ,0,i, O _ I1Y,91. .1.f Z �� a k'0o T. Q �� .o1-,L ita � < N. O W E 3 m .D=✓, N W ;.v 110 O WIV O f .0,--, ' cp... S y:A gl s il X / "- ' � n u W N�d' N _�� 2 6o_ _ i' •'a^ li �� Sp Z '~"m0 Sb Vg N 1 U 2 3= -`1! a' g j Z , I , ,m OgW= � _ w $ S3 0 2 g 7 < 'mew w .. Z r- 1 J 8 1 _ _ 8W1 ; '- O y� Si*, Ay, C' � '�a .,,,, „_ L.., al ULL(- _ $ q `d' ,no W,� O> _1 `< i 1 218 Y2 rn Ii ilP 8Pp � W 1g W Q 8� ==isle Ca!L('-3°, 9.- 71. 66' ---1151,V Q W W !II m U I ti O d' Q z° w " z Li ; O y � � j J • n� w w , 8 L a td s U IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIU�=_ N W LA' v o i�� w �{ 1j z Q Q i\G`. a yY = e= Z Y Vm /G o s vxI = r w •i\�\ N/ i' w :--- 2 i O •�\�/\�/�/��/./� w w 1 .c ��j/�\G\\G�i\�i��ioi J m a = 1- --- 177 \;♦ :t z E ¢ /8 0`` ii. w ,,_, , , W..„ , 3 ------.- 8 wX0 i y N w• wRN � r zA 8 _ UN • aiiii ,� r i Ur , Oy= W EEL',erW • IMO 1 T=N ' / I ‹C•• V QSi O ' zz � O ' i _ .9-.` ,n,n -r iiL,,LI:IL 1 TO N NW1p Q- gr"9-.11'-''''r-9-.` • wO ilooi f 1 , �— � o oN n e O 2 i t 1 Q-CI NI 2rJJ •NW Y , � OJ ' 1 IIIIIIIIIIIIIIIIIINIIIIiIIIIIIIIIII1IIIIIIIII : T •'�/kI - QM V e Zw • • h W g J ,:-,-- "D..\ //i/i✓iQ/ z • ?:!/i:��� g it LL 2 '� j � O w • D j Ti, w o / w Z O Z Y w II��/// `I�//\` z / , W O O of MOO •� �• /* w G`G'i/`/i`G`�,-.•0 / w 5 W i ‘:' 1 Z -8 w o .; f Jit ,„;',`, 3 c•?. cl * 1•''t w z 636;,1) .:I 3rO / O ¢UJU ::% 'CT-•' of F- ,/r/ m /.. \ V �; 3 111 el HI 5 4.S2 0 °d �c- ! Q1 ,r±,. y Q80 o n� r 1S ¢ i } i IVB = a 1 g it s dr ' o o . 5< h I 11 / Y mi k -:ii 1 2,c g 1 I 1 : � �� W< �m�< O 3 N 2 IA Z 1 ,.A IS <• I § 8 � "I'c! r ;,oe c/$ Iiii tuir .4 III a •�� _ !11 g -3 III' v t. • m �x 0'';k a r-, : •mwt � �Q� z JI ._, =. ,° iv�<` n W W Q �. VI �m W� �z— ��� n� A � _ �� ��� �°'moo f s�$� VII { x ^<.0 0 g g t m i0A Q-U Q -<-:,gi 6 PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT o Q F] o Q ,fig<, 00 1 '''' 4? 4E4 i 1 YN �?tt:7y(1/4( 1'1'a� O, n ' "9''''7N ',',Ills 0 6 - r -0-• '' i\ ' 4_ ilig 1 \ z I t -1 o o E r \ z z \ "\-:,.1-2-\\:-1,1: w = w 1 iP N :\\\ vYli:.. 4$,G \ "fro � 1111 r' . \ ,& N , •. 1� ar[IIIIIIIIIIIIIIIIII, 1.e \ ', IN Wm,t1s A O O O O..N 2 ... ' ' ' ' c C ,L/l S-,ec 1 u 0 n;; C E=7:3 , i i 1 iii w t' w 7 N C 1 ri 7 1 glIii1, j , t \, Vg Y 3 1 C. T li ! 111111 Milli \' 0 h'i • O m 4ZNyQ N D ., _ ., ___,„__ _. \„ ___, "G c 1 ,,,,, , ,_ r5 f , ii i y \; mil Fi ', e 1 \ a , r 1 N P 2 8F e z .- 11 e M _ 1;4 +++ © 9Z = ' Ve'r <i 2 lanaoad-wNouv3na3>ts3aolnv NV A8 DDonOoad 2 i 1 1 g iJ 13.. 1 —---- 1111C--- ---" I'"1"4""1"1 I I k r;— 11.I M 11.0,ma "III NM-i ow I&I 1 I I I 01 1‘11 II 01 illi- -1' iiii\ rlsotsal, .. . - N ..-7 . ..-. 1,9,,,, • - .._T._ , , ..- el.\ \NN,fi, ., 1.1 ';'...i.:....,:::::: na - i'v .-: i o .......1. : -.so, iii OA II, ,,, .2...;...:,::::,H . 7-i-,-'.'.." °14 . .:....),,, M. , :::H,, t..;,_:,::, 1 --_:„„•:„..._.:..-_:_ifiir,,_,, ,-.T.:-.. .. __:,...;,..„...:_s, lilik Tee. , -,.,...i..,...,,....-__ . , .. , , , NI , ...immili,._;,..i.sigo.:_ . -,... ,A., ,,H,•,. ,_ . •,..,_,...„„„.•:: . ,. t_... \ !gi _ ---, -, ,, -.01,-,-,::._____, ,- „,,-,:,-- - , 1 4-,,i...',H-- --41"-,.:-*/ at:-.±-t:::;77,!.!71._.'''.:.i,--211';•:, •':.. • . . ---::::____________.......... ........,.----- 7-----T. ,..-----F;'-±±;',--7-•:''' e :..4....,....,__....,....,.,_.......„,_..— r . .....:„. ,.-ri::::::„..r.:- . , ) •,.10.•-;';;g:.::',. .,_t,:-- •' A ' 1)\ -IT'''''''''''':4'.- . • qt.: ' \ /I U 3. c, -...-:--- fa -mot i i r:- g i 1 1 ,,. w �}} ��. II w HW u, . ,,..... . l ......n , ii ti . ... t..H. - \LT,-, , :,_ Ai if ._ .:.....,i, .. \ '1• 4..,.._„....,„ NII ______ l IP t.I.T.4.4.., 4' tl ' 1' 411.1"---..7.-il.....,0 ) „), 941..-,J, : i „„..,:- I ;:r-.-.1 II ______ ______ 8qg:_________ . p , y ,:•:- .4, ., ri ______ 0- 174 Tr 0 : 1_:,.._:...L111 .41111110116,.... ttt ...1..... i....... V�iL N‘k. -. ■_ _ I ... Illna.....inl.tll „..:,„:„.,..,;,:i..„!..:t..:.......,;;,;.......-,,... ''-. rgrif tAIWIllik' 1 Z L•. ' a ,• , .: . ._-....-..„.„...„, n IdMJUVbl _/1;7 , rd ' m a ,+,..f..±W,:::::::!::::-. 101W'IQ _.y :.: - m ash I I--i47 J,� W 3 304 Oa W o a n h Opp t. ., cl.- ..t4--..i. , 'I\ 1 ta LO :t <181g. '''`' 4-(..) t.) ill0t .,. i?,,,..40 ' W _,„....,..„. �i/ 6 r 1 ilij4 „ M t .o- .,.:, , , ;•••••• •7- _____)'. -x•-•--alliM...1\11r111101\. . C 113 LOT 4 A°f!; N e t''' -• 3Nn AI/M'151X3 li • (311N3Ad SN11100) V-1.-V 0V01:131V1S - '� r f • = ,. ..a , \ or...'”- I �O • -"L'---pen AV is. - ° '' 3 W W W W N may...- 3 3 ?, t.. 4.iiii,_z i. .:41 0 Q o°i N 2 r a g a u S 2-gl 0 co a r O S ! o!i h N h --' r. N. �d y n co r. ti W O V z, 22 _ _ pU. C., pU. U U V U < uV voo '0 0 0 si 0 o F • 8 sm 2 8O O,1).8W? 2 WW ). cA< W2<3 O < M g y �0 a e0 �0p �0 Orc m lI� xa W a a W V� �W W o �� O m t 2 ` Q �F• V V `f `f IV. �F ▪ 2e�c5�t c;S����ke a�e2 W? � '1 "4,10,��� 2 ` � i 1 U q`c W 3 l U t °W 3 t g t lei k W W ' J 0 <V W �f�fyyH y ytn of�f cn hof�nh�h to v� of of h H Hrn of a W 1i�2 M WM i °i i M i i ' ° "''''lid i yZ� yp� \ �v `2 a 41 � '433 000000 MO VO i M O;i t O N II"Hg II N M M c gi �N i R _' U Ciro W j$oiti$.x*'w00©0®tqflallO I Q m o, a0, a X o, o, < 1 a co ,9:2,6 g ,,,b 8. ce,,, rc,,,, , c,,,,, ; 4 :7', .?., ''''A 'A c., .';' CC)E 1 g h h ill h h h >,I m i Z O O O pQ O 6O `�3 2 h 1,'1 O W , y Y r- Z W ( bi Q 3 4 W 6 , ( W 3'�� ` W `�p�p � V yWZYY c x¢ c i �'J a fY Vi 20 Q f ab U ', O c,W ,O W2 2 g .g i R h N W � tPlal.�a i S O (t W yyzz6��' 4 2( ( 4,.1.4. � 3 • K 0 ti, aZ 4pp i C <;W W=Q =m`UZ H W�(�y(�6�O���e�3 T W Z W��2���a U U '!!W( �U O W 3 N, '��'N N!ki k'U O O O N N h N h N N N h N N h N N N N N N h h N N N N N W 000000a000000000 00 0 0 0 0000 W W yI W y=�W=Z W WW2 WW2 W i yi yi ti W y2�yiy�W W W W 2 WW2 WW2 WW2 l K ;1111111111 Yi. i C - 1 Ix 0 0 0 0 O O�O 0 0 O O p 0 0 0 0 6 0 0 0 0�p p p 4 C � •- ry M11X1IIM UMMbtlNtlN II qX II II AMppNN II h g "'z.,ta 2 0 .....g*.eoeo@ t�®®®':1 0 ^. x,51 1°'�3 1 i a ,. p I i 44e"z li I o ii! ; i 1 3.1!111111:!I liran -,..,q,,, 00 � �li `g $ °Y _._. - � a� �1l 8.4 \, CO 1 iii oiiab , 5 ail _ _ - - --� of_ 11111, �� •�-�_ .9n-141116% 4 OW til O1 k\ ;2 _ O�laa jarii%,,,,L, \ } nunnaa. 13 aaa 11 `� i aaaaaar- 1 Illioassrins.ii, �, e,aaaa1P' o '� uuA11111����� a1 ;'' i _ ii i? -,'W ad �o r NMr• o �S.a 111111\0 ` m I� .// , ■■■/11 _ _ r _. i I .//y' a aaaaa► �i.� me, Air .° /aaaa\►siu:: --EEE-a MN t laaaaa!/�al♦\..�!/aa aaa %a!' a S ��\/111 Iaaaaa//aaallaaat� as j� 1;I �Iaaaaa//aLallaaaaa\i:�>t1 aaa W S �aaaa//alal♦aaaaaa ;i♦ 3 0 a `��� /\aaatrlaaa- 1 .:-3; iaa►aal1aaa �,>.��U 1 � aaaaa�'/aaa® � L. a.5' 16.5'aa�laaiiii_i_it________ _i_iiiiSii_iiiiiiiimanny.���>•�Jaaaaaaaaaaaa�������p`�■aaaaaaaa� ���aaaaa , --aaaaaaaaai���'� \'\\aaa/la/' _ a" aaaa�aaa'l \a►1a//a► ®o e S aaa�ar �.\ c� W W 8, !a,.1 / in v.r4••••g a 4.3. Mr d N • ♦mall a O Sa 3 e�i �. I.14.,:i J / 32 356 o 1aUI, ....... J� °gym -� �J� $W m 1 i 1.o i) S. k W/r laaaU� 6O 1 1 Z aaaiUUI' 1 gt 4 443 i' OW t raiiiI I' ha 1 2, - !a.:''''''. - W 1. i 1 N ,, liraill. . vi; t ii-(x., .�1!14!\ 1 Z am A W:. � � ■=!;'L'.!!•i Es1 'tea _ = �..eo d Q 4,i _.a4 3 fal m =22 V O KWti - II ' " :oil anal a Z I A/ah z as I.8 a - I .aMIN ■ 1 -� I 1 8 8 AMMON s ; I'2"Q W"'l. i g 8'>.g� 4111111111111 W a Q .`O U O '4O 1 g 1 G - 8,i ,, ANNIE' •as _-g o ,'1 _ I°� �'" a � �aaaaaamml as -iz�� 1" U W�� , 1„I .mama as e [' tI a al-2 .aaaaaaaa W-.,,, �aaaaaaaan - as 2 __- W m a I I►I a' aaa ; NEI ' -— ,12� ISI i S 4 .aaaaa��, ► W aaaal '<'<dig. .aaaaaa� Iaaaal --� i e c o I 0 .aaaaaaa I Iaaaa► c� __iaaaaa.�� I laaaat I 2I I 3 .aaaall■...•aaaaaaaaa _-17 ,;,-, . I I c 4� --..aa.aaaaaaaaar� ; 11.,.A....1.1.,,l_..__.aaai I I �'a U 'aaaaaaa. " � , m, ,W t i i y /UII,,�/aaal•1_ I I - aMiaaaa� - 1i1•ir=�f51Y1�Ii�1<hI \_• '1 3 W --7,zeSRL -svo.L 1s o=- '�IMMiliUMFIt!aallaa/�mew - "o 0 }i iaaat• ® IV i vi a ----� ri�allaNl.`�O��,b�� 1 � �W x W � 1 ' -%/ m4+. O� O ,� a�W a -----:---1_,--.=. ,— AI3S'NY .9 1S/X3:_ -:.r iiii�""4.x. , _ W if ial�alr,`�y� o.. 1 1 b Amor •fall' FOS 01 8 d a 8 8 6 iii - i.a, fay '���°�.• -6 is A�, 1a11 `144 ---I INS .4"s* AIN fan `urn "�O� Amar Iaa..��' .�� /aa� I Iaalil tig 1. AEI AIM' 111111111C*441 ANEAny � �' lam urn 'y1�'+�� :� - , �$ ./mar a; m�, C IMO 1.%*0 aaa► 2 2 1 Iau +:3�' ------I mal A k�� �� W la ' w44` I C 3 Ear a t w W 1 W la + I I 1 aa! ',.,1,!-., la .�► 4 1 _ mar m8 111 w 411 ° OW m Q34W. la vt *4 NW ���;� la +.• `� �_ on �W,W� �; , Q' IN . . W,v, IN MIR 1 iii 1am �, 4A \\\\\\\\ I MON\. a ` 1 lila �``�►��� I Q" a�n�a fj4 �.4 ))1sUuU _.\, I lag 4�4O+ti*�.1 <- r/ 11111, ,♦'x;4`44`\ k - - a__ r" 1 lay y i-i U gi N O Q V Vp,TiCvZaO Ti® -LIF(n 0 i � w . cr 03 wwa0 T, „°g VO 3021 i �2 fl Q� m w I F- co O v w W § J oc Q w w \ a w y -M"^y.tY Y r'�`JY`," Y'J r�+. <z 2W 8 .rn // a U! U ^v..^,.r.�y'-,..,,°.^ra.•^.�.f�1'.`^�,.•',"�.,rY.,.�. ,j,r„ Z +W W Z O W ,,,,,,_---y-,--,-.,-,,,,,,,,,,+Yomf r'^ y ,,,,,,, I— _ ii, U Lc,', Yr r r. ,��,i,T Y � r � \ a Q 7 o"`y�'`raYi•''Y4`!� .+ A i,,,•v,,{, „',,r.,7 LU Q UJ E Y a/ v _. q o w 't;. �. b Q. moi+'-Y Y�Y^Y"+^ -f ~ rY-"y'' q 7 ti If r \ Et w ,,,,,t,;^!•✓y, r' yams Q y L 1 „ ,,,, ,,,,f,Hr.-0,.;, w e LLI m IV z . • I r Q Y !ct^ A Ce Q q 8 � ' I I 1 7 , q • OJ, O m ,ti!•, •,,,,,,,,� r *film"Am(1 r \ / , • Q Q HI Z U= Z Y Yy $LI c(!i iig J,. W S 6 4 ,�,,''L. Y+✓ w / W w ui LU a0 i ~ a0 ~ 4 Ow / °= OW Q z r— :. .....1 ,.^ I auwi �� acwn �� aQm w �. rm1w :i< amo acwna � \ CO CL O -O Pl N 4 L U) ,�YNNt 4'-' Zsk t 6.7 ... 'Y'''',`,11,el,•-:'We, --,,,,,,,-???...iist:',,,I 4,544,41!4 W U i:.r 3T.T,' c''''*4.:i 0” i SII / U N LU a'at i 41 !!. • ` • <_ 4.11.17:, a co V h w� s/ \ Z o. i,Qv' 'z, qb NNo0016.4 o . 0 (O OW h A��� .a s 7 1 ,Ti vt / a 0 . witzs '•b Q ? .e U,,V4 Wil .~ moi, ! !� E g, A I • 11111111111111111111111111111111111111111111111111111111111111111111111111111111i°1111111111111111IIII11111111111111l1111111l11111111111111i111111111111111111111111111111111111111111 v o u \ aQ !! !il!,, i ! • luiCM ! al 5 FA — I 1,111115_,:i-1:1- 6,xr,77 x.).-,: '-:' 4 ,.._. . Q a _ b r 7 7 ' J - / N W D R l� n - v v aO�O \ _ a ° n v ,s o ,a t . ' U? N J -gig LL U U HMv N �.._< zi a l i \ J / j= 42 _ w u lit 1612 W J U _ }". �iI J N Qa4 / u�ii 86 - Z 4 11 i \ a ��- / �F— cis — C 3 U).. O W U °J ��- Ow \ a O~ / mw a� Q 4, aai — _3 — a0 ;r r4.1 m fit mam °w : a 'v Ow acwn x Z . acwna Q 6 iii z K cc 0 N a IX U1( w I.4- a aN 0 .� e., I w J Liii d6 3 a l 1 icH LEIsl Q ZpQ 60 • V 8 o ca am O o51-1a0 i z Z ° 'OQ U H. c ® v0O a tir a' m b a W U f.,(± U U CV O ES M ---------..H116 I Y ) p T U z CC W Z 111 _ p� V, ' aid r o aco C �W u, ' O W W �►- w� 0 a Q vvi g w a Ow§. = 8 U O ''�^^ a cwn 0 U <"61) -, o a° a w oZQ Q 4 b /i : .. J ♦ WZ6 J J ` a g . >WW 2 a. U Q 0 0 1 w m o2 ZY p W w ; 0 z� aw W � c�J W 1,iwg, �wam K �ti.W J .,-:111 JUjp pp C7 C7 ill sWHf-uj JWW V/Z W J ZUl }mi ^Z (7LL[q WC7Y C7 Zw�` 6 oxo¢ �= paaz �-nw�= =w�mF °LL oow8 po 8 5 � o�� 203 �za8 ,, m ~ U ~� Ow � lAa ma=� Na0<LLp ~w0z3za ��' w LLLLoJ ¢ Kw=OK 3wZTZgaZw �°° �w �� �O N SOU 2ilw Oz ai0i ig W z2W ��� Owai� �Zw> ua � ¢O m Qsw > NQ mUp °wl7am0 z¢ wOON°K piw ipO� KQ ZO�� 2 O Vii ��7 Oj a¢U m> u)N O U�Z(7 iw2 w �jWwazi"'U ww �Z Ouj z0 wJaLL wZ 41,1 �F Uw �QQ 21a� �N am � �ZK � U Oa2� wOw Jai Twp OFN=I ';'Ll twil oZ a0 7JKW sOwK� KK z K wVlN F- �> W U LL 7 wF p°2w fp �° a00izJ w IK �ZwwJl�m Ou ¢ w0 S¢ zILY~W}J ili-,73 N� w� wUv ip�Z +l¢}'U �Wo�oa K62N�z JKow ap m LL J UZm LLWXUf na ~ 2 ;a V 7 Z w C 7 Z~ LL~K HUf/1 W�D� Ow��O Jwpp20 pwKK xLL�pNK K° U'l Q Z wwc7a O p WFOpiaU LL�� �NO 990JpOQQNB mW a�Ed aWwLLO�Oa �; ; � K7Z02000_ >mzH > ~ppw a B(t�]OOK Q J 7 LL N 3H LL-_ QQ C� U b!II,;(!; Z I{WpZ 'OUO 2=lL2i Z WUjWLL °iJa,W QO O7FWa�JJpQ00 WWaa'p�rn~~ O�Zm�N7KU >QQ�U O mJ� f0wNa>l" u ¢ Nma7i �I= �KwwNg zZ°Zips pwiw V J � �a}Z4QWJZ�4Q Wp Wtna2Ya7 ~ ZU pw''om� Q w¢ NNNO-¢O Oo zUi�z � aY�OI-OFZwa ww aK� wyLLO�iZ� 3 �� �NwoiN ¢�c? ;l`°giota opaLL�aNm° pa2m9WKo3Kz �aKij a9K �wloIa3ci W`°stn al�mz U>o3„w�QOKV�wQCN70�N'�w avpLLa�°�°OJO � �2 pZ�af� U3mZ po�O � i�" Kw;0 �hO QQN7N U� � oK�w�wQ°UrnU�VQa ~ ¢�� U° �c27 xa ¢ O^w° aar` oWZWwrlO U"�?stj �¢i 7N° ?�OOVQ ap <� zmz Lil ai w� H��Z x � 9w~m ~=a w�3 z?N Pqo �woohyzNp� ~m za 7� a�w°aIr-9 ; m�~p opp~2 civizazow z �� ooZ I�a�_ oz o � �z�N vlz`� K 7 ,,,,—;_!,82u- w1- zmUI-Ua O O-2� ; wKwzap w C7wpzKw !Iliiiiii:),,ilblil:,',ii_higl!. ui�d �3�7wp�H7awway LL�zo zaJ�, o 33m~wzo5w�°wzasVlp� ° � �w c� o�pvzzf1�sR=ww� Ow F- N�NOY wz ¢ �y>O a_ pspzJz`�3w �� aas2ZW � ��QJUoUp~w ZZS=U)mJaQ�o 7Ha�O JWaTud dUZQpC°� Oaj�F- aF-FKQOWlsJ�pKWSa. OOCZ N Iyl p J U 8 Ja pW NNK ; UZ- I y l a_F-ZZZw U -iJ 14ilLfibliiilog°;, Ja N J LLOKILKKwJ? W lqNO g w amKf0 U ww- ma1-'lKoJ3p _3 K , xKz- f oiww� LLwwzZ pl7UQJoOO�w ZzoNa°UciAQ�7 zpZZ m�� tiilz9 °yc7��aaZ�3FKZ��SaNOLLQ J2 Ww KZ mFW p0 KLL7UjUwaKI1jm K�KaaKKUQZpO¢zNwwKazow„f ��w� OOJa,,-WO,U2XaaU>W2Oa �af�i�Viw�aw� aZo����a � 3azc7 a 3Nm�K��mw��uswiww�WZY�ZU°0wa48 wmip awa aa rntoZzwON�w �z ¢ OSKO z0OK J°w7Jwlu JU3ONc70 OSiwQ w2�J>000JiF-p~I-apU?UK�apbsQUAa°< maUmawma¢ma am0 U?a;UU�Kw�w� r-a aoUUUam; �,Q'��N N N N N NN (O�l MtN'1l'�'l8 ty M 8 O a g a° ,,- 0 „,z,„,„ A O t+l N Z bpi K ¢WF- aOpW QZ ZWK JLL WW N WK! Kl/1' N WO !iiil WQe NNWfiLWWWNWW NH WILpZ OO ¢ 2 Zper ¢ Z2W WQ_O �S Z UwZZ W 2ZW ¢ Kf- � Jr`m7wOw� ipi�gSa7 �2 Zwz ♦1111111111uH2 ZH w� �pw - '- Ot7 �Kw3 ¢� O ¢pw¢ a O7F- O� �Owp-a- 1-¢� � ZF- 11 �- KO OwLL LLy N a �w4LL K !Li ~i� QU K LLwOU ZS4K LL aK a ♦♦O * IIIf- a JF- I- KIliN7K ¢ ¢ Z F- m r N �.tl..OZi LL- w vip� ;mwN� w2 U LL aZll aN LLUjKOZOymm s'= QO Q Kpti.t. .,�.. II�W z~w>; ZZ 2~ 7Q1-li wa, °gzy�Ktnolj uwZUz” w Ari � 'h U ww O w F-- K tn N3 iw� W W Iii-a-' V) > J W ; Z W Z> JN N W � Z OO Q a2m U W W Za W ° H �Z ?J N m�J¢ 7 W J m 0.-Zuu,3R'iaQ i w TZOZ00 � ¢ KK s � p �� al� ~OJ Z �'JaZ aQX~ QLL Za�-, F- WW 2 w KZW � �KQ~�SOUK^WmQU�Q �Q w� W OKLL ° d � iK OZFKa� Kpz�miU2U7r- z� ml- J pa7Z K Zp(n Wizu graQ � wl:) a'W } OwJZ � aYN F,. NW OLLa�itwzv1OW 1- JQn7 aF„ m LLOJ J * O `20Nm7d Q O QK p2Z Hf-I�a Ka'- WNw _ d>-a ° W J F- N � ,.,O~ zj-OK ZZ a� � ��Z � ° O�-aLL7�O� � OJWOUO O�z O w� rZOU' i 2 -if J~ W �7^ � �� LLZ KU_; W Q a � K �jO_ V-O Z LLQV 0J2 >V K�JUQWUmJQ�Vf O ZJppm ?�VylDa W lK� l+l ] w0� mp O f ~s N°pN� O N2OK wp ; OOpZa�W Jim !-g W� d p � �Q W � V' K OWf LL� K U Z Wm(� Z YS HZN JV'LL F- HWa am JO ~ pW O¢2 ¢ H s T H OU' JJONK f- Vs2 K Q LLF'wa0 °J a ~ a �/ItotItr \� WU W O aa¢ LL >� � O U'O ..' \ zO�2 K7 WsU �?ZJjJai> QU s ZJ �=�° < l-l�UUa�2 7pwZGw � 7 O � J �� \LL wvi JV/ p W p QULi2ZVZ�W 3iii=°Ow,5i iw KiwK z a J //I \ tk '3g; � Z�J O p Zp Z ;!,,g41:-, O �� 2U ZO ZZ¢ w p LL7zw O aSOQK a w yJ�pto 7N Wl- a w � woI •• ♦\♦ U'��ZVZ3WQ�wN °-¢ Q 2UOQwma0d a�OI� W�J � p � LLZ �gUW N�ZZ�U)HpwpaKmp H.¢ wm �pQ�U w� u11111111��� ZaUKC7 Zf Q ;WNu Ul U)� J W iaJU H JNmLL WLLUH NZH J J ZOHZO- Wf/1Wm O VVJX pW�J U�wO� WaK =z ¢_ a¢ 1- ¢ w0¢-� O a70 >aw �- g�ON >NO y wz JOw w Jaa Z U � N iW Zavl ww ¢° 2UUZWzw-J?Z~Z2J a-mZl�W C7pLL JQUZJp -�aKXm pWO�HWSNf dSJ Nf- KFp wQ �� KLLFZU UUyp�aQptn0 °-awJa.NaO�F-l� � N ¢v27 O JaOWW 7QsmQt,Q�^ L Vl 1:41,jA Z QgW K H O W 7W OV]QLLWOZ-Q OwWZZO JZpWZ_N H aa UW2H�f/j ZJ$J UU7 V�8wO9 �~°�W1-� a J76poi) 8V' ~ Ka•LL ccad�77F-OS:ms U7ZJKU°ZOH OWW � 'f f0 = W fnWwOwa a a a pwl-�X=w Ufz Qo �Uw U jma �jaZOU Uwe' a��� KO°Zww�W~p��mulZZ w7°USa �LL K �m zN w QUOF azK< f. Q OwIi-IL3wtn~ OO JHZ �a� w w �z � w U w wtn-a J 7 KF-zda tl� l7pF¢; LL O� � O � a� N��tip� sin U g0 ZLLLL u (Nwgw7Opam i a=Uw wO a a m HI< H!!8k! � !0JQ UOo wia i°�miTd'2Zcil wzN� z~a5 -p N;tri iW KwQpKj mid� w J3 amlyi� 7 v)ZZ c ¢ ¢l-l7 N�p OU ai v~iwZ i �LLypw l7 Up_ a0 ?�� t-Ojwo2��>wNwg aO how w¢ zwz K Z 4� 1 N O !oa OK�QU pwaiwy Nma K c72Q� �:��Q~ wr !? ZNw ww i z �cja ri ui z!� K Z pJ ¢ w LLtnK sK U1N Ns as Q; H.w ZO�wZJ ~ UK Z Jo wOK 70 w _ a LLw �QQy UU w-p JZf7U°NW O uQ f 2 Y'U' <+lm K W OJ mQX f-7 vl N Q } O W m pZhaw z as a ~pw�OO�oa3 aSw~ Zawi } w�z�mp��Zzap�w��°�ZJ�NNc9WJ;�o��Wz �wzgu U o >7w¢04 4vwzow ww K iain�= ii!ii Giw2�w ooZ�O>za Wp°z ��oog��Zu~i QQw N �p >zooKJO°�°a3w ;nmiaw ovd�o pww�a Za(��(a(��o m= zcz7;v 0¢LLwW� 2 p_2 U�"� yLL NZU Ot�Ka�' WOa- z N� wd�iQwa VaNUul�iHofNNOJF-mvl} wp 7d02fZw wp pj ZN 7z -QW QO7YFmm°mmNmr Kt'Y=- K Fnl?liPall(?L,..Thg': gH w0°° �aK Z OZaQ icc°4:iitctLik:-Liti°:.,i): °— ,-'7* QOW sZ ~WAIS-NSS aZ7Z# 0KaH¢Z�7ZO XQOUla m w wwOIjI-;pJ J°�� zWKi U AH Q!'baJ LL OK-U OLLO H-iW W 1-KK WZ LLKpa W OpWO°JV);¢OUZ117w WLLLLOJ~W Ws°w WLL�j�p V aQ7 W U 7w Ka WW Isr)LLw sWppUrnW aOw F ago 0003 w ly'_ �- liml9WO ZZZOJm� pw wwmO ZZ�Q 3ZK NNw sLLUW aONN UNNWQK Q�77��Z°�aN QZUa? O°W �Ua.�QV QJU'NmyW?�wOV)sZZa°J ZNaU)K a Z Zp7�X��pU'2 wm O �� rZp F�;71- > 7K l7U' O 2JQ(JZQ p � K aJ J W C'1� OOLLwQO_JUiJZ7KZZw2aHOQO X O O} a 0ZZWYZKY H H H1- WU lLp ;wwF-u~i_mKJ�OapzKC9oozw gw GrpQQQ7vU�¢LLJUQz w-w2 �z�w;��amuraiwwKdOww m U mzvilai�KW2O . wp m a aw3ZmW jw�;HW V WOW�p¢WO7��7aa0KK� LLZQa� ��Upj02WNa LL �pp���N~mm�QZWZVIZKwQ0 W�p �2°z D NWN W NwpLLJvIUW UUOJ apWNSUQ6°° K-HQZWOWOKHmK WNZZWU'mw?Q�¢W(�~NWpZsJpH°� W>' J J ~ ZW �ZLLW¢°JsUS WUO J7u0SwZ°W WOU77KKW S WKm>Ol�a KKKSQSw W 2WK02 W Q�QS222WYXK>OOILp 7J2Jsp W HZ m¢¢Kf QLLQf-ZQV QmZU� �KKU¢U'U'LLLLKf-Q >O OQU?O as a�a'U�>i>Hm a W LL OUm�cnmm1-pmW¢WUUIQ l:�WWQLLfQ�¢ mU pC7VMYN O nT o m NN VQ V ! ii wo Kwcw7zOgp¢�KOZUz�03 OILLil¢VJ VOU U oa 5° 8o W Z¢ uZlYi_ i3¢ �YNWWO❑ myW W;=� ill1.OYs V m Y iZZ_YYY¢Z ./ 11JZ ❑m � 1KiY ❑QLUOiLL � Yom= t I :', A mm W ; mw oa aY�xcv�_� ■ !3 io �� HI y ° i1Z❑z� �� _ s y < e�Y WZ 03u:LLZJ a�� WQUOOO^ �i `� ❑to �7'i < W 1 .J 1 'u_ oNmYY ❑UUY �■ J Z YO¢ X y 'C, YZm Ww .� N az ❑W � ¢ O mO ff_ 0 9LL '..��'■li ¢❑ m masW f ❑ s�U O ❑U,o ; U Yp iYO> O U_ Y o W j❑WY¢J !!! 1Y9l7 ONQY^Z j Q9LUON WW❑W ZZOgQaOSZ U VX❑ e�_ Z �❑¢ 2 N Z ❑W U Uy� c7N ❑ O- ��•Oi1 iq O O i OptY7aOZYpZey ppYOW❑ OXOwNU faXQOO_ �OzmWOY� 7 'O� JUOUmJ- �Yfyf` s00¢�� cl❑ U'❑ e iOO o yY La°O ^K 1,tJW y1 .Y1 l�YU:tlSS� �ZZ -^OlNJ 2 Y.,O U', f Q OOZZ❑ O ilj ❑ W 9 ■ ❑❑ W aInW jNLZ UJ Z 'V O �❑J �° Jm♦ OWa¢W ;Y Oy NW Z o; i i ZNm -j jG<O ¢1 W1 077^ii1Y 9 p_Z9Zm7 U QU 2 ¢71ZL�.r1y® '.�!Y NJOON- W a 1UWN N o0J3 YOm��FUW pY �¢ . J ZWOW;ya W ajZp 1w Li_ '� uNi(� YYO � z _ mQ `YQSOzX U ¢QW�~ QNWN Wm ZQm L wW11ZW1 YWW+X W ❑W 1�ZZZZ O O W U❑ y yl UZ 1WOW Qf NOW9 ; f "iUU°j9U 1X1a9l9 7'2j0 LLIIBjj, O7$Q'Z7 9yUy y8�l <l<i.0aa1N 41ZYO M KO U) x s YY 12 70�W% KsK U Q 2m Ih-c1 :;015 Z 2_Z 2O 2Ni aZ 1JO Opi''lYL❑ ` ❑ 0 0]0 0O QJOmJ'� ZO ZZQ7 1l�? 91 .Vl 2 2O3Y 9 ¢OO ZKZyNOO1L <Y JYtU- U WJ�JW', U❑ Z OQYWZ O7JO 1'aJ0¢JT N=�¢ QQYYOW W �W _ 7 o vW ULLON $ ❑1OO m ;i-=1 am J m c7 U -3,i(4‘15111 7I1 + Qcaa4 ® ©44o a8 4 i�i�ATea ® \ \ I ; ¢�6D8 � e § tul p cw .5 W Q o O Z i. Om O W W "E 4 !^ O O v 2 y W ' q m m 9 J W H U a Y F,-: y m Y O z 2 < o Y O U J 2 < Q W 11' W U Y 9 1 a Y 42 YY U J Y YQY y v co IJ Z U Y 1 899 L N Q 9 1 O Q 1 Q < a ,L L 1-A--,q w-,t,1 Z U L Y W O m N p o ac� ; 1 1 6 II 3 a N ya Zr _ 2 J y x i J Q o w Q x g ON O ¢ 7 K _ ❑ O U U '! 1LL J W= Y Umj '1 ❑ LL � � W W ' W � Z l�.L 1 7 rJ J 1 YIS r t■Y y Z L 9U94 <3< < Q W 7 j U y N N DB! or LLL-1111- !>J ym ° OZN O_ U y l7 W w w l7 O _ 7 O; i X .-,-',5T Y U L m W f W J LU _Y- m WW J U Y i Y Z w a Y_ 1 U = W O W H tq0< m Y w N O W Z T �LL U (7 J Z O 2N a<< W 7Z w ❑ W 4 5 7 U z❑ J f L c� O a 3 ' r a J _ 7❑ Y N I- 'L-- J = Y O W(7 Z O m 1'i-<6 Y w O Z r tV Y W �_Z 1 0 W p ,i W X _ ❑ 1 j _^ Z Y < LL LL O H W h Y yU0 1 W Z L ❑ ] 21i, -; !'±2“)-- l7 ❑ U Y i Z WO ❑ L L W U ,Q a p 0 J a ,,, Y m¢U 7 ❑ 1119- f � C7 �` W =7- W 1Y Y V C7 Y m¢ a 1;O p O C7YUl 2 Z JOLL - LU _ UZJ J O Y aa �...1TPi ❑Z W W Z 7a Y W J W O ¢ Z W g ❑ Z Z Z '<X U-' Ul N7 a W W m UZ y 1 << J Y W 9 '� l7 ' W l7 - m U , 7UOJiJ YT Y9VWW1ZlQ'� 61NNi W11W a�LL O YQfOU f� 1 JU' y OZONfS ^a Oa2YY Y m N1; aC7W(/) YJ i � 1Q � L Y WmOQ�02YW ❑C'1uUY L7 1Yl `J� �O mZ OQ � Z ❑X; ❑ _ Z U'C7W1�1 lJY i .-WWV VNNN;LLmNW8�7 8Z"JY 'W V❑ Y a z W V '1J U1 WU W ll ° z a z Z J UY lY O ,1-'-'! 1 W x J 9 Z Y U M a iiiihTilitibidgii; U'JJW Ul0 ¢ U OV9 OW _, 2 ❑ 2 Z , a O a Z NY Y V 7 Y¢L U Y Y U IL 17 C7 Y ¢W¢ 2 ❑N❑ WY- Y1'� ❑YQN UN LLiwWZ ❑ J ❑ 0❑wWwy_ XZyi m2N„jS ; OmOmIL ❑WWww0 _ wW� Yr -va-may Oaa g; J 8Y l3. T z '� z Y _ ,) w N ;WWYY >YO9Z UQUyW 9 Y �V 8S7 WJw >' 1 ❑ W2 OQ2OZ (, > _Jy,; L,,m WW2Albillhhhfi- ] WYWUO 1U' LW 2 YU N 22ULLLW1/1m; 7yNYO J� -YOJJZ >=OTUr)Y1U) YW Y9 F11„ 1 °7§NOWNwZJZ m WmN3 V_`❑mN �9t� zzzNc� SN UWZS❑ off- � a1W - o DoO f lit - i_ o'w�' m;a W'vern_ UJO C'J❑ aszOYOmaYO ❑ OW ❑ -❑aOQ 17OU ((?��zOaY a Sz7p�WWU❑ -1 BJ-ZZZU ZZf]U _1�l�i mmYs�U'LN 2 LL y UO ' ; N.Zj .ILi�OmOZ U ¢ 3YW a't'9�. OOLJa1 ¢ Y0 »r N1; Q^- ZZO--OO-�_l-W❑�U Z.IoaWW_OHY 2 Y m a � O�mC9aC9J�; Wy m��c�Y Z a TJ y�w 1 YWHOO-laZml,l�OaUIIWOJS2zz]7 -=--JyZZ i):i J3JsYQy X = y1J 10 ,vs1YO ❑,l W JO J JO.0OO J �OOaxzh�ZSYc7U¢a,,IL- aa-OaaWl�O;szaO--Wx t1 O ❑ y j ¢ 7 ❑`�JffX<Y2O¢O O aJ w(Vc��Ijz iO(UcJ,7(U(�� OZ���aUUUUUU�yWu1,iU'U'2 -JJf���Z222J111YYmm-W ;;;11 � J =a L Y m ; m ==YW mW J;a 7 UJ 1 1 ❑Y U O�m^ O Y`e 0 0 a W W' _ Z id U O ca m 1 u;❑ aY�o 1,(L.!:-.,"''34 ; Yea¢"z?i j�� °-� i��az��f❑3>oloa X1 (-51 Inv{JS InJf„lib l Q aaaa �cl Jwwyw� ==_JJf� zzJ111YYu m-»>;;;x J W ZUQ W �O m <ilr''O Q O W C m o z 0 3 o 0 > a8 m A _ o QQ II @ fL- 3� p 3� gfi 3�j �Fv Z 2 3 � 4 F �.§ �i�.� � W WW tlLLL ',44I 0WYg >g U< y m w i W W Y m K QK a r J r H < 5 W `� �Q <Y it 'el.- 'IN.- N �� LL g '`< 1 Nj a = : IF, NW ``W <Wj <`d' v �< $�$ ��+ ,vi ? rt. :< -t; gig a N �W O� �W NJ �W V�JU N I o V j i 'IP W n i <s ;W <i WW g d ; ;fc r Q o U LL J fA @ W fB tD W (A 1R.ft U<@ U 'a m ` @11 -t S J=U Z U � 4L. n ' n cv � o n ; o a w I+• jC 2 m ((0 � J V = r W m '" EW ZI S < < w w J itg g R R ., R . 4 R Q , _' F '• a - - i u=i of ' v V� r f� .a r 1 N i 4 4 m G � n n a o 0 3 LL I v . � > W ; 2 N f f a A N n 1 f i � ! . d aOa W a Q � n Q H Ij*� j��, = F F to enc vg a < aW 7 3 W m X l W E s W l F i a < § 0 S I t I I @,i1,..—f„,,,0 0 0 z W W J 1 W Q O D {Zy Q < a a < 2 oN N N Q F J J 9 J J O V¢/ 1_ :•g 8 c*`'O fbS O F � �� W 1 2 . 5 _v oB66� o 5 = a n a a g Q r �� H FZ fS� W J R , a a < ig �R d � I�� u�i�W X X � mes�faSN uwi4s , ZmNga s ai �iiii W 1 ' °taD r rJ" �jery W= qW M W UyY� ; �d 6! j w2 gi b �fWSW R W � � @ XWb W Ol� I I{I � Pl. � �WW,1T,5l< Tuc3`i ;'? :4> a < j¢ Taal R 1Wgyp' i 3< fie¢. W 8 d w t7 �F� W� W� Hi Hi 3; ;; <^ `i< W m .1 4 LL}1 LL}4 Hi Hi ,21i W QY gle.!W OW 1 W A n# sl! W ~U U 8 �J �m �°� �¢ �� �� � � j� s,.;15, J<j iFUJ �pN ~ mm 1 °�`` o<� �w m r < ifel {(J r y F y piig W =< W 8 W Q g2QJt� 5�, U JLL� 1LL; W < LLei CT. <} Q 4 N a M N�O� �; vv� � a�Wa W� ;�Zc ��a ��� � y(����z3u ��A� �8 � `�Q3 Zn <w n¢1§0 3;l iti Di4181 (7 O� r <8 1i m4= m_ 1�IIIIIIINW W 33t 33 �t �u : =I �5m ��+a113 ��� 11gO :4 §5m til xW :!,2,,, <3a <gScI; <w di aQ ll ��ti g�[ �I� J d .LL .W m v W m J >J U >_.,5 W J a s! ;>m ... J I L f 1 <�. A 0...1..-,,,,I,�0 4 y m W Q 6 LL W (7 -. X � 4<? b Q � W IA � NFF JmLLK + JJR =O !9:109) �/�, 11111° Z< w� i a t E a a o d a t w r po w O z TI w z � w m Z w I w z w z� vW 2 W Q O U N u,a n S W e"j xx N w.n <<m w x w w z o x z � m w> d 'y_3aa aaa 1 N w UU tiO ¢3 3.- UQ Q w IV oma rcHH W�� om z,n z a0 ag ��` o�-� ma o W W �/ �j0 U Ov>i �0 z� "'� �� Uw �v1� sq z w J� Z ,I'ziiiz c LL V, U Z :O ,t,',.1J U ¢Z LI Lz a promo J 5 b b c q O t=7 R' w d © ., J NU W W o1 KJ o0 Z- iiO yazdU Q — ,nAU oLL V Q Q I � O lifiL3 U0LL G Omwz ' � Ww n >� Up���r��nryn _ ` Z �U �� z� R� rfJmb �7 >F- 3w3 $� q2�¢ WIliiQ <U Z pu� m w zr 0 t I � w O Z U Z �U N ¢ Coulop. Q ,,O Q J WJ >pW W�zzzzzzz i w O � UA =U J QZ fm aU p•- ¢�+ >�,� . �; 2 i,2QQr-4 wo ¢L 4 wiz H N WZLLYWWw C7 Hm JK¢UJ� V 2Cm0 p0-U 2 2m � � ��OU -------- J 3 = 5x�y o d rippU ¢LL�zrp g .S a� 0 - d C � �¢ U_'g wpw�oU `�a �' .n �w¢¢rZm � higi!< w (..,-.. ,� ¢-. H �m azJw x.��;nww¢ �¢ z Wt�3� WI^ �. 1- 1.----- © i ,- Z Z N pP N<J mw gz• w Y0 W p :Qt i V C V 2e._t eo_--- � l� OO W� � �Hg ZQ^wg�����`n�¢1°?� Q C7 r V U Qa OV �ry ♦�r/^� �� " J u wC7f pOeU p!!..,,,ddv~i u'S �c'�i�dg an; JV a,$ s = a VJ 1W-- m=p U~ O ,,z A 6z YwT w ~z 0 C 00 v. 00 ; .,Y. m B,.ii H� w O a o Z O4'.gxi g gag WiF 'wU W.OOui > Cn EF o .3 s m P� .n4('T X'! a¢Q W.of 52 t Y. ,. g a a aaa aa< O w ,zf�c4� a>>�o�p3c�Uwd o��`�J O� n q"+W.a�'..... ,� _ me :;i a,tzr��r> �' � it G Avg����3�oa4�awQ�;,plz+s�o�Y�i O J � Y +w I. ;34.,u,....,....., a JQ. Owl¢�_ O¢cn ri.¢f�w0 4q O MO, m m Jer d33nr� 3O --- iiiiii'i_i. Li W 3i4 iUwz 3O5 58 a¢ 3 xo : "I y5( Zm>w¢¢ UU U>m UO3 arw �:, I o■ 11--zz zzz = U iiir _ 2 y W $N q �.7 C7' d m c.i o ui u c7 = < I z — — it -a i a Hi r^UJ gg V_ ��2•,. C1C 4; M Yc T(h' `0� a I t c z J o < MI fo L. .1-cat O W o 5_ , y 1 0 3 w a n zW z0 2853 ce = O Q 9 p 0 8,-,`-i.'!2 U a U w= -'W (i',1 1 �'1 U U y._Z y J T J Z y �/ a0 W1 �U m O= W 2 J X O� O Z >� 8 J ' !R?)-g2 Hi o` > dT O O:O U LI a� 7d'i> aaz i � 1 z ( � Uf C70y.O Q2= W '0 J l'3'.,;- 2 Z OZ_OZ W Y_y Li iiiV-, a aa' p O 0= Z -1-0 QO J- in ; U U O '7,T p ll Q 3UUl 11J \ �U W n C7 i =2� OJ .y/Q//Q�O//Q V Z'0 2 O J m O �' � �V 9'i p N J fa fyY J 'l6J N m a w ,Ji° - Q = w Z _ LL Iiii Z J J N J T � O AAI ,1;7 4. OQ Y'py QL llaci1 — ' �p �0� c :!Ei IMI ss E U LI—IM wLL x U j W aom Q Q$l 6 IIIIIIIIIIIIIIIIIIIIIIIIIIIII .91 �Og$ 1 a O j t 1 ; � ~ V -,;;/`� `/i`% NC U W IfY IY W e \�//`// ~ 3` ``,, ® ~ ♦KJ !YJ i S� OA C� 00ga C. W •-4, 4,1er ic-,u),: �/ r � o-1y m- �.- .- �.- W w �_`g , E 3 q,H 7 l<H> Q Hg :p g; a8g y J U L'',1118 Q� W Mg r 1 5� pori !`Plif P it.Q 1 W J a >IR.,;-, W "Q< pa a 0c- p(i< '' ui LL w X �d0 ¢.s ¢¢s n. tai t w , gIL Lg • didli Vl 0 - 1 w(Y �E 1 H s !I n J nJ - k lj� o r' n A & Virilitiline_,) a `\//`; h $ r S : '.. is 1, ts is 'b, , , is #>4 ' § 1 r- f f f . F ,,, O O Ctu)'' till 1E5 o 0,6 w OFR; Z: i nrrille_ LL W \/ Owl t,„tillll,,,, 0 ...02,1,9.....N„1—, ,,,. ,. , 0 w,, E 5 CO � OJ • > w h Z y ? F91) NSc./)z i:I,N NrO/, WO all 771:711 w rIll!,71r)Iir o ti% Z1Mper> Q , iii -S,_$41111111;i \ O WZ U > O.2 it O W kPS (/)z < W x 8`.'S w Z Z L>418 mo ' a f m Z ._ O ro w ° oOil W w,ep o u 3 a ' a� S-'.^, ,, l �;' Ni of j f FNM i.. >, `��y-2),-_}f ` - w o , . i, W Z Y ,,,,, .44.0::,...,• ,,,,g'-' sr...rill—I III le:. -, 1(...--0,,,---,_ -----: \.-,ii ' \ `ighttli ,. �'Iil.I, g_,,-..; I+ts - .e .t•_er_..' a a c� \ WWII \ O / xd 1....113.lniill'T:x•4-It 1. 1,1111.1.11101111,11111..k.•.-- A.7.111 v oa o •CP.4 f • ..IIiN /% �8� � ��!�.st>A.r { s ,t ill \ `� �Ora.srs ry •— •^_^m j E �.�s t>st!�ni,:ii:�. y <+ �� l +. e, i•'.fir,, :' c 4-I •'` r '" t �� .44,i...Willinitirall L'fl!:W!Y " 1 __�a .i ti�` � $rs < r • ♦ 1 _` 3 •+ 39E't�17A % i� Ci `�= - j 4 ,1htimreiir mn — a.. = j �.• 1 t ` / ° • nim ia�' r f Li ss:. i 1 C. x1 eR y,'a...glJt♦� '"' l w I• �, • '' `• ip • ✓1 • fr^` Yfs I i �1 a �_ / 1' r "a IllS9.m: >1m��► 1/' J 1 �rl� J m ?t1� T °• , it,S,.,)i :14.ViV: -, 0,1)s 1 ' 7:: _ A , 1 ' I tars) . 4-' --- Hi. \ 11 ,,_ 1 �i.'N.� 0 giumo,• C%� .=:+a1-.MAID%. I ; cif""T'.f t .t i,,:r`?'' -,, . el N ? L 1 i *well N. - • •• v *It,: r Y ,a l0 a `! IDi 9114:�. Ty , j lc filev4Air1 A.. ... ._ .Q t 1 6,11a4:' ' ti. ;M-- +*+ ./ A S4•11:�!fl '• ut Vii...onsw �h .- /I Z ' j j .j+A1: VCS!_ ��%.� Tui_ ar` ..iM#- Z ft y.i�r - lif a--.:.ty�rte^ .�• 3eq- qui.---40.-R=-- • '01 ;. -rte { • ) s\j r- y—k.F.y r=i,+ �_R au i+�� �M W . J •;rk\�PiN --rr--- � nxla 7A- -G�-- _�-itlr i ,` __ -A;rk.41-..p___ -____,Z-g4,-*Ms :_-.::__L,4---------;2:- :,.:,;-!-'-'11 .147,:r0r .,,, \ " —- , ,,, < fi i ....,..„,_:_,.-447 ,--...e___—..,.__,;-.. _-_- — .._:.. --; .74,,,sor . -, , li CV i^�/1'��F `/• , y' ui i •%'�-A .„,z r j t .\\ W J . i 2 i, <tzws Ti Lej ) plf~.iriN�-,:,,- , ,jk`1. !' n 1 ZT' ' �- \\I, J in::: -,4.4-0_ /cf.- ,38 ____ ,; � i(F /mss ii. ti f f. �o / iW ; iligMi-'-h-o."1111 ,A,,,,,.,,,,,,__0 .ri:( ,,,,,,\;._,,.. W 11 , .. ,_, .,.„, 1 wi ,,,, I• Nibqitao Kflir,: !1 J 1 { 0 1 ,c,7 '-.ts tAl . „.., , ,s .. ET), �:n`.�� BR'a.iq.W .f):1 o 1 I� " I-- ,..t.. � �'' 11 p- : a j W rr ~ -��' a '� ifri�iiiil::�® a '--- ' - `•' to' 1 .,.N t O a U O Li, I,,-_-,--± N f_4L:�fj . -.�4'1 1'11'8 ° Si• 1 r ,-ti - \ '` s,i te,iito,,,,A"--,, - -,t,: '..i.I.:Ar rlims.,...SWEL:•),7 II- $ 'Vil ' 9" . 0.12a-`M > _tea w w.a:', �04 0.�..sr mmismn _ e P _� ice/ ', lr 1 ;1111;:._�,'i' 'I-- .5rzw7,-.J.:,-.-).-lir !_— _ \ - -- j 1 !_i 8 a ,- _____,/ 1 < g. (3f1N3Ad SNI1100) v-1- ad0>! 31M1S ,i 1 U II Li) cR Q O - w c s ' #''''' i H17 ,, ELI g cl I W � t , .. ,, W 3 tW _.-. .. ... __ [L tt 1S c i' -a 1 a = `- F— = 1` ¢ is lu C : U in W _i R_t_._, _9 W Lu ci_ ®31 w 1;8 F'_ _Z ii,i I!6 LTJ '�:' , a , I7i� y .. 'f = et, .. j/L I i 7 a �•°� si ,.fry,, Nig Y `_ ,i fig' l cog ¢ , ' r ',` }i�1'','} 8 as m F- -- AY,ii 1,',,1 t rix ai,i ."<1 - i A W 3xc ..�'xF._ .::'Lt._:..: 5, ., at.._ 1•Jd_1 ill .Rer..x.c:. =s>• i! z r , y i 3 6f�12 S • w 113;;-„tit :t N ill > 1I4f�33dr:W s D1 I k a iA .4a#z:: # a �, W _4 n r _m st5j; .. • f a ., a �� #' J O of U �� o'- Y -; o ®® g i S —n oB 2' Hil Di oll \\1111111//// Q ,_.....,S tet. - , : ,_ �tl <. `````�O g#• ''''', u1 • 4- 52 w 0 a ,, W m 't 7 4WL Z°. S .t4igior ti -- __ ____ _ -----__,_, - _ t .� _ etas ., n Itfit�C z ,.. 1 „,,,,,, - " ci+ w `� `" _lE 1112�''„ iiiY `�tYi ,• 1 •,,, ' ,o o,? j_ W ,iro,,, -., .-_,=4:_ ,_-. . c, j]eY G it 7t1C} 111nit/li•` 04'1.,i tip;a AL. w �' -� .5 g 1 6 1 c i.a iiil lEl t�ltli. I -Ls t _ t"d . ,r 1i:�4►- Niiiitist.. '''es /`�` ,Ii>.nes s 41"3� 1acrHrs s1 +r--- t LL Y % !7S nai. t pI ®ji7 s%11.,•• ' 'f ,,, Z �t. 52 1 la swL�t,+ts i o 1 4 i1l�t� . r---,,, w i 1 �: sit--ins'. i �3L�! :12-w�c=>.vM as da a5i. i i,t/..,..�a,l i Occicrat O O o � �a ;1:::`;i-''.' r. - �� I 7"1 1 ti i ��..,:.�>1�.taiii - ���m� klir ,,may. _ Flt".t.'li ` • it � e;. y1t '1st., --41176".:„.9.4 , •�_! . i c•r _1 _ 1lt1t1t' "'K�'tlf. / �aarittii:l:i.�-. nEpg>Ff1�t 1K !1!!flMP► F n At ���I?'•. �Y.`:�.�•,rlr..�t � �®�� 6li3` -� ■17__.---�itiiaiJ__.._�M•_..=--- 3 o c�a n O v • lu zr..f �. �eaa r v7t tre•11.rrlr+-: • .rigirss.�rr s�n+s��l�sar s.• s- - — a.�J1t:Itls.�....•4�tlr� _. Aiiiris.,...12n,_ �s�r��•:��tu�trF 3^t lif7lElria_._ � �^ytG>I✓ :a ', 'ittliu a F. ip !� ,,40 ,; i �� , t 1 En i P. 3 b �. , ,_ JJI , , , ,,,,,_wilt - •.1'4...'0 ;. • Am= - 9 ''-.:- iiii 1 00 k011'4, ,,:re-.� �,i ro:ao t~t i lftfMM..r eiriiir,14'..ii..i's titi), ► - iGi.r ,trtyOr .4 .k r e tltaIa wa ..c)--' • irit '44:- -- a IOdtlttk'_ �L IF,r� h V 6 i1�l1.'l ��Jrnieslop, r..L}tall. . V Y I �•- la ! •1y9; f 11.iCSt"tlt t!�It ►4.41 J n t `i,'1t'. 1� a S 18 13'JtfT!!llrt, C cetl : ,:. illitWAritt1 dell. AV,. , rr.a�.+wafss�rsrs � W i ILEI >♦7Fl►- ' -..r ', ifY.I ttio 1.is17!'F 7 � 1'FC►�S._G - --14, '•ts � �-ciii'Lt��• .."1fl�'.11:a � ` `t ~ 1 ulE >rtiat � •ItitPjrop....a.�cn r=a -Sr Frsr.:ift w 4. 1 �� /. *:''''., 7''' —J.7 ►moi i4-N>. #r J 4--t.>t=+ __ — —•i•_L; .a..- T a .+pis E a Isis.;; ----= --� .:I- a ��� �, ����\��\�\ a.�.��. „,.-,. ,0 rf+,l�-,�11_�,it--- � ,lir— p� .�.i, 0.4.,.s �� •tS I j Clr 11$111 REwi, - i. i7• cz........... -s� +r / y Ktiy.� et, r• 41 — I 1 ' w pdp �i 1 �� r �.n� E 1 i 1 ¢2 a tnitaw! .. s W ' � s'l: 3 ti1 O I ,'11!` /t"'i'..• ,,. }� Q 1117...4----v r1.ii.ti `(pm , _•l' Iiit''tii,. # V)IFI/1 ,, c 1 . \ : 1 UJ 11 f . '1� u.IF; j k- U sil1L'1!'i riht LC IK 1 '� ti3 f.ii#' tj ! 1 to U c�itr 1 : `rt;+' `ti ...►�yyLiJSJC1Eii. trQ' I !� O> fn fi7Al� 1' . ,..1.s camiJ►JEiiiY � \`\\\, 13 6+ le. �Il iaiG 4.1 s`.A-tial!.11.11if1111G1lFrf i_ U e�Li � r ,;: A'f- i. Jit-•...moi t1 (16', fr 1171.-eit=4, ' CJO `t `' i�lNliiiLl�iCttiJt: u_112,-'.6 W~Zl,i 0 (3f1N3/�d SN11103) d-L-d aYOH 31V1S iLi4L°' 4$P Qd . 0 0 CI LU 5 i 1 cc i -•1 , :-;:: ,,- .1 tz Ogs § OE, / mmomw2 t '. - ,'''-•.-;,',,, (i) °2 t ,,-; ; I . $ , 1 - r 4 ,..,,,, ,i, r; , '°' , II ,1 Tiii? : 2,i ,, P.:?, '''' 0 WIRM/Mlliffill CO kh "4 --•- / ,ss:w 0- ets tt,, t 1 !!Ilprol i irni w ,f„ w I i IM1 Eli ce D I ci t 8 a: 1 , 0 • f t7, . T:',1.,,ltli li ,0 ti ti,..i; :3 ..1 U g ti;110't 11 !If 4,, i.9 sta,a ---Z • LU• _ i'ilil, WOW; li ill 47 0. .1 2 ;i4J51 iniiii 11 1: -,4Fit,-...:4,,q,Vita,“ s'•,'. in .,,, ›.-f 1—z ,,,,,,,,,,,,, u_ ai 5•,,,,i, I .ii R i 151i ck 5 V2'it 2 . 1 „-. 0- t St i'l il w i :if Lid) 0 16 2 R. 2'5292 2 0 5 ' . '0 w 8 8 T Ilk 84 Ii 2w - - 0nr111 — 0 ,.„. , 0 ii35-iv5s-2o6-..0,5-3co„i. .::: — ED ,,,,,,,,,,,;,,,: 1 I , 11-1. , 51k 81,4.0 0 8 —img I i' 11 i 8 lip.' ..... LU ...I :',.,,i'.•P a . . K, ... :x - ,.I y • ,... A"P” ' () ...I Ir- ., 1 et IS 9.174 g w :He ..... .a 1 LU i.• • 9 Olio g: .10. cn 0 ii.,,,• , ;, I i , ,,: I , I,-,,L........., g 1 , El 0_________ 5 0 ,,,r,......"..........., __,. ,•, ,. . ,,, I-- CO , I • Q. 11'.1 e',I ,,,i,, ,, . ,. 1 6 w i •; • • . 0 0 A„Ji RBI ilig Vii ri i 13! '24B 1 I Q. Ce Ot ,I! Mill 401 IT t • 0 ' Kt C) Ig •rom e.” I) '4, 0 71011,1510 8 ;I m ...I 1 T., • 1 , Mili ok . .. 1, , . . , D I • • 1 D r,IIIIIIIMElli.:, 1A110111M4,- X f, , 0 b, RU RU 4ENNET, --•.• 0 b, il'Cc) 0 ill 0.'1.1 A X: li C. X: e•41 • ° Ili 0„,.-- ,‘ ,,T,•8 • • § ',7•111111111011011111MMINVAINIMP 11, X1111110111VMUNINVM111141111M, .,-11,VW•TIP MN-WP MIS•IFf - ; 0I - 6 a -,-..--, -,--,-. l• let 1-'s . ''i Mat , : / , 2 ,±I 1 a i : le 1.,1 1 4, 1.1 , 1 ..,,. , A , , , 4 X r i ki• EA : Emi• -, -=ky• 0 EIRAKIMI14114 _.r.,•,,, ____ - A.41.14111Ta ::.,.- . , 0 ••• ......,.' 0 is, ____ c-.441110111114•11'7 'd titit4 U . ,,_ . , . Lil g a ----tig, Ili 0 0 co L li o � 0 Y O w w � Y D6 w W S al cc,',=U U Q a rn �h W `BZW V t192. . . . .,„. "..".§."..."".1. 0 0 0 0 o S o 0 0 0 o a o 0 o Q o 0 0 0 0 0 0 0 0 0 g - Q Z QI ll i l a b d Q g Q Q Q i Q Q Q I^�• I i[ g W W Y §K Ig o ii l o Ai o ,,/3 1 1 1 X 8 eg g X.o o a o 0 0 o . U a Z W t7lS Q w >o ?' j J W W FW- 2 Q � u i ,f,-4,)O �^ Q N co T. O 414 r a e o v v s s vXA ':1 'S E:' (1-1 , gI N N N o 0 / 01 i ^,, ,,' N e�C N N N N A r O 6 UF.f (\ o I 11�V1 .-I � 0 `�I � LL„, 10 t R R R R R R R R R 9 R R R R R R R R R R 8 4 1 < h W • Y N Pe / Ids O'O z i f . 0 y 1YVL1J WYf{/WJ7( w ('O V) NM 11111 PlOW4 it ft ® y V ligliSi iii0441022i14 I h11._ -!' 4 N .o o d ±9 9>y 9 9 9 9.Z 9$9$7 3 9 3 a 9 ; '>-a1, "- - ; O RE fq I I I 1 { { t I { t [ !,- "-99<`1'N f V Q ,}� dlg 1 i i i i i i i i i i . p1 `� �}l F'r(o_y I y - : y� III}a r..:.- ..,L..-----i O ral ®�QU Z r n b A 0 'r r 0 IN N N n... n A 1�f << �p ie[ K -�,1.-}' F ii 2 .1 Q aq< I t - p �$ I g d O �I ` y C �� I of a fi <t<31<V j p $ i o� n v c�N Z _ w y I �! h 1 t o Q g 5 1 1{I` z I ';'{ 01.1:"10,,,# # , tC W 1!ili N O�,.4,,{C W�E V EY d YS !d �� 1411:41‘ j�� a1tia s ,'r-emsi4 � * _ QN -. ,11 nRRRRRRRRR9RRR R RRRRRQ '� 162 .*��� ��� ii • il. V . i m R m 2 Miff o` ill :71 g ikgQ a ,s o a a a a a ifillg 18Q .1 _ _ I t,'! g '2 g., a d oQ�NA8 8 9 4 4 9 0 0 0 0 0 0 000000000aoe o <0 .1 6_ Zo�� 7f 71i b{dS �C s C k<I J �'U L�1 I z V O W a`-4' ! $ ii i K w _ l aaau'> w z 0 0 0 0 0 o e o 0 0 0 0 0 0 0 0 0 0 0 0 0. Z Orn � � $ Imo! 2 z v i Z wz z ,i;; d i w O O U N ,),in qk ,,,, 4 N w w J Z Z 8 g7 W i O gv O i� V � a J IIILLL w 0 1 Lt(.164,°4.Z A 4 i z §Q~J'-O 'HO >W-Wa Sil_ X 4 4 4 -' g8 v va oc5 d ' CI {�1 f /V T Elk 'v'qiii a PM z z a µy~µy��� m • wQ M<.,$ a 3 3 3 3 rj u 3 s1# $ 1 s ; Z 1m g 3 !! b H ~v .21~ F _y h Q 1•I _ c7 C 2 W � vVv Os Qv w C ! u z3L ovog aE z 11 a , 0 — o 3 t 1 cr w o 1 i E2r- (6 N 8 U Z -1 w J o W N Z T='-' 0 U \ W z� <E,9: OJ U a �W Q In � ,T4;7,' N a � 1-7 J '11i92 Q T X bi Wz6 Q >m a-0 U Q �g' Q U PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT r O O ii J I 3g0 ii-z tH l i an I LIZ NiAw •• •••••• •••• •• MOWN 7 MUS BMW 1 / "IG""" •••• •••••• •••• IauEs Mel>ooR �°D '1'4". 0 el J m R ha Z Z W W li .„8..e.W 7 z.;;;;;;gQQ ; li 111 1 1 ii . 1 • iII 1 0 i ! Cil ilI 4 riii ! ! ! ! ! 8 ! il ! lg cZ A II LO"'" '" • • • • •••• ••••••••••••••• 11'' g �� n�wnc iwor c i Ug"""" •• ••• ••••••••••••••••• •••••••••••••• •••••••••••••• Ill 1 s LP.1001 w Lie's,: •• ••• ••••••••••••••••• •••••••••••••• •••••••••••••• d t 1 POn 1 gia ati J Z z $ B i illI g r ,, ' 1 111 1 . ; . ; . „ , i z.,1 . , „ , . ; 11 , 0 , , 111 . . , , ; ! -ypi qlwg „ , 11 „ , . „ , , 1 0 1 3 di 111 111 " " " w 111 IWEilli dg ill ; ; ; iiIiirniiiiiiiii Hilidffiliii 111 / iiiiiiiild 4 ! ! 7, ,-, :; : c1 ,-, : :-, 13, : 8, 3, 8, s, ; ; ; ; ; ; *, 1, (ii 1 i . g 0 1 IP 1 0 1 ? Vg ,4 <1 < id 1 wg 6 0 Eg gg ;Ul X i , ,J2 vd • i qu g 1: 4-e - F6 11 !J2 vEEof i 4 ew 8 g 0� �- fy1 .§ se 1=Ri :I r "k4 1 gi °XIIglg /I / !I Nix iiiZ :14! aol g gM weA' 2en gv 54 :1! gq 1 p 0 liCh TT gig g '! Pkg I@ g; i.- ;5i r El Ni • i 4 : 1 ic-4' " e il $g8 .--q 1 gl NMg clIt II 1 P Og 1: 4 0 E0 omil I d !ii Ai Ag igssli -A ,846 �`' Z` r. W a o i.wo Z N F m W W 601 21 : 6: gq 5 § 1 Pc °-,* ,g LA W4 gg d W co dl 4 i g 1 g < « ; t . L1. Olig '23. LORI :9. g '12- 414 <Oh fr cl 0 114m014.! - g PI 1 5-- MW1V,' Oi e.°: siQ g N 10K$ LU Ps .. 0 Er g _ tOg:114102i0 i-"-§- N e'll'. a - 1m— . 2 ca.gg 3 -_ X o AM ygi :IW .., cLIE 2 A A i C , R W ma— MV5 R 1 t ° rI ". iq A Sla8WE "A -*- 2 1 6 gli 4:11 _AI wE III g ' 'igwPd'%EiVi o X1U Ot? X N 4 ui i -: iihi 61oi N 1 i 1 ili iii 5 imam!1VNouvanaa mammy WAG=mow 1 0 ,,s__-' G 1 y -G t 4_3 ^N 1 v ,k.t . Z c_'v Z O v o 3=s u, Y _v"dna,§ Z li W W °C Z W o kILLTA m ° f ealIMMIllime.— _--.....E..........0 ft , 1 - -1------,.., e ot,-.9) -ice - z"12)�`� I'"12) Oz {r•—••••••=• w. ^— - _. NIVW„V ' 'k. Iliti 1t1 g id W O W w ®g' T --- w-r ) I '''Qc-)N-o ,,t*::vr.7,- ____. _,..__ , ,41..,;,;,(,,,,,, •• ' 0141) Iliti I,1 1 , , ,,,s_4+._: f - - .,: ,rte. �5 t ,.\ ® A ° ,h W® �f 1 1 U_ IAt Y W u^ LLC I\ '' ,-,:":":1,21,C / .. C`I I a n w uy 1 I i -, iq g C2 a r.,,,, ‘ yy' Y J ° W fs, t S • I , W Wr LL Y LL f I , I36 U 1 ,, ` I , � I1� ! wpJ wof 1 ✓ ` I �I I U U oa oU t , nd r r w`Irt \ w .,"kI :fi rifil 4 I -,,,,4,,,o, „,-.. .[. -, • 1141-:.,,., 4 i '/, '.. : ,- , ,A ,...,. .._,,,, , Alak 4 .--, T.Ijil: 3I :s' a l. '" 1 " _ e ,^ '`, a,'°et %ftftft I f-5-4/,,, ,' ar0 � . 1 lb/ 1, . w : 4. ' -441''', ',' - -'1*II?' i , dpi ---,..,.-7-,-,-..,...,,, ,,.... ,:. --,,=_, :,=•---,..:..----=".... .„,-.,-- -1-_--:__":"ft,—_-,-,r_74.-7-47sTg.,-,Z, ----: / ,..i, ,-,.E.11110, • Y` Q \\ \\\ m.v•- . ate ___ ,c ��.- C yes4ss 4,,H1WI ©MI1-I0 � p "AO = *)'' "2:, '0 ,I. _;:,,,,, ;r \ , 1,..1, ary 4. Y 2\1a ' s ---- - F �A: e,xe \" ® \i! 2 (11, \ i itt - i .. 3:,......i.:,.,L2 fx 4 W IWOi k1•Qn W T1`13-1 Z I. OMNI& . -.----.-- CC LL, maQ i ,# ^I 0 m0 H 022. O� • i4 o 2lam $OZ�Y 1....1� • z WI N i . • LL Cir ) , ( ,w -- �� % s Awa \ IV1-1..6 , , 02 cag --- .m icil O- --- ----41,„-IIi - Y. W °LL LJ' - 1 o m-- O) y- i.- d ad :ogi ip ga gag SiIv13a NOIlal2�1SNOa%OOI, er O O N Q P, iZ Z O g � W' O w S ED Z O_ Z 0W�a vi W W Q C7 °C w °G :ulj_iD it.#1,2 - ___________ O Qw y VW.0 ;ij.•.:� N. a a Z1111iii,:7, „:".,,,,.,..., . § i-,,, . P. ' 40 f_ ,- p�&M � % , "< W�!J: C' it. W O �!� 1 U(c.". Vii " --'411411M1111. a � El-'i Ea ®‘ 1` ,111 le ' , ,__ . , , ,e . L 77. . ,.., .- 1 ,e U r-L r' r w ,( ,.' r ,------_r___ ,: . , € 9 : 1L ,_•, x_- •, \ ,. . ..:.., ell) Y LL • o wWZ m* , ,; ."71, 11 ww YL wi t - w' a- 4>1 a w: ç " t. s° m9illillit 1` ,j d C y Y J r �fryry H d O D �,L Y ,..„;,-,-',,,,,,,,,,':',,,v,,:' '�1'u / '/, , J 'i Z?�'1'°G _ QUJUO h yyw wa •,>-'4,,,,,''' �� s ,.,,,:.n.,.,:::" „� iiiii _ ', � UUoaoU :,A Y - ;,---7,t--- ;r�` I: ..1:..; • ,,,,,,,,,; :, AV..,„, , ::1 < t: Fla!, .. ,4 mit,: -0::::,,,,,‘,. {s lis___, -,416.11111r1 ',.;;:::"::...., ,',—, ' AMIN ' �IAF ..::iklill* :: i _AMIN ...1-1< ,,,,:,„ , ,,,, -,7:-.: \,46,, lo Fr .::,. go, = , :., ,_ . „ ,hit 0I ,, .4;"vl.v., O J I Y c. 0„) .J.?-cip.:1,r‘.:- 2 W W .111- '\ '', a ars a 'in-)W,Q L Ht J M:� _ d W� �� oA W PLIJLL';J.:-.•,•1„,...1-Tt,, O~: :,,,,:., i,:::, .:,„..- Hm Q ., ; - : 0(6) „nu, _,,,, , ,-, • .,_ , m ck_i_c, . ••, i , . • 2 QW-e-, `•- . , ..... , r2 -,,,:\,,'..: "-•-•,,,„.-t,a Q UUJ '� '� UW C7 Z Z�U N ,:. SEQ0 �1 ';:a (p fial. "NI.., chi ci W ° w I11OO) V— L-`d 0V01:131V1' 1LL SN ”" C5' , H I M U, M Q � '1; F,: >I w m I J� • ' ' Q � el U siivl3a NOIlala1.SNOa /0001. p O c..-1 v --, -14 lwwY U' °1 o c c= w c d Q s Y R ED ,c5 Z 0 .N u i :;3 W W fl a of j w - O w W � U :6; W Iwi tY u, }W I° m a _.................__Imatimm„......_ r.1:4).:741111 - '11:*171 (,) In q � ijam jr •bW®lc , ../ / 4. . i4:] g Ri e 1 .,. . . . ZW� .,, / ,,. ,Il - 1 .. , 1 , , ,1--1.*-1;--,:ri----4-- \ INNE----iii ............... Vriti •,, ,1_5- (.'i,'• ,12- if 1 .,..k e. I \.,...:: ,.,,. , _, sr ) 40 tu ,,...:, ...., •,....„,. ..,, . • 11) 1 „.4 , „„,,,,,,,„ ..,__ .,... x 1 , ., ,,, ..... ,_ . , 11 . ..... . , , 1 , , , .. ... . . _ ____________„___„e 1 _ I 73.,:. � I 40 1 i,/,--- . • I 4 ., . • ' ‘114 1 r • LNc: ^ ^ \ '4' "' '':. .i 1 1 O 1 S • IL w a 1 1 7 _ J _r1•==.O w m \ 7. 1 ..a' d;;. { Z C7 6 W NO I ',,, '.1, ' ?..-- ,. y • 1` • w I "\ s , wg Z Z 1 k ^ 1 <5 W I ^ ( • I1Liiuuummmm;;J • ^ (r•• •. •r. j I w O. Uw O . . - ,_, .;,.. . „. ,. , H LL Iii. b • • itip ' •:, ,. . / 1 \ •.1 % 1'AD ', "II Atiltili: gi , \ ' 0. \ '' :::44,,:, i� ' 1 • .__ ==l---:'''G •,-��]�v- �A C _ �: , .`� ri.. --------------.--21j=.--'-.- --5-1.',/ =----L':-=---------'5-:---------.1 .--2--------i.---- -=-"'-------::r-------77=-4:71-..a.ri="- --L"-.-. 10..-'1"1 .- 1. F-7--. Ailliks,',..s ..N..NNN,N ..‘71 , - —moo^ ,•.,,____:........7„7----,----,,..,_: / .. "` I 1 I •�•- is ,► 1 € j I E;e _ € a _ ^ 'x •is.. • i • wow �1 n Q' W, 1 ii � a F'. x � W WI WI ► :: w o Cti W1 ,,:,/, Ii: 1 Ii gh ' • ' Z ��a Ni ~/�1 �►1 O UCO' TT1 S W N NI e 1 " • " • F- W Z J O +I O J 2 ' ^ /, is Q Z F L,L I W 1 a :4)\ , iy NI is f• .1. n I iiMrik --- iiiii...,_2_LL _ ., --__. CD-- 7i,_ , ,,..,—. ,, �� U are ' , Ill r , ,....,—,L„1:.,-) ;"�2 Og.Z2 • 1__—.------------- O— =- (3 fl N 3 A V SNI 11 0 0) `d- L-�d C]�d -:-::::.1i-S), i -O>m - Eos- ....:..LUQ 1 g i _ Q v ------- - -- SiId13a NOIl3fl LSNOJ%00 I. 'GO O p M v O N O N a. ZS Z O w S O WF- yy �5 O D__ 'S • ® Z' 2 0 W W 0 ,T,Q w . w O Z O w � a T' W _ ` i,-N LL r—1 VW.b ma • Ilk I, 11111111kk W i Z —114: 1114 7.11,11MINMil......., --.....m7 A(e)r_' t ® Z ___.) , = tc; ^w 11 -------7-T—=,---., , ;'...1"1 (8.5(9,1'A_. -----H.,,, .,,,' t4 [-_-_1? 6. 6. i , .... ,,,,,,,,,_2 ,, E1 I I ' '' ' '''' MM. „...F.:3 Fl , ;.' 11 alibli Ill ., \ , J it,„,„--.._- - _________71 -� tie r 1w i J'r Ii 4 ,,,,,, 28, ,,,r i - , ,,,, : , '''''' ri 't* I 'IWO \ t! 4 ! I t o a ',1",° oI >o °vo a 3 4 lig]]c Z L.'LT'hf U y o i j Yl > °c a ao / 1 � t 111:11 } b _ � IfctrCtd oR=m��t :. .4... I mgF U DoU, , rw ,....; 11"... . 71 -, , .___..— 1 ., r. ,.., :,,,,, p eee. 7, .,,::, . .. ,... . :, .:.::...:,,.,,..,., _. Wad .---,-, ":: .....,,,,,..,...., f 1,-N ' F.J 1 o/ ,... : „it r . 45 NS , , . : , . ... , : , 44 12 t--7 �- wDW �O > ' Q \di ow .4 ,.,„ ,1 „8„, .. } Q b U Q pip � 4 ' W O W L' w . O (n hl_ o cc z � O 029' C90 c� Z�Y d U �� O W m I I==-- -T' g o 1' y d d m m 9 O ry w ~ O � Z H 7 am � � © ' .1 E t E > faaaa g --"-- 1? ' c c c a o 0(,V 4 iaFaaaa 1 c c r 9 m O (G a `� aOo tO�sao `° at�(7^�U' t'W I;m � N� `� 2 n� C7 /�1 � � n � G,....^r..N � n O N O ��ty .,d�C� 1100/ V— I.—V ado 31`11 ,_ 1� ° 'n ie o €€ vaui LLW c w o SNI 31 8� i ;m v 9 _ 4.54 ;aA000 ,, ,° o J N O N O ;1--g m "G 0 9 ,f2 s_ �_ m t =9 2 j O M N .:',:,.:W " ~_, � ° 8 'S o '-'o o �lff _ ca7c7ca7 m ��� ,,,..a..;w�o2 W .'. imp Ji 8 c C OE C� 8 8 eeeea ��0„,;;;A 5�� F¢ .__... ...��__�__'�. � - N W W O - N O O ��(�`I �C� �� LL N N A N Ni N U a �� -� v; s = s �� ozzzzz ������ Vo --_._.._ -----i 'S> 1> a^ o U g 3 1e02,a W UN c Q QQQQ %i c c c c c c - J Z c »> Z ' _ .._.__. zf -n z� - z r zm zLL --- -- O F>i >o$ l a G 1 Z a O1 ¢X444,4 644,A a ',th a,`-aoNM2T, W o ae ae a LL o!_ f o o:In �In �m o: ��_ Q Y wzV >Wu6 � I o>m N 9 •.J• WWII -0 °0010 ,,o- J8 "U Slld13a NOI±OME SNOO%001• 0 8 C-) ZiC 9 Z -4 0 2 --1 ct cC CI) PoOFfiLij .i 26 >- Lli w Z o il UJ 2 p1„1!b0p4_61Hii,_l„!:?!<-i,',., h6qil4gi.r1-„•_.1PO`ihilpIgi1l!-i-i:.iVgilgrng,-P:i.h!,-iiP-`_;1!N%1c,:,A°g,1H64thi,-1g,`•9-t;!1!--11-3n,,, !hfihtU1Vtl(il-gt<,1,g%,wP'!g,,VH5,1P4i2,,g-_-1„,1,i,:1;f,2i, C!V:%E2iI;f°.il-°!,)l.'6l'?21'':dfii-b,9',-1.e0:?,:iri`,]2,,lil'1!igi.fg-1 l, g1,b,!iiPi!-P„ii,i,)l(3HPb,-;:,i,lblA i:25q1!ic2I11ii1 1 1 8 MHlHciqTp-,,h,'i5li7.,,-' ,qIt%N 91 i gqili8 9 i i ! M P i4q1lJ i1ihq §P.tb:,i-fl P mb41 MI iim in M 48 tH11?;,14-,-1q"-a,,-,1, , tlzi, z 02,-A g F.' . 0 i= i 2 1 1 z . 0 1 f 2 :1: E t',1,) `1`,,h'A (7) ; 6 '3' i 0 .1..g310 0 1 . o—, 1 .'-, PAFill`lic°,°, .. .,, 1 ii:hc,-13 6 1 1 6 2 i--- ? I3 1 2 1 3 i n . a 8 g i 2 ,, (i-) E 6 6 1h8Li 1:411° i0 ul.,:;Jilicq ihiH ! i8888 Ij ! 5558 11Iii !1iiHz (§ 288 888 598 ; 3:55 , _ 8. F ,,ih.1l11, 6 lik : .Zw Allii f.'' ItlAii PI N 0 VI ;AI tamii.. 11 2 ii A (v8-' 00. t, ,li Li :r r \ifil i ItqctOil Z >,-A :IF lie ;..h'; 2 81 5.;`-`,i) ':.15 2 i c3, : '' 4:1 8 d:1 : : = ... 6,2 Ni 0§, L , .. LTJ ON 1481 (;)i i oi -0 ALIre\ rj : 223 ii Z i!.;`,3f1 ;q1 (')h ;-1',;, h = z .-w, ',-,i8 -ts) ' ,-.)1 c2 8,3 ,c2 0 328 4 '4 i `74)5!:4 1111 -4- -4-- -I'- N 1E Ei 325 I 14 ILI Ea2 IT 3 21 I I Ar T— ii4ii li 8 - a -4- Hi ia _4- -'--- cc 3, I , ,„'z 13T1! l,1!,14ug' 8 1. i:.l., iIrtli g 8 ' l - 4Lt,I13 I* Z82 c2o g '1g 5 ak, ' . 11 -- „, ig cg - 441k i !4 T25 1 W R `A. . 8 i II! L I 11 H si,4i4f, ) lyp ic.1 Eo LII 1g; q 1 g `) 1-- 2 1 N,, 03 oa.._ g — <CEN ] Pi vii 1 , ',:ia, / f 2 L.LILcluLa —.---III I \ / / / ft! <iir 0 Z J co a d V co z Z W w Z 4 w SOU W gp .J W J � 1 a i LEI LEI J S o g ti s"gg' 3 g i w v IA : !. 1111 6 I 4 O i T m a w G W 11=< m ! - ur cu ;-4 _ ... = ty r- V V �O _@ Ir Iii W 2 W m W C ••O- X ,p p 2 ~j 0 2 W O Ql W> O W Q i v y > j 5t m R oF<l 2 N e, t O m i t i s L v Z .1 2 l 1 4 J A z t+- _ Q Q r ` . m , p ,i' ,% '..- Z' to i 1 :3 !-' 122'1 '1 IIFG-- Si C r . W a i f S'•T J y 2 W m ii g U . Horn a 3 vi r • Q a _ ` 2 N W LI i {� l i O O'O R Oa b O NVQ S3RO.S537UV I S320N Wj ��c�_8`°Nw r`'O 2 O H W tN o H H Z W , �a w O Urn F g, U a S a Q p -Q t+f N-Z ,,`1�`Illll�llll////// W 4. Q T i (t !* 440)j))H. / •r s LI p 1/��i I�/'////11111111,00 7 W W J 2 d d m d p ++l W W W v , p ~ • R Z 7. ~ w O 2 I (i p LL Z I j 5 J w Tm ee ' N 2 ZUwY ',, .:':, , i t E^� w o o U vU) 0 mol i ui r. U � nl gg Z 3 z 7 W 1,r�) .Qa § _ T J y-... ' s; ' ..____r.■®■■fes■■N'!1■ 4--- i/ w O I �S�1 ! < ; ti Y ■ ■ O f,.!,(3i U J UO I pa•!l:41 11M ; @ I xi ��oaou 5 e I .. Li 3Eli i RE` ! .. -- Y ..J 1E II i I II r� p �� oat f_li � 1e. `a ;'i OfillI a■■uC■■■■xZ�I 2:'g! 7 1' Iliig „,< ll I 4, . , r.1 fr9 i • --- Q ' (— Z c FC U c'.'” Q a 2 'st o •c0J Z .a m o J 7•gA 8 0 _�E 'i w O O J LL o Z D 0= U' 1 o r- 8 O ! = W Z J Z W :=-- O O � 1 W U LL QO> U :°1,' W°Iwo ��Q CO,1--U0 wOLL 2 m U Q r- itW LUoQ Q FF U o 0 0 0_ l' FA I g LL71 ; ,) ,'! 1 ',:. h i' tii u, t LLLCCz0CZz0(x01XTKc2D_(L_—_iL—uo39)_u 6„6i1,1I'' , ,-)'.c;`5'!-1, `—t1g'‘:,1,c.'3g•%'''',L,!=:,`8''c':c>-',ii`,:;t,:.2',., '.P,1(;?-i(„:i'oz)1,',3'',„i`1-i,,'') `c:4ffi°i`,!El,,'i)L'6I.,),,)`-''1',1''2,''''?'' L3'g33!1,2Ar_.i, si ,9 iP,1,'35 . I1L.3:-)3 3'v,`„,i''t,`.'•'.:',,, `60.1iiVE 2 ' 9 T n 18 4iIl 1 '±!'1 2 l'. i <.P&F,u•2=_'L.:ILL..L 0... -`1117, ' ,r,.t•,,,,,-.`is o ..,.r. vaf?...%. i i li §2 ; -',1 2 1 L_Iji 'ci , $ ° ; § ct cA>czzLoL--oI-iu-J”l I',7'', "i1'j- i !. F1 i 8 g ! i L 1 ! 1 ( H , . lgi : LU 9 8L1Lct3 ItEf, 1 2 a. L., z ct , g 5 LI L# ri_i _, ' l' 2 81111 8 u) gc.1 LE i - 9 . Ffsitchtu, 61g. ig IgizLii28. g:?,OT L'L,iiHgcl _,,,, ' i' -11 '''6 0-3 ,•! °I ,`II !, ij '.'-°-11- ,-,1 :(il 0 :L2_gL00cti(1y–,ij2),, (,§,9..g,E1gtL.,,;,li-'','.'.9,(.t5],P.5'2.,"f-,,1,.,c,.6f(91l'!i!t;,r.1'5.-,Ii 6,,-1' !l,(;._-1r0!q7-•4,,41!2":i;!-''.,(4,,-3i,'i.3‘,.;2,)' 2 09ic6<E4cIgi,-;,3`1tL6°!0:'r!-1li:,)g'1,,,:V3'i-'2<,l-i:,.'3;i1!'.%-9g-u,—,,)`r2''g3r,.,z;,:;,,,)) 2‘%gir"F69 96!:? 8 9 i .t'`1,_g,.f,??fj'A",]A'1i'0,1-.t:),8'gnlti1_!';'-,gl-1iig,1,j,-i iP!:Cr,-,LLLI1,'..g,,,,,,,((2i-,z%,1-li:1-':-'ir`8!,'3)3_.. 2`8n.iiLtt--T'i1-,''ig?.i=,<.'-)-, i2(6g,1,!1h.1'4,.4'666ig,:1'(-).i ig°;p0ic:,•i-.-,,-,l'l sl1;1,i1-„1, gc°51t,5°'i.„., 8,,pL1; ,F.,':.•,;-,i,--”11-'.1- !i_'i3g1i!,,' 31;1,3fg1I 1i,i1! wZ lI ip !8 ! 1 8 g ! ! g t 49 92 I ,l i li ig6u 1- iI gLiqi 1: 829 8 3 8i ” L321 ! 91 — o i ii gt! i 2 _ _ , ;.!-',. 'Jtj 2 (..`",') 6 `Lii °3,,6,-;,', 11,t,1), ,!,‘'llg E •-i 0, 2 .T.1--g ' 3 ' = g ' -!:3 = g '2, )2- g 8 xl p g 2i,' A3 E3 11',5 .•'2 -,-t‘ 'L'',7,i°,.', 0 6;-,,,26[hCC25E56nri2_]- 'i,?.1(n,. ,°o,..0Lii'‘id!5l,:',"',3-.''fli-0I-'l‘1i'l'°'t.' 1.1!'c1g`.ii.,-,:.,),',l $`,'-it!F§`(i.4•I1.1i).'.;i:. 1 ?2 tLz!;'!l_2li-,ll1i3.5ig5i7l,i'.1. c[cf'1`7_-, 76:l/5:,1';.2:,,-)166i',.f!51;.-;-., B1F(2.•Ii`1::)`35ligig--j--.,1 1 1 2Lc, 1li,,mE11-!i,,1 8 ?iI,x.7.l!'i<„,l <ULC1-8 iq ' = 1 i il gA 91a ' l L,rcl11 ,,L,3,I' `aLb'z'2c i u . <fil2 cri < m ° O O 1 a_ mo Z Z W 6 W to• .'o [a W W a c7 w a a w .7 ` >^y > yA- T Q Ir m c,7p O ^r¢ spa O z> '�i•' 'M -- Z,3y¢UIN. •.O7 - 7 ^ J w,Y J f" """'°�_,��-^�' '� �� y3�33z � q�;zozci"- ,'� a� � w ¢ ---,� '��,-. % -o o¢z<-� •FnN m � o i a o'. �" cn rn LL o 11YZ2YO.,'-. T.a,U'QT y ''i ���'+1(,1� _ i111k, f i �,^..h <s H A U� �.,'-i o � ,� c�z_ ,,,___,....., ink:..,,,,_:,,,, so v, , ,,,u, /s ;�:..,41111,01.11.... ..,4 111,01 111.... t$r ,, --,,9 • -•--ter Q O ,� n'4' �.7SaM i �p `� `,./ k-F- f"^--.r� ...,,,"' u'1',. _ --••‘..b. , V� ��■' `' ��. i 88.9_+ N N ''' � ��.- - "`CCC �/,I`c1`yy w " ./�i''� f•�f \.a\�� r.1►Va�ty -,--,-,--t-1-1- 7.1.11 .; w (Z5 c7 r•L•�.— \\fir 1'f� / 'S.--'- �s>1 ,➢Y■ y.-- , �'�! V; 1.'ti • q ,yam i--"1"-!_` _.�-' r^�•�•� J • I) 11 11rp ..,- '9 - `"�'T'.s-`I`,,--•.7", � ' (`L,•. 1 \---,„27:-.- ?O f Q 99-' -- --- i \',;('-----e- "„ ..L>.,, I>"T,VnK1 \`'-•`,�z�. 2 "i 1\ oV =r,, a - -, � liUM K'.' ' .,- u '-:'.' segl''''''':1; -.<2 .4":,,,. ,,_,.r.` it -=T i W. ,al, 11). 4,*-'4:;:k ilittln .\-4, __.-;-- ________ , v..'�F.f,;` #Ari'; z 1 )•• • i l �.r`"I•n•er7r,"•'; r ,,witititil W W.,-till, etlIWBOW 't4-' -./ —• 41',.!If'''''.1.,,k1t, ,i — Z Amo, - '11%, ���` 'y s = ,1, S i . mr.11,.,;_s Nt., .0_0::::',. -.-)',..,--...„.___ CA sf:.,1 i L'; 1 i . 1 All 111 ► f ■hili r.,441.1411311111111.11.. j '`4 /��,,lilll*1►1t1�\\\\ Z o •11 — vi ui ui orf +• � � --- ■ O �• miaow- �■!■s" �' �4,�� Via, _ z #. i.. _ amu v'i' i b1�P + _ w i • ' lit , -_.-.— i E, :i�—v ,,,, -i.► • • ! O w m i •,,k,,,..„.„..,.,;_._. '�-,j 11Nll Al2f3d.a =>=.. „•,,,m� i .i,.i. •• " -J W W W ,.ma=s ^'._.'_ = _ °�= ` r•._______I_________._,__F2-_-_-_-=__._--_ _- Z z z mot '4"1,!--1*--.----- :3 �, ----'-';''''''-'-',;7',,,,'..:2---doad "='�.'��h,./lam. �°' MI _ .11 A..„..:, ,� ---' �'-.'` +'�Z� ',.41,� {Seib ^l N w E ,, `' .--' e-. �r a 7 w ,- ° ' . Aim �'0 , Al >' o I itI �e _., " ;\ arm F~ Z I � _ gyp■■/ , >, m r 1Q • 7.till -J Q�o3o� rA S _d, ....j■ess _ "`. ` \\�`\• 111111 a. ' i't it a i �: n f, . Z U V oa o0 RNs` � Q' Q y •� ili ���"%•".,... � 1. (3f1N3Ad SNI11O0) v-l•-t, avow 31b/1S — :.,•it 1 l _. 4 ]C %f`7 Lr S20 °d CLL •1 J ••82 ig o n.E i m ¢ i 8 0 Q S i "-s-4 lT1 6 J W 2 W ~ O 2 h � I UL QE r. UM w%6 Ca�W° HI <?z-_, � U 0 0 co Q Cr) Cr- r- ) Ei) CL I I I I w Z m --r- T.,3- W o–— ,, - –—— – �ii - z3z i t;3'f 3 tz7 ——— 1•11.11.1M14 – –––— i Y o m _ z w _� m I 1of1pzj ui w O' IO° 1gyT ■ Ji PLu(1, oa>�� Iff I I - ,,,,:i . , L,,,, „ i '� 01•111111111192it-y/c 1 Z } _ ' 12 . i, 1 0�i � C fi=r•'1! d L,,, >,,„ A 1 I i IN I $° ' • ■ ------------ ---- I------u I a— ,,,..• ■ – ■2r - ■ - ;■ ■ im:, –—— C.9 __ nfkMMIMIIIIIiS■IIIIIIIIt■■II 13= ( 92,—.22 In –—–—— Z ••_.J S� ti`s-,r /l 3 `-'>''I _ ZwIII SII � d ro� ■' Zw I a. 4 JI z IIS =I<f4 I ` �III Q III1 ■ "ili. w i j q it p Ii 3 �N j II w i u,mum Emma a, Lu li 'MIu w Li ri E---- tP 1 a N j 'w a 1' EIWZINIIMEMMIIIMINIIIIIIMMO y� i i . ItQ- gao ' i i .../Mit. If ce o m 2� Z Oa NI f o__':^' _1 4 I: co ����1111111,/,/ w .IlOI■i -----------Xiz3..tz9• ••I• --- __ Iti■■1�■■■14----------- 11�lCiN■AM — — �'' iic000_ _ w I WOO O i Ih' ��:--,,,<U I J , to J We h ilO• 1 Q I 3 Q /',,lllllll*111���'`,`,• U'7# I I z I I z wwJ i i O i-Th O§ a do w c- w ui w w e O gi O © ° w p> W Z O W m w 2 i `5' Z C7 V � Z W S V W�O U to • ® W a uy1 5 z Z� N 2 a� � 2 } U p W 8 } a�U�! �QU4 3-0 oa o, ill N 4 N 3a C7 I y> y> 5 p �.O F, ora :E } a J ir� >�: 7NY >N 2 Z ^YZ O'I,•1Y ,..J ,.C. 3�ai 'A:g n iOi 37ai .':.4 NNNY � NU.n� ... O NAY it i lir t _____ .. 1 LL �N H T 91 nnz 0y7 0oT >,F,' Y O • � Q m 0 z cLL F3 .m= w 2o .Q� o J �E a_ m z Q J a_ LL O0 O" O 8 cil SN C7 = W Z J Z W F- C E I U LLW W U U a M Q W-Wi�nzg cal-i)°, O U Q >m 1UQ o— Q ai g l- ` U 0 0 Lo Cl. W W Z o,Z^J I o . Z Y j�sNa - 6 O J N O i N �J 1 N T 8:811 Z Aof ,C/ � Ura ui w Z� �U a x ,\ dig �� a N dig ° ui U \ - _ Z O a V W 111 W Y W \ ,\ `� .aac>r \ H W W >O F /A\ 2 j W i \ �I0 ,_,\ �O� 01 N� � 1 _ M io in \\ T� / \\ ....- t.,-7., H '1 3 Z co / _I" mV `V \\�--rte 3 / \ . `--i �OOO;tititi+ti" L p O o O_ cTo / ''' . 7 _ z � \ m \ �IQ�L -7 J 4 ;0' �, � .•'°I �, y J So-- J �� _J a_ f�---�_�/ \, ofa. a a .4 !N ; U / - , -- --- O awU \/ Qt/ Q\ W VBc7di / - ms ,/ Q WO \-e - � cc co 4 \ / \ _ a)0"1""As Z N :, ! t. --�- u�i f[{ i* i l of cox 0 ">1 •\ J Z R� �/ 0 w w m w°w W ce- 0 0 U J V 2 qV Z O W 111 NJx OW Z w m C7 �U Z O W J W Z Z Y W 2 W 2 UN W � g D U . W N 5 i z §a 3 i i W O �k U C7C kr*, VUOa ov '• 1• 13 a e= • ;,,1!„,3 Y Q At c a a m Q 8 0 EJ a go A 2 z� 5 W Z J Z W H g H I UL O> <Eg'F,'"- 1-1-1:0P, Ca dWU - 0� 0 U O>m o- 1UQ -U PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT 1 1 i JII:J- • � n T Ua zIn < f Z 'anDtlVZ(y SI NIy V1 rfn WF> \ ilig gWQ U oO( p< Wm V ~ N 3rnW J W ; m M , .O N< o a ¢q n mp G Z m ao mof n illil m U w W ' 2-W ! O Jm = 1 z zJ J t RUL_:�� U p J O < OaO wr LlT nil V o \\` � 2 . m S LP' Z Q N U Z W q ® qp1 U V . L''' mO % O W�Ec > v UU p J J,, r`0 UO NNJ. F Z mN raF-- rUal OmWKZ <W U U ZNO LW:4;1 . o p OE O aEO I 0 cm'� ¢l%o.\ - WW=, ,aHs Di n w an as a a VL y — g �n �W wW �Nm !c: <z.6cn nw v o— w II Jr mZ mm. <. 40 } C v C A ,:-c2 cow ofI< Z -- Q Za i scy C' O w21 ° rWz W gW K 1 ry 0 0 1.1 Ha af aN 4N ® 1 i72.. O c Cm s3x WUwZ > m 0 Z W OO n r, m Y W mO i< q pp . W N : ; CO wv Nr nw 1: 1 wJ v E N7 f1 Iii <who �o o ` ► a aZ O t a vc" H }N_01 .o! J!i <a Ooa aO if N Im pA pn m<WWW } ,K \ 1. yKJ Omd ^-`` _ r =W Z < w w tr."- wn its O a O. Illii 1 ._,It .! i0 -_',,;2, O w� CO a N a O Gil w7 ON La c JUQ � w QOm a ° Q Q O ppl 7vO n h gaL - w I ^ 11 1a W U O W L i 1 1 qUn"° :—t-§ a wKZOUJ NZ OQa .r a :lit v 1wzIWr , %, mC N N2 ■ x " Li,- 0 ' ^ n N s a Ai coa ° m mIa KW O OOU Q Ow K, va < J C/A1 1 I I OO Nz ' ``WW wS< aSJ KK mW mW W NaVwNa o�No ..O 7- c ! < �rW c�JNWm ZW! - zZ -,J. z7 �m oF1 Z a KK0�a wmw -o 7z cz VO o w wO>W < + < ,,, W 0 Oo rn N 8.mo ufwa cii �Z a O OV 1111iii.E ° Vo oomo L1--L1--13 ao VQIQ ¢ mm m 1Nm O OVK eel iM gga Cd o yy YD S W WKNJ } N Qw ,,.aa<u rL s 0Eo N ;o iDw �omwoLKF w mm m -iWW 7i<Orm <O kl2 W d r . I) z J O O p: O M r OZ F W 2 a r, r ® J m g M , N a 3 = '1,- L, aQmU 1. Z K a, < J N omKY a o a Y m K Z CIj WVUZ7 OVZpJ w n W 7 U 3 a W Z LO LI '' w i 6� v,, o z.e3,1',5';)0,mO N O .. o ~ = 02 m} W U UW 2 N < Z W O O r KO p! mm < � �lyr WWS�V } = W � 0 6 r � O = = O ��+ �w V �_ �W acKi�l- N�KOw Z I- w i ca a LI p L II W- ZI Z Lik'j WQ a o N , 6 O W Z e e Q Z LL'; rm o iyQ/ O 3 r;i:r.' om") < a O. K cr '� 1.KU7 IO> I } O 4 t J V r a1�< o �cnoJ� m < Jz O m � E o o� O _J a < J Z 7 W Z m Q N U W Z Z N � 11 N K 1j IL, N N <<HUWW tiaN W Z J W O Z a i R O m M ri> co W O O OW Q !,'`,;)`6,0 ✓I,-1.1H-Ln a0 �zzzUS Q Z V F 2 < n p W • 5 �+/ O m wa O ZJ w �Z OI00 Zwj= U N Om g j Q K U ¢ QO O a w > o a cZn 1 E v a r W s Za 2 (2, W q'''4:, <~�; O a� z z a 'm' . J ow to d L._ : ZKO Z d Q NDr Z VI 4• p Lc;') W,+.<. of O < FA''''''' A''''O WI Z fAN 8< W = m L.I N Z ° O I OZV= > U �wLg�K2 �0p.aNww vU O lIZ g a Z� Wr Cj Oa,r W W� U � Q 00 O la.> W � w ° Z_< Z K W }<OZ N =- SUO w�Zr �O n OQ W r U O f 3O W J U T N = Q p a. 0 r Ww O wJw�2 �U<Z U I1 L U F K a #%‘11# IIp`► N i'',',,), O O U Ow <_ J w o N < ' K<zKUW Qarm aw. �o O� a � w o Z w } i:',1-40R m a w Z K D N N z r O z F }} Q,',LI, ao =- a i ogzz <cnNi'. o FF a Lo N _ Ix- W oz a N� Oz w<UOZ NrN a Zz F NU z 0 Z ° w W ww v, z a� � o� Zu O �?<ZZK wOoo w w� � y`' a r E o <m W O O I- Q aQ Q J ~NZOZW ZZZZ p i'r r W0 Z �_ y N O_ F W� � O ;<-JOJ p U fn 0 � NN J N°, W Z .°. C V 2 J O ZU NF Q O ~ K O=07F-U VI U a W �S Z _ W 8_, O K r WO trD wr�mwW L��Oin NNS. r0 U W� d K^ < � m ° � ,!-Ii V >- � a m O N N W N {91�aJ <zam z int v !'i: v m � o E w i� O � � r „,g J~I. Z_ Zi. Q n UW KUUr17 U�N K 0 WR i OU < ., o J x xZ2;Z O jNW raj � J°I Z U JZm<�Q \ VO7da < a ¢ u n % 1 % F �^'J Z V '`.2.-i! ¢ KO Jw 0 a Jd W<K aa 1.1.. at gg 2 O< N F Z Z -7,, m i V, V r Or as W Z 20. ; F <KOrr^ pN�o^5.1 1 cVaan 2 U0O N ga Z Q O O U U z OVZ W '1.5.1'2 U a N O N 7� � J 0U�O W n Z J 2 r a s Z Z F W w V � % % W r W a � o N< U w�0 �a r w�ao�w� ¢ mz ~ � ¢ <� � < m � `,9i N * oam r d zN Z O 3�N ZO I K(nZJNUO rp0 3 <,:-, r cis' r 0 N Z V p �Ya & = N ;z o o« �o oZ �� u o vNioO wZ o <3 i z a u O aw= r �i�� � ioF Wo KOwo�WN �;,�'n�tn. �5= � � � Sw r w c ° a, 0 0 o rly� L. to O l O Z U 5 3 m a-I w V, W w U Z m m O^aV 1 1 O K~ O <O W J Z m m ° _n H W N L W U } Li W O M J �O U wUm 7 Za0 U 4I�_ aa << JV._� I I Iraa ,, OwW U mQN. cWOO�OrnOwWZ J >Z T 20 O ¢ O mY ° WFOOFOJ J N W Z K K Z J N w< ��.,11 O m w VI V < :°"" N�°7 m Y J U V J r N Z= = 'IP' O 0 Wp W� o m a W W 0 2 a >N J a LT, J< m J U W N O 11 I I E �[ n N < U z a } ��O J In SU' VO 20NZUi T)§ O N< a UZ K O N w�f Z w Spa S 4' NO i W a' ma I~ N-��gZOU�U JOU U }= N ZW O m � Wjm N a o F-, J d m OJZ W Z J O V VUZ W ;I -W g K J K H m U ! O JO V O � a 2 N J U U Q W I�"O W�W K Z Z< �> � ',1,6' J J a' F Z Q Q �J aW 2 01 Z W ly< H O h NZta.ISO In;U OOVOA Om PO =60 N NS 'g Ka CvCVIc) U4ii§ Zp.cn< Nz uo T<w < v, = z <u, m o 0 O�� _�� � Wz i< K <u zvlcn�i� ��-�< 8 .� . ¢ z < • .o c..a • � � �Y�w ��1b. r r Q U w wL o 0_ Z Wa �m<KZ z W w- 00 4 w v m mV, VI J w�U ur} wJ 7J QJ V- "W N rZ r I � o w z a <O LL,,, w <WW wo L. Kcn2aKu= Oln�1-o ,.rw? PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT 0 i i 1 i 11D 1/ I II _,-.1--..-.4 S ,, - . , ,-.L. - i i i PL 0,,„:;...;) _ — c:, n u o ____ . a a -:.;,;,_,,CI 7 g 1 I!r I 1;I . . 1l *I I;I w=i 1 I0 I I! W , ,^Z I Wm I l 1I 4ZI l Q a < � �I a HgP I I M tot' U2 cI r �_,,M�U 1 O o<a ow vI N iI n N _ o n m\ o do I pi-Bl • I■I - ■•1 ■ II II I■I t A giw I® L-a1 — L el ! Z 9£-NA _I L r — — io L I I I I I L om...0■■■,ss■■■■ss■■I�ID ra 00INEM■T■■s;l■■n■;.' 7 8 A r_-I n f-- --I^n-1_n 9£-..M c .n iii c o0 II I ■ _I _I w O..,n�� U rj _Li ^I I ►;I of of I°Im ' m ' m I; of �h Iv1 j . a- I m1 1 W I� W oo •1.1 =1 =1 I I Z w II J II 7 Nm NZ W I� I -I I �1Q ►-I — �. Q w I OJ 1 OJ 1 ^Q '3 c U 0 © n N I i - _ NN a :� :o N o wI■I _I _I I Ii °° o Q§ r N (—— — n �i * 5■■■n■■■. .■■.■p A n Z l-Bl 1-81 I.I 31• s£-!AA •I I < LI l o l °� LUL II "' IIII J c. Ici lO L ,JC tU 9-31 J 7 UI ao 1111 . xi �IOg.'t aaa n n if:, E O 91 H a.L 3 i g v i i 119 m 1 ilgli! 1 giiih I t' 11 g 1131 ig 1 Op w 1211 d 1— iii Rom I z =`Y z II 2 1� OC W $ g 0 4i ON 0W O m QsE is 11 5 0 ; %o o`',g FW J '- - II ii ii I i '.4- Z av 5 a 35 z w W5 p 5 a a8 5. +_, 5 a3 8. 0 # v+ c g F L I o z_ 1- wLL g i D W ,� �o I I `+w c 1,v,' e. J I I H O `�o`+�8�` �� i\�J OI I , '-z�.w -� 3�I I n Nii W<ill 1 J -111 <iP2 ' 10na011d 1YNOl1V'Jna3 3S30O111V NY A9 O]3fOO21d INVITATION TO BID (ITB) Altos Del Mar Restroom Facility ITB No. 2017-146--ZD BID ISSUANCE DATE: JULY 6, 2017 BID OPENING: AUGUST 15, 2017 ISSUED BY: ZULEIKA DAVIDSON MIAMI BEACH Zuleika Davidson , Contracting Officer / PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7000 x6943 I www.miamibeachfl.gov zuleikadavidson(almiamibeachfl.gov INVITATION TO BID SUMMARY BEACH Bid Element Description Invitation to Bid No. 2017-146-ZD Estimated Construction Budget $2,000,000 ITB Title: Altos Del Mar Restroom Facility Basic Description of the Scope of Work: Installation of an approximately 1,052 SF restroom facility, park landscape and irrigation, paved walkways, volleyball courts, future tot-lot and pedestrian lighting at Altos Del Mar Park located east of Collins Avenue between 76th and 77th Street. The work shall be in accordance with the Construction Documents provided herein as Appendix F. The work includes all labor, material, equipment and appurtenances associated with the installation of all the improvements outlined in the construction documents and as required for the delivery of a fully functional park and facility. The City coordinated the undergrounding of other utilities along Atlantic Way between 75th and 76th Street to allow the work to proceed. Bid Issuance: July 6, 2017 Technical Drawings and Specifications are available for free download at: www.publicpurchase.com OR are available on CD for pick up for a fee of $20.00 at: Procurement Department Third Floor; 1755 Meridian Avenue Miami Beach, FL 33139 Pre-Bid Conference July 17, 2017 AT 9:00 AM Date, Time, & Location: Procurement Department ❑ Meeting is Mandatory(only if box is Third Floor; Conference Room checked) 1755 Meridian Avenue Miami Beach, FL 33139 Dial-in Instructions: • Dial the Telephone Number: 1-888-270-9936 • Enter the Meeting Number: 5804578 and then press the pound (#) key Site Visit Date, Time, & Location: There will not be a scheduled site visit, however contractors are encouraged to visit the site, at their ❑ Site Visit is Mandatory(only if box is convenience. checked) Last Day for Receipt of Questions: August 4, 2017 AT 3:00 PM Bid Due Date &Time: August 15, 2017 AT 3:00 PM BID NO: 2017-146-ZD CITYOF MIAMI BEACH 4 CONTRACT THIS CONTRACT is by and between the City of Miami Beach, Florida, a municipal corporation of the State of Florida, ("City"), and West Construction, Inc., 820 North 4th Street, Lantana, FL. 33462, ("Contractor"). WITNESSETH, 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. 2.2 Time is of the essence throughout this Contract. This project shall be substantially completed within one hundred and eighty days (180) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within sixty (60) 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 two thousand dollars ($2,000.00) for each calendar day after the time specified in Bid Opening Date and Time: Immediately following the above due time or as close as feasibly possible. Formal Bid Opening Location Procurement Department (respond to): Third Floor 1755 Meridian Avenue Miami Beach, FL 33139 Response Format: Per bid documents: 1. Sealed Opaque Envelope (Properly Addressed) As per Section 0400 Below Basic Bid Requirements: 1. Bid Guaranty of 5% Please reference Section 0200 for detailed information. ® is required at the time of bid submission. ❑ is NOT required for this project. 2. Performance and Payment bond equal to 100% of the total project: IZ SHALL be required prior to contracting with the successful bidder. Alternative security instruments will be considered under City Code. ❑ SHALL NOT be required for this project. Prevailing Wage Rates ® SHALL be applied. Please reference Section 0200 for detailed information. ❑ SHALL NOT be applied. Project Completion Timeframe: 180 calendar days, Substantial Completion 240 calendar days, Final Completion Liquidated Damages: $2,000.00 shall be assessed for each day after Substantial Completion that the Work is not complete and $1,000,00 to Final Completion. Procurement Contact Information: Zuleika Davidson , Contracting Officer Phone: 305.673.7000 ext. 6943 E-mail: zuleikadavidson©miamibeachfl.gov CONE OF SILENCE: Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.asrx?clientlD=13097&statelD=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelq ranadoCa�miamibeachfl.gov. NOTIFICATIONS AND AMENDMENTS: Bid Notifications and Amendments are issued through the City's partnership with Public Purchase. To ensure receipt of all amendments to this bid, please make sure that your company is registered at: www.publicpurchase.com BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 3 TABLE OF CONTENTS SOLICITATION SECTIONS PAGE 0100 DEFINITIONS 5 0200 INSTRUCTIONS TO BIDDERS 8 0300 MINIMUM QUALIFICATIONS AND REQUIREMENTS 13 0400 BID SUBMITTAL REQUIREMENTS & FORMAT 14 0500 GENERAL TERMS AND CONDITIONS 16 APPENDICES: PAGE APPENDIX A PRICE FORM, BID TENDER FORM, & SUPPLEMENTS 51 APPENDIX B LIST OF PLANS AND SPECIFICATIONS 81 APPENDIX C REQUIRED FORMS FOR BID SUBMITTAL 83 APPENDIX D REQUIRED FORMS (POST-AWARD) 88 APPENDIX E SAMPLE CONTRACT 100 APPENDIX F SPECIFICATIONS 109 APPENDIX G PLANS 572 BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 0100 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 Bid: shall refer to any offer(s) submitted in response to this ITB. The terms "Bid" and "Bid Submittal" are used interchangeably. 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. 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 /or 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: shall refer to a Registered Architect and/or Licensed Professional Engineer that has been contracted by the City to provide professional services for this project. 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 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. The City's Contract Administrator for the Project shall be the Capital Projects Coordinator. 1.10 Contract Documents: The official documents setting forth bidding information, requirements and contractual obligations for the project and includes the Contract, Invitation to Bid, Scope of Work, Instructions to Bidders, Supplements, Technical Specifications, Exhibits, Certificated, Closeout Forms, General Conditions, Supplementary Conditions, Plans, Drawings, Addenda, Award by the City Commission, Bonds, Notice of Award, Notices to Proceed, Purchase Order(s), Change Order(s), Field Order(s), Supplemental Instructions, and any additional documents the submission of which is required by the Project. BID NO: 2017-146-ZD CITYOF MIAMI BEACH w BEACH 5 1.11 Contract Price: The original amount established in the Bid Submittal and award by the City, as may be amended by Change Order. 1.12 Contract Time: The original time between commencement and completion, including any milestone dates thereof, established in Article 2 of the Sample Contract(Appendix E, attached), as may be amended by Change Order. 1.13 Contractor: The person or entity 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. 1.14 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. 1.15 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. 1.16 Materials: Materials incorporated in this Project, or used or consumed in the performance of the Work. 1.17 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. 1.18 Owner's Contingency: The Owner's Contingency is to cover construction related cost which were not specifically foreseeable or quantified as of the date of Bid submittal, including but not limited to the following: correction of minor defects or omissions in the Work not caused by the Contractor's negligence; cost overruns due to the default of any subcontractor or supplier; minor changes caused by unforeseen or concealed site conditions; and minor changes in the Work not involving adjustment in the Contractor Price or extension of the completion date and not inconsistent with the approved final plans and specifications. The Owner's Contingency is to be used solely at the discretion of the City. Prior approval by the City shall be required for the use of Owner's Contingency. 1.19 Plans and/or Drawings: The official graphic representations of this Project which are a part of the Contract Documents. 1.20 Program Manager: Not applicable. 1.21 Project: The construction project described in the Contract Documents, including the Work described therein. 1.22 Project Initiation Date: The date upon which the Contract Time commences. 1.23 Resident Project Representative: Not applicable. BID NO: 2017-146-ZD CITYOF MIAMI BEACH r BEACH 6 1.24 Responsible Bidder: An offeror who has the capability in all respects to perform fully the contract requirements, and the integrity and reliability which will assure good faith performance. 1.25 Responsive Bidder: A person or entity who has submitted a bid which conforms in all material respects to a solicitation. A bid or proposal of a Responsive Bidder must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements by the bid documents to be submitted at the time of bid opening. 1.26 Subcontractor: A person or entity 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. 1.27 Substantial Completion: The date certified in writing by Consultant, and as fully determined by the Contract Administrator in his/her sole discretion the work, or a portion thereof, is at a level of completion in substantial compliance with the Contract Documents such that 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 and/or other authorization from the City acceptable to Contract Administrator 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. 1.28 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. 1.29 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. Balance of Page Intentionally Left Blank BID NO: 2017-146-ZD CITYOF MIAMI BEACH ' BEACH 7 0200 INSTRUCTIONS TO BIDDERS: 2. General: The following instructions 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 ( El ) which may be checked ( ❑x ). 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. Background and Scope of Work: Altos Del Mar Park is located at 7601 Collins Avenue and is one of the few remaining beach front parcels within Miami Beach that is also designated park land. Constructing the improvements designed by Stantec at this existing, undeveloped, open space passive park will provide opportunities to offer park programs not currently available in the neighborhood. Open lawn areas and amphitheater type seating will also provide opportunities to utilize this facility as a venue for future events. The master plan incorporated comments and amenities recommended and selected by the community and approved by the Commission. The proposed facility will include a defined entry plaza, pedestrian beach access and walkways, amphitheater type seating, open lawn area, sand volleyball courts, a tot lot for future playground, Florida native landscaping, a bathroom and storage facility, and environmentally sensitive site lighting. 3. 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. 4. Examination of Contract Documents and Site: It is the responsibility of each Bidder before submitting a Bid, to: 4.1 Examine the Contract Documents thoroughly. 4.2 Visit the site or structure to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. 4.3 Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. 4.4 Study and carefully correlate Bidder's observations with the Contract Documents. 4.5 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. 5. Location of Work: This Scope of Work shall be completed at the following Location: Altos Del Mar Park; 7601 Collins Ave, Miami Beach, FL 33140. BID NO: 2017-146-ZD CITYOF MIAMI BEACH y BEACH 8 6. Pre-Bid Interpretations: Only questions answered by written Addenda will be binding and may supersede terms noted in this ITB. 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. 7. 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. 8. ® Bid Guaranty: This bid shall be accompanied by either an original bid bond executed by a surety company meeting the qualifications for surety companies as specified in Section 0500, General Conditions, or by 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. 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. Bid Securities of the unsuccessful Bidders will be returned after award of the Bid by the Mayor and City Commission. 9. ® Prevailing 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. 10. Acceptance or Rejection 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 one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty(120) calendar days from the date of bid opening by delivering BID NO: 2017-146-ZD CITYOF MIAMI BEACH z - BEACH 9 written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and City Commission. 4 Method of Award: Following the review of bids and application of vendor preferences, the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 11. Contract Price: The Contract Price is to include the furnishing of all labor, materials, equipment including tools, shoring, 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. 12. Postponement of Date for Presenting and Opening 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 five (5) calendar days written notice of any such postponement to all prospective Bidders. 13. Protested Solicitation Award: Protests concerning the bid specifications, requirements, and/or terms; or protests after the bid opening date in accordance with City Code Section 2-371, which establishes procedures for protested bids and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 14.Veteran Business Enterprises: Pursuant to City of Miami Beach Ordinance No. 2011-3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service- disabled veteran business enterprise. BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 15. 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. 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 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/her 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 a Bidder is considered in compliance if bidder provides benefits neither to employees' spouses nor to employees' Domestic Partners. Bidders will find Attachment A-6 in Appendix A of this Solicitation which consists of an FAQ Section and Required Forms for Bid Submittal. 16. City Manager's Review: After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. 17. City Commission Authority: The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. The selection or approval by the City Commission shall not constitute a binding contract between the City and the selected or approved bidder(s). A binding contract will exist upon the completion as determined by the Administration, the City Attorney's Office form approving the contract or contracts, and the Mayor and City Clerk or their respective designees signing the contract(s) after the selected or approved bidder(s) has (or have) done so. Only the executed contract(s) will be binding on the contracting parties. 18. CITY OF MIAMI BEACH LICENSES, PERMITS AND FEES: 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: The City of Miami Beach will require occupational licenses for Contractors as well as sub-contractors. Licenses, permits and fees which may be required by Miami-Dade County, the State of Florida, or other governmental entities are not included in the above list, but are listed as attached (next page) and included as an allowance in the bid. BID NO: 2017-146-ZD CITYOF MIAMI BEACH w BEACH 11 Occupational licenses from City of Miami Beach firms will be required to be submitted within fifteen (15) days of notification of intent to award. 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 following will be required: 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 SUBMITTAL. 19. PERMITS: The CONTRACTOR shall obtain and pay for any permits that may be required for execution of the work (the below may not be all inclusive) I. MIAMI DADE DEPARTMENT OF ENVIRONMENTAL RESOURCES MANAGEMENT (DERM) • DERM — Paving and Drainage Construction Permit • DERM -Water Main Extension Permit II. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) • Notice of Intent to Use a General Permit for Stormwater Discharge from Large to Small Construction Activities III. MIAMI-DADE WATER AND SEWER DEPARTMENT (WASD) IV. FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) • Utility Permit • General Use Permit V. CITY OF MIAMI BEACH • Public Works Right-of Way Permit • Building Department Permit • Tree Permit The successful contractor shall be responsible for obtaining a Right of Way Permit from the City of Miami Beach Public Works Department. The successful contractor shall be responsible for obtaining a dewatering permit from the appropriate agencies if necessary. Balance of Pape Intentionally Left Blank BID NO:2017-146-ZD CITYOF MIAMI BEACH BEACH 0300 MINIMUM QUALIFICATIONS AND REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed below. Bidders that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Bid Guaranty: Bidder shall submit, WITH ITS BID, either an original bid bond executed by a surety company meeting the qualifications for surety companies as specified in Section 0500, General Conditions, or by 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. FAILURE TO INCLUDE THE BID BOND WITH THE BID SUBMITTAL SHALL RESULT IN THE BID BEING DEEMED NON-RESPONSIVE AND NOT BEING CONSIDERED. 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. Bid Securities of the unsuccessful Bidders will be returned after award of the Bid by the Mayor and City Commission. ANY BID THAT DOES NOT INCLUDE, WITH THE BID, A BID BOND SHALL BE DEEMED NON-RESPONSIVE AND SHALL NOT BE CONSIDERED. Bidders shall submit, WITH ITS BID OR WITHIN TWO (2) CALENDAR DAYS OF REQUEST bid amount. 2. Licensing Requirements: Bidder shall be State of Florida licensed General Contractor to be considered for award and submit evidence of licensing with their bid. The qualified bidder shall hold all required current certified licenses in order to provide the scope of work as set forth in the bid documents. Copies of all license(s) shall be submitted with bid submittal or within two (2) business days upon request from the City. 3. Previous Experience: Bidders shall have a total of three (3) projects of similar scope and budget within the last ten (10) years, two (2) of which must be successfully completed, the third of which may be ongoing. Submittal Requirement: Bidders shall submit at least three (3) individual references exemplifying their experience for projects similar in scope and budget. References must include projects completed and ongoing within the last ten (10) years. Similar projects shall be interpreted to mean construction of a park facility that includes structural and landscaping components. For all references submitted, Bidders shall submit, with its bid or within two (2) business days of request, at a minimum the following information for each project reference: 1) Firm Name, 2) Contact Individual Name &Title, 3)Address, 4) Telephone number, 5) Contact's Email, 6) Narrative on Scope of Services Provided, 7) Contract amount and completion date. BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 13 0400. BID SUBMITTAL REQUIREMENTS AND FORMAT One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, one (2) bound copy and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, and Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. The City reserves the right to request any documentation omitted, with exception of the Bid Price form and Bid Bond (if applicable). Bid Submittals received with no Bid Price or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any other omitted documentation within two (2) business days upon request from the City, or the bid may be deemed non-responsive. Non-responsive bid packages will receive no further consideration. BID SUBMISSION FORMAT: Bid packages must contain the following information and documents, each fully completed, signed, and notarized (as required) in the order dictated below. Bid packages which do not include all required documentation, or are not submitted in the required format, or do not have the appropriate signatures or notarizations on each document, may be deemed non-responsive. Tab A. IDENTIFICATION PAGE AND TABLE OF CONTENTS Bidder shall provide a Cover Page including the following information: • Name of Bidder. • Address of submitting Bidder. • 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. Tab B. MINIMUM QUALIFICATIONS AND REQUIREMENTS Bidders shall provide evidence of experience, as required herein in Section 0300 Minimum Qualifications and Requirements. Tab C. FINANCIAL STATEMENTS i. D&B Suppler Evaluation Report. Upon the request of City Administration after a Bid has been submitted, the lowest and best Bidder shall pay D&B to send the Supplier Qualifier Report (SQR) to the prospective Bidder and the Department through electronic means. The cost of the preparation of the D&B report shall be the responsibility of the prospective Bidder. The prospective Bidder shall request the report from D&B at the following website: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 BID NO:2017-146-ZD CITYOF MIAMI BEACH BEACH BIDDERS SHOULD NOT INCLUDE SQR REPORTS WITH THEIR BID SUBMITTALS. Financial Capacity shall only be evaluated for the lowest and best bidder to determine the responsibility of that contractor. Bidders shall submit SQR Reports electronically directly to the Procurement Contact listed herein upon request. ii. In addition to the D&B information, the City may require that proposers 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 submittal is from a co-venture, each Proposers involved in the co- venture must submit financial statements as indicated above. Tab D. EXPERIENCE AND KEY PERSONNEL 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 the following information: • Bidder (Business Entity) shall demonstrate the Contractor Team's (i.e., General Contractor, sub-contractors, and key personnel) ability to execute the type of work described within the Contract Documents of this Invitation to Bid. • 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 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 and/or Estimator • 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. Tab E. BID PRICE Bidders are required to submit their bid price using the Invitation to Bid Proposal Price Form found in Appendix A, Attachment A-1. Attach Appendix A Price Form, Bid Tender Form, & Supplements fully completed and executed. FAILURE TO SUBMIT THE MOST RECENT BID PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 15 0500. GENERAL TERMS AND CONDITIONS: 1. Personnel Requirements: Superintendent must have at least five (5) years of experience in projects of similar design, scope, size and complexity. The Project Manager must have at least five (5) years of experience in projects of similar design, scope, size and complexity. 2. Project Manual: 2.1. The Project Manual includes any general or special Contract conditions or specifications attached hereto. 2.2. 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. 2.3. 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. 2.4. 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. 3. 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. 4. Preliminary Matters: 4.1. 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: 4.1.1 A project "Base Line" schedule, one (1) copy on a CD and One (1) hard copy (activities arranged in "waterfall"), in the indicated form for Final review and approval: O Bar Chart ( ) Modified CPM ( ) CPM (X) Computerized CPM using Primavera P6 software (CPM shall be interpreted to be generally as outlined in the Association of General Contractors (AGC) publication, "The Use of CPM in Construction.") CONTRACTOR shall provide a preliminary man loaded, logic based "Base Line" Project schedule using "Early Start" and "Early Finish" dates for each activity. The Contractor shall include, in addition to normal work activity input, input that encompasses all submittal approvals, delivery durations for important materials and/or equipment, and Logic relationships of activities including physical and site restraints. This input shall be precedence based CPM scheduling using the most recent version of Primavera P6 software. The preliminary Base Line project schedule when submitted shall have attached a run of the programs generated error report that states no errors and be acceptable to CONSULTANT. Monthly, CONTRACTOR shall submit with each progress application an update of the Project Schedule with an error report stating no errors (that does not revise the base line schedule), showing the progress for the month. CONTRACTOR SHALL SUBMIT ONE HARD COPY AND ONE ELECTRONIC COPY (including a native version and a pdf). In addition to the Progress Schedule CONTRACTOR shall include a narrative report of the months' progress, an explanation of any delays and or additions/deletions to activities. It is strongly recommended that CONTRACTOR or the professional who performs scheduling have a vast knowledge in the use of Primavera P6, to develop and update the project schedule. CONTRACTOR agrees to attend weekly progress meetings and provide an updated (3) week look ahead schedule for review and discussion and monthly be prepared to discuss any: 1) Proposed changes to the Base Line schedule logic; 2) Explain and provide a narrative for reasons why logic changes should be made; 3) Update to individual subcontractor activities; and 4) Integration of changes into the schedule. The Project Schedule shall be the basis of the CONTRACTOR'S work and shall be complied with in all respects. If CONTRACTOR'S Work becomes more than (30) days behind schedule CONTRACTOR shall be required to submit a "Make-Up" schedule to CONTRACT ADMINISTRATOR for review and acceptance that demonstrates "Catch Up" within seven (7) days. CONTRACTOR shall provide, at CONTRACTOR'S cost, the necessary additional labor and or equipment necessary to make-up the lost time. Failure to provide a "Make-Up" schedule or vigorously follow the "Make-Up" schedule shall be reason to default CONTRACTOR. 4.1.2 Not Used., . BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 17 4.1.3 A preliminary schedule of Shop Drawing submissions; and 4.1.4 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 may 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. Ox Such prices shall be broken down to show labor, equipment, materials and overhead and profit.. 4.1.5 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 City shall be responsible for the nonperformance by the utility owners. 4.2. 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 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. 4.3. Within five (5) 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. Within ten (10) days after the Project Initiation Date set forth in 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 must be acceptable to Consultant as to form and substance. 5. Performance Bond and Payment Bond: Within ten (10) 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. 5.1. 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. BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 18 5.2. 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. 5.3. 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. 5.4. 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. 6. Qualification of Surety 6.1. Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00): 6.1.1. 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. 6.1.2. 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 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. 6.1.3. 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 BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 19 Amount of Bond Ratings Category 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 6.2. 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. 6.3. 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. 7. Indemnification 7.1 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. 7.2 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. 8. Insurance Requirements: 8.1 The Bidder shall furnish to the Procurement Department, City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 20 A. Worker's Compensation Insurance as required by Florida, with Statutory limits and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, contractual liability, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $2,000,000 combined single limit per occurrence, for bodily injury and property damage. D. Builders Rislk Insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty. (City of Miami Beach shall Named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) E. Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as broad as the primary General Liability coverage. F. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. 8.2 Additional Insured Status The City of Miami Beach must be covered as an additional insured with respect to liability arising out of work or operations performed by or on behalf of the Consultant. 8.3 Waiver of Subrogation Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. Other Insurance Provisions 1. For any claims related to this project, the Contractor's coverage shall be primary insurance as respects the City of Miami Beach, its officials, officers, employees, and volunteers. Any insurance or self-insurance maintained by the City of Miami Beach shall be excess of the Contractor's insurance and shall not contribute with it. 2. Each policy required by this clause shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach. 3. If any excavation work is included in the Contract, it is understood and agreed that Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse and Underground) coverage. If any coverage required is written on a claims-made form: BID NO: 2017-146-ZD CITYOF MIAMI BEACH . a BEACH 4. The retroactive date must be shown, and must be before the date of the contract or the beginning of contract work. 5. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 6. If coverage is canceled or non-renewed, and not replaced with another claims- made policy form with a retroactive date prior to the contract effective date, the Contractor must purchase extended period coverage for a minimum of five (5) years after completion of the contract work. 7. A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk Management (or its designee)for review. 8. If the services involved lead-based paint or asbestos identification/ remediation, the Contractors Pollution Liability shall not contain lead-based paint or asbestos exclusions. If the services involve mold identification/remediation, the Contractors Pollution Liability shall not contain a mold exclusion and the definition of"Pollution" shall include microbial matter including mold. 8.4 Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII, unless otherwise acceptable to the City of Miami Beach Risk Management Office. 8.5 Verification of Coverage Contractor shall provide the required insurance certificates, endorsements or applicable policy language effecting coverage required by this Section. All certificates of insurance and endorsements are to be received prior to any work commencing. However, failure to obtain the required coverage prior to the work beginning shall not waive the Contractor's obligation to provide them. The City of Miami Beach reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. 8.6 Special Risks or Circumstances The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Certificate Holder: CITY OF MIAMI BEACH c/o PROCUREMENT DEPARTMENT 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 9. Labor and Materials: 9.1. 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 BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 22 Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 9.2. 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. 10. Royalties 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. 11. 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. 12. Permits, Licenses and Impact Fees: 12.1. 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. 12.2. 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: 2017-146-ZD CITYOF MIAMI BEACH BEACH 13. Resolution of Disputes: 13.1 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 non- technical 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. 13.2 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. 14. Inspection of Work: 14.1. 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. 14.1.1. 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 BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 'Consultant, be uncovered for examination and properly restored at Contractor's expense. 14.1.2. Re-examination 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. 14.2. Inspectors shall have no authority to permit deviations from, or to relax any of the provisions of, the Contract Documents or to delay the Contract by failure to inspect the materials and work with reasonable promptness without the written permission or instruction of Consultant. 14.3. 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. 15. Superintendence and Supervision: 15.1. 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 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. 15.2. 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. 15.3. 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. 15.4. If Contractor, in the course of prosecuting the Work, finds any discrepancy between the Contract Documents and the physical conditions of the locality, or BID NO: 2017-146-ZD CITYOF MIAMI BEACH k * h 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. 15.5. 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. 16. Termination: 16.1. Termination for Convenience. In addition to other rights the City may have at law and pursuant to the Contract Documents with respect to cancellation and termination of the Agreement, the City may, in its sole discretion, terminate for the City's convenience the performance of Work under this Agreement, in whole or in part, at any time upon written notice to the Contractor. The City shall effectuate such Termination for Convenience by delivering to the Contractor a Notice of Termination for Convenience, specifying the applicable scope and effective date of termination, which termination shall be deemed operative as of the effective date specified therein without any further written notices from the City required. Such Termination for Convenience shall not be deemed a breach of the Agreement, and may be issued by the City with or without cause. a. Upon receipt of such Notice of Termination for Convenience from the City, and except as otherwise directed by the City, the Contractor shall immediately proceed with the following obligations, regardless of any delay in determining or adjusting any amounts due under this Section 16.1: i. Stop the Work specified as terminated in the Notice of Termination for Convenience; ii. Promptly notify all Subcontractors of such termination, cancel all contracts and purchase orders to the extent they relate to the Work terminated to the fullest extent possible and take such other actions as are necessary to minimize demobilization and termination costs for such cancellations; iii. Immediately deliver to the City all Project records, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; iv. If specifically directed by the City in writing, assign to the City all right, title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; v. Place no further subcontracts or purchase orders for materials, services, or facilities, except as necessary to complete the portion of the Work not terminated (if any) under the Notice of Termination for BID NO:2017-146-ZD CITYOF MIAMI BEACH 4 , BEACH 26 Convenience; vi. As directed by the City, transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; vii. Settle all outstanding liabilities and termination settlement proposals from the termination of any subcontracts or purchase orders, with the prior approval or ratification to the extent required by the City (if any); viii. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and any property related to this Agreement that is in the Contractor's possession and in which the City has or may acquire an interest; and ix. Complete performance of the Work not terminated (if any). b. Upon issuance of such Notice of Termination for Convenience, the Contractor shall only be entitled to payment for the Work satisfactorily performed up until the date of its receipt of such Notice of Termination for Convenience, but no later than the effective date specified therein. Payment for the Work satisfactorily performed shall be determined by the City in good faith, in accordance with the percent completion of the Work, less all amounts previously paid to the Contractor in approved Applications for Payment, the reasonable costs of demobilization and reasonable costs, if any, for canceling contracts and purchase orders with Subcontractors to the extent such costs are not reasonably avoidable by the Contractor. Contractor shall submit, for the City's review and consideration, a final termination payment proposal with substantiating documentation, including an updated Schedule of Values, within 30 days of the effective date of termination, unless extended in writing by the City upon request. Such termination amount shall be mutually agreed upon by the City and the Contractor and absent such agreement, the City shall, no less than fifteen (15) days prior to making final payment, provide the Contractor with written notice of the amount the City intends to pay to the Contractor. Such final payment so made to the Contractor shall be in full and final settlement for Work performed under this Agreement, except to the extent the Contractor disputes such amount in a written notice delivered to and received by the City prior to the City's tendering such final payment. 16.2. Event of Default. The following shall each be considered an item of Default. If, after delivery of written notice from the City to Contractor specifying such Default, the Contractor fails to promptly commence and thereafter complete the curing of such Default within a reasonable period of time, not to exceed thirty (30) days, after the delivery of such Notice of Default, it shall be deemed an Event of Default, which constitutes sufficient grounds for the City to terminate Contractor for cause: a. Failing to perform any portion of the Work in a manner consistent with the requirements of the Contract Documents or within the time required BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 27 therein; or failing to use the Subcontractors, entities and personnel as identified and to the degree specified, in the Contract Documents, subject to substitutions approved by the City in accordance with this Agreement and the other Contract Documents; b. Failing, for reasons other than an Excusable Delay, to begin the Work required promptly following the issuance of a Notice to Proceed; c. Failing to perform the Work with sufficient manpower, workmen and equipment or with sufficient materials, with the effect of delaying the prosecution of the Work in accordance with the Project Schedule and/or delaying completion of any of the Project within the specified time; d. Failing, for reasons other than an Excusable Delay, to timely complete the Project within the specified time; e. Failing and/or refusing to remove, repair and/or replace any portion of the Work as may be rejected as defective or nonconforming with the terms and conditions of the Contract Documents; f. Discontinuing the prosecution of the Work, except in the event of: 1) the issuance of a stop-work order by the City; or 2) the inability of the Contractor to prosecute the Work because of an event giving rise to an Excusable Delay as set forth in this Agreement for which Contractor has provided written notice of same in accordance with the Contract Documents; g. Failing to provide sufficient evidence upon request that, in the City's sole opinion, demonstrates the Contractor's financial ability to complete the Project; h. An indictment is issued against the Contractor; i. Failing to make payments to for materials or labor in accordance with the respective agreements; j. Persistently disregarding laws, ordinances, or rules, regulations or orders of a public authority having jurisdiction; k. Fraud, misrepresentation or material misstatement by Contractor in the course of obtaining this Agreement; I. Failing to comply in any material respect with any of the terms of this Agreement or the Contract Documents. In no event shall the time period for curing a Default constitute an extension of the Substantial Completion Date or a waiver of any of the City's rights or remedies hereunder for a Default which is not cured as aforesaid. 16.3. Termination of Agreement for Cause. a. The City may terminate the Contractor for cause upon the occurrence of an Event of Default as defined in Section 16.2, or for any other breach of the Agreement or other Contract Documents by the Contractor that the BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH City, in its sole opinion, deems substantial and material, following written notice to the Contractor and the failure to timely and properly cure to the satisfaction of the City in the time period set forth in Section 16.2, or as otherwise specified in the Notice of Default. b. Upon the occurrence of an Event of Default, and without any prejudice to any other rights or remedies of the City, whether provided by this Agreement, the other Contract Documents or as otherwise provided at law or in equity, the City may issue a Notice of Termination for Cause to Contractor, copied to the Surety, rendering termination effective immediately, and may take any of the following actions, subject to any prior rights of the Surety: i. Take possession of the Project site and of all materials, equipment, tools, construction equipment and machinery thereon owned by Contractor; ii. Accept assignments of subcontracts; iii. Direct Contractor to transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; and iv. Finish the Work by whatever reasonable method the City may deem expedient. c. Upon the issuance of a Notice of Termination for Cause, the Contractor shall: i. Immediately deliver to the City all Project records, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished or partially completed documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; ii. If specifically directed by the City in writing, assign to the City all right, title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; iii. As directed by the City, transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and iv. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and property related to this Agreement that is in the Contractor's BID NO: 2017-146-ZD CITYOF MIAMI BEACH 'a w,'F BEACH 29 ` . possession and in which the City has or may acquire an interest. d. The rights and remedies of the City under Section 16 shall apply to all Defaults that are non-curable in nature, or that fail to be cured within the applicable cure period or are cured but in an untimely manner, and the City shall not be obligated to accept such late cure. 16.4. Recourse to Performance and Payment Bond; Other Remedies. a. Upon the occurrence of an Event of Default, and irrespective of whether the City has terminated the Contractor, the City may (i) make demand upon the Surety to perform its obligations under the Performance Bond and Payment Bond, including completion of the Work, without requiring any further agreement (including, without limitation, not requiring any takeover agreement) or mandating termination of Contractor as a condition precedent to assuming the bond obligations; or (ii) in the alternative, the City may take over and complete the Work of the Project, or any portion thereof, by its own devices, by entering into a new contract or contracts for the completion of the Work, or using such other methods as in the City's sole opinion shall be required for the proper completion of the Work, including succeeding to the rights of the Contractor under all subcontracts as contemplated by Article 16. b. The City may also charge against the Performance and Payment Bond all fees and expenses for services incidental to ascertaining and collecting losses under the Performance and Payment Bond including, without limitation, accounting, engineering, and legal fees, together with any and all costs incurred in connection with renegotiation of the Agreement. 16.5. Costs and Expenses. a. All damages, costs and expenses, including reasonable attorney's fees, incurred by the City as a result of an uncured Default or a Default cured beyond the time limits stated herein (except to the extent the City has expressly consented, in writing, to the Contractor's late cure of such Default), together with the costs of completing the Work, shall be deducted from any monies due or to become due to the Contractor under this Agreement, irrespective of whether the City ultimately terminates Contractor. b. Upon issuing a Notice of Termination for Cause, the City shall have no obligation to pay Contractor, and the Contractor shall not be entitled to receive, any money until such time as the Project has been completed and the costs to make repairs and/or complete the Project have been ascertained by the City. In case such cost and expense is greater than the sum which would have been due and payable to the Contractor under this Agreement for any portion of the Work satisfactorily performed, the Contractor and the Surety shall be jointly and severally liable and shall pay the difference to the City upon demand. 16.6. Termination If No Default or Erroneous Default. If, after a Notice of Termination for Cause is issued by the City, it is thereafter determined that the Contractor was not in default under the provisions of this Agreement, or that any delay BID NO:2017-146-ZD CITYOF MIAMI BEACH Q BEACH Y 30 hereunder was an Excusable Delay, the termination shall be converted to a Termination for Convenience and the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the termination for convenience clause contained in Section 16.1. The Contractor shall have no further recourse of any nature for wrongful termination. 16.7. Remedies Not Exclusive. Except as otherwise provided in the Contract Documents, no remedy under the terms of this Agreement is intended to be exclusive of any other remedy, but each and every such remedy shall be cumulative and shall be in addition to any other remedies, existing now or hereafter, at law, in equity or by statute. No delay or omission to exercise any right or power accruing upon any Event of Default shall impair any such right or power nor shall it be construed to be a waiver of any Event of Default or acquiescence therein, and every such right and power may be exercised from time to time as often as may be deemed expedient. 16.8. Materiality and Non-Waiver of Breach. Each requirement, duty, and obligation in the Contract Documents is material. The City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or Amendment of this Agreement. A waiver shall not be effective unless it is in writing and approved by the City. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and the failure of the City to exercise its rights and remedies under this Article 16 at any time shall not constitute a waiver of such rights and remedies. 17. Contractor Right to Terminate Contract or Stop Work: If the Project should be stopped under an order of any court or other public authority for a period of more than ninety (90) days due to no act or fault of Contractor or persons or entities within its control, or if the City should fail to pay the Contractor any material amount owing pursuant to an Approved Application for Payment in accordance with the Contract Documents and after receipt of all supporting documentation required pursuant Article 8, and if the City fails to make such payment within ninety (90) days after receipt of written notice from the Contractor identifying the Approved Application for Payment for which payment is outstanding, then, unless the City is withholding such payment pursuant to any provision of this Agreement which entitles the City to so withhold such payment, the Contractor shall have the right upon the expiration of the aforesaid ninety (90) day period to stop its performance of the Work, provided that Contractor has sent a Notice to Cure to the City via certified mail, allowing for a 7 day cure period. In such event, Contractor may terminate this Agreement and recover from City payment for all Work executed and reasonable expense sustained (but excluding compensation for any item prohibited by any provisions of the Contract Documents). In the alternative to termination, Contractor shall not be obligated to recommence the Work until such time as the City shall have made payment to the Contractor in respect of such Approved Application for Payment, plus any actual and reasonable related demobilization and start-up costs evidenced by documentation reasonably satisfactory to the City. Except as set forth in this Section 16.8, no act, event, circumstance or omission shall excuse or relieve the Contractor from the full and faithful performance of its obligations hereunder and the completion of the Work as herein provided for. BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 31 18. Assignment: 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. 19. Rights 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. 20. Differing 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. 21. Plans and Working Drawings: 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. BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 22. 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. 23. Contractor's Responsibility for Damages and Accidents: 23.1. 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. 23.2. 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. 24. 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. 25. Supplementary Drawings: 25.1. 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. 25.2. 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. 26. Defective Work: 26.1. 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 BID NO: 2017-146-ZD CITYOF MIAMI BEACH . <� BEACH 33 costs of such removal or corrections including cost of testing laboratories and personnel. 26.2. 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. 26.3. 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. 26.4. 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. 27. 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. 28. Subcontracts: 28.1. 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. 28.2. 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 pay or 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. 28.3 Contractor agrees to bind specifically every subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of City. BID NO: 2017-146-ZD CITYOF MIAMI BEACH h r k 28.4. Contractor shall perform the Work with its own organization, amounting to not less than 70% percent of the Contract Price. 29. Separate Contracts: 29.1. 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. 29.2. If any part of Contractor's Work depends for proper execution or results upon the work of any other persons, Contractor shall inspect 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. 29.3. 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. 29.4. 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. 30. Use of Completed Portions: 30.1. 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. 30.2. In the event City takes possession of any completed or partially completed portions of the Project, the following shall occur: 30.2.1. City shall give notice to Contractor in writing at least thirty (30) calendar days prior to City's intended occupancy of a designated area. 30.2.2. 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: 2017-146-ZD CITYOF MIAMI BEACH BEACH 35 30.2.3. 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 coverage's and start of warranty for the occupied area. 30.2.4. 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. 30.2.5. 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. 31. Lands for Work: 31.1. 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. 31.2. 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. 32. Legal 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 close any thoroughfare, nor interfere in any way with traffic on railway, highways, or water, without the prior written consent of the proper authorities. 33. Location and Damage to Existing Facilities, Equipment or Utilities: 33.1. 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. BID NO:2017-146-ZD CITYOF MIAMI BEACH BEACH 36 33.2. 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. 33.3. 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. 33.4. 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. 34. Value Engineering: 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 after award of contract. Consultant will be the sole judge of acceptability, and no substitute will be ordered, installed, used or initiated without Consultant'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. 35. Continuing 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. BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 37 36. Changes in the Work or Terms of Contract Documents: 36.1. 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. 36.2. 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 such change. This section shall not prohibit the issuance of Change Orders executed only by City as hereinafter provided. 37. Field Orders and Supplemental Instructions: 37.1. 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. 37.2. 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. 38. Change Orders: 38.1. 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. 38.2. All changes to construction contracts which exceed the Commission-approved contingency 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 $50,000 or more shall be approved in advance by the Mayor and City Commission. All Change Orders with a value of less than $50,000 shall be approved in advance by the City Manager or his designee. 38.3. 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 method, if any, provided in BID NO:2017-146-ZD CITYOF MIAMI BEACH e . W BEACH 38 the Change Order for determining the proposed adjustment in the Contract Price or Contract Time. 38.4. 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. 38.5. Under circumstances determined necessary by City, Change Orders may be issued unilaterally by City. 39. Value of Change Order Work: 39.1. 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: 39.1.1. 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. 39.1.2. By mutual acceptance of a lump sum which Contractor and City acknowledge contains a component for overhead and profit. 39.1.3. 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. 39.2. 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. 39.2.1. 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 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. 39.2.2. 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 BID NO:2017-146-ZD CITYOF MIAMI BEACH 8 BEACH 39 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. 39.2.3. 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. 39.2.4. Cost of special consultants, including, but not limited to, engineers, architects, testing laboratories, and surveyors employed for services specifically related to the performance of the work described in the Change Order. 39.2.5. Supplemental costs including the following: 39.2.5.1. 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. 39.2.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the 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 . 39.2.5.3. Sales, use, or similar taxes related to the work, and for which Contractor is liable, imposed by any governmental authority. 39.2.5.4. Deposits lost for causes other than Contractor's negligence; royalty payments and fees for permits and licenses. BID NO:2017-146-ZD CITYOF MIAMI BEACH A BEACH 40 39.2.5.5. The cost of utilities, fuel and sanitary facilities at the site. 39.2.5.6. 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. 39.2.5.7. Cost of premiums for additional bonds and insurance required because of changes in the work. 39.3. The term "cost of the work" shall not include any of the following: 39.3.1. 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 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, all of which are to be considered administrative costs covered by Contractor's fee. 39.3.2. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. 39.3.3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the work and charges against Contractor for delinquent payments. 39.3.4. 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. 39.3.5. 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. 39.3.6. Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in Section 38.2. 39.4. Contractor's fee allowed to Contractor for overhead and profit shall be determined as follows: 39.4.1.A mutually acceptable fixed fee or if none can be agreed upon, 39.4.2.A fee based on the following percentages of the various portions of the cost of the work: BID NO: 2017-146-ZD CITYOF MIAMI BEACH '7' - BEACH 41 39.4.2.1. For costs incurred under Sections 39.2.1 and 39.2.2, Contractor's fee shall not exceed ten percent (10%). 39.4.2.2. For costs incurred under Section 39.2.3, Contractor's fee shall not exceed seven and 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 39.4.2.3. No fee shall be payable on the basis of costs itemized under Sections 39.2.4 and 39.2.5, (except Section 39.2.5.3), and Section 39.3. 39.5. 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 any one 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. 39.6. 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. 39.7. 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. 39.8. 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. 39.8.1. Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. 39.8.2. 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. 39.9. 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." 40. Notification and Claim for Change of Contract Time or Contract Price: 40.1. 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 BID NO: 2017-146-ZD CITYOF MIAMI BEACH %,+ BEACH 42 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. 40.2. 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 therefore 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. 41. No Damages for Delay: 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 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. 42. Excusable Delay; Compensable; Non-Compensable: 42.1 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. BID NO:2017-146-ZD CITYOF MIAMI BEACH 4 _ BEACH 43 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. (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. 43. 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. 44. 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 Section 218.74(4), Florida Statutes (1989) as such relates to the payment of interest, shall apply to valid and proper invoices. 45. Shop Drawings: BID NO:2017-146-ZD CITYOF MIAMI BEACH aBEACH 45.1. 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. 45.2. Within ten (10) 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. 45.3. 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. 45.4. Contractor shall thoroughly review and check the Shop Drawings and each and every copy shall show this approval thereon. 45.5. 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. 45.6. Consultant shall review and approve Shop Drawings within seven (7) 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. 45.7. 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. 45.8. 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. 45.9. 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. BID NO: 2017-146-ZD CITYOF MIAMI BEACH Q Q BEACH 45 45.10. Contractor shall keep one set of Shop Drawings marked with Consultant's approval at the job site at all times. 46. Field Layout of the Work and Record Drawings: 46.1. 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. 46.2. 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. 46.3. 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. 47. Safety and Protection: 47.1. 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: 47.1.1. All employees on the work site and other persons who may be affected thereby; 47.1.2. All the work and all materials or equipment to be incorporated therein, whether in storage on or off the Project site; and 47.1.3. 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. 47.2. 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 BID NO:2017-146-ZD CITYOF MIAMI BEACH BEACH 46 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. 47.3. 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. 48. Ox 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. 49. Payment by 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. 50. Project Sign: Any requirements for a project sign shall be paid by the Contractor as specified by City Guidelines'. 51. Hurricane Precautions: 51.1. 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. 51.2. Compliance with any specific hurricane warning or alert precautions will not constitute additional work. 51.3. 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. BID NO:2017-146-ZD CITYOF MIAMI BEACH BEACH 47 51.4. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Contract Time as noncompensable, excusable delay, and shall not give rise to a claim for compensable delay. 51.5. Within ten (10) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to the Owner or Owner Representative a Huricane Prepardness Plan. 52. Cleaning Up; City's Right 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 therefore as Consultant shall determine to be just. 53. Removal of Equipment: 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. 54. Nondiscrimination, Equal Employment 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. 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. 55. 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 BID NO:2017-146-ZD CITYOF MIAMI BEACH M n BEACH 48 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. 56. Performance Evaluations: 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. 57. 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: b. The chemical name and the common name of the toxic substance. c. The hazards or other risks in the use of the toxic substance, including: i. The potential for fire, explosion, corrosion, and reaction; ii. 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 iii. The primary routes of entry and symptoms of overexposure. d. 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. e. The emergency procedure for spills, fire, disposal, and first aid. f. 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. g. 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. 58. Environmental Regulations: BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 49 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 nonsubmission 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. 59. "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. ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PROCUREMENT DIRECTOR, WHO SHALL FORWARD SAME TO CONSULTANT. Balance of Pace Intentionally Left Blank BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH APPENDIX A Price Form, Bid Tender Form, & Supplements ATTACHMENT A-1: ITB Price Form & Unit Price Breakdown form ATTACHMENT A-2: Bid Tender Form ATTACHMENT A-3: Supplement to Bid Tender Form: Contractor Qualification Statement ATTACHMENT A-4: Supplement to Bid Tender Form: Non-Collusion Certificate ATTACHMENT A-5: Supplement to Bid Tender Form: Drug Free Workplace Certification ATTACHMENT A-6: Supplement to Bid Tender Form: Equal Benefits Ordinance ATTACHMENT A-7: Supplement to Bid Tender Form: Trench Safety Act ATTACHMENT A-8: Supplement to Bid Tender Form: Recycled Content Information Failure to submit the attached Cost Proposal Form shall render proposal non-responsive, and said non-responsive proposal shall not be considered by the City. BID NO:2017-146-ZD CITYOF MIAMI BEACH " ° BEACH 51 AA ANA BEAC A-1 City of Miami Beach ITB Price Form The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment,shoring,supervision, mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section 1 — Bidders Price: PROJECT TITLE: ITB 2017-146-ZD:Altos Del Mar Restroom Facility Cost 01-General Requirements $ 02-Demolition $ 03/04-Concrete&Masonry $ 05—Metals $ 06—Rough Carpentry $ 07—Thermal&Moisture Protection $ 08—Doors&Windows $ 08—Four Fold Doors $ 09-Finishes $ 10-Specialties $ 22-Plumbing $ 23-HVAC $ 26- Electrical $ 31-Earthwork $ Landscape $ Irrigation $ Bond $ Insurance $ Subtotal $ Allowance for City Indemnification $25.00 Permit Allowance $15,000.00 *Lump Sum Grand Total (Total Base Bid) $ *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) BID NO:2017-146-ZD CITYOF MIAMI BEACH BEACH 52 Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Submitted: Date Balance of Pacie Intentionally Left Blank A-2 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 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 (ITB) No. 2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY 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, provided in the ITB Price Form in Section 00408 and to furnish the required Certificate(s) of Insurance. In the event of arithmetical errors between the division totals and the total base bid in the ITB Price Form, the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid, the written total base bid shall govern. In absence of totals submitted for any division cost, the City shall interpret as no bid for the division, which may disqualify bidder. BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 54 A-2 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: Amendment 1 Amendment 6 Amendment 2 Amendment 7 Amendment 3 Amendment 8 Amendment 4 Amendment 9 Amendment 5 Amendment 10 Attached is a Bid Bond ❑, Cash ❑, Money Order ❑, Unconditional Letter of Credit ❑, Treasurer's Check ❑, Bank Draft ❑, Cashier's Check ❑, or: Certified Check ❑ No. Bank of for the sum of Dollars ($ ). The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: Address Line 1: Address Line 2: Telephone Number: E-mail Address: Social Security Number: OR Federal I.D. Number: Dun & Bradstreet No.: If a partnership, names and addresses of partners: (Sign below if not incorporated) WITNESSES: (Type or Print Name of Bidder) (Signature) (Type or Print Name Signed Above) BID NO: 2017-146-ZD CITYOF MIAMI BEACH e BEACH 55 A-2 (Sign below if incorporated) ATTEST: (Type or Print Name of Corporation) Secretary (Signature and Title) (CORPORATE SEAL) (Type or Print Name Signed Above) Incorporated under the laws of the State of: BID NO:2017-146-ZD CITYOF MIAMI BEACH BEACH 56 A-3 SUPPLEMENT TO BID/TENDER FORM: CONTRACTOR QUALIFICATION STATEMENT THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID; HOWEVER, ANY 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 CITYS REQUEST. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. Please list all Licenses, Certifications, and/or Registrations your organization may possess. Please also indicate the number of years your organization has been in possession of these licenses, certifications, and/or registrations. License/Certification#/Registration# #Years 2. Attach a list of the Key Personnel, the intended role for this Project, and resumes for each individual. 3. What business are you in? 4. Please indicate the last project of similar scope and volume that your organization has completed and its completion date. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. List 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, whether or not a claim was made. 7. References & Past Performance. Bidder shall submit at least three (3) references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: Proposer shall submit a minimum of three (3) references, including the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4)Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 57 A-3 8. Attach a list including 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-venturers): a. Name of Project b. Owner and Point of Contact (Minimum of Phone Number& E-mail Address) c. Original Contract Value d. Current Contract Value e. Projected Date of Completion per Contract f. Percent (%) Completion to Date of Bid Submittal 9. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? ❑ Yes ❑No 10. 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). Additional Sheets may be attached as necessary. A. The correct name of the Bidder is: B. The business is a: ❑ Sole Proprietorship ❑ Partnership ❑ Corporation C. The address of principal place of business is: D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: BID NO:2017-146-ZD CITYOF MIAMI BEACH BEACH 58 A-3 E. List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. F. 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. G. List and describe all successful Performance or Payment Bond claims made to your 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). H. 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. I. 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. BID NO: 2017-146-ZD CITYOF MIAMI BEACH % �. BEACH 59 J. 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, please provide details. K. Under what conditions does the Bidder request Change Orders? L. Provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest and the percentage of ownership. 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. M. Individuals or entities (including our sub-consultants) with a controlling financial interest: have 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. O. Has the Corporation, Officers of the Corporation, Principal Stockholders, Principals of the Partnership or Owner of Sole Proprietorship ever been indicted, debarred, disqualified or suspended from performing work for the Federal Government or any State or Local Government or subdivision or agency thereof? ❑Yes ❑No BID NO: 2017-146-ZD CITYOF MIAMI BEACH x z A-3 P. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? El Yes ❑No If the answer to either number 12 or 13 is yes, attach a written detailed explanation. Q. Is the business entity owned by a certified service-disabled veteran, and or a small business owned and controlled by veterans, as defined on Section 502 of the Veteran Benefit Health, and Information Technology Act of 2006, and cited in the Database of Veteran-owned Business? ❑Yes El No R. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. S. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. T. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. BID NO: 2017-146-ZD CITYOF MIAMI BEACH n A-3 CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. IF PARTNERSHIP: Signature Print Name of Firm Print Name Address Title: CONTINUED ON FOLLOWING PAGE IF CORPORATION: Signature Print Name of Corporation Print Name Address Title: WITNESS: Signature Print Name Title: (CORPORATE SEAL) Attest: Secretary BID NO: 2017-146-ZD CITYOF MIAMI BEACH 1: BEACH 62 A-4 SUPPLEMENT TO BID/TENDER FORM: NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this day of , 20 . 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 pertains; 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 an 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. 2017-146-ZD. SIGNATURE PRINTED NAME TITLE (IF CORPORATION) BID NO:2017-146-ZD CITYOF MIAMI BEACH R µ BEACH 63 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION 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; (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 appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs(1) through (6). BID NO:2017-146-ZD CITYOF MIAMI BEACH ° ` BEACH A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION (Bidder Signature) (Print Vendor Name) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20_, by as (name of person whose signature is being notarized) (title) of (name of corporation/company) known to me to be the person described herein, or who produced as identification, and who did/did not take an oath. NOTARY PUBLIC: (Signature) (Print Name) My commission expires: BID NO:2017-146-ZD CITYOF MIAMI BEACH " ' BEACH A-6 SUPPLEMENT TO BID TENDER FORM: 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-XXX 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. 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). BID NO: 2017-146-ZD CITYOF MIAMI BEACH x BEACH 66 A-6 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 nonprofit 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 A/E, landscape A/E, 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: • 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 ITB 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; BID NO:2017-146-ZD CITYOF MIAMI BEACH w BEACH 67 A-6 • 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. Balance of Pane Intentionally Left Blank BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 68 A-6 AA I Am I BEAc H DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1.Vendor Information Name of Company: Name of Company Contact Person: Phone Number: Fax Number. E-mail: Vendor Number(if known): Federal ID or Social Security Number: Approximate Number of Employees in the U.S.: (If 50 or less,skip to Section 4,date and sign) Are any of your employees covered by a collective bargaining agreement or union trust fund? Yes No 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 discriminate. Please answer yes or no to each category. ❑ Race _Yes_No ❑ Sex _Yes_No ❑ Color _Yes_No ❑ Sexual Orientation _Yes_No ❑ Creed Yes_No ❑ Gender Identity(transgender status) _Yes_No ❑ Religion _Yes_No ❑ Domestic partner status _Yes_No ❑ National origin _Yes_No ❑ Marital status _Yes-No ❑Ancestry _Yes_No ❑ Disability _Yes_No ❑Age Yes_No ❑AIDS/HIV status _Yes_No ❑ Height _Yes_No ❑Weight _Yes_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 with the City? Please note:you must answer this question,even if you do not intend to enter into any subcontracts. _Yes_No BID NO:2017-146-ZD CITYOF MIAMI BEACH BEACH 69 A-6 Question 2. Nondiscrimination -Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires 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. 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. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners*or to domestic partners of employees? YES NO 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 benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides Firm Provides Firm does not for Employees for Employees Provide Benefit with Spouses with Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to 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 and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at: www.miamibeachfl.qov/procurement/ BID NO:2017-146-ZD CITYOF MIAMI BEACH C H 70 BEH ., A-6 Section 3. Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C. Without 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? _Yes_No Section 4. Executing the Document I declare 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. Executed this day of , in the year ,at , Signature Mailing Address Name of Signatory City,State,Zip Code Title BID NO: 2017-146-ZD CITYOF MIAMI BEACH 24 BEACH 71 A-6 M I AM I BEACH REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Procurement Department ONLY IF you: A. Have taken all reasonable measures to end discrimination in benefits; 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: 9 The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 10 The dates on which such benefits providers were contacted; 11 Copies of any written response(s)you received from such benefits providers, and if written responses are unavailable, summaries of oral responses; and 12 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. Name of Company (please print) Mailing Address of Company Signature City, State,Zip Name of Signatory (please print) Telephone Number Title Date BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEA7H A-6 Definition of Terms A. Reasonable Measures The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits. A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: 1. The number of benefits providers identified and contacted, in writing, by the City Contractor, and written documentation from these providers that they will not provide equal benefits; 2. The existence of benefits providers willing to offer equal benefits to the City Contractor; and 3. The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B. Cash Equivalent "Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner(or spouse, if applicable) in lieu of providing Benefits to the employees' Domestic partner (or spouse, if applicable). The Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent. The cash equivalent of the following benefits apply: A. For bereavement leave, cash payment for the number of days that would be allowed as paid time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. B. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner employee, to be paid on a regular basis while the domestic partner employee maintains the such insurance in force for himself or herself. C. For family medical leave, cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 73 A-6 MIAMI BEACH SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Procurement Department by entities seeking to contract with the City of Miami Beach that wish to delay ending their discrimination in benefits pursuant to the Rules of Procedure, as set out below. Fill out all sections that apply. Attach additional sheets as necessary. A. Open Enrollment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process following the date the contract with the City begins, provided that the City Contractor submits to the Procurement Department evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed two years from the date the contract with the City is entered into, and only applies to benefits for which an open enrollment process is applicable. Date next benefits plan year begins: Date nondiscriminatory benefits will be available: Reason for Delay: Description of efforts being undertaken to end discrimination in benefits: • BID NO:2017-146-ZD CITYOF MIAMI BEACH " BEACH B. Administrative Actions and Request for Extension A-6 Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory benefits into the City Contractor's infrastructure. The time allotted for these administrative steps shall apply only to those benefits for which administrative steps are necessary and may not exceed three months. An extension of this time may be granted at the discretion of the Procurement Director, upon the written request of the City Contractor. Administrative steps may include, but are not limited to, such actions as computer systems modifications, personnel policy revisions, and the development and distribution of employee communications. Description of administrative steps and dates to be achieved: If requesting extension beyond three months, please explain basis: C. Collective Bargaining Agreements (CBA) Ending discrimination in benefits may be delayed until the expiration of a City Contractor's Current collective bargaining agreement(s)where all of the following conditions have been met: 1. The provision of benefits is governed by one or more collective bargaining agreement(s); 2. The City Contractor takes all reasonable measures to end discrimination in benefits either by requesting that the Unions involved agree to reopen the agreements in order for the City Contractor to take whatever steps necessary to end discrimination in benefits or by ending discrimination in benefits without reopening the collective bargaining agreements; and 3. In the event that the City Contractor cannot end discrimination in benefits despite taking all reasonable measures to do so, the City Contractor provides a cash equivalent to eligible employees for whom benefits are not available. Unless otherwise authorized in writing by the Procurement Director, this cash equivalent payment must begin at the time the Unions refuse to allow the collective bargaining agreements to be reopened, or in any case no longer than three (3) months from the date the contract with the City is entered into. For a delay to be granted under this provision, written proof must be submitted with this form that: • The benefits for which the delay is requested are governed by a collective bargaining agreement; • All reasonable measures have been taken to end discrimination in benefits (see Section C.2, above); and • A cash equivalent payment will be provided to eligible employees for whom benefits are not available. BID NO: 2017-146-ZD CITYOF MIAMI BEACH 75 BEACH A-6 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. Name of Company (please print) Mailing Address of Company Signature City, State,Zip Name of Signatory (please print) Telephone Number Title Date BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 76 A-7 SUPPLEMENT TO BID/TENDER 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 BID 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: Quantity Unit Description Unit Price Price Extended Method Total $ Name of Bidder Authorized Signature of Bidder BID NO: 2017-146-ZD CITYOF MIAMI BEACH x, - BEACH 77 A-7 CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 CCost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the foregoing Trench Safety Act Form (Attachment A-7) in order to be considered responsive.] BID NO:2017-146-ZD CITYOF MIAMI BEACH ' ",BEACH 78 A-8 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: 2017-146-ZD CITYOF MIAMI BEACH BEACH 79 APPENDIX B List of Plans and Specifications BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 80 MIAMIBEACH B LIST OF PLANS & SPECIFICATIONS CONTRACT DOCUMENTS AS DEVELOPED BY CITY OF MIAMI BEACH CAPITAL IMPROVEMENT DEPARTMENT Sheet No./Spec. Page No Title/Description ITB 2017-146-ZD:Altos Del Mar Restroom Facility - DRAWINGS 1 Cover Sheet Cover Sheet 2 G-001 Index of Drawings 3 G-002 Design Review Board Final Order CIVIL 4 Survey Topographic Survey 5 Survey Topographic Survey 6 Survey Topographic Survey 7 C-01 Demolition Plan 8 C-02 Geometry Plan 9 C-03 Grading Overview 10-15 C-04-C-08 Grading Plan 16 C-09 Section View A-A 17 G10 Water and Sewer Plan 18 G11 Water&Sewer General Notes 19 C-12 Water&Sewer Details 20 C-13 General details 21 C-14 Drainage Details 22 G15 Shower Area Details 23 C-16 SWPPP 24 C-17 SWPPP Details LANDSCAPE 25-26 LA-101&LA-102 Existing Tree Disposition Plan 27-28 LA-103&LA-104 Overall Planting Plan 29-30 LA-105&LA-106 Tree/Palm Planting Plan 31&32 LA-107& LA-108 Shrub Planting Plan 33 LA-109 Planting Notes and Details 34-35 LA-110-LA-111 Bubbler Head Irrigation Plan 36-37 LA-112-LA-113 Spray and Rotor Head Irrigation Plan BID NO:2017-146-ZD CITYOF MIAMI BEACH , BEACH 81 38 LA-114 Irrigation Notes and Details ARCHITECTURAL 39 A-100 Overall Site Plan 40-41 A-101—A1-2 Park Plan 42 A-103 Floor Plan 43 A-104 Reflective Ceiling Plan Life Safety Plan & Roof Plan 44 A-201 Building Elevation 45 A-301 Building Sections 46 A-401 Schedules 47 A-402 Wall Sections 78 A-403 Interior Finishes 79-80 A-404-A405 Details 81 A-406 ADA Details 82 A-407 Site Shower Details STRUCTURAL S-1 General Structural Notes+Schedules S-2.0 Roof Framing& Foundation and First Floor Plan S-3.0 Roof Framing Plan S-3.1 Sections and Details ELECTRICAL E-000 Symbol Legend and General Notes E-001 Lighting Fixture Schedule& Lighting Control Details E-100 Site Plan E-101 Site Plan Photometric E-300 Floor Plan E E-600 Riser Diagram and Schedules MECHANICAL M-000 HVAC Symbol Legend&General Notes M-300 Ground Floor Plan PLUMBING P-000 Symbol Legend, General Notes and Fixture Schedule P-300 Ground Floor& Roof Plan P-500 Plumbing Water and Sanitary Isometric Diagram BID NO: 2017-146-ZD CITYOF MIAMI BEACH : : BEACH 82 APPENDIX C Required Forms for Bid Submittal (Note: Attachments below only apply if the adjacent box is checked) ❑ ATTACHMENT C-1: Bid Guaranty Form; Unconditional Letter Of Credit ❑ ATTACHMENT C-2: Statement Of Compliance: Prevailing Wage Rate Ordinance LI ATTACHMENT C-3: Statement Of Compliance: Davis Bacon Wages BID NO: 2017-146-ZD CITYOF MIAMI BEACH ',` BEACH 83 AAIMAIBEACH C-1 ❑ BID GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami Beach Amount: 1700 Convention Center Drive in United States Funds Miami Beach, Florida 33139 Expiring: Date Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at 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: 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) 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. BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 84 y ,f C-1 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 shall be a release of all obligations. (contractor, applicant, customer) 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:2017-146-ZD CITYOF MIAMI BEACH 4 BEACH 85 C-2 Li STATEMENT OF COMPLIANCE: PREVAILING WAGE RATE ORDINANCE NO. 94-2960 No. Contract No. Project Title 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. Dated , 20 (Contractor) By: (Signature) By: (Print Name and Title) STATE OF ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20_, by who is personally known to me or who has produced as identification and who did/did not take an oath. 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: 2017-146-ZD CITYOF MIAMI BEACH ' BEACH 86 C-3 ❑ STATEMENT OF COMPLIANCE: DAVIS BACON ACT No. Contract No. Project Title 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: (Signature) By: (Print Name and Title) STATE OF ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this day of 20_, by who is personally known to me or who has produced as identification and who did/did not take an oath. 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:2017-146-ZD CITYOF MIAMI BEACH BEACH 87 APPENDIX D Required Forms (Post-Award) ATTACHMENT D-1: Form of Performance Bond ATTACHMENT D-2: Form of Payment Bond ATTACHMENT D-3: Certificate of Corporate Principle ATTACHMENT D-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit ATTACHMENT D-5: Certificate of Substantial Completion ATTACHMENT D-6: Final Certificate of Payment ATTACHMENT D-7: Form of Final Receipt BID NO:2017-146-ZD CITYOF MIAMI BEACH . r BEACH AAIMAIBEACH D-1 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 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 BID NO: 2017-146-ZD CITYOF MIAMI BEACH w BEACH 89 D-1 FORM OF PERFORMANCE BOND (Continued) 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 WITNESSES: (Name of Corporation) Secretary By: (Signature) (CORPORATE SEAL) (Print Name and Title) IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: BID NO:2017-146-ZD CITYOF MIAMI BEACH BEACH 90 D-2 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. 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. BID NO:2017-146-ZD CITYOF MIAMI BEACH ' BEACH D-2 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 IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: BID NO:2017-146-ZD CITYOF MIAMI BEACH ' `' BEACH 92 D-3 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 day of 20 My commission expires: Notary Public, State of Florida at Large Bonded by BID NO:2017-146-ZD CITYOF MIAMI BEACH 3 r BEACH 93 D-4 PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT: Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami Beach Amount: 1700 Convention Center Drive in United States Funds Miami Beach, Florida 33139 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 available by your drafts at sight, accompanied by: 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) 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 BID NO:2017-146-ZD CITYOF MIAMI BEACH - ;";` BEACH 94 D-4 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:2017-146-ZD CITYOF MIAMI BEACH BEACH CH 0-5 CERTIFICATE OF SUBSTANTIAL COMPLETION: PROJECT: Consultant: (name, address) 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. 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. BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 96 D-5 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. Consultant 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: 2017-146-ZD CITYOF MIAMI BEACH k BEACH 97 D-6 FINAL CERTIFICATE OF PAYMENT: PROJECT: Consultant: (name, address) 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. Consultant 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: 2017-146-ZD CITYOF MIAMI BEACH BEACH 98 D-7 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 [If not incorporated sign below.] Contractor WITNESSES: (Name of Firm) By: (Signature) (Print Name and Title) day of , 20 . BID NO: 2017-146-ZD CITYOF MIAMI BEACH ` ` BEACH 99 APPENDIX E Sample Contract BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 100 MIAMIBEACH SAMPLE CONTRACT: NOTE: This Sample Contract is for informational purposes only. The contents of the contract may change based on the best interests of the City. 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 , hereinafter referred to as Contractor. WI TN E S S E 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. 2.2 Time is of the essence throughout this Contract. This project shall be substantially completed within one hundred eighty (180) 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 (60) calendar days from the date certified by Consultant as the date of Substantial Completion. BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 101 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 two thousand dollars ($2,000.00) 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 ($1,000.00) 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. ARTICLE 3 THE CONTRACT SUM [ ] This is a Unit Price Contract:* [X] This is a Lump Sum 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. BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH �.� [ ] This is a Lump Sum Price 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 in the amount of $ . 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 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 The City shall withhold from each progress payment made to Contractor retainage in the amount of ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed. The Work shall be considered 50% complete at the point at which the City has expended 50% of the approved Cost of the Work together with all costs associated with existing change orders or other additions or modifications to the construction services provided for in this Agreement. Thereafter, the City shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the Contractor, until Substantial Completion as provided in ITB Section 0500, Sub-Section 43. Any reduction in retainage below five percent (5%) shall be at the sole discretion of the City after written request by Contractor. All requests for release of retainage shall be made in accordance with, and shall be subject to, the requirements of Section 255.078 of the Florida Statutes, as may be amended. Except as provided by law, the City shall have no obligation to release or disburse retainage until Substantial Completion of the Project. Upon receipt by the Contractor of a Certificate of Substantial Completion pursuant to ITB Section 0500, Sub- Section 43, fully executed by the City establishing the Date of Substantial Completion, and after completion of all items on the punch list and/or other incomplete work, the Contractor may submit a payment request for all remaining retainage. It shall be the BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH ry 103 City's sole determination as to whether any of the items have been completed. For items deemed not to have been completed, the City may withhold retainage up to one and one-half times the total cost to complete such items. Any interest earned on retainage shall accrue to the benefit of City. City shall disburse the amounts withheld upon the City's acceptance of the completion of the items for which they were withheld. 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. 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 BID NO:2017-146-ZD CITYOF MIAMI BEACH BEACH 104 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. 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 Entity 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 intends 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. BID NO: 2017-146-ZD CITYOF MIAMI BEACH 4 a 105 , .p �+, . 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. 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 Department 1755 Meridian Ave., 3rd Floor Miami Beach, Florida 33139 Attn: Alex Denis, Procurement Director With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: 6.7 Assignment 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. 6.8 Materiality 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. BID NO: 2017-146-ZD CITYOF MIAMI BEACH 106 n BEACH 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 Agreements 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 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. BID NO:2017-146-ZD CITYOF MIAMI BEACH BEACH 107 IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: THE CITY OF MIAMI BEACH City Clerk Mayor CONTRACTOR ATTEST: Signature/Secretary Signature/President Print Name Print Name ATTACHMENTS ATTACHMENT A - Resolution, Commission Item Summary, and Commission Memorandum ATTACHMENT B - Invitation to Bid ("ITB") ATTACHMENT C - Bidder's Response to the ITB ATTACHMENT D- Insurance APPENDIX A: Required Forms APPENDIX A-1: Form of Performance Bond APPENDIX A-2: Form of Payment Bond APPENDIX A-3: Certificate of Corporate Principle APPENDIX A-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit APPENDIX A-5: Certificate of Substantial Completion APPENDIX A-6: Final Certificate of Payment APPENDIX A-7: Form of Final Receipt BID NO: 2017-146-ZD CITYOF MIAMI BEACH �E � 108 1 ,..... ° APPENDIX F Specifications BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 109 Specifications for ALTOS DEL MAR New Restroom Facility Miami Beach, FL Stantec ,5a Prepared for: 100%Submittal June 16,2017 City of Miami Beach Project Manual Altos Del Mar June 2017 INDEX DIVISION 1 GENERAL REQUIREMENTS Section Title 01010 Summary of Work Nutting Engineers Geotechnical Exploration Report DIVISION 2 02110 Site Cleaning and demolition 02151 Shoring and Bracing of Excavation 02200 Earthwork 02201 Earthwork for Utility Structures 02221 Trenching Bedding and Backfill for Pipe 02500 Parking/Roadways/Sidewalks 02510 Water Distribution System 02512 Concrete Sidewalk 02513 Portland Cement Concrete Pavement 02529 Concrete Sidewalks, Straight Curbs, Curbs, Gutters, and Wheel Stops 02576 Paving and Resurfacing 02700 Sanitary Sewer Gravity Collection System DIVISION 4 MASONRY 04220 Concrete Unit Masonry DIVISION 5 METALS 05500 Metal Fabrications DIVISION 6 WOOD AND PLASTICS 06100 Rough Carpentry DIVISION 7 THERMAL AND MOISTURE PROTECTION 07190 Water Repellent 07210 Building Insulation 07542 Roofing 07620 Sheet Metal Flashing and Trim 07900 Sealants DIVISION 8 DOORS AND WINDOWS 08100 Steel Doors and Frames 08332 Overhead Coiling Doors 08710 Finish Hardware 08800 Glass & Glazing 08900 Louvers and Vents 100%Submittal TOC-1 Stantec No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 DIVISION 9 FINISHES 09057 Moisture Vapor Control 09221 Flooring 09240 Portland Cement Plastering 09290 Gypsum Board 09310 Ceramic Tile 09900 Painting DIVISION 10 SPECIALTIES 10155 Toilet Partitions 10200 Architectural Louvers 10400 Identifying Devices 10800 Toilet Accessories DIVISION 15 MECHANICAL 15010 General Provisions 15023 Codes and Standards 15044 General Completion 15047 Identification 15410 Piping (Plumbing) 15421 Drains and Cleanouts 15430 Piping Specialties (Plumbing) 15440 Plumbing Fixtures, Trim, and Supports 15457 Water Heaters 15515 Valves, Hangers, and Specialties DIVISION 16 ELECTRICAL 16023 Codes and Standards 16100 Basic Materials and Methods 16112 Raceways and Conduits 16120 Wire and Cable 16131 Outlet, Pull, and Junction Boxes 16140 Wiring Devices 16155 Motor Power and Control Wiring 16160 Terminal Cabinets 16402 Electrical Site Utilities 16430 Metering and Sub-Metering 16440 Disconnect Switches 16450 Grounding 16470 Panelboards 16475 Overcurrent Protective Devices 16511 Lighting Fixtures and Lamps 16530 Exterior Lighting 16630 Battery Powered Emergency LED Lighting Units 16709 Surge Protection Devices 100%Submittal TOC-2 Stantec No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 01010 -SUMMARY OF WORK PART 1 - GENERAL 1.01 THE REQUIREMENT A. 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 required for the fulfillment of the Contract in strict accordance with the Contract Documents. The WORK shall be complete, and all WORK, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the WORK in good faith shall be provided by the CONTRACTOR as though originally so indicated, at no increase in cost to the CITY. B. Whenever a reference to number of days is noted, it shall be construed to mean calendar days. 1.02 WORK COVERED BY CONTRACT DOCUMENTS A. The WORK of this Contract comprises the construction of the Park Restroom Building and Parking Lot Restrooms. The WORK will include but not be limited to new restrooms building, landscaping, irrigation, plumbing, electrical and mechanical and all associated utility work. B. The WORK is located at: , Miami Beach, FL, 33140. C. Contract Documents: Construction Documents will be issued for construction on 2016. D. Summary of Base Bid Work: new restroom buildings, landscaping, irrigation and associated utility work. 100% Submittal 01010- 1 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1.03 STANDARD SPECIFICATION A. Except as noted, all materials and workmanship shall meet the requirements of the latest editions of the following publications: 1. Miami-Dade County Public Works manual "Design and Construction Standards" 2. The Florida Department of Transportation "Standard Specifications for Road and Bridge Construction, and its supplements 3. The Florida Department of Transportation "Roadway and Traffic Design Standards" 4. The Florida Department of Transportation "Structures Standards," dated 1992, 5. Miami-Dade Water and Sewer Department "Design and Construction Standard Specification and Details". 6. National Electric Code 7. Florida Building Code 8. American with Disabilities Act 9. National Fire Protection Agency 10. Chapter 556, Florida Statutes, Underground Facility Damage Prevention and Safety Act 1.04 SITE INVESTIGATION A. The CONTRACTOR, by virtue of signing the Agreement, acknowledges that it has satisfied itself to the nature and location of the WORK, the general and local conditions including, but not restricted to: those bearing upon transportation; disposal, handling and storage of materials; access roads to the site; the conformation and conditions of the WORK area; and the character of equipment and facilities needed preliminary to and during the performance of the WORK. 100% Submittal 01010-2 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 Failure on the part of the CONTRACTOR to completely or properly evaluate the site conditions shall not be grounds for additional compensation. 1.05 WORK BY OTHERS A. Concurrent work by other CONTRACTORS. The CONTRACTOR'S attention is directed to the fact that WORK may be conducted at the site by other CONTRACTORS during the performance of the WORK under this Contract. The CONTRACTOR shall conduct its operations so as to cause little or no delay to work of such other contractors, and shall cooperate fully with such contractors to provide continued safe access to their respective portions of the site, as required to perform work under their respective contracts. B. Interference With Work On Utilities. The CONTRACTOR shall cooperate fully with all utility forces of the CITY or forces of other public or private agencies engaged in the relocation, altering, or otherwise rearranging of any facilities which interfere with the progress of the WORK, and shall schedule the WORK so as to minimize interference with said relocation, altering, or other rearranging of facilities. 1.06 WORK SEQUENCE A. The CONTRACTOR shall schedule and perform the WORK in such a manner as to result in the least possible disruption to the public's use of roadways, driveways, utilities, and any building, and/or portions thereof, to remain in operation during construction. Utilities shall include but not be limited to water, sewerage, drainage structures, ditches and canals, gas, electric, television and telephone. Prior to commencing with the WORK, CONTRACTOR shall perform a location investigation of existing underground utilities and facilities in accordance with the Section entitled "Protection of Existing Facilities" and shall have obtained all required permits and permissions. CONTRACTOR shall also deliver written notice to the CITY and property occupants (private and public) of all planned disruption to roadway, driveways, and utilities 72 hours in advance of disruption. All notifications of planned disruptions shall be coordinated with the City's Capital Improvement Projects Office (CIP), and shall be in the form of a certified letter with return receipts. 100% Submittal 01010-3 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. If other projects will be connected to portions of WORK constructed as part of this project, it may be necessary to sequence portions of this project. CONTRACTOR shall be responsible for coordinating construction activities and tie-ins with CONTRACTOR's of adjacent phases and sections as required. C. CONTRACTOR shall sequence the WORK so as to minimize impact on residents. CONTRACTOR shall notify schools, the City's Fire and Police Department, and the Post Office 14 days prior to disruption of roadways. All notifications of planned disruptions shall be coordinated with the City's Capital Improvement Projects Office (CIP), and shall be in the form of a certified letter with return receipts. D. In addition to the above, the following restrictions shall be maintained: 1. The CONTRACTOR shall provide a detailed phasing and Maintenance of Traffic plans, for review and approval by the CITY prior to the commencement of any construction activities. 2. Any water supply interruptions shall be scheduled to be as short as possible and not exceed four (4) hours. All Notifications of planned disruptions shall be coordinated with the City of Miami Beach Public Works Department and the City's Capital Improvement Projects Office (CIP). 3. The CONTRACTOR shall notify the City of Miami Beach Fire Department and the City of Miami Beach Public Works Department at a minimum of seventy-two (72) hours prior to the shut off of any potable water or fire main supply. CONTRACTOR shall obtain written acknowledgement from the City of Miami Beach Fire Department and the City of Miami Beach Public Works Department prior to commencing of the shut off of any potable water or fire main supply. 4. Materials and equipment shall be stored in a fenced or otherwise enclosed area during non-working hours. Pipe and material shall not be strung out along installation routes for more than one workday. 5. CONTRACTOR shall provide off-site parking for its employees and its 100% Submittal 01010-4 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 subcontractor's employees. CONTRACTOR shall provide bussing or other means of transporting the necessary work force to and from the site. 6. A staging area shall be provided to the CONTRACTOR for the staging of necessary equipment, material and field operation. CONTRACTOR shall provide additional off-site storage and staging as necessary at no additional cost to the Contract. CONTRACTOR shall maintain all staging areas until the WORK is completed. E. Substantial Completion: Project Substantial Completion, as defined in the General Conditions, shall be achieved within 150 calendar days of the Notice to Proceed. F. Final Completion: Project Final Completion, as defined in the General Conditions, shall be achieved within 30 calendar days after Substantial Completion. 1.07 TRAFFIC CONTROL A. The CONTRACTOR shall submit a conceptual Traffic Control Plan at the Pre- Construction Conference. This preliminary plan shall identify the phases of construction that the CONTRACTOR plans to proceed with and identify traffic flows during each phase. The CONTRACTOR will be required to submit a detailed plan showing each phase's Maintenance and Protection Plan prior to starting construction of any phase. B. The "Maintenance of Traffic" plan shall address pedestrian traffic as well as vehicular traffic. As a minimum, the plan shall address the following pedestrian requirements: a. A safe walk route for all schools within the vicinity of the construction zone shall be maintained during the arrival and dismissal of school. CONTRACTOR shall not block bus access to schools during school hours. b. In the case that a designated crossing of any portion of the designated walk route can not be maintained, then the CONTRACTOR shall notify the applicable "School Safety Coordinator" a minimum of ten (10)working 100% Submittal 01010-5 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 days prior to ceasing that route so that an alternate route can be established with the School and the Enforcing agency. c. It shall be the responsibility of the CONTRACTOR for any necessary construction barricade, pavement marking and signage, or any pedestrian signalization and/or signal modification to accommodate an alternate safe walk route. C. The CONTRACTOR, at all times, shall conduct the work in such a manner as to insure the least obstruction to traffic as is practical. Convenience of the general public and of the residents adjacent to the work shall be provided for in a satisfactory manner, as determined by the CITY. D. Sidewalks, gutters, drains, fire hydrants and private drives shall, insofar as practical, be kept in condition for their intended uses. Fire hydrants on or adjacent to the work shall be kept accessible to fire apparatus at all times, and no material or obstruction shall be placed within twenty (20) feet of any such hydrant. E. Construction materials may not be stored upon the public street unless a written request is submitted to the CITY for approval, if such approval is given, construction materials shall be placed so as to cause as little obstruction to the general public as is reasonably possible. F. Streets shall not be closed. The work must be conducted with the provision for a safe passageway for traffic at all times. The CONTRACTOR shall make all necessary arrangements with the jurisdictional agency concerning maintenance of traffic and selection of detours required. G. All existing stop signs shall be maintained. H. When permission has been granted by the CITY to close an existing roadway, the CONTRACTOR shall furnish and erect signs, barricades, lights, flags and other protective devices, which shall conform to the requirements, and be subject to the approval of the jurisdictional agency. The CONTRACTOR shall furnish and maintain proper protective devices at such location for the entire time of closure as the jurisdictional agency may direct. Signage shall be 100% Submittal 01010-6 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 affected one week before closure. I. The CONTRACTOR shall furnish a sufficient number of protective devices to protect and divert the vehicular and pedestrian traffic from working areas closed to traffic, or to protect any new work. Failure to comply with this requirement will result in the shut down of the work until the CONTRACTOR provides the necessary protection. 1.08 TRAFFIC IMPACT PLAN A. The CONTRACTOR shall submit a weekly Traffic Impact Plan to the CITY and CONSULTANT to allow for notification of anticipated area closures to public entities located in and doing business in the project area. The Traffic Impact Plan shall identify streets that are under construction and construction activities that may impact vehicular and pedestrian traffic. 1.09 TEMPORARY STRIPING (Not Applicable) 1.10 WORK SCHEDULE A. Time is of the essence in completing this project. Because time is of the essence, the CONTRACTOR shall commit the necessary resources to this project to complete it in a timely manner. Note that a typical workday will be based on hours between 8:00 am and 6:00 pm on weekdays and 10:00 a.m. and 4:00 p.m. on Saturdays, excluding national holidays. If the CONTRACTOR wishes to work longer hours than those specified herein, it shall request so, in writing, by Friday of each week. Work completed other than regular working hours should be easily observable by CITY and/or CONSULTANT staff on the subsequent day. If the CONTRACTOR proposes to complete work that will be "covered up" after normal working hours, it shall reimburse CITY for costs associated with the observation of such work. The Construction progress will be measured with the construction schedule submitted by the CONTRACTOR. If the CONSULTANT and/or CITY determine that the CONTRACTOR does not meet the CPM as specified in the Section entitled "Schedules and Reports", the CONTRACTOR will be required to commit those resources necessary to ensure the completion of the project in a timely manner. All costs incurred to implement measures to complete the WORK in timely manner will be borne by the 100% Submittal 01010-7 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 CONTRACTOR. B. SCHEDULE 1. CONTRACTOR shall submit scheduling information for the WORK as required in the Section entitled "Schedules and Reports". 2. No separate payment shall be made for preparation and/or revision of the schedule. 1.11 COMPUTATION OF CONTRACT TIME A. It is the CONTRACTOR'S responsibility to provide clear and convincing documentation to the CONSULTANT and/or CITY as to the effect additional WORK will have with respect to additional contract time extension requirements. If additional quantities of WORK can be carried out concurrent with other existing construction activities without disrupting the critical path of the project then no contract time extension will be granted. CONTRACTOR is obligated to provide documentation to the CONSULTANT and/or CITY if additional elements of the WORK affect the critical path of the project. If WORK set forth in the original scope of the project is deleted, the contract time may be reduced. This contract is a calendar day contract. While the CONTRACTOR may be granted time to suspend WORK operations for vacations or holidays, contract time will not be suspended. During suspensions, CONTRACTOR shall be responsible for all maintenance of traffic and liability without additional compensation from the CITY. In addition, CONTRACTOR shall comply with timely notice requirements as specified in the General Conditions. 1.12 CONTRACTOR USE OF PREMISES A. The CONTRACTOR'S use of the project site shall be limited to its construction operations. Storage of materials will be arranged for by the CONTRACTOR and a copy of an agreement for use of other property shall be furnished to the CITY. Note that staging areas on the project site are limited to the Project site. Other areas required for material storage must be arranged and paid for by the CONTRACTOR, as a part of its base bid. 100% Submittal 01010-8 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1.13 PRE-CONSTRUCTION CONFERENCE A. After the award of Contract and Notice to Proceed, a Pre-construction Conference will be held between the CONTRACTOR, CONSULTANT, CITY, other interested Agencies, representatives of Utility Companies and others affected by the WORK. The time and place of this conference will be set by the CITY. The CONTRACTOR shall bring to the conference a copy of its preliminary WORK schedule for review and comment by the CITY and CONSULTANT. The schedule shall include sequences of operation and time schedule. The final schedule will be due as noted in the Section entitled "Schedules and Reports". The WORK shall be performed in accordance with such schedule or approved amendments thereto. 1.14 UTILITY LOCATIONS (Not Applicable) 1.15 LINE AND GRADE (Not Applicable) 1.16 PROTECTION AND RESTORATION OF SURVEY MONUMENTS (Not Applicable) 1.17 EQUIPMENT A. All equipment necessary and required for the proper construction of all facilities shall be on the construction site, in first-class working condition. 1.18 STORAGE SITES A. The CONTRACTOR shall furnish, at its expense, properly zoned areas suitable for field office, material storage and equipment service and storage. No material may be stored in the public right of way without prior authorization by the agency having jurisdiction. The CONTRACTOR shall keep these areas in a clean and orderly condition so as not to cause a nuisance or sight obstruction to motorists or pedestrians. 1.19 OWNERSHIP OF EXISTING MATERIALS A. All materials removed shall become the property of the CONTRACTOR, who shall dispose of it in a manner, complying with all applicable jurisdictional requirements. 100% Submittal 01010-9 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1.20 EXCESS MATERIAL A. All debris, concrete or other unsuitable materials shall be disposed of off-site in approved areas provided by the CONTRACTOR. Storage of unsuitable materials on site shall not be allowed. All unsuitable materials are to be removed from work site as they are generated. Any excess material desired to be retained by the CITY shall be delivered by the CONTRACTOR to a designated area within a 5 mile radius of the project, at no extra cost to the CITY. 1.21 AUDIO-VISUAL PRECONSTRUCTION RECORD A. General: 1. The CONTRACTOR shall engage the services of a professional electrographer. The color audio-video tapes shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in the business of preconstruction color audio video tape documentation. The electrographer shall furnish to the CONSULTANT a list of all equipment to be used for the audio-video taping i.e., manufacturer's name, model number, specifications and other pertinent information. Additional information to be furnished by the electrographer are the names and addresses of two references that the electrographer has performed color audio-video taping for on projects of a similar nature within the last 12 months. 2. Prior to beginning the WORK, the CONTRACTOR shall have a continuous color audio-video tape recording taken along the entire length of the project to serve as a record of preconstruction conditions. No construction shall begin prior to review and approval of the tapes covering the construction area by the CONSULTANT. The CONSULTANT shall have the authority to reject all or any portion of the video tape not conforming to the specifications and order that it be redone at no additional charge. The CONTRACTOR shall reschedule unacceptable coverage within five days after being notified. The CONSULTANT shall designate those areas, if any, to be omitted from or added to the audio- video coverage. 100% Submittal 01010- 10 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Audio-Video Tapes: 1. Audio-Video tapes shall be new. Reprocessed tapes will not be acceptable. The tapes shall be one half inch, high energy, extended still frame capable video cassettes and Audio Video DVDs. They shall be interchangeable with the color video cassette player and shall be compatible for playback with a standard player-receiver, VHS format. DVDs shall be standard DVD interchangeable with the color DVD player or computer DVD player. 2. CONTRACTOR shall provide the CITY two complete sets of tapes and DVDs for each of the project areas. C. Equipment: 1. All equipment, accessories, materials and labor to perform this service shall be furnished by the CONTRACTOR. 2. The total audio-video system shall reproduce bright, sharp, clear pictures with accurate colors and shall be free from distortion, tearing, rolls or any other form of imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume and clarity and be free from distortion and interruptions. 3. When conventional wheeled vehicles are used, the distance from the camera lens to the ground shall not be less than twelve feet. In some instances audio-video tape coverage may be required in areas not accessible by conventional wheeled vehicles. Such coverage shall be obtained by walking or special conveyance approved by the CONSULTANT. 4. The color video camera used in the recording system shall have a horizontal resolution of 300 lines at center, a luminance signal to noise ratio of 45 dB and a minimum illumination requirement of 25 foot-candles. D. Recorded Information -Audio: 1. Each tape shall begin with the current date, project name and municipality 100% Submittal 01010- 11 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 and be followed by the general location, i.e., name of street, house address, viewing side and direction of progress. The audio track shall consist of an original live recording. The recording shall contain the narrative commentary of the electrographer, recorded simultaneously with his fixed elevation video record of the zone of influence of construction. E. Recorded Information -Video 1. All video recordings must, by electronic means, display continuously and simultaneously generated with the actual transparent digital information to include the date and time of recording, and station numbers as shown on the drawings. The date information shall contain the month, day and year. The time information shall contain the hour, minutes and seconds. Additional information shall be displayed periodically. Such information shall include, but not be limited to, project name, contract number, name of street, house address, direction of travel and the viewing side. This transparent information shall appear on the extreme upper left hand third of the screen. 2. All taping shall be done during times of good visibility. No taping shall be done during precipitation, mist or fog. The recording shall only be done when sufficient sunlight is present to properly illuminate the subjects of recording and to produce bright, sharp video recordings of those subjects. 3. The rate of speed of the vehicle used during taping shall not exceed 10 miles per hour. Panning, zoom-in and zoom-out rates shall be sufficiently controlled to maintain a clear view of the object. 4. Tape coverage shall include all surface features located within the zone influence of construction supported by appropriate audio coverage. Such coverage shall include, but not be limited to, existing driveways, sidewalks, curbs, pavements, ditches, mailboxes, landscaping, culverts, fences, signs and headwalls within the area covered. Particular attention should be paid to those items outside or adjacent to the work limits that may become damaged during construction. F. Payment: Compensation for the audio-video preconstruction record shall be 100% Submittal 01010- 12 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 included in the lump sum bid price for Mobilization. 1.22 ADJUSTING EXISTING VALVES, METERS, CATCH BASINS, AND MAINTENANCE ACCESS STRUCTURES (i.e. MANHOLES) A. It shall be the CONTRACTOR'S responsibility to coordinate and have all adjustments made to existing water meters, valves, and structures encountered during construction, to meet all final grades, unless otherwise instructed by the CONSULTANT or the respective utility owner. All valves and maintenance access structures shall be accessible during all phases of the WORK for emergency access. Omission of such structures from the Contract Plans does not relieve the CONTRACTOR from making such adjustments as may be deemed necessary. Cost for such work shall be inputted in the Contractor's Base Bid. 1.23 CONFLICT STRUCTURES (Not Applicable) 1.24 ENVIRONMENTAL PROTECTION A. The CONTRACTOR shall furnish all labor and equipment and perform all WORK required for the prevention of environmental pollution during and as a result of the WORK under this contract. For the purpose of this contract, environmental pollution is defined as the presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human life, affect other species of importance to man, or degrade the utility of the environment for aesthetic and recreational purposes. The control of environmental pollution requires consideration of air, water, land and involves noise, solid waste management and management of radiant energy and radioactive materials, as well as other pollutants. B. The CONTRACTOR shall take all steps necessary to protect water quality in the connected waters around the project and shall utilize such additional measures as directed by the Design ENGINEER. C. The CONTRACTOR shall implement a Stormwater Pollution Prevention Plan meeting the Florida Department of Environmental Protection applicable 100% Submittal 01010- 13 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 requirements. The CONTRACTOR shall obtain and prepare all documents necessary to obtain a Florida Department of Environmental Protection National Pollution Discharge Elimination System Permit for Construction Activities. All cost associated with this activity shall be deem incidental to that Project's bid price. D. All protection requirements covered by this subsection shall be in compliance with all applicable jurisdictional agency requirements. 1.25 BASIS OF PAYMENT A. The CONTRACTOR shall not be permitted to invoice for quantities of WORK beyond those contained in the contract and all previously approved change orders. Invoice for partial payment shall not be accepted by the CITY as complete without the following: 1. Pay application signed by Architect of Record 2. Consent of Surety 3. Waivers and Releases of Liens 4. Photographs 5. Updated Construction Schedule 1.26 APPLICATION FOR PAYMENT FOR STORED MATERIALS A. Application for payment for stored materials shall comply with requirements set forth in the General Conditions. 1.27 VIBRATORY COMPACTION (Not Applicable) 1.28 REPORTING OF DAMAGE CLAIMS A. The CONTRACTOR shall keep the CITY informed of any damage claims made against the CONTRACTOR during the construction period. All claims for automobile damage, property damage and/or bodily injury will be reported to the CITY within 24 hours of receipt of notice. CONTRACTOR will conduct a timely 100% Submittal 01010- 14 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 investigation of the claim and determine if they will honor claim and/or report to their insurance carrier and provide periodic updates, each quarter, until final disposition of claims. CONTRACTOR will advise the CITY in writing of its decision/referral to carrier. 1.29 PERMITS A. It shall be the CONTRACTOR's responsibility to secure all permits of every description required to initiate and complete the work under this Contract, except for permits previously obtained by the CITY. Copies shall be provided to the CONTRACTOR. B. The CONSULTANT will furnish signed and sealed sets of Contract Documents for permit use as required. C. The CONTRACTOR shall furnish to the CITY and CONSULTANT copies of all permits prior to commencement of work requiring permits. 1.30 SITE CONDITIONS A. The CONTRACTOR acknowledges that it has investigated prior to bidding and satisfied itself as to the conditions affecting the Work, including but not restricted to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, river stages, tides, water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the Work. The CONTRACTOR further acknowledges that it has satisfied itself as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, or any contiguous site, as well as from information presented by the Drawings and Specifications made a part of this Contract, or any other information made available to it prior to receipt of Bids. Any failure by the CONTRACTOR to acquaint itself with the available information will not relieve it from responsibility for estimating properly the difficulty or cost of successfully performing the Work. The CITY assumes no responsibility for any conclusions or interpretations made by the CONTRACTOR on the basis of the 100% Submittal 01010- 15 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 information made available by the CITY. 1.31 DIMENSIONS OF EXISTING FACILITIES A. Where the dimensions and locations of existing improvements are of critical importance in the installation or connection of new work, the CONTRACTOR shall verify such dimensions and locations in the field prior to the fabrication and/or installation of materials or equipment which are dependent on the correctness of such information. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - 100% Submittal 01010- 16 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 02110 SITE CLEARING & DEMOLITION PART 1 GENERAL 1.1 SECTION INCLUDES A. Removal of surface debris. B. Removal of paving. C. Removal of trees, shrubs, and grass. D. Demolition. 1.2 REGULATORY REQUIREMENTS D. Conform to applicable Metro-Dade DERM and City of Miami Beach environmental requirements for demolition, debris disposal, tree protection and preservation. Contractor shall pay all fees. E. Coordinate clearing Work with utility companies. F. Conform to applicable municipal and City of Miami Beach codes limiting generation of noise. PART 2 PRODUCTS 2.1 MATERIALS Not Used. PART 3 EXECUTION 3.1 PROTECTION A. Locate, identify, and protect utilities that are to remain, from damage. B. Protect trees, plant growth, and features that are to remain. C. Protect bench marks, survey control points, and existing structures from damage or displacement. D. Existing trees must either remain or be transplanted. No trees will be allowed to be damaged or removed. The Contractor shall protect trees by complying with the latest City of Miami Beach and DERM requirements for tree preservation, as prescribed under the Miami Beach Code Section. NOTE: The provided Plans do not indicate all existing landscape locations. 100% Submittal 02110-1 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos Del Mar June 2017 E. Sturdy fence shall be erected at dripline of the 2 seagrape trees prior to the start of any construction activity. 3.2 CLEARING A. Clear areas required for access to site and execution of Work. B. Remove and legally dispose of debris, rock, and extracted plant life from site. C. Partially remove paving as indicated. Neatly saw cut edges at right angle to surface. 3.3 DEMOLITION A. The work to be included under this item shall include, but not be limited to demolition in areas shown on the Drawings. B. All items removed shall become the property of the Contractor,unless otherwise noted, and will be removed from the site and legally disposed of by the Contractor. END OF SECTION 100% Submittal 02110-2 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 02151 SHORING AND BRACING OF EXCAVATIONS PART 1 - GENERAL 1.1 DESCRIPTION A. Work included: Provide shoring at excavations and else where as required to protect workmen, materials, other properties, and the public. B. Related Work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 2. As established in the General Conditions of the Contract, the Contractor is solely responsible for means and methods of construction and for the sequences and procedures to be used. 1.2 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Employ a professional engineer registered in the State of Florida,who is qualified to design the shoring system and to inspect and report on the quality of its construction. All plans must bear the signature and seal of this engineer. C. Comply with pertinent requirements of governmental agencies having jurisdiction, and with the Florida Trench Safety Act (See Section 00665). 1.3 SUBMITTALS A. Comply with pertinent provisions of Section 01340. B. Prior to submitting shoring design for approval of governmental agencies having jurisdiction, submit the design to the Engineer for review. 1. Should changes in the shoring design be required subsequent to the Engineers review, coordinate all such changes with the Engineer and secure the Engineer approval of changes in space allocations. C. Upon completion of construction of this portion of the Work, submit to the Engineer two copies of a letter signed by the approved shoring design engineer stating that,to the best of the shoring design engineer's knowledge, the shoring system was constructed in accordance with the arrangement reviewed by the Engineer. PART 2 - PRODUCTS 100% Submittal 02151-1 Stantec Job No.: 219420367 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos Del Mar June 2017 2.1 DESIGN A. Design a shoring system which will safely and adequately prevent collapse of adjacent materials and which will permit construction of the Work to the arrangement shown on the Drawings. B. Secure all needed approvals, including those of governmental agencies having jurisdiction and of adjacent property owners if required, at no additional cost to the Owner. 2.2 MATERIALS A. Provide materials of all kinds as required for execution of the approved shoring system. PART 3 - EXECUTION 3.1 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 3.2 INSTALLATION A. Construct and install the shoring system in strict accordance with the design approved by the governmental agencies having jurisdiction,and in strict accordance with the space arrangement approved by the Engineer. END OF SECTION 100% Submittal 02151-2 Stantec Job No.: 219420367 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 02200 EARTHWORK PART 1 - GENERAL 1.1 DESCRIPTION A. Work included: Excavation, backfilling and compaction for the installation of utility, structures and related construction. B. Related Work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 1.2 QUALITY ASSURANCE A. Codes and Standards: Perform excavation work in compliance with applicable requirements of authorities having jurisdiction. B. Testing and Inspection Services: Owner shall employ and pay for a qualified independent geotechnical testing laboratory to perform soil testing and inspection service during earthwork operations. C. Testing Laboratory Qualifications: To qualify for acceptance, the geotechnical testing laboratory must demonstrate to the Engineers satisfaction, based on evaluation of laboratory-submitted criteria conforming to ASTM E 699, that it has the experience and capability to conduct required field and laboratory geotechnical testing without delaying the progress of the Work. 1.3 SUBMITTALS A. Test Report: Submit the following reports directly to the Engineer from the testing services, with a copy to the Contractor: 1. Verification of suitability of each footing sub-grade material, in accordance with specified the requirements. 2. Field reports; in-place soil density tests. 3. Report of actual unconfined compressive strength and/or results of bearing tests of each strata tested. 1.4 PROJECT CONDITIONS A. Site Information: 1. Test borings and exploratory operations may be performed by Contractor, at the Contractor's option; however, no change in the Contract Sum will be authorized for such exploration. B. Existing Utilities: Locate existing underground utilities in areas of excavation of work. If utilities are indicated to remain in place, provide adequate means of support and protection during earthwork operations. 100% Submittal 02200-1 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult Engineer immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair any damaged utilities to the satisfaction of utility owner. 2. Do not interrupt existing utilities serving facilities occupied by owner or others, during occupied hours, except when permitted in writing by the Engineer; and then only after acceptable temporary utility services have been provided. 3. Provide a minimum of 48-hour notice to the Engineer, and receive written notice to proceed before interrupting any utility. C. Use of Explosives: Use of explosives is not permitted. D. Protection of Persons and Property: Barricade open excavations occurring as part of this work and post with warning lights. 1. Operate warning lights as recommended by authorities having jurisdiction. 2. Protect building structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. 3. Perform excavation by hand within dripline of large trees to remain. Protect root systems from damage or dry-out to the greatest extent possible. Maintain moist conditions for root system and cover exposed roots with moistened burlap. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. Satisfactory soil materials are defined as those complying with ASTM D2487 soil classification groups GW, GP, GM, SM, SW, and SP. B. Unsatisfactory soil materials are defined as those complying with ASTM D3487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT. C. Sub-base Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, crushed slag, crushed limerock and natural or crushed sand. D. Backfill and Fill Materials: Satisfactory soil materials free of clay, rock or gravel larger than 2 inches in any dimension, debris, waste, frozen materials, vegetation and other deleterious matter. 100% Submittal 02200-2 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos Del Mar June 2017 PART 3 - EXECUTION 3.1 EXCAVATION A. Excavation is unclassified and includes excavation to subgrade elevations indicated, regardless of character of materials and obstructions encountered. the Work. Do not proceed until unsatisfactory conditions are corrected. B. Excavation Classifications: The following classifications of excavation will be made when rock is encountered: 1. Earth Excavation includes excavation of pavements and other obstructions visible on surface; underground structures, utilities, and other items indicated to be demolished and removed; together with earth and other materials encountered that are not classified as rock or unauthorized excavation. 2. Rock excavation for trenches and pits includes removal and disposal of materials and obstructions encountered that cannot be excavated with a track mounted power excavator, equivalent to Caterpillar Model No. 215CLC, and rated at not less than 115 HP flywheel power and 32,000- pound drawbar pull and equipped with a short stick and a 42-inch wide, short tip radius rock bucket rated at 0.81 cubic yard (heaped) capacity. Trenches in excess of 10 feet in width and pits in excess of 30 feet in either length or width are classified as open excavation. 3. Rock excavation in open excavations includes removal and disposal of materials and obstructions encountered that cannot be dislodged and excavated with modern, track-mounted, heavy-duty excavating equipment is defined as Caterpillar Model No. 973 or equivalent track-mounted loader, rated not less than 210 HP flywheel power and developing minimum of 45,000-pound breakout force (measured in accordance with SAE J732). a. Typical of materials classified as rock are (boulders 1/2 cu. yd. or more in volume, solid rock, rock in ledgers, and rockhard cementitious aggregate deposits. b. Intermittent drilling, or ripping performed to increase production and not necessary to permit excavation of material encountered will be classified as earth excavation. 3.2 STABILITY OF EXCAVATIONS A. General: Comply with local codes, ordinances, and requirements of agencies having jurisdiction. B. Slope sides of excavations to comply with local codes, ordinances, and requirements of agencies having jurisdiction. Shore and brace where sloping is not possible because of space restrictions or stability of material excavated. Maintain sides and slopes of excavations in safe condition until completion of backfilling. 100% Submittal 02200-3 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos Del Mar June 2017 C. Shoring and Bracing: Provide materials for shoring and bracing, such as sheet piling, uprights, stringers, and shoring and bracing in excavations regardless of time period excavations will be open. Extend shoring and bracing as excavation progresses. 3.3 STORAGE OF EXCAVATED MATERIALS A. Stockpile excavated materials acceptable for backfill and fill where directed. Place, grade, and shape stockpiles for proper drainage. B. Dispose of excess excavated soil material and materials not acceptable for use as backfill or fill. 3.4 EXCAVATION FOR STRUCTURES A. Conform to elevations and dimensions shown within a tolerance of plus or minus 0.10 foot, and extending a sufficient distance from footings and foundations to permit placing and removal of concrete formwork, installation of services, and other construction and for inspection. 1. Excavations for footings and foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before concrete reinforcement is placed. Trim bottoms of required lines and grades to leave solid base to receive other work. 3.5 BACKFILL AND FILL A. General: Place soil material in layers to the required subgrade elevations, for each area classification listed below, using materials specified in Part 2 of this Section. B. Backfill excavations as promptly as work permits, but not until completion of the following: 1. Acceptance of construction below finish grade including where applicable. 2. Removal of concrete formwork. 3. Removal of backfilling of voids with satisfactory materials. 4. Removal of trash and debris from excavation. 5. Permanent or temporary horizontal bracing is in place on horizontally supported walls. 3.6 PLACEMENT AND COMPACTION A. Ground Surface Preparation: Remove vegetation, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface prior to placement of fills. Plow, strip, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so that fill material will bond with existing surface. 1. When existing ground surface has a density less than that specified under "Compaction" for a particular area classification, break up the ground surface, pulverize, moisture-condition to optimum moisture content, and compact to the required depth and percentage of maximum density. 100% Submittal 02200-4 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Place backfill and fill materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand-operated tampers. C. Before compaction, moisten or aerate each layer as necessary to provide optimum moisture content. Compact each layer to the required percentage of maximum dry density or relative dry density for each area classification. Do not place backfill or fill material on surfaces that are muddy. D. Place backfill and fill materials evenly adjacent to structures, piping, or conduit to the required elevations. Prevent wedging action of backfill against structures or displacement of piping or conduit by carrying material uniformly around structure, piping, or conduit to approximately same elevation in each lift. E. Control soil and fill compaction, providing a minimum percentage of density as specified for each area classification indicated below. Correct, improperly compacted areas or lifts as directed by the Engineer if soil density tests indicate inadequate compaction. 1. Percentage of Maximum Density Requirements: Compact soil to not less than the following percentages of maximum density, in accordance with ASTM D 1557: a. Under structures, (and pavements, compact top 12 inches of subgrade and each layer of backfill or fill material at 95 percent minimum density. 2. Moisture Control: Where subgrade or a layer of soil material must be moisture conditioned before compaction, uniformly apply water to surface of the subgrade or layer of soil material. Apply water in minimum quantities as necessary to prevent free water from appearing on the surface during or subsequent to compaction operations. a. Remove and replace, or scarify and air dry, soil material that is too wet to permit compaction to specified density. b. Stockpile or spread soil material that has been removed because it is too wet to permit compaction. Assist drying by harrowing, or pulverizing until moisture content is reduced to a satisfactory value. 3.7 GRADING A. Uniformly grade areas within limits of grading under this section, including adjacent transition areas. Smooth finished surface within specified tolerances, compact with uniform levels or slopes between points where elevations are indicated or between such points and existing grades. B. Grade areas adjacent to building lines to drain away from structures and to prevent ponding. Finish surfaces free from irregular surface changes and as follows: 1. Pavement: Shape surface of areas under pavement to line, grade, and cross-section, with the finished surface not more than 1/2 inch above or below the required subgrade elevation. 100% Submittal 02200-5 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos Del Mar June 2017 C. Grading surface of fill under building slabs: Grade smooth and even, free of voids, compacted as specified, and to the required elevation. Provide final grades within a tolerance of 1/2 inch when tested with a 10-foot straight edge. D. Compaction: After grading, compact subgrade surfaces to the depth and indicated percentage of maximum or relative density for each area classification. 3.8 FIELD QUALITY CONTROL A. Quality Control Testing During Construction: Allow testing service to inspect and approve each subgrade and fill layer before further backfill or construction work is performed. 1. Perform field density tests in accordance with ASTM D 1556 (sand cone method) or ASTM D 2167 (rubber balloon method), as applicable. a. Field density tests may also be performed by the nuclear method in accordance with ASTM D 2922, providing that calibration curves are periodically checked and adjusted to correlate to tests performed using ASTM D 1556. In conjunction with each density calibration check, check the calibration curves furnished with the moisture gages in accordance with ASTM D 3017. b. If field tests are performed using nuclear methods, make calibration checks of both density and moisture gages at the beginning of the work, on each different type of material encountered, and at intervals as directed by the Engineer. 2. Foundation Subgrade: For each strata of soil on which footings will be placed, perform at least one test to verify required design bearing capacities. Subsequent verification and approval of each foundation subgrade may be based on a visual comparison of each subgrade with related tested strata when acceptable to the Engineer. 3. Paved Areas: In each compacted fill layer, perform one field density test for every 2,00 sq. ft. of overlaying building slab or paved area, but in no case fewer than three tests. 4. Foundation Wall Backfill: Perform at least two field density tests at locations and elevations as directed. 5. If in the opinion of the Engineer, based on the testing service reports and inspections, subgrade or fills that have been placed are below the specified density, perform additional compaction and testing until the specified density is obtained. 3.9 EROSION CONTROL: A. Provide erosion control methods in accordance with requirements of authorities having jurisdiction. 3.10 MAINTENANCE A. Protection of Graded Areas: Protect newly graded areas from traffic and erosion. Keep free of trash and debris. 100% Submittal 02200-6 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Repair and reestablish grades in settled, eroded, and rutted areas to specified tolerances. C. Reconditioning Compacted Areas: Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, scarify surface, reshape, and compact to the required density prior to further construction. D. Settling: Where settling is measurable or observable at excavated areas during the general project warranty period, remove surface (pavement, lawn, or other finish), add backfill material, compact, and replace surface treatment. Restore appearance, quality, and condition of surface or finish to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 3.11 DISPOSAL OF EXCESS AND WASTE MATERIAL A. Removal from Owner's Property: Remove waste materials, including unacceptable excavated material, trash, and debris, and dispose of it off Owner's property. END OF SECTION 100% Submittal 02200-7 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 SECTION 02201 EARTHWORK FOR UTILITY STRUCTURES PART 1 -' GENERAL 1.1 DESCRIPTION A. Work included: Excavation, backfilling and compaction for the installation of utility structures and related construction. B. Related Work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 1.2 QUALITY ASSURANCE A. Codes and Standards: Perform excavation work in compliance with applicable requirements of authorities having jurisdiction. B. Testing and Inspection Services: Contractor shall employ and pay for a qualified independent geotechnical testing laboratory to perform soil testing and inspection service during earthwork operations. C. Testing Laboratory Qualifications: To qualify for acceptance, the geotechnical testing laboratory must demonstrate to the Engineers satisfaction, based on evaluation of laboratory-submitted criteria conforming to ASTM E 699, that it has the experience and capability to conduct required field and laboratory geotechnical testing without delaying the progress of the Work. 1.3 SUBMITTALS A. Test Report: Submit the following reports directly to the Engineer from the testing services, with a copy to the Contractor: 1. Verification of suitability of each footing sub-grade material, in accordance with specified the requirements. 2. Field reports; in-place soil density tests. 3. Report of actual unconfined compressive strength and/or results of bearing tests of each strata tested. 1.4 PROJECT CONDITIONS A. Site Information: 1. Test borings and exploratory operations may be performed by Contractor, at the Contractor's option; however, no change in the Contract Sum will be authorized for such exploration. 100% Submittal 02201-1 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 B. Existing Utilities: Locate existing underground utilities in areas of excavation of work. If utilities are indicated to remain in place, provide adequate means of support and protection during earthwork operations. 1. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult Engineer immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair any damaged utilities to the satisfaction of utility owner. 2. Do not interrupt existing utilities serving facilities occupied by owner or others, during occupied hours, except when permitted in writing by the Engineer; and then only after acceptable temporary utility services have been provided. 3. Provide a minimum of 48-hour notice to the Engineer, and receive written notice to proceed before interrupting any utility. C. Use of Explosives: Use of explosives is not permitted. D. Protection of Persons and Property: Barricade open excavations occurring as part of this work and post with warning lights. 1. Operate warning lights as recommended by authorities having jurisdiction. 2. Protect building structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. 3. Perform excavation by hand within dripline of large trees to remain. Protect root systems from damage or dry-out to the greatest extent possible. Maintain moist conditions for root system and cover exposed roots with moistened burlap. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. Satisfactory soil materials are defined as those complying with ASTM D2487 soil classification groups GW, GP, GM, SM, SW, and SP. B. Unsatisfactory soil materials are defined as those complying with ASTM D3487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT. C. Sub-base Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, crushed slag, crushed limerock and natural or crushed sand. D. Backfill and Fill Materials: Satisfactory soil materials free of clay, rock or gravel larger than 2 inches in any dimension, debris, waste, frozen materials, vegetation and other deleterious matter. 100% Submittal 02201-2 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 PART 3 - EXECUTION 3.1 EXCAVATION A. Excavation is unclassified and includes excavation to subgrade elevations indicated, regardless of character of materials and obstructions encountered. the Work. Do not proceed until unsatisfactory conditions are corrected. B. Excavation Classifications: The following classifications of excavation will be made when rock is encountered: 1. Earth Excavation includes excavation of pavements and other obstructions visible on surface; underground structures, utilities, and other items indicated to be demolished and removed; together with earth and other materials encountered that are not classified as rock or unauthorized excavation. 2. Rock excavation for trenches and pits includes removal and disposal of materials and obstructions encountered that cannot be excavated with a track mounted power excavator, equivalent to Caterpillar Model No. 215CLC, and rated at not less than 115 HP flywheel power and 32,000- pound drawbar pull and equipped with a short stick and a 42-inch wide, short tip radius rock bucket rated at 0.81 cubic yard (heaped) capacity. Trenches in excess of 10 feet in width and pits in excess of 30 feet in either length or width are classified as open excavation. 3. Rock excavation in open excavations includes removal and disposal of materials and obstructions encountered that cannot be dislodged and excavated with modern, track-mounted, heavy-duty excavating equipment is defined as Caterpillar Model No. 973 or equivalent track-mounted loader, rated not less than 210 HP flywheel power and developing minimum of 45,000-pound breakout force (measured in accordance with SAE J732). a. Typical of materials classified as rock are (boulders 1/2 cu. yd. or more in volume, solid rock, rock in ledgers, and rockhard cementitious aggregate deposits. b. Intermittent drilling, or ripping performed to increase production and not necessary to permit excavation of material encountered will be classified as earth excavation. 3.2 STABILITY OF EXCAVATIONS A. General: Comply with local codes, ordinances, and requirements of agencies having jurisdiction. B. Slope sides of excavations to comply with local codes, ordinances, and requirements of agencies having jurisdiction. Shore and brace where sloping is not possible because of space restrictions or stability of material excavated. Maintain sides and slopes of excavations in safe condition until completion of backfilling. C. Shoring and Bracing: Provide materials for shoring and bracing, such as sheet 100% Submittal 02201-3 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 piling, uprights, stringers, and shoring and bracing in excavations regardless of time period excavations will be open. Extend shoring and bracing as excavation progresses. 3.3 DEWATERING A. Prevent surface water and subsurface or ground water from flowing into excavations and from flooding project site and surrounding area. 1. Do not allow water to accumulate in excavations. Remove water to prevent softening of foundation bottoms, undercutting structure bases, and soil changes detrimental to stability of subgrades and foundations. Provide and maintain pumps, well points, sumps, suction and discharge lines, and other dewatering system components necessary to convey water away from excavations. 2. Establish and maintain temporary drainage ditches and other diversions outside excavation limits to convey rain water and water removed from excavations to collecting or runoff areas. Do not use trench excavations as temporary drainage ditches. 3.4 STORAGE OF EXCAVATED MATERIALS A. Stockpile excavated materials acceptable for backfill and fill where directed. Place, grade, and shape stockpiles for proper drainage. B. Dispose of excess excavated soil material and materials not acceptable for use as backfill or fill. 3.5 EXCAVATION FOR STRUCTURES A. Conform to elevations and dimensions shown within a tolerance of plus or minus 0.10 foot, and extending a sufficient distance from footings and foundations to permit placing and removal of concrete formwork, installation of services, and other construction and for inspection. 1. Excavations for footings and foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before concrete reinforcement is placed. Trim bottoms of required lines and grades to leave solid base to receive other work. 3.6 BACKFILL AND FILL A. General: Place soil material in layers to the required subgrade elevations, for each area classification listed below, using materials specified in Part 2 of this Section. B. Backfill excavations as promptly as work permits, but not until completion of the following: 1. Acceptance of construction below finish grade including where applicable, damp proofing, waterproofing, and perimeter insulation. 2. Removal of concrete formwork. 3. Removal of shoring and bracing, and backfilling of voids with satisfactory 100% Submittal 02201-4 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 materials. Cut off temporary sheet piling driven below bottom of structures and remove in a manner to prevent settlement of the structure or utilities, or leave in place if required. 4. Removal of trash and debris from excavation. 5. Permanent or temporary horizontal bracing is in place on horizontally supported walls. 3.7 PLACEMENT AND COMPACTION A. Ground Surface Preparation: Remove vegetation, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface prior to placement of fills. Plow, strip, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so that fill material will bond with existing surface. 1. When existing ground surface has a density less than that specified under "Compaction" for a particular area classification, break up the ground surface, pulverize, moisture-condition to optimum moisture content, and compact to the required depth and percentage of maximum density. B. Place backfill and fill materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand-operated tampers. C. Before compaction, moisten or aerate each layer as necessary to provide optimum moisture content. Compact each layer to the required percentage of maximum dry density or relative dry density for each area classification. Do not place backfill or fill material on surfaces that are muddy. D. Place backfill and fill materials evenly adjacent to structures, piping, or conduit to the required elevations. Prevent wedging action of backfill against structures or displacement of piping or conduit by carrying material uniformly around structure, piping, or conduit to approximately same elevation in each lift. E. Control soil and fill compaction, providing a minimum percentage of density as specified for each area classification indicated below. Correct improperly compacted areas or lifts as directed by the Engineer if soil density tests indicate inadequate compaction. 1. Percentage of Maximum Density Requirements: Compact soil to not less than the following percentages of maximum density, in accordance with AASHTO T-1800: a. Under structures, (and pavements, compact top 12 inches of subgrade and each layer of backfill or fill material at 98 percent minimum density. 2. Moisture Control: Where subgrade or a layer of soil material must be moisture conditioned before compaction, uniformly apply water to surface of the subgrade or layer of soil material. Apply water in minimum quantities as necessary to prevent free water from appearing on the surface during or subsequent to compaction operations. a. Remove and replace, or scarify and air dry, soil material that is too wet to permit compaction to specified density. 100% Submittal 02201-5 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 b. Stockpile or spread soil material that has been removed because it is too wet to permit compaction. Assist drying by harrowing, or pulverizing until moisture content is reduced to a satisfactory value. 3.8 GRADING A. Uniformly grade areas within limits of grading under this section, including adjacent transition areas. Smooth finished surface within specified tolerances, compact with uniform levels or slopes between points where elevations are indicated or between such points and existing grades. B. Grade areas adjacent to building lines to drain away from structures and to prevent ponding. Finish surfaces free from irregular surface changes and as follows: 1. Pavement: Shape surface of areas under pavement to line, grade, and cross-section, with the finished surface not more than 1/2 inch above or below the required subgrade elevation. C. Grading surface of fill under building slabs: Grade smooth and even, free of voids, compacted as specified, and to the required elevation. Provide final grades within a tolerance of 1/2 inch when tested with a 10-foot straight edge. D. Compaction: After grading, compact subgrade surfaces to the depth and indicated percentage of maximum or relative density for each area classification. 3.9 FIELD QUALITY CONTROL A. Quality Control Testing During Construction: Allow testing service to inspect and approve each subgrade and fill layer before further backfill or construction work is performed. 1. Perform field density tests in accordance with ASTM D 1556 (sand cone method) or ASTM D 2167 (rubber balloon method), as applicable. a. Field density tests may also be performed by the nuclear method in accordance with ASTM D 2922, providing that calibration curves are periodically checked and adjusted to correlate to tests performed using ASTM D 1556. In conjunction with each density calibration check, check the calibration curves furnished with the moisture gages in accordance with ASTM D 3017. b. If field tests are performed using nuclear methods, make calibration checks of both density and moisture gages at the beginning of the work, on each different type of material encountered, and at intervals as directed by the Engineer. 2. Foundation Subgrade: For each strata of soil on which footings will be placed, perform at least one test to verify required design bearing capacities. Subsequent verification and approval of each foundation subgrade may be based on a visual comparison of each subgrade with related tested strata when acceptable to the Engineer. 3. Paved Areas: In each compacted fill layer, perform one field density test for every 500 L.F. of overlaying or paved area, but in no case fewer than three tests. 100% Submittal 02201-6 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 4. Foundation Wall Backfill: Perform at least two field density tests at locations and elevations as directed. 5. If in the opinion of the Engineer, based on the testing service reports and inspections, subgrade or fills that have been placed are below the specified density, perform additional compaction and testing until the specified density is obtained. 3.10 EROSION CONTROL: A. Provide erosion control methods in accordance with requirements of authorities having jurisdiction. 3.11 MAINTENANCE A. Protection of Graded Areas: Protect newly graded areas from traffic and erosion. Keep free of trash and debris. B. Repair and reestablish grades in settled, eroded, and rutted areas to specified tolerances. C. Reconditioning Compacted Areas: Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, scarify surface, reshape, and compact to the required density prior to further construction. D. Settling: Where settling is measurable or observable at excavated areas during the general project warranty period, remove surface (pavement, lawn, or other finish), add backfill material, compact, and replace surface treatment. Restore appearance, quality, and condition of surface or finish to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 3.12 DISPOSAL OF EXCESS AND WASTE MATERIAL A. Removal to Designated Areas on Owner's Property: Transport acceptable excess excavated material to designated soil storage areas on Owner's property. Stockpile soil or spread as directed by the Engineer. B. Removal from Owner's Property: Remove waste materials, including unacceptable excavated material, trash, and debris, and dispose of it off Owner's property. END OF SECTION 100% Submittal 02201-7 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 02221 TRENCHING, BEDDING, AND BACKFILL FOR PIPE PART 1 - GENERAL 1.1 DESCRIPTION A. Work included: The Contractor shall furnish all labor, equipment, and incidentals necessary to perform all excavation, backfill, fill, grading and slope protection required to complete the piping work shown on the Drawings and specified herein. The work shall include, but not necessarily be limited to: manholes, vaults, duct conduit, pipe, roadways and paving;all backfilling,fill and required borrow;grading; disposal of surplus and unsuitable materials; and all related work such as sheeting, bracing, and water handling. B. Related Work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 2. Section 02151: Shoring and Bracing 3. Section 02201: Earthwork for Utility Structures 4. Section 02576: Paving and Resurfacing 1.2 TRENCH PROTECTION A. A Contractor shall construct and maintain sheeting and bracing as required to support the sides of excavations, to prevent any movement which could in any way diminish the width of the excavation below that necessary for proper construction, and to protect adjacent structures, existing piping and/or foundation material from disturbance, undermining, or other damage. Care shall be taken to prevent voids outside of the sheeting, but if voids are formed they shall be immediately filled and rammed. B. For pipe trench sheeting, no sheeting is to be withdrawn if driven below mid-diameter of any pipe, and no wood sheeting shall be cut off at a level lower than 1 foot above the top of any pipe unless otherwise directed by the Engineer. If during the progress of the work the Engineer decides that additional wood sheeting should be left in place, he may direct the Contractor in writing. If steel sheeting is used for trench sheeting, removal shall be as specified above unless written approval is given by the Engineer for an alternate method of removal. C. All sheeting and bracing not left in place shall be carefully removed in such a manner as not to endanger the construction or other structures, utilities, existing piping, or property. All voids left or caused by withdrawal of sheeting shall be immediately refilled with sand by ramming with tools especially adapted to that purpose by watering or otherwise as may be directed. D. The right of the Engineer to order sheeting and bracing left in place shall not be construed as creating any obligation on his part to issue such orders,and his failure to exercise his right to do so shall not relieve the Contractor from liability for damages to persons or property occurring from or upon the work occasioned by 100% Submittal 02221-1 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos Del Mar June 2017 negligence or otherwise, growing out of a failure on the part of the Contractor to leave in place sufficient sheeting and bracing to prevent any caving or moving of the ground. 1.3 JOB CONDITIONS A. The Contractor shall examine the site and review the available test borings or undertake his own soil borings prior to submitting his bid,taking into consideration all conditions that may affect his work. The Owner and Engineer will not assume responsibility for variations of sub-soil quality or conditions at locations other than places shown and at the time the investigations was made. Boring log data and soil samples are available for examination after signing a release at the office of the Engineer. B. Existing Utilities: Locate existing underground utilities in the areas of work. If utilities are to remain in place, provide adequate means of protection during earthwork operations. 1. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation,consult the Engineer and the Owner for such piping or utility immediately for directions. 2. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. C. Protection of Persons and Property: Barricade open excavations occurring as part of this work and post with warning lights. Operate warning lights as recommended by authorities having jurisdiction. 1. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement,undermining,washout and other hazards created by earthwork operations. 1.4 SUBMITTALS A. The Contractor shall furnish the Engineer, for approval, a representative sample of fill material obtained from onsite sources weighing approximately 50 pounds,at least ten calendar days prior to the date of anticipated use of such material. B. For each material obtained from other than onsite sources,the Contractor shall notify the Engineer of the source of the material and shall furnish the Engineer, for approval, a representative sample weighing approximately 50 pounds, at least ten calendar days prior to the date of anticipated use of such material. PART 2 - PRODUCTS 2.1 MATERIALS A. General: 1. Materials for use as base, fill and backfill shall be as described below: a. Satisfactory soil materials are defined as those complying with American Association of State Highway and Transportation Officials (AASHTO) M-145, soil classification Groups A-1, A-2-4. A-2-5, and A-3. 100% Submittal 02221-2 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos Del Mar June 2017 b. Unsatisfactory soil materials are those defined in ASSHTO M-145 soil classification Groups A-2-6, A-2-7, A-6, and A-7 along with peat and other highly organic soils. B. Structural Fill: 1. Structural fill material shall be satisfactory soil material consisting of a minimum of 60 percent clean medium to fine grain sized quartz sand,free of organic, deleterious and/or compressible material. Rock in excess of 2-1/2 inches in diameter shall not be used in the fill material. Structural fill shall not contain hardpan, stones, rocks, cobbles or other similar materials. C. Common Fill: 1. Common fill material shall be satisfactory soil material containing no more than 20 percent by weight finer than No. 200 mesh sieve. It shall be free from organic matter, much, marl, and rock exceeding 2-1/2 inches in diameter. Common fill shall not contain broken concrete, masonry, rubble or other similar materials. 2. Material falling within the above specification, encountered during the excavation, may be stored in segregated stockpile for reuse. All material which, in the opinion of the Engineer, is not suitable for reuse shall be spoiled as specified herein for disposal of unsuitable materials. D. Rock Bedding: 1. Rock bedding shall be 3/8" to 3/4"washed and graded limerock. This rock shall be graded so that 99%will pass a 3/4"screen and 80%will be retained on a No. 8 screen. PART 3 - EXECUTION 3.1 GENERAL A. All excavation, backfill and grading necessary to complete the work shall be made by the Contractor and the cost thereof shall be included in the contract price. B. Material shall be furnished as required from off site sources and hauled to the site. C. The Contractor shall take all the necessary precautions to maintain the work area in a safe and workable condition. D. The Contractor shall protect his work at all times by flagging, marking, lighting and barricading. It shall also be the Contractor's responsibility to preserve and protect all above and underground structures, pipe lines, conduits, cables, drains or utilities which are existing at the time he encounters them. Failure of the Drawings to show the existence of these obstructions shall not relieve the Contractor from this responsibility. The cost of repair of any damage which occurs to these obstructions during or as a result of construction shall be borne by the Contractor without additional cost to the Owner. 3.2 TRENCH EXCAVATION A. Excavation for all trenches required for the installation of pipes and electrical ducts shall be made to the depths indicated on the Drawings. Excavate trench to provide a 100% Submittal 02221-3 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos Del Mar June 2017 minimum of 20 inch clear cover over the pipe bell unless otherwise noted on the Drawings. Excavate in such manner and to such widths as will give suitable room for laying the pipe or installing the ducts within the trenches, for bracing and supporting and for pumping and drainage facilities. The trench width at the top of the pipe shall not exceed the allowable as determined by the depth of cut and indicated on the Drawings. B. Rock shall be removed to a minimum 8-inches clearance around the bottom and sides of all the pipe or ducts being laid. C. Where pipe or ducts are to be laid in limerock bedding or encased in concrete the trench may be excavated by machinery to or just below the designated subgrade provided that the material remaining in the bottom of the trench is no more than slightly disturbed. D. Where the pipes or ducts are to be laid directly on the trench bottom, the lower parts of the trenches shall not be excavated to the trench bottom by machinery. The last of the material being excavated shall be done manually in such a manner that will give a flat bottom true to grade so that pipe or duct can be evenly and uniformly supported along its entire length on undisturbed material or bedding rock. Bell holes shall be made as required manually so that there is no bearing surface on the bells and pipes are supported along the barrel only. 3.3 PIPE INTERFERENCES AND ENCASEMENT A. The Contractor shall abide by the following schedule of criteria concerning interferences with other facilities. 1. In no case shall there be less than 0.3 feet between any two pipe lines or between pipe lines and structures. 2. Class I Concrete Encasement:Wherever there is more than 0.3 feet but less than 1.5 feet clearance between sewers, sewer house laterals, force mains and water mains or water services, then a concrete encasement shall be provided in accordance with the typical detail as shown on the Drawings. 3. Class II Concrete Encasement: Wherever there is more than 0.3 feet but less than 1.0 feet clearance between any two pipe lines, or between pipe lines and structures, then a concrete encasement shall be provided in accordance with the typical detail as shown on the Drawings. B. The Engineer shall have full authority to direct the placement of the various pipes and structures in order to facilitate construction, expedite completion and to avoid conflicts. 3.4 BACKFILLING A. Backfilling over pipes shall begin as soon as practicable after the pipe has been laid, jointed, and inspected and the trench filled with suitable compacted material to the mid-diameter of the pipe. B. Backfilling over ducts shall begin not less than three days after placing concrete encasement. C. All backfilling shall be prosecuted expeditiously and as detailed on the Drawings. 100% Submittal 02221-4 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos Del Mar June 2017 D. Any space remaining between the pipe and sides of the trench shall be packed full by hand shovel with selected earth,free from stones having a diameter greater than 2-inches and thoroughly compacted with a tamper as fast as placed, up to a level of one foot above the top of the pipe. Compact to 95% maximum density in layers not to exceed 4 inches up to the centerline of the pipe from the trench bottom and in layers not to exceed 4 inches up to the centerline of the pipe from the trench bottom and in layers not to exceed 6 inches from the pipe centerline to 12 inches above the pipe. E. The filling shall be carried up evenly on both sides with at least one many tamping for each man shoveling material into the trench. F. The remainder of the trench above the compacted Backfill, as just described above, shall be filled and thoroughly compacted with common fill by rolling, ramming, or puddling, as the Engineer may direct. Compact common fill in 6-inch layers to 98% maximum density. G. The bedding rock in mulch areas shall consists of at least 6 inches of washed and graded limerock placed in the trench to the proposed elevation of the centerline of the pipe prior to any pipe lying. This bedding shall not be used under any circumstances as a drain for ground water. The Contractor shall take all precautions necessary to maintain the bedding in a compacted state and to prevent washing, erosion or loosening of this bed. H. In location where pipes pass through building walls, the Contractor shall take the following precautions to consolidate the refill up to an elevation of at least 1 foot above the bottom of the pipes: 1. Place structural fill in such areas for a distance of not less than 3 feet on either side of the center line of the pipe in level layers not exceeding 6-inches in depth. 2. Wet each layer to the extent directed and thoroughly compact each layer with a power tamper to the satisfaction of the Engineer. 3.5 GRADING A. Grading shall be performed at such places as are indicated on the Drawings, to the lines, grades, and elevations shown or as directed by the Engineer and shall be made in such a manner that the requirements for formation of embankments can be followed. All unacceptable material encountered,of whatever nature within the limits indicated, shall be removed and disposed of as directed. During the process of excavation,the grade shall be maintained in such condition that it will be well drained at all times. When directed,temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the prosecution or condition of the work. B. If at the time of excavation it is not possible to place any material in its proper section of the permanent structure, it shall be stockpiled in approved areas for later use. No extras will be considered for stockpiling or double handling of excavating material. C. The right is reserved to make minute adjustments or revisions in lines or grades if found necessary as the work progresses,due to discrepancies on the Drawings or in 100% Submittal 02221-5 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos Del Mar June 2017 order to obtain satisfactory construction. D. Stones or rock fragments larger than 2-1/2 inches in their greatest dimensions will not be permitted in the top 6 inches of the subgrade line of all dikes, fills or embankments. E. All fill slopes shall be uniformly dressed to the slope, cross-section and alignment shown on the Drawings, or as directed by the Engineer. F. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or finished grade of slope. All cut and fill slopes shall be uniformly dressed to the slope,cross-section and alignment shown on the Drawings or as directed by the Engineers. G. No grading is to be done in areas where there are existing pipe lines that may be uncovered or damaged until such lines which must be maintained are relocated, or where lines are to be abandoned, all required valves are closed and drains plugged at manholes. H. The Contractor shall replace all pavement cut or otherwise damaged during the progress of the work as specified elsewhere herein. 3.6 DISPOSAL OF UNSUITABLE AND SUPPLY MATERIAL A. All surplus and/or unsuitable excavated material shall be disposed of in one of the following ways as directed by the Engineer. 1. Transport to soil storage area on Owner's property and stockpile or spread as directed by the Engineer. 2. Transport from Owner's property and legally dispose of. Any permit required for the hauling and disposing of this material beyond Owner's property shall be obtained prior to commending hauling operations. B. Suitable excavated material may be used for fill if it meets the specifications for common fill and is approved by the Engineer. Excavated material so approved may be neatly stockpiled at the site where designated by the Engineer provided there is an area available where it will not interfere with the operation of the facility nor inconvenience traffic or adjoining property owners. END OF SECTION 100% Submittal 02221-6 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 SECTION 02510 WATER DISTRIBUTION SYSTEM PART I - GENERAL 1.01 SCOPE: The Contractor shall furnish all labor, equipment, and materials and perform all operations necessary to construct the water distribution system complete. All materials and work performed shall be in accordance with plans and specifications and of first-class workmanship. 1.02 SAFETY PROVISIONS: It shall be the responsibility of the Contractor to protect persons from injury and to avoid property damage, adequate barricades, construction signs, torches, red lanterns and guards, as required, shall be placed and maintained during the progress of the construction work and until it is safe for traffic to use the trenches roadway. 1.03 EXISTING UTILITIES: A. Temporary support, adequate protection and maintenance of all underground and surface utility structures, drains, sewers, and other obstructions encountered in the progress of the work shall be furnished by the Contractor at his own expense. B. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipe branch connections to main sewers, or main drains, the obstructions shall be permanently supported, relocated, removed, or reconstructed by the Contractor in cooperation with the Owners of such utility structures. No deviation shall be made from the required line or grade except as directed in writing by the Project Consultant. C. The Contractor shall obtain an Sunshine State One Call of Florida Certification number and an existing utility field location at least 48 hours prior to beginning any excavation. D. Prior to beginning construction, the Contractor shall verify the size, location, elevation, and material of all existing utilities within the area of construction by use of record drawings and/or electronic locating devices. E. Existing utility locations shown on these plans are approximate. The Project Consultant assumes no responsibility for the accuracy of existing utilities shown or for any existing utilities not shown. F. The Contractor shall be responsible for damage to any existing utilities for which he fails to request locations from the utility owner. He is responsible as well for damage to any existing utilities which are properly located. G. If upon excavation, an existing utility is found to be in conflict with the proposed construction or to be of a size or material different from that shown on the plans, the Contractor shall immediately notify the Project Consultant. 100% Submittal 02510-1 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 1.04 SHOP DRAWINGS AND SUBMITTALS: A. The Contractor shall furnish to the Project Consultant manufacturers' literature and data for all materials to be installed under this section. These submittals must be stamped "Approved" by the Project Consultant prior to installation by the Contractor. B. Complete "As-Built" information relative to manholes, valves, services, fittings, length of pipe, and the like, shall be accurately recorded by the Contractor and submitted to the Project Consultant prior to final acceptance of the work. All horizontal and vertical information shall be taken by an independent Registered Surveyor and included in the As- Built information furnished by the Contractor. Final approval of the project is subject to the final review and approval of the As-Built information furnished to the regulatory agencies. 1.05 APPLICABLE CODES: A. General: All construction and materials shall conform to the Standards and Specifications of Chapter 6A-2.045 (5) FAC, and all local and national codes where applicable. B. Construction Safety: All construction shall be done in a safe manner, specifically, the rules and regulations of the Occupational Safety and Health Administration (OSHA) and the Manual of Uniform Traffic Control Devices (MUTCD) shall be strictly observed. C. Survey Data: All elevations on the plans or referenced in the specifications are based on National Geodetic Vertical Datum of 1929 (NGVD). 1.06 RELATED WORK: A. Section 02221 - Trenching, Backfilling, & Compaction for Utility Systems. PART II - PRODUCTS 2.01 PIPE The water main shall be either polyvinyl chloride (PVC) or Ductile Iron Pipe (DIP) as stated in the project plans and shall have push-on rubber gasket joints. A. PVC pipe shall be pressure pipe with iron O.D., Class 150 (SDR 18), conforming to ANSI/AWWA C900-89. B. S.D.R. 18 PVC pipe shall be of pressure class 150 suitable for use at hydrostatic working pressure of 150 psi at 72 degrees F. All pipe must meet requirements as set forth in AWWA C900-89, with standard dimensions ratio SDR-18, and bearing the National Sanitation Foundation seal for potable water pipe. Provisions must be made for contraction and expansion at each joint. Pipe and fittings must be assembled with nontoxic lubricant. Laying lengths shall be 20 feet + or - one inch. Pipe shall be supplied with cast-iron pipe equivalent outside diameter, unless otherwise noted on the plans. C. Ductile iron pipe shall conform to AWWA/A.N.S.I. C151/ A-21.51 with class 3 wall thickness for pipe 12" and smaller, Class 2 for larger, as shown in Table 6, A.N.S.I. A-21.51 Pipe shall be cement lined in accordance with AWWA/A.N.S.I. C104/A-21.4. 100% Submittal 02510-2 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 Miscellaneous 3/4" Threaded Tie Rods: shall be cadmium plated. Rods shall be painted with a coal tar base paint following installation. 2.02 FITTINGS: A. Fittings shall have a pressure rating of 250 psi and conform to the latest revision of ANSI/AWWA CIIO/A21.10-93. B. Mechanical joint fittings shall conform to the latest revision of ANSI/AWWA C-llO/A21.10- 93. C. Flanged fittings shall conform to ANSI Specifications for Class 125. D. Brass fittings shall conform to ANSI/AWWA C 800-89. All exposed threads shall be covered with a protective plastic coating. E. Fittings for PVC pipe shall be cast iron mechanical joint type having a pressure rating of 250 psi and conforming to ANSI/AWWA C-IIO/A21.10-93. 2.03 VALVES: A. Gate valves 2-1/2" or less in size shall be standard 125 pound, non-rising stem, bronze, double-disc, screwed type, equipped with hand wheel. B. Gate valves over 2-1/2" size shall be resilient seat gate valves with iron body, non-rising stem, fully coated disc with rubber seat ring manufactured in accordance with ANSI/AWWA C500-93. 2.04 VALVE BOXES: Valve boxes shall be of standard extension design and manufactured with top cover marked "water". The top section shall be adjustable for elevation and shall be set to allow equal movement above and below grade. Size of valve box shall be as required for the valve. Base of valve box shall be centered over the valve and rest firmly on compacted backfill and the entire assembly shall be plumb. Valve boxes shall be Figure H-10364, as manufactured by Mueller Company, or an approved equal. 2.05 SERVICE CONNECTION AND METER: The Contractor shall install or have the City install water meters complete with backflow preventer, valves and meter vault, at the locations shown on the drawings, and in accordance with the specifications as shown on the drawings. Contractor shall submit shop drawings for meter, valves, and backflow preventer. Contractor is responsible for all costs associated with providing and installing water meters, vaults, backflow preventers, valves, and connections in accordance with the applicable City or County Standards. 2.06 SERVICE METERS: Service water meters shall be of the type indicated on the drawings. 100% Submittal 02510-3 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 2.07 METER BOXES: Meter boxes shall be of the type indicated on the drawings. 2.08 BACKFLOW PREVENTORS Backflow preventers shall conform to AWWA Standard C506 and shall be of the reduced pressure type. Backflow preventors shall be painted with one coat of zinc chromate primer and two finish coats of an approved paint of the color directed. Valves on all backflow preventors shall be chained together and locked with a padlock. 2.09 PRESSURE GAGES Pressure Gages: Pressure gages for line pressure measurement shall conform to Federal Specifications GG-G-76, Class 1, Style A, Type 1, 3-1/2 inches in diameter with phenolic case, or as indicated on the drawings. 2.10 PIPE HANGERS Pipe Hangers: Pipe hangers shall comply with the applicable requirements of Federal Specification WW-H-171, hangers and Supports, Pipe. The type shall be as shown on the plans. Where a manufacturer's identification number is shown it is to indicate the type of hanger and the material to be used. 2.11 CHECK VALVES Check valves shall be A.W.W.A. standard for 175 working pressure, swing type, iron body, bronze mounted, leather faced disc, suitable for vertical or horizontal position. Valves shall be Mueller Figure A-2600 or approved equal. Where designated on the plans, check valves shall be spring loaded, double half disc wafer check valve, manufactured by TRW Mission, or approved equal. Spring shall be of sufficient tension so valve will close without appreciable slam. 2.12 WATER SERVICES A. Polyethylene Tubing - Polyethylene extrusion compound from which the polyethylene tubing is extruded shall comply with applicable requirements for PE-3406 or 3408 ultra high molecular weight polyethylene plastic material. Material shall be as described in A.S.T.M. D-1248 and shall comply with the following: 1. Tubing Shall have a working pressure of 160 P.S.I. at 73.40F. 2. Tubing must be capable of maintaining pressures of 340 P.S.I. at 73.40F for 1,000 hours when tested in accordance with A.S.T.M. D-1598, and must have a minimum quick burst of 630 P.S.I. when tested in accordance with A.S.T.M. D-1599. 3. Tubing surfaces shall be free from bumps and irregularities. Materials must be completely homogeneous and uniform in appearance. 4. Tubing dimensions and tolerances shall correspond with the valves listed in A.S.T.M. D- 2737 with a standard dimension ration (SDR) of 9. 5. Tubing shall be fully labeled with brand name and manufacturer, NSF Seal, size, type of plastic material, and A.S.T.M. Applicable designation with which the tubing complies. 100% Submittal 02510-4 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 B. Copper tubing shall be type "K" and shall conform to A.W.W.A. Specification 75-CR and A.S.T.M. B-88. C. Other service materials may be considered for specific installations upon submissions of specifications and approval by the Project Consultant. D. Joints 1. Joints for polyethylene or copper tubing shall be of the compression type utilizing a totally confined grip seal and coupling nut. Stainless steel tube stiffener insert shall also be used for P.E. tubing service. 2. Other type joints may be considered for specific installations upon submissions of specifications and approval by the Project Consultant. 2.13 METER VALVES A. Meter valves shall be of bronze construction in accordance with A.S.T.M. B-62. B. Meter valves shall be closed bottom design and resilient "o" ring sealed against external leakage at the top. Shut-off shall be affected by a resilient pressure actuated seal so positioned in the plug as to completely enclose the flow way in the closed position. The inlet side of all meter valves shall have a compression type fitting as detailed in Section C Part 1. Meter valves for meter size I" and under shall be equipped with a meter coupling nut on the outlet sides. C. Meter valves for 1 1/2" and 2" meters shall have flanged connections on the outlet sides. Meter valves over 2" will be considered on individual basis for the particular installation involved. 2.14 CURB STOPS Curb stops shall be of the inverted key type with tee-head shut off. Curb stops shall be made of brass alloy in accordance with A.S.T.M. B-62. 2.15 CORPORATION STOPS Corporation stops shall be manufactured of brass alloy in accordance with A.S.T.M. B-62. Inlet thread shall be A.W.W.A. taper thread in all sizes in accordance with A.W.W.A. C-800 latest revision. Outlet connections shall have a compression type fitting as detailed in Section C Part 1. 2.16 TAPPING SLEEVES A. D.I. Tapping sleeves shall be of the mechanical joint type having a flat faced D.I. flange, recessed for a tapping valve. All end and side gaskets shall be totally confined. B. The contractor shall determine the outside diameter of the existing main before ordering the sleeve. 100% Submittal 02510-5 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 PART III - EXECUTION 3.01 UNLOADING MATERIAL: The Contractor shall exercise care in unloading and handling pipe, valves, fittings, and all other material. Dropping pipe from trucks and allowing pipe to roll against other pipe will not be permitted. 3.02 EXCAVATION: Pipe line trenches shall be excavated to required depth as shown on the plans or as directed by the Project Consultant. In general, water distribution lines shall have a minimum of 36" cover. If rock is encountered, excavation shall be carried a minimum of 6" below bottom of pipe, and trench backfilled with sand or earth and thoroughly tamped. Width of trench shall be sufficient to allow workmen to perform all operations incidental to constructing the pipeline. Hand dug bell holes shall be provided to permit proper joint making. No section of pipe shall bear on rock. All excavation to conform with Section 02221. 3.03 SEPARATION OF WATER AND SEWER MAINS See design plans for water and sewer separation statement and requirements. 3.04 INSTALLATION OF PIPE: A. All installation of pipe shall conform to AWWA C600 latest revision. Pipe shall not be rolled or pushed into the trench from the bank. Before pipe is lowered into the trench, it shall be thoroughly inspected by the Contractor, as necessary, to insure its sound condition and eliminate the possibility of leakage or bursting under test pressure. Pipes and valves, fittings and all other materials showing defects shall not be used for construction. All such defective materials shall be removed from the construction site immediately. Before pipe is lowered into the trench, it shall be swabbed or brushed to insure that no dirt or foreign matter will be in the finished line. B. Pipe shall be laid on a flat bottom trench and backfill tamped to 6" above the top of the pipe. Pipe installation shall conform to "Type B Method" as adopted by Committee A21 of the American Standards Association. A firm even bearing shall be provided throughout the length of each section of pipe. Pipe shall not bear on any unyielding structures, nor shall it support any other structures. All dead ends shall be plugged or capped, anchored and held in place with concrete backing as required. Except while work is in progress, all pipe openings shall be suitably plugged to prevent entrance of water or any foreign matter. Material deemed unstable for providing adequate support for pipe shall be removed and replaced by suitable material. Adequate backfill shall be deposited on the pipe to prevent floating. Any pipe which has floated shall be removed from the trench and re-laid as directed by the Project Consultant. C. Connection of all new systems to existing mains shall be done using one of the three following methods: 1. Method A per BCPHU Standards which involves a reduced size temporary connection between the existing main and the new main. 2. Method B per BCPHU Standards which involves a direct connection between the new and existing mains using two gate valves separated by a sleeve with a vent pipe. 100% Submittal 02510-6 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 3. Method C approved by the BCPHU which involves a tap with one gate valve requiring disinfection of the new system prior to conducting the pressure test. Connection method must be approved and witnessed by the water utility company. 3.05 JOINTS: All joints shall be suitable for the type of pipe being jointed and shall be made in accordance with manufacturer's recommendations. A. Mechanical Joints: Mechanical joints shall be of the stuffing box type. The gland, followed by the rubber gasket, shall be placed over the plain end of the pipe which is inserted into the socket. The gasket is then pushed into position so that it is evenly seated in the socket. The gland shall be moved into position against the face of the socket, bolts inserted and made finger tight. Bolts shall be tightened by a ratchet wrench suitable for the size of pipe being connected alternately, bottom then top, etc., until the joint is completed. B. Compression Joints: Compression joints shall be a rubber seal joint, made pressure tight by a molded rubber gasket and lubricant to facilitate assembly. The joint shall be made tight by inserting the plain end into the bell after/lubrication. The compression joint shall be similar and equal to "Altite" as manufactured by Alabama Pipe Company. Joints shall be made up as recommended by the manufacturer. C. Flanged Joints: Flanged joints shall be made with rubber or fiber asbestos gaskets. Bolts shall have rough square hands and hexagonal nuts made to American Standard rough dimensions and shall be chamfered and trimmed. Bolts shall be the recommended size for the diameter of pipe being jointed and shall be tightened as to distribute evenly the stress in the bolts and bring the pipe in alignment. 3.06 INSTALLATION OF FITTINGS: Applicable portions of these specifications shall apply to installation of fittings. Reaction or thrust blocking shall be applied at bends and tees, and where changes in pipe diameter occur at reducers or in fittings. Refer to details for concrete strength and dimensions. Restrained joints shall be used for all fittings in the Public ROW. 3.07 INSTALLATION OF VALVES: Applicable portions of these specifications shall apply to installation of valves. All valves shall stand plumb unless otherwise shown on the plans or directed by the Engineer. The operation of installing tapping sleeves and valves shall be done by an experienced organization who has been engaged in this type of work not less than one (I) year with a representative list of successful installations. 3.08 PRESSURE TESTS: After pipe has been adequately backfilled, and not less than seven days after placing the last concrete thrust blocking, all laid pipe shall be subjected to a pressure test for two hours at 150 psi minimum, in accordance with ANSI/AWWA C600-93. The pressure test shall not vary more than +/-5 psi during the test. Care shall be taken to insure that all air has been removed from the pipe previous to pressure tests. The Contractor shall provide such means of venting the pipe as are required. Any material or installation proving defective shall be replaced by the Contractor. The 100% Submittal 02510-7 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 pressure test shall be witnessed by a representative of the Town/County and the Engineer of Record. 3.09 LEAKAGE TESTS: After the main has been brought up to test pressure, it shall be held at this pressure and make up water shall be carefully measured by use of a displacement meter or by pumping the water from a vessel of known volume. The pipeline shall be walked and all visible joints inspected for leakage and movement of pipe. All visible leaks shall be repaired. Should any section of pipeline disclose joint leakage greater than that permitted, the Contractor shall, at his own expense, locate and repair the defective joints until leakage is within the permitted allowance. All pipe, etc. shall be tested under a constant pressure of 150 psi (fire main at 200 psi)for a minimum test of two hours and shall not exceed the leakage requirements as per ANSI/AWWA specifications of C600-87 leakage formula: Q=SD p.5 133,200 Q= allowable leakage in gallons per hour S= total length of pipe tested in feet D= diameter of the pipe tested in inches P= average test pressure in pounds per square inch 3.10 BACKFILL: All backfill shall be carefully placed to avoid movement of the pipeline. Backfill shall be free from rock, large stones, boulders, brush, or other unsuitable material. It shall be placed in the trench uniformly on both sides of the pipe for the full width of the trench and to the horizontal diameter of the full length of the pipe. This backfill shall be thoroughly tamped to provide compaction under and on each size of the pipe to support free from voids. Additional backfill shall then be placed between joints to an average depth of 12" over the top of the pipe where pipe is of 8" and smaller diameter, and 24" over the larger pipe. Pipe joints shall remain exposed until completion of the pressure and leakage tests unless otherwise directed by the Project Consultant. On completion of pressure and leakage tests, the exposed joints shall be backfilled to a depth of 12" above the top of the pipe. Backfill shall be carefully compacted until 12" of cover exists over the pipe. The remainder of the backfill shall then be placed and compacted thoroughly by puddling and tamping as required. Where directed, puddling and tamping may be omitted, and backfill shall be neatly rounded over the trench to a sufficient height to allow for settlement to grade after consolidation. Backfill shall be in compliance with Section 02315. 3.11 STERILIZATION OF COMPLETED PIPELINE: Before final acceptance of completed pipeline, all requirements of the County and State Board of Health shall be satisfied. Satisfactory bacteriological test results from these agencies shall be forwarded to the Engineer of Record and Project Consultant. Prior to chlorination of mains, all dirt and foreign matter shall be removed by high velocity flushing through fire hydrants or other approved blow-offs. The main shall then be disinfected in accordance with the application sections of AWWA C651-92 and with local health department requirements. The Contractor will furnish and place the disinfecting agent, a chlorine solution of at least 50 part per million of chlorine, in the main, and then retain the solution in the pipe not less than 24 hours. Chlorine residual after retention period shall be not less than 25 parts per million. 100% Submittal 02510-8 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 After chlorination, the mains shall be thoroughly flushed and required samples taken for bacteriological analysis. 3.12 RESTORATION OF SURFACES AND/OR STRUCTURES: The Contractor shall restore and/or replace paving, curbing, sidewalks, fences, sod, survey points, or other disturbed surfaces or structures to a condition equal to that before the work was begun and to satisfaction of the Project Consultant, and shall furnish all labor and materials incidental thereto. Restoration of surfaces and/or structures shall comply with all requirements of the applicable governing agencies including City, Town, County, and State. 3.13 CLEANING UP: Surplus pipeline material, tools, temporary structures, etc., shall be removed by the Contractor. All dirt, rubbish, and excess earth shall be disposed of by the Contractor as directed by the Project Consultant. The construction site shall be left clean, to the satisfaction of the Project Consultant. 3.14 INSPECTIONS The Contractor shall notify the Owner, Project Consultant, and the Engineer of Record at least 24 hours prior to beginning construction to arrange the required inspection of the water system. 3.15 PROJECT RECORD DOCUMENTS: A. The Contractor shall maintain accurate and complete records of work items completed. B. Prior to the placement of any asphalt or concrete pavement, the Contractor shall submit to the Project Consultant, "as-built" plans showing water improvements. Paving operations shall not commence until the Project Consultant has reviewed the "as-builts". C. All "as-built" information submitted to the Project Consultant shall be sufficiently accurate, clear and legible to satisfy the Project Consultant that the information provides a true representation of the improvements constructed. D. Upon completion of construction, the Contractor shall submit to-the Engineer of Record five complete sets of "as-built" construction drawings and one set of mylars. These drawings shall be marked to show "as-built" construction changes and dimensioned locations and elevations of all improvements and shall be signed by the Contractor. As-built drawings must be signed and sealed by a Professional Land Surveyor registered in the State of Florida. E. "As-built" information on the water system shall include vertical and horizontal locations of all valves, fittings, fire hydrants, water services, and connection points. As-builts shall show the associated pipe size and material type. As-built must also show the sample points and the sample point numbers must conform to the numbers used on the bacteriological test results. END OF SECTION 100% Submittal 02510-9 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 SECTION 02512 CONCRETE SIDEWALK PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Work specified in this Section consists of the construction of concrete sidewalk, curb and gutter in accordance with these Specifications and in conformity with the lines, grades, dimensions and notes shown on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Earthwork B. Clearing PART 2 - PRODUCTS 2.01 CONCRETE A. Reference SECTION 03050 - CONCRETE, FORMS AND REINFORCEMENT as applicable. B. Portland Cement Concrete shall be FDOT Class I (Nonstructural). C. Integral Color Concrete: The following Miami Beach Red mix designs have been approved for color conformity for the Miami Beach red integral color concrete being used in sidewalks, in the City of Miami Beach, north of 5th Street. 1. FDOT347 Class 1 Sidewalk, Curb & Gutter with Integral Color(Miami Beach Red Concrete Approval No. MB 01) 2. FDOT347 Class 1 Vibrated Curb Machine Mix with Integral Color(Miami Beach Red Concrete Approval No. MB 02) 3. CSR Rinker Mix Code No. 1259078 (Miami Beach Red Concrete Approval No. MB 03) 4. CSR Rinker Mix Code No. 1259079 (Miami Beach Red Concrete Approval No. MB 04) 5. Rinker Materials Mix Code No. 1300248 (Miami Beach Red Concrete Approval No. MB 05) 6. Continintal Heidelberg Cement Group Mix Code No. 709 (Miami Beach Red Concrete Approval No. MB 06) 100 % Submittal 02512-1 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 D. Concrete Mix Design: Before producing any concrete, submit the proposed mix design to the CONSULTANT on a form provided by the CITY. Use only concrete mix designs meeting the following requirements and having prior approval of the CONSULTANT. Maximum water to cementitious materials ratio 0.55 lbs/lbs[0.55 kg/kg] Minimum 28-Day Compressive Strength 2,500 psi [17 MPa] Minimum Cementitious Materials Content 470 lbs/yd3[280 kg/m3] Slump 0 to 6 inch [0 to 150 mm] Materials may be adjusted provided that the theoretical yield requirement of the approved mix design is met. Show all required original approved design mix data and batch adjustments and substituted material on the CITY concrete delivery ticket. The ENGINEER may disqualify any concrete production facility for noncompliance with Specification requirements. E. Sampling and Testing: The CITY may sample and test the concrete at his discretion to verify its quality. F. Records: Maintain the following records for review for at least three years: • Approved concrete mix designs. • Materials source (delivery tickets, certifications, certified mill test reports). • A copy of the scale company or testing agency report showing the observed deviations from quantities checked during calibration of the scales and meters. • A copy of the documentation certifying the admixture weighing/measuring devices. • Recent NRMCA (National Ready Mix Concrete Association) or CITY inspection records certifying plant can produce concrete and documentation showing that action has been taken to correct deficiencies noted during the inspections. G. Certification and Acceptance: • Furnish a delivery ticket with each batch of concrete before unloading at the placement site. Record material quantities incorporated into the mix on the delivery ticket. Ensure that the hatcher responsible for production of the concrete, certifying that the batch was produced in accordance with specification requirements, signs the delivery ticket. Sign the Delivery Ticket certifying that the maximum specified water to cementitious materials ratio was not exceeded due to any jobsite adjustments to the batch, and that the batch was delivered and placed in accordance with Specification requirements. • The CITY will hold the contractor responsible for rejecting loads of concrete that do not meet specification requirements, or exceeds the allowable slump or water to cementitious materials ratio. Replace, at no cost to the CITY, all concrete that does not meet the 28-day compressive strength requirements. 100% Submittal 02512-2 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 2.02 FORMS A. Forms shall be cleaned and oiled prior to the placement of concrete. B. Form Materials: Construct forms for this work of either wood or metal. Provide forms that are straight, free from warp or bends, and of sufficient strength, when staked, to resist the pressure of the concrete without deviation from line and grade. For all items constructed on a radius, use flexible forms. C. Depth of Forms: Ensure that forms have a depth equal to the plan dimensions for the depth of concrete being deposited against them. D. Machine Placement: The CONTRACTOR may place these items by machine methods with the approval of the CONSULTANT provided that the CONTRACTOR consistently produces an acceptable finished product,true to line, grade, and cross section. 2.03 SUBGRADE AND GRADING A. Meet requirements of Section 2200 Earthwork. 2.04 JOINTS A. Preformed Joint Filler for Pavement and Structures: • Preformed joint filler shall meet the requirements of AASHTO M153 or AASHTO M213, or cellulose fiber types meeting all the requirements of AASHTO M213 except the asphalt content is acceptable provided they contain minimums of 0.2% copper pentachlorophenate as a preservative and 1.0% waterproofing wax. For AASHTO M153, unless a particular type is specified, either Type I, Type II or Type III may be used. • Preformed joint fillers shall have a thickness equal to the width of the joint required, and shall be furnished in lengths equal to the widths of the slabs in which they are to be installed, except that strips which are of a length not less than the distance between longitudinal joints, or between longitudinal joint and edge, may be used if laced or clipped together in a manner approved by the CONSULTANT. The depth and shape of the joint filler shall conform to the dimensions shown in the plans. For doweled joints, proper provision shall be made for the installation of the dowels. • Certification: The CONTRACTOR shall provide the CONSULTANT a certification conforming to the requirements of FDOT from the manufacturer, confirming that the preformed joint filler meets the requirements of this Section. B. Joint Sealer for Pavement and Structures: • General: This Specification covers joint sealer intended for use in sealing joints in asphalt and concrete pavements. These materials may also be used to seal joints in concrete bridges and other structures. 100% Submittal 02512-3 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 • Material: The material shall meet the requirements of either ASTM D1190 (Concrete Joint Sealer, Hot-Poured Elastic Type) or ASTM D3405 (Joint Sealants, Hot Poured, for Concrete and Asphalt Pavements). Manufacturers or distributors seeking approval of their material in accordance with this Specification shall demonstrate the performance of their products in accordance with Florida Test Methods FM 5-532 or FM 5-533. • Certification: The CONTRACTOR shall provide the CONSULTANT a certification conforming to the requirements of FDOT from the manufacturer, confirming that the joint sealer materials meets the requirements of this Section. • Shipment: The material shall be delivered in containers plainly marked with the manufacturer's name or trademark product name, lot number and date of expiration. • Bond Breaker Rod: • The bond breaker rod shall be a closed cell, expanded polyethylene foam rod of the size and dimensions shown on the plans. It shall be compatible with the joint sealant and no bond or reaction shall occur between the rod and the sealant. • All bond breaker rods installed shall be covered by a sealant at the end of each work day. • Bond breaker tape approved by the sealant manufacturer may be used in lieu of bond breaker rod when sealing random cracks. C. Low Modulus Silicone Sealant: • General: • Low Modules Silicone sealant shall be furnished in a one part silicone formulation meeting the requirements specified herein. Manufacturers or distributors seeking approval of Low Modulus Silicone Sealants shall demonstrate the performance of their products in accordance with FM 5-533. • Acetic acid cure sealants are not acceptable. A primer as specified in 932-1.4 for bonding sealant to concrete shall be used if required by the manufacturer. When a manufacturer's product is tested and approved by the CITY using a primer, primer will be required for project installation. • Low modulus silicone sealants may be either a non-self-leveling or a self- leveling type, unless specified otherwise in the plans or Specifications. • Silicones shall be identified in the following manner: 100% Submittal 02512-4 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 • Type A - A low modulus, non-sag (non-self-leveling) silicone formulation, used in sealing horizontal and vertical joints in cement concrete pavements and bridges (i.e., concrete-concrete joints). Tooling is required. • Type B - A very low modulus, self-leveling silicone formulation, used in sealing horizontal joints (including joints on moderate slopes) in cement concrete pavements and bridges (i.e., concrete-concrete joints). Tooling is not normally required. • Type C - An ultra-low modulus, self-leveling silicone formulation, used in sealing horizontal joints (including joints on moderate slopes) in cement concrete pavements and bridges (i.e., concrete-concrete joints). It can also be used to seal the joints between cement concrete pavements and asphalt concrete shoulders (including asphalt joints). Tooling is not normally required. • Physical Requirements: SILICONE SEALANT TYPE Type A Type B Type C Flow (maximum) 0.3 inches [7.6 mm] 1.7-11.0 g/s 4.58-9.2 g/s Extrusion rate 1.25-4.2 g/s Tack-free time at 77 ± 3°F [25 ± 1.5°C] and 45 to 55% Relative Humidity 20-75 minutes 120 minutes, 60 minutes, maximum maximum Specific gravity 1.1 to 1.515 1.10 to 1.40 1.26 to 1.34 Durometer hardness, Shore A (Cured seven days at 77 ± 3°F [25 ± 1.5°C] and 50 ± 5% Relative Humidity) 10-25 SILICONE SEALANT TYPE Type A Type B Type C Durometer hardness, Shore 00 (Cured 21 days at 77 ± 3°F [25 ± 1.5°C] and 50 ± 5% Relative Humidity) 40-80 20-80 Tensile stress (maximum) at 150% elongation 45 psi 40 psi 15 psi [300 kPa], [275 kPa], [100 kPa], Elongation (Cured seven days at 77 ± 3°F [25 ± 1.5°C] and 50 ± 5% Relative Humidity) 800% minimum 100`)/0 Submittal 02512-5 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 Elongation (Cured 21 days at 77 ± 3°F [25 ± 1.5°C] and 50 ± 5% Relative Humidity) 800% minimum 1400% minimum Ozone and Ultraviolet Resistance No chalking, cracking or bond loss after 5,000 hours, minimum. Bond to concrete mortar briquettes (primed if required) (Cured seven days at 77 ± 3°F [25 ± 1.5°C] and 50 ± 5% Relative Humidity) 50 psi [350 kPa] minimum Bond to concrete briquettes (Cured 21 days at 77 ± 3°F [25 ± 1.5°C] and 50 ± 5% Relative Humidity) 40 psi [275 35 psi [240 kPa], kPa], minimum minimum (includes bond to asphalt) Movement Capability No adhesive or cohesive failure and adhesion, 10 cycles at-50 to +100% • Methods of Test: Flow MILS 8802 Extrusion Rate MIL S 8802 Tack Free Time MIL S 8802 Specific Gravity ASTM D792, Method A Durometer Hardness ASTM D2240 Tensile Stress ASTM D412 (Die C) Elongation ASTM D412 (Die C) Ozone and Ultraviolet ASTM C 793 Movement capability and adhesion ASTM C 719 • Bond to Mortar Briquettes: • Portland Cement Mortar: Briquettes shall be molded and cured 28 days minimum in accordance with AASHTO T132. Cured briquettes shall be dried at 230 ± 5°F [110 ± 2.5°C], sawed in half and bonded together with a thin section of sealant. After cure of sealant, briquettes will be tested in accordance with AASHTO T132. • Field Cure: 6 inch [150 mm] samples of the sealant shall be taken by the CITY from the joint at the end of a two week curing period and tested for durometer hardness (by Florida Method ANSI/ASTM D2240), except that the requirements of a 1 inch [25 mm] sample width shall not apply. A minimum hardness of 7.0 is required as evidence of adequate cure. 100% Submittal 02512-6 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 • Tolerance: A tolerance in cross-sectional height at midpoint of-1/16 to +3/16 inch [- 1.6 to +4.8 mm] will be allowed to the nominal values shown for each joint width on the plan sheet. The ENGINEER shall check one joint for each 1,000 feet [300 m] of roadway by cutting out specimens. If the cross section of the cut specimen is out of the allowable range, additional specimens shall be taken as follows. One joint every 100 feet [30 m] of pavement not to exceed 500 feet [150 m]. If the average of the specimens is out of tolerance, the CONTRACTOR shall remove and replace the entire 500 feet [150 m] section at his expense. Installation tolerance shall be verified at 1,000 feet[300 m]intervals. • Certification: The CONTRACTOR shall provide the CONSULTANT certification conforming to the requirements of FDOT from the manufacturer, confirming that the low modulus silicone sealant meets the requirements of this Section. • Shipment: Sealant material shall be delivered in containers plainly marked with the manufacturer's name or trademark, product name, lot number, and date of expiration. D. Primer: • In locations shown on plans and when required by the manufacturer's product, a primer shall be used with the Low Modulus Silicone Sealant. • The manufacturer shall perform his quality control tests on each lot of sealant primer material furnished to each project and furnish a certified report that each lot of primer material furnished to a project meets his Company's Specifications for that product and the primer is suitable for its intended use. • Sealant primer material shall be delivered in containers plainly marked with the manufacturer's name or trademark and product name, lot number and date of expiration. E. Backer Rod and Tape Bond Breakers: • For new construction projects or general use where the joints to be sealed have uniform width, a closed cell, expanded polyethylene foam backer rod bond breaker shall be required. For rehabilitation projects and similar joint seals where the joints to be sealed have irregular width, an open cell, expanded polyethylene foam backer rod bond breaker with an impervious skin shall be required. • The backer rod shall be compatible with the joint sealant. No bond or reaction shall occur between the rod and the sealant. • Tape bond breaker approved by the sealant manufacturer may be used in lieu of backer rod bond breaker when sealing joints and/or random cracks, as required. • All installed bond breakers shall be covered by sealant at the end of each workday. 100 % Submittal 02512-7 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 2.05 CURING MATERIALS A. Burlap: Burlap for curing concrete shall consist either of two layers, each weighing 10 to 18 ounces/10 sf[0.30 to 0.55 kg/m2], or of four layers, each weighing 6 to 7 ounces/10 sf[0.18 to 0.21 kg/m2]. Burlap which has been used as a container for sugar shall not be used. Burlap that is being used for the first time shall be thoroughly washed in order to remove starches used in sizing the material. Burlap shall be furnished in strips of at least 3 feet [1.0 m] wide and shall be at least 3 feet [1.0 m] longer than the width of surface to be covered. B. Membrane Curing Compound: • . • General: • Membrane curing compound shall conform to requirements of AASHTO M148 (Type 1 for clear compound and Type 2 for white-pigmented compound), and the following additional requirements: • The membrane curing compound shall be of a consistency suitable for spraying at temperatures prevalent at the time of construction operations, and which forms a continuous, uniform film. It shall be free from precipitated matter caused by conditions of storage or temperature. The compound shall be relatively nontoxic. Thorough agitation shall be performed prior to shipment from manufacturer's plant and prior to use at job site. • Curing compound delivered to the job in drums shall be in the manufacturer's original container, labeled with the manufacturer's name, plant location, grade designation of compound, lot number, and quantity. • Curing compound delivered in bulk shall be supplied from and delivered to storage tanks designed to provide thorough agitation by means of compressed air. • Sampling: Samples shall be obtained as specified in AASHTO M148 with the following exception. Take one sample for each lot, batch, or other unit of production representing each 2,200 gallons [8,300 liters] or fraction thereof. Filled containers, represented by the sample(s) shall be sealed and marked by the sampling agency for later identification and correlation. Each sample shall be at least 1 quart [1 liter]. Allow fourteen days for completion of the tests after arrival of the sample in the laboratory. 100 % Submittal 02512-8 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 • Storage: Curing compound that has been tested and stored for longer than six months but less than one year shall be retested prior to use. Compound that has been stored longer than one year shall not be incorporated into the Work. C. Sheet Materials. • General: Waterproof paper, polyethylene film and white burlap-polyethylene sheet, for curing concrete shall meet the requirements of AASHTO M171, with the additional requirements for waterproof paper and for polyethylene film as shown below. • Additional Requirements for Waterproof Paper: • The paper as prepared for use shall be in such dimensions that each unit as laid will extend at least 18 inches [450 mm] beyond the edges of the slab. If laid longitudinally, paper not manufactured in sizes which will provide this width shall be securely sewed or cemented together; the joints being sealed in such manner that they do not open up or separate during the curing period. • At the option of the CONTRACTOR, instead of the single longitudinal strip specified above, the blanket may be furnished in three strips; one strip being the neat width of the pavement, with two side strips. • Additional Requirements for Polyethylene Sheeting: • The sheets, as prepared for use, shall be of such dimensions that each unit as laid will extend beyond the edges of the slab by at least twice the thickness dimension of the pavement edge, and the sheets shall overlap by at least 18 inches [450 mm]. • No sheet may be reused except after individual inspection and approval by the CONSULTANT. Any sheets determined by the CONSULTANT to be so damaged as to not afford the protection to the concrete in preventing moisture loss during the curing period will be rejected. D. Certification: For burlap or white burlap-polyethylene, the CONTRACTOR shall provide the CONSULTANT a certification conforming to the requirements of FDOT from the manufacturer confirming that the requirements of this Section are met. Each certification shall cover only one type of burlap or white burlap-polyethylene sheeting. PART 3 - EXECUTION 3.01 PLACING A. CONTRACTOR shall ensure sufficient planting depth for palms and trees located above existing utility lines prior to installation of sidewalk / planters. CONTRACTOR shall verify rootball depths and planting details for all trees and palms located above existing utility lines. Should conflict arise, CONTRACTOR shall immediately contact PROGRAM MANAGER for resolution and cease with work in this area until the conflict is resolved. 100% Submittal 02512-9 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 B. Foundation: Compact fill areas, including cut areas under the sidewalk that have been excavated more than 6 inches [150 mm] below the bottom of sidewalk, to a minimum of 90% of AASHTO T180 density. The area to be compacted is defined as that area directly under the sidewalk and 1 foot [300 mm] beyond each side of the sidewalk when right-of-way allows. C. Place the concrete in the forms, and tamp and spade it to prevent honeycombing, and until the top of the structure can be floated smooth and the edges rounded to the radius shown in the plans. 3.02 JOINTS A. Sidewalk: • Expansion Joints: Form 1/2 inch [13 mm] expansion joints between the sidewalk and the curb or driveway or at fixed objects and sidewalk intersections with a preformed joint filler meeting the requirements specified in 932-1.1. • Contraction Joints: • Types: The CONTRACTOR may use open type or sawed contraction joints. • Open-Type Joints: Form open type contraction joints by staking a metal bulkhead in place and depositing the concrete on both sides. After the concrete has set sufficiently to preserve the width and shape of the joint, remove the bulkhead. After finishing the sidewalk over the joint, edge the slot with a tool having a 1/2 inch [13 mm] radius. • Sawed Joints: If electing to saw the contraction joints, cut a slot approximately 3/16 inch [5 mm] wide and not less than 1 1/2 inches[40 mm]deep with a concrete saw after the concrete has set, and within the following periods of time: • Joints at not more than 30 feet [9 m] intervals: Within 12 hours after finishing. • Remaining joints: Within 96 hours after finishing. B. Curb and Gutter: • Contraction Joints: • Except for machine placed items, the CONTRACTOR may form joints by using dummy joints (either formed or sawed) or by using sheet metal templates. If using sheet metal templates, ensure that they are of the dimensions, and are set to the lines, shown in the plans. Hold templates firmly while placing the concrete. Leave templates in place until the concrete has set sufficiently to hold its shape, but remove them while the forms are still in place. 100 % Submittal 02512-10 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 • Saw contraction joints, for machine placed items, unless the CONSULTANT approves an alternate method. Saw the joints as soon as the concrete has hardened to the degree that excessive raveling will not occur and before uncontrolled shrinkage cracking begins. • Space contraction joints at intervals of 10 feet [3 m] except where closure requires a lesser interval, but do not allow any section to be less than 4 feet [1.2 m] in length. • Expansion Joints: Construct expansion joints at all inlets, at all radius points, and at other locations indicated in the plans. Locate them at intervals of 500 feet [150 m] between other expansion joints or ends of a run. Ensure that the joint is 1/2 inch [13 mm] in width. 3.03 FINISHING A. Sidewalk: Miami Beach Red • Screeding: Strike-off the concrete by means of a wood or metal screed, used perpendicular to the forms, to obtain the required grade and remove surplus water and laitance. • Surface Requirements: • Provide the concrete with a broom finish. Ensure that the surface variations are not more than 1/4 inch [6 mm] under a 10 foot [3.048 m] straightedge, or more than 1/8 inch [3 mm] on a 5 foot [1.5 m] transverse section. Finish the edge of the sidewalk with an edging tool having a radius of 1/2 inch [13 mm]. • Apply a tine finish by an approved hand method to curb cut ramps in lieu of a broom. • Ensure that the tine finish consists of transverse grooves which are 0.03 to 0.12 inch [0.8 to 3.0 mm] in width and 0.10 to 0.15 inch [2.5 to 3.8 mm] in depth, spaced at approximately 1/2 inch [13 mm] center to center. B. Curb and Gutter: Natural • Repair of Minor Defects: Remove the forms within 24 hours after placing the concrete, and then fill minor defects with mortar composed of one part Portland cement and two parts fine aggregate. The CONSULTANT will not allow plastering on the face of the curb. Remove and replace any rejected curb, curb and gutter, or valley gutter without additional compensation. • Final Finish: Finish all exposed surfaces while the concrete is still green. In general, the CONSULTANT will only require a brush finish. For any surface areas, however, which are too rough or where other surface defects make additional finishing necessary, the CONSULTANT may require the CONTRACTOR to rub the curb to a 100 c/0 Submittal 02512-11 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 smooth surface with a soft brick or wood block, using water liberally. Also, if necessary to provide a suitable surface, the CONSULTANT may require the CONTRACTOR to rub further, using thin grout or mortar. 3.04 CURING A. General: • Continuously cure the concrete for a period of at least 72 hours. Commence curing after completely finishing and as soon as the concrete has hardened sufficiently to permit application of the curing material without marring the surface. Immediately replace any curing material removed or damaged during the 72 hour period. • After removing the forms, cure the surfaces exposed by placing a berm of moist earth against them or by any of the methods described below, for the remainder of the 72 hour curing period. B. Wet Burlap Method: Place burlap over the entire exposed surface of the concrete, with sufficient extension beyond each side to ensure complete coverage. Overlap adjacent strips a minimum of 6 inches [150 mm]. Hold the burlap securely in place such that it will be in continuous contact with the concrete at all times, and do not allow any earth between the burlap surfaces at laps or between the burlap and the concrete. Saturate the burlap with water before placing it, and keep it thoroughly wet throughout the curing period. C. Membrane Curing Compound Method: Apply clear membrane curing compound or white pigmented curing compound by a hand sprayer in a single coat continuous film at a uniform coverage of at least 200 square feet per gallon [0.2 L/m2]. Immediately recoat any cracks, checks, or other defects appearing in the coating. Thoroughly agitate the curing compound in the drum prior to application, and during application as necessary to prevent settlement of the pigment. D. Polyethylene Sheeting Method: Place polyethylene sheeting over the entire exposed surface of the concrete, with sufficient extension beyond each side to ensure complete coverage. Overlap adjacent strips a minimum of 6 inches [150 mm]. Hold the sheeting securely in place and in continuous contact with the concrete at all times. 3.05 BACKFILLING AND COMPACTION A. After the concrete has set sufficiently, but not later than three days after pouring, refill the spaces in front and back of the curb to the required elevation with suitable material. Place and thoroughly compact the material in layers not thicker than 6 inches [150 mm]. 3.06 SURFACE REQUIREMENTS A. Test the gutter section of curb and gutter with a 10 foot [3.048 m] straightedge laid parallel to the centerline of the roadway and while the concrete is still plastic. Perform straightedging along the edge of the gutter adjacent to the pavement or along other lines 100 % Submittal 02512-12 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 on the gutter cross-section, as directed by the CONSULTANT. Immediately correct irregularities in excess of 1/4 inch [6 mm]. - END OF SECTION - 100 % Submittal 02512-13 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 SECTION 02513 PORTLAND CEMENT CONCRETE PAVING PART 1 GENERAL 1.1 SUMMARY A. Related Sections: 1. 02200 - Earthwork. 2. 02529 - Concrete Sidewalk, Straight Curb, Curbs, Gutters, and Wheel Stops. 3. 03300 - Cast-In-Place Concrete. 1.2 REFERENCES A. American Concrete Institute (ACI)-316. B. American Association of State Highway and Transportation Officials (AASHTO) Standard. 1. T-180 Moisture-Density Relations of Soils Using a 10 lb. Rammer and an 18 inch Drop. 2. T-181 In-Place Density of Compacted Base Courses Containing Large Sizes of Coarse Aggregates. C. American Society for Testing and Materials (ASTM). 1. C78-94 Test Method for Flexural Strength of Concrete (Using Simple Beam with Third-Point Loading). 2. C192/C-95 Practice for Making and Curing Concrete Test Specimens in the Laboratory. 3. D1751-83(91) Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). 1.3 SUBMITTALS A. Submit the following for review before starting work: 1. Concrete design mix and proving flexural strength (modulus of rupture) tests. 2. Expansion joint filler data. 3. Joint sealer data. 4. Proposed finish procedure and technique for placing the concrete. 5. Results of concrete tests as specified. 6. Results of field tests of compaction of base course. 100% Submittal 02513-1 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 B. Records: Maintain the following records for review for at least three years: • Approved concrete mix designs. • Materials source (delivery tickets, certifications, certified mill test reports). • A copy of the scale company or testing agency report showing the observed deviations from quantities checked during calibration of the scales and meters. • A copy of the documentation certifying the admixture weighing/measuring devices. • Recent NRMCA (National Ready Mix Concrete Association) or CITY inspection records certifying plant can produce concrete and documentation showing that action has been taken to correct deficiencies noted during the inspections. C. Certification and Acceptance: • Furnish a delivery ticket with each batch of concrete before unloading at the placement site. Record material quantities incorporated into the mix on the delivery ticket. Ensure that the batcher responsible for production of the concrete, certifying that the batch was produced in accordance with specification requirements, signs the delivery ticket. Sign the Delivery Ticket certifying that the maximum specified water to cementitious materials ratio was not exceeded due to any jobsite adjustments to the batch, and that the batch was delivered and placed in accordance with Specification requirements. • The CITY will hold the contractor responsible for rejecting loads of concrete that do not meet specification requirements, or exceeds the allowable slump or water to cementitious materials ratio. Replace, at no cost to the CITY, all concrete that does not meet the 28-day compressive strength requirements. 1.4 QUALITY ASSURANCE A. Comply with ACI Standard "Recommended Practices for Construction of Concrete Pavements and Concrete Bases" (ACI 316 latest edition) and applicable requirements of Section 03300-Cast-In-Place Concrete, except as specified. PART 2 PRODUCTS 2.1 MATERIALS A. Base Course: Provide 12 inch stabilized subgrade compacted to a maximum density of 95 percent as determined by AASHTO T-180. B. Concrete for concrete pavement shall have a 28-day modulus or rupture of 650 psi as determined by the requirements as specified. 1. Minimum compressive strength shall be 3000 psi at 28 days. C. Joint sealing: Conform to Fed. Spec. SS-S1401 or SS-S-200d (cold applied). 100% Submittal 02513-2 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 D. Premolded expansion joint filler: Conform to ASTM D1751-83 (1991). E. Integral Color Concrete: The following Miami Beach Red mix designs have been approved for color conformity for the Miami Beach red integral color concrete being used in sidewalks, in the City of Miami Beach, north of 5th Street. 1. FDOT347 Class 1 Sidewalk, Curb & Gutter with Integral Color(Miami Beach Red Concrete Approval No. MB 01) 2. FDOT347 Class 1 Vibrated Curb Machine Mix with Integral Color (Miami Beach Red Concrete Approval No. MB 02) 3. CSR Rinker Mix Code No. 1259078 (Miami Beach Red Concrete Approval No. MB 03) 4. CSR Rinker Mix Code No. 1259079 (Miami Beach Red Concrete Approval No. MB 04) 5. Rinker Materials Mix Code No. 1300248 (Miami Beach Red Concrete Approval No. MB 05) 6. Continental Heidelberg Cement Group Mix Code No. 709 (Miami Beach Red Concrete Approval No. MB 06) F. Integral Color Concrete: Sailor's Sea Blue by Scofield with a light sandblast finish. PART 3 EXECUTION D.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. D.2 PREPARATION A. Surface Requirements: 1. The finished test standard pavement surface in both transverse and longitudinal directions shall have a maximum deviation from the specified plane of+ 1/8". 2. Corrections shall be by grinding with the ground finish to match the specified finish. 3. Exterior paving shall have a maximum deviation from the specified grade of 1/8" in 10 feet. D.3 APPLICATION A. The surface finish, a medium broom finish after troweling, requires acceptance by the NE. B. Joints: 100% Submittal 02513-3 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 1. Contraction Joints: 1. Place as indicated and to be perpendicular to the finish grade of the concrete. 2. Joints shall be cut to a depth of 1/4 of the slab thickness by cutting with an edging tool having a 1/4" radius or by sawing with a blade producing a cut not less than 1/8" in width. 3. Saw joints within 24 hours of concrete placement. 2. Expansion Joints: 1. Place where indicated on the drawings, using 1/2" thick preformed expansion joint material. 2. Anchor with accepted devices to prevent displacement during pouring and finishing. 3. Edges shall be rounded with an edging tool. 4. Joints shall be full depth of concrete except that top edges shall be 1/2" below the finish concrete surface. 5. Seal expansion joints by filling with joint sealing compound. Joints shall be clean and dry before sealing compound is put in place. 3. Construction joints are to be used at indicated locations to stop concrete pours. C. Curing: Methods of curing shall be accepted by the NE. D.4 TESTING A. Laboratory and field testing shall be made by the Board contracted testing laboratory. B. Testing requirements for concrete as specified shall be according to the requirements of Cast-In-Place Concrete -Section 03300 of these specifications, and as specified herein. C. Design mixes and testing requirements for the concrete pavement shall be flexural strength tests of concrete as basis for design. D. Where the flexural strength of the concrete is specified, make 1 strength test and one flexural test following (ASTM C192 and ASTM C78) for each 100 cubic yards or fraction thereof placed per day. Number of cylinders shall be 3 for strength test and 3 for flexural test. Test one at 3 days, one at 7 days and one at 28 days. E. Base Course: Provide 1 field density test at each location of the concrete paving according to Section 02200-Earthwork. END OF SECTION 100% Submittal 02513-4 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 SECTION 02700 SANITARY SEWER GRAVITY COLLECTION SYSTEM PART 1 MATERIALS Prior to fabrication or delivery, shop drwaings for all materials to be used on the job shall be submitted to the City for review and approval. A. PIPE AND FITTINGS: 1. Polyvinyl Chloride (PVC) Sanitary Sewer Pipe and Fittings: a) The PVC C-900 pipe shall be push-on type, with bells, spigots and elastomeric gaskets, in accordance with AWWA C900 and AWWA C905, latest revisions. Nominal laid length of PVC C900, pipe shall be 20 feet. C900 PVC pipe shall be impregnated with green pigment and double labeled (180 degrees apart) with the following at intervals of not more than five (5) feet: Date of manufacture - Manufacturer's Name & Record Code - Nominal size - "(CI)" - "PVC" — "Dimension Ratio (for example "DR25")" — "AWWA pressure class (for example "PC100") "AWWA designation number (ANSI/AWWA C900-97)". b) SDR-35 Pipes: The PVC pipe shall be push-on type, with bells, spigots and elastomeric gaskets, in accordance with ASTM Standard D 3034, and in accordance with ASTM Standard D 3212, latest revisions. Joints using solvent cement will not be permitted. Nominal laid length of Type PSM SDR-35 PVC sewer pipe shall be 13 feet. Type PSM SDR-35 PVC sewer pipe shall be impregnated with green pigment and be double labeled (180 degrees apart) as follows at intervals of five (5) feet or less: Date of manufacture - Manufacturer's name & Code - Nominal size - Cell classification - "Type PSM SDR-35 PVC Sewer Pipe" - "Specification D 3034" 2. Ductile Iron Pipes (DIP): Ductile iron sanitary sewer pipe shall be minimum Class 53 for 6-inch, Class 52 for 8-inch through 15 inch sizes, conforming to latest revisions of ANSI/AWWA Standards C151/A21.51. All ductile iron pipes shall be lined internally with 40 mils Protecto 401 ceramic epoxy, or equivalent. All ductile iron pipes shall be push on rubber gasket jointed. 3. Fittings: shall match the material used for mains. 4. Service Lateral Connections shall be water tight and not protrude into the sewer main. A sanitary wye branch connection, 6 inch diameter or larger, shall be used to connect low density residential properties to the main. All 100% Submittal 02700-1 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 other services shall use a minimum 8 inch diameter connection and shall tie through a new manhole at the main. A saddle type wye connection shall not be used. Vitrified Clay Pipe mains shall be lined or replaced prior to connecting a new service lateral to it. All materials used to make service connections shall be compatible with each other and with the pipe materials to be joined and shall be corrosion proof. B. PIPE JOINTS AND GASKETS: Elastomeric gasket joints providing a watertight seal shall conform to ASTM D3212 and F477, latest revisions. The gaskets shall be fabricated from a high- grade elastomer compound in accordance with ASTM Standard F477, "Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe, except as otherwise modified herein. The basic polymer for the gaskets shall be synthetic rubber. Natural rubber gaskets or gaskets with both natural and synthetic rubbers wilt not are permitted. Gaskets shall be continuous, elastomeric, rubber ring type. C. MANHOLES: 1. New manholes shall be precast. Cast-in-place concrete or brick masonry manholes may be used only if approved by the City Engineer. Precast manholes shall conform to ASTM C478, with Type II acid resistant cement. All manholes shall have 48" minimum inside diameter and shall have monolithically poured base. 2. Concrete in precast manholes shall maintain a minimum compressive strength of 4000 psi in 28 days, and all reinforcing bars shall be ASTM A615 grade 60 steel with minimum of 3 inches cover. 3. Manhole built-in sections shall be joined with a mastic compound or a round compression ring of neoprene material set in annular spaces cast into the spigot end of a bell and spigot type joint. The mastic compound or ring shall be uniformly compressed between the positioned sections so as to form a watertight joint. After the sections are assembled, the remaining space in the joint shall be pointed up and filled with dense cement mortar and finished so as to make a smooth, continuous surface inside and outside the wall sections. 4. Shallow manholes may have an eight inch (8") precast reinforced concrete slab on the top in-lieu of the conical sections. Slabs shall have a twenty- four inch (24") minimum diameter access hole centered in the slab. 5. Precast manhole cones or slabs shall terminate at such elevations as will permit laying up a minimum of three (3) courses and maximum of (5) courses of clay brick under the manhole frame to make allowance for future street adjustment and/or settlement. 100% Submittal 02700-2 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 D. BRICK FOR MANHOLES: Bricks for manhole construction shall be dense, hard burned, common clay brick conforming to ASTM Standard C62, "Building Brick (Solid Masonry Units made from Clay or Shale)". All bricks shall have true edges and sharp corners and shall have been cured for at least 14 days before being placed. E. MANHOLE COVERS: Manhole covers shall be cast iron and have a roadway or pedestrian type surface as required by location and shall have "Sanitary Sewer" and "City of Miami Beach" in Futura font and Logo cast into them. Material used in the manufacture of the castings shall conform to ASTM A48, "Gray Iron Castings" for Class 30 iron. All lids shall be provided with an HDPE watertight manhole insert, as manufactured by Southwestern Packing & Seals, "Rainstopper", or approved equal, to reduce stormwater inflow. F. MANHOLE COUPLINGS FOR PVC PIPES: Shall conform to the requirements for the PVC pipe and shall be completely coated on the exterior with fine aggregate bonded into the PVC surface. G. CLEANOUTS: Commercially manufactured wye branches and fittings shall be used to connect to the sewer main. Cleanouts on house laterals shall be located in the right-of- way as close as possible to the property being serviced. A City approved box and cover, according to City Standard Details, shall be used over the cleanout. The top of the cleanouts shall be a maximum of 6 inches below finish grade and have a threaded brass plug with a protruding integrally cast square nut. Plugs with recessed holes for tool grips shall not be used. H. MISCELANEOUS MATERIAL: 1. PVC double bell repair couplings, with no stop sleeves, matching the type of pipe used. 2. PVC double bell transition couplings or adapters for SDR 35 PVC Sewer Pipe to Ductile Iron or AVWVA C900 CI - PVC Pressure pipe connectors. 3. Stainless steel repair clamps, with stainless steel bolts and nuts. 4. Fernco type adapters with stainless steel fixtures. PART 2 INSTALLATION A. Proper and suitable tools and equipment for the safe and convenient handling and laying of pipe shall be used, conforming to manufacturer's recommendations. At the time of lying, the pipe shall be examined carefully for defects, and should any pipe discovered to be defective after being laid, it shall 100% Submittal 02700-3 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 be removed and replaced with sound pipe by the Contractor at his expense. B. Excavation and backfill for trenches and manholes shall be specified in the Sitework Excavation and Backfill for Utilities and Structures Section, of the CMB Public Works Manual. C. Where location of sewer is not clearly defined, install the sewer so it shall not be closer than 6 feet horizontally, pipe face to face (10 ft. preferable) with a water supply main or service line. When the bottom of the water pipe will be at least 18 inches above the top of the sewer pipe, the horizontal spacing may be a minimum of 6 feet separation, pipe face to pipe face (see section (IV)( A) (4) for pipe material to be used). D. Trench widths in stable soils shall provide a 12-inch maximum clearance on each side, between the outside of the pipe barrel and the face of the excavation, or sheeting if used, when measured to a point 12 inches above the top of the pipe. Minimum trench widths under the same conditions shall be minimum 6-inches on each side. Minimum trench widths are required to provide room for a man to place and compact the haunches and initial backfill material. In unstable soils (defined as peat, mulch or other organic soils, elastic silts and clay or fine sands below the water table), trench widths shall be a minimum of five (5) nominal pipe diameters in width when measured at a point 12-inches above the top of the pipe to accommodate trenching and compacting equipment and requirements. E. Bedding and initial backfill 6 inches below and 12 inches above sewer mains and services shall be coarse sand with no rocks larger than 3/4 inch diameter. F. Shape the bottom of the trench by hand to give substantially uniform circumferential support to the bottom of each pipe. When applicable, pipe laying shall proceed upslope with the spigot ends pointing in the direction of the flow. G. The pipe shall be laid in the prepared trench, true to line and grade. The pipe barrel shall receive continuous, uniform support with no pressure being exerted on the pipe joints from the trench bottom. H. A "Green" plastic detector tape with metallic foil and with the words "CAUTION SEWER LINE BURIED BELOW" printed at 30" intervals along the tape, shall be placed 18" above all sewer mains and laterals. I. Each pipe to be laid true to line and grade as indicated on the drawings and in such manner as to form a close concentric joint with the adjoining pipe and to prevent sudden offsets of the flow line. The pipe shall be laid so that the identification markings are located on the top of the installed pipelines The Contractor shall use surveying instruments to maintain alignment and grade. At least one elevation shot shall be taken on every pipe joint. 100% Submittal 02700-4 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 J. The interior of the sewer pipes shall be kept clean and free of all dirt and superfluous materials. Where cleaning after laying is difficult because of small pipe size, a suitable swab or drag shall be kept in the pipe and pulled forward past each joint immediately after the joining is completed. During suspension of work for any reason at any time, a suitable stopper shall be placed in the end of the pipe last laid to prevent mud or other foreign material from entering the pipe. Adequate support shall be provided in this case to retain pipe in place against uplift due to water in trench. Any pipe found defective shall be immediately removed and replaced with sound pipe. K. Sewer pipes shall be installed in accordance with latest revision of ASTM D2321 and the Uni- Bell Plastic Pipe Association's "Recommended Practice for the Installation of PVC Sewer Pipe". L. Manholes shall be constructed as indicated on drawings in accordance with the City of Miami Beach Standard Details. Manhole pipe openings are to be sealed with elastomeric grout or approved equal. No molding plaster will be allowed. M. The invert channels shall be formed of brick or brick rubble thoroughly bedded . and covered with sand-cement grout, accurately shaped to a semicircular bottom conforming to the inside of the adjacent sewer section. Steep slopes outside the invert channels shall be avoided. Changes in size and grade shall be made gradually and evenly. Changes in the direction of the sewer or entering branch shall be a smooth curve with radius as long as practical. N. After the manholes have been installed and inspected by the City for cracks and defects, two (2) coats (a minimum thickness of 8 mils each dry of protective material, Kopper's 300M or equal) shall be applied to the inside surface of the manhole at the job site. This material shall be applied in accordance with the manufacturer's specifications and cover all voids. The coats shall have contrasting colors so as to be easily verified. 0. Manhole to sewer main connections: 1. PVC sewers: The first joint at both influent and effluent sewers at each manhole, including service laterals, shall consist of an approved manhole coupling grouted into the manhole wall, and providing a continuous watertight elastomeric gasket seal between the coupling and the pipe inserted therein. The coupling shall have an increasing tapered interior from the gasket groove to allow flexibility for the pipe in the event of future settlement of the manhole or pipeline. The first length of PVC pipe into or out of the manhole shall be two (2) feet long, maximum, and shall be either plain-end by plain-end, or plain-end by bell. In the first option, the next joint shall be a double bell PVC repair coupling (no stop) with a maximum one (1) inch gap between the pipes inserted therein. In the latter option, the next joint shall be another two (2) feet long section maximum, of plain-end by bell PVC pipe. 100% Submittal 02700-5 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 2. Ductile Iron Pipes: The first length of pipe into or out of the manhole shall be a 2-foot length of plain end by plain end ductile iron pipe (i.e. two (2) feet, as measured from the outside wall) grouted directly into the opening in the manhole wall. This Plain End to Plain End short sleeve shall be joined to the spigot end of an adjacent ductile iron or to the Vitrified Clay Pipe with a Fernco Adapter. 3. Vitrified Clay Pipes (VCP) : shall be removed and replaced with either PVC or DI pipe. New pipes are to be connected to the existing VCP by appropriate Fernco adapters. 4. Where a service lateral enters a manhole at an elevation of two (2) feet or less, an internal drop shall be provided. For drops over two (2) feet above the sewer main invert, a drop connection on the exterior, with a cleanout extension into the manhole shall be provided. No brick manholes are allowed with outside drops. P. Frames and Covers: Cast iron frames and covers shall be set in a bed of mortar and carefully adjusted to elevation shown on the drawings. A minimum of 3 and maximum of 5 courses of brick shall be provided under frames for adjusting manhole cover elevations. Interior shall be sealed as specified above for the manholes. PART 3 TESTING AND INSPECTION A. The Contractor and Engineer shall inspect all installed sewer lines by visually checking each section for alignment prior to placing into service. A full circle of light shall be seen by looking through the pipe at a light held at the opposite end of the section of sewer line being inspected. The Contractor shall make any corrections required in line or grade. B. The City's Inspector must be notified in writing at least 24-hours prior to all scheduled formal tests. C. Leakage Tests: 1. Prior to testing for leakage, the trench shall be completely backfilled and compacted properly. Test shall be performed just prior to final paving over trench. 2. Test lines for leakage by exfiltration tests. In areas where pipe is laid below groundwater level, assure that there is no infiltration prior to performing the exfiltration tests. 3. Visible leaks into the system shall be corrected regardless of the amount of leakage. 4. The infiltration test procedure shall be used when the water table is 2 100% Submittal 02700-6 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 feet or more above the top of the pipe at the upper end of the pipe line section to be tested. Infiltration shall be measured using a suitable weir or other acceptable device. 5. An exfiltration test shall be performed, when an infiltration test cannot be properly performed. 6. The exfiltration test procedure shall be performed by filling the manhole, line and laterals with clean water. The filled lines shall be allowed to stand until the pipe has reached its maximum absorption, but not less than 4 hours. After absorption, the head shall be re-established. The allowable limits of infiltration or exfiltration for the entire system, or any portion thereof, shall not exceed a rate of 100 gallons per inch of inside pipe diameter per mile of pipe per 24 hours; no additional allowance will be made for service laterals. When leakage exceeds the maximum amount specified, satisfactory correction shall be made and system retested. Correction and retesting shall be made at Contractor's expense. 7. Manhole exfiltration leakage shall not exceed 4 gallons per day per manhole tested. 8. After all testing and paving has been completed, the sanitary sewer system shall be televised, at Contractor/Developer's expense. Digital copy of the sewer line video on acceptable form of media and inspection report shall be reviewed by the City Engineer or his designee. Contractor shall be responsible for correcting any deficiencies noted prior to the Engineer of Record's certification of completion of the work to any agency. PART 4 SPECIAL CONSIDERATIONS A. Design Criteria: 1. Minimum slopes: Gravity sewer mains shall be designed and constructed to achieve scouring velocities, when flowing full, of not less than 2.0 feet per second, based on Manning's formula using an "n"value of 0.013. 2. Minimum pipe sizes: Gravity sewer mains shall be minimum 8 inches in diameter. Laterals shall be minimum 6 inches in diameter for single family residential properties; and minimum 8 inches in diameter for multi-family and non-residential properties and are to be connected to the main through a manhole. 3. Manholes shall be installed at the end of each line; at all changes in grade, size or alignment; at all intersections of mains; and with line distances of not greater than 400 feet between manholes. 4. Where gravity sewers mains cross above waterlines, the sewer pipe for a distance of 6 feet (pipe to pipe separation) on each side of the crossing shall be DIP or PVC C900/C905, with no joint closer horizontally than 3 feet 100% Submittal 02700-7 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 to the crossing (pipe to pipe separation). 5. The following pipe materials shall be used based on vertical depth of cover and locations, unless shown otherwise required by calculations due to special loading or other conditions: a) Unpaved swale area: COVER<30"-36": Use PVC C-900 or Ductile Iron Pipe. COVER> 3 feet: SDR 35 or C-900 b) Paved areas: COVER< 30"-36": Use PVC C-900 or Ductile Iron Pipe with concrete slab over it, as per Standard Detail. COVER> 3 feet: Use PVC C-900 or Ductile Iron Pipe. B. The Contractor shall be in compliance with all applicable provisions of the Occupational Safety and Health Act of 1970, in general, and any subsequent amendments and revisions thereto and specifically to the provisions concerning confined space entry and the Trench Safety Act. The costs of compliance shall be included as part of the unit cost of pipe installation. C. The Contractor shall be responsible for providing an approved maintenance of traffic (M.O.T.) plan and shall conduct his operations in such a manner, utilizing warning devices such as traffic cones, barricades and warning lights, and personnel such as flagmen and uniformed police officers, the contractor shall ensure that the public is given adequate warning of hazards of the work site as may be deemed necessary by the City Engineer. In the instance of men working within the manholes, the Contractor shall provide safety provisions to cover any possible of structural failure and/or flooding. Such provisions might include but not be limited to, ladders in position to permit rapid egress; safety harnesses; stand by pumping equipment; extra air supplies; and such other measures as the situation and good construction practices might indicate. D. Riser rings will not be allowed to adjust manholes to final grade, unless specifically approved by the City Engineer. E. Sewer Bypass Pumping: 1. Sanitary sewer flows shall be controlled through the section of pipeline and pump stations where work is being performed. Under no circumstances, can portions of the system be removed from service for periods of time in excess of that approved by the City's Public Works Department. 2. The Contractor shall be responsible to assess conditions and capacities of the existing sewer lines and pump stations, in coordination with City of Miami Beach Public Works Department, and accommodate the flows in the project work-plan in order to implement an acceptable bypass 100% Submittal 02700-8 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos del Mar June 2017 pumping plan at no additional cost to the City. 3. Bypass pumping will be required for all sewers and pump station reconstruction that would result in shutdown of existing facilities. The Contractor shall supply the necessary pumps, conduits, and other equipment to not only divert flow around the pump station, manhole or section of pipe in which work is to be performed, but also to transmit the flow in downstream sewer lines and/or pump stations without surcharge. 4. The bypass systems shall be of sufficient capacity to handle existing flows plus additional flows that may occur during periods of high tide or rainfall. In addition to the primary bypass pumping system emergency backup pumping capability, such as a Vacuum Truck with minimum capacity of 1000 gallons, must be available within one (1) hour in case of emergency. 5. The Contractor shall be responsible for furnishing the necessary labor, power, and supervision to set up and operate the pumping and bypass systems. 6. When pumping is in operation, all pump engines shall be equipped in a manner to keep the pump noise to a minimum in order to comply with the City noise ordinances. 7. Contractor shall have personnel present at all times during sanitary sewers by passing operation. By-passing in the roads or within pedestrian traffic areas shall not result or pose a hazard to pedestrians or traffic. 8. Contractor shall provide an approved maintenance of traffic (M.O.T.) plan and obtain all required right-of-way and regulatory permits prior to commencing any work. F. As Builts: Prior to final acceptance, 2 copies of as-built drawings certified by a Florida Registered Land Surveyor and Mapper (PSM) shall be provided to the City for approval and acceptance of the sewer mains, manholes, laterals and cleanouts, together with a copy of the digital media producing such As-Builts. The As-Built drawings must show Station numbers and horizontal offsets from the Base Line and Right-of-Way lines on a plan scaled at not less than 1"=50 ft. for all manholes, wyes, laterals cleanouts etc. in horizontal alignment, and a profile with a vertical scale of not less than 1" = 2 ft. with invert elevations at all manholes, wyes and at approximately every 50 ft. at a minimum. As- Built Plans and Profiles must also show all abandoned and plugged sewer pipes and laterals within the project limits. 100% Submittal 02700-9 Stantec Job No.: 219420481 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 04220 CONCRETE UNIT MASONRY PART 1 - GENERAL 1.1 SUMMARY A. Furnish and install: 1. Concrete masonry unit construction for exterior wall and interior partitions. 2. Grout fill for hollow metal steel frames, elevator hoistway frames, and wherever ties or anchorage items occur, and as further indicated in the Drawings. 3. Reinforcing, ties, anchors, and other metal accessories, for anchoring unit masonry together and to other materials. 4. Compressible joint fillers for control joints in unit masonry work and joints with structural steel. 5. Built-in masonry flashing. 6. Control joints in concrete masonry. B. Place, install and build-in, as work progresses, the following products and materials furnished under the indicated Sections: 1. Anchor bolts, wood blocking, and anchorage items furnished or set by other trades as specified in individual Sections. 2. Steel lintels furnished by Section 05 50 00 - METAL FABRICATIONS. 3. Flashing reglets furnished by Section 07 62 00 - SHEET METAL FLASHING AND TRIM. 4. Access door frames furnished by Section 08 31 00 -ACCESS DOORS AND PANELS or by section requiring the same. C. Build-into place as work progresses, the following products and materials furnished under the indicated Sections: 1. Hollow metal door and window frames set in place by Section 06 10 00 -ROUGH CARPENTRY, and furnished by Section 08 11 13 - HOLLOW METAL DOORS AND FRAMES. D. Clean and point exposed to view surface masonry. 1.5 QUALITY ASSURANCE 100%Submittal 04220-1 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 A. General: Notify the Architect where conflicts apply between referenced standards and existing materials, and existing methods of construction. 1. Engineered Masonry: Design and certify under direct supervision of Professional Engineer, where indicated that the work of this section meets or exceeds the performance requirements specified in this section and as required by 2014 Florida Building Code (FBC), Fifth Edition effective June 30, 2015. D. Inspection, Testing, and Quality Control: A program of Inspection and Testing of structural masonry work will be established by the Structural Engineer of Record • 100%Submittal 04220-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 (SER) who will direct the implementation of tests as carried out by an independent testing agency. All costs for inspection and testing will be borne by the Owner. E. Preconstruction Testing Service: Owner shall engage a qualified independent testing agency to perform preconstruction testing indicated below. Payment for these services will be made by Owner. Retesting of materials failing to meet specified requirements shall be done at Contractor's expense. 1. Concrete Masonry Unit Test: For each concrete masonry unit indicated, per ASTM C 140. 2. Prism Test: For each type of wall construction indicated, per ASTM C 1314. 3. Mortar Test: For mortar properties per ASTM C 270. 4. Grout Test: For compressive strength per ASTM C 1019. 1.6 REGULATORY REQUIREMENTS A. Fire performance characteristics: Where indicated, provide materials and construction identical to those of assemblies whose fire resistance has been determined per ASTM E 119 by a testing and inspecting organization, by equivalent concrete masonry thickness, or by another means, as acceptable to authorities having jurisdiction. PART 2 - PRODUCTS 2.1 CONCRETE MASONRY UNITS A. Load bearing hollow and solid, normal weight concrete masonry units: Conform to ASTM C90, normal weight. 1. Plain-faced units of nominal thickness indicated on the Drawings, nominal 8 by 16 inch face dimension with light gray color and uniform medium-fine texture, sound, true to plane and line, and free from chips, cracks, and other defects. a. Types required, wythe (depth) and fire resistant construction rating as indicated on Drawings. 2. Aggregate: sand and gravel: conform to ASTM C 33. 3. Minimum allowable compressive strength for an individual unit of not less than 1700 psi (net area); and not less than 1,900 psi. (net area) for average of 3 units; when tested in accordance with ASTM C 140. 4. Oven dry density: 125 pounds per cubic foot. 100%Submittal 04220-3 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 5. Moisture content for average of 3 units, when delivered, not exceeding 35 percent of the total absorption, when tested in accordance with ASTM C 140. B. Non-loadbearing concrete masonry units (at interior non-load- bearing partitions only ): Conform to ASTM C129, normal weight concrete masonry units: 1. Plain-faced units of nominal thickness indicated on the Drawings, nominal 8 by 16 inch face dimension with light gray color and uniform medium-fine texture, sound, true to plane and line, and free from chips, cracks, and other defects. a. Types required, wythe (depth) and fire resistant construction rating as indicated on Drawings. 2. Aggregate: sand and gravel: conform to ASTM C 33. 3. Minimum allowable compressive strength for an individual unit of not less than 500 psi (net area); and not less than 600 psi. (net area) for average of 3 units; when tested in accordance with ASTM C 140. 4. Oven dry density: 125 pounds per cubic foot 5. Moisture content for average of 3 units, when delivered, not exceeding 35 percent of the total absorption, when tested in accordance with ASTM C 140. 6. Provide units clearly labeled as non-load-bearing. C. Concrete Building Brick: ASTM C55 and characteristics indicated below for grade, type, size and weight classification. 1. Grade: N. 2. Type: moisture controlled units, Type 1. 3. Size: modular, 2-1/4" x 3- 5/8" x 7-5/8". 4. Weight classification: Same as for concrete block. D. Concrete masonry grout blocks (bond beams): Open end high strength concrete masonry units and slot type strength concrete masonry units for use at reinforced concrete masonry construction where indicated on the Drawings. Conform to all requirements specified above for standard concrete masonry units, and the following additional requirements: 1. Plain-faced units of nominal thickness indicated on the Drawings, nominal 8 by 16 inch face dimension with light gray color and uniform medium-fine texture, sound, true to plane and line, and free from chips, cracks, and other defects. 100%Submittal 04220-4 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2.2 MORTAR A. Prepackaged mortar (ready mix): 1. General: complying with ASTM C 1142, factory blended consisting of: a. Portland cement: Comply with ASTM C 150, Type I. b. Hydrated lime: Type S, complying with ASTM C 207. c. Aggregate: Provide clean, sharp, well graded aggregate free from injurious amounts of dust, lumps, shale, alkali, surface coatings,and organic matter, and complying with ASTM C144. d. Admixtures: Prepackaged mortar mixes contain manufacturer's own proprietary admixtures, additional field admixtures are strictly prohibited. e. Water: Provide water free from deleterious amounts of acids, alkalis,and organic materials. Water shall be potable. f. Color and texture: Match Architect's control sample B. Mortar types: 1. Mortar for masonry below grade or in contact with earth: ASTM C 270 type M using the property specification. 2. Mortar for load bearing masonry: ASTM C 270 type M using the property specification. • 100%Submittal 04220-5 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3. Mortar for non-load bearing masonry above grade: ASTM C 270 type N using the property specification. 2.3 GROUT MIXES A. Prepackaged grout (ready mix) complying with ASTM C 1107, or site-mixed Portland cement grout complying with ASTM C 476 may be used. B. Grout for setting equipment, anchor bolts, elevator guide rails, structural steel elements and miscellaneous metals: Non-metallic high-strength controlled expansion grout of flowable consistency, having a compressive strength of 6,500 pounds per square inch (44.9 MPa) at 28 days; slump 8 to 10 inches. 1. Basis of Design: Five Star Products, Inc., Fairfield CT, product "Five Star Grout." 2. L&M Construction Chemicals, Omaha NE, Product: "Crystex." 3. Master Builders, Cleveland, OH, product "Masterflow 713". 4. Sika Corporation, Lyndhurst, NJ, product "SikaGrout 212". 5. Sonneborn Building Products, Minneapolis, MN, product "Sonogrout 10K". 6. Symons Corporation, DesPlaines, IL, product "Symons Multi Purpose Grout". C. Grout for engineered masonry (core fill): Course grout having a compressive strength of 2,000 to 2,250 pounds per square inch (13.8 to 15.5 MPa) at 28 days; slump 8 to 10 inches. 1. Use 1/3 fly ash cement replacement in grout for exposed walls to reduce risk and intensity of efflorescence. Comply with ASTM C 476, for fine grout. a. Proportions by volume 1:1/3:3 (Portland cement, fly ash, sand). b. Fly ash: Class F. D. Grout for bond beams and lintels: Fine grout having a compressive strength of 2,500 to 3,000 pounds per square inch (17.2 to 20.6 MPa) at 28 days; slump 8 to 10 inches. 2.4 REINFORCEMENT AND ANCHORAGE MATERIALS A. Single wythe longitudinal reinforcement for concrete masonry unit walls and partitions: in overall width 1-5/8 inches less than the 100%Submittal 04220-6 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 overall wall thickness,as manufactured by Dur-O-Wal, Hohmann, AA Wire, or equal. 1. Interior partitions: Ladder design, 9 gage ASTM A 641 class 1 galvanized wire. 2. Exterior partitions: Ladder design, 9 gage ASTM A 641 class 3 hot dipped galvanized wire. B. Reinforcing steel, additional to rods which are embedded in concrete: As specified under Section 03 30 00 - CAST-IN-PLACE CONCRETE, with additive requirement of incorporating recycled steel. 1. Recycled content of Steel: Use maximum available percentage of recycled steel. Reinforcing steel incorporated into the work shall contain not less than 60 percent of recycled scrap steel. 100%Submittal 04220-7 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2.5 FLASHING MATERIALS A. Flashing materials: Stainless-Steel Sheet: ASTM A 240/A 240M, Type 304,dead soft, fully annealed; with smooth, flat surface and having 2D Finish (dull, cold rolled, having a minimum thickness: 28 gage (0.016 inch) thick. 1. Provide shop-fabricated preformed and soldered end dams. 2. Fabricated sheet metal flashing with 45 degree exposed hemmed edge designed to extend beyond the masonry face a minimum of 3/16 inch. B. Solder for Stainless Steel: ASTM B 32, Grade Sn60, with acid flux of type recommended by stainless-steel sheet manufacturer. C. Termination and lap sealant (concealed conditions only): Joint Sealer Type PE (Polyether), single-component non-sagging gun-grade, low- odor, neutral curing polyether, sealant, conforming to FS TT-S- 000227E, Type II, Class A, and ASTM C 920, Type S, Class 25, Grade NS, use NT, T, M, G, A and 0 with a minimum movement capability of±25 percent, equal to the following: 1. BASF (Sonneborn), product, "Sonolastic 150". 2. STS Coatings, product "GreatSeal PE-150" Sealant. 3. Chem Link, product "MetaLink". 4. York Manufacturing, product: "PE-150 Liquid Tape". D. Concealed through-wall flashing: Copper-fabric flashing consisting of 5 ounce(per square foot) sheet copper permanently bonded between two layers of ductile asphalt impregnated woven fiberglass fabric, equal to: 1. Advance Building Products, Inc., Springvale ME, product "Copper-Fabric Flashing". 2. Hohmann & Barnard, Hauppauge NY., product "C-Fab" 3. Sandell Manufacturing Company, Inc., Amsterdam NY, product"Copper- Fabric". 4. York Manufacturing, Inc., Sanford ME, product "York Copper-Fabric". E. Lap sealant for concealed flashing: Cut-back fibered asphalt type recommended by flashing manufacturer. F. Concealed through-wall flashing: Flexible self-sealing, self-healing, fully adhering composite flexible flashing, .8 mm (32 mils) of self 100%Submittal 04220-8 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 adhesive rubberized asphalt integrally bonded to .2 mm (8 mils) of cross-laminated, high-density polyethylene film to provide a min. 1 mm (40 mil) thick membrane. Membrane shall be interleaved with silicone-coated release paper until installed. Provide with manufacturer recommended surface conditioners and termination mastics. 1. Product: a. Grace Construction Products, product: "Perm-A-Barrier Wall Flashing". b. Carlisle Waterproofing, product: "CCW-705". c. W.R. Meadows, product: "Air-Shield Thru-Wall Flashing". 2. Minimum performance characteristics. a. Water Vapor Transmission: ASTM E 96, Method B —2.9 ng/m2sPa(0.05 perms) maximum 100%Submittal 04220-9 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 b. Water Absorption: ASTM D 570 — Max. 0.1% by weight c. Puncture Resistance: ASTM E 154 — 178 N (40 lbs.) d. Tear Resistance: 1) Initiation —ASTM D 1004 — minimum 58 N (13.0 lbs.) M.D. 2) Propagation —ASTM D 1938— minimum 40 N (9.0 lbs.) M.D. e. Lap Adhesion at -4°C (25°F): ASTM 1876—880 N/M (5.0 lbs./in.)of width f. Low Temperature Flexibility—ASTM D 1970 — Unaffected to - 43°C(-45° F) g. Tensile Strength: ASTM D 412, Die C Modified — Minimum 5.5 MPa(800 psi) h. Elongation, Ultimate Failure of Rubberized Asphalt: ASTM D 412, Die C — Min. 200% 3. Surface primer: Latex based, water dispersed liquid for substrate as recommended by wall flashing manufacturer. 4. Termination mastic: Rubberized asphalt-based mastic with 200 grams/liter max VOC content for use in sealing flashing membrane terminations and punctures, as recommended by wall flashing manufacturer. a. Product: 1) Grace Construction Products, "Bituthene Mastic". 2) Carlisle Waterproofing, product: "CCW-704". 3) W.R. Meadows, Inc., product "Pointing Mastic". G. Flashing drip edge: Fabricated sheet metal flashing from unpolished 26 gage Type 302/304 stainless steel with 45 degree exposed hemmed edge designed to extend beyond the masonry face a minimum of 3/16 inch and into the masonry veneer a minimum of 3 inches under the concealed flashing. PART 3 - EXECUTION 3.3 INSTALLATION - GENERAL A. Build chases and recesses as shown or required to accommodate items specified in this and other Sections of the Specifications. Provide not less than 8 inches of masonry between chase recess and jamb of openings and between adjacent chases and recesses. 100%Submittal 04220- 10 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Leave openings for equipment to be installed before completion of masonry.After installation of equipment, complete masonry to match construction immediately adjacent to the opening. C. Establish lines, levels and coursing indicated. Protect from displacement. D. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform thickness. E. Isolate masonry partitions from vertical structural framing and where indicated on the Drawings. Maintain joints free from mortar, ready to receive sealant and joint bead back-up. 100%Submittal 04220- 11 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 F. Provide compressible filler at tops of interior masonry partitions abutting structural above. 3.4 COURSING, BONDS AND JOINTS A. Coursing, joints and bond pattern: 1. Running bond except as otherwise indicated on the Drawings. B. Joints: 1. Exposed to view masonry: except as specified below, fill all joints with mortar, strike off flush, and when mortar is thumb print hard tool joints with a non- staining tool. Joints shall be free of drying crack. a. Horizontal joints 1) Interior joints (all): Tool joints flush. b. Vertical joints (all): 1) Concrete unit masonry: Tool joints flush. 2. Concealed from view masonry, including masonry which will be concealed by flashings and similar materials: Fill joints with mortar and strike joints flush. Concave tool exterior joints below grade. 3.5 CONTROL JOINTS A. Locate control joints where shown on Drawings, at corners adjacent to openings in masonry, changes in wall height and intersections with structural walls as approved by Architect. 1. Do not continue horizontal joint reinforcement through control joints. B. Form vertical control joints with a sheet building paper bond breaker fitted to one side of the hollow contour end of the block unit. Fill the resultant core with grout fill. Rake joint at exposed unit faces for placement of backer rod and sealant. 1. Size control joints in accordance with the requirements of Section 07 92 00- JOINT SEALANTS. 3.6 LAYING MASONRY - GENERAL A. Build the masonry walls and partitions in the various combinations and thickness as indicated on the Drawings. B. Erect all masonry work in compliance with the line and level 100%Submittal 04220- 12 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 tolerances specified herein. Hold uniform joint sizes. Correct, or replace, as directed by the Architect, non-conforming masonry work at no additional cost to the Contract. C. Lay out coursing before setting to minimize cutting closures or jumping bond,Avoid the use of less-than-half-size units. D. Laying masonry units: 1. Lay masonry units in full bed of mortar, with full head joints; uniformly joint with other work. 2. Lay hollow masonry units with face shell bedding on head and bed joints. 100%Submittal 04220- 13 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3. Use finished CMU end blocks at jambs of wall openings for curtainwall, storefront, windows, louvers and similar conditions. 4. Buttering corners of joints or excessive furrowing of mortar joints are not permitted. 5. Interlock intersections and external corners. 6. Cut all exposed masonry with a motor-driven carborundum blade saw to ensure straight and clean, unchipped edges. a. Lay no unit having chipped edges or face defects where such unit would be exposed to view. Remove any such unit, if installed, and replace with an undamaged unit, and bear all costs therefore. 7. Do not spread any more mortar than can be covered before surface of mortar has begun to dry. 8. Do not shift or tap masonry units after mortar has achieved initial set.Where adjustment must be made, remove entirely, clean off mortar, and reset with fresh mortar. 9. Except for cleaning down and repointing, finish all masonry as the walls and partitions are carried up. E. Build-in reinforcement and anchorage items as the work progresses, grouting for secure anchorage. 1. Where steel reinforcing rods have been cast into concrete slabs, and left with upturned ends, carefully place masonry units down over the upturned ends of the rods, and fill cells of masonry units with specified grout. 2. Embed prefabricated horizontal joint reinforcing as the work progresses, with a minimum cover of 5/8" (16 mm) on exterior face of walls and 1/2" (13 mm)at other locations. Lap units not less than 6" (152 mm) at ends. Use prefabricated L and T units to provide continuity at corners and intersections. Cut and bend units as recommended by manufacturer for continuity at returns, offsets, column fireproofing, pipe enclosures and other special conditions. F. Except as indicated otherwise, isolate masonry from overhead structure: 1. Isolate masonry partitions from vertical structural framing members with a control joint. 2. Isolate top joint of masonry partitions from horizontal structural framing members and slabs, decks or blocking with compressible joint filler. 100%Submittal 04220- 14 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 G. Provide control joints at 30 feet on center maximum spacing, and keep clean of mortar droppings. H. Provide complete protection against breakage and weather damage to all masonry work, including substantial wood boxing around door jambs, over the tops of walls and wherever necessary to protect work at all stages of completion. Protect masonry when not roofed over, at all times when masons are not working on the walls. Apply tarpaulins or waterproof paper, properly weighted, or nailed, to assure their remaining in place to protect masonry from all possible hazards. I. Point and fill all holes and cracks in new mortar joints with additional fresh mortar; do not merely spread adjacent mortar over defect or use dead mortar droppings. Do all pointing while mortar is still soft and plastic. If hardened, chisel defect out 100%Submittal 04220- 15 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 and refill solidly with fresh additional mortar, and tool or rake joints as specified herein. J. Protect all masonry from rain prior to, and during the installation thereof. If the temperature is in excess of 80 degrees Fahrenheit at time of installation,lightly moisten contact surfaces of masonry units by brushing with water. K. Cold/Hot Weather Procedures: No masonry work shall be laid in temperatures below 40 degrees Fahrenheit without the submittal to and review by the Architect of cold weather procedures. 1. In ambient temperatures below 40 degrees Fahrenheit make provisions to adequately protect the masonry materials and the finished work from frost by heating of masonry materials, enclosing the work or heating the enclosed spaces. 2. No frozen work shall be built upon nor shall anti-freeze admixtures be permitted in the mortar mix. 3. Any completed work found to be affected by frost shall be taken down and rebuilt at no additional expense to the Owner. 3.7 FLASHING INSTALLATION A. Provide and build-in through-wall flashings at lintels, heads and sills of openings and infill openings. Additionally provide flashing where indicated on the Drawings, as specified herein and all conditions which may be considered similar to those indicated on the Drawings. 1. Install flashing with a hemmed 45 degree drip edge extending beyond face of masonry. Ensure through-wall flashing is in proper position in wythe without forming pockets. 2. Extend flashing to back up wall, turn up a minimum of 8 inches and terminate as follows, coordinated with air and vapor barrier system: a. Concrete - terminate into reglet. b. Masonry - terminate into horizontal joint of masonry, extending to 1/2"of interior face of wall, turning back 1" on itself. c. Metal stud and gypsum sheathing - terminate at sheathing, securing top of sheathing screwed into studs with type S-12 screws. Seal top of flashing and screw heads with specified Type PE sealant. 3. Form end dams at horizontal terminations; turn flashing, fold and solder at corners, bends and interruptions. 100%Submittal 04220- 16 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 4. Carry head flashing 6 inches beyond both ends of lintels. At steel lintels,apply a heavy bed coat of compatible adhesive mastic isolating flashing and steel. 5. Seal all punctures with an elastic cement mastic recommended by flashing manufacturer. B. Build-in counter flashing as indicated in the Drawings and as specified herein. 1. Clean surface of masonry smooth and free from projections that might puncture or otherwise damage flashing membrane. 2. Carefully fit flashing around projections, neatly fold and bed in mastic or mortar so as to direct moisture to the outside. Form flashing to required 100%Submittal 04220- 17 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar February 2017 profiles without wrinkles or buckles and install in such a manner as to direct moisture to the outside. END OF SECTION 90%Submittal 05500-18 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 05500 METAL FABRICATIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Steel ladders 2. Steel framing and supports for countertops, mechanical and electrical equipment. 3. Metal angle corner guards. 4. Metal edgings. 5. Miscellaneous metal trim. 6. Supports for shelving and cabinet work. 1.3 SUBMITTALS A. Product Data: For the following: 1. Paint products. 2. Grout. B. Shop Drawings: Detail fabrication and erection of each metal fabrication indicated. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. C. Welding Certificates: Copies of certificates for welding procedures and personnel. D. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. 1.4 QUALITY ASSURANCE A. Fabricator Qualifications: A firm experienced in producing metal fabrications similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. B. Welding: Qualify procedures and personnel according to the following: 1. AWS D1.1, "Structural Welding Code--Steel." 100%Submittal 05500-1 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2. Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone recertification. 1.5 PROJECT CONDITIONS A. Field Measurements: Where metal fabrications are indicated to fit walls and other construction, verify dimensions by field measurements before fabrication and indicate measurements on Shop Drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. 1.6 COORDINATION A. Coordinate installation of anchorages for metal fabrications. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. PART 2 - PRODUCTS 2.1 METALS, GENERAL A. Metal Surfaces, General: For metal fabrications exposed to view in the completed Work, provide materials with smooth, flat surfaces without blemishes. Do not use materials with exposed pitting, seam marks, roller marks, rolled trade names, or roughness. 2.2 FERROUS METALS A. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. B. Steel Tubing: Cold-formed steel tubing complying with ASTM A 500. C. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. 2.3 PAINT A. Shop Primer for Ferrous Metal: Organic zinc-rich primer, complying with SSPC- Paint 20 and compatible with topcoat. 1. Products: Subject to compliance with requirements, provide one of the following: a. Carboline 621; Carboline Company. b. Aquapon Zinc-Rich Primer 97-670; PPG Industries, Inc. c. Tneme-Zinc 90-97; Tnemec Company, Inc. d. Or approved equal. 100%Submittal 05500-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2.4 FASTENERS A. General: Provide Type 304 or 316 stainless-steel fasteners for exterior use and zinc- plated fasteners with coating complying with ASTM B 633, Class Fe/Zn 5, where built into exterior walls. Select fasteners for type, grade, and class required. B. Bolts and Nuts: Regular hexagon-head bolts, ASTM A 325, Type I, heavy hex steel structural bolts and heavy hex carbon steel nuts. C. Anchor Bolts: ASTM F 1554, Grade 36. D. Machine Screws: ASME B18.6.3 (ASME B18.6.7M). E. Lag Bolts: ASME B18.2.1 (ASME B18.2.3.8M). F. Wood Screws: Flat head, carbon steel, ASME B18.6.1. G. Plain Washers: Round, carbon steel, ASME B18.22.1 (ASME B18.22M). H. Lock Washers: Helical, spring type, carbon steel, ASME B18.21.1 (ASME B18.21.2M). I. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and equal to four times the load imposed when installed in concrete, as determined by testing per ASTM E 488, conducted by a qualified independent testing agency. 1. Material: Carbon-steel components zinc-plated to comply with ASTM B 633, Class Fe/Zn 5. 2.5 GROUT A. Nonshrink, Nonmetallic Grout: Factory-packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. Provide grout specifically recommended by manufacturer for interior and exterior applications. 2.6 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Shear and punch metals cleanly and accurately. Remove burrs. C. Ease exposed edges to a radius of approximately 1/32 inch (1 mm), unless otherwise indicated. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D. Weld corners and seams continuously to comply with the following: 100%Submittal 05500-3 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. E. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. F. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. G. Fabricate joints that will be exposed to weather in a manner to exclude water, or provide weep holes where water may accumulate. H. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. I. Remove sharp or rough areas on exposed traffic surfaces. J. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Use exposed fasteners of type indicated or, if not indicated, Phillips flat-head (countersunk) screws or bolts. Locate joints where least conspicuous. 2.7 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports indicated and as necessary to complete the Work. B. Fabricate units from structural-steel shapes, plates, and bars of welded construction, unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction retained by framing and supports. Cut, drill, and tap units to receive hardware, hangers, and similar items. 2.8 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish metal fabrications after assembly. 2.9 STEEL AND IRON FINISHES A. Galvanizing: Hot-dip galvanize items as indicated to comply with applicable standard listed below: 100%Submittal 05500-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. ASTM A 123, for galvanizing steel and iron products. 2. ASTM A 153/A 153M, for galvanizing steel and iron hardware. B. Preparation for Shop Priming: Prepare uncoated ferrous-metal surfaces to comply with minimum requirements indicated below for SSPC surface-preparation specifications and environmental exposure conditions of installed metal fabrications: 1. Exteriors (SSPC Zone 1B): SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 2. Interiors (SSPC Zone 1A): SSPC-SP 3, "Power Tool Cleaning." C. Apply shop primer to uncoated surfaces of metal fabrications, except those with galvanized finishes and those to be embedded in concrete, sprayed-on fireproofing, or masonry, unless otherwise indicated. Comply with SSPC-PA 1, "Paint Application Specification No. 1," for shop painting. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Fastening to In-Place Construction: Provide anchorage devices and fasteners where necessary for securing metal fabrications to in-place construction. Include threaded fasteners for concrete and masonry inserts, toggle bolts, through-bolts, lag bolts, wood screws, and other connectors. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. C. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. D. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. E. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. 100%Submittal 05500-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3.2 INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS A. General: Install framing and supports to comply with requirements of items being supported, including manufacturers' written instructions and requirements indicated on Shop Drawings, if any. B. Anchor supports for operable partitions securely to and rigidly brace from building structure. C. Support steel on solid grouted masonry or concrete. Secure with anchor bolts embedded in grouted masonry or concrete or with bolts through top plates. 3.3 ADJUSTING AND CLEANING A. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint are specified in Division 9 Section "Painting." B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION 100%Submittal 05500-6 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 06100 ROUGH CARPENTRY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Framing with engineered wood products. 2. Wood blocking, cants, and nailers. 3. Wood furring and grounds. 4. Sheathing. 5. Plywood backing panels. 1.3 DEFINITIONS A. Rough Carpentry: Carpentry work not specified in other Sections and not exposed, unless otherwise indicated. B. Exposed Framing: Dimension lumber not concealed by other construction. C. Lumber grading agencies, and the abbreviations used to reference them, include the following: 1. NELMA- Northeastern Lumber Manufacturers Association. 2. NLGA- National Lumber Grades Authority. 3. RIS - Redwood Inspection Service. 4. SPIB - Southern Pine Inspection Bureau. 5. WCLIB -West Coast Lumber Inspection Bureau. 6. WWPA-Western Wood Products Association. 1.4 SUBMITTALS A. Product Data: For each type of process and factory-fabricated product. Indicate component materials and dimensions and include construction and application details. 100%Submittal 06100-1 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Include data for wood-preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used, net amount of preservative retained, and chemical treatment manufacturer's written instructions for handling, storing, installing, and finishing treated material. 2. Include data for fire-retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Include physical properties of treated materials, both before and after exposure to elevated temperatures when tested according to ASTM D 5516 and ASTM D 5664. 3. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. 4. Include copies of warranties from chemical treatment manufacturers for each type of treatment. B. Material Certificates: For dimension lumber specified to comply with minimum allowable unit stresses. Indicate species and grade selected for each use and design values approved by the American Lumber Standards Committee Board of Review. C. Research/Evaluation Reports: For the following, showing compliance with building code in effect for Project: 1. Preservative-treated wood. 2. Fire-retardant-treated wood. 3. Engineered wood products. 4. Foam-plastic sheathing. 5. Power-driven fasteners. 6. Powder-actuated fasteners. 7. Expansion anchors. 8. Metal framing anchors. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, with the experience and capability to conduct the testing indicated, as documented according to ASTM E 548. B. Source Limitations for Engineered Wood Products: Obtain each type of engineered wood product through one source from a single manufacturer. C. Source Limitations for Fire-Retardant-Treated Wood: Obtain each type of fire- retardant-treated wood product through one source from a single producer. 100%Submittal 06100-2 • Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1.6 DELIVERY, STORAGE, AND HANDLING A. Stack lumber, plywood, and other panels; place spacers between each bundle to provide air circulation. Provide for air circulation around stacks and under coverings. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2.2 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of lumber grading agencies certified by the American Lumber Standards Committee Board of Review. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. For exposed lumber indicated to receive a stained or natural finish, mark grade stamp on end or back of each piece, or omit grade stamp and provide certificates of grade compliance issued by grading agency. 3. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 4. Provide dressed lumber, S4S, unless otherwise indicated. 5. Provide dry lumber with 19 percent maximum moisture content at time of dressing for 2-inch nominal (38-mm actual) thickness or less, unless otherwise indicated. 6. Provide dry lumber with 15 percent maximum moisture content at time of dressing for 2-inch nominal (38-mm actual) thickness or less, unless otherwise indicated. 2.3 WOOD-PRESERVATIVE-TREATED MATERIALS A. Preservative Treatment by Pressure Process: AWPA C2 (lumber) and AWPA C9 (plywood), except that lumber that is not in contact with the ground and is continuously protected from liquid water may be treated according to AWPA C31 with inorganic boron (SBX). 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and one of the following: a. Chromated copper arsenate (CCA). b. Ammoniacal copper zinc arsenate (ACZA). 100%Submittal 06100-3 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 c. Ammoniacal, or amine, copper quat (ACQ). d. Copper bis (dimethyldithiocarbamate) (CDDC). e. Ammoniacal copper citrate (CC). f. Copper azole, Type A(CBA-A). g. Oxine copper(copper-8-quinolinolate) in a light petroleum solvent. 2. For exposed items indicated to receive a stained or natural finish, use chemical formulations that do not require incising, contain colorants, bleed through, or otherwise adversely affect finishes. B. Kiln-dry material after treatment to a maximum moisture content of 19 percent for lumber and 15 percent for plywood. Do not use material that is warped or does not comply with requirements for untreated material. C. Mark each treated item with the treatment quality mark of an inspection agency approved by the American Lumber Standards Committee Board of Review. 1. For exposed lumber indicated to receive a stained or natural finish, mark end or back of each piece, or omit marking and provide certificates of treatment compliance issued by inspection agency. D. Application: Treat items indicated on Drawings, and the following: 1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers, and waterproofing. 2. Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in contact with masonry or concrete. 3. Wood framing members less than 18 inches (460 mm)above grade. E. Application: Treat items indicated on Drawings, and the following: 1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers, and waterproofing. 2. Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in contact with masonry or concrete. 3. Wood framing members less than 18 inches (460 mm)above grade. 100%Submittal 06100-4 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2.4 FIRE-RETARDANT-TREATED MATERIALS A. General: Where fire-retardant-treated materials are indicated, provide materials that comply with performance requirements in AWPA C20 (lumber) and AWPA C27 (plywood). Identify fire-retardant-treated wood with appropriate classification marking of UL, U.S. Testing, Timber Products Inspection, or another testing and inspecting agency acceptable to authorities having jurisdiction. 1. Use treatment for which chemical manufacturer publishes physical properties of treated wood after exposure to elevated temperatures, when tested by a qualified independent testing agency according to ASTM D 5664, for lumber and ASTM D 5516, for plywood. 2. Use treatment that does not promote corrosion of metal fasteners. 3. Use Exterior type for exterior locations and where indicated. 4. Use Interior Type A High Temperature (HT), unless otherwise indicated. B. For exposed items indicated to receive a stained or natural finish, use chemical formulations that do not bleed through, contain colorants, or otherwise adversely affect finishes. 2.5 DIMENSION LUMBER A. General: Provide dimension lumber of grades indicated according to the American Lumber Standards Committee National Grading Rule provisions of the grading agency indicated. 2.6 MISCELLANEOUS LUMBER A. General: Provide lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Cants. 3. Nailers. 4. Grounds. B. For items of dimension lumber size, provide Construction, Stud, or No. 2 grade lumber with 19 percent maximum moisture content and any of the following species: 1. Mixed southern pine; SPIB. 2. Hem-fir or Hem-fir(north); NLGA, WCLIB, or WWPA. 3. Spruce-pine-fir(south) or Spruce-pine-fir; NELMA, NLGA, WCLIB, or WWPA. 4. Eastern softwoods; NELMA. 5. Northern species; NLGA. 6. Western woods; WCLIB or WWPA. 100%Submittal 06100-5 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2.7 PLYWOOD BACKING PANELS A. Telephone and Electrical Equipment Backing Panels: DOC PS 1, Exposure 1, C-D Plugged, fire-retardant treated, in thickness indicated or, if not indicated, not less than 1/2 inch (12.7 mm) thick. Back primed and finished per 09900. 2.8 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this Article for material and manufacture. 1. Where rough carpentry is exposed to weather, in ground contact, or in area of high relative humidity, provide fasteners with hot-dip zinc coating complying with ASTM A 153/A 153M. B. Nails, Brads, and Staples: ASTM F 1667. C. Power-Driven Fasteners: CABO NER-272. D. Wood Screws: ASME B18.6.1. E. Screws for Fastening to Cold-Formed Metal Framing: ASTM C 954, except with wafer heads and reamer wings, length as recommended by screw manufacturer for material being fastened. F. Lag Bolts: ASME B18.2.1. (ASME B18.2.3.8M). G. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568M, Property Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat washers. H. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to 6 times the load imposed when installed in unit masonry assemblies and equal to 4 times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing and inspecting agency. 1. Material: Carbon-steel components, zinc plated to comply with ASTM B 633, Class Fe/Zn 5. 2. Material: Stainless steel with bolts and nuts complying with ASTM F 593 and ASTM F 594, Alloy Group 1 or 2 (ASTM F 738M and ASTM F 836M, Grade Al or A4). 2.9 METAL FRAMING ANCHORS A. General: Provide framing anchors made from metal indicated, of structural capacity, type, and size indicated, and as follows: 100%Submittal 06100-6 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Research/Evaluation Reports: Provide products acceptable to authorities having jurisdiction and for which model code research/evaluation reports exist that show compliance of metal framing anchors, for application indicated, with building code in effect for Project. 2. Allowable Design Loads: Provide products with allowable design loads, as published by manufacturer, that meet or exceed those indicated. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis and demonstrated by comprehensive testing performed by a qualified independent testing agency. And as required by the Florida Building Code. 2.10 MISCELLANEOUS MATERIALS A. Building Paper: Asphalt-saturated organic felt complying with ASTM D 226, Type I (No. 15 asphalt felt), unperforated. B. Water-Repellent Preservative: NWWDA-tested and -accepted formulation containing 3-iodo-2-propynyl butyl carbamate, combined with an insecticide containing chloropyrifos as its active ingredient. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate furring, nailers, blocking, grounds, and similar supports to comply with requirements for attaching other construction. B. Do not use materials with defects that impair quality of rough carpentry or pieces that are too small to use with minimum number of joints or optimum joint arrangement. C. Apply field treatment complying with AWPA M4 to cut surfaces of preservative- treated lumber and plywood. D. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. CABO NER-272 for power-driven fasteners. 2. Published requirements of metal framing anchor manufacturer. 3. Table 23-II-B-1, "Nailing Schedule," and Table 23-II-B-2, 'Wood Structural Panel Roof Sheathing Nailing Schedule," in the Uniform Building Code. 4. Table 2305.2, "Fastening Schedule," in the BOCA National Building Code. 5. Table 2306.1, "Fastening Schedule," in the Standard Building Code. 100%Submittal 06100-7 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 E. Use common wire nails, unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood; predrill as required. F. Use finishing nails for exposed work, unless otherwise indicated. Countersink nail heads and fill holes with wood filler. 3.2 WOOD GROUND, SLEEPER, BLOCKING, AND NAILER INSTALLATION A. Install where indicated and where required for screeding or attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless otherwise indicated. Build anchor bolts into masonry during installation of masonry work. Where possible, secure anchor bolts to formwork before concrete placement. C. Provide permanent grounds of dressed, pressure-preservative-treated, key-beveled lumber not less than 1-1/2 inches (38 mm) wide and of thickness required to bring face of ground to exact thickness of finish material. Remove temporary grounds when no longer required. END OF SECTION 100%Submittal 06100-8 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 07190 WATER REPELLENTS PART 1 —GENERAL 1.1 SUMMARY A. Furnish and install water repellent coatings for the following surfaces: 1. Concrete balconies. 1.5 QUALITY ASSURANCE A. General: Notify the Architect where conflicts apply between referenced standards, specified materials, and methods of construction. B. Sole Source: Obtain products required for the Work of this Section from a single manufacturer. C. Qualifications: 1. Installer/Applicator: Minimum of 3 years documented experience demonstrating previously successful work of the type specified herein. 1.6 FIELD SAMPLES A. Provide field samples under provisions of Section 01450-QUALITY CONTROL. : Apply one finish sample for each type of water repellent and substrate required. Duplicate finish of approved Information and Review sample. B. Locate field samples as directed by Architect; provide on-site samples, each 10 square feet. C. Final approval by Architect of color and water-repellent application will be from test applications.Accepted samples may remain as part of the work. 1.9 WARRANTY A. Deliver to the Owner upon completion of the work of this Section, an unconditional warranty on the work of this Section agreeing to promptly repair as necessary to prevent penetration of water through it for a period of 3 years following installation. B. Provide 5 year warranty under provisions of Section 01 77 00-CLOSEOUT PROCEDURES.Warranty shall include coverage for water repellency specified under Article 2.1 —PERFORMANCE/DESIGN CRITERIA. C. Clearly label and package extra materials securely to prevent damage. PART 2-PRODUCTS 2.1 PERFORMANCE/DESIGN CRITERIA A. Performance Testing: Provide water repellents that comply with test-performance requirements indicated,as evidenced by reports of tests performed by manufacturer by a qualified independent testing agency on manufacturer's 100%Submittal 07190- 1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 standard products applied to substrates simulating those on Project using same application methods to be used for Project. B. Absorption: Minimum 90 percent reduction of absorption after 24 hours in comparison of treated and untreated specimens. 1. Hardened Concrete:ASTM C 642. C. Permeability: Minimum 80 percent water-vapor transmission in comparison of treated and untreated specimens, per ASTM D 1653. D. Water Penetration and Leakage through Masonry: Minimum 90 percent reduction in leakage rate in comparison of treated and untreated specimens, per ASTM E 514. E. Durability: Maximum 5 percent loss of water repellency after 2500 hours of weathering in comparison to specimens before weathering, per ASTM G 154. 2.2 MATERIALS A. Coating material—SilaneSiloxane-Blend: Clear silane and siloxane blend,VOC compliant, low odor and alkaline stable. Products which may be incorporated in the work include following, or approved equal. 1. Hydrozo(BASF Corp.)Shakopee, MN, product"MasterProtect H440 HZ". (formerly Enviroseal 40—Basis of Design). 2. Anti-Hyrdro International, Flemington NJ, product"A-H Aridox 40 VOC" 3. ProSoCo, Inc., Lawrence, KS., product: "Sure Klean Saltguard WB". 2.3 ACCESSORIES A. Protective wrapping: Polyethylene tarps, masking tape and nylon cord. B. Application equipment: Stainless steel low pressure spray tank equipment with solvent resistant hoses and gaskets. PART 3-EXECUTION 3.3 APPLICATION-SILOXANE A. Cleaning: Perform the work of this section after the masonry cleaning operation has been completed and accepted by the Architect.Test for moisture content,in accordance with repellent manufacturer's instructions,to ensure that surface is sufficiently dry. B. General:Apply coatings in strict accordance with manufacturer's written instructions. C. Apply material as supplied-do not dilute or alter material as packaged.Preferred method of application is with low pressure, airless diaphragm-type spray equipment or with a heavily saturated roller or brush. Equipment can be cleaned with commercial solvents. D. Apply in a"wet-on-wet"application for best results on most porous surfaces. In the case 100%Submittal 07190-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar February 2017 of extremely dense surfaces, it may be necessary to restrict the amount of material applied to one saturating application to prevent surface darkening. E. Vertical surfaces, apply in a flooding application from the bottom up with sufficient material applied to produce a 6 or 8 inches rundown below the contact point of the spray pattern with the masonry surface.Allow the first application to penetrate the surface (approximately three to five minutes)and reapply in the same saturating matter. Less material will be required to saturate the surface on the second application. F. Horizontal Surfaces:Apply a heavy saturation coating with sufficient material applied so that the surface remains wet for a few minutes before the liquid is completely absorbed. Any surface buildup, pools or puddles should be broomed out thoroughly until they have completely penetrated into the surface. Use solvent resistant broom. G. Protect treated area from rain for full 72 hour cure time. END OF SECTION 90%Submittal 07190-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 07210 BUILDING INSULATION PART 1 -GENERAL 1.01 SUMMARY A. Section includes building insulation including necessary accessories. B. Related Sections: 1. Division 6 Section "Rough Carpentry" 2. Division 9 Section " Gypsum Board Assemblies" 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. C-1149-90 Specification for Self-Supported Spray Applied Cellulosic Thermal/Acoustical Insulation. 2. E-84-91a Surface Burning Characteristics of Building Matierals. 3. E-96-90 Water Vapor Transmission of Materials. 4. E-736-91 Cohesion/Adhesion of Sprayed Fire-Resistive Materials applied to Structural Members. 5. E-759-86 (Reapproved 1991) Effect of Deflection on sprayed Fire-Resistive Material Applied to Structural Members. 6. E-859-82 Air Erosion of Sprayed Fire-Resistive Material Applied to Structural Members. 1.03 SUBMITTALS A. Submit properly identified manufacturer's product data including installation instructions before starting work. B. Samples: Submit minimum 12-inch by 12-inch square sample of each type of insulation furnished with together with manufacturer's labels attached. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Faced and Unfaced Blanket and Rigid Insulation: 1. CertainTeed. 2. Owens Corning. 3. Thermal-Shield. 2.02 MATERIALS A. Blanket Insulation: 100%Submittal 07210- 1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Blankets: For use in stud walls. Spun mineral fiber or fiberglass blankets; 3-1/2 inches thick x 24 inches wide x lengths as long as practicable. "R"Value: 13, aged at 75 degrees F. 2. Unfaced Blankets: For use above acoustic ceiling in air-conditioned areas. Spun mineral unfaced fiber or fiberglass friction-fit blankets; 5-1/2 inches thick x 24 inches wide x lengths as long practicable. "R"Value: 19, aged at 75 degrees F. B. Rigid Insulation: For use on exterior masonry wall, behind gypsum wallboard. "R" Value: minimum 5.0. PART 3 - EXECUTION 3.01 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.02 INSTALLATION A. Install the accepted insulation according to the manufacturer's printed instructions for the specific product. B. Foil faced batts installed with foil side into finished spaces. C. Unfaced batts installed above ceiling tile in air-conditioned spaces. D. Rigid insulation at exterior masonry walls behind gypsum wallboard. END OF SECTION 100%Submittal 07210-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 07542 TPO ROOFING PART 1 -GENERAL 1.1 SUMMARY A. Furnish and install fully adhered Energy Star compliant thermoplastic polyolefin (TPO) roofing system, where shown on the Drawings, as specified herein, and as required for a complete and proper installation. Roofing system includes, but is not limited to the following: 1. Vapor barrier beneath roofing insulation. 2. Overlayment board (recovery board). 3. Install crickets between drains. 4. Sump drains. 5. Piping penetrations (pitch pockets are prohibited). 6. Roofing membrane and related system components. 7. Roof edge coping and parapet covers. 8. Roofing membrane and related system components. B. Provide manufacturer's pre-construction and final inspection as specified herein. These inspections are to be included in the base bid; additional inspections,or work incurred as a result of the final inspection shall be without additional cost to the Owner. 1. Work of this Section additional includes providing Owner assistance in the preparation and submittal of roof installation acceptance certification as may be necessary in connection with fire and extended insurance coverage of roofing and associated work. C. Provide testing of heat-welded seams. D. Provide flood testing of roof drains. E. Provide Infrared survey of completed roof assembly, performed by independent third party testing agency hired by the Contractor, Comply with requirements of Section 01 45 00 — QUALITY CONTROL. 1.5 QUALITY ASSURANCE A. Single source: Obtain products required for the Work of this Section from a single manufacturer, or from manufacturers recommended by 100%Submittal 07542-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 the prime manufacturer of roofing system membrane. 1. All roofing materials shall be provided and approved by the roof system manufacturer. Any materials not manufactured or provided by manufacturer shall have written approval from the manufacturer stating the materials are acceptable and are compatible with the other materials and systems required. B. Installer authorization: Roofing subcontractor/installer shall be acceptable and licensed by the roof membrane manufacturer. C. Fire performance characteristics: Provide a Factory Mutual Class 1 fire resistance rating or Listed by Underwriter's Laboratories or Warnock Hersey for external fire tests of ASTM E 108, Class A. 1. Maintain clean and easily accessible copy of this specification on-site at all times during roofing work. 2. Provide labeled materials for all components of the roofing system,which have been tested and listed by UL in "Building Materials Directory"for application indicated, with "Class A" rated materials/system for roof slopes indicated. 3. Insulation: Provide insulation materials which are identical to those whose fire performance characteristics, as listed for each material or assembly of which insulation is a part, have been determined by testing, per methods indicated below, by UL or other testing and inspecting agency acceptable to authorities having jurisdiction. D. Roof Manufacturer's Specifications: The roof system manufacturer's Technical Specifications shall be considered a part of this specification and should be used as a reference for specific application procedures and recommendations. Where a conflict does exist between the manufacturer's written specifications and those procedures specified in this Section, the more stringent requirements meeting the Manufacturer's minimum requirements for the provided warranty shall apply. 1. Maintain clean and easily accessible copy of the roof system manufacturer's Technical Specifications on-site at all times during roofing work. E. Manufacturer's Inspections: 1. Manufacturer's On-site Inspections: Make arrangements to have manufacturer's representative (employed by manufacturer) be present on-site during the Work of this Section at key points, which include, but are not limited to: a. Roofing pre-installation meeting. 100%Submittal 07542-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 b. Manufacturer shall visit and inspect roofing work not less than 4 times (excluding final inspection) during the progress of work. c. Inspection of installation prior to flood testing. 2. When roofing work is in progress, the roofing system manufacturer will provide a authorized representative who shall perform the following, at no additional cost to the Owner: a. Keep the Architect informed as to the progress and quality of the work as observed. b. Provide job site inspections during the performance of roofing work. Manufacturer shall visit and inspect roofing work not less than 4 times (excluding final inspection) during the progress of work. c. Report to the Architect in writing any failure or refusal of the Contractor to correct unacceptable practices called to the Contractor's attention. d. Confirm after completion, that the manufacturer's representative has observed no application procedures which were in conflict with the Contract Document Specifications and manufacturer's own technical specifications, other than those that may have been previously reported and corrected. 3. The manufacturer's authorized representative shall provide a final inspection at the completion of the project to insure, that the project has been completed in accordance with the manufacturer's requirements and those of this specification. Upon approval and acceptance of the project, then a manufacturer's warranty certification shall be written, executed and furnished to the Owner. a. Submit Manufacturer's field quality control reports of field inspections, including, revised "as-built" shop drawings and manufacturer's final punch list. 1.7 REGULATORY REQUIREMENTS A. Roofing system, including insulation and substrate, shall meet Underwriters Laboratories, Inc. Fire Hazard Classification "Class 1" roof. B. Refer to applicable building codes for roofing system installation requirements and limitations. When a conflict exists, the more restrictive document will govern. 100%Submittal 07542-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1.12 WARRANTY A. Deliver to the Owner upon completion of the work of this Section, an unconditional warranty, on the work of this Section agreeing to promptly repair the roofing as necessary to prevent penetration of water through it. 1. Warranty shall cover product quality, performance, and workmanship fora period of 15 years. 2. Warranty shall cover total roofing system including membrane, insulation, adhesives, sealant, fasteners, membrane flashings, edging and coping materials, roofing-related metal flashings, and other materials provided under this Section 07 54 23. 3. Warranty shall provide coverage for uplift created by design wind speed specified under the Article entitled "SYSTEM DESCRIPTION". 4. Warranty shall include provision for reflectance, guaranteeing compliance with Energy start reflectivity guidelines for aged membrane for a period of not less than 10 years. 5. Pro-rated system warranties shall not be accepted. 6. Evidence of the manufacturer's warranty reserve shall be included as part of the project submittals for the Owner's approval PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Basis of Design (Specified Manufacturer): To establish a standard of quality, design and function desired, Drawings and specifications have been based on GAF, Wayne, NJ., Product: "EverGuard Extreme TPO." 1. Miami-Dade County Notice of Acceptance (NOA) Number 14- 0128.02, having approval date of 02/06/2014, and expiration date of 7/13/18. B. Acceptable Manufacturers: Subject to compliance with the requirements specified herein, and having valid Miami-Dade NOA, manufacturers offering similar products are limited to the following: 1. GAF, Wayne, NJ. (Basis of Design). 2. Carlisle Syntec, Carlisle PA. 3. Firestone Building Products Co., LLC, Indianapolis, IN. 4. 100%Submittal 07542-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2.2 SYSTEM DESCRIPTION A. Fully adhered heat weldable TPO membrane roofing system, including insulation and substrate, shall meet Underwriters Laboratories, Inc. Fire Hazard Classification "Class A" roof. B. Performance Requirements 1. Wind loading: window wall system shall conform to 2014 Florida Building Code (FBC), Fifth Edition: a. Basic Wind Speed: 169 miles per hour, (three-second- gust), per ASCE-7, 2010. 2. Positive and Negative design pressure: Refer to Structural Drawings. 2.3 ROOFING MATERIALS A. Roofing membrane: Thermoplastic Polyolefin based, scrim- reinforced membrane having a nominal thickness of 80 mils (2.0 mm). 1. Complies with ASTM D 6878 and TAS 131. 2. Color: reflective white, off-white or light-gray, in compliance with Energy Star per the following: a. Energy Star: minimum Initial SRI (Solar Reflectance Index) of 78. B. Cover tape: Cured butyl membrane, provided by roof manufacturer. C. Cant strips, tapered edge strips and flashing accessories: Types recommended by manufacturer of roofing membrane, provided at locations indicated and at locations recommended by manufacturer, including adhesive tapes, flashing cements,and sealant. D. Flashing material: Manufacturer's standard TPO covered metal, system compatible with flexible sheet membrane. 1. Provide premolded pipe seals and premolded corners. E. Overlayment (recovery) board: 1/2 inch thick complying with ASTM C 1177 and FM 4450, Class I, non structural glass mat faced, noncombustable,water-resistant treated gypsum core panel. 1. Acceptable manufacturers and products: Subject to compliance with the requirements specified herein, manufacturers offering products which may be incorporated in the work include the following, or approved equal: 100%Submittal 07542-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 a. CertainTeed Corporation, Valley Forge PA., product: "GlasRoc Roof Board" b. Georgia-Pacific Building Products, Atlanta, GA, product: "DensDeck Roof Board". c. United States Gypsum Company, Chicago, IL, product: "Securock Glass- Mat Roof Board". 2.4 INSULATION MATERIALS A. General: Insulation shall be approved by the roof manufacturer, and shall be UL listed and FM approved. 1. Roof insulation is included as a system component under the specified"Total System"warranty and therefore shall either be furnished by the roofing manufacturer or be otherwise in compliance with the requirements of the roof system warranty B. Acceptable manufacturers: Subject to acceptance of roofing manufacturer and the following specification requirements: 1. Atlas Roofing Corporation, Atlanta, GA. 2. The Dow Chemical Co., Midland, MI. 3. Hunter Panels, Portland ME. 4. Johns Manville Roofing System, Denver, CO. 5. Carlisle Syntec, Carlisle PA. 6. Firestone Building Products Co., LLC, Indianapolis, IN. C. Polyisocyanurate foam insulation manufactured with HCFC-free blowing agent and bonded to glass fiber reinforced facers on top and bottom surfaces during the manufacturing process. Insulation shall conform to property requirements of ASTM C1289, Type I I. 1. Long Term Thermal Resistance (LTTR) R-value per inch (as determined by ASTM C1289-11 a, or later): R = 5.6 per inch. 2. Thickness as required for thermal rating of: R = 20. 3. Density: 2.0 pounds per cubic foot (ASTM D-1622). 4. Compressive strength: 20 psi (ASTM D1621). 5. Moisture vapor transmission: Less than 1 perm (ASTM E- 96). 6. Water absorption: Less than 1 percent per volume (ASTM C209). 7. Provide factory-tapered insulation system as required to meet elevations and slopes shown on drawings or as required by membrane manufacturer, which ever is more stringent. Provide 100%Submittal 07542-6 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 cants and crickets at drains as necessary. 2.5 ROOF EDGE COPING A. Fascia trim/roof edge: Roofing manufacturer's multi-component aluminum cant dam system, Factory Mutual Inc. certified Class 1-90, and shall conform to the following additional requirements: 1. Performance characteristics: a. Edging shall lock membrane, preventing wind pullback. b. Fascia shall freely thermal cycle on spring cant substrate. c. Fascia may be factory modified for true radius application. d. Fabricate assembly such that the fascia may be field installed without fastener penetration of either the roofing membrane or the cant waterdam. e. Factory fabricate all pier miters, fascia sumps and spillouts. 2. Fascia trim, nominal 8.5 inch height, formed stainless steel 0.063 inch thick. 3. Fascia corners: Factory fabricated, welded fascia, shop finished to exactly match running fascia. Minimum leg length 12 inches. 4. Cant waterdam: G90 galvanized steel, minimum 24 gage, 10'- 0" lengths. a. Provide galvanized fasteners securing cant dam in place, spaced not greater than 24 inches on center on back edge, and 12 inches on center on roofing side. B. Fasteners: As recommended by fascia manufacturer for particular substrate encountered. No exposed fasteners permitted. 2.6 PARAPET COVERS A. Fascia trim/ roof edge: Roofing manufacturer's multi-component aluminum cant dam system, Factory Mutual Inc. certified Class I- 90, and shall conform to the following additional requirements: 1. Performance characteristics: a. Edging shall lock membrane, preventing wind pullback. b. Fascia shall freely thermal cycle on spring cant substrate. 100%Submittal 07542-7 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 c. Fascia may be factory modified for true radius application. d. Fabricate assembly such that the fascia may be field installed without fastener penetration of roofing membrane. 2. Coping cap, nominal 4 inch height, formed aluminum alloy 6063, temper T5 0.050 inch thick. 3. Corners: Factory fabricated mitered and welded, shop finished to exactly match running cap trim. Minimum leg length 24 inches. 4. Cant waterdam: G90 galvanized steel, minimum 24 gage, 10'-0" lengths. a. Provide galvanized fasteners securing cant dam in place, spaced not greater than 24 inches on center on back edge, and 12 inches on center on roofing side. 2.7 ACCESSORIES A. Membrane adhesive (bonding adhesive): As recommended by membrane manufacturer for particular substrate and project conditions, formulated to withstand minimum 60 psf uplift force. B. Cut edge sealant for sealing the exposed edge of the splices shall be as recommended by membrane manufacturer. C. Water cutoff mastic for non-exposed compression seals, shall be as recommended by membrane manufacturer. D. Night sealer shall be as recommended by membrane manufacturer. E. Walk-ways: Hot air welded walkway pads or concrete pavers as recommended by manufacturer. F. Pourable sealer for filling penetration pockets and sealing miscellaneous penetrations shall be as recommended by membrane manufacturer. G. Prefabricated elastomeric accessories (pipe seals, inside and outside comers)shall be "weldable"type, as manufactured and recommended by membrane manufacturer. Use of peel and stick type accessories is not acceptable. H. Seam Fastening Plates: a 2 inch diameter metal plate used for additional membrane securement. 100%Submittal 07542-8 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 I. Insulation Fastening Plates: a nominal 3 inch diameter plastic or metal plate used for insulation attachment. J. Termination bars: Minimum 1/8 inch thick extruded aluminum, of channel profile with 1/4-inch legs and 1 inch minimum width. Termination bar shall be factory punched to accept fasteners 4 inches on-center. Install with stainless steel screw fasteners. K. Screws: Steel fastener with fluorocarbon coating. Minimum thread diameter 0.22 inches and minimum shank diameter of 0.172 inches. L. Miscellaneous materials: Best grade or quality approved by the roofing manufacturer for the specific application. PART 3 - EXECUTION 3.4 INSTALLATION - GENERAL A. The entire work of this Section shall be performed in accordance with the best standards of practice relating to trades involved. B. Follow local, state and federal regulations, safety standards and codes. When a conflict exists, the more restrictive document shall govern. C. Follow insurance underwriter's requirements acceptable for use with specified products or systems. D. Review all special conditions, such as at projections, at connections to sheet metal gravel stops, flashings with the Roofing Manufacturer, submit the Roofing Manufacturer's recommendations and details to the Architect for approval. E. Special Cautions: 1. Do not use oil-based or plastic roof cement. 2. Do not subject elastomeric materials to contact with petroleum, grease,oil, solvents, vegetable or mineral oil, nor animal fat. Prevent contact with hot pipes, and ducts. 3. Cements and bonding adhesive contain petroleum distillates and are extremely volatile and flammable. Avoid breathing vapors and do not use near fire or flame. 4. Ensure that splicing and bonding surfaces are dry during installation. F. No Ponding: Ensure all roof areas properly drain, without depressions 100%Submittal 07542-9 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 resulting in ponding of water. Areas of minor surface depressions 2 square feet or greater having a depth of 0.25 inch (6mm) or greater in depth shall be repaired to prevent possible ponding of the system. 3.5 INSULATION INSTALLATION A. Place the constant thickness insulation of first layer and the subsequent tapered insulation to the required slope pattern in accordance with manufacturer's instructions. B. Secure roof insulation to substrate with mechanical anchors of type and spacing indicated by membrane manufacturer; but in no case provide less than one anchor per 4 square feet of surface area, or less anchorage than required by FM "Loss Prevention Data Sheet 1-28". 1. Test fasteners for pull-out resistance as specified herein below under FIELD QUALITY CONTROL; report findings to Architect and roofing manufacturer. C. Install recovery board butted together with no gaps greater than 1/4 inch. Gaps greater than 1/4 inch shall be filled with the same material. Mechanical fasten through insulation directly to decking, in accordance with roof manufacturer's instructions and additional requirements for specified warranty. 3.6 MEMBRANE ADHERED INSTALLATION A. Roll out membrane, inspect sheet for defects as it is being rolled out. Align sheet to that it overlaps the previous sheet by the lap width recommended by the manufacturer, but not less than 3 inches. B. Fold membrane back on itself and coat the bottom side of the sheet and the top side of the deck with adhesive. Do not get adhesive in the lap joint area. C. After adhesive has been allowed to set in accordance with the manufacturers requirements, roll the membrane into the adhesive, free from air pockets,wrinkles, or tears. Firmly press sheet into place without stretching. D. Broom membrane to assure full contact with adhesive. E. Provide additional membrane securement at the perimeter of roof, at expansion joints, curbs, and similar roof top penetrations, at interior wall and penthouse perimeters, and at any angle change which exceeds 2 inches in on horizontal foot. 100%Submittal 07542- 10 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Install continuous reinforcement strips 3 inches to 6 inches from inside and outside corners where additional membrane securement is required and where recommended by roofing manufacturer. Secure reinforcement strips with 2 -inch diameter aluminum or stainless steel seam fastening plates; space fastening plates not greater than 12 inches on center. 2. Install reinforcement strips either horizontally into deck or vertically into curbs as recommended by roofing manufacturer. 3. Splice membrane flashing over installed fastening plates and reinforcement strips as recommended by roofing manufacturer, and in no case provide flashing of less than 6 inches in width, and at ends of flashing, provide a minimum 2 inch splice from edge of plate/strip. F. Extend membrane up cant strips and a minimum of 8 inches onto vertical surfaces. G. Membrane sealing: Seal all seams using manufacturer's recommended heat seaming methods. Minimum seam width is 3 inches with at least 1-1/2 being welded. 1. Clean the seam prior to welding using water, scouring powder and cotton cloths. Rinse al soap and wipe dry. 2. Use a hand-held welder to complete seams where the automatic welder is inappropriate and for repair of voids. 3. After the sheet has cooled probe all seams and use a hand held welder and silicone covered roller to repair any voids in seams. Apply constant pressure against the seam edge to feel for voids, loose areas or poor welds. Probing and repair of voids is to be done on a daily basis. 4. Complete test seams periodically and when ambient temperatures change to ensure proper welds are being achieved. 3.7 INSTALLATION - MEMBRANE FLASHINGS A. Walls and curbs: 1. Prepares surfaces to receive membrane flashing. Surfaces must be dry,and smooth enough to achieve at least 75 percent adhesion. 2. Flash to height shown on Drawings, but not less than 8 inches. 3. Terminate the top of all flashings with fasteners spaced 12 inches on center maximum. Where flashings are not protected by a 100%Submittal 07542- 11 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 counter flashing, provide a surface mounted termination bar. 4. Bond flashing o substrate as directed by manufacturer's instructions; roll or broom surface to achieve full contact with substrate. 5. Install premolded corners. B. Pipe penetrations: 1. Utilize manufacturer's premolded pipe seals where practical. Weld pipe seal to roofing membrane. Apply a bead o cut-off mastic between the pipe and the inside of the pipe seal. Install and tighten the pipe clamp at the top of the pipe seal. 2. At larger penetrations provide field fabricated flashings, fully heat welded watertight. Secure top edge of flashings with pipe clamp and seal with manufacturer's approved sealant. Counterflash termination with manufacturer's flexible flashing, with all edge sealed, as shown on the drawings or required by the manufacturer for the specified warranty. 3. Use of pitch pockets is prohibited. C. Drains: 1. Taper insulation to make a smooth transition to the drain. Keep all roofing seams at least 18 inches from drains. Cut a holes in the membrane for drain pipe for drain clamp ring bolts. 2. Place a bead of cut-off mastic around the seat of the drain, and install clamping ring and tighten all bolts. 3. Ensure each drain is protected from blockage by debris. 4. Test each drain and ensure that no leakage occurs. D. Provide self adhering, butyl based membrane transitions at all TPO membrane extents and as shown on the drawings. E. Sheet metal copings, fascias, gravel stops, and flashings will be furnished and installed under Section 07 62 00-SHEET METAL FLASHING AND TRIM. 3.8 INSTALLATION METAL FLASHINGS - GENERAL A. Except as otherwise shown on the reviewed shop drawings or specified herein,the workmanship of sheet metal work, method for forming joints anchoring, cleating, provisions for thermal movement, shall conform to the standard details and recommendations of the sheet metal producer and those of producer organizations and research institutions and associations concerning the sheet metal 100%Submittal 07542- 12 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 used, in addition to the standards and details set forth in the referenced materials specified this Section. B. Face nailing will not be permitted, concealed cleating or other concealed method must be used to attach sheet metal work to structure. C. Ensure that fastenings do not exceed 8 inches on centers. Use flat head fasteners throughout, and seal all fastener heads after installation thereof. D. Fill all slip joints and overlapping surfaces in the assembly with specified sealant material, removing all excess sealant material from the prefinished surfaces immediately, to prevent staining the finish. 3.9 INSTALLATION — ROOF EDGE COPING A. Coordinate with roofing installer prior to installation. Verify site conditions and manufacturer's roof edging details. Comply with roof edging manufacturer's installation instructions and recommendations. B. Nail galvanized spring clip in continuous manner to vertical face of wood nailers. Locate fasteners 3/4 inch below roof edge and 12 inches on center using a minimum 1-1/2 inch galvanized roofing nail. Allow 1/4 inch gap between sections of spring clip. C. Lay roofing membrane over the spring clip allowing it to extend down the face to the drip edge. Locate and hang joint covers at all joints between corners and straight sections. D. Hook each fascia section over the top of the spring clip and membrane. Press down on the fascia until the drip edge is engage. Allowed 1/8 to 1/4 inch gap for expansion (as recommended by manufacturer). 3.10 INSTALLATION — PARAPET COPING A. Coordinate with roofing installer prior to installation. Verify site conditions and manufacturer's roof edging details. Comply with roof edging manufacturer's installation instructions and recommendations. B. Install coping system in accord with manufacturer's product data and approved shop drawings, except where more stringent requirements are specified, to achieve a FM wind uplift classification. 100%Submittal 07542- 13 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 C. Install anchor plates with concealed fasteners at 6'-O" on center maximum.Install concealed splice plates at coping intersections. D. E. Snap copings into place over anchor plates and splice plates, with minimum 1/4 inch wide joints over splice plate intersections. Set copings over splice plates in with extruded butyl tape, 1/2 inch from intersection edges. F. Make weathertight fit, allowing for expansion an contraction. END OF SECTION 100%Submittal 07542- 14 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 Section 07 54 23 THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING PART 1 -GENERAL 1.1 SUMMARY A. Furnish and install fully adhered Energy Star compliant thermoplastic polyolefin (TPO)roofing system,where shown on the Drawings,as specified herein,and as required for a complete and proper installation. Roofing system includes,but is not limited to the following: 1. Vapor barrier beneath roofing insulation. 2. Extruded polystyrene insulation system(flat and tapered)to roofing deck. 3. Polyisocyanurate insulation system(flat and tapered)to roofing deck. 4. Overlayment board(recovery board). 5. Install crickets between drains. 6. Sump drains. 7. Piping penetrations(pitch pockets are prohibited). 8. Roofing membrane and related system components. 9. Roof edge coping and parapet covers. 10. Roofing membrane and related system components. B. Provide manufacturer's pre-construction and final inspection as specified herein. These inspections are to be included in the base bid;additional inspections,or work incurred as a result of the final inspection shall be without additional cost to the Owner. 1. Work of this Section additional includes providing Owner assistance in the preparation and submittal of roof installation acceptance certification as may be necessary in connection with fire and extended insurance coverage of roofing and associated work. C. Provide testing of heat-welded seams. D. Provide flood testing of roof drains. E. Provide Infrared survey of completed roof assembly, performed by independent third party testing agency hired by the Contractor, Comply with requirements of Section 01 45 00—QUALITY CONTROL. 1.2 RELATED REQUIREMENTS A. Section 03 30 00-CONCRETE WORK: concrete roofing substrate over metal deck. B. Section 05 30 00— METAL DECKING: Metal deck substrate. C. Section 06 10 00- ROUGH CARPENTRY: 1. Pressure treated blocking,curbing and nailers. 2. Replacement of rotted roof decking. 100%Submittal 075423- 1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 D. Division 23- HEATING,VENTILATING AND AIR CONDITIONING: Prefabricated curbs for roof mounted mechanical equipment. 1.3 REFERENCES A. Comply with applicable requirements of the following standards and those others referenced in this Section,under the provisions of Section 01 42 00-REFERENCES. Where these standards conflict with other specified requirements,the most restrictive requirements shall govern. 1. ASTM C1177:Glass Mat Gypsum Substrate for Use as Sheathing. 2. ASTM E-108-Fire Test of Roof Coverings. 3. FM Roof Assembly classifications and loss prevention requirements contained in FM Global Property Loss Prevention Data Sheets 1-28, 1-29,and 1-31. 4. NRCA Roofing and Waterproofing Manual,latest printing. 5. UL Fire Resistance Directory. 6. All applicable federal,state and municipal codes,laws and regulations for fire- resistance roof ratings. B. Inclusionary References:The following reference materials are hereby made a part of this Section by reference thereto: 1. NRCA Roofing and Waterproofing Manual,latest printing. C. Definitions: 1. NOA: Notice of Acceptance issued by Building Code Compliance Office of Miami-Dade,Florida. 2. TAS: Florida Building Code Test Protocol for High-Velocity Hurricane Zones. 1.4 SUBMITTALS A. Submit the following under provisions of Section 01 33 00 - SUBMITTAL PROCEDURES: 1. Literature:Manufacturer's product data sheets,specifications,performance data,physical properties and installation instructions for each item furnished under this Section. a. Include for roofing and insulation products:chemical,functional,and environmental characteristics,size limitations,special application requirements.Identify available colors. b. Include certification of data indicating Volatile Organic Compound(VOC) content of all components of roofing system. 2. Manufacturer's specimen warranties:Provide sample copies of manufacturers' actual warranties for all materials to be furnished under this Section,clearly defining all terms,conditions,and time periods for the coverage thereof. 3. Certification: a. Manufacturer's certification stating that roofing materials comply with specified ASTM and referenced trade standards. b. Manufacturer's written certification stating that roofing and insulation products and all related items to be furnished hereunder, meet or exceed the requirements specified under this Section and that all FM and 100%Submittal 075423-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 Underwriters Laboratories(UL)fire-resistive requirements for the indicated Labels have been met. c. Submit roof manufacturer's certification that insulation fasteners and insulation furnished is acceptable to roofing manufacturer as a component of roofing system and is eligible for roof manufacturer's system warranty. d. Roof manufacturer's certification that roof system is approved by Factory Mutual(FM),Underwriters Laboratories(UL),Warnock Hersey(WH)or approved third party testing facility in accordance with ASTM E108, Class 1A for external fire and meets local or nationally recognized building codes. 4. Review statement:Written statement,signed by the roofing applicator,stating that the Contract Drawings have been reviewed by an agent of the roofing system manufacturer;accompanied by a pre-installation written statement from the manufacturer that the selected roof system is proper,compatible, and adequate for the application shown. a. The roofing applicator will notify the Architect and Owner in writing if the in situ conditions when exposed are in conflict with the Contract Documents for the proper application of the selected roofing system or the warranty requirements. 5. Project roofing superintendent's resume and project experience list for similar installations. 6. Shop drawings: a. Fully dimensioned 1/4-inch scale plans of roof. Plans shall show changes in level, key locations of details,all roof penetrations, roof slopes and direction of slope. Indicate on plans any areas of proposed staging and material storage on roof. 1) Include,setting plans for tapered insulation showing types of insulation,thickness and direction of slopes. 2) Identify installation phasing and sequence. b. Large scale design details, minimum of 1-1/2 inch per foot scale,showing perimeter flashing conditions and penetrations.Details shall show dimensions of actual measurements taken at the project and reflect actual conditions;manufacturer's standard preprinted details will not be accepted as substitute for shop drawings. 7. Verification samples: a. Furnish samples as requested by the Architect. b. Provide 8-1/2 by 11 inch samples of roofing membrane and membrane flashing materials. c. Provide 12 inch long samples of membrane batten. d. Provide 12 inch long samples of each metal flashing type. e. Furnish additional samples are requested by the Architect. B. Submit the following under provisions of Section 01 78 00-CLOSEOUT SUBMITTALS: 1. Manufacturer's field quality control reports of field inspections,including, revised"as-built"shop drawings and manufacturer's final punch list. 100%Submittal 075423-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2. Manufacturer's warranties:Include coverage of materials and installation and resultant damage from failure of installation to resist penetration of moisture. 1.5 QUALITY ASSURANCE A. Single source: Obtain products required for the Work of this Section from a single manufacturer, or from manufacturers recommended by the prime manufacturer of roofing system membrane. 1. All roofing materials shall be provided and approved by the roof system manufacturer.Any materials not manufactured or provided by manufacturer shall have written approval from the manufacturer stating the materials are acceptable and are compatible with the other materials and systems required. B. Installer authorization:Roofing subcontractor/installer shall be acceptable and licensed by the roof membrane manufacturer. C. Fire performance characteristics: Provide a Factory Mutual Class 1 fire resistance rating or Listed by Underwriter's Laboratories or Warnock Hersey for external fire tests of ASTM-E-108 Class A. 1. Maintain clean and easily accessible copy of this specification on-site at all times during roofing work. 2. Provide labeled materials for all components of the roofing system,which have been tested and listed by UL in"Building Materials Directory"for application indicated,with"Class A"rated materials/system for roof slopes indicated. 3. Insulation: Provide insulation materials which are identical to those whose fire performance characteristics,as listed for each material or assembly of which insulation is a part,have been determined by testing,per methods indicated below, by UL or other testing and inspecting agency acceptable to authorities having jurisdiction. D. Roof Manufacturer's Specifications:The roof system manufacturer's Technical Specifications shall be considered a part of this specification and should be used as a reference for specific application procedures and recommendations.Where a conflict does exist between the manufacturer's written specifications and those procedures specified in this Section,the more stringent requirements meeting the Manufacturer's minimum requirements for the provided warranty shall apply. 1. Maintain clean and easily accessible copy of the roof system manufacturer's Technical Specifications on-site at all times during roofing work. E. Manufacturer's Inspections: 1. Manufacturer's On-site Inspections:Make arrangements to have manufacturer's representative(employed by manufacturer)be present on-site during the Work of this Section at key points,which include, but are not limited to: a. Roofing pre-installation meeting. b. Manufacturer shall visit and inspect roofing work not less than 4 times (excluding final inspection)during the progress of work. c. Inspection of installation prior to flood testing. 100%Submittal 075423-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2. When roofing work is in progress,the roofing system manufacturer will provide a authorized representative who shall perform the following,at no additional cost to the Owner: a. Keep the Architect informed as to the progress and quality of the work as observed. b. Provide job site inspections during the performance of roofing work. Manufacturer shall visit and inspect roofing work not less than 4 times (excluding final inspection)during the progress of work. c. Report to the Architect in writing any failure or refusal of the Contractor to correct unacceptable practices called to the Contractor's attention. d. Confirm after completion,that the manufacturer's representative has observed no application procedures which were in conflict with the Contract Document Specifications and manufacturer's own technical specifications,other than those that may have been previously reported and corrected. 3. The manufacturer's authorized representative shall provide a final inspection at the completion of the project to insure,that the project has been completed in accordance with the manufacturer's requirements and those of this specification. Upon approval and acceptance of the project,then a manufacturer's warranty certification shall be written,executed and furnished to the Owner. a. Submit Manufacturer's field quality control reports of field inspections, including,revised"as-built"shop drawings and manufacturer's final punch list. 1.6 QUALIFICATIONS A. Roofing Subcontractor/installer:Minimum of 5 years documented experience demonstrating previously successful work of the type specified herein,and certified by the roofing system manufacturer as trained and qualified to install the specified manufacturer's roofing materials. B. Roofing Subcontractor/installer's supervisor/forman:minimum of 5 years documented experience of the type specified herein,and trained by product manufacturer. 1. Installer to maintain a full-time supervisor/forman on the job site for all phases of roofing work and at all times when roofing work is in progress. 1.7 REGULATORY REQUIREMENTS A. Roofing system,including insulation and substrate,shall meet Underwriters Laboratories, Inc.Fire Hazard Classification"Class 1"roof. B. Refer to applicable building codes for roofing system installation requirements and limitations.When a conflict exists,the more restrictive document will govern. 1.8 PRE-INSTALLATION CONFERENCE A. At least two weeks prior to commencing the work of this Section,conduct a pre- installation conference at the Project site.Coordinate time of meeting to occur prior to installation of work under the related sections named below. 100%Submittal 075423-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Required attendees:Owner's Project Representative,Architect,Contractor, Roofing Applicator's Project Superintendent,roof manufacturer's technical representative and representatives of other related trades as directed by the Architect or Contractor,and representatives for installers of related work specified under the following Sections: a. Section 03 30 00—CONCRETE WORK. a. SECTION 07 62 00-SHEET METAL FLASHING AND TRIM. b. Division 23-HEATING,VENTILATING,AND AIR CONDITIONING. c. Division 26 - ELECTRICAL. 2. Agenda: a. Scheduling of roofing operations. b. Review of shop submittal requirements. c. Review of staging and material storage locations. d. Coordination of work by other trades. 1) Coordination of details with air and vapor barrier system. e. Installation procedures for mechanical equipment. f. Protection of partial completed assemblies. g. Protection of completed roofing. h. Emergency foul weather and rain protection procedures. i. Establish weather and working temperature conditions to which Architect and Contractor must agree. j. Establish conditions for which a temporary roof will be provided by the Contractor. k. Discuss process for manufacturer's inspection and acceptance of completed roofing and flashings. I. Manufacturer's deck inspection to be performed. m. Electric Field Vector Mapping(EFVM)testing procedures. 1.9 DELIVERY,STORAGE AND HANDLING A. Deliver materials in manufacturer's original,unopened containers or packages with labels and package seals intact and legible. B. Store all materials in accordance with the manufacturer's recommendations and in accordance with material safety data sheets(MSDS). 1. Store rolled goods on clean,raised platforms. 2. Store insulation on dunnage and completely cover with a water-resistant breathable material. Provide weights to prevent wind damage to insulation. 3. Store other materials in dry areas, protected from water and direct sunlight. 4. Do not expose stored curable roofing materials and accessories,including uncured flashing,adhesives,sealant and pourable sealer,to a constant temperature in excess of 80 degrees Fahrenheit. C. Protect stored materials: Protect materials from damage due to moisture,direct sunlight,excessive temperatures,surface contamination,corrosion and damage 100%Submittal 075423-6 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 from construction operations and other causes.Provide continuous protection of stored materials for duration of project. D. Distribute any materials stored on roof levels for immediate use to prevent concentrated loads that would impose excessive strain on deck or structural members. Protect roof stored materials to prevent displacement by the wind and protect from exposure to inclement weather and sun. E. Damaged material:Remove any damaged or contaminated materials from job site immediately,including materials in broken packages,or show other evidence of damage,unless Architect specifically authorizes correction thereof and usage on project. 1. Remove from project all insulation which is wet,warped or broken. 1.10 ENVIRONMENTAL REQUIREMENTS A. Apply roofing in dry weather;do not install roofing in inclement weather or when precipitation is predicted with greater than 20 percent possibility. B. Do not apply roofing membrane to damp or frozen deck surface. C. Apply roofing when ambient temperature is above 40 degrees Fahrenheit. 1.11 SEQUENCINGAND SCHEDULING A. Coordinate the work of this Section with the respective trades responsible for installing interfacing work,and ensure that the work performed hereunder is acceptable to such trades for the installation of their work. B. Notify manufacturer's representative 48 hours in advance for deck acceptance. Plan the lay-up roofing membrane with respect to deck slope.Avoid situations where excessive drainage could pass into completed roofing. C. The Roofing applicator shall maintain communication with roofing manufacturer's representative to inform of progress and to schedule period sample testing. 1.12 WARRANTY A. Deliver to the Owner upon completion of the work of this Section,an unconditional warranty,on the work of this Section agreeing to promptly repair the roofing as necessary to prevent penetration of water through it. 1. Warranty shall cover product quality,performance,and workmanship for a period of 15 years. 2. Warranty shall cover total roofing system including membrane,insulation, adhesives,sealant,fasteners,membrane flashings,edging and coping materials,roofing-related metal flashings,and other materials provided under this Section 07 54 23. 3. Warranty shall provide coverage for uplift created by design wind speed specified under the Article entitled"SYSTEM DESCRIPTION". 4. Warranty shall include provision for reflectance,guaranteeing compliance with Energy start reflectivity guidelines for aged membrane for a period of not less than 10 years. 100%Submittal 075423- 7 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 5. Pro-rated system warranties shall not be accepted. 6. Evidence of the manufacturer's warranty reserve shall be included as part of the project submittals for the Owner's approval PART 2-PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers:Subject to compliance with the requirements specified herein,and having valid Miami-Dade NOA,manufacturers offering similar products are limited to the following: 1. Carlisle Syntec,Carlisle PA. 2. Firestone Building Products Co.,LLC, Indianapolis,IN. 2.2 SYSTEM DESCRIPTION A. General: Fully adhered heat weldable TPO membrane roofing system, including insulation and substrate, shall meet Underwriters Laboratories, Inc. Fire Hazard Classification"Class A"roof. 1. Basis of Design Manufacturer:To establish a level of quality and visual characteristics desired,Drawings and Specifications are based on: a. Carlisle Syntec,Inc. 1285 Ritner Highway Carlisle PA. 2. Basis of Design Roofing system over concrete deck:Miami-Dade NOA Number 13-0219.13,having approval date of August 29,2013. B. Performance Requirements 1. Design roofing system for ASCE-7-05 basic wind speed(three-second-gust) of 145 miles per hour. a. Additional Wind Uplift Performance Requirements:Design and construct roofing to in accordance with requirements of FM 1-28 for Roof System Approval Rating of FM 1-105 2. Above-deck roof components shall be designed and installed in accordance with requirements of FM 1-29 for performance requirements specified above. 2.3 ROOFING MATERIALS A. Roofing membrane:Thermoplastic Polyolefin based,scrim-reinforced membrane having a nominal thickness of 80 mils(2.0 mm). 1. Color: reflective white,off-white or light-gray, in compliance with Energy Star per the following: a. Energy Star:minimum Initial SRI(Solar Reflectance Index)of 78. B. Cover tape:Cured butyl membrane, provided by roof manufacturer. C. Cant strips,tapered edge strips and flashing accessories:Types recommended by manufacturer of roofing membrane,provided at locations indicated and at locations recommended by manufacturer,including adhesive tapes,flashing cements,and sealant. 100%Submittal 075423-8 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 D. Flashing material:Manufacturer's standard system compatible with flexible sheet membrane. 1. Provide premolded pipe seals and premolded corners. 2.4 INSULATION MATERIALS A. General: Insulation shall be approved by the roof manufacturer,and shall be UL listed and FM approved. B. Extruded polystyrene roofing insulation:Thermal conductivity(K-factor)shall be 0.20 or better. Insulation shall meet or exceed requirements of and ASTM C 578. 1. Minimum thickness:As indicated on Drawings,having a minimum aged thermal resistance R value of 5 per inch of thickness as calculated at 40 degree Mean Temperature. a. Provide roof system thermal minimum R-value of 19. 2. Compressive strength:25 psi(ASTM D1621). 3. Moisture vapor transmission:Less than 1 perm(ASTM E-96). 4. Water absorption:Less than 0.1 percent per volume(ASTM C272). 5. Provide tapered insulation system as required to meet elevations and slopes shown on drawings or as required by membrane manufacturer,which ever is more stringent.Provide cants and crickets at drains as necessary. C. Acceptable manufacturer and product:The Dow Chemical Corp.,Midland,MI., product"DeckMate Plus FA". D. Overlayment(recovery)board: 1/2 inch thick complying with ASTM C 1177 and FM 4450,Class I,non structural glass mat faced,noncombustable,water-resistant treated gypsum core panel. 1. Acceptable manufacturers and products:Subject to compliance with the requirements specified herein,manufacturers offering products which may be incorporated in the work include the following,or approved equal: a. CertainTeed Corporation,Valley Forge PA.,product:"GlasRoc Roof Board" b. Georgia-Pacific Building Products,Atlanta,GA,product:"DensDeck Roof Board". c. United States Gypsum Company,Chicago, IL,product:"Securock Glass- Mat Roof Board". 2.5 ROOF EDGE COPING A. Fascia trim/roof edge:Roofing manufacturer's multi-component aluminum cant dam system, Factory Mutual Inc.certified Class 1-90,and shall conform to the following additional requirements: 1. Performance characteristics: a. Edging shall lock membrane,preventing wind pullback. b. Fascia shall freely thermal cycle on spring cant substrate. c. Fascia may be factory modified for true radius application. 100%Submittal 075423-9 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 d. Fabricate assembly such that the fascia may be field installed without fastener penetration of either the roofing membrane or the cant waterdam. e. Factory fabricate all pier miters,fascia sumps and spillouts. 2. Fascia trim, nominal 8.5 inch height,formed aluminum alloy 6063,temper T5 0.063 inch thick. 3. Fascia corners: Factory fabricated,welded fascia,shop finished to exactly match running fascia.Minimum leg length 12 inches. 4. Cant waterdam:G90 galvanized steel,minimum 24 gage, 10'-0"lengths. a. Provide galvanized fasteners securing cant dam in place,spaced not greater than 24 inches on center on back edge,and 12 inches on center on roofing side. B. Fasteners:As recommended by fascia manufacturer for particular substrate encountered.No exposed fasteners permitted. 2.6 PARAPET COVERS A. Fascia trim/roof edge:Roofing manufacturer's multi-component aluminum cant dam system, Factory Mutual Inc.certified Class 1-90,and shall conform to the following additional requirements: 1. Performance characteristics: a. Edging shall lock membrane,preventing wind pullback. b. Fascia shall freely thermal cycle on spring cant substrate. c. Fascia may be factory modified for true radius application. d. Fabricate assembly such that the fascia may be field installed without fastener penetration of roofing membrane. 2. Coping cap,nominal 4 inch height,formed aluminum alloy 6063,temper T5 0.050 inch thick. 3. Corners: Factory fabricated mitered and welded,shop finished to exactly match running cap trim. Minimum leg length 24 inches. 4. Cant waterdam:G90 galvanized steel,minimum 24 gage, 10'-0"lengths. a. Provide galvanized fasteners securing cant dam in place,spaced not greater than 24 inches on center on back edge,and 12 inches on center on roofing side. 2.7 ACCESSORIES A. Membrane adhesive(bonding adhesive):As recommended by membrane manufacturer for particular substrate and project conditions, formulated to withstand minimum 60 psf uplift force. B. Cut edge sealant for sealing the exposed edge of the splices shall be as recommended by membrane manufacturer. C. Water cutoff mastic for non-exposed compression seals,shall be as recommended by membrane manufacturer. D. Night sealer shall be as recommended by membrane manufacturer. 60%Submittal 075423- 10 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 E. Walk-ways: Hot air welded walkway pads or concrete pavers as recommended by manufacturer. F. Pourable sealer for filling penetration pockets and sealing miscellaneous penetrations shall be as recommended by membrane manufacturer. G. Prefabricated elastomeric accessories(pipe seals,inside and outside corners)shall be"weldable"type,as manufactured and recommended by membrane manufacturer. Use of peel and stick type accessories is not acceptable. H. Seam Fastening Plates:a 2 inch diameter metal plate used for additional membrane securement. I. Insulation Fastening Plates:a nominal 3 inch diameter plastic or metal plate used for insulation attachment. J. Termination bars:Minimum 1/8 inch thick extruded aluminum,of channel profile with 1/4-inch legs and 1 inch minimum width.Termination bar shall be factory punched to accept fasteners 4 inches on-center. Install with stainless steel screw fasteners. K. Screws:Steel fastener with fluorocarbon coating.Minimum thread diameter 0.22 inches and minimum shank diameter of 0.172 inches. L. Miscellaneous materials:Best grade or quality approved by the roofing manufacturer for the specific application. PART 3-EXECUTION 3.1 EXAMINATION A. Inspect all surfaces and verify that they are in proper condition to receive the work of this Section. B. Verify edge nailers,curbs and penetrations are in place prior to roofing,so that the roof system can be installed as continuously as possible. C. Verify the roof deck,and related surfaces are clean,smooth,flat,free of depressions,waves,or projections,properly sloped to drains,and suitable for installation of roof system. D. Verify deck surfaces are dry and free of snow or ice.Confirm dry deck by moisture meter with 12 percent maximum moisture content. E. Any condition requiring correction or completion shall be corrected or completed prior to the installation of the roofing system Notify Contractor of unacceptable conditions. F. Do not proceed until defects are corrected. G. Beginning of installation means acceptance of substrate and site conditions. 60%Submittal 075423- 11 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3.2 PREPARATION A. During the operation of work of this Section,protect the work of other trades against undue soilage and damage by the exercise of reasonable care and precautions.Repair or replace any work so damaged and soiled. B. Carefully broom clean substrate immediately prior to roofing application. C. Where surface joints at roof and wall substrates exceed 1/4-inch width,fill flush with surface with pourable sealer before proceeding with the installation. 3.3 EMERGENCY MATERIALS AND PROCEDURES A. Maintain continuous temporary protection prior to and during installation of new roofing system. Do not leave unfinished roof areas uncovered over-night or during inclementweather. 1. Provide temporary protective sheeting over uncovered deck surfaces. 2. Turn sheeting up and over parapets and curbing. Retain sheeting in position with weights or temporary fasteners. 3. Provide for surface drainage from sheeting to drainage facilities. 4. Do not permit traffic over unprotected or repaired deck surface. B. Maintain on site equipment and materials necessary to apply emergency temporary coverage in the event of sudden storms or inclement weather. C. Do not install more insulation than can be covered by roofing system in the same workday. Do not apply more roofing than can be properly fastened and sealed in the same workday. Ensure that water does not flow beneath any completed sections of the roofing system,provide temporary closures. D. Temporary Roofing Systems 1. Install temporary roofing system as required to maintain a watertight condition at all areas located below the roof area. 2. Temporary roofing system shall consist of roofing membrane and flashing as specified for the new roofing system. 3. Provide flashings as recommended by the membrane manufacturer for the conditions encountered. 4. Provide roofing accessories required for the installation and maintenance of the temporary roofing system. 5. Coordinate with the work of other trades as they may be affected the work of this Section. 6. Remove and dispose of the temporary roofing system as required by the phasing and sequencing of the Work or when work has progressed to the point where such roofing system is not required to maintain a watertight condition at Owner occupied areas located below the roofing area. 7. No portion of the temporary roofing system shall be reused as part of the permanent new roofing system. 60%Submittal 075423- 12 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3.4 INSTALLATION-GENERAL A. The entire work of this Section shall be performed in accordance with the best standards of practice relating to trades involved. B. Follow local,state and federal regulations,safety standards and codes.When a conflict exists,the more restrictive document shall govern. C. Follow insurance underwriter's requirements acceptable for use with specified products or systems. D. Review all special conditions,such as at projections,at connections to sheet metal gravel stops,flashings with the Roofing Manufacturer,submit the Roofing Manufacturer's recommendations and details to the Architect for approval. E. Special Cautions: 1. Do not use oil-based or plastic roof cement. 2. Do not subject elastomeric materials to contact with petroleum,grease,oil, solvents,vegetable or mineral oil, nor animal fat.Prevent contact with hot pipes,and ducts. 3. Cements and bonding adhesive contain petroleum distillates and are extremely volatile and flammable.Avoid breathing vapors and do not use near fire or flame. 4. Ensure that splicing and bonding surfaces are dry during installation. F. No Ponding: Ensure all roof areas properly drain,without depressions resulting in ponding of water.Areas of minor surface depressions 2 square feet or greater having a depth of 0.25 inch(6mm)or greater in depth shall be repaired to prevent possible ponding of the system. 3.5 INSULATION INSTALLATION A. Place the constant thickness insulation of first layer and the subsequent tapered insulation to the required slope pattern in accordance with manufacturer's instructions. B. Secure roof insulation to concrete decking with adhesive recommended by the roof manufacturer(and as required by Miami-Dade NOA),for the substrates of a type and performance compatible with system description and warranty requirements. C. Install recovery board butted together with no gaps greater than 1/4 inch.Gaps greater than 1/4 inch shall be filled with the same material. Mechanical fasten through insulation directly to decking,in accordance with roof manufacturer's instructions and additional requirements for specified warranty. 3.6 MEMBRANEADHERED INSTALLATION A. Roll out membrane, inspect sheet for defects as it is being rolled out.Align sheet to that it overlaps the previous sheet by the lap width recommended by the manufacturer, but not less than 3 inches. B. Fold membrane back on itself and coat the bottom side of the sheet and the top side of the deck with adhesive. Do not get adhesive in the lap joint area. 60%Submittal 075423- 13 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 C. After adhesive has been allowed to set in accordance with the manufacturers requirements,roll the membrane into the adhesive,free from air pockets,wrinkles, or tears. Firmly press sheet into place without stretching. D. Broom membrane to assure full contact with adhesive. E. Provide additional membrane securement at the perimeter of roof,at expansion joints,curbs,and similar roof top penetrations,at interior wall and penthouse perimeters,and at any angle change which exceeds 2 inches in on horizontal foot. 1. Install continuous reinforcement strips 3 inches to 6 inches from inside and outside corners where additional membrane securement is required and where recommended by roofing manufacturer.Secure reinforcement strips with 2-inch diameter aluminum or stainless steel seam fastening plates; space fastening plates not greater than 12 inches on center. 2. Install reinforcement strips either horizontally into deck or vertically into curbs as recommended by roofing manufacturer. 3. Splice membrane flashing over installed fastening plates and reinforcement strips as recommended by roofing manufacturer,and in no case provide flashing of less than 6 inches in width,and at ends of flashing, provide a minimum 2 inch splice from edge of plate/strip. F. Extend membrane up cant strips and a minimum of 8 inches onto vertical surfaces. G. Membrane sealing: Seal all seams using manufacturer's recommended heat seaming methods. Minimum seam width is 3 inches with at least 1-1/2 being welded. 1. Clean the seam prior to welding using water,scouring powder and cotton cloths. Rinse al soap and wipe dry. 2. Use a hand-held welder to complete seams where the automatic welder is inappropriate and for repair of voids. 3. After the sheet has cooled probe all seams and use a hand held welder and silicone covered roller to repair any voids in seams.Apply constant pressure against the seam edge to feel for voids,loose areas or poor welds. Probing and repair of voids is to be done on a daily basis. 4. Complete test seams periodically and when ambient temperatures change to ensure proper welds are being achieved. 3.7 INSTALLATION-MEMBRANE FLASHINGS A. Walls and curbs: 1. Prepares surfaces to receive membrane flashing.Surfaces must be dry,and smooth enough to achieve at least 75 percent adhesion. 2. Flash to height shown on Drawings, but not less than 8 inches. 3. Terminate the top of all flashings with fasteners spaced 12 inches on center maximum.Where flashings are not protected by a counter flashing, provide a surface mounted termination bar. 4. Bond flashing o substrate as directed by manufacturer's instructions;roll or broom surface to achieve full contact with substrate. 5. Install premolded corners. 60%Submittal 075423- 14 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Pipe penetrations: 1. Utilize manufacturer's premolded pipe seals where practical.Weld pipe seal to roofing membrane.Apply a bead o cut-off mastic between the pipe and the inside of the pipe seal. Install and tighten the pipe clamp at the top of the pipe seal. 2. At larger penetrations provide field fabricated flashings,fully heat welded watertight.Secure top edge of flashings with pipe clamp and seal with manufacturer's approved sealant.Counterdlash termination with manufacturer's flexible flashing,with all edge sealed,as shown on the drawings or required by the manufacturer for the specified warranty. 3. Use of pitch pockets is prohibited. C. Drains: 1. Taper insulation to make a smooth transition to the drain. Keep all roofing seams at least 18 inches from drains.Cut a holes in the membrane for drain pipe for drain clamp ring bolts. 2. Place a bead of cut-off mastic around the seat of the drain,and install clamping ring and tighten all bolts. 3. Ensure each drain is protected from blockage by debris. 4. Test each drain and ensure that no leakage occurs. D. Provide self adhering, butyl based membrane transitions at all TPO membrane extents and as shown on the drawings. E. Sheet metal copings, fascias, gravel stops, and flashings will be furnished and installed under Section 07 62 00-SHEET METAL FLASHING AND TRIM. 3.8 INSTALLATION METAL FLASHINGS-GENERAL A. Except as otherwise shown on the reviewed shop drawings or specified herein,the workmanship of sheet metal work, method for forming joints anchoring,cleating, provisions for thermal movement,shall conform to the standard details and recommendations of the sheet metal producer and those of producer organizations and research institutions and associations concerning the sheet metal used,in addition to the standards and details set forth in the referenced materials specified this Section. B. Face nailing will not be permitted,concealed cleating or other concealed method must be used to attach sheet metal work to structure. C. Ensure that fastenings do not exceed 8 inches on centers. Use flat head fasteners throughout,and seal all fastener heads after installation thereof. D. Fill all slip joints and overlapping surfaces in the assembly with specified sealant material,removing all excess sealant material from the prefinished surfaces immediately,to prevent staining the finish. 3.9 INSTALLATION—ROOF EDGE COPING A. Coordinate with roofing installer prior to installation.Verify site conditions and manufacturer's roof edging details.Comply with roof edging manufacturer's installation instructions and recommendations. 60%Submittal 075423- 15 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Nail galvanized spring clip in continuous manner to vertical face of wood nailers. Locate fasteners 3/4 inch below roof edge and 12 inches on center using a minimum 1-1/2 inch galvanized roofing nail.Allow 1/4 inch gap between sections of spring clip. C. Lay roofing membrane over the spring clip allowing it to extend down the face to the drip edge. Locate and hang joint covers at all joints between corners and straight sections. D. Hook each fascia section over the top of the spring clip and membrane.Press down on the fascia until the drip edge is engage.Allowed 1/8 to 1/4 inch gap for expansion(as recommended by manufacturer). 3.10 INSTALLATION—PARAPET COPING A. Coordinate with roofing installer prior to installation.Verify site conditions and manufacturer's roof edging details.Comply with roof edging manufacturer's installation instructions and recommendations. B. Install coping system in accord with manufacturer's product data and approved shop drawings,except where more stringent requirements are specified,to achieve a FM wind uplift classification. C. Install anchor plates with concealed fasteners at 6'-O"on center maximum. Install concealed splice plates at coping intersections. D. Snap copings into place over anchor plates and splice plates,with minimum 1/4 inch wide joints over splice plate intersections. Set copings over splice plates in with extruded butyl tape, 1/2 inch from intersection edges. E. Make weathertight fit,allowing for expansion an contraction. 3.11 WALKWAYS A. Install walkways at all traffic concentration points(including but not limited to roof hatches,access doors,rooftop ladders,and similar conditions),leading to and surrounding roof-top equipment,and at all additional locations identified on Drawings. 3.12 FIELD QUALITY CONTROL A. General: Field inspections will be performed under the provisions of Section 0145 00-QUALITY CONTROL. B. Owner's testing:At the owner's discretion,he/she may engage a testing agency to perform testing of the roofing assembly,including but not limited to the following: 1. Flood testing of drain assemblies. 2. Infrared imaging of the roofing assembly 3. Moisture content testing of roofing materials C. Test cuts: Provide test cuts through seams and joints as representative sample of workmanship. Provide not less than 25 test cuts. Identify on roof plan locations of all test cuts. Label each test cut by a unique identifier, including date of cut. 60%Submittal 075423- 16 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 D. Roofing Subcontractor to correct all deficiencies in roof as determined by roof sample analysis and as prescribed by roof system manufacturer.Should additional samples be required,these cost will be borne by the roofing applicator. E. Heat Welded Seam Testing: 1. Verification procedure: Cutting a 1 inch wide strip of the membrane through a heat-welded seam. Each end of the sample is then pulled in opposite directions until failure.Acceptable samples result in failure of the membrane prior to separation of the weld.The contractor shall date and retain each sample on site throughout the duration of the project to allow for inspection by roofing manufacturer,Architect,and Owner. 2. Frequency:As required by the roofing manufacturer but no less than three per day,or every time the machine is reset or restarted.Additionally test hand- welded seams a minimum of three times per day. F. Roof Drain Testing: Perform testing in compliance with While ASTM D5957- Standard Guide for Flood Testing Horizontal Waterproofing Installations. 1. Procedure: Block roof drain to be tested and flood the drain sump to a minimum 1 inch of water and minimum 3 inch at drain for a period of 24 hours to simulate water backup from a clogged drain. 2. Frequency:Three randomly selected drains per individual roof areas. 3. Submit flow rates from tests. G. As-built Infra-red Survey: Perform survey in compliance with ASTM C1153- Standard Practice for Location of Wet Insulation in Roofing Systems. 1. Schedule test for"cool,clear night following a warm,sunny day." 3.13 CLEANING A. Remove elastomeric adhesive markings from finished surfaces. B. In areas where finished surfaces are soiled by work of this section,consult manufacturer of surfaces for cleaning advice and conform to their instructions. C. Repair or replace defaced,or disfigured finishes caused by the work of this Section. End of Section 60%Submittal 075423- 17 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 07620 SHEET METAL FLASHING AND TRIM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following sheet metal flashing and trim: 1. Manufactured reglets. 2. Formed roof drainage system. 3. Formed low-slope roof flashing and trim. 4. Formed wall flashing and trim. 5. Formed equipment support flashing. B. Related Sections include the following: 1. Division 3 Section "Cast-in-Place Concrete"for installing reglets. 2. Division 4 Section "Unit Masonry Assemblies" for installing through-wall flashing, reglets, and other sheet metal flashing and trim. 3. Division 6 Section "Rough Carpentry"for wood nailers, curbs, and blocking. 4. Division 7 Section "Sealants" for field-applied sheet metal flashing and trim sealants. 1.3 PERFORMANCE REQUIREMENTS A. General: Install sheet metal flashing and trim to withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failing, rattling, leaking, and fastener disengagement. B. Fabricate and install roof edge flashing and copings capable of resisting the following forces according to recommendations in FMG Loss Prevention Data Sheet 1-49: As per Florida Building Code C. Thermal Movements: Provide sheet metal flashing and trim that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints, hole elongation, 100%Submittal 07620-1 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Provide clips that resist rotation and avoid shear stress as a result of sheet metal and trim thermal movements. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. D. Water Infiltration: Provide sheet metal flashing and trim that do not allow water infiltration to building interior. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: Show layouts of sheet metal flashing and trim, including plans and elevations. Distinguish between shop- and field-assembled work. Include the following: 1. Identify material, thickness, weight, and finish for each item and location in Project. 2. Details for forming sheet metal flashing and trim, including profiles, shapes, seams, and dimensions. 3. Details for fastening, joining, supporting, and anchoring sheet metal flashing and trim, including fasteners, clips, cleats, and attachments to adjoining work. 4. Details of expansion-joint covers, including showing direction of expansion and contraction. C. Samples for Verification: For each type of exposed finish required, prepared on Samples of size indicated below: 1. Sheet Metal Flashing: 12 inches (300 mm) long. Include fasteners, cleats, clips, closures, and other attachments. 2. Trim: 12 inches (300 mm) long. Include fasteners and other exposed accessories. 3. Accessories: Full-size Sample. 1.5 QUALITY ASSURANCE A. Sheet Metal Flashing and Trim Standard: Comply with SMACNA's "Architectural Sheet Metal Manual." Conform to dimensions and profiles shown unless more stringent requirements are indicated. B. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Meetings." 100%Submittal 07620-2 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Meet with Owner, Architect, Owner's insurer if applicable, Installer, and installers whose work interfaces with or affects sheet metal flashing and trim including installers of roofing materials, roof accessories, unit skylights, and roof-mounted equipment. 2. Review methods and procedures related to sheet metal flashing and trim. 3. Examine substrate conditions for compliance with requirements, including flatness and attachment to structural members. 4. Document proceedings, including corrective measures and actions required, and furnish copy of record to each participant. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver sheet metal flashing materials and fabrications undamaged. Protect sheet metal flashing and trim materials and fabrications during transportation and handling. B. Unload, store, and install sheet metal flashing materials and fabrications in a manner to prevent bending, warping, twisting, and surface damage. C. Stack materials on platforms or pallets, covered with suitable weathertight and ventilated covering. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface damage. 1.7 COORDINATION A. Coordinate installation of sheet metal flashing and trim with interfacing and adjoining construction to provide a leakproof, secure, and noncorrosive installation. PART 2 - PRODUCTS 2.1 SHEET METAL A. Stainless—Steel Sheet: ASTM A-240/A 240M type 304. 1. Finish: No. 2B bright, reflective. 2.2 UNDERLAYMENT MATERIALS A. Polyethylene Sheet: 6-mil- (0.15-mm-) thick polyethylene sheet complying with ASTM D 4397. B. Felts: ASTM D 226, Type II (No. 30), asphalt-saturated organic felt, nonperforated. C. Slip Sheet: Rosin-sized paper, minimum 3 lb/100 sq. ft. (0.16 kg/sq. m). 100%Submittal 07620-3 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2.3 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation. B. Fasteners: Wood screws, annular threaded nails, self-tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads. 1. Exposed Fasteners: Heads matching color of sheet metal by means of plastic caps or factory-applied coating. 2. Fasteners for Flashing and Trim: Blind fasteners or self-drilling screws, gasketed, with hex washer head. 3. Blind Fasteners: High-strength aluminum or stainless-steel rivets. 4. Spikes and Ferrules: Same material as gutter; with spike with ferrule matching internal gutter width. C. Burning Rod for Lead: Same composition as lead sheet. D. Sealing Tape: Pressure-sensitive, 100 percent solids, polyisobutylene compound sealing tape with release-paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape. E. Elastomeric Sealant: ASTM C 920, elastomeric polyurethane polymer sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. F. Butyl Sealant: ASTM C 1311, single-component, solvent-release butyl rubber sealant, polyisobutylene plasticized, heavy bodied for hooked-type expansion joints with limited movement. G. Epoxy Seam Sealer: Two-part, noncorrosive, aluminum seam-cementing compound, recommended by aluminum manufacturer for exterior nonmoving joints, including riveted joints. H. Asphalt Roofing Cement: ASTM D 4586, asbestos free, of consistency required for application. 2.4 MANUFACTURED SHEET METAL FLASHING AND TRIM A. Reglets: Units of type, material, and profile indicated, formed to provide secure interlocking of separate reglet and counterflashing pieces, and compatible with flashing indicated with factory- mitered and -welded corners and junctions. 1. Manufacturers: a. Cheney Flashing Company, Inc. b. Fry Reglet Corporation. c. Heckmann Building Products Inc. d. Hickman, W. P. Company. 100%Submittal 07620-4 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 e. Keystone Flashing Company, Inc. f. Sandell Manufacturing Company, Inc. 2. Surface-Mounted Type: Provide with slotted holes for fastening to substrate, with neoprene or other suitable weatherproofing washers, and with channel for sealant at top edge. 3. Stucco Type: Provide with upturned fastening flange and extension leg of length to match thickness of applied finish materials. 4. Concrete Type: Provide temporary closure tape to keep reglet free of concrete materials, special fasteners for attaching reglet to concrete forms, and guides to ensure alignment of reglet section ends. 5. Masonry Type: Provide with offset top flange for embedment in masonry mortar joint. 6. Flexible Flashing Retainer: Provide resilient plastic or rubber accessory to secure flexible flashing in reglet where clearance does not permit use of standard metal counterflashing or where Drawings show reglet without metal counterflashing. 7. Counterflashing Wind-Restraint Clips: Provide clips to be installed before counterflashing to prevent wind uplift of counterflashing lower edge. 2.5 FABRICATION, GENERAL A. General: Custom fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, metal, and other characteristics of item indicated. Shop fabricate items where practicable. Obtain field measurements for accurate fit before shop fabrication. B. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. C. Fabricate sheet metal flashing and trim without excessive oil canning, buckling, and tool marks and true to line and levels indicated, with exposed edges folded back to form hems. 1. Seams for Other Than Aluminum: Fabricate nonmoving seams in accessories with flat-lock seams. Tin edges to be seamed, form seams, and solder. D. Sealed Joints: Form nonexpansion but movable joints in metal to accommodate elastomeric sealant to comply with SMACNA recommendations. E. Expansion Provisions: Where lapped or bayonet-type expansion provisions in the Work cannot be used, form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with elastomeric butyl sealant concealed within joints. 100%Submittal 07620-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 F. Conceal fasteners and expansion provisions where possible on exposed-to-view sheet metal flashing and trim, unless otherwise indicated. G. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. 1. Thickness: As recommended by SMACNA's "Architectural Sheet Metal Manual" and FMG Loss Prevention Data Sheet 1-49 for application but not less than thickness of metal being secured. 2.6 ROOF DRAINAGE SHEET METAL FABRICATIONS A. Downspouts: Fabricate rectangular downspouts complete with mitered elbows. Furnish with metal hangers, from same material as downspouts, and anchors. 1. Manufactured Hanger Style: scrap 2. Fabricate downspouts from the following material: a. Stainless steel: 0.0156 inch thick. B. Parapet Scuppers: Fabricate scuppers of dimensions required with closure flange trim to exterior, 4-inch- (100-mm-) wide wall flanges to interior, and base extending 4 inches (100 mm) beyond cant or tapered strip into field of roof. Fasten gravel guard angles to base of scupper. 1. Fabricate parapet scuppers from stainless steel sheet: 0.0187 inch thick. C. Conductor Heads: Fabricate conductor heads with flanged back and stiffened top edge and of dimensions and shape indicated complete with outlet tubes, exterior flange trim, and built-in overflows. 1. Fabricate conductor heads from the following material: a. Stainless steel: 0.0156 inch thick. 2.7 LOW-SLOPE ROOF SHEET METAL FABRICATIONS A. Copings: Fabricate in minimum 96-inch- (2400-mm-) long, but not exceeding 10- foot- (3-m-) long, sections. Fabricate joint plates of same thickness as copings. Furnish with continuous cleats to support edge of external leg and drill elongated holes for fasteners on interior leg. Miter corners, seal, and solder or weld watertight. 1. Joint Style: Butt, with 12-inch- (300-mm-) wide concealed backup plate and 6-inch- (150-mm-)wide exposed cover plates. 2. Fabricate copings from the following material: a. Stainless steel: 0.0250 inch thick. 3. Fabricate base flashing from the following material: a. Stainless steel: 0.0187 inch thick. 100%Submittal 07620-6 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 4. Fabricate counterflashing from the following material: a. Stainless steel: 0.0187 inch thick. B. Splash Pans: Fabricate from the following material: 1. Aluminum: 0.040 inch (1.0 mm)thick. C. Roof-Drain Flashing: Fabricate from the following material: 1. Lead: 4.0 lb/sq. ft. (1.6 mm thick), hard tempered. 2.8 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products"for recommendations for applying and designating finishes. B. Protect mechanical and painted finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations, dimensions and other conditions affecting performance of work. 1. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored. 2. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. General: Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement. Use fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Torch cutting of sheet metal flashing and trim is not permitted. 100%Submittal 07620-7 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as recommended by fabricator or manufacturers of dissimilar metals. 1. Coat side of uncoated aluminum and stainless-steel sheet metal flashing and trim with bituminous coating where flashing and trim will contact wood, ferrous metal, or cementitious construction. 2. Underlayment: Where installing metal flashing directly on cementitious or wood substrates, install a course of felt underlayment and cover with a slip sheet or install a course of polyethylene underlayment. 3. Bed flanges in thick coat of asphalt roofing cement where required for waterproof performance. C. Install exposed sheet metal flashing and trim without excessive oil canning, buckling, and tool marks. D. Install sheet metal flashing and trim true to line and levels indicated. Provide uniform, neat seams with minimum exposure of solder, welds, and elastomeric sealant. E. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. 1. Provide continuous cleats. Anchor each cleat with two fasteners. Bend tabs over fasteners. F. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet (3 m)with no joints allowed within 24 inches (600 mm) of corner or intersection. Where lapped or bayonet-type expansion provisions cannot be used or would not be sufficiently watertight, form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with elastomeric sealant concealed within joints. G. Fasteners: Use fasteners of sizes that will penetrate substrate not less than 1-1/4 inches (32 mm)for nails and not less than 3/4 inch (19 mm)for wood screws. 1. Aluminum: Use aluminum or stainless-steel fasteners. H. Seal joints with elastomeric sealant as required for watertight construction. 1. Where sealant-filled joints are used, embed hooked flanges of joint members not less than 1 inch (25 mm) into sealant. Form joints to completely conceal sealant. When ambient temperature at time of installation is moderate, between 40 and 70 deg F (4 and 21 deg C), set joint members for 50 percent movement either way. Adjust setting proportionately for installation at higher ambient temperatures. Do not install sealant-type joints at temperatures below 40 deg F (4 deg C). 100%Submittal 07620-8 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2. Prepare joints and apply sealants to comply with requirements in Division 7 Section "Joint Sealants." I. Aluminum Flashing: Rivet or weld joints in uncoated aluminum where necessary for strength. 3.3 ROOF DRAINAGE SYSTEM INSTALLATION A. General: Install sheet metal roof drainage items to produce complete roof drainage system according to SMACNA recommendations and as indicated. Coordinate installation of roof perimeter flashing with installation of roof drainage system. B. Downspouts: Join sections with 1-1/2-inch (38-mm) telescoping joints. Provide fasteners designed to hold downspouts securely 1 inch (25 mm) away from walls; locate fasteners at top and bottom and at approximately 60 inches (1500 mm) o.c. in between. 1. Provide elbows at base of downspout to direct water away from building. 2. Connect downspouts to underground drainage system indicated. C. Parapet Scuppers: Install scuppers where indicated through parapet. Continuously support scupper, set to correct elevation, and seal flanges to interior wall face, over cants or tapered edge strips, and under roofing membrane. 1. Anchor scupper closure trim flange to exterior wall and seal or solder to scupper. 2. Loosely lock front edge of scupper with conductor head. 3. Seal or solder exterior wall scupper flanges into back of conductor head. D. Conductor Heads: Anchor securely to wall with elevation of conductor head rim 1 inch (25 mm) below scupper and/or gutter discharge. E. Splash Pans: Install where downspouts discharge on low-sloped roofs. Set in asphalt roofing cement compatible with roofing membrane. 3.4 ROOF FLASHING INSTALLATION A. General: Install sheet metal roof flashing and trim to comply with performance requirements, sheet metal manufacturer's written installation instructions, and SMACNA's "Architectural Sheet Metal Manual." Provide concealed fasteners where possible, set units true to line, and level as indicated. Install work with laps, joints, and seams that will be permanently watertight. B. Roof Edge Flashing: Anchor to resist uplift and outward forces according to recommendations in FMG Loss Prevention Data Sheet 1-49 for specified wind zone and as indicated. 100%Submittal 07620-9 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Interlock bottom edge of roof edge flashing with continuous cleats anchored to substrate at 24-inch (600-mm) centers. C. Copings: Anchor to resist uplift and outward forces according to recommendations in FMG Loss Prevention Data Sheet 1-49 for specified wind zone and as indicated. 1. Interlock exterior bottom edge of coping with continuous cleats anchored to substrate at 24-inch (600-mm). 2. Anchor interior leg of coping with screw fasteners and washers at 24-inch (600-mm) 20-inch (500-mm). D. Pipe or Post Counterflashing: Install counterflashing umbrella with close-fitting collar with top edge flared for elastomeric sealant, extending a minimum of 4 inches (100 mm) over base flashing. Install stainless-steel draw band and tighten. E. Counterflashing: Coordinate installation of counterflashing with installation of base flashing. Insert counterflashing in reglets or receivers and fit tightly to base flashing. Extend counterflashing 4 inches (100 mm) over base flashing. Lap counterflashing joints a minimum of 4 inches (100 mm) and bed with elastomeric sealant. 1. Secure in a waterproof manner by means of snap-in installation and sealant or lead wedges and sealant or interlocking folded seam or blind rivets and sealant. F. Roof-Penetration Flashing: Coordinate installation of roof-penetration flashing with installation of roofing and other items penetrating roof. Install flashing as follows: 1. Turn lead flashing down inside vent piping, being careful not to block vent piping with flashing. 2. Seal with elastomeric sealant and clamp flashing to pipes penetrating roof except for lead flashing on vent piping. 3.5 WALL FLASHING INSTALLATION A. General: Install sheet metal wall flashing to intercept and exclude penetrating moisture according to SMACNA recommendations and as indicated. Coordinate installation of wall flashing with installation of wall-opening components such as windows, doors, and louvers. B. Through-Wall Flashing: Installation of manufactured formed through-wall flashing is specified in Division 4 Section "Unit Masonry Assemblies" C. Reglets: Installation of reglets is specified in Division 3 Section "Cast-in-Place Concrete and 4 Section "Unit Masonry Assemblies." D. Openings Flashing in Frame Construction: Install continuous head, sill, jamb, and similar flashings to extend 4 inches (100 mm) beyond wall openings. 100%Submittal 07620-10 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3.6 MISCELLANEOUS FLASHING INSTALLATION A. Overhead-Piping Safety Pans: Suspend pans from pipe and install drain line to plumbing waste or drain line. B. Equipment Support Flashing: Coordinate installation of equipment support flashing with installation of roofing and equipment. Weld or seal flashing with elastomeric sealant to equipment support member. 3.7 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder and sealants. C. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed. On completion of installation, clean finished surfaces, including removing unused fasteners, metal filings, pop rivet stems, and pieces of flashing. Maintain in a clean condition during construction. D. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION 100%Submittal 07620-11 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 07900 SEALANTS PART 1 GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes joint sealants for the following applications: 1. Exterior joints in the following vertical surfaces and horizontal nontraffic surfaces: a. Construction joints in cast-in-place concrete. b. Control and expansion joints in unit masonry. c. Joints between different materials listed above. d. Perimeter joints between materials listed above and frames of doors, windows, and louvers. e. Control and expansion joints in ceilings and other overhead surfaces. f. Joints in vertical surfaces and horizontal nontraffic surfaces. g. Other joints as indicated. 2. Interior joints in the following vertical surfaces and horizontal nontraffic surfaces: a. Control and expansion joints on exposed interior surfaces of exterior walls. b. Perimeter joints of exterior openings where indicated. c. Tile control and expansion joints. d. Vertical joints on exposed surfaces of interior unit masonry,concrete,walls, and partitions. e. Joints on underside of plant-precast structural concrete beams and planks. f. Perimeter joints between interior wall surfaces and frames of interior doors windows and elevator entrances. g. Joints between plumbing fixtures and adjoining walls,floors,and counters. h. Other joints as indicated. 3. Interior joints in the following horizontal traffic surfaces: a. Isolation joints in cast-in-place concrete slabs. b. Control and expansion joints in tile flooring. c. Other joints as indicated. 100%Submittal 07900-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Related Sections include the following: 1. Division 4 Section "Unit Masonry Assemblies" for masonry control and expansion joint fillers and gaskets. 2. Division 9 Section "Gypsum Board Assemblies"for sealing perimeter joints of gypsum board partitions to reduce sound transmission. 3. Division 9 Section "Ceramic Tile"for sealing tile joints. C. Provide elastomeric joint sealants that establish and maintain watertight and airtight continuous joint seals without staining or deteriorating joint substrates. D. Provide joint sealants for interior applications that establish and maintain airtight and water-resistant continuous joint seals without staining or deteriorating joint substrates. 1.3 SECTION INCLUDES A. All joint fillers and gaskets. B. Compression seals. C. Sealants and caulking. 1.4 QUALITY ASSURANCE A Prior to installation of sealants and caulking and at Architect/Engineer's direction, meet at Project site to review material selections,joint preparations, installation procedures, and work sequencing. B. Examine sample application to determine and record whether all parties agree proposed installations are likely to perform as required. C. Products included under this Section shall be acceptable to manufacturers of adjoining materials. D. Use products by manufacturers regularly engaged in manufacturer of similar with items and with a history of successful production. E. Perform installation using workman thoroughly trained and certified with the specified products. 1.5 SUBMITTALS A. Submittals shall be made in compliance with the procedures stated in the General Conditions and Special Provisions. B. Manufacturer's Data: 1. Published data or manufacturer's letter, clearly indicating that each product to be furnished complies with specifications, recommended for 100%Submittal 07900-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 application shown and compatible with each other material in joint system. 2. Complete instructions for handling, storage, mixing priming, installation, curing, and protection of each type of compound and sealant. C. Samples: 1. Furnish three sets of samples for color selection of each type of sealant planned to be used. 2. One cartridge or equivalent representative sample of each type of sealant, with labels intact and seals unbroken. 3. Three 12 inch length of each size of back-up material, bond breaker,joint filler, gasket, etc. 4. Three of each type of compression seal. D. A notarized Certificate of Compliance stating that all sealant materials and installations conform to all codes, ordinances, regulations and standards specified herein and otherwise having jurisdiction over this aspect of the Project. 1.6 PROJECT CONDITIONS A. Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint-sealant manufacturer or are below 40 deg F. 2. When joint substrates are wet. 3. Where joint widths are less than those allowed by joint-sealant manufacturer for applications indicated. 4. Contaminants capable of interfering with adhesion have not yet been removed from joint substrates. 1.7 CLEAN UP A. Clean up such trash and debris generated by the work and leave completed work in a clean, undamaged and finished condition, ready to receive without further preparation, unless so specified in other Sections,any adjacent or abutting work to be performed by others. 1.8 WARRANTY A. Special Installer's Warranty: Installer's standard form in which Installer agrees to repair or replace elastomeric joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. B. Special Manufacturer's Warranty: Manufacturer's standard form in which elastomeric sealant manufacturer agrees to furnish elastomeric joint sealants to repair or replace 100%Submittal 07900-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 those that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: 5 years from date of Substantial Completion. C. Special warranties specified in this Article exclude deterioration or failure of elastomeric joint sealants from the following: 1. Movement of the structure resulting in stresses on the sealant exceeding sealant manufacturer's written specifications for sealant elongation and compression caused by structural settlement or errors attributable to design or construction. 2. Disintegration of joint substrates from natural causes exceeding design specifications. 3. Mechanical damage caused by individuals, tools, or other outside agents. 4. Changes in sealant appearance caused by accumulation of dirt or other atmospheric contaminants. PART 2 PRODUCTS 2.1 SEALANTS A. Polyurethane, Two-component(Sealant Type A) 1. Applicable ASTM/Fed. Spec. a. ASTM C-920 b. Fed. Spec. TT-S-227E 2. Performance Characteristics a. Service Life: 20 years b. Joint Movement: 20% c. Ultimate Tensile Strength: 150-400 p.s.i. d. Hardness (Shore A): 40-50 e. Elongation: 350-800% f. Self-leveling h. Non-sag 3. Manufacturer/Product a. Pecora Dynatrol II b. Accepted Equivalent B. Silicone, one-part construction (Sealant Type C) 1. Applicable ASTM/Fed. Spec. a. Fed. Spec. TT-S-1543 A 2. Performance Characteristics a. Service Life: 20 years b. Joint Movement: 25% c. Ultimate Tensile Strength: 100-450 p.s.i. 100%Submittal 07900-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 d. Hardness (Shore A): 35-50 e. Elongation: 400-500% f. Maximum Joint Width: 1" g. Self-leveling h. Non-sag 3. Manufacturer/Product a. Dow Corning 790 b. General Electric Construction 1200 c. Pecora 863 d. Rhone-Poulenc Rhodorsil 5C e. Accepted Equivalent C. Silicone, one-part, structural (Sealant Type E) 1. Applicable ASTM/Fed. Spec. a. Fed. Spec. TT-S-1543 A 2. Performance Characteristics a. Service Life: 20 years b. Joint Movement: 50% c. Ultimate Tensile Strength: 170-450 p.s.i. d. Hardness (Shore A): 30-50 e. Elongation: 400-500% f. Maximum Joint Width: 1" g. Open Grade h. Non-sag 3. Manufacturer/Product a. Dow Corning 795 b. Rhone-Poulenc Rhodorsil 6B c. Accepted Equivalent D. Intumescent elastomer, one-part (Sealant Type F) 1. Applicable ASTM/Fed. Spec./NEC/UL a. ASTM E814 (UL 1479) b. NEC 300-21 2. Performance Characteristics a. Expansion capability: 10 times original volume b. Fire-rating: 1,2,3 hours 3. Manufacturer/Product a. Dow Corning Fire Stop b. Standard Oil Fire Putty c. 3M Fire Barrier d. Accepted Equivalent 2.2 OTHER MATERIALS A. Joint Filler Materials 1. Preformed Sponge Rubber or ITP Foam: ASTM D1752, Type I, II or III, 100%Submittal 07900-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 type suited for joint condition. 2. Closed-Cell Neoprene: ASTM D1056, Type S, Class SEC 41, black. 3. Closed-Cell Vinyl: ASTM D1667, Grade VE041, off-white. 4. Closed-Cell Polyethylene: ASTM D1621, white semi-rigid. 5. Compressible Rod: Use for proper performance of joint,compatible with sealant manufacturer for proper performance in specific condition of use. B. Miscellaneous Materials: 1. Joint Cleaner: Provide cleaner recommended by manufacturer of sealant for specific joint surface and condition. 2. Joint Primer and Sealer: Provide compounds recommended by manufacturer of sealant for specific joint surface and condition. 3. Bond Breaker Tape: Pressure-sensitive polyethylene tape. 4. Accessory Materials for Fire-Stopping Sealants: Provide forming, joint fillers, packing and other accessory materials required for installation of fire-stopping sealants as applicable to installation conditions indicated. PART 3 EXECUTION 3.1 SURFACE PREPARATION A. General: 1. Do not apply sealants to joint surfaces previously painted or treated with sealer,curing compound,or other coating unless laboratory durability test of bond-cohesion has been performed to demonstrate that bond will be durable. 2. Comply with test method procedures applicable to particular sealant. 3. Do not apply paint and other coatings or substances to surfaces adjoining joint surfaces until sealants are installed and nominally cured to prevent impairment by migration of such substances into joint surfaces. B. Coated Metal Joint Surfaces: 1. Clean bonding surfaces unless coated metal joint surfaces have been successfully tested for bond-cohesion of sealant. 2. Clean bonding surfaces to base, non-oxidized metal by sanding, wire brushing, or clean with toluol,xylol,xylene, methyl ethyl ketone(MEK),or other process recommended by sealant manufacturer. 3. Do cleaning immediately before sealant installation. C. Concrete and Masonry Joint Surfaces: 1. Etch bonding surfaces with five percent solution of muriatic acid to remove excess alkalinity. 2. Rinse thoroughly with diluted ammonia solution and then with clean water. 3. Insure surfaces are dry before sealant installation. D. Ceramic Tile and Similar Joint Surfaces: Abrade edge surfaces to be bonded 100%Submittal 07900-6 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 with sealants to remove glassy surface. 3.2 I N STAL LAT I O N A. General: 1. Prime or seal bonding joint surfaces as recommended by sealant manufacturer, taking care to avoid migration of primer or sealer onto adjoining surfaces; remove spillage promptly. 2. Install bond breaker to prevent bonding of sealant to surfaces where such bond might impair performance of sealant. 3. Do not puncture surface of skin of compressible rod type bond breaker. 4. Comply with manufacturer's printed instruction, except as otherwise directed and recorded by manufacturer's representative. B. Sealant Depth: 1. Apply sealant to depth shown or, if not shown, apply to manufacturer's recommendations and following general proportions and limitations. 2. Non-Traffic or Non-Abrasion Surfaces: Depth equal to 50%of joint width, minimum ", maximum ". C. Joint Sealant Placement: 1. Apply compounds in continuous beads or rivers, filling joint from bottom without openings, voids, or air pockets. 2. Force compounds to sides of joint so as to carefully and thoroughly"wet" opposite joint bond surfaces,forming equal areas of contact with sealant.. 3. Confine compound to joint areas indicated by use of masking tapes or other precautions to prevent spillage or migration onto adjoining surfaces. 4. Compress joints accurately so that excess compound will not exude from joint. 5. Tool exposed surfaces to compress sealant to profiles indicated, or if none is shown,tool surface slightly concave except provide a slight wash on horizontal joints where horizontal and vertical surfaces meet. 6. Pour self-leveling grade compounds in horizontal joints to level indicated, or if none is shown, to level 1/16" below adjoining surface. 7. Against rough surfaces or in joints of uneven widths,avoid appearance of excess sealant by locating sealant well back into joint where possible. 8. Remove excess sealant promptly as work progresses. 9. Clean adjoining surfaces as necessary to eliminate any evidence of spillage. 3.3 CURING AND PROTECTION A. Cure sealants to manufacturer's instructions to obtain maximum bond to surfaces, cohesive strength, and durability at earliest possible date. B. Advise concerning proper procedures for protection of sealants during remainder 100%Submittal 07900-7 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 of construction period. C. Repair and replace sealants damaged or showing evidence to deterioration before time of final acceptance. 3.4 SEALANT SCHEDULE A. General: 1. Refer to Paragraph 2.01 SEALANTS of this Section for clarification of sealant types as listed in this application paragraph. 2. Sealant types as listed in this application paragraph are organized in order of preference, with first listing being highest preference and last listing being lowest preference. B. Between Similar Materials 1. Concrete a. Joint width less than 3/4": Sealant Type(s)A,D. b. Joint width greater than 3/4": Sealant Type A. 2. Masonry a. Joint width less than 3/4": Sealant Type(s)A,D. b. Joint width greater than 3/4": Sealant Type A. 3. Metal a. Joint width less than 3/4": Sealant Type(s)A,D,E. b. Joint width greater than 3/4": Sealant Type A. 4. Wood a. Joint width less than 3/4": Sealant Type(s)A. b. Joint width greater than 3/4": Sealant Type A. C. Between Dissimilar Materials 1. Metal to Metal a. Joint width less than 3/4": Sealant Type(s)A,D,E. b. Joint width greater than 3/4": Sealant Type A. 2. Metal to Wood a. Joint width less than 3/4": Sealant Type(s)A. b. Joint width greater than 3/4": Sealant Type A. 3. Metal or Wood to Masonry/Concrete a. Joint width less than 3/4": Sealant Type(s)A. b. Joint width greater than 3/4": Sealant Type A. 4. Metal or Wood to Glass/Plastic a. Joint width less than 3/4": Sealant Type(s)A,C,E. b. Joint width greater than 3/4": Sealant Type A. D. Penetrations through fire rated assemblies: Sealant Type F only. Install Fire Stopping sealant, including forming,packing,and other accessory materials to fill openings around mechanical and electrical services penetrating floors and walls to provide fire-stops with fire resistance ratings indicated for floor or wall assembly in which penetration occurs. Comply with installation requirements 100%Submittal 07900-8 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 established by testing and inspecting agency. END OF SECTION 100%Submittal 07900-9 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 08100 STEEL DOORS AND FRAMES PART I - GENERAL 1.01 WORK INCLUDED A. The work under this section shall include the furnishing of all items shown on the drawings and as specified, but not limited to, the following. 1. Steel Doors 2. Steel Door Frames B. "Door and frame supplier is responsible for providing Florida Building Code Hurricane Testing approvals using the hardware specified in Section 08710." 1.02 RELATED SECTIONS A. Division 3 Section "Cast In Place Concrete". B. Division 4 Section "Unit Masonry Assemblies". C. Division 6 Section "Rough Carpentry". D. Division 7 Section "Sealants" E. Division 8 Section "Finish Hardware" F. Division 9 Section " Painting" 1.03 REFERENCES A. Steel Doors and Frames in this section must meet all standards as established by the following listing. 1. Door and Hardware Preparation ANSI 115.1. 2. Life Safety Codes NFPA-101 (Latest edition). 3. Fire Doors and Windows NFPA-80 (Latest edition). 4. Steel Door Institute ANSI/SDI-100 (Latest edition). 5. Miami-Dade County Product Approval. 1.04 SUBMITTAL A. Coordinate approved shop drawings with all other trades and manufacturers whose products are used in conjunction with the Steel Doors and Frames under this section. B. Finish hardware supplier is to furnish templates, template reference number and/or physical hardware to the steel door and frame supplier in order to prepare the doors and frames to receive the finish hardware items. C. All door openings including wood, aluminum, overhead etc. must be listed on the steel door schedule. Include details on the following list of items: 1. Frame elevations 2. Door design elevations 3. Frame sections 100%Submittal 08100-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 4. Details of construction 5. Anchorage 6. Opening conditions 7. Joints and connections 8. Hardware locations D. If any opening is not by the steel door manufacturer only the door opening number should be shown along with the type of material (alum, wood etc.). 1.05 QUALITY ASSURANCE A. Provide Steel Doors and Frames complying with the Steel Door Institute recommended specifications for Standard Steel Doors and Frames ANSI/SDI 100. All exterior doors and frames shall meet Miami-Dade County Product Approval. 1.06 DELIVERY, STORAGE AND HANDLING A. All steel doors and frames must be properly marked with door opening mark number to correspond with the schedule. B. Deliver all the steel doors in cartons and palletized to provide protection during transit and job storage. C. Inspect doors and frames upon delivery for damage. Minor damage is to be repaired, provided they are equal in all respects to new work and acceptable to the architect. D. Store doors and frames at the building site under cover. Place units on wood sills or on the floor in a manner that will prevent rust and damage. Avoid the use of non-vented plastic or canvas shelters, which could create a humidity chamber. If the wrapper on the door becomes wet, remove the carton immediately. Provide a 1/4 inch space between stacked doors to promote air circulation. PART II - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Steelcraft Manufacturing Company. B. Curries Company. C. Ceco Door Products D. Next Door Corp. 2.02 HARDWARE LOCATIONS AND GENERAL REINFORCEMENTS A. Locate hardware on doors and frames in accordance with the manufactures standard location. 100%Submittal 08100-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Steel frames for use with wood doors the hardware preparation on the doors is governed by its location on the frames. If the doors are factory mortised, the door supplier is responsible for coordinating hardware locations. C. Hardware reinforcements are to be in accordance with the minimum standard gages as listed in SDI-100. D. Doors shall be mortised, reinforced and function holes provided at the factory in accordance with the hardware schedule and templates provided by the hardware supplier. Through bolt holes, attachment holes, drilling and tapping for surface hardware, shall be done by others. 2.03 STEEL DOORS A. Material - Exterior doors and as indicted on the schedule 1. Face Sheets to be made of commercial quality hot dipped zinc coated steel that complies with ASTM A924 A60. Grade III - 18ga. 2. Vertical edges are to have continuous vertical mechanical interlocking joints at lock and hinge edges with visible edge seams. The internal portion of the seam shall be sealed with epoxy. 3. Hinge reinforcement shall be not less than 7gage (3/16") plate 1-1/4" X 9". Approved equal is a 12 gage continuous channel with formed holes drilled and tapped. The manufacture to provide test information that this type reinforcement is equal to a 3/16" or 7 gage plate reinforcement. 4. Reinforce tops and bottoms of all doors with a continuous steel channel not less than 14 gage galvanized A60, extending the full width of the door and welded to the face sheet. Doors with an inverted top channel shall have a steel closure channel flush with the face sheets and screwed into the door. Plastic fillers are not acceptable. 5. Doors shall be reinforced, stiffened, sound deadened and insulated with impregnated kraft honeycomb core completely filling the inside of the doors and laminated to inside faces of both panels using contact adhesive applied to both panels and honeycomb core. A. Materials - Interior doors as indicted on the schedule 1. Face sheets are to be made of commercial quality Cold rolled steel that complies with ASTM A366 or 620. Grade II - 18ga. 2. Vertical edges are to have continuous vertical mechanical interlocking joints at lock and hinge edges with visible edge seams. The internal portion of the seam shall be sealed with epoxy. 3. Hinge reinforcement shall be not less than 7 gage (3/16") plate 1-1/4" X 9". Approved equal is a 12 gage continuous channel with formed holes drilled and tapped. The manufacture to provide test information that this type reinforcement is equal to a 3/16"or 7 gage plate reinforcement. 4. Reinforce tops and bottoms of all doors with a continuous steel channel not less than 14 gage galvanized A60, extending the full width of the door and welded to the face sheet. Doors with an inverted top channel shall have a steel closure channel screwed in place so that the web of the channel is flush with the face sheets and screwed into the door. 100%Submittal 08100-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 5. Doors shall be reinforced, stiffened, sound deadened and insulated with impregnated kraft honeycomb core completely filling the inside of the doors and laminated to inside faces of both panels using contact adhesive applied to both panels and honeycomb core. 2.06 STEEL FRAMES A. Materials- exterior and as indicted on the schedule. 1. Are to be hot dipped zinc coated steel that complies with ASTM designations A924 A60, 16g a. 2. All frames are to have back welded face seams only of the frame corner or intersection. Grind and dress smooth the weld area. Apply a factory baked on zinc rich primer over the grinding area, and finish with a matching prime paint. 3. Acceptable Manufactures: a) Steelcraft Manufacturing - F series b) Curries Company- M series c) Ceco Door Products- SF series d) Next Door Corp. — F Series B. Materials all other frames as indicted on the schedule. 1. Will comply with ASTM A366-68 or ASTM A569-66T, 16ga. 4. All frames are to have back welded face seams only of the frame corner or intersection. Grind and dress smooth the weld area. Apply a factory baked on zinc rich primer over the grinding area, and finish with a matching prime paint. 2. Acceptable Manufactures: a) Steelcraft Manufacturing - F series b) Curries Company- M series c) Ceco Door Products -SF series d) Next Door Corp. — F Series C. Fabrication 1. General design and construction a) Provide steel frames for doors, transoms, sidelights, borrowed lites, and other openings to the size and design as shown on the architectural drawings. b) All finished work to be strong and rigid, neat in appearance, square, true and free of defects. c) Jamb depths, trim, profile and backbends to be as scheduled and shown on approved shop drawings. d) When shipping limitations so dictate, frames for large openings shall be fabricated in sections designed for splicing in the field by others. e) Hardware reinforcements are to be in accordance with the minimum standard gages as listed in SDI-100. f) Frames shall be mortised, reinforced, drilled and tapped at the factory for template mortised hardware only, in accordance with approved hardware schedule and template provided by the hardware contractor. Where surface mounted hardware is to be applied, frames shall have reinforcing plates only; all drilling, and tapping shall be done by others. 100%Submittal 08100-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 g) Hinge reinforcements, to be 7ga steel. D. Anchors 1. Floor anchors shall be provided at each jamb. 2. Anchors for in masonry are to be of the wire type. 3. Anchors for stud partitions are to be steel of a suitable design, not less than 18ga thickness. 4. Dust boxes/mortar guards to be no less than 26 gage. 5. All frames that are welded, to be provided with a steel spreader temporarily attached to the bottom of both jambs to serve as a brace during shipping and handling. Spreader bars are for bracing only not to be used to size the frame opening. 6. Loose glazing stops are to be of 18 gage galvanized at labeled openings and 20 gage galvanized on non-labeled openings, butted at the corner joints and secured to the frame with countersunk cadmium or zinc-plated screws. 7. Provide 3 silencers on single door and 2 silencers for double door openings. 2.07 LABELED DOORS AND FRAMES A. Construct and install doors and frames to comply with current issue of National Fire Protection Association (NFPA) Standard Number 80, as scheduled. B. Doors and/or frames for labeled openings are to bear either a stamped or applied label from Warnock Hersey or Underwriters Laboratory 2.08 FINISH: A. Doors and frames are to be cleaned, and chemically treated to insure maximum finish paint adhesion. All surfaces of the door and frame exposed to view shall receive a coat of rust inhibiting baked on primer applied at the factory. The finish shall meet the requirements for acceptance stated in ANSI A224.1 "Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces." The baked on prime finish is not intended to be the final layer of protection from the elements. Field painting using a good grade of paints are to be used for the finish coat and in accordance with the recommendations of the door and frame manufacturer. This section is to also comply with Part 3 — Execution on Division 9 section 09900—"Painting". B. Primer: Conform to SSPC PA1-64 1. Two component, lead free formation with vinyl epoxy vehicle and rust inhibitive zinc chromate pigment. 2. Coating Thickness: 800 sq. Ft. per gal. at 5 mils wet, 0.3 mils dry. C. Finish Paints: polyurethane, coating thickness: 6.5 mils wet per coat and 3.0 mils dry per coat. Color as selected by owner or architect. D. Acceptable Manufacturers: Tnemec Company, Inc., Sherwin Williams, Pittsburg, Pratt& Lambert. 100%Submittal 08100-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 PART III - EXECUTION 3.01 INSPECTION A. It is the responsibility of the General Contractor to make sure that all dimensions for existing opening or existing frames (strike height, hinge spacing, hinge back set, etc.)given to the steel manufacturer are accurate. E. It is the responsibility of the General Contractor to see that any scratches or disfigurements caused in shipping or handling are properly cleaned and touched up with a rust inhibiting primer. 3.02 INSTALLATION A. Frames 1. Prior to installation, all frames must be checked for rack, twist and out of square conditions. 2. Place frames prior to enclosing walls and ceilings. Set frames accurately in position, plumbed and braced securely until permanent anchors are set. 3. Fill frames in masonry walls with mortar. 4. When temperature conditions necessitate an additive to be used in the plaster or mortar to prevent freezing, the contractor installing the frames will coat the inside of the frames, in the field, with a corrosion inhibiting bituminous material. 5. SDI-105, "Recommended Erection Instructions for Steel Frames" and SDI- 110 "Standard Steel Doors and Frames for Modular Masonry Construction" shall indicate the proper installation procedures. B. Doors 1. Install doors plumb and in true alignment in a prepared opening and fasten them to achieve the maximum operational effectiveness and appearance. 2. Proper door clearance must be maintained in accordance with SDI-110. 3. Where necessary, only metal hinge shims are acceptable to maintain clearances. 4. "Installation Guide for Doors and Hardware" published by DHI is recommended for further details. F. Hardware must be applied in accordance with hardware manufacturer's templates and instructions. 3.03 ADJUST AND CLEAN A. Check and re-adjust operating finish hardware items in hollow metal work just prior to final inspection. Leave work in complete and proper condition. B. Immediately after erection, sand smooth any rusted or damaged areas of prime coat and apply to touch-up or compatible air-drying primer. END OF SECTION 100%Submittal 08100-6 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 08332 OVERHEAD COILING DOORS PART 1 -GENERAL 1.1 SUMMARY A. Furnish and install coiling door assemblies at loading dock, complete with all related items, including but limited to: 1. Hurricane rated non-insulated steel slat door(s). 2. Tracks. 3. Clip angles. 4. Guides. 5. Electrical operation hardware and mechanisms. 6. Coil housing. 7. Operating control station. 8. Weather seals. 1.7 WARRANTY A. Provide 5 year warranty under provisions of Section 01 78 00 - CLOSEOUT SUBMITTALS. Warranty shall include materials and workmanship, satisfactory operation, and contain any limitations of items specified herein. PART 2 -PRODUCTS 2.1 MANUFACTURERS A. Basis of Design: To establish a standard of quality, design and function desired, Drawings and specifications have been based on: 1. Best Rolling Door Mon ufactu ri ng 9780 NY 79 Avenue Hialeah Gardens, FL 33016 2. Coiling Doors: Best Rolling Door Manufacturing, Product: "S10- 100" Steel roll- up door", (Miami-Dade NOA Number 14-0514.06, having approval date of 6/12/2014, and expires on 6/10/2019. a. Missile Impact Rating: Large and Small Impact Resistant. 100%Submittal 05500-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Acceptable Manufacturers: Subject to compliance with the requirements specified herein, manufacturers offering products which may be incorporated in the work include the following, or approved equal: 1. Best Rolling Door Manufacturing, Hialeah Gardens, FL. 2. McKeon Door Company, 3. Overhead Door Company, Lewisville TX. 4. Wayne-Dalton Corp., Mt. Hope OH. 2.2 PERFORMANCE/DESIGN CRITERIA A. Design Loading: Refer to Structural Drawings. 1. Design Wind Speed: 169 miles per hour(three second gust), per ASCE-7, 2010, prescribed by 2014 Florida Building Code (FBC), Fifth Edition. B. Missile Impact Tests: Conform to 2014 Florida Building Code, Section 1626,and Miami-Dade County BCCO (Building Code Compliance Office). 2.3 COILING DOORS A. Curtain: 1. Steel slats: Interlocking flat-faced slats, with endlocks and windlocks locking each end of all alternating slats: a. Minimum 14 gage of ANSI/ASTM A526 steel, construction, minimum 6 inches high by a minimum of 1-3/8 inch thick and galvanized to a minimum of 1.25 oz/SF coating in accordance with ASTM A525. 2. Endlocks and windlocks: Manufacturer's engineered to retain the curtain in the guides under the code required wind pressure, not less than ASTM A1011 - 11 gauge plated steel. 3. Bottom slat: Two steel angles, 2" x 2" x 1/8" minimum. B. Counterbalance: Oil tempered helical torsion springs, housed in steel pipe barrel, supporting the curtain with a deflection not exceeding 0.03 inch per foot of width, equipped with ball or roller bearings, and adjustable by means of external tension wheel. C. Brackets: Minimum 3/16-inch thick steel plate, for supporting barrel, counterbalance mechanism, and hood, with a high factor of safety. 100%Submittal 05500-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 D. Hood: 24 gage minimum, galvanized steel, beaded, and flanged to prevent deflection. Equip hood with neoprene/rayon air baffle between top of hood and curtain. 1. Provide minimum 1/4 inch (6 mm) steel intermediate support brackets as required to prevent excessive sag. E. Guides: Continuous, channel guide vertical mounted, formed from 3/16 inch thick galvanized steel angles. F. Locks: Pin tumble single unit mechanism, installed on each jamb, and designed to accommodate cylinders provided by Section 08 71 00 - DOOR HARDWARE. G. Door Operation: 1. General: Coiling hurricane door shall be provided with a direct drive power unit model. The operator shall not utilize any drive chains between the door's inner shaft and the motor operator, the drive shaft of the door shall run directly into the gearbox of the operator without the use of any drive chains or drive sprockets. High efficiency helical gearing running in an oil bath shall be furnished together with a rectifier-operated brake completely housed to protect against damage, dust, and moisture. An efficient overload protection device, which will break the power circuit and protect against damage to the motor windings shall be integral with the unit. The motor operator shall be designed to operate the door at an average speed of 6" per second. Operator is to be NEMA type 1 enclosure. 2. Motor: a. Nominal 30 foot width door: 1 HP 208/230 VAC three phase, totally enclosed, instant reversing, with electric interlock to prevent operation when lock bolts are engaged in guides. b. Nominal 8 foot width door: 1/2 HP 208/230 VAC single phase, totally enclosed, instant reversing, with electric interlock to prevent operation when lock bolts are engaged in guides. 3. Reversing contact: Heavy-duty, electrically and mechanically interlocked. 4. Limit switches: Adjustable rotary type, synchronized with door. 5. Control circuit: 24 VAC, Class 2. 6. Reduction: Worm gear running in oil bath, primary; chain and sprocket, secondary. 100%Submittal 05500-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 7. Clutch: Adjustable friction type. 8. Brake: Solenoid actuated drum type. 9. Mounting: Wall mounted. 10. Control stations: 3-button keyed. 2.4 ACCESSORIES A. Brackets and support clips: Provide guide rail, counterbalance shaft assembly,and hood supports as required for a complete assembly, finish of supports to match products being supported. 2.5 FABRICATION A. Do not fabricate doors until all specified submittals have been submitted to,and approved by, the Architect. 2.6 SHOP FINISH A. Finish for steel coiling doors: Phosphate treatment followed by baked- on polyester powder coat, minimum 2.5 mils (0.065 mm) cured film thickness; ASTM D-3363 pencil hardness: H or better. 1. Color as selected by Architect from manufacturer's standard color range, minimum 32 colors. PART 3 - EXECUTION 3.2 INSTALLATION A. Perform installation of all items furnished hereunder, except as otherwise specified, in accordance with the approved shop drawings and the recommendations of the manufacturer. B. Set entire assembly including doors, guides, and hardware, plumb and true to line, to assure smooth operation. Brace guides internally to provide a completely rigid installation. Attach jambs with not less than 3/8 inch steel bolts spaced not more than 30 inches apart. 100%Submittal 05500-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar February 2017 C. Coordinate installation of electrical service for overhead coiling doors with Division 26 - ELECTRICAL. Complete power and control wiring from disconnect to unit components. D. Coordinate installation of sealant and backing materials at frame perimeter of coiling overhead door as specified in Section 07 92 00 - JOINT SEALANTS. END OF SECTION 90%Submittal 05500-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 08710 FINISH HARDWARE PART I GENERAL 1.1 Related Documents A. Drawings and General Provisions of the contract, including general and supplemental conditions and Division 1 Specifications, apply to the work of this section. 1.2 Description of Work A. Definition: "Finish Hardware" includes items known commercially as finish hardware which are required for swing, sliding and folding doors, except special types of unique and non-matching hardware specified in the same section as the door and frame or the security hardware and electronic security equipment. B. The extent of the finish hardware is shown on the drawings and indicated in the enclosed schedules. C. The types of finish hardware are listed; but not limited to the following: Hinges, pivots Cylinders, Keying, Keys Locks, Latches Fire Exit Devices Closers, Concealed, Overhead and Floor types Overhead Door Holders, Floor and Wall Stops Protective Plates Weatherstripping, Sound Seals, Light Seals Astragals Thresholds 1.3 Quality Assurance: A. Obtain each type of hardware (hinges, locks & latches, closers, overhead holders) from a single manufacturer, although several may be indicated as offering products complying with the requirements. B. Supplier shall be a recognized architectural finish hardware contractor with warehousing facilities, who has been furnishing finish hardware in the projects vicinity for a period of not less than two years and who is, or who employs an experienced Architectural Hardware Consultant, who is available at reasonable times during the course of the work for consultation about the project's hardware requirements, to the architect, owner and general contractor. 100%Submittal 08710-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1.4 Submittals A. Product Data: Submit manufacturer's technical product data for each item of hardware. Include whatever information may be necessary to show compliance with the requirements, and include instructions for the installation and for the maintenance of the operating parts and finishes. B. Hardware Schedule Submit a final hardware schedule in the manner indicated below. Coordinate hardware with the doors, frames and related work to ensure proper size, thickness, hand, function and finish of hardware. Based on finish hardware indicated, organize the hardware schedule into sets indicating complete designations of every item of hardware required for each door or opening. Include the following information: 1) Type, Style, Function, Size and Finish of the item of hardware. 2) Name and Manufacturer of each item. 3) Fastenings and other pertinent information. 4) Location of hardware set, cross-referenced to the door number on the drawings and the hardware group in the specifications. 5) Explanations of all abbreviations symbol and codes on the schedule. 6) Door and Frame sizes and materials. 7) Mounting information: Location on door, degree of opening and co-ordination with other items. 8) Keying 9) Certification of Compliance with M.D.P.A. for Hurricane resistance. C. Submit hardware schedule at the earliest possible date, as hardware schedule acceptance must precede fabrication of other work (ie: hollow metal frames), which are critical in the project construction schedule. D. Submit templates for each fabricator of doors, frames and other related work to be factory prepared for the installation of hardware. Check shop drawings of other such work to confirm that adequate provisions are made for the proper location and installation of hardware. 1.5 Product Handling: A. Tag each item or package separately with the identification related to the final hardware schedule; include basic installation instructions with each item or package. B. Provide a secure lock-up for the hardware delivered to the jobsite but not installed. Control handling and installation of hardware items that are not immediately replaceable, so that completion of the work will not be delayed by hardware losses, both before and after installation. C. Deliver individually packaged hardware items at the proper time and locations (jobsite or shop)for installation. 100%Submittal 08710-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 D. Inventory hardware jointly with the representative of the Contractor and the hardware supplier until each is satisfied that count is correct. PART 2 PRODUCTS 2.1 Finishes A. General: Match finish of every hardware unit at each door opening except as noted or as otherwise indicated in the attached hardware groups. In general, all items to be rated for marine exposure for the latch or lockset (or push and pull units). All door hardware to be Stainless Steel Finish except as noted in the plans. 2.2 Hinges A. All hinges will be manufactured to the standard template (ANSI 156.1) and supplied with phillips flat head machine or wood screws as appropriate. Finish screw head to match exposed surface of hinges. B. Except as otherwise indicated; provide hinge pins as Follows; 1) Steel Hinges: Steel hinge pins. 2) Non-ferrous hinges: Stainless Steel hinge pins. 3) Exterior and locking outswinging doors: Non-removable pins. 4) Interior doors: Non-rising pins. 5) Tips: Flush button and matching plugs to the leaf C. Number of Hinges: Provide the number of hinges indicated but not less than 3 hinges for each door leaf up to 90" in height and one additional hinge for each 30" of height. One Center Pivot will be supplied on all door leaves. Door leaves up to 86" in height. Additional Center pivot will be provided for each 30" of height. Doors that are oversized will be supplied with additional hinges or pivots as indicated in the schedule attached. D. Hinges will be a minimum of 4-1/2" in height and .134 thick. Width of hinge shall be sufficient to provide clearance for trim, applied door panels, frame moldings and door thickness. E. Models and Functions: STANLEY BOMMER HAGER C179 8000 700 CB179 BB8000 AB700 CB199 BB8006 AB850 CB191 BB8002 AB800 CB168 BB8004 AB750 2.3 Cylinders and Keying 100%Submittal 08710-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 A. The hardware manufacturer will meet with the owner to finalize keying requirements and to obtain keying instructions in writing. B. All cylinders will be supplied with Temporary construction cores. Construction Cores & keys will be a different keyway(key section) than the owner's final cores. D. The following will be provided by the contractor: 1) 3 change keys each cylinder. 2) 50 key blanks of each keyway used on project. 3) 10 Construction keys 4) 2 ea Construction core removal keys 5) 10 ea of all GGMK,GMK and MK's used in system. E. All keys shall be stamped "DO NOT DUPLICATE" F. All keys and cylinders will be stamped with the keying symbol (e.g. AAI,AC27)for Visual Key Control. 2.4 Locksets and Latches A. Provide standard wrought box strike for each latch or lock; with a curved lip, extended to protect the frame without interfering with the opening. B. Provide a 3/4" minimum throw latchbolt when used on pairs of doors. Provide the manufacturer's standard latchbolt on all other units. C. Provide a knurled lever on the public side of all openings to mechanical and electrical rooms, stairwells or other areas that are a danger to persons with limited visual ability. Refer to ANSI. 117 and current ADA standards for requirements. D. Locksets will have a written 3-year warranty issued by the manufacturer. E. Models and Functions- Schlage Grade 1 as per Miami Beach Standards 2.5 Door Closers A. Unless otherwise specified, comply with the manufacturer's recommendations for the size of the closers and door control devices, depending on the size of the door, exposure to the weather and the anticipated frequency of use. B. The opening force required to operate a door must be in compliance with the current ADA guidelines for the interior and exterior openings. C. Use the regular arm, parallel arm or top jamb mounted position to locate the closer for the maximum degree of efficiency and to place the closer out of sight wherever possible. Closers will be located on the interior side of the opening where possible. D. Closers will have a written 25-year warranty issued by the manufacturer. 100%Submittal 08710-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 E. Models and Functions: LCN 4041 4041-18 EDA CUSH LUSH-H 2.6 Door trim and Accessories: A. All kickplates will be 8" high and 1-1/2" less than the door width, with all exposed edges beveled. Mop plates will be 4" high and 1" less than the door width, with all exposed edges beveled. All kickplates, mop plates will be stainless steel, .050 or thicker. B. Wall and Floor Stops- Models and Functions TRIMCO HAGER ROCKWOOD W 1276CCS 237W 406 W 1210 E S B L241 F 441 1209 269F 463 1233ES 252F 483 C. Overhead Stops and Holders- Models and Functions DORMA ABH Glynn Johnson 910 1000 100-630 900 9000 90-652 D. Weatherstrip and Thresholds Provide weatherstrip and thresholds at all exterior openings. PEMKO NAIL GUARD REESE 171A 425E 5205A 2001 AS 950S 566AS 177AS 884S S487AS 271G 513 S405A 4301 CRL 420NA 330C 434ARL 422N 430A 2891 AS 700SA 775SA 375CR 109NA 93C 35OCSR 107SA 599CS S88D 2525 797 3452C C627A 967C 351 CM 140MA 195C 346C 16A R201 A 18061P 600A 964C 45061 CP A626A 970C • Note: Changes in materials (e.g. Stainless Steel) may change the equivalent manufacturer's model number. Contractor is to use material 100%Submittal 08710-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 shown in schedule and drawings and change model number as required to obtain same style in specified material. F. Provide silencers for all doors without weatherstripping. Part 3 EXECUTION 3.1 Installation A. Factory representatives of the lock, exit device and closer manufacturers will each provide one hour of installation training on the jobsite to the installation crew for this project. B. Representatives will return to the jobsite after 20% of the hardware has been installed to check for problems and answer questions from the installation crew. Representative will inform the Architect, General Contractor and Owner, in writing, of any serious problems encountered during this inspection. C. Mount hardware units at the height indicated in the "Recommended Locations for Builder's Hardware for Standard Steel Doors and Frames" by the Door and Hardware Institute; except as specifically indicated or required to comply with the governing regulations or as otherwise directed by the architect. D. Install each hardware item in compliance with the manufacturer's recommendations and instructions. Whenever cutting or fitting is required to install hardware on or into surfaces which are later to be painted, or finished another way; co-ordinate removal, storage and the re-installation of hardware with the finishing work specified in Div. 9 sections. Do not install surface mounted hardware until finishes have been completed on the substrate. E. Drill and counter sink units that are not factory prepared for anchorage fasteners. Space anchors and fasteners in accordance with industry standards. F. Set thresholds for exterior openings in full bed of butyl rubber or polyisobutylene mastic sealant. G. Adjust and clean each operating item of hardware and each door to ensure the proper operation or function of each unit. Replace units that cannot be adjusted to operate freely and smoothly as intended for the application made. H. Instruct owner's personnel in the proper adjustment and maintenance of the hardwar and finishes during the final adjustment of the hardware. 4.1 HARDWARE SCHEDULE (see plans) END OF SECTION 100%Submittal 08710-6 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 08800 GLASS AND GLAZING PART 1 GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract including General and Special Conditions and Division 1 Specification sections, apply to the work specified in this Section. 1.02 DESCRIPTION OF WORK A. Furnish all labor, materials and equipment for the complete installation of the glass and glazing work as indicated on the drawings and specified herein. B. Glass includes prime glass,processed glass and fabricated glass products.Glazing includes glass installation and materials used to install glass. Types of work in this Section include glass and glazing for: 1. Impact Resistant Glazing (Large Missle, Exterior). 1.03 QUALITY ASSURANCE A. Glazing Standards: Comply with recommendations of Flat Glass Marketing Association (FGMA) Glazing Manual and Sealant Manual except where stringent requirements of glass and glazing terms not otherwise defined in this Section or other referenced standards. B. To ensure quality of appearance and performance,provide materials produced by a single manufacturer/fabricator for each kind and condition of glass indicated and composed of primary glass obtained from a single source for each type and class required. C. Engage a single firm, to assume the undivided responsibility for the glazing task, which can demonstrate not less than five years of successful experience in glazing work similar to the scope and complexity of the work required for this project. 1.04 CONFORMANCE STANDARDS A. System Performance Requirements: the entire assemblies must perform satisfactorily in accordance with the conditions outlined in the following testing methods: 1. Impact Resistance:All exterior glazing assemblies are required to have been successfully tested under Protocol PA 201-94, as required by the Florida Building Code. (Standard Building Code). 2. Cyclic Wind Pressure Loading:All glazing assemblies used in this project are required to have been successfully tested under Protocol PA 203-94, as required by Section 2314.5 of the Florida Building Code. 3. The design wind load criteria to determine impact resistance,and cyclic wind 100%Submittal 08800-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 pressure loading adequacy shall be as follows: a. Design wind speed is to be 110 mph. b. Assemblies are to be capable of withstanding pressures calculated in accordance with the procedures of ASCE 7-98 using the Florida Building Code's Importance Factor, and Exposure Category. 4. Testing Facilities: As described in protocol PA 301-94. 5. Thermal movement: Normal temperature change is defined as that resulting from ambient temperature range of 100 degrees Fahrenheit and from a consequent temperature range within the glass framing members of 180 degrees Fahrenheit. B. Federal Specifications 1. DD-G-451 Glass plate sheet figured. 2. DD-G-1403B (1)Glass plate tempered. 3. TT-S-00230C (2) Sealing compound elastomeric type single component. 1.05 SUBMITTALS A. Product Data: Submit manufacturer's technical data for each glazing material and fabricated glass product required, including installation and maintenance instructions. B. Samples:Submit,for verification purposes, 12"square samples of each type of glass indicated or gasket sample between two strips of material representative of adjoining framing system in color. C. Certificate: Submit certificates from respective manufacturers attesting that glass and glazing materials furnished for project comply with requirements. 1. Provide such permanent labels represented as quality control program involving a recognized certification agency or independent testing laboratory acceptable to authorities having jurisdiction. Submit product certificates signed by glazing materials manufacturer certifying that their product complies with specified requirements. D. Product Control: Submit manufacturer's testing results indicating compliance with Miami-Dade County Protocols. E. Submit compatibility and adhesion test reports from sealant manufacturer and laminated glass manufacturer indicating that glass and glazing materials have been tested for compatibility and adhesion. Include evaluation of test relative to material performance, including recommendations for primers and substrate preparation to obtain proper adhesion. 1.06 DELIVERY, STORAGE AND HANDLING A. Protect glass and glazing materials during delivery,storage and handling to comply with manufacturer's direction and as required to prevent edge damage to glass and damage to glass and glazing materials from effects of moisture including condensation, of temperature changes, or direct exposure to sun, and from other causes. 100%Submittal 08800-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1.07 PROJECT CONDITIONS A. Environmental Conditions: Do not proceed with glazing when ambient and substrate temperature conditions are outside the limits permitted by glazing manufacturer or when joint substrates are wet due to rain, frost, condensation or other causes. Install glazing sealant only when temperatures are in middle third of manufacturer's recommended installation temperature range. B. Provide written warranty signed by the manufacturer of the glass agreeing to furnish freight allowed to the project site,within the warranty period specified, replacement for those glass units which develop manufacturing defects defined as edge separation or delamination which materially obstructs vision through the glass. 1. Warranty period shall be the manufacturer's standard, but not less than five years after the date of final acceptance. C. Provide contractor's special project warranty for water tightness of installation for a period of five years. PART 2 PRODUCTS 2.01 GENERAL A. Exterior Window Glazing Material: Impact Resistant Glass. Glass and or laminated glass assembly which has passed Protocols PA 201-94, PA 202-94 and PA 203-94 as part of aluminum and glass storefront system passing the above protocols. PART 3 EXECUTION 3.01 PREPARATION Prior to glazing,inspect frames and surroundings for any defects,improper materials and workmanship or other conditions which would adversely affect satisfactory installation of glass. 3.02 Items to be glazed shall be factory or field glazed using the quality and thickness specified or indicated. Beads or straps which are furnished with the items to be glazed shall be used to secure the glass in place. The use of non-skinning compounds, non-resilient type performed sealers, and preformed impregnated gaskets will not be permitted. Factory or field glazing of frames and fronts shall be in accordance with recommendations of the manufacturers of the respective items,and as required to meet the Performance Test Reports specified in applicable sections of Specifications, except as otherwise specified and as follows: 1. Color glazing compounds and sealants used for aluminum frames shall match color of the finished aluminum and be non-staining. 2. Glass sizes and edge clearances shall be determined by measuring actual unit to receive the glass. 3.03 GLAZING PROVISIONS A. Comply with combined installation recommendations of glass manufacturer,setting 100%Submittal 08800-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 material manufacturer and FGMA Manual unless otherwise specified. B. Glazing channel dimensions are intended to provide for necessary minimum bite on the glass,minimum edge clearance and adequate sealant thickness with reasonable tolerances. The glazer is responsible for correct glass size for each opening,within the tolerances and necessary dimension established. C. Where combination of sealing materials is required for glazing in the same frame, the manufacturer must certify that all the glazing materials furnished are compatible with each other and also compatible with the material used for setting blocks and spacer shims. D. Protect glass from contact with contaminating substances resulting from construction operations including weld splatter. E. Wash glass on both faces in each area of the Project not sooner than 4 days prior to date scheduled Substantial Completion inspection. Wash glass as recommended by glass manufacturer. 3.04 REPLACEMENT AND CLEANING Clean new glass surfaces removing temporary labels,paint spots,and defacement. Cracked, broken and imperfect glass,or glass which has been set improperly,shall be replaced. Leave glass, putty and other setting materials in clean, whole and acceptable condition. END OF SECTION 100%Submittal 08800-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 08900 LOUVERS AND VENTS PART 1 -GENERAL 1.1 SUMMARY A. Furnish and install the following: 1. Architectural louvers: Prefinished aluminum exterior storm-proof fixed louvers, complete with aluminum insect screens, and related items. 1.5 QUALITY ASSURANCE A. Perform work in accordance with AMCA Certification for louvers. Mark units with AMCA Certified Ratings Seal. B. Certification: Comply with requirements of Miami-Dade protocols TAS-201, TAS- 202 and TAS-203 and Miami-Dade NOA, tested for wind forces up to 150 psf for single unit sizes up to 6 feet wide by 12 feet high. 1.7 WARRANTY A. Provide the following warranties under provisions of Section 01 78 00 -CLOSEOUT SUBMITTALS: 1. Louver manufacturer's standard warranty. 2. 10 year warranty on louver finish which shall include covering the applied finish against defects, including color fading, chipping, crazing, pitting,and delamination. 3. 10 year warranty on polyvinylidene fluoride enamel finish which shall include covering the applied finish against defects, including color fading,chipping, crazing, pitting, and delamination. PART 2 - PRODUCTS 2.1 ARCHITECTURAL LOUVERS A. Specified Manufacturer: To establish a standard of quality, design and function desired, Drawings and specifications have been based on Construction Specialties, Inc., Muncy, PA, product: "Model DCH-5704" (Miami-Dade NOA Number 09-0310.06), designated on Drawings as "LV R-1". 100%Submittal 08900-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Missile Impact Rating: Large and Small Impact Resistant, TAS-201. B. Description: Nominal 5 inch deep architectural louver, in arrangements and dimensions shown on the Drawings. Louvers shall be stationary, horizontal fixed "Storm Class" louvers. 1. Nominal Louver depth: 5 inches (127 mm). 2. Framing: Heads, sills,jambs and mullions to be one piece structural members of 6063-T5 alloy minimum 0.081 inch (2.06 mm)thick. 3. Blades: a. Exterior blades: Horizontal arrangement, continuous design, minimum 0.081 inch (2.06 mm)thick extruded 6063-T5 alloy, spaced 5 inches on center. 4. Screen: Manufacturer's standard blackened aluminum Insect screening set into aluminum channel frame. 5. Design Data: a. To maintain a Class A (99 percent) effectiveness rating with a 29.1 mph wind speed and rainfall rate of 3 in/hr: 1) Maximum intake core velocity: 4.0 m/s (780 FPM). 2) Maximum intake free area velocity: 6.6 m/s (1,301 FPM). 3) Intake pressure drop: 67.1 Pa (0.27 in H2O). 4) Intake capacity: 3.3 m3/s (7,056 CFM). b. To maintain a Class B (95 percent) effectiveness rating with a 50 mph wind speed and rainfall rate of 8 in/hr: 1) Maximum intake core velocity: 4.0 m/s (780 FPM). 2) Maximum intake free area velocity: 6.6 m/s (1,301 FPM). 3) Intake pressure drop: 67.1 Pa (0.27 in H2O). 4) Intake capacity: 3.3 m3/s (7,056 CFM). 6. Airflow Data: a. For a 4 foot by 4 foot unit, (tested with mill finish and no screen): 1) Free area: 7.32 ft2 (0.681 m2). 2) Percent Free area: 45.8 percent. 3) Intake pressure drop: 67.1 Pa (0.27 in H2O). 4) Intake capacity: 3.3 m3/s (7,056 CFM). 5) Free area velocity at the point of beginning water penetration (@0.01 oz. /ft2of free area based on a 15 minute interval test)= 1,169 FPM (5.94 m/s). 100%Submittal 08900-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 6) Maximum recommended air intake velocity = 969 FPM (4.9 m/s)Air volume @ 969 FPM free area velocity = 7093 CFM (3.3 m 3/s) Pressure drop @ 969 FPM intake velocity = 0.15 in. H2O (36.5 Pa). 7) Maximum recommended air exhaust velocity = 1,606 FPM (8.2 m/s)Air Volume @ 1,606 FPM free area velocity = 11,755 CFM (5.5 m3/s) Pressure drop @ 1,606 FPM free area velocity = 0.50 in. H2O (124.2 Pa). 7. Dade County Protocols: a. TAS-201: Large and small missile impact. b. TAS-202: Criteria for testing impact and not impact resistant building Envelope components using static uniform air pressure. c. TAS-203: Criteria for testing products subject to cyclic wind pressure. 2.2 ACCESSORIES A. Fasteners and Anchors: Galvanized type. B. Primer: Zinc chromate, alkyd type. C. Flashings: Of same material as louver frame. D. Sealant: Joint Sealer Type SX as specified under Section 07 92 00 -JOINT SEALANTS. 2.3 FACTORY FINISHING A. Finish: Shop-applied Polyvinylidene Flouride (PVDF) resin based, high performance thermoplastic organic coating conforming to AAMA 2605, NAAMM- Metal Finishes Manual, and the following: 1. Resin base of 70 percent PVDF by weight, Arkema, Inc., product "Kynar 500" or Solvay Solexis, Inc. product"Hylar 5000 ". 2. Finish Coating shall be manufactured as one of the following products: a. Akzo Nobel; product: "Trinar Ultra." b. BASF International; product"Fluoroceram." c. P.P.G. Industries Inc.; product"Duranar." d. Valspar Corp., product: "Fluropon." 3. Surface Preparation: Properly clean aluminum with inhibited chemical cleaner and pretreat with acid chromate-fluoride- phosphate conversion coating, in accordance with Aluminum 100%Submittal 08900-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 Association method AA-C12C42. 4. Shop-prime all surfaces with a corrosion resistant, epoxy- based primer compatible with finish coating, averaging 0.2 to 0.4 mils dry film thickness, fully oven-cured. 5. Shop finish with one color coat, of polyvinylidene flouride enamel minimum 1.0 to 0.80 mil dry film thickness on all exposed surfaces, including all exposed screws, fastenings. 6. Total system dry film thickness: 1.2 mils. 7. Color and Appearance: P.P.G. Industries Inc.; product "Duranar."Number UC43347, "Statuary Bronze" a. Color furnished shall match verified color sample submittal furnished to Architect. B. Concealed Steel Items: Galvanized in accordance with ASTM A386 to 2.0 ounces per square foot. C. Apply one coat of bituminous paint, or equivalent protective coating, to concealed aluminum surfaces in contact with cementitious or dissimilar materials. PART 3 - EXECUTION 3.2 INSTALLATION A. Install louver assembly in accordance with manufacturer's instructions. Erect louvers plumb and level, free of warp or twist. Maintain dimensional tolerances, aligning with adjacent work. 1. Install flashings and align louver assembly to ensure moisture shed from flashings and diversion of moisture to exterior. 2. Secure louvers in opening framing with concealed fasteners. 3. Install insect screen and frame to louvers. B. Louver installation shall be secured to building structure in accordance with Miami- Dade County Product Approval Drawings. C. No permanent exposed to view labels of any kind will be permitted to remain on the louvers or frames. END OF SECTION 100%Submittal 08900-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 09057 MOISTURE VAPOR EMISSION CONTROL PART 1 —GENERAL 1.1 SUMMARY A. Furnishing, application and installation testing, of water vapor transmission reduction and alkalinity control system for all interior concrete slab construction (suspended slabs, and slabs-on-grade) having water vapor transmission which is greater than as recommended by flooring finish material manufacturers, for the flooring finishes specified under the related specification sections, referenced herein. B. Areas Not Requiring Vapor Reduction System: 1. Anhydrous calcium chloride testing performed by the Contractor under the requirements of Section 09 05 06-COMMON WORK RESULTS FOR FLOORING for interior concrete slab areas receiving finish flooring indicated herein above shall initially determine where this system will be required. Water vapor transmission reduction system will be required on concrete floors with transmission levels as low as 3 pounds/24 hours per 1,000 square foot and when recommended by flooring system manufacturer or their approved adhesive manufacturer as applicable. 2. Water vapor reduction system is not required on interior concrete slabs with tested transmission levels less than 3 pounds/24 hours per 1,000 square foot. 3. Water vapor reduction system is not required on interior concrete slabs without floor finishes. C. Water vapor emission controls become necessary as result of the Contractor's own means and methods regarding water content in slabs, curing of poured slabs, protection of slabs, methods for drying slabs, temporary weather enclosures, temporary heat and dehydration, construction scheduling and sequencing of the Work and similar means and methods issues. Therefore all costs for Water Vapor Emission Controls shall be included in the Contract Price, and installed at no additional costs to the Owner. 1.6 QUALITY ASSURANCE A. General: Notify the Architect where conflicts apply between referenced standards and existing materials, and existing methods of construction. B. Sole Source: Obtain products required for the Work of this Section from a single manufacturer, or from manufacturers recommended by the prime 100%Submittal 09057-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 manufacturer of moisture mitigation system. C. Qualifications: 1. Applicator, with a minimum of 5 years documented experience demonstrating previously successful work of the type specified herein, and having current license by product manufacturer. D. Preconstruction Testing: Calcium chloride testing as specified herein. 1.9 WARRANTY A. General: Submit warranties under provisions of Section 01 78 00 - CLOSEOUT SUBMITTALS. B. Manufacturer Warranty: Provide manufacturer's written warranty signed by water vapor emission control system manufacturer and installer covering work of this Section, including removing and reinstalling flooring system and all related labor charges, for a period of 10 years. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Basis of Design (Specified Manufacturer): To establish a standard of quality, design and function desired, Drawings and specifications have Wen based on Koester American Corporation, Product: "KoesterVAP 2000 System". B. Acceptable Manufacturers: Subject to compliance with the requirements specified herein, manufacturers offering similar products are limited to the following: 1. Koester American Corporation, Virginia Beach, VA, product "Koester VAP 2000". 2. Ardex Engineered Cements, Aliquippa, PA, product"Ardex MC". 3. Duraamen Engineered Products Inc., New York, NY, product «M VT 4. Tnemec, Kansas City, MO., Series "241-MVT." 2.2 MATERIALS A. General: Use materials of one manufacturer throughout the project as hereinafter specified. B. Water-based primer/curing agent, 100% solids coating, containing specifically formulated chemicals and resins to provide the following characteristics and properties. 100%Submittal 09057-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. ASTM E 96, Water Vapor Transmission (dry and wet methods) Performance shall be documented by an independent testing laboratory at a minimum 90% water vapor transmission reduction compared to untreated ACI Committee 201 durable concrete. 2. Certify acceptance and exposure to continuous topical water exposure after final cure. 3. The system consists of a minimum of one coat of primer and one coat of curing agent applied to a properly prepared concrete surface. Anhydrous calcium chloride testing performed by the Contractor having water vapor transmission levels greater than 3 lbs/24hrs. per 1000/sf. and less than 25 lbs/24 hrs per 1,000/sf. (depending on individual conditions) shall determine where this system is utilized and the coverage rates required. The water vapor reduction system shall be required to reduce vapor emissions by a minimum of 90% after final cure. Verify water vapor reduction by anhydrous calcium chloride testing according to ASTM F 1869 prior to proceeding with any floor covering installation. C. Cementitious underlayment: Factory blended cement and polymer- based, self-drying, self leveling applied cementitious underlayment for conditions up to 1-1/2 inches thick compatible with water vapor emission control system, having the following performance characteristics: 1. Working Time: At least 30 minutes at 70°F. 2. Compressive Strength: ASTM C109, minimum 5,500 psi after 28 days. 3. Tensile Strength: ASTM C190, minimum 570 psi after 28 days. 4. Flexural Strength: ASTM C348, minimum 1,200 psi after 28 days. 5. Shear Bond Strength: ASTM C1042, minimum 1,540 psi after 28 days. 6. Acceptable products: a. Ardex Americas, Aliquippa, PA., product: "SD-T". b. H.B. Fuller Construction Products, Aurora IL., ProSpec brand, product: "Level Set 300". c. Silpro Corp., Ayer MA., product: "Silflo 230". 2.3 ACCESSORIES A. Primer for underlayment: Unless otherwise recommended by cementitious underlayment and patching mortar manufacturer for substrate material,condition, and porosity encountered: 1. Ardex Americas, Aliquippa, PA., product: "P-51". 2. H.B. Fuller Construction Products, Aurora IL., ProSpec brand, product: "Level Set Primer". 100%Submittal 09057-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3. Silpro Corp., Ayer MA., product: "C 21 All Acrylic". B. Aggregate: Well graded washed gravel 1/8 inch to '/ inch or larger for use in preleveling or when topping material is over 2 inches thick. C. Water: Clean, potable and not exceeding 70° F. 2.4 MIX DESIGNS A. Use clean containers and mix thoroughly as per manufacturer's requirements to obtain a homogeneous mixture. Use a low speed motor less than 400 rpm and a two bladed jiffy mixing blade only. Do not aerate. Mix ratios are measured by volume. PART 3 - EXECUTION 3.1 EXAMINATION A. Verification of Conditions: Inspect all surfaces and verify that they are in proper condition to receive the work of this Section. 1. Do not apply water vapor reduction system to unprotected surfaces or when water is accumulated on the surface of the concrete. 2. Confirm uncontaminated, absorptive, sound surface. Report any conditions that prevent application to the Contractor. 3. Inspect all surfaces with regard to their suitability to receive moisture vapor reduction system with vapor reduction coating system by Manufacturer's Representative. 4. Make sure that surfaces to be treated with water vapor reduction system have not previously been treated with other materials like underlayments,screeds, penetrating sealants, etc. If this is the case, consult with the manufacturer prior to any application of water vapor reduction system. 5. Beginning of installation means acceptance of existing substrate and project conditions. B. Preinstallation Testing: 1. Calcium chloride test requirements: a. Anhydrous calcium chloride testing shall be performed by the Contractor as outlined in Section 09 05 06-COMMON WORK RESULTS FOR FLOORING, and in compliance with ASTM F 1869. Tests shall be installed onto freshly abraded contaminant free concrete. No exceptions. b. Only conduct calcium chloride tests at the same temperature and humidity expected during normal use. If this is not possible, then the test conditions should be 75° F +1- 10° F and 50+- 10% relative humidity. Maintain these conditions 48 hours prior to and during tests. Water vapor transmission levels are directly affected by 100%Submittal 09057-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 ambient room temperature and readings conducted without a sustained ambient temperature are not acceptable. c. Contractor shall provide test results with a marked up floor finish plan showing test results. Contractor will provide a written clarification on status of the ambient air temperature and humidity before and during the testing procedures. d. Contractor will provide a marked up floor plan showing areas with vapor reduction system recommendations. 2. Initial calcium chloride tests: a. Before installation of finish flooring over interior concrete slabs, the Contractor's testing laboratory will make known the level of water vapor transmission in the slab in accordance to ASTM F1869 to all parties involved. The Contractor's testing laboratory will document the test results and provide recommendations on the type of Water vapor reduction system to be utilized. 3. Floor treatment calcium chloride tests: a. After proper cure of the final coat of the water vapor reduction system the Contractor's testing laboratory shall provide calcium chloride tests to determine if the level of water vapor transmission and alkalinity are reduced to specified levels in conjunction with the flooring manufacturers installation requirements. 4. Adhesion tests: a. The Contractor's testing laboratory will verify proper adhesion of flooring adhesives, coatings, and leveling compounds to the final vapor reduction coating system for acceptability. Contact Manufacturer's Representatives for recommendations. 3.2 PREPARATION A. Protection of In-situ Conditions: During the operation of work of this Section, protect surrounding materials and finishes against undue soilage and damage by the exercise of reasonable care and precautions. Clean, or repair all existing surfaces which are soiled or otherwise damaged by Work of this Section, to match indicated profiles and specified finishes. Materials and finishes which cannot be cleaned, or repaired shall be removed and replaced with new work in conformance with the Contract Documents. B. Surface Preparation: Clean all surfaces to receive water vapor reduction system. Shotblast all floors and vacuum clean surfaces to remove all residue off the substrate. Remove defective materials, and foreign matter such as dust, adhesives, leveling compounds, paint, dirt, floor hardeners, bond breakers,oil, grease, curing agents, form release agents, efflorescence, laitance, shotblast bee bees, etc. Repair all cracks, expansion joint, control joints, and open surface honeycombs and fill in accordance with Manufacturers recommendations. Inform vapor reduction system manufacturer if concrete additives like chlorides or any other 100%Submittal 09057-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar ., June 2017 soluble compounds that can contaminate surfaces have been used in the concrete mix. Reinforcing fibers must be burned off, scraped and vacuumed. Remove, after shotblasting, leaving no fibers left on the concrete surfaces. C. Repair concrete prior to water vapor reduction system installation by utilizing bonding emulsion with approved concrete repair materials. Comply with requirements as listed in manufacturer's technical data information. D. Only a surface substrate that remains uncontaminated, absorbtive, and sound shall be considered fit to receive a water vapor reduction system. Comply with all requirements as listed in manufacturer's technical data information. 3.3 APPLICATION A. System Application: 1. The coverage rates for the single coat system depend on the surface texture and porosity of the substrate as well as the measured level of moisture from Section 3.1 Examination. 2. Apply one coat of water vapor emission control at an average coverage rate of 90 to 130 square feet per gallon or as otherwise recommended by the manufacturer using a squeegee and or a 3/8-inch nap roller leaving no areas untreated. Allow to cure a minimum of 12 hours. B. Primer System Application: 1. Dampen uncontaminated concrete surface leaving no standing water. Surfaces must be damp, not wet to the touch. Always use clean potable water to pre-dampen concrete surfaces. Only pre-dampen concrete prior to the first primer coat. Do not pre-dampen between subsequent coats of the water vapor emission control. 2. Spray primer leaving no areas untreated. Back brush thoroughly. 3. Avoid puddling and pinholes when back brushing. 4. Provide continuous ventilation and air movement during curing process. No exceptions. 5. Apply first primer coat at a rate of 250 square feet per gallon and allow to cure a minimum of 6 hours. 6. Apply one coat of water vapor emission control at an average coverage rate of 90 to 130 square feet per gallon using a squeegee and or 3/8-inch nap roller leaving no areas untreated. Allow to cure a minimum of 12 hours. C. A cementitious underlayment system with an approved epoxy primer shall 100%Submittal 09057-6 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 be used to level and smooth surfaces after shotblasting the floor and on top of the water vapor reduction system. The underlayment system utilized must be tested and approved by the adhesive manufacturer of the finish flooring prior to installation.No underlayment system containing gypsum will be allowed. When water based adhesives are utilized in the floor covering installation, use an approved underlayment system with primer prior to the installation of the flooring system. Consult the adhesive manufacturer for their minimum recommended thickness of cementitious underlayment to absorb excess moisture in the adhesive. Leveling of the substrate shall not be considered part of the water vapor reduction system. D. For installation of resilient flooring directly over the water vapor reduction system, the contractor responsible for installing the floor covering system shall use 100% solids adhesives and or contact type adhesives with long working times that can be applied to substrates with a pH up to 10. The method of use is to apply the contact type adhesives to the substrate and allow the materials water to flash off prior to the flooring installation. Always test proper adhesion of adhesive to water vapor reduction system prior to installation of entire flooring systems. No exceptions. END OF SECTION 100%Submittal 09057-7 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 09221 COMMON WORK RESULTS FOR FLOORING PART 1 - GENERAL 1.1 SUMMARY A. Furnish and install: 1. Metal furring and framing where indicated on the Drawings, including cross bracing and knee bracing. 2. Metal ceiling and soffit framing, (interior and exterior) including hanger attachments, wire hangers, and screwable metal tee grid system. 1.6 QUALITY ASSURANCE A. General: Notify the Architect where conflicts apply between referenced standards and existing materials, and existing methods of construction. B. Seismic Compliance: Nonstructural components that are permanently attached to structures and their support attachments, shall be designed and constructed to resist the effects of earthquake motions in accordance to local jurisdiction. C. Sole Source: Obtain products required for the Work of this Section from a single manufacturer. D. Qualifications: 1. Installer/Applicator: Minimum of 3 years documented experience demonstrating previously successful work of the type specified herein. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers: Subject to compliance with the requirements specified herein, manufacturers offering products which may be incorporated in the work include the following, or approved equal: 1. Metal components and related items: a. Marino\Ware, Division of Ware Industries, South Plainfield, NJ. 100%Submittal 09221-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 b. Cemco Steel Framing and Metal Lath, City of Industry, CA. c. Telling Industries, Mentor, OH. d. Super Stud Building Products, Inc., Edison, NJ. 2. Suspended furring system for ceilings and soffits: a. Armstrong World Industries, Inc., Lancaster, PA. b. Chicago Metallic Corporation, Chicago, IL. c. USG Corporation, Chicago, IL. B. The design and details as shown on the drawings and the model numbers specified herein are to establish the standards of design and quality and not to limit competition. 2.2 DESCRIPTION A. Regulatory Requirements: 1. Obtain certificate of compliance from authority having jurisdiction indicating approval of specified products. 2. Fire resistance ratings: Where gypsum board systems with fire- resistance ratings are indicated, provide materials and assemblies of the rating required, tested per ASTM E 119, which are identical to those indicated by reference to Gypsum Association file numbers in "Fire Resistance Design Manual" or to design designation in the Underwriters Laboratories "Fire Resistance Directory" or in listing of other testing agencies acceptable to authorities having jurisdiction and to the Owners' insurance underwriters. a. Fire-Test-Response Characteristics: Provide components that comply with rating requirements specified for fire-rated assemblies under UL 2079 for non-load bearing wall systems. B. Recycled content: 1. Recycled content of Steel: Use maximum available percentage of recycled steel. Steel framing products incorporated into the work shall contain not less than 30 percent of recycled steel. 2.3 FRAMING MATERIALS A. "Hat shaped" Furring channels: 7/8 x 2-3/4 inch, roll-formed, hat- shaped,furring channel 25 gage hot-dip galvanized steel galvanized steel conforming to ASTM C 645. B. Furring channels: `Z-shaped' of depths indicated, roll-formed, 25 100%Submittal 09221-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 gage (0.179 inch [0.45 mm] minimum thickness), hot-dip galvanized steel. C. Studs: `C-shaped' screw studs, hot-dip galvanized steel complying to ASTM C 645, 20 gage-equivalent (nominal 0.02 inches [0.75 mm] factory ribbed and/or embossed for performance equivalent to 20 gage (0.0329 inch [0.84 mm]minimum thickness studs), of widths indicated on the Drawings. 1. Framing members shall have a G-40 (hot-dipped galvanized) minimum protective coating conforming to ASTM A653 and ASTM A1003 (Table 1). Equivalent coatings (G40e)will not be considered equal. 2. Acceptable products include the following or approved equal: a. Marino\Ware, Division of Ware Industries, product: "ViperStud Viper20". b. Cemco Steel Framing and Metal Lath, product; "ViperStud Viper20". c. Telling Industries, product; "ViperStud". d. Super Stud Building Products Inc., product: "Edge EQ, EDS2OP". 3. Provide full 20 gage (0.0329 inch [0.84 mm] minimum thickness studs where required under the indicated UL assemblies to meet fire resistance ratings. D. Runners for metal studs: `U-shaped' hemmed, hot-dip galvanized steel track conforming to ASTM C645, of gage and width to match respective stud sizes,or heavier gage per design requirements, having 1-1/4 inch leg, provided at tops and bottoms of all studs and at heads of all openings in stud partitions. E. Internal reinforcement for various stud conditions, and bracing as required: 10 gage, minimum, galvanized steel. F. Furnish cross bracing and knee bracing, as required to assure a completely rigid assembly on metal stud partitions and furred areas. 2.4 CEILING AND SOFFIT SUSPENSION MATERIALS A. Hanger attachments: Galvanized steel hanger eyes, of size and capacity to safely sustain a live load of at least 150 pounds per hanger attachment. B. Hangers: Soft temper, pre-stretched galvanized carbon steel wire, conforming with ASTM A641, with a yield stress load of at least three 100%Submittal 09221-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 times design load, but not less than 12 gage. C. Grid system for direct attachment of finish board: Comprised of double web main furring tees, 1 1/2 inches high by 1-3/8 inches flange face by 0.020 inch thick; double web cross tees, 1 1/2 inches high by 15/16 inch flange face by 0.020 inch thick; 0.020 inch thick wall channels, with 1 1/2 inches interior web height; and all splices, clips, and related items. Provide Underwriters Laboratories Label fire-rated assemblies for locations requiring fire-rated ceilings and soffits 1. Chicago Metallic product"system 640 Furring System". 2. Armstrong Word Industries product"Drywall Furring System". 3. Donn (USG) Corporation, Chicago IL., product"USG Drywall Furring System"with DGLW tees. 2.5 ACCESSORIES A. Metal sheet plate bracing, where indicated: galvanized sheet 0.0312 inch thickness (20 gage). B. Fasteners: 1. Expansion-type fasteners for securing vertical concrete and masonry surfaces. 2. Concrete stub nails for securing runners to concrete. 3. N°.7 by 7/16 inch Pan head self-drilling screw to attach metal framing components. C. Asphalt felt moisture barrier: ASTM D226, No. 15 asphalt saturated roofing felt. PART 3—EXECUTION 3.1 INSTALLATION, QUALITY STANDARDS A. General: Perform erection procedures for the various gypsum board system conditions, except as otherwise specified, as set forth in GA 201, GA 206,the written instructions of gypsum board manufacturer, together with the additional requirements specified herein and as indicated on the Drawings. B. Wherever fire-resistive rated assemblies are indicated on the Drawings, erect gypsum board systems in strict accordance with the manufacturers' UL listed test constructions for the required fire rating on each specific assembly. 100%Submittal 09221-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3.2 INSTALLATION OF FURRING A. Install metal furring channel horizontally, with channels spaced not more than 16- inch on centers , and attaching the channels to the masonry or concrete substrates with expansion type fasteners spaced not more than 8 inches on centers. Shim beneath channels as needed to ensure that a uniform receiving plane is maintained throughout. B. Install Z-channel furring vertically, coordinated with width of rigid insulation (specified under Section 07 21 00) at 24-inches on centers , Attach Z-furring to the masonry and concrete substrates with expansion type fasteners spaced not more than 8 inches on centers. Shim beneath channels as needed to ensure that a uniform receiving plane of final finish is maintained throughout. 3.3 INSTALLATION OF PARTITION FRAMING, GENERAL A. Install metal runners at floor and ceiling to structural elements with suitable fasteners located 2 inches from each end and intermediate fasteners spaced no greater than 24 inches. B. Install metal stud framing with open side facing in same direction, engaging floor and ceiling runners. 1. Stud spacing: a. Typical: 16 inches on-center. b. For cement board substrate to receive tile finishes: 16 inches on-center. c. For partitions supporting wall cabinets and other wall mounted equipment: 12 inches on-center. 2. When necessary to splice studs, nest stud with 8 inch overlap and screw studs together with screws on both flanges. 3. Where studs are installed directly to exterior masonry walls, install asphalt felt between stud and wall. C. Install studs in direct contact with all door and window frame jambs, abutting partitions, partition corners and existing construction elements; screw fasten with screw through both flanges of studs and track, top and bottom. D. Securely anchor studs to jamb and head anchors of steel door and window frames. Over head of frames and openings in partitions, install a horizontal section of runner with a web flange bent at each end, horizontally and secure to strut studs with two screws in each bent web. Provide cripple studs over wall openings. 100%Submittal 09221-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 E. Where horizontal studs are used for wall reinforcing or framing, cut pieces of stud and install horizontally between vertical studs. Cope horizontal studs to fit between flanges of vertical studs. Bend ends of horizontal studs or install clip angles in order to secure by screwing to vertical studs. F. Furnish and install additional cross bracing and knee bracing and other framing elements, as required to assure a completely rigid assembly on metal stud partitions and furred areas, whether or not such bracing has been indicated on the Drawings, and for proper receipt of items which will be attached to partition surfaces. 3.4 INSTALLATION - CEILING SUSPENSION SYSTEM A. Coordinate layout and installation of suspension system components for suspended ceilings with other work supported by, or penetrating work of this section. Re-adjust ceiling suspension system, prior to the installation of the gypsum board and after installation of mechanical and electrical equipment and fixtures by the respective trades. B. Coordinate layout and installation of suspension system components for suspended ceilings with other work supported by, or penetrating work of this section. Re-adjust ceiling suspension system, prior to the installation of plaster base and after installation of mechanical and electrical equipment and fixtures by the respective trades. C. Install all components of concealed grid system in accordance with the manufacturer's instructions, with current ASTM C 636 requirements, with design and installation of suspended grid system safely sustaining a membrane loading of at least 7.9 pounds per square foot. D. Install hangers not more than 24 inches on centers over locations of main tee members. Install hanger wires to hanger attachment with triple twists. Install additional wires as required to provide support for main tees, at intervals not exceeding four feet, wherever main tees must be interrupted in order to install other work and at all other locations as may be directed by the Architect. E. Install main tees parallel to long dimension of the area, at spacing not to exceed 48 inches on-center. Secure with hanger wire as the work progresses. Install cross tees as recommended by the system manufacturer, except spacing shall not exceed 16 inches on-center. END OF SECTION 100%Submittal 09221-6 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 09240 PORTLAND CEMENT PLASTERING (STUCCO) PART 1 —GENERAL 1.1 SUMMARY A. Provide manufacturer's proprietary stucco system, or equivalent traditional"three- coat" Portland cement plaster walls and soffits. 1. Provide related metal lath, screeds, grounds and control joints, and trim accessories. 1.2 RELATED SECTIONS A. Section 01 60 00-PRODUCT REQUIREMENTS: Listing of VOC requirements for adhesives, cleaning/maintenance materials, paints, coatings, and sealants. B. Section 01 7419-CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL: Procedural and administrative requirements for construction and demolition recycling. C. Section 03 30 00—CONCRETE WORK: Substrate to receive Portland cement plaster. D. Section 04 22 10-REINFORCED UNIT MASONRY: Substrate to receive Portland cement plaster. E. Section 07 92 00-JOINT SEALANTS: Perimeter and control joint sealant and backing materials. F. Section 09 91 00— PAINTS: Field finish of wall and soffit material. 1.3 REFERENCES A. Referenced Standards: Comply with applicable requirements of the following standards and those others referenced in this Section, under the provisions of Section 01 42 00- REFERENCES. The standards referenced herein are included to establish recognized minimum quality only. Where these standards conflict with other specified requirements, the most restrictive requirements shall govern. Equivalent quality and testing standards will be acceptable, subject to theirtimely submission, review and acceptance by the 100%Submittal 09057-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 Architect. 1. All applicable federal, state and municipal codes, laws and regulations for fire rated assemblies. 2. ASTM C 91 - Masonry Cement. 3. ASTM C 150 - Portland Cement. 4. ASTM C 206 - Finish Hydrated Lime. 5. ASTM C 207 - Hydrated Lime for Masonry Purposes. 6. ASTM C 897 -Aggregate for Job-Mixed Portland Cement Based Plasters. 7. ASTM C 926 -Application of Portland Cement Based Plaster. 8. ASTM C 1063 - Installation of Lathing and Furring for Portland cement Based Plaster. 9. ASTM D 1784 - Polyvinyl chloride material for outdoor exposure. 10. ASTM D 5035 - Breaking Force and Elongation of Textile Fabrics(Strip Method). 11. ASTM E 119 - Methods for Fire Tests of Building Construction and Materials. 12. ASTM E-1980 - Standard Practice for Calculating Solar Reflectance Index of Horizontal and Low-Sloped Opaque Surfaces (a withdrawn standard). B. Inclusionary References: The following reference materials are hereby made a part of this Section by reference thereto: 1. PCA- Portland Cement Plaster(Stucco) Manual. C. Definition: The design intent for existing plaster to be matched is represented by the back wall of the west ad panel, as identified by the Design Commission Report. 1.4 COORDINATION A. Work of this Section shall be closely coordinated with the work of Section 04 20 00 - UNIT MASONRY, to assure the steady progress of the Contract. 1.5 SUBMITTALS 100%Submittal 09057-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 A. Submit the following under provisions of Section 01 33 00- SUBMITTAL PROCEDURES: 1. Literature: product data sheets, physical properties and limitations for plaster materials. a. Submit copies of current Material Safety Data Sheets (MSDS)for all components of the work. 2. Verification Sample: Two samples 24 by 24 inch in size illustrating finish color and texture. 1.6 QUALITY ASSURANCE A. Applicator , with a minimum of 3 years documented experience demonstrating previously successful work of the type specified herein B. Stucco subcontractor: Perform work in accordance with PCA Portland Cement Plaster(Stucco) Manual. 1.7 MOCK-UPS A. Provide mock-up panels for two-coat (over masonry)stucco systems, mock-up shall be a minimum 160 square feet, illustrating color, texture and finish, and demonstrating the minimum standard for the Work and exact match with Architect's approved sample. B. Locate mock-ups where directed and include all surfaces and materials scheduled to receive a field applied finish. C. Maintain mock-up during construction for workmanship comparison; remove and legally dispose of mock-up when no longer required. D. Accepted mock-ups may [not] remain as part of the work; the number of mock-ups shall not be restricted. 1.8 DELIVERY, STORAGE AND HANDLING A. Deliver materials in original packages, containers or bundles bearing brand name and identification of manufacturer or supplier. B. Store materials inside under cover and in manner to keep them dry, protected from weather, direct sunlight, surface contamination, corrosion and damage from construction traffic and other causes. C. Protect metal trim accessories, plaster screeds and corner beads from being bent or damaged. 100%Submittal 09057-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1.9 ENVIRONMENTAL CONDITIONS A. Do not apply plaster when substrate or ambient air temperature is less than 50 degrees Fahrenheit nor more than 80 degrees Fahrenheit. 1.10 SEQUENCING AND SCHEDULING A. Coordinate the work of this Section with the respective trades responsible for installing interfacing work, and ensure that the work performed hereunder is acceptable to such trades for the installation of their work. PART 2—PRODUCTS 2.1 SYSTEM DESCRIPTION A. Portland Cement Plastering: 1. Manufacturer's proprietary stucco system, or equivalent traditional "three-coat" Portland cement plaster walls, nominal 5/8 inch thickness, applied directly over cast-in-place concrete and concrete masonry (where indicated). a. Scratch coat. b. Brown coat. c. Finish coat. 2. Manufacturer's proprietary stucco system, or equivalent traditional "three-coat" Portland cement plaster soffits, 1/2 inch thickness, with lath applied to sheathing board. a. Metal Lath. b. Scratch coat. c. Brown coat. d. Finish coat. B. Performance Requirements of Water Resistive Barrier Coating: 100%Submittal 09057-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 Weatherseal Method ICC and ASTM E2570 Results Testina Criteria 25 Cycles followed by Accelerated Hydrostatic Pressure Pass: no AC 212 Test: No water Weathering water penetration on the plane penetration of the exterior facing side of the substrate. Calculated flow gate at < .00001 Um2* 75 Pa(1.57 lb/ft`, 0.3 in (0.00001 cf )at 75 Air Infiltration ASTM E2178 H20) Pa(1.57 lb/e, 0.3 <0.02 Um2*s(< 0.004 in H2O) Air Leakage ASTM E283 No Criteria <0.004 cfm/ft2 Elongation ASTM D412 No Criteria 360% Flexibility ASTM D522 No Criteria No Cracking at%in (3 mm) Freeze-Thaw ASTM E 2485 10 Cycles Pass: no Resistance Deleterious Effects AATCC 127 Resist 21.6 in (55 cm) Hydrostatic (Water water for 5 hours Pass: no Pressure Test nllimn before and after aaino water Nail Sealability, ASTM D1970 No Criteria Pass: 5 inches of water Head of Water Pass: no cracking Racking ASTM E72 Deflection at 1/8 in (3.2 at field,joints or mm) flaehinn rrnnnortinn Restrained ICC ES 5 Cycles of wetting Pass: no cracking Environmental AC 212/ at field,joints or ASTAA and drying flaehinn rnnnartinn Structural ASTM E1233 10 Cycles @ 80% Pass: no cracking at field,joints or Loading Procedure A design load flaehinn rnnnortinn Surface Burning Characteristic s ASTM E84 Flame Spread <25 Flame Spread =0 Smoke Developed <450 Smoke Developed =0 Tensile Bond ASTM E Minimum 15 psi(104 kPa) Pass all listed Strenath 2134/ASTM substrates and Water ASTM D 2247 14 Days Pass: no Resistance Deleterious Water ASTM E331 2.86 psf(137 Pa)for Pass: 25.4 psf(1216 Penetration 15 minutes Pa) Tested after Structural Water Loading, Racking and ASTM E331 Restrained No Water Penetration Penetration Environmental Cycling at 2.86 psf(137 Pa)for 15 minutes 100%Submittal 09057-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 Water vapor ASTM E96 Vapor Permeable 12.0 perms transmission Procedure B ICC ES 210 hours of UV Weathering AC 212/ Exposure,25 cycles of Pass ASTM acceleratedweathering, E2570 21.6 in (549 mm)water column for 5 hours Wind Driven F.S. TT- No Criteria Pass Rain C-5558 EPA US EPA, South VOC Reference Coast AQMD and 10 g/L Test Greenseal Standard R�nftii,a'3A 1. Performance Requirements of Coatings applied to Expanded polystyrene features: Must comply with ASTM E 2568 or ICC Acceptance Criteria AC 219 for EIFS. C. Substrate Conditions: 1. Substrate materials and construction shall conform to the the building code having jurisdiction 2. Substrates shall be sound, dry and free of dust, dirt, laitance, efflorescence and other harmful contaminants. 3. Substrate Dimensional Tolerances: Flat with 1/ in (6.4 mm) within any 4 ft (1220 mm) radius. 4. Maximum deflection of substrate system under positive or negative design loads shall not exceed L/360 of span. D. Expansion and Control Joints: Continuous expansion and control joints shall be installed at locations in accordance with ASTM C1063 and ASTM C926. 1. Substrate movement, and expansion and contraction of Stucco Assembly System and adjacent materials shall be taken into account in design of expansion joints, with proper consideration given to sealant properties, installation conditions, temperature range, coefficients of expansion of materials,joint width to depth ratios, and other material factors. Minimum width of expansion joints shall be as specified by the designer or shown on the project drawings. 2. In accordance with ASTM C1063, expansion or control joints shall be installed in walls not more than 144 ft2 (13.4 m2) in area, and not more than 100 ft2(9.3 m2) in area for all non-vertical applications. The distance between joints shall not exceed 18 ft (5.5 m) in either direction or a length-to-width ratio of 2-'/2 to 1. 100%Submittal 09057-6 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2.2 PLASTER BASE MATERIALS (TRADITIONAL) A. Premixed base coat: B. Lime: ASTM C 207, Type S. C. Aggregate: In accordance with PCA, Portland Cement Plaster (Stucco) Manual. D. Water: Clean, fresh, potable and free of mineral or organic matter which can affect plaster. E. Admixtures: Air entrainment. F. Plaster Mix reinforcement: Standard mesh weight 4.5 oz/yd2 (153 g/m2)reinforcing mesh. Mandatory for all exterior stucco surfaces. 2.3 PLASTER FINISH MATERIALS (TRADITIONAL) A. Cement: As specified for plaster base coat, color to match in- situ plaster,or Architect's control sample, as appropriate to individual surface planes. B. Lime As specified for plaster base coat. C. Color pigment: Conforming to ASTM C979, mineral oxide pigment, to match specified colors. D. Finish Aggregate: Blended 20-30 mesh size aggregate for float sand finish (fine to medium texture), matching existing. E. Water: Clean, fresh, potable and free of mineral or organic matter which can affect plaster. F. Finish texture and color: 1. Medium to fine sand finish texture to match existing in-situ stucco systems. Submit confirmation submittals to Architect. 2. Assigned finish colors for integral color to match Architect's control sample. 2.4 PLASTER SYSTEM (PROPRIETARY) A. Basis of Design: To establish a standard of quality, design and function desired, Drawings and specifications have been based on Parex LaHabra Products, Inc., Redan, GA., for the following system: 1. LaHabra Fastwall 300 WaterMaster HE Krak-ShieldT"" Stucco 100%Submittal 09057-7 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 Assembly, including LaHabra Fiber-47 Fastwall Scratch & Brown, 3A in (19 mm), fiberglass reinforcing mesh embedded in Parex USA Stucco Level Coat,and an acrylic based finish coat. B. Acceptable Manufacturers (Proprietary Systems): Subject to compliance with the requirements specified herein, manufacturers offering products which may be incorporated in the work include, the following, or approved equal 1. Portland Cement Plasters: a. Silpro Masonry Systems, Inc., Ayer MA. b. Parex LaHabra Products, Inc., Redan, GA. c. Merlex Stucco, Inc., Orange CA. 2. Metal accessories and related items: a. United States Gypsum Company, Chicago IL. b. National Gypsum Company, Gold Bond Products Division, Charlotte NC. c. Georgia Pacific Corporation, Gypsum Division, Atlanta GA. C. Plaster Base Materials (Basis of Design): 1. Premixed base coat: LaHabra Fiber-47 Fastwall Scratch & Brown (3/4")A factory blend of portland cement, lime, fibers, proprietary additives and sand, scratch and brown coat, mixed in the field with water, conforming to ASTM C926. 2. Lime: ASTM C 207, Type S. 3. Aggregate: In accordance with PCA, Portland Cement Plaster(Stucco) Manual. 4. Water: Clean, fresh, potable and free of mineral or organic matter which can affect plaster. 5. Bonding and admix: Conforming to ASTM C 631; type recommended for bonding plaster to concrete masonry surfaces. a. LaHabra Acryic Bonder&Admix: 100% acrylic admix emulsion for portland cement based products, to enhance curing, adhesion,freeze-thaw resistance and workability. 6. Leveling and Reinforcing Coat (Required for LaHabra FastWall 300 Krak-Shield Stucco Assembly). a. Parex USA Stucco Level CoatT"": Copolymer based, factory blend of cement and proprietary ingredients requiring addition of water. 7. Plaster Mix reinforcement: Parex USA 355 Standard Mesh: 100%Submittal 09057-8 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 Weight 4.5 oz/yd2 (153 g/m2) reinforcing mesh. D. Plaster Finish Materials (Basis of Design): 1. LaHabra Perma-Primer: 100% acrylic based coating. 2. Perma-Flex Stucco Grade Acrylic Finish: Factory blended, 100%acrylic polymer based finish, integrally colored. a. Sand Finish texture. Colors ro match samples provided by the Architect. 2.5 ACCESSORIES A. Galvanized steel accessories for Portland cement plaster, 26 gage with G-90 galvanized coating: 1. Casings: 3/4 inch ground. 2. Corner beads: Minimum 2 7/8 inch wide expanded flanges. 3. Inside corner reinforcement: 4 inch wide strip of diamond mesh lath bent at the center to a 100 degree angle. 4. Expansion joints: Double V with expanded flanges, 3/4 inch ground. 5. Foundation weep screed: 3-1/2 inch nailing flange, with factory punched holes with special order 3/4 inch grounds. B. Fasteners: 1. Expansion-type fasteners for securing vertical concrete and masonry surfaces. 2. Concrete stub nails for securing runners to concrete 3. Type S bugle head screws complying with ASTM C 646, 1 inch long for single layer gypsum board, 1-5/8 inches long for double- layer gypsum board,for applying gypsum boards to metal or wood framing, ceiling grid system, and furring channels. 2.6 MIXES A. Mix cement plaster in accordance with PCA, Portland Cement Plaster(Stucco) Manual, mix proprietary products in strict accordance with manufacturer's written instructions and data sheets. 1. PCA (traditional) Mix: a. Scratch coat: Proportion and mix cement plaster in accordance with ASTM C 926, Type C with the following proportions: One volume portland cement, up to 1/2 volume hydrated lime, and sand equal to 2- 1/2 to 4 times the sum of cement and lime, and glass fibers in proportions 100%Submittal 09057-9 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 recommended by manufacturer. b. Brown coat: Proportion and mix cement plaster in accordance with ASTM C 926, Type C with the following proportions: One volume portland cement, up to 1/2 volume hydrated lime, and sand equal to 3to 5 times the sum of cement and lime, and glass fibers in proportions recommended by manufacturer. 2. Proprietary mixes:: In accordance with manufacturer's written instructions. a. Mix no longer than required to provide a uniform mixture. DO NOT OVER-MIX. Overmixing entrains excessive amounts of air which weaken the material. Do not re-temper mixes over 20 minutes old. B. Finish coat: Premix in accordance with manufacturer's instructions and data sheets. C. General requirements for mixes: 1. Mix only as much plaster as can be used prior to initial set. 2. Mix materials dry, to uniform consistency, before adding water. 3. Add air entrainment admixtures to finish coat as recommended by plaster pre- mix manufacturer. 4. Protect mixtures from freezing, frost, contamination, and evaporation. 5. Do not retemper mixes after initial set has occurred. PART 3 -EXECUTION 3.1 EXAMINATION A. Verify that all items which are to be enclosed by Work of this Section, have been permanently installed, inspected and approved. B. Verify substrate conditions are acceptable to receive stucco finish: 1. Substrate materials and construction shall conform to the building code having jurisdiction 2. Substrates shall be sound, dry and free of dust, dirt, laitance, efflorescence and other harmful contaminants. 3. Substrate Dimensional Tolerances: Flat with '/ in (6.4 mm) within any 4 ft (1220 mm) radius. 100%Submittal 09057- 10 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 4. Maximum deflection of substrate system under positive or negative design loads shall not exceed 0360 of span. 5. Verify masonry joints are cut flush and surface is ready to receive work of this Section. Verify no bituminous or water repellent coatings exist on masonry surfaces. C. Beginning of installation means acceptance of substrate and project conditions. 3.2 PREPARATION A. Clean substrate surfaces of foreign matter. Clean surfaces using acid solutions, solvents, or detergents. Wash surfaces with clean water. Dampen masonry surfaces to reduce excessive suction. 3.3 INSTALLATION OF CONTROL AND EXPANSION JOINTS A. Expansion and Control Joints: Continuous expansion and control joints shall be installed at locations in accordance with ASTM C1063 and ASTM C926. 1. Substrate movement, and expansion and contraction of Stucco Assembly System and adjacent materials shall be taken into account in design of expansion joints, with proper consideration given to sealant properties, installation conditions, temperature range, coefficients of expansion of materials,joint width to depth ratios, and other material factors. Minimum width of expansion joints shall be as specified by the designer or shown on the project drawings. B. Install trim pieces in accordance with manufacturer's instructions and the following: 1. Locate drip screed continuous on lower edge of soffit face. 2. Locate weep screed continuous at bottom edge of plaster along foundation. 3. Locate casing bead to terminate plaster at windows, doors and all termination points except where other trim pieces are specified or detailed. C. Locate exterior control joints approximately 12 feet in each direction, coordinated with location of existing control/expansion joints. 1. Each continuous vertical area (panel) shall not exceed 144 square feet. 2. No panel shall have a length-to-width ratio greater than 2- 1/2 to 1. 100%Submittal 09057- 11 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3. Provide joints at all movement joints in substrate. D. After initial set, scribe contraction joints in exterior work every 3 feet in each direction by cutting through 2/3 of the cement plaster depth, neatly, in straight lines. 3.4 PLASTERING —THREE COAT SYSTEM A. Apply plaster base coats in accordance with PCA Portland Cement Plaster(Stucco) Manual and finish coat in accordance with manufacturer's instructions. B. Apply scratch coat (first base coat)to completely embed the lath at soffits, or directly applied over concrete unit masonry at walls. Coat should be approximately 1/4 of an inch thick from face of lath or substrate, and be left rough to accept the brown coat. Allow scratch coat to cure for a minimum period of 6 days. Spray dampen each day. C. Dampen scratch coat immediately before applying brown coat. D. Apply brown coat (second base coat) to a nominal thickness of 1/4 inch. Rod brown coat straight and true and leave with a rough texture to accept finish coat. Allow brown coat to cure for period of 7 to 10 days. Spray dampen each day with fine mist spray. E. Dampen brown coat for 2 days immediately before applying finish coat. F. Apply finish coat to nominal thickness of 1/8 inch (3mm)over substrate. Provide consistent fine to medium finish matching existing in-situ stucco surfaces. 1. Float finish to a true and even surface when moisture content of plaster is reduced to proper level for finishing. 2. Towel on finish coat and double back with second application. Plaster mix to be formulated with a blend of 20 to 30 mesh aggregate as required to match existing finishes. 3. Use circular motion rubbing surface with float to achieve uniform appearance, bringing sand particles to surface. G. Avoid excessive working of surface. Delay troweling as long as possible to avoid drawing excess fines to surface. H. Moist cure finish coat for minimum period of 48 hours. I. After initial set, scribe contraction joints in work every 3 feet in each 100%Submittal 09057- 12 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 direction as indicated on reflected ceiling plan by cutting through 2/3 of the cement plaster depth, neatly, in straight lines. 3.5 TOLERANCES A. Maximum variation from true flatness of 1/8 inch per 10 feet, noncumulative. 3.6 CLEANING A. Daily clean work areas by sweeping and disposing of debris and plaster deposits. B. After completion of the work of this Section, remove equipment, and clean all wall, partition, and floor areas free from deposits of plaster and other materials installed under this Section. END OF SECTION 100%Submittal 09057- 13 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 09290 GYPSUM BOARD 1.1 SUMMARY A. Furnish and install: 1. Taped, compounded and sanded gypsum board finishes. 2. Spray applied ceiling finishes over concrete substrate. 3. All trim and accessory components related to gypsum board work.Acoustical joint sealant and backing at perimeter of gypsum board partitions. 4. Taped, compounded and sanded joint finishes for modular screen wall specified under Section 06 20 25—SCULPTURAL SCREEN WALL. B. Install access panels occurring in gypsum board work furnished by Section 08 31 00-ACCESS DOORS AND PANELS,and by trades requiring the same. 17. flammability and smoke generation of interiorfinishes. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. General: Coordinate the work of this Section with the respective trades responsible for installing interfacing and adjoining work for proper sequence of installation, and ensure that the work performed hereunder is acceptable to such trades for the installation of their work. 2. Work of this Section shall be closely coordinated with the work of Section 09 22 16-NON-STRUCTURAL METAL FRAMING,to assure the steady progress of the Contract. B. Sequencing: Do not install gypsum board until all pipes, ducts, conduits,and other such items which are to be enclosed thereby, have been permanently installed, inspected and approved. 1.6 QUALITY ASSURANCE A. General: Notify the Architect where conflicts apply between referenced standards and existing materials, and existing methods of construction. B. Sole Source: Obtain products required for the Work of this Section from a single manufacturer,or from manufacturers recommended by the prime manufacturer of gypsum board. C. Qualifications- Installer/Applicator: Minimum of 3 years documented experience demonstrating previously successful work of the type specified herein. 100%Submittal 09290-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 PART 2-PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers: Subject to compliance with the requirements specified herein, manufacturers offering products which may be incorporated in the work include the following: 1. Gypsum board products: a. United States Gypsum Company,Chicago, IL. (USG). b. National Gypsum Company, Gold Bond Products Division,Charlotte, NC. (Gold Bond). c. G-P Gypsum Corporation,Atlanta, GA. d. Lafarge Corporation, Hendron,VA. 2. Polyvinyl chloride trim and accessories: a. Plastic Components, Inc., Miami, FL. b. Vinyl Corporation, Miami, FL. 3. Joint Sealants: a. Tremco, Beachwood, OH. b. United States Gypsum Company, Chicago, IL. c. Pecora Corporation, Harleysville, PA. B. The design and details as shown on the Drawings and the model numbers specified herein are to establish the standards of design and quality and not to limit competition. 2.2 DESCRIPTION A. Regulatory Requirements: 1. Fire resistance ratings:Where gypsum board systems with fire-resistance ratings are indicated, provide materials and assemblies of the rating required, tested per ASTM E 119,which are identical to those indicated by reference to Gypsum Association file numbers in"Fire Resistance Design Manual"or to design designation in the Underwriters Laboratories"Fire Resistance Directory"or in listing of other testing agencies acceptable to authorities having jurisdiction and to the Owners'insurance underwriters. 2. Seismic Compliance: Nonstructural components that are permanently attached to structures and their support attachments,shall be designed and constructed to resist the effects of earthquake motions in accordance to local jurisdiction. B. Sustainability Requirements: 1. Gypsum Board Recycled Content: Minimum 10 percent post-consumer recycled content, or minimum 40 percent pre-consumer recycled content at contractor's option. 100%Submittal 09290-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2.3 BOARD MATERIALS A. Non-rated and Fire rated gypsum board (for wall fire resistant ratings 120 minutes and less): UL fire resistance rated,ASTM C 1396'Type X'board, 5/8 inch thick,48 inch width,of lengths to minimize end joints,with tapered edges. 1. Acceptable products include the following,or approved equal: a. USG Sheetrock brand"Firecode Core" b. National Gypsum Company, Gold Bond brand product"Fireshield Gypsum Board". c. G-P Gypsum Corporation product, "ToughRock Fireguard". d. Lafarge Corporation, product"Firecheck Type X". B. Sag-resistant gypsum board ceiling panels: Non-rated 1/2 inch thick, 48 inch width, of lengths to minimize end joints, with tapered edges, conforming to ASTM C1396, ASTM C1395 and ASTM C1396. 1. Acceptable products include the following or approved equal: a. USG Sheetrock brand product"Interior Ceiling Panel, Sag Resistant". b. National Gypsum Company, Gold Bond brand product"High Strength Ceiling Board". c. G-P Gypsum Corporation product, "ToughRock CD Ceiling Board". d. Lafarge Corporation, product"Sagcheck". 2. At fire-resistant rated ceilings, provide 5/8 inch thick fire-rated gypsum board as specified herein. C. Mold and moisture resistant(MR)gypsum board,fire resistant:water-resistant, mold-resistant interior wall panel; conforming to ASTM C630 and C1396 (Section 5),with Type"X"core 5/8 inch thick,48 inch width, of lengths to minimize end joints,with tapered edges. 1. Treated paper faced acceptable products include the following or approved equal: a. USG Sheetrock brand"Mold Tough Firecode Panels" . b. National Gypsum Company, Gold Bond brand product"XP Fireshield Gypsum Board". 2.4 ACCESSORIES A. Polyvinyl chloride(PVC)trim accessories, conforming to ASTM D 1784 and C 1047. 1. J Bead: Edge trim with exposed 1/2 inch face cap,furnish trim model number corresponding to the board thickness where installed. a. Plastic Components model number: 200X-50(for 1/2 inch thick board)or 200S-58(for 5/8 inch thick board). b. Vinyl Corp. model number:JB50(for 1/2 inch thick board)or JB58(for 5/8 inch thick board). 2. L Bead: casing edge trim,furnish trim model number corresponding to the board thickness where installed 100%Submittal 09290-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 a. Plastic Components model number:221-50(for 1/2 inch thick board)or 221-58(for 5/8 inch thick board). b. Vinyl Corp. model number: SB50(for 1/2 inch thick board)or SB58(for 5/8 inch thick board). 3. L-Bead with removable leg: Casing edge trim for joints at ceilings doors and windows, with removable leg strip, furnish trim model number corresponding to the board thickness where installed a. Plastic Components model number: 224-50(for 1/2 inch thick board)or 224-58(for 5/8 inch thick board). b. Vinyl Corp. model number: CT-50(for 1/2 inch thick board)or CT-58(for 5/8 inch thick board). 4. Corner beads, 90 degree with 1-1/4 inch flanges: a. Plastic Components model number: 209. b. Vinyl Corp. model number: CB125. 5. Arch corner beads with 1-1/4 inch flanges, one flange slotted a. Plastic Components model number: 209A. b. Vinyl Corp. model number: CB125A. 6. Control joints: "V"type joint with nominal 3/16 inch reveal and removable temporary tape: a. Gold bond model"EZ Strip Expansion Joint". b. Plastic Components model number: 2027-16. c. Vinyl Corp. model number: CJV16. B. Tapes and compound: 1. Joint tape(at paper-faced gypsum): Nominal 2 inch wide, high strength,cross- fibered paper drywall tape. 2. Joint Compound for setting paper joint tape: `Speed-setting type compound', field mixed. a. Acceptable products, or approved equal: 1) USG product"Durabond 20". 2) Gold bond product"Stay Smooth 30". 3) Georgia Pacific Gypsum LCC, product"ToughRock All-Purpose Dry Mix" 3. Joint Compound for finishing:field mixed joint compound or factory pre-mixed compound. a. Field-mixed compounds: acceptable products, or approved equal: 1) USG product"Durabond 90". 2) Gold bond product"Stay Smooth 90". 3) Georgia Pacific Gypsum LCC, product"ToughRock Setting Compound 90". b. Factory pre-mixed compounds: acceptable products, or approved equal: 1) USG product"Ready-Mixed Joint Compound". 2) Gold bond product"All Purpose Compound". 100%Submittal 09290-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3) Georgia Pacific Gypsum LCC, product"ToughRock Ready Mix All- Purpose Compound" C. Spray applied ceiling coating: USG Product"Cover Coat Compound". D. Fasteners(interior board systems): 1. Type S, bugle head screws complying with ASTM C 1002,for applying gypsum board to metal framing, ceiling grid system, and furring channels. a. Not less than 1 inch long for single layer gypsum board. b. Not less than 1-5/8 inch [41mm] long for double-layer gypsum board. 2. Type S-12,fine thread self-drilling screws complying with ASTM C 1002,for applying gypsum board to light gage metal framing. a. Not less than 1-1/4 inch [31 mm] long for 5/8 inch thick single layer gypsum board. b. Not less than 1-5/8 inch [41mm] long for double-layer gypsum board, E. Ceiling buttons, perforated type, 1 inch diameter,for use at multiple layered gypsum board ceiling systems. F. Laminating adhesive: Ready mix joint compounds as specified herein above. G. Joint Sealers(Acoustical Sealant):One component acrylic latex,permanently elastic, non-staining, non-shrinking, non-migrating and paintable.Acceptable products include the following, or approved equal. 1. Tremco, Beachwood OH.; product, "Acoustical Sealant". 2. United States Gypsum Company, Chicago IL.; product"USG Acoustical Sealant". 3. Pecora Corporation, Harleysville PA.; product"AC-20 FTR". 2.5 SOURCE QUALITY CONTROL A. Obtain gypsum board and finishing products from a single manufacturer, or from manufacturers recommended by the prime manufacturer of gypsum boards. PART 3-EXECUTION 3.3 INSTALLATION-GENERAL A. General: Perform erection procedures for the various gypsum board system conditions,except as otherwise specified, as set forth in GA 201, GA 216,GA220, the written instructions of gypsum board manufacturer, together with the additional requirements specified herein and as indicated on the Drawings. B. Where fire-resistive rated assemblies are indicated, erect gypsum board systems in strict accordance with the manufacturers'UL listed test constructions for the required fire rating on each specific assembly. C. Install specified control joints where indicated on Drawings and where run of partitions,or furred surfaces exceeds 30 feet. 1. Locate control joints at corners of head frames of doors. 100%Submittal 09290-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2. Run vertical control joints continuously to top of partition, shaft wall orfurred area, as applicable. 3.4 INSTALLATION OF GYPSUM BOARD A. Screw fasten only, gypsum board to framing and furring,with ends and edges occurring over firm bearing.At all door jambs screw fasten gypsum panels 8 inches on center to both box studs 1. Erect single layer fire-resistance rated gypsum board vertically. 2. Erect standard and moisture resistant layer board in most economical direction. 3. Erect ceiling and soffit gypsum boards to meet UL requirements,where applicable, stagger end joints over supports. Secure gypsum board with fasteners inserted through ceiling buttons; anchor fasteners directly to framing or suspended support system. B. Wherever items penetrate the gypsum board surfaces, use extra care in cutting the gypsum board to ensure a uniformly-dimensioned joint between the penetrating item and the gypsum board, and fill joints with specified sealant material.Verify the expected deflection factor of the penetrating members, and cut the gypsum accordingly,to prevent damage thereto from the deflecting members. C. Installing Trim Accessories: 1. General: For trim with back flanges intended for fasteners, attach to framing with same screw fasteners used for gypsum board. Otherwise, attach trim according to manufacturer's written instructions. a. Nailing, stapling, or crimping methods to install trim components is prohibited. 2. Install corner beads at all exterior corners of gypsum boards. 3. Install casings(PVC trim)wherever gypsum board meets a dissimilar material, and in other locations indicated on the Drawings, except at floors where bottom of the board will be concealed by base, integral with flooring,resilient base, wood base or carpeted base. 3.5 APPLICATION OF ACOUSTICAL SEALANT A. General: Install sealant and backing in accordance with the recommendations of ASTM C-919 and sealant manufacturer's recommendations. 1. Perform preparation in accordance with C-790.Thoroughly clean all joints, removing all loose mortar, oil, grease, dust,frost, and other foreign materials that will prevent proper adhesion of primers and sealant materials. 2. If so recommended and furnished by the specific sealant manufacturer,apply primer to all joint surfaces,taking care not to stain adjacent surfaces. B. Seal all partition perimeters prior to taping or compounding.Where perimeters are edged with metal trim,apply sealant and backing material between trim and dissimilar material. C. Seal all penetrations in partition types designated for"acoustical"insulation. Penetrations to receive sealant include electrical boxes, plumbing, heating and air 100%Submittal 09290-6 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 conditioning ducts,telephone, intercom hookups and similar items. 100%Submittal 09290-7 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar February 2017 1. Install joint bead back-up in all joints in excess of 5/8-inch depth,and joints that have no back-up therein, placing the joint bead in the joint in a manner that will assure a constant depth 1/8 inch greater than the sealant and caulking material depth tolerances. a. Set beads into joints continuously, by slightly stretching during placement, to permit compression against sides of joint,without surface wrinkles or buckles. b. Do not stretch back-up material into joints. c. Install bond breaker wherever recommended by the sealant manufacturer to prevent bond of the sealant to surfaces where such bond might impair the Work. 2. Apply sealant in continuous beads without open joints, voids or air pockets a. The depth of sealant and caulking materials shall be in accordance with manufacturer's recommendations for the specific joint function, but in no case exceed 1/2-inch in depth, nor less than 1/4-inch, regardless of the joint width. 3. Remove the temporary masking tape immediately after tooling, and before the sealant or caulking material has taken initial set. 3.6 APPLICATION OF JOINT TREATMENT A. Install joint tape at all joints where gypsum boards abut and where boards form internal corners,whether or not such joints will be concealed from view. B. Apply compound to all joints, edges, corners, fastener head depressions and abrasions in the surfaces,whether or not such conditions will be concealed from view. Sand completely smooth all compound surfaces,which will be exposed to view, and leave ready to receive applied coatings or finish. C. Provide the minimum levels of gypsum board finishes as defined by the Gypsum Association recommended specifications GA-214 and GA-216, per the following: 1. At areas hidden from view, except as otherwise specified: Level 1. 2. At areas hidden from view, requiring a fire rating: Level 1. 3. At concealed plenum spaces above ceilings attic spaces: Level 1. 4. At non-occupied spaces(i.e. attics): Level 1. 5. At surfaces scheduled to receive spray applied textured finishes: Level 3. 6. At surfaces scheduled to receive"flat"(without any sheen), and"pearlescent", low- gloss painted finishes: Level 4. END OF SECTION 90%Submittal 09290-8 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 09310 CERAMIC TILE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Related Sections include the following: 1. Division 3 Section "Cast-in-Place Concrete"for monolithic slab finishes specified for tile substrates. 2. Division 7 Section "Sealants" for sealing of expansion, contraction, control, and isolation joints in tile surfaces. 3. Division 9 Section "Gypsum Board Assemblies" for units installed in gypsum wallboard assemblies. 1.2 SUMMARY A. Tile for Thin-Set Installation: 1. Unglazed ceramic mosaic 2. Unglazed porcelain paver 3. Glazed wall 4. Tile cove base 5. Wall bullnose B. Stone thresholds. C. Floor Substrates: Concrete. D. Wall Substrates: Concrete masonry units, gypsum board, cementitious backer units. 1.3 DEFINITIONS A. Facial Dimension: Nominal tile size as defined in ANSI A137.1. 1.4 PERFORMANCE REQUIREMENTS A. Static Coefficient of Friction: For tile installed on walkway surfaces, provide products with the following values as determined by testing identical products per ASTM C 1028: 1. Level Surfaces, Minimum: 0.6 Dry/0.8 Wet B. Load-Bearing Performance: For ceramic tile installed on walkway surfaces, provide installations rated for the following load-bearing performance level based on testing assemblies according to ASTM C 627 that are representative of those indicated for this Project: 100%Submittal 09310-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Heavy: Passes cycles 1 through 12 1.4 MATERIALS A. Trim Shapes: Coved base, bullnose trim pieces at corners of tile walls B. Stone Thresholds: Marble C. Mortar: 1. Latex-portland cement 2. Dry set D. Organic adhesive E. Grout: 1. Portland cement 2. Commercial portland cement 3. Dry set 4. Latex-portland cement 5. Chemical-resistant epoxy 6. Chemical-resistant furan 7. Silicone rubber F. Elastomeric Sealants: One-part, mildew-resistant silicone Multipart, pourable urethane Chemical resistant G. Cementitious backer units H. Metal edge strips 1.5 SUBMITTALS A. Product Data: For each type of tile, mortar, grout, and other products specified. B. Shop Drawings: For the following: 1. Tile patterns and locations. 2. Widths, details, and locations of expansion, contraction, control, and isolation joints in tile substrates and finished tile surfaces. 3. Each type and composition of tile and for each color and texture required, at least 12 inches (300 mm) square, mounted on braced cementitious backer units, and with grouted joints using product complying with specified requirements and approved for completed work in color or colors selected by Architect. 4. Full-size units of each type of trim and accessory for each color required. 5. Metal edge strips in 6-inch (150-mm) lengths. C. Product Certificates: Signed by manufacturers certifying that the products furnished comply with requirements. 100%Submittal 09310-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 D. Qualification Data: For firms and persons specified in the "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names of architects and owners, and other information specified. E. Setting Material Test Reports: Indicate and interpret test results for compliance of tile- setting and -grouting products with specified requirements. 1.6 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced installer who has completed tile installations similar in material, design, and extent to that indicated for this Project and with a record of successful in-service performance. B. Source Limitations for Tile: Obtain each color, grade, finish, type, composition, and variety of tile from one source with resources to provide products from the same production run for each contiguous area of consistent quality in appearance and physical properties without delaying the Work. C. Preinstallation Conference: Conduct conference at Project site to comply with requirements of Division 1. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver and store packaged materials in original containers with seals unbroken and labels intact until time of use. Comply with requirement of ANSI A137.1 for labeling sealed tile packages. B. Prevent damage or contamination to materials by water, freezing, foreign matter, and other causes. 1.8 PROJECT CONDITIONS A. Environmental Limitations: Do not install tile until construction in spaces is completed and ambient temperature and humidity conditions are being maintained to comply with referenced standards and manufacturer's written instructions. 1.9 EXTRA MATERIALS A. Deliver extra materials to Owner after installation has been completed. Furnish extra materials described below that match products installed, are packaged with protective covering for storage, and are identified with labels describing contents. 1. Tile and Trim Units: Furnish quantity of full-size units equal to 3 percent of amount installed, for each type, composition, color, pattern, and size indicated. PART 2 - PRODUCTS 2.1 MANUFACTURERS 100%Submittal 09310-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 A. Products: Subject to compliance with requirements, provide products indicated in the ceramic tile schedules on the drawings. B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Tile Products: a. Crossville Ceramics—colors selected from this manufacturer. b. Dal-Tile Corporation c. Roca Tile 2. Tile-Setting and -Grouting Materials: a. Laticrete International, Inc b. Dal-Tile Corporation c. Mapei Corporation d. Jamo 2.2 PRODUCTS, GENERAL A. ANSI Ceramic Tile Standard: Provide tile that complies with ANSI A137.1, "Specifications for Ceramic Tile,"for types, compositions, and other characteristics indicated. B. ANSI Standards for Tile Installation Materials: Provide materials complying with ANSI standards referenced in "Setting Materials" and "Grouting Materials" articles. C. Colors, Textures, and Patterns: Where manufacturer's standard products are indicated for tile, grout, and other products requiring selection of colors, surface textures, patterns, and other appearance characteristics, provide specific products or materials complying with the following requirements: 1. Match Architect's samples. 2. Provide tile trim and accessories that match color and finish of adjoining flat tile. D. Factory Blending: For tile exhibiting color variations within the ranges selected during Sample submittals, blend tile in the factory and package so tile units taken from one package show the same range in colors as those taken from other packages and match approved Samples. 2.3 SETTING MATERIALS A. Latex-Portland Cement Mortar: ANSI A118.4, composed as follows: 1. Prepackaged Dry-Mortar Mix: Factory-prepared mixture of portland cement; dry, redispersible, ethylene vinyl acetate additive; and other ingredients to which only water needs to be added at Project site. a. For wall applications, provide nonsagging, latex-portland cement mortar complying with ANSI A118.4 for mortar of this type defined in Section F- 2.1.2. 2. Mixture of Dry-Mortar Mix and Latex Additive: Mixture of prepackaged dry- mortar mix and liquid-latex additive complying with the following requirements: a. Latex Additive: Styrene butadiene rubber. b. Latex Additive: Acrylic resin. 100%Submittal 09310-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 c. For wall applications, provide nonsagging, latex-portland cement mortar complying with ANSI A118.4 for mortar of this type defined in Section F- 2.1.2. 2.4 GROUTING MATERIALS A. Dry-Set Grout: ANSI A118.6, color as indicated. 1. Factory-Prepared, Dry-Grout Mixture: Factory-prepared mixture of portland cement; dry, redispersible, ethylene vinyl acetate additive; and other ingredients to produce the following: a. Unsanded grout mixture for joints 1/8 inch (3.2 mm) and narrower. b. Sanded grout mixture for joints 1/8 inch (3.2 mm)and wider. 2. Mixture of Dry-Grout Mix and Latex Additive: Mixture of factory-prepared, dry- grout mix and latex additive complying with the following requirements: a. Unsanded Dry-Grout Mix: Dry-set grout complying with ANSI A118.6 for materials described in Section H-2.3, for joints 1/8 inch (3.2 mm) and narrower. b. Sanded Dry-Grout Mix: Commercial portland cement grout complying with ANSI A118.6 for materials described in Section H-2.1, for joints 1/8 inch (3.2 mm) and wider. c. Latex Additive: Styrene butadiene rubber. d. Latex Additive: Acrylic resin. B. Chemical-Resistant Furan Grout: ANSI A118.5. C. Grout for Pregrouted Tile Sheets: Same silicone rubber used in factory to pregrout tile sheets. 2.5 MISCELLANEOUS MATERIALS A. Trowelable Underlayments and Patching Compounds: Latex-modified, portland- cement-based formulation provided or approved by manufacturer of tile-setting materials for installations indicated. B. Tile Cleaner: A neutral cleaner capable of removing soil and residue without harming tile and grout surfaces, specifically approved for materials and installations indicated by tile and grout manufacturers. 2.6 MIXING MORTARS AND GROUT A. Mix mortars and grouts to comply with referenced standards and mortar and grout manufacturers'written instructions. B. Add materials, water, and additives in accurate proportions. C. Obtain and use type of mixing equipment, mixer speeds, mixing containers, mixing time, and other procedures to produce mortars and grouts of uniform quality with optimum performance characteristics for installations indicated. 100%Submittal 09310-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2.7 METAL EDGE STRIPS A. Extruded clear-satin anodized aluminum profiles for tile edge protection. B. Manufacturer: Schluter-Schiene or approved equal. 1. Tile/Carpet: RENO-U 2. Tile/Resilient: RENO-TK 2.8 MARBLE THRESHOLDS A. Marble Thresholds: ASTM C 503 with a minimum abrasion resistance of 10 per ASTM C 1353 or ASTM C 241 and with honed finish. 1. Description: Uniform, fine to medium grained white stone with gray veining. 2.9 WATERPROOFING AND CRACK-SUPPRESSION MEMBRANES FOR THIN-SET TILE INSTALLATIONS A. Polyethylene-Sheet Product: Polyethylene faced on both sides with fleece webbing for adhering to latex-portland cement mortar; 39 inches wide by 0.008 nominal thickness. 1. Available Product: Schluter Systems L.P.; KERDI B. Corrugated-Polyethylene Product: Corrugated polyethylene with dovetail-shaped corrugations for adhering latex-portland cement mortar and anchoring webbing on the underside; 39 inches wide by 3/16 inch nominal thickness. 1. Available Product: Schluter Systems L.P.; DITRA PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions where tile will be installed, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of installed tile. 1. Verify that substrates for setting tile are firm; dry; clean; free from oil, waxy films, and curing compounds; and within flatness tolerances required by referenced ANSI A108 series of tile installation standards for installations indicated. 2. Verify that installation of grounds, anchors, recessed frames, electrical and mechanical units of work, and similar items located in or behind tile has been completed before installing tile. 3. Verify that joints and cracks in tile substrates are coordinated with tile joint locations; if not coordinated, adjust latter in consultation with Architect. B. Do not proceed with installation until unsatisfactory conditions have been corrected. 100%Submittal 09310-6 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3.2 PREPARATION A. Remove coatings, including curing compounds, and other substances that contain soap, wax, oil, or silicone and are incompatible with tile-setting materials by using a terrazzo or concrete grinder, a drum sander, or a polishing machine equipped with a heavy-duty wire brush. B. Provide concrete substrates for tile floors installed with dry-set or latex-portland cement mortars that comply with flatness tolerances specified in referenced ANSI A108 series of tile installation standards for installations indicated. 1. Use trowelable leveling and patching compounds per tile-setting material manufacturer's written instructions to fill cracks, holes, and depressions. 2. Remove protrusions, bumps, and ridges by sanding or grinding. C. Blending: For tile exhibiting color variations within the ranges selected during Sample submittals, verify that tile has been blended in the factory and packaged so tile units taken from one package show the same range in colors as those taken from other packages and match approved Samples. If not factory blended, either return to manufacturer or blend tiles at Project site before installing. 3.3 INSTALLATION, GENERAL A. TCA Installation Guidelines: TCA's "Handbook for Ceramic Tile Installation." Comply with TCA installation methods indicated in ceramic tile installation schedules. B. Extend tile work into recesses and under or behind equipment and fixtures to form a complete covering without interruptions, unless otherwise indicated. Terminate work neatly at obstructions, edges, and corners without disrupting pattern or joint alignments. C. Accurately form intersections and returns. Perform cutting and drilling of tile without marring visible surfaces. Carefully grind cut edges of tile abutting trim, finish, or built- in items for straight aligned joints. Fit tile closely to electrical outlets, piping, fixtures, and other penetrations so plates, collars, or covers overlap tile. D. Jointing Pattern: Lay tile in grid pattern, unless otherwise indicated. Align joints when adjoining tiles on floor, base, walls, and trim are the same size. Lay out tile work and center tile fields in both directions in each space or on each wall area. Adjust to minimize tile cutting. Provide uniform joint widths, unless otherwise indicated. D. Lay out tile wainscots to full tile dimensions indicated. E. Expansion Joints: Locate expansion joints and other sealant-filled joints, including control, contraction, and isolation joints, where indicated during installation of setting materials, mortar beds, and tile. Do not saw-cut joints after installing tiles. 1. Locate joints in tile surfaces directly above joints in concrete substrates. 2. Prepare joints and apply sealants to comply with requirements of Division 7 Section "Joint Sealants." G. Grout tile to comply with the requirements of the following tile installation standards: 100%Submittal 09310-7 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. For ceramic tile grouts (sand-portland cement, dry-set, commercial portland cement, and latex-portland cement grouts), comply with ANSI A108.10. 3.4 FLOOR TILE INSTALLATION A. General: Install tile to comply with requirements in the Ceramic Tile Floor Installation Schedule, including those referencing TCA installation methods and ANSI A108 series of tile installation standards. B. Joint Widths: Install tile on floors with the following joint widths: 1. Paver Tile: 1/4 inch (6.35 mm). Metal Edge Strips: Install at locations indicated or where exposed edge of tile flooring meets carpet, wood, or other flooring that finishes flush with top of tile. 3.5 WALL TILE INSTALLATION A. Install types of tile designated for wall installations to comply with requirements in the Ceramic Tile Wall Installation Schedule, including those referencing TCA installation methods and ANSI setting-bed standards. B. Joint Widths: Install tile on walls with the following joint widths: 1. Wall Tile: 1/16 inch (1.6 mm). C. Back Buttering: For installations indicated, obtain 100 percent mortar coverage by complying with applicable special requirements for back buttering of tile in referenced ANSI A108 series of tile installation standards: 1. Tile wall installations composed of tiles 8 by 8 inches (203 by 203 mm) or larger. 3.6 CLEANING AND PROTECTING A. Cleaning: On completion of placement and grouting, clean all ceramic tile surfaces so they are free of foreign matter. 1. Remove latex-portland cement grout residue from tile as soon as possible. 2. Unglazed tile may be cleaned with acid solutions only when permitted by tile and grout manufacturer's written instructions, but no sooner than 10 days after installation. Protect metal surfaces, cast iron, and vitreous plumbing fixtures from effects of acid cleaning. Flush surface with clean water before and after cleaning. B. Finished Tile Work: Leave finished installation clean and free of cracked, chipped, broken, unbonded, and otherwise defective tile work. C. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer, that ensure tile is without damage or deterioration at the time of Substantial Completion. 1. Prohibit foot and wheel traffic from tiled floors for at least 7 days after grouting is completed. 100%Submittal 09310-8 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 D. Before final inspection, remove protective coverings and rinse neutral cleaner from tile surfaces. 3.7 WATERPROOFING AND CRACK-SUPPRESSION MEMBRANE INSTALLATION A. Install waterproofing to comply with ANSI A108.13 and waterproofing manufacturer's written instructions to produce waterproof membrane of uniform thickness bonded securely to substrate. B. Install crack-suppression membrane to comply with manufacturer's written instructions to produce membrane of uniform thickness bonded securely to substrate. 3.8 CERAMIC TILE FLOOR INSTALLATION SCHEDULE A. See Finish Schedule on Drawings. 3.9 CERAMIC TILE WALL INSTALLATION SCHEDULE A. See Finish Schedule on Drawings and Exterior Elevations. END OF SECTION 100%Submittal 09310-9 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 09900 PAINTING PART 1 - GENERAL 1.1 DESCRIPTION A. Furnish painting as indicated on Drawings and specified in this Section. B. Related Requirements Specified Elsewhere: 1. Division 9 "Portland Cement Plaster". 1.2 SUBMITTALS A. Provide submittals to form defined in Division 1 Section "Shop Drawings, Product Data, and Samples". 1. Manufacturer's Data. 2. Colors as selected and approved for exposed interior and exterior surfaces. 3. Contractor shall provide owner with two color samples, minimum 6"x 6"for each color specified for verification purposes. 1.3 PRODUCT DELIVERY, STORAGE AND PROTECTION A. Handling: 1. Do not paint when air is dust-laden or when weather and temperature conditions are unsuitable. 2. Do not paint exterior surfaces in damp or rainy weather. 3. Comply with manufacturers recommendation with respect to application and drying period temperatures and application conditions. B. Fire Protection: 1. Place materials which might constitute a fire hazard into metal containers. 2. Take every precaution to avoid damage by fire. C. Surface Protection: 1. Provide suitable coverings to protect surfaces not requiring painting. D. Accessories: 1. Remove or protect items which are not to be painted and which were placed prior to painting. 2. Reposition or remove protection upon completion of each space. 1.4 EXTERIOR PAINT SCHEDULE A. Concrete, Stucco, and Masonry: 1. Low-Luster Acrylic Latex: Two coats over primer. B. Concrete Masonry Units: 100%Submittal 09900-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Flat, Low-Luster Acrylic Latex: Two coats over block filler/primer. C. Ferrous Metal: 1. Full-Gloss,Alkyd Enamel: Two coats over rust-inhibitive primer,touch up preprimed surface. D. Galvanized Metal: One coat galvanized metal primer and two coats gloss enamel. 1.2 INTERIOR PAINT SCHEDULE A. Concrete and Masonry: 1. Primer: US Gypsum "Sheetrock Primer-Surfacer"—No substitution. 2. One coat block filler primer. 3. Flat Acrylic: Two coats over primer or two coats epoxy resin. B. Gypsum Board: 1. Flat Acrylic: Two coats over primer/sealer(walls). 2. Washable/water resistant: Two coats over primer(utility areas). C. Woodwork and Hardboard: 1. Alkyd Enamel: Two coats over enamel/undercoat. D. Ferrous Metal: 1. Semigloss, Alkyd Enamel: Two coats over alkyd enamel. E. Exposed Piping, Valves and Hangers: One coat alkyd primer and two coats gloss alkyd enamel. F. Exposed Pipe Insulation: One coat Glidden Insulcap, two coats gloss alkyd enamel. G. Exposed Ductwork and Galvanized Piping: One coat galvanized metal primer and two coats alkyd enamel. H. Exposed Copper Tubing,Valves and Fittings: One coat vinyl wash primer and two coats gloss alkyd enamel. I. Interior Clear Concrete Floor Sealer(Water Based Urethane System by Sherwin Williams or approved equal): 1. 1st Coat:ArmorSeal Floor-Plex 7100 Primer B70W410 (1.5-2.0 mils dry) 2. 2"d Coat: ArmorSeal Armor-Plex WB Urethane B65-750(2.0-3.0 mills dry per coat) 3. 3rd Coat: ArmorSeal Armor-Plex WB Urethane B65-750(2.0-3.0 mills dry per coat) PART 2 - PRODUCTS 100%Submittal 09900-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2.1 MATERIALS A. For purposes of designating a type and quality of work in this Section, Drawings and Specifications are based on products of the following manufacturers: 1. Sherwin Williams 2. Benjamin Moore PART 3 - EXECUTION 3.1 CONDITION OF SURFACE A. Examine substrates,adjoining construction,and conditions under which work is to be installed. B. Do not proceed with work until satisfactory conditions have been corrected. 3.2 PREPARATION A. General: 1. Prepare surfaces to receive paint;thoroughly clean off substances that may interfere with proper adhesion of paint or stain. 2. Fill dents,cracks,hollow places,open joints,and other irregularities with filler suitable for purpose and, after setting, sand to smooth finish. 3. Prime surfaces not more than 8 hours after cleaning. B. Metals: 1. Clean bare metal surfaces of foreign matter such as mortar,plaster,grease, rust, scale, and dirt before priming coat is applied. 2. Remove grease and oil with cleaner manufactured for purpose. C. Interior surfaces,dry clean,and free from girt, loose plaster and surface irregularities before paint is applied. Surfaces to be painted shall have a moisture content acceptable for painting. 3.3 CAULKING AND SEALING Applying caulking and sealing specified in Section 7920 prior to painting of stucco, plaster,concrete and masonry. Prime ferrous metals receiving caulking and sealing primed and abrasions to primer touch-up prior to caulking and sealant application. 3.4 APPLICATION AND WORKMANSHIP A. Perform work using experienced, skilled painters in accord with manufacturer's published directions. Mix and thin paint only as prescribed by the paint manufacturer. B. All materials shall be evenly spread and smoothly flow on with the proper type and sizes of brushes, roller, covers, bucket grids and spray equipment to avoid running, sags,drops, ridges,waves, holidays,brush marks,and bubbles and excessive roller stipple. 100%Submittal 09900-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 C. Coverage and hid shall be complete. When color stain, dirt, or undercoats show through final coat of paint,the surface shall be covered by additional coats until the paint film is of uniform finish,color,appearance and coverage,at no additional cost to the Owner. D. Apply paint using brush or rollers or spray. Application methods used shall provide complete coverage,uniform colors,specified thickness,desired sheen and approved texture. Cut-in edges by brush next to trim, abutting items and internal corners. Repaint any surfaces where differences occur in coverage, or where surfaces contain runs, sags, holidays, brush marks, air bubbles or stripples. E. For each coat of paint use slightly different shade than preceding coat to distinguish various coats. F. Apply succeeding coats only after paint is thoroughly dry in accord with manufacturer published directions. G. Before painting, remove or provide ample protection of hardware, accessories, plates,lighting fixtures and similar items. Replace items when painting is completed. H. At completion of work,touch up and restore field painted finish where damaged prior to occupancy. 3.5 MECHANICAL AND ELECTRICAL A. Touch-up all factory finished equipment. 3.6 CLEANING At the completion of this work,remove from the site all excess materials and debris. Leave entire work in a neat and workmanlike conditions ready for the Owner's inspection. 3.7 Protect all work of this section until completion of project. Repair or replace damaged work at no additional cost to the Owner. END OF SECTION 100%Submittal 09900-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 10155 TOILET COMPARTMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes solid-polymer units as follows: 1. Toilet Enclosures: Floor anchored, overhead braced 2. Urinal Screens: Wall hung B. Related Sections include the following: 1. Division 6 Section "Rough Carpentry" for blocking and overhead support of floor- and-ceiling-anchored units. 2. Division 10 "Toilet Accessories" for toilet tissue dispensers, grab bars, purse shelves, and similar accessories. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. 1. Show locations of cutouts for compartment-mounted toilet accessories. 2. Show locations of reinforcements for compartment-mounted grab bars. C. Samples for Initial Selection: For each type of unit indicated. D. Samples for Verification: Of each type of color and finish required for units, prepared on 6-inch-square Samples of same thickness and material indicated for Work. 1.4 QUALITY ASSURANCE A. Comply with requirements in CID-A-A-60003, "Partitions, Toilets, Complete." B. Graffiti Resistance: Partition shall have the following graffiti removal characteristics when tested in accordance with ASTM D6578-00 Standard Practice for Determination 100%Submittal 10155-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 of Graffiti Resistance in accordance with Section 9, "Graffiti Removal Procedure Using Manual Solvent Rubs": 1. Cleanability: Five (5) required staining agents shall be cleaned off material. C. Scratch Resistance: Partition material shall have the following characteristics when tested in accordance with ASTM D2197-98(2002) Standard Test Method for Adhesion of Organic Coating by Scrape Adhesion using Garner Stock #PA-2197/ST pointed stylus attachment on scrape tester: 1. Scratch Resistance: Maximum Load Value shall exceed 10 kilograms D. Impact Resistance: Partition material shall have the following characteristics when tested in accordance with ASTM D2794-93(1999) el Standard Test Method for Resistance of Organic Coating to the Effects of Rapid Deformation (Impact), using .625" hemispherical indenter with 2-lb impact weight: 1. Impact Resistance: Maximum Impact Force value shall exceed 30 inch-lbs. E. Provide 10 year manufacturer's warranty for panels, doors, and stiles against breakage, corrosion, delamination and defects in factory workmanship. F. Provide one-year guarantee against defects in material workmanship for stainless steel door hardware and mounting brackets. 1.5 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls, columns, ceilings, and other construction contiguous with toilet compartments by field measurements before fabrication and indicate measurements on Shop Drawings. 1. Established Dimensions: Where field measurements cannot be made without delaying the Work, establish dimensions and proceed with fabricating toilet compartments without field measurements. Coordinate wall, floor, ceilings, and other contiguous construction to ensure that actual dimensions correspond to established dimensions. PART 2 - PRODUCTS 2.1 SOLID UNITS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Bobrick 2. Ampco B. Door, Panel, and Pilaster Construction: Solid Color Reinforced Composite (SCRC) panel material, which is composed of dyes, organic fibrous material and polycarbonate / phenolic resins. Material shall have a non-ghosting, graffiti resistant surface integrally bonded to core through series of manufacturing steps requiring thermal and mechanical pressure. Edges of material shall be the same color as the surface. 100%Submittal 10155-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Stile and Doors shall be %" finished thickness and 1/2" finished thickness for panels and screens a. Provide seamless, with eased edges, and with homogenous color and pattern throughout thickness of material b. Color and Pattern: One color and pattern in each room as selected by Architect from manufacturer's full range of colors and patterns. C. Pilaster Shoes and Sleeves (Caps): Manufacturer's standard design; stainless steel. D. Brackets (Fittings): 1. Full-Height (Continuous) Type: Manufacturer's vandal resistant design; 18 gage stainless steel. 2. Wall mounted urinal screen brackets shall be 11-gage stainless steel double thickness. E. Heat-Sink Strip: Manufacturer's standard continuous, stainless steel strip fastened to exposed bottom edges of components to prevent burning. 2.2 ACCESSORIES A. Hardware and Accessories: Manufacturer's standard design, heavy-duty operating and vandal resistant hardware and accessories. 1. Material: stainless steel B. Overhead Bracing: Manufacturer's standard continuous, stainless steel head rail with antigrip profile and in manufacturer's standard finish. C. Anchorages and Fasteners: Manufacturer's standard exposed fasteners of stainless steel finished to match hardware, with theft-resistant-type heads. Provide sex-type bolts for through-bolt applications. For concealed anchors, use hot-dip galvanized or other rust-resistant, protective-coated steel. 2.3 FABRICATION A. Floor-Anchored Units: Provide manufacturer's standard corrosion-resistant anchoring assemblies complete with threaded rods, lock washers, and leveling adjustment nuts at pilasters for structural connection to floor. Provide shoes at pilasters to conceal anchorage. B. Doors: Unless otherwise indicated, provide 24-inch- wide in-swinging doors for standard toilet compartments and 36-inch- wide out-swinging doors with a minimum 32-inch-wide clear opening for compartments indicated to be accessible to people with disabilities. 1. Hinges: Manufacturer's vandal resistant continuous 16 gauge piano self-closing type that can be adjusted to hold doors open at any angle up to 90 degrees. 100%Submittal 10155-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2. Latch and Keeper: Manufacturer's vandal resistant surface-mounted latch unit designed for emergency access and with combination rubber-faced door strike and keeper. Provide units that comply with accessibility requirements of authorities having jurisdiction at compartments indicated to be accessible to people with disabilities. 3. Coat Hook: Manufacturer's vandal resistant combination hook and rubber-tipped bumper, sized to prevent door from hitting compartment-mounted accessories. 4. Door Bumper: Manufacturer's vandal resistant rubber-tipped bumper at out- swinging doors and entrance screen doors. 5. Door Pull: Manufacturer's vandal resistant unit at out-swinging doors that complies with accessibility requirements of authorities having jurisdiction. Provide units on both sides of doors at compartments indicated to be accessible to people with disabilities. PART 3 - EXECUTION 3.1 INSTALLATION A. General: Comply with manufacturer's written installation instructions. Install units rigid, straight, level, and plumb. Secure units in position with manufacturer's recommended anchoring devices. 1. Maximum Clearances: a. Pilasters and Panels: 1/2 inch b. Panels and Walls: 1 inch 2. Stirrup Brackets: Secure panels to walls and to pilasters with not less than three brackets attached at midpoint and near top and bottom of panel. a. Locate wall brackets so holes for wall anchors occur in masonry or tile joints. b. Align brackets at pilasters with brackets at walls. B. Floor-Anchored Units: Set pilasters with anchors penetrating not less than 2 inches into structural floor, unless otherwise indicated in manufacturer's written instructions. Level, plumb, and tighten pilasters. Hang doors and adjust so tops of doors are level with tops of pilasters when doors are in closed position. C. Wall-Hung Urinal Screens: Attach with anchoring devices to suit supporting structure. Set units level and plumb and to resist lateral impact. 3.2 ADJUSTING A. Hardware Adjustment: Adjust and lubricate hardware according to manufacturer's written instructions for proper operation. Set hinges on in-swinging doors to hold doors open approximately 30 degrees from closed position when unlatched. Set hinges on out-swinging doors and doors in entrance screens to return doors to fully closed position. 100%Submittal 10155-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 END OF SECTION 100%Submittal 10155-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 10200 ARCHITECTURAL LOUVERS PART 1 -GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals required to install architectural louvers as shown on the Contract Drawings and as specified herein. 1.02 RELATED WORK DESCRIBED IN OTHER SECTIONS A. Related Sections include the following: 1. Division 4 section " Unit Masonry Assemblies" 2. Division 6 section "Rough Carpentry" 3. Division 7 section "Sealants" 4. Division 9 section "Portland Cement Plaster" 1.03 QUALITY STANDARDS A. Fabrication practices,construction details and installation procedures shall conform to the practices of the Sheet Metal and Air Conditioning Contractor's National Association(SMACNA)as recommended in the"Architectural Sheet Metal Manual." B. Verify the size, location and placement of all louvers prior to fabrication. Coordinate field measurements and shop drawings with fabrication and shop assembly to minimize field adjustments, splicing, mechanical joints and field assembly of units. Whenever possible, louvers units shall be assembled before shipment to the site. C. Louvers shall be designed for Dade County Product Approval. D. Louvers shall have 10 year finish warranty. 1.04 SUBMITTALS A. Submit, in accordance with Section 2 — General Terms and Conditions of the Contract, shop drawings showing louver dimensions, location, materials, construction and installation details. Show anchor details and accessory items. B. Submit samples of manufacturer's standard finishes and colors for each item specified herein. 1.05 PRODUCT HANDLING A. Deliver materials in manufacturer's original unopened and undamaged packages with labels legible and intact. Store materials in unopened packages in a manner to prevent damage from the environment and construction operations. Handle in accordance with manufacturer's instructions. 100%Submittal 10200-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 PART 2— PRODUCTS 2.01 DRAINABLE FIXED SIGHTPROOF BLADE LOUVERS A. Structural supports shall be designed for Dade County Product Approval. B. Configuration (wall louvers): Strom proof drainable blades, as shown on the drawings, sizes as indicated on the drawings. C. Heads,sills,jambs and mullions are to be one piece structural members constructed of 6063-T52 alloy extruded aluminum, 0.125 inches thick with integral caulking slot and retaining beads. Mullions shall be sliding interlock with integral drains. Drainable fixed blades shall be minimum 0.081 inches thick with front lip gutter designed to catch and direct water to jamb and mullion drains. Closed cell PVC compression gaskets to be provided between bottom of mullion or jamb and top of sill to insure leak-tight connections. D. Louver blades shall be equipped with jamb gaskets riveted to blade ends. E. The louvers shall pass 500-FPM free area velocity at a pressure drop of less than 0.5 inch water gauge. Water penetration shall be less than 0.01 ounces of water per square foot of free area during standard AMCA 500 test. F. Fasteners shall be stainless steel. G. Provide extruded aluminum sill extension (flashing)with each louver. H. Finish: custom Kynar coating, color to be selected by owner or architect. 2.02 LOUVER SCREENS A. General: Provide louvers with screens. B. General: Provide each exterior louver with louver screens complying with the following requirements: 1. Screen Location for Fixed Louvers: Interior face. 2. Screening Type: Insect screening where indicated. C. Secure screens to louver frames with stainless-steel machine screws,spaced a maximum of 6 inches (150 mm)from each corner and at 12 inches (300 mm)o.c. D. Louver Screen Frames: Fabricate screen frames with mitered corners to louver sizes indicated and to comply with the following requirements: 1. Metal: Same kind and form of metal as indicated for louver to which screens are attached. a. Reinforce extruded-aluminum screen frames at corners with clips. 2. Finish: Same finish as louver frames to which louver screens are attached. 100%Submittal 10200-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 PART 3—EXECUTION 3.01 INSPECTION BY INSTALLER A. Installer must examine the areas and conditions under which louvers and associated items are to be installed and notify the Contractor in writing of conditions detrimental to the proper and timely completion of the work. The installer shall not proceed with the work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Locate and place louver units plumb, level in proper alignment with adjacent work. B. Use concealed anchorages wherever possible. Provide brass or lead washers fitted to screws where required to protect metal surfaces and to make a weathertight connection. C. For tight joints with exposed connections accurately fitted together. Provide reveals and openings for sealants and joint fillers, as indicated. D. Protect galvanized and non-ferrous metal surfaces from corrosion or galvanic action by application of a heavy coating of bituminous paint on surfaces, which will be in contact with concrete, masonry or dissimilar metals. E. Provide concealed gaskets,flashings,joint fillers,and insulations,and install as the work progresses to make the installations weathertight. 3.03 CLEANING A. After installation is complete, clean louver and grill assemblies with materials and methods as recommended by manufacturer. END OF SECTION 100%Submittal 10200-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 10400 IDENTIFYING DEVICES PART 1 GENERAL 1.01 SUMMARY A. Section Includes labor and materials required for installation of plaque, building name and address numbers, and signage for rooms traffic control and parking, fire system and warning information, elevator, toilet rooms and capacity signs. 1.02 SUBMITTALS A. Submit properly identified manufacturer's literature before starting work. B. Shop Drawings: 1. Submit a full scale shop drawing, or a "rub" of plaque, for approval, prior to casting. 2. Submit a shop drawing of building name and address numbers for approval. 3. List of laminated signs for room and area numbers and names for each room. 4. Samples: Submit 3 samples of laminated signs to Architect/ Engineer for approval before fabrication. Approved samples may be used in the Work. PART 2 PRODUCTS 2.01 MATERIALS A. Raised Image Laminated Signs: 1. Comply with Americans With Disabilities Act Accessibility Guidelines (ADAAG). 2. Etched, sand carved or reverse engraved 1/8" thick laminated material of sizes, quantity, colors, numbers, letters, Braille, or symbols as indicated on Drawings or as specified in this section for accessible signage, room identification, and life safety signage. 3. Manufacturers: a. Best Sign Systems, Ft. Lauderdale, FL. b. Mohawk, Schenectady, NY. 4. 1/32-inch Raised Images: a. Letters: Size, according to Drawings or 1-inch high, Helvetica Medium. 100%Submittal 10400-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 b. Numbers: Size according to Drawings or 1-inch high Helvetica Medium. c. Braille: Grade II. Adhered labels are not allowed. d. Symbols: Use Braille, letters, numbers, and Group One symbols sized per requirements of standard spacing. e. Rounded corners 5. Sizes: a. Accessible Signage, Room Identification and Life Safety Signage: 1-3/4 inch wide by length required or as custom designed. b. Symbol Signage: 8 inches by 8 inches or as custom designed. 6. Mountings or Frames: Mount using tamperproof screws, not visible from front, shields, and double face tape to hold signage in place. Install sign to wall with studs anchored with silastic adhesive or liquid nails in pre-drilled holes and with 3M double faced tape completely sealed (surrounded) by silastic adhesive for watertightness. 7. Colors: a. Sign face or exterior surface of stock with Braille, raised text or symbols, and background or color as specified on the drawings by the Architect/ Engineer or the following: 1) Restrooms: one sign minimum at each entrance 2) Specialty Use Rooms: one name/ number sign minimum at each entrance door. 3) Specialty description or directional as required or indicated on drawings. PART 3 EXECUTION 3.01 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.02 INSTALLATION A. Erect plaque to wall with concealed mounting where directed by Owner. B. Mounting of Laminate Plastic Signs: 1. Mount laminated signs with centerlines 5'-0" above finish floor in accordance with ADA, and as indicated on the drawings with vinyl double face tape or mechanical fasteners. 100%Submittal 10400-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2. Signage and frames shall be left clean and without any rough edges. Signage and frame shall be left without any defects concerning installation from plumb and level, concerning material quality or any other discrepancy in mounting. END OF SECTION 100%Submittal 10400-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 10800 TOILET ACCESSORIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Toilet accessories. 2. Underlavatory guards. B. Related Sections include the following: 1. Division 10 Section "Toilet Compartments"for compartments and screens. 1.3 SUBMITTALS A. Setting Drawings: For cutouts required in other work; include templates, substrate preparation instructions, and directions for preparing cutouts and installing anchoring devices. C. Product Schedule: Indicating types, quantities, sizes, and installation locations by room of each accessory required. Use designations indicated in the Toilet Accessory Schedule and room designations indicated on Drawings in product schedule. D. Maintenance Data: For accessories to include in maintenance manuals specified in Division 1. Provide lists of replacement parts and service recommendations. 1.4 QUALITY ASSURANCE A. Source Limitations: Provide products of same manufacturer for each type of accessory unit and for units exposed to view in same areas, unless otherwise approved by Architect. B. Product Options: Accessory requirements, including those for materials, finishes, dimensions, capacities, and performance, are established by specific products indicated in the Toilet Accessory Schedule. 1.5 COORDINATION A. Coordinate accessory locations with other work to prevent interference with clearances required for access by disabled persons, proper installation, adjustment, operation, cleaning, and servicing of accessories. 100%Submittal 10800-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Deliver inserts and anchoring devices set into concrete or masonry as required to prevent delaying the Work. 1.6 WARRANTY A. General Warranty: Special warranty specified in this Article shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents. B. Provide 15 year manufacturer's warranty. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements and model numbers on drawings, manufacturers offering accessories that may be incorporated into the Work include, but are not limited to, the following: 1. Toilet Accessories: a. Bobrick Washroom Equipment, Inc. b. A&J Washroom Accessories, Inc c. Gamco 2. Underlavatory Guards: a. Brocar Products, Inc. b. Truebro, Inc. 2.2 MATERIALS A. High Impact, Grey, ABS plastic with high-glss finish on exposed surfaces. B. Stainless Steel: ASTM A 666, Type 304, with No. 4 finish (satin), in 0.0312- minimum nominal thickness, unless otherwise indicated. C. Mirror Glass: ASTM C 1036, Type I, Class 1, Quality q2, nominal 6.0 mm thick, with silvering, electroplated copper coating, and protective organic coating complying with FS DD-M-411. D. Stainless Steel Mounting Devices E. Fasteners: Stainless steel screws, bolts, and other devices, tamper and theft resistant when exposed 2.3 FABRICATION A. General: One, maximum 1-1/2-inch- (38-mm-) diameter, unobtrusive stamped manufacturer logo, as approved by Architect, is permitted on exposed face of accessories. On interior surface not exposed to view or back surface of each accessory, provide printed, waterproof label or stamped nameplate indicating manufacturer's name and product model number. 100%Submittal 10800-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Surface-Mounted Toilet Accessories: Unless otherwise indicated, fabricate units with tight seams and joints, and exposed edges rolled. Hang doors and access panels with continuous stainless-steel hinge. Provide concealed anchorage where possible. C. Recessed Toilet Accessories: Unless otherwise indicated, fabricate units of all-welded construction, without mitered corners. Hang doors and access panels with full-length, stainless-steel hinge. Provide anchorage that is fully concealed when unit is closed. D. Frameless Glass-Mirror Units: Provide mirror backing and support system that permits rigid, tamper-resistant glass installation and prevents moisture accumulation. 1. Provide galvanized steel backing sheet, not less than 0.034 inch (0.85 mm) and full mirror size, with nonabsorptive filler material. Corrugated cardboard is not an acceptable filler material. E. Mirror-Unit Hangers: Provide mirror-unit mounting system that permits rigid, tamper- and theft-resistant installation, as follows: 1. One-piece, galvanized steel, wall-hanger device with spring-action locking mechanism to hold mirror unit in position with no exposed screws or bolts. F. Keys: Provide universal keys for internal access to accessories for servicing and resupplying. Provide minimum of six keys to Owner's representative. PART 3 - EXECUTION 3.1 INSTALLATION A. Install accessories according to manufacturers' written instructions, using fasteners appropriate to substrate indicated and recommended by unit manufacturer. Install units level, plumb, and firmly anchored in locations and at heights indicated. B. Secure mirrors to walls in concealed, tamper-resistant manner with special hangers, toggle bolts, or screws. Set units level, plumb, and square at locations indicated, according to manufacturer's written instructions for substrate indicated. C. Install grab bars to withstand a downward load of at least 250 lbf (1112 N), when tested according to method in ASTM F 446. 3.2 ADJUSTING AND CLEANING A. Adjust accessories for unencumbered, smooth operation and verify that mechanisms function properly. Replace damaged or defective items. B. Remove temporary labels and protective coatings. C. Clean and polish exposed surfaces according to manufacturer's written recommendations. END OF SECTION 100%Submittal 10800-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 15010 GENERAL PROVISIONS PART 1 GENERAL 1.1 SUMMARY A. Substitutions and Product Options: 1. Products List: Submit list of major products proposed to be used with names of manufacturers and installing subcontractors. 2. Contractor's Options: a. For products specified only by standard, select any product meeting standard. b. For products specified by naming 1 or more products by manufacturer's name and catalog number, select any 1 of the products or manufacturers named. c. Contractor may submit a request for substitution for any product or manufacturer not specifically named according to Instructions to Bidders and General Conditions. 3. Substitutions: a. The NE will consider written requests from the Contractor for substitution of products for 45 days after contract award date. b. Submit a separate request for each product, supported with complete data, with drawings, and appropriate samples, including, in addition to the requirements of the General Conditions, the following: 1) Comparison of qualities of proposed substitution with product specified. 2) Changes required in other elements of the work because of proposed substitution. 3) Effect on construction schedule. 4) Cost data comparing proposed substitution with product specified. 5) Any required license fees or royalties generated by the proposed substitution. 6) Availability of maintenance service and source of replacement materials. c. The Owner's decision on approval or rejection for substitution will be final. 4. A request for a substitution is a representation that the Contractor: a. Has investigated proposed product and determined it is equal for less cost to or superior for equal cost in all respects to product specified. b. Provides the same warranties or bonds for the proposed substitution as for the product specified. c. Will coordinate installation of any accepted substitution into work and make other changes as may be required to make work complete. d. Waives all claims for additional costs, under Contractor's responsibility, that may become apparent. 100%Submittal 15010-1 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 e. Has verified the proposed product qualifies for FPL Commercial/Industrial Energy Conservation Programs Standards rebates by meeting or exceeding FPL specified qualifications. 5. NE will review requests for substitutions with reasonable promptness, and notify the Contractor, in writing, of the Owner's decision to accept or reject requested substitution. 1.2 SUBMITTALS A. Submit shop and detail drawings, factory certified prints, brochures, and materials lists for items specified according to Instructions to Bidders and General Conditions. In addition to submitting these documents to the NE for review and approval, the Contractor shall provide a copy of the shop drawings to the Building Code Consultant for review purposes only. B. Substantial Completion Submittal Requirements: 1. Operating and Maintenance Manuals and Charts: Provide 3 complete sets of operating and maintenance instructions, literature, and information concerning equipment under this Division, including, but not limited to HVAC systems, indexed and bound in accepted loose leaf binders. 2. Record Prints: a. Keep 1 complete set of prints on file at job site for sole purpose of recording "record" data. Mark changes in red on the prints as work progresses. b. Update "record" prints before each requisition for payment for review and acceptance by A/E. c. Deliver completed set of"record" prints to NE before request for final payment. 1.3 QUALITY ASSURANCE A. Qualifications: Perform work by workers skilled in their respective trades and install specified materials and equipment according to manufacturer's recommendations. B. Where special qualifications are required, i.e., for welders or brazers, a currently active certificate of qualification from a recognized testing laboratory and dated within 12 months before performance of work will be required. 1. If quality of work of any such specially qualified worker creates reasonable doubt as to skill, NE may require worker to be removed and replaced. C. Tradesperson Qualifications: 1. Contractor shall provide or cause to be provided by the appropriate subcontractors in the Mechanical and or plumbing trades for all work required by this Division 15 a ratio of one licensed master or journeyman for every three trainees at all times. No other workers shall be allowed. 100%Submittal 15010-2 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2. Where the work of these trades is subcontracted: a. The contractor shall include this requirement in those subcontracts. b. The subcontractor shall show capacity to bond the subcontracted work. The decision to require such bond to be issued remains with the general contractor. D. To ensure compliance with the above tradesperson qualifications requirement, the General Contractor shall require the trade subcontractor to submit with each draw request, and shall in turn submit with the General Contractor's draw request, a certified payroll identifying each tradesperson employed for the work of this section during the payroll period, the qualification level of each tradesperson, and where licensed as a Master or Journeyman the license number of each individual. 1. This certified payroll shall also reflect the number of hours spent on this project performing the work of this section and shall reflect the appropriate ratio of qualified tradespersons as required by this section. 2. Failure to comply with this section either in providing the appropriate number of required licensed personnel or failure to submit the appropriate certified payroll information as required herein shall be a major breach of the contract and shall result in rejection of the payment application where the breach occurs and be cause for termination of the contract. 1.4 WARRANTY A. Furnish copies to the Owner of guarantees for equipment or materials as specified in Instructions to Bidders and General Conditions. B. The Contractor shall respond to repair of compressors, pumps, and other routine warranty service requests by completing repairs within 24 hours of service request by the Owner. C. The Contractor shall respond to emergency warranty service requests with the arrival of service technician at affected site within 4 hours of notification of emergency. Repairs shall be expedited to bring system online as soon as possible. Emergencies include, but are not limited to failures of controls, cooling towers, and any other component causing system failure. D. If problem is not correctable within specified time frames, the Contractor shall provide in writing an expected completion date to the Owner. E. Inspections at End of Warranty: 1. At the end of the 1 year warranty period, the Owner will decide if the warranty items cited during the course of the warranty period have been completed to the satisfaction of the Owner. 2. Meet on-site with Owner Rep. and NE before the end of the 1 year warranty period and address unresolved warranty items to the satisfaction of the Owner. 100%Submittal 15010-3 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 PART 2 PRODUCTS 2.1 MATERIALS A. Provide new materials, free from defects, of domestic manufacture unless otherwise noted. 2.2 EQUIPMENT A. Use equipment scheduled in the Construction Documents to determine space and service requirements. PART 3 EXECUTION 3.1 INSTALLATION A. Clean surfaces free of grease, scale, rust, and other foreign matter and leave ready for painting. B. Field paint exposed piping, ducts, hangers, and supports as specified. 1. Touch-up factory finishes marred in construction with factory touch-up kits. C. Provide starters, required control items, and wiring diagrams for motors specified under this Division, unless otherwise noted. D. Electrical items furnished shall conform to the requirements of Division 16. 3.2 FIELD SUPERVISION A. Verify measurements at building site before starting work. Submit discrepancies and differences to NE for consideration and decision before proceeding with work. B. Obtain full information regarding: 1. Peculiarities and limitations of space available for installation of equipment. 2. Materials under contract. 3. Accessibility required to dampers, valves, and other apparatus, including any part of any system needing maintenance or operation. C. Provide accurate layout, grades, and elevations. Set sleeves and openings in ample time for other trades to proceed in a timely manner. Take proper precautions to protect work and equipment from damage. D. Cut openings and chases required to accommodate the Work and repair floors, walls, and ceilings damaged by such cuttings. 100%Submittal 15010-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 E. Perform required tests in the presence of A/E and authorities having jurisdiction. Give 48 hour notice before tests. F. Insure compliance with safety codes and other codes and ordinances applicable to the performance of work under this Division. 3.3 FIELD QUALITY CONTROL A. Work will be inspected by A/E during construction. B. Maintain a repair log of equipment before substantial completion. C. Prerequisites to substantial completion inspection shall be completed construction, testing, adjustments, repair logs, balancing, start-up, and required instruction periods on specified mechanical equipment and systems. 1. Air-conditioning: a. Ductwork shall be installed complete with required dampers, deflectors, hangers, and insulation. b. Air-conditioning units shall be leveled. c. Control system components shall be installed and tested for function. d. System testing and balancing shall be completed. 3.4 DEMONSTRATION A. As a condition for substantial completion and after systems have been tested and checked as complete and operational, Upon the Owner's request and at no cost to the Owner, provide on-site training of the operation of systems to the Owner's maintenance and administrative staff. B. Furnish a minimum of 8 hours or as needed to provide adequate in-service training. These sessions will be broken into segments to facilitate the training of individuals in operating the equipment. Operating manuals and user's guides shall be provided at training sessions. C. The completion of such training shall be documented to the satisfaction of the Owner. END OF SECTION 100%Submittal 15010-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 15023 CODES AND STANDARDS PART 1 GENERAL 1.1 REFERENCES A. Comply with the following: 1. Florida Building Code (FBC). 2. Florida Building Code (FGC) - Fuel Gas. 3. Florida Building Code (FMC) - Mechanical. 4. Florida Building Code (FPC) - Plumbing 5. Florida Building Code (FPC) - Energy Conservation Code. 6. National Electrical Code - NEC (NEPA 70). 7. National Fire Protection Association - (NEPA). NFPA 101 and other NFPA codes as applicable. 8. American National Standards Institute (ANSI) A117.1. 9. American Society of Civil Engineers (ASCE) 7. 10. ASHRAE Standards as referenced by applicable Code(s). 1.2 QUALITY ASSURANCE A. Where materials and equipment are available under the continuing inspection and listing service of on OSHA approved Nationally Recognized Testing Laboratories (NRTL) and National Electrical Manufacturer's Association (NEMA), furnish materials and equipment so listed. B. Where codes conflict, the most stringent requirement applies PART 2 NOT USED PART 3 NOT USED END OF SECTION 100%Submittal 15023-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 15044 GENERAL COMPLETION PART 1 NOT USED PART 2 NOT USED PART 3 EXECUTION 3.1 FIELD QUALITY CONTROL A. Construction, satisfactory testing, adjustments, balancing, start-up, and required instruction periods shall have been completed on specified mechanical equipment and systems before substantial completion inspection. All safety equipment shall be in place and operational. There shall be no undue equipment noises, leaks, or misaligned equipment. 1. Air-conditioning: a. Ductwork: Installed complete, including required dampers, deflectors, hangers, and insulation. b. Air-conditioning Units: Installed, cleaned, and leveled. New filters in place. c. Condensers: Installed, leveled, and charged with refrigerant. d. Insulation: Installed with no condensation leaks. e. Control System Components: Installed and tested for function. f. Safety Equipment: Installed and tested. g. System Testing and Balancing: Complete. 2. Plumbing: a. Piping: Pressure testing complete. System free flowing. b. Plumbing Fixtures: Unchipped, leveled, clean, and handicapped accessible. Grouting completed. c. Toilet Room Accessories. Installed and secured. d. Insulation: Installed. e. Domestic water: Permanent connection with backflow preventers in place. f. Compressed Air System: Piping sloped, air outlets and moisture traps installed and working. g. Safety Equipment: Installed and tested. h. Valving: Open. END OF SECTION 100%Submittal 15044-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 15047 IDENTIFICATION PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Identification including necessary accessories indicated on Construction Documents and specified in this section or as required for proper identification of equipment and piping. B. Related Sections: 1. 15410 - Piping (Plumbing). 1.2 SUBMITTALS A. Submit properly identified product and technical data including printed installation instructions before starting work. 1.3 QUALITY ASSURANCE A. Regulatory Requirements: 1. Color Coding: ANSI Z535.1 (latest edition) shall take precedence over any discrepancies in determining proper color code identification. 2. Conform to the standards established in ANSI A13. 3. Comply with OSHA standards. PART 2 PRODUCTS 2.1 EQUIPMENT IDENTIFICATION A. Identify equipment served by piping systems by number or legend as shown on Construction Documents. B. Engraved Plastic Name Plates: Provide engraved laminated plastic name plates with 1 inch high letters on equipment cabinets. C. Valves: Provide all valves with a 1-1/2" diameter brass tag having 1/2" high black filled numbers and 1/4" high letters, as manufactured by Seton or accepted equivalent. 1. Service shall be identified by abbreviations such as: CHW (Chilled Water), CW (Condenser Water), HW(Hot Water), DW (Domestic Water), GAS, etc. 100%Submittal 15047-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2. Valve tag fasteners shall consist of No.6 brass beaded chain. The use of color coded one piece nylon ties is acceptable instead of beaded chain fasteners. 3. Prepare schematic piping diagrams of systems controlled by valves with a schedule identifying all valves. Diagram and Valve Schedule shall be posted in the mechanical room where system depicted is located. All diagrams shall be printed on non-fading media and framed under a plastic laminate surface. D. Piping Identification: 1. Color Coding: Identify piping with markers and directional arrows according to the following color coding system: Description Background Letters Hot Water Yellow Black Cold Water Green White 2. Piping Identification Materials: a. Identify contents and flow direction of piping or pipes wrapped with insulation by using: 1) Brady B-946 self-sticking vinyl. 2) Champion America Inc., pressure sensitive vinyl. 3) Seton Opti-Code. 4) Ready Made adhesive pipe markers. 3. Valve Identification: a. Identify location and system under valve control with a color coded thumb tack under valve and lay-in ceiling tile. E. Underground Tapes: 1. Electrical Warning Tape: 6 mil, 3 inches wide polyethylene. a. BURIED ELECTRICAL LINE BELOW - No.37236 by Seton or accepted equivalent. 2. 2" Metallic Detection Tapes: a. BURIED SEWER LINE BELOW - No.37220 by Seton or accepted equivalent. b. BURIED WATER LINE BELOW - No.37222 by Seton or accepted equivalent. 100%Submittal 15047-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 PART 3 EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. B. Verify surfaces are clean and dry before application of identification signage. 3.2 INSTALLATION A. Brass Tags or Engraved Plastic Name Plates: 1. Install brass tags or engraved plastic name plates according to manufacturer's instructions. a. Place brass tags or name plates in locations easily visible within the space at normal eye level or as otherwise directed by A/E. B. Piping Markers and Directional arrows: 1. Location: a. Pipes Passing Through Walls: Provide pipe markers and directional arrows on the pipe on each side of the wall. b. Pipes Behind Access Doors/Panels: Provide pipe markers and directional arrows within view. c. Continuous Run Pipe Lines: Provide pipe markers and directional arrows at intervals not exceeding 50 feet. d. Risers and "T" Joints: Provide pipe markers and directional arrows at each riser and "T"joint. e. Vertical and Horizontal Change of Direction: Provide pipe markers and directional arrows at each vertical and horizontal change of direction. 2. Special Requirements: a. Directional Arrows: When identifying by directional arrows, point arrow head away from pipe markers and in the direction of flow. 1) Direction of Flow: If the flow can be in both directions, identify by using double-headed directional arrows. b. Thin Film Pipe Markers and Thin Film Directional Arrows: When using both thin film pipe markers and thin film directional arrows on soft insulation, provide a spiral wrap of accepted pipe banding tape around the pipe as foundation for both markers and directional arrows. C. Underground Tapes: 100%Submittal 15047-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Electrical Warning Tape: Install warning tape 8 inches below finish grade on all underground outside electrical lines. 2. 2" Metallic Detection Tapes: Install metallic detection tape 4 inches to 6 inches below finish grade on all underground outside plumbing and air-conditioning lines. END OF SECTION 100%Submittal 15047-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 15410 PIPING (PLUMBING) PART 1 GENERAL 1.1 SUMMARY A. Related Sections: 1. 07600 - Flashing and Sheet Metal. 2. 15440 - Plumbing Fixtures, Trim and Supports. 1.2 REFERENCES A. American Society for Testing and Materials (ASTM) - latest publications: 1. A53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. 2. A74 - Standard Specification for Cast Iron Soil Pipe and Fittings. 3. A106/A106M - Standard Specification for Seamless Carbon Steel Pipe for High- Temperature Service. 4. B32 - Standard Specification for Solder Metal. 5. B88 - Standard Specification for Seamless Copper Water Tube. 6. B306- Standard Specification for Copper Drainage Tube (DVVV). 7. C564 - Standard Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings. 8. C1277 — Standard Specification for Shielded Couplings Joining Hubless Cast Iron Soil Pipe and Fittings. 9. D312 - Standard Specification for Asphalt Used in Roofing. 10. D1784 — Standard Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride)(CPVC) Compounds. 11. D2241- Standard Specification for Poly (Vinyl Chloride) (PVC) Pressure Rated Pipe (SDR Series). 12. D2564 - Standard Specification for Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Piping Systems. 1.3 SUBMITTALS A. Submit properly identified manufacturer's literature before starting work. B. Shop Drawings: 1. Pipe and Fittings: Manufacturer's name and mill reports. 2. Expansion Joints: Catalog cuts. 3. Dielectric Unions: Catalog cuts. 100%Submittal 15410-1 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 PART 2 PRODUCTS 2.1 MATERIALS A. Materials shall be new, unused, and best of their respective kinds, free from defects in labor quality, complying with latest publications in effect at time of bidding, and according to Construction Documents. B. Cast Iron Drainage Pipe and Fittings: 1. Hub and Spigot: Service weight centrifugally spun cast iron, hub and spigot, tar coated inside and out, ASTM A74. 2. No-Hub: Service weight centrifugally spun cast iron, no-hub, tar coated inside and out, CISPI 310. C. Galvanizing: By hot process on both inside and outside of pipe with zinc coating averaging at least 2 ounces per square foot and free from defects. D. Threaded Cast Iron Drainage Pipe: 1. Uncoated service weight, ANSI A40.5. E. Copper Tubing: 1. Type K or L: Seamless hard drawn or annealed, ASTM B88. 2. Type DWV: Seamless hard drawn, ASTM B306. F. Steel Pipe: Seamless or welded steel, Schedule 40, black or galvanized threaded, ASTM A53 seamless Grade A. G. Ductile Iron Pipe: ANSI/AWWA C151/A21.51. H. Polyvinylchloride Pipe (PVC) or CPVC: 1. Non-Threaded, Type 1 Grade 1, ASTM D1784, for use with potable water NSF standard 61. I. Cast Iron No-Hub Pipe Joint: 1. Cast Iron: ASTM A888. 2. Neoprene Gaskets: ASTM C564. 3. Aboveground: Stainless Steel Clamp and Shield Assembly: 300 Series, CISPI 301- 69T. 4. Underground: ASTM C1277, cast iron couplings with neoprene compression gasket and stainless steel bolts. J. Cast Iron Threaded Drainage Fittings: Recessed pattern ANSI B16.12. K. Cast Iron Threaded Fittings: Standard weight unless noted otherwise, ANSI B16.4. 100%Submittal 15410-2 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 L. Malleable Iron Fittings: Standard weight, threaded banded 150 pounds ANSI B16.3. Galvanized or black to match piping. M. Cast Iron Fittings and Flanges: 1. Standard Weight: ANSI B16.1, unless otherwise noted. 2. Extra Heavy: ANSI B16.2. N. Steel Flanges: 150 psi and 300 psi Class, ANSI B16.5, Grade 1. 0. Brass Fittings: 1. Copper Tubing Solder Drainage Fittings: Wrought copper, ANSI B16.22. 2. Copper Tubing Solder Fittings: Wrought copper, ANSI B16.22. 3. Threaded: Standard weight, banded, ANSI B16.15. P. Press Fittings for Copper: Type K copper and bronze, ASME B16.18 or ASME B16.22. 0- rings for copper press fittings shall be EPDM. 1. Viega, Lakewood, OH. 2. Ridge Tool Co., Elyria, OH. 3. Accepted equivalent. Q. Polyvinylchloride (PVC) Solvent Cement: ASTM D2564. R. Compression Gaskets, Cast Iron Soil Pipe: ASTM C564. S. Solder Metal: 1. Similar to silver-tin-copper alloy ASTM B32. 2. All solder shall be certified no-lead. T. Joint Compound: Tite-Seal or accepted equivalent. U. Unions: As specified in Section 15430. V. Protective Coating: Cabot's Flexi-Black or accepted equivalent. W. Vent Flashing: Provide flashing for vents through the roof for installation as specified in Division 7. X. Vandalproof Ventstack Caps: Provide vandalproof ventstack caps, 1. Vandalproof hood (threaded) and counterflashing (threaded) cast iron with standard rust resistant prime coating for installation under this section. No.1100-5 hood and 1520-2 counterflashing by Elimdor/Stoneman. 2. Vent extension/flashing by Vent Extensions, Inc., Wellington, FL. 3. Vandalproof cap, 18 gage, type 304 stainless steel by S.B.C., North Miami, FL. 100%Submittal 15410-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 Y. Exterior Wall Pipe Penetration: Provide a multi-section circular clamping device to the pipe. Link Seal, or accepted equivalent. Z. Locator Tape for PVC: 2 inches wide, metallic. Suitable for the services protected, by Seton or accepted equivalent. PART 3 EXECUTION 3.1 MATERIALS A. Run piping as indicated in Construction Documents subject to modifications as required to suit field conditions, to avoid interference with other trades, and for proper, convenient, and accessible locations to parts of the piping system. B. Run piping in wall chases, recesses, pipe shafts, and hung ceilings where provided. 1. Do not run gas or water piping in floor fill. 2. Run piping as high as possible under building, above ceilings, and close to slabs. 3. Do not permanently close, frame-in, or cover piping before examination and final tests. C. Run piping straight and where concealed as direct as possible with risers erected plumb and true. 1. Install piping with minimum 1 inch clearance between finished pipe coverings and adjacent work. 2. Support piping from structure above, maintaining maximum headroom available. D. Do not run piping in telephone rooms, electrical equipment rooms/closets, transformer vaults or rooms containing related equipment, or close to or above control panels, switchboards and electric motors except required branch piping to pumps. If pipes are installed in these rooms, they shall be relocated at no extra cost to M-DCPS. E. Provide control valves where noted or required for complete regulating control of systems, plumbing fixtures, and equipment. Provide valves in accessible locations above ceiling with access panels. F. Coat Underground metal piping, except cast iron or as noted on the Drawings, with 1/16" thick black bituminous protective coating. G. Fittings, Valves, and Hangers on Chrome Plated Piping: Chrome plated finish to match. H. Provide reducing fittings for changes in pipe sizes. Bushings will not be allowed. I. Provide extra heavy pipe for nipples where unthreaded pipe is less than 1-1/2". 1. Do not use close nipples. Use saddle nipples. 2. Provide galvanized iron sleeves for pipes passing through roof slabs, interior floors, ceilings, walls, or partitions. 100%Submittal 15410-4 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 J. Provide at least 20 feet of bare copper pipe for exterior electrical ground at each domestic water service entering each building. K. Expansion Swings: 1. Make adequate provisions for proper expansion and contraction of piping and for piping passing through building expansion joints. 2. Make branch connections from risers with ample swing or offset to avoid strain on fittings or short pipe lengths. Anchor horizontal runs of pipe over 50 feet in length to walls or supporting structure about midway of run to allow expansion evenly divided toward ends. 3. Provide sufficient number of elbow swings or accepted expansion joints to allow proper expansion and contraction of mains and risers. L. Pipe Slopes: 1. Lay horizontal soil and waste pipes, unless otherwise noted on drawings, to: a. 1/8" per foot minimum for pipe 3 inches and larger. b. 1/4" per foot minimum for pipe less than 3 inches. c. Horizontal vent lines shall have a minimum grade back to the stacks or vertical lines and shall run as direct and free from bends as possible. 2. Lay storm drainage pipes to 1/8" per foot minimum, unless otherwise noted on drawings. M. Exposed Piping: 1. Install horizontal runs maximum 4 inches below adjacent structure and run parallel or perpendicular to walls, ceilings, beams, and columns unless otherwise noted on Construction Documents. N. Piping Materials by System: 1. Sanitary Soil, Waste, and Vent Piping: a. Aboveground: PVC, service weight no-hub cast iron pipe and fittings, DWV copper pipe with cast brass or wrought copper solder joint drainage fittings. b. Under Ground Floor Slabs: 1) Cast iron bell and spigot pipe and fittings. 2) Cast iron no-hub pipe and fittings with corrosion resistant couplings and neoprene compression gaskets. 3) PVC schedule 40 with DWV pattern glue fittings. 2. Vandalproof Vent Caps: a. Install according to manufacturer's printed instructions. 100%Submittal 15410-5 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3. Domestic Water Supply Piping: Drilling tubes for field manufactured fittings is not allowed. a. Aboveground Interior: 1) Copper Tubing Type L: a) Wrought copper solder joint fitting without the use of lead components. Tubing used with this type shall not be soft drawn. b) Bending of tubing having a radius of not less than 4 tube diameters without deformation may be used for tubing diameters not exceeding 1 inch. Copper tubing used for this type connection shall be bending temper. c) Victaulic copper connection system with Style 606 couplings. Tubing used with this type connection shall be drawn temper. 2) CPVC a) Schedule 40 with glued joints. b. Underground Exterior: 1) PVC. 2) Copper Tubing Type K: a) Soft tempered copper with cast bronze or soldered joint fittings coated with bitumen. c. Optional Press Connections for Aboveground Interior Copper Tubing Type L and Underground Exterior Copper Tubing Type K: 1) Press fittings shall be made according to the manufacturer's installation instructions. 2) The tubing shall be fully inserted into the fitting and the tubing marked at the shoulder of the fitting. 3) The fitting alignment shall be checked against the mark on the tubing to assure the tubing is fully engaged (inserted) in the fitting. 4) The joints shall be pressed using the tool approved by the manufacturer. 4. Storm Drainage Piping: Same as for sanitary systems. 5. Condensate Drainage Piping: a. Aboveground: DWV copper pipe with cast brass or wrought copper solder joint drainage fittings. b. Underground: PVC pipe and socket type plastic drainage fittings. O. Joints and Methods of Connections: 1. Cast Iron Bell and Spigot Pipe: 100%Submittal 15410-6 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 a. Compression Gaskets: 1) Gasket and pipe by same manufacturer. 2) Install according to manufacturer's instructions. 2. Cast Iron No-Hub Pipe: a. Aboveground: Joint with neoprene rubber sleeve and stainless steel ring clamp according to manufacturer's instructions. b. Underground: Joint with cast iron coupling, neoprene gasket, and stainless steel bolts according to manufacturer's instructions. P. Pipe Cleaning Systems: 1. Domestic Water Piping: Entire domestic water distribution systems shall be flushed clean after the permanent water meter has been installed and before the bacteria testing is conducted. 2. Fuel, compressed Air, and Gas Piping: Blow clear of chips and scale with compressed air at 100 psi. 3.2 TESTS A. Furnish necessary instruments, test equipment, and personnel required to perform tests and remove test equipment and drain pipes after tests have been made and accepted. B. After portions of mechanical work are completed and ready for testing, given 48 hours notice to A/E and perform tests in A/E's presence. C. Tests may be made of isolated portions of piping to facilitate the general progress of installation. 1. Revisions subsequently made in piping system shall require retesting of such affected portions of piping systems. 2. Subject piping and connections to a hydrostatic or pneumatic pressure test before painting, installation of insulation or concealment. 3. Sanitary and Storm Drainage Systems: a. Apply a water test to all parts of drainage systems before pipes are concealed or fixtures set in place. b. Close openings of each system to be tested tightly except highest openings above roof and fill entire system with water up to overflow point of highest opening. c. Subject systems to not less than 10 feet of hydrostatic head, except uppermost 10 feet of piping directly below opening. 1) Water shall remain in the systems for not less than 60 minutes after which time no leaks occur at any point and no lowering of water level at overflow point is visible. 100%Submittal 15410-7 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 4. Water Supply Piping: a. Apply a pressure test to water system before piping is concealed or insulated and before fixtures and equipment are connected. b. Apply a hydrostatic pressure of not less than 100 psig for 2 hours, with no leaks occurring in the system. 1) Water used for tests shall be obtained from a potable source of supply. 3.3 CLEANING AND ADJUSTING A. Clean fixtures, equipment, piping, and exposed work. 1. Show traps, wastes, and supplies free and unobstructed. • 2. Plated, polished bronze, or painted surfaces bright and clean. B. After installation, adjust valves, faucets, and automatic control devices for quiet operation. Balance system as required for proper operation. C. Disinfection: After cleaning and testing domestic water system, disinfect by introducing a solution of calcium hypochlorite with 50 parts per million of chlorine. 1. Open and close all valves while system in being chlorinated. After disinfecting agent has been applied for 24 hours, test for residual chorine at ends of pipe. 2. If less than 5 ppm is indicated, repeat process until it is equal to or greater than 5 ppm or according to AVVWA C601 Standards. END OF SECTION 100%Submittal 15410-8 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 15421 DRAINS AND CLEANOUTS PART 1 GENERAL 1.1 SUMMARY A. Related Sections: 1. 15410 - Piping (Plumbing). 2. 15430 - Piping Specialties (Plumbing) 1.2 SUBMITTALS A. Product Data: Submit properly identified manufacturer's literature before starting work. B. Submit Shop Drawings/Catalog cuts on the following: 1. Drains. 2. Cleanouts. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Model numbers are taken from Josam. 1. Accepted equivalents: a. Jay R. Smith Mfg. Co. b. Blucher-Josam. c. Wade. d. Zurn. 2.2 MATERIALS A. Drains: 1. Toilet Room: a. Same as Shower Stall above except with trap primer connections. b. Josam Series 30000-6S or accepted equivalent. B. Cleanouts and Cleanout Access Covers: 1. Floor, Interior Finished Rooms: a. Cast iron, adjustable inside caulk outlet, brass internal plug, Nikaloy scoriated cover plate secured by countersunk plug. 100%Submittal 15421-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 b. Series 56670 by Josam or accepted equivalent. 2. Stack Base for Use in Block, plaster and tile Walls; a. Cast iron "T" branch tee with plated cast iron countersunk plug, steel round access cover plate secured with countersunk screw. b. Series 58600PLG by Josam or accepted equivalent. 3. Cleanout Sizes: a. Full pipe size up through 4 inches, pipe cleanouts with bodies of standard pipe size and caulking ferrules conforming to thickness required for pipe and fittings of same metal. 4. Removable Cleanout Plugs: a. Cast bronze with screw threads and recessed bronze socket. Series 58540 by Josam or accepted equivalent. C. Wall Access: 1. Cast bronze, square frame and cover, 9" X 9" minimum opening or larger, as required. 2. Series 58640 by Josam or accepted equivalent. PART 3 EXECUTION 3.1 INSTALLATION A. Provide drains and cleanouts as scheduled on drawings. B. Cleanouts: 1. Place pipe cleanouts at the foot of each storm soil and waste stack in storm and sanitary system and place pipe cleanouts in horizontal runs in sanitary system not to exceed 75 foot spacing. 2. Install access covers as specified. C. Interior Flush Cleanouts: 1. Flush cleanouts with recessed sockets (without access covers) may be used in non-finished areas such as equipment rooms, storage rooms, and the like, if top of hub is installed in level position and top of clean out plug is flush with the concrete floor. END OF SECTION 100%Submittal 15421-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 15430 PIPING SPECIALTIES (PLUMBING) PART 1 GENERAL 1.1 SUMMARY A. Related Section: 1. 15410 - Piping (Plumbing). 2. 15421 - Drains and Cleanouts. 1.2 REFERENCES A. American Society for Testing and Materials (ASTM), latest publication: 1. A126 - Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 1.3 SUBMITTALS A. Submit properly identified manufacturer's literature before starting work. B. Submit Shop Drawings/catalog cuts for the following: 1. Unions and Flanges. 2. Hangers and Inserts. 3. Trap Resealers. 4. Vacuum Breakers. 5. Gages and Thermometers. 6. Strainers. 7. Firestop Devices. 8. Backflow Preventors. 9. Water Hammer Arrestors. PART 2 PRODUCTS 2.1 EQUIPMENT A. Trap Resealers: 1. Water Closet Valve: Chrome plated with tubing to wall and wall flange. Water closet shall be no more than 20 feet from floor drain. as furnished by flush valve manufacturer. 2. Lavatory or Sink: Cast brass chrome plated with 1/2" female union connection and 1/2"female outlets, integral vacuum breaker. a. Manufacturers: 1) Josam, No.88250. 2) Jay R Smith , No. 2699. 100%Submittal 15430-1 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3) Zurn Industries, Inc., No.Z-1022XL. 3. Remote Location: Machined brass valve with integral vacuum breaker, pressure adjustment and distribution units with visual operations inspection cover where required for multiple connections as manufactured by Precision Plumbing Products,or equivalent as approved by A/E. B. Water Hammer Arrestors: 1. Sized per PDI-WH 201 at each branch of cold and hot water supplies as shown on Construction Documents. a. Josam, No.75000, Sioux Chief or other A/E accepted equivalent. C. Vacuum Breakers: 1. Hose Bibb Vacuum Breaker: Non-removable. 288A by Watts Regulator Co. or other A/E accepted equivalent. 2. For fixtures without an air gap between the supply valve and the drain, as specified in Section 15440. D. Unions and Flanges: 1. Steel Pipe 2"and Smaller: Malleable iron unions with brass seat.Galvanized pipe requires galvanized unions. 2. Steel Pipe 2-1/2"and Larger: Flanged connections 150 pound Class.Galvanized pipe requires galvanized unions. 3. Copper Pipe 2" and Smaller: Bronze unions. 4. Copper Pipe 2-1/2" and Larger: Bronze flanged connections 150 pound Class. 5. Dielectric Unions or Flanges: a. Meet dimensional requirements and tensile strength of pipe unions or flanges according to Fed. Spec. WW-U-531 D. b. Suitable for required operating pressures and temperature conditions. c. Provide metal connections on both ends. Ends shall be threaded or soldered to match adjacent piping. d. Separate metal parts at union to prevent current flow between dissimilar metals. E. Escutcheons: 1. Provide escutcheons securely in place on exposed pipes passing through walls, partitions, floors, and ceilings of finished areas unless otherwise noted on Construction Documents. 2. Provide escutcheons with sufficient outside diameter to adequately cover sleeved openings. 3. Interior Walls, Partitions, and Ceilings: Solid or stamped chrome plated brass or stainless steel, one piece or split pattern. 100%Submittal 15430-2 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 4. Floors and Exterior: Solid cast brass, rough chrome plated or cast nickel bronze alloy, one piece or split pattern. F. Pressure Gages: 1. Cast aluminum alloy case, face diameter minimum 3-1/2", range selected so operating pressure is at middle of range. 2. Accuracy: ANSI Grade A maximum of 1.5 percent error at any reading on scale. 3. Manufacturers: a. Ashcroft. b. Marshalltown. c. Taylor Instrument Company. d. Trerice. G. Pipe Hangers and Supports: 1. Provide hangers, supports, and supplementary steel as specified for different applications. All supports and parts shall conform to the latest requirements of the ASME Code for Pressure Piping B31.1 and MSS Standard Practice SP-58, SP-69, SP-89 and SP-90 except as supplemented or modified by the requirements of this specification. 2. Support spacing shall be as required by the appropriate Tables found in the FBC- Mechanical, Plumbing and Gas. 3. Insert, Hangers, Rods, and Clamps: Figure numbers used refer to Anvil International Inc., Grinnell, Fee and Mason or Elcen Metal Products are also accepted manufacturers. a. Inserts: 1) Universal Concrete Insert: Fig.282. 2) CB Junior Concrete Insert: Fig.285. 3) Wedge Type Concrete Insert: Fig.281. b. Hangers: Adjustable clevis type. 1) Cast Iron Pipe: Fig.590. 2) Copper Tubing: Fig.CT-65. 3) Insulated Steel Pipe: Fig.300. 4) Uninsulated Steel Pipe: Fig.260. c. Clamps: 1) V.F.S. beam clamp with weldless eyenut, Fig.292,clamp size 1, rod size 3/4". 2) C-clamp with retaining clip, Fig.87. 3) I-beam clamp, Fig.133. 4) Universal side I beam clamp, Fig.217. d. Rods: Galvanized with continuous thread, Fig.146. 100%Submittal 15430-3 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 e. Riser Clamps: 1) Black Steel, Fig.261. 2) Plastic coated, Fig.261C 3) Copper finish, Fig.CT121. 4. Diameter of Hanging Rods: Shall be as listed below. Pipe Size Rod Diameter Up to 2" 3/8" 2-1/2 and 3 inches 1/2" 4 and 5 inches 5/8" 6 inches 3/4" 8 inches & larger 1 inch 5. Wall Support: a. U-clamps as accepted. b. Unistrut supports. 6. Vertical Support: Steel riser clamps. H. Insulation Protection Shield: Fig.167. I. Access Panels (Wall or Ceiling): As specified in —Division 8. PART 3 EXECUTION 3.1 INSTALLATION A. Inserts: 1. Use inserts for suspending hangers from reinforced concrete slabs or beams when possible. 2. Provide flush inserts at concrete to be a finished surface. B. Flashing: 1. Flash and counterflash where mechanical equipment passes through exterior or waterproofed floors, walls, or roofs. C. Sleeves: 1. Seal space between pipe or duct and surrounding floor, wall, or ceiling construction with intumescent caulking. a. Pipe Through Floors: Form from 18 gage galvanized sheet metal. 100%Submittal 15430-4 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 b. Pipes Through Beams, Walls, Fireproofing, Footings, and Potentially Wet Floors: Use steel pipe or fabricate from 18 gage galvanized sheet metal. 2. Size sleeves to allow movement caused by expansion. 3. Seal and fireproof penetrations as required. D. Pipe Hangers and Supports: 1. Provide adjustable hangers, inserts, brackets, rolls, clamps, and supplementary steel as required for proper support of pipelines. a. Design hangers to allow for expansion and contraction of pipelines. Size to allow pipe covering to run continuously through hangers. Allow for proper anchoring and movement of all hot pipes. b. Install hangers to allow 6" minimum clear space between finished covering and adjacent work. c. Place a hanger within 1 foot of each horizontal elbow. d. Use hangers with 1-1/2"minimum vertical adjustment after piping is erected. e. Provide multiple or trapeze hangers if several pipes can be installed in parallel and at the same elevation. f. Support riser piping independently of connected horizontal piping. g. Piping shall not be supported by equipment. h. Coordinate location of hangers with light fixtures. i. Wire brush steel or iron supports and prepare surfaces ready for painting specified under Division 9. Prime coat exposed non galvanized hangers and supports. j. Provide copper plated hangers and supports for copper piping. Dissimilar metal contact is not allowed. 2. Horizontal Cast Iron and PVC Pipe: Place hangers within 18 inches of hub or joint. 3. Hubless Joints: Provide support at every other joint. Support each joint when length between supports exceeds 4 feet. 4. Plastic Pipe: Provide roll hangers and install loose to allow for contraction and expansion. 5. Trapeze Clamp or Hangers: a. Secure pipes supported by trapeze clamp or hangers and not mounted on pipe rolls to trapeze with pipe clamps or"U" bolts. b. Place clamp or hangers at each change of direction. c. Place clamp or hangers within 1 foot of valves and other appurtenances in horizontal piping. d. Place clamp or hangers maximum 3 feet from end of each branch runout. 6. Insulated Pipes: a. Provide hangers with a diameter large enough to include insulation. b. Install a protection shield with each hanger. 180 degree arc, 16 gage galvanized sheet metal covering, minimum 12 inches long. c. Provide support saddles for insulated piping over 2 inches in diameter. 100%Submittal 15430-5 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 d. Where"U"bolts are applied, provide additional protection under bolt to avoid crushing insulation. 7. Special Supports: Clamps, hangers, and supports required by equipment manufacturers shall be installed according to equipment manufacturer's recommendations. 8. Plumbers tape, straps, chain,wire hangers, or perforated bar are not allowed for hanging pipe. E. Unions and Flanges: Provide at connections to equipment and control valves. F. Escutcheons: Fit and firmly secure escutcheons to pipes passing through finished floors, ceilings and walls. END OF SECTION 100%Submittal 15430-6 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 15440 PLUMBING FIXTURES, TRIM, AND SUPPORTS PART 1 GENERAL 1.1 SUMMARY A. Related Sections: 1. 15410 - Piping (Plumbing). 2. 15430 - Piping Specialties (Plumbing). 1.2 SUBMITTALS A. Submit Shop Drawings for the following: 1. Fixtures: Catalog cuts with rough-in dimensions identified as designated in fixture schedule, riser diagrams, and as specified. 2. Faucets: Catalog cuts and templates for drilled openings. 3. Fixture Trim: Catalog cuts. 4. Carriers: Catalog cuts. 1.3 QUALITY ASSURANCE A. Certification: Submit letters, signed by the installer of the product, attesting that no lead is contained in any piece of equipment or in the piping connections that could contaminate water, drinks, or food by contact. B. Comply with Florida Building Code (FBC). PART 2 PRODUCTS 2.1 MANUFACTURERS A. Fixtures: 1. American Standard. 2. Acorn Engineering. 3. Bradley. 4. Fiat. 5. Elkay. 6. Kohler. 7. Kreolab 8. Toto. 9. Zurn B. Fittings: 1. American Standard. 100%Submittal 15440-1 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2. Chicago Faucets. 3. Fiat. 4. Elkay. 5. Powers Process Controls. 6. Symmons Industries. 7. Sloan. 8. T & S Brass. 9. Toto. 10. Zurn. C. Equipment: 1. Guy Gray. 2. Haws. 3. Halsey Taylor. 4. Oasis. 2.2 FIXTURES A. Water Closets: 1. Wall Hung Water Closet HC Accessible (WC - 1)with seat height as shown on drawings: a. White vitreous china, top spud, siphon jet flush action, 1.28 gpf, elongated bowl, with ceramic bolt caps. 1) Afwall FloWise - 2294.011 EC by American Standard, or other NE approved equivalent by Kohler, Toto or Zurn. b. Flush Valve: Sloan Royal 111-1.28 or other NE approved equivalent by Kohler, Toto, or Zurn. c. Seat: White, elongated, open front less cover, with self-sustaining, stainless steel posts and pintles check hinges and anti microbial agent. 1) As manufactured by Olsonite, Kohler,Toto or Zurn. 2. Wall Hung Water Closet not HC Accessible (WC - 2 ): Same as (WC - 1) above, but mount with seat height as shown on drawings. B. Urinals: 1. Urinal HC accessible (UR - 1 ) a. Wall Hung, white vitreous china, siphon jet flush action, 3/4" top inlet spud, 0.5 gpf. Install with height as shown on drawings. 100%Submittal 15440-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1) Allbrook Flowise 6550.501 by American Standard, or other NE approved equivalent by Kohler, Toto or Zurn. b. Flush Valve: Oscillating non hold open handle. 186-05 by Sloan Royal, or other NE approved equivalent by Sloan Kohler, Toto or Zurn. C. Lavatories: 1. HC and not HC accessible (L- 1, L- 2): a. Wall Hung enameled cast iron, 20 inches x 18 inches, with lug holes for concealed carrier arms. 1) Hudson K-2812 for cold water or K-2867 for hot and cold water. By Kohler or other NE approved equivalent. b. Cold Water Fitting: Accessible, single lavatory fitting, self-closing metering, adjustable time cycle, push handle, vandal resistant aerator 0.5 gpm maximum flow. 1) Chicago Faucets 333-E2805 or other NE approved equivalent by Kohler, Moen or Symmons. c. Supply Pipes: 3/8" chrome plated flexible, with loose key control, by McGuire or other NE approved equivalent. d. "P" Trap: Adjustable with offset at HC accessible lavatories, and tubing drain to wall, cleanout plug and wall escutcheon, by McGuire or other NE approved equivalent. e. Grid Strainer: Perforated, chrome plated, 1-1/4" diameter offset tailpiece, swivel joint, HO compliant at accessible lavatories. By McGuire or other NE approved equivalent. f. Under sink Safety Covers: Shall conform to ADAAG. 1) Handi Lay-Guard Insulation Kit 101/106 as required, white, by Truebro or other NE approved equivalent. 2) Use manufacturer fastening system. 2. Mop Sink (MS - 1): a. Molded resin, 24 inches x 24 inches x 10 inches, rim guards, center drain. • Install in room corner. b. Model MSR-2424 by Florestone or other NE approved equivalent by Fiat. c. Fitting: Same as Service Sink (SSK). d. MR 370 5/8" diameter Hose. e. MR-372 Mop hanger with 3 clamps. f. Two MR 373 stainless steel 20 Gauge, 24" rim guards. g. Two MR-377 stainless steel splash panels. 100%Submittal 15440-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 D. Electric Water Coolers HC Accessible (EWC- ): 1. Bi-Level Application a. Two Wall Mounted, 2-stream mound building bubbler, self-closing valve with automatic stream regulator, polished chrome plated brass bubbler, push bars in front for handicapped and standard use, equipped with lead reduction filter, satin stainless steel sides and rated for outdoor service. Refer to Drawings for mounting height. 1) Halsey Taylor model HVR8BL ADA or other NE approved equivalent by Haws or Oasis. 2. No lead shall be allowed in the manufacture of any piece of equipment within water coolers or in any piping joint or connection within the unit or pipe leading to it. 2.3 CARRIERS A. All carriers shall be fully bolted to floor and installed as recommended by manufacturer. 1. Lavatory/Lavatory HC: a. Rectangular structural steel uprights with integral welded heavy steel foot, cast iron concealed arms. Model 17100 by Josam or other NE approved equivalent. 2. Urinal: a. Rectangular structural steel uprights with integral welded steel foot, hanger bracket and lower bearing plate. Model 17560 by Josam or other A/E approved equivalent. 3. Water Closet: a. 4-inch pipe size, with pylon feet, adjustable, provided with vandal resistant trim, supply pipe support and adjustable chase extensions. Josam 12000 Series Chase-Saver II or other A/E approved equivalent. PART 3 EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected. 100%Submittal 15440-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3.2 EQUIPMENT AND FIXTURE CONNECTIONS A. Provide necessary material and labor to connect fixtures and equipment having plumbing connections including fixtures and equipment specified and furnished in other sections. B. Supply Pipe Cut-off Valves: On supply pipes to each item of equipment or fixture (except faucets furnished with an integral stop) install a cutoff valve to enable isolation of the item of equipment or fixture for repair and maintenance without interfering with operation of other items of equipment or fixtures C. Anchor supply piping serving all items of equipment or fixtures to structure, to prevent pipe or fixture movement. D. Templates: Furnish templates and rough opening dimensions to fabricators of countertops and case work for location and sizes of openings for faucets and sink. END OF SECTION 100%Submittal 15440-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 15457 WATER HEATERS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: A complete domestic hot water generating system with necessary accessories as indicated on Construction Documents,as specified,and as required by code. B. Related Sections: 1. 15410 - Piping (Plumbing). 2. 15430 - Piping Specialties (Plumbing). 1.2 SUBMITTALS A. Submit properly identified manufacturer's literature before starting work. B. Shop Drawings: 1. Water Heaters: Catalog cuts, performance characteristics. 2. Pressure and Temperature Relief Valve: Catalog cuts, capacity. PART 2 PRODUCTS 2.1 EQUIPMENT A. Instantaneous-Type Electric Water Heaters (Tankless): 1. Electric instantaneous water heaters shall be tankless type with a flow activation switch operating only when hot water side of faucet is turned on. 2. The heat exchanger shall be constructed of a noncorrosive metal alloy.The units shall have high temperature thermal cutoffs for a maximum temperature of 140 degrees F. to shut down the heating elements and avoid a scalding causing situation. 3. The minimum flow activation shall be 0.5 GPM and minimum operating pressure requirements shall be 25 psi. 4. Maximum operating pressure of 150 psi. Units shall be tested to UL 499. 5. Controls shall not allow water temperature to exceed 110 degrees F. 6. Provide 15 year warranty. 7. Manufacturers: a. Cronomite Laboratories, Inc., or other NE approved equivalent by Eemax Inc., Botsford, CT., or Hot Aqua Inc., Culver City CA. PART 1 EXECUTION 1.1 INSTALLATION 100%Submittal 15457-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 A. Provide a gate valve and union at cold water connection to heater. A union shall be provided at hot water connection. B. On storage type heaters, provide on cold water supply to heater a vacuum relief valve of sufficient size to protect tank from siphonage. C. On storage type heaters, pressure relief valve and drain pan drain shall discharge to an approved location in accordance with Code. D. At other than instantaneous electric water heaters provide thermometer on top of heater in oversized tee and nipple on outlet piping of heater. E. On storage type heaters adjust individually controlled elements to start at 5 degrees F. temperature differential for each heater element. F. The water heater shall fit properly in the floor space provided. Installation shall be according to local, municipal, state, and national codes. END OF SECTION 100%Submittal 15457-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 15515 VALVES, HANGERS, AND SPECIALTIES PART 1 GENERAL 1.1 SUMMARY A. Related Sections: 1. 15047 - Identification 2. 15410 - Piping (Plumbing). 1.2 REFERENCES A. The American Society of Mechanical Engineers (ASME) Publications: ASME Boiler and Pressure Vessel Code- Current edition. 1.3 SUBMITTALS A. Submit the following: 1. Thermometers and Pressure Gages: Catalog cuts, proposed range, and calibrated accuracy. 2. Strainers: Catalog cuts, pressure drop curves. 3. Pressure Relief and Reducing Valves: Catalog cuts; pressure range, and settings. 4. Air Vents: Catalog cuts. 5. Flexible Connectors: Catalog cuts. 6. All Valves: Catalog cuts, schedule of proposed installation locations, pressure ratings, and materials of construction. 7. Inserts: Catalog cuts and load tables. 8. Supports: Catalog cuts or drawings. 9. Anchors: Drawings and details of installation. 10. Water Flow Tube Station: Catalog cuts, pressure drop charts, and engineering information. 11. Expansion Tank: Shop drawings, catalog cuts of accessories and shop drawings of tank support. 12. Shop Drawings of support equipment. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Valves: 1. DeZurik. 2. Grinnell. 3. Homestead. 4. Hammond. 100%Submittal 15515-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 5. Kennedy 6. Mueller. 7. Milwaukee. 8. Nibco. 9. Stockham. B. Expansion Tanks: 1. Taco. 2. Bell & Gossett. 3. Accepted equivalent. 2.2 VALVES. A. General: 1. Gate and globe valves shall not be installed with the stem pointing downwards. Valves may be installed with the stem at or above a horizontal plane. Provide adequate clearance for stem rise. 2. Check valves may be installed either in the horizontal or vertical position. Non- spring loaded check valves shall only be installed in the vertical position when the flow is upwards. 3. Butterfly valves may be installed with the stem in any position.Whenever possible the stem shall be installed as outlined for gate and globe valves. 4. Valves: Provide all valves with a 1-1/2"diameter brass tag having 1/2"high black filled numbers and 1/4" high letters, as manufactured by Seton or accepted equivalent. a. Service shall be identified by abbreviations such as: CHW (Chilled Water), CW(Condenser Water), HW(Hot Water), DW(Domestic Water), GAS,etc. b. Valve tag fasteners shall consist of No.6 brass beaded chain. The use of color coded one piece nylon ties is acceptable instead of beaded chain fasteners. c. Prepare schematic piping diagrams of systems controlled by valves with a schedule identifying all valves. Diagram and Valve Schedule shall be posted in the mechanical room where system depicted is located.All diagrams shall be printed on non-fading media and framed under a plastic laminate surface. 5. Provide ease of access to valve handwheel or lever to maintenance personnel. a. Valves installed above a ceiling shall have the stem placed 15 degrees above the horizontal position whenever possible. b. Provide colored thumbtack indexes at all ceiling tiles where valves are installed directly above. c. Index all colored thumbtacks in the as-built drawings. 6. Provide chain actuators for all valves in mechanical equipment rooms installed at a centerline height at or above 7 feet above the floor. 100%Submittal 15515-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 a. Actuators shall consist of a cast iron sprocket rim attached to the valve, malleable iron chain guide, and chain of sufficient length to descend to a floor height of not more than 3'-6". b. Valves larger than 12 inches and valves not suitable for chain actuators shall be provided with electrical actuators, motors, and switches. c. Install switches where directed. B. Gate Valves: 1. Up to 2": Class 150, bronze, union bonnet rising stem, inside screw, solid wedge disc, non-asbestos packing, soldered ends. 2. 2-1/2" and above: Class 125, outside screw and yoke, iron body, bronze trim, (IBBM), rising stem, solid bronze wedge disc up to size 3-1/2"and cast iron with bronze wedge face rings in larger sizes, non-asbestos packing, flanged ends. C. Ball Valves: 1. Plumbing: Allowed for all plumbing systems. 2. HVAC: Allowed only for shut-off, not for balancing service. Provide 3 inch stem extensions for insulated line. 3. Porting: No reduced ports shall be acceptable in any ball valve. 4. Up to 2": Class 150, 400/600 psi WOG, full port, three piece construction, blowout-proof stem, non-asbestos packing, bronze body, silicone bronze stem, bronze/brass/chrome plated ball, Teflon resilient seat, and EPDM 0-ring seal. 2.3 Piping Accessories A. Strainers: 1. Design Flow Rate: Clean strainer shall not exceed 2 psi at the design flow rate. 2. Drain Valve and Reducer: Furnish each strainer for use in equipment rooms and at each AHU with a drain valve and reducer to 3/4" hose thread, capped. 3. Up to 2": "Y" type, cast iron body with 20 mesh stainless steel screen, 250 lb. w.s.p. with blow-off outlet and plug, threaded ends. Mueller#11M, or accepted equivalent. 4. 2-1/2"to 4": "Y"type, cast iron flanged body, 125 lb. w.s.p. with blow-off tapping and plug and stainless steel screen with 1/16" perforations, Mueller #758 or accepted equivalent. 5. 4" and above: "Basket" type, heavy gage perforated brass basket, 0.057" diameter perforations in sizes to 4 inches and 0.125" diameter perforations in sizes larger than 4 inches. Muessco#165 or accepted equivalent. B. Dielectric Pipe Fittings: 1. Dielectric pipe fittings shall consist of insulators, insulating gasket, pipe connector and nut or flange as required. 2. Pipe connectors shall be suitable for soldered, screwed, or welded joints as required. 3. Dielectric unions shall be rated at 250 psi and cast iron flange unions at 175 psi. 4. Dielectric fitting shall be plated according to Federal Specifications of 0.005". 100%Submittal 15515-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 5. Fittings shall be as manufactured by Epco. 2.4 PIPE HANGERS AND SUPPORTS A. Provide hangers, supports, and supplementary steel as required for the different applications. B. Support spacing shall be as required by the appropriate Tables found in the FBC — Mechanical, Plumbing and Gas. C. Inserts, Hangers, Rods, and Clamps: Fee and Mason, or Michigan Hanger Co. Fig. numbers used refer to Grinnell. 1. Inserts: (Galvanized or stainless steel, except as noted.) a. Universal concrete insert, Fig.282. b. Wedge type concrete insert, Fig.281. c. Expansion case, Fig.117. 2. Clamps: a. UFS beam clamp with weldless eye nut, Fig.292, clamp size 1, rod size 3/4". b. C-clamp with retaining clip, Fig.87. c. I beam clamp, Fig.131. d. Universal side I beam clamp, Fig.225. e. C-clamp, copper finish, Fig.CT-88. 3. Hangers: Use adjustable clevis type hangers as specified. Hangers for insulated pipes shall have a diameter large enough to include insulation and a protection shield shall be installed with each hanger. a. Copper tubing: Fig.CT-65. b. Insulated steel pipe: Fig.300. c. Uninsulated steel pipe: Fig.260. d. Trapeze. 4. Rods: Continuous thread, Fig.146. Sizes shall be as specified. 5. Riser Clamps: a. Black steel, Fig.261. b. Plastic coated, Fig.261 C. c. Copper finish, Fig.CT121. D. Diameter of Hanging Rods shall be as listed below: Pipe Size Rod Diameter Up to 2" 3/8" 2-1/2" & 3" 1/2" 4" & 5" 5/8" 6" 3/4" 100%Submittal 15515-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 8" & 12" 7/8" 14" & 16" 1" E. Insulation Protection Shield: Fig.167. F. Access Panels: As specified in Division 8. PART 3 EXECUTION 3.1 INSTALLATION A. Provide shut-off valves at inlets and outlets of equipment and branch connections to mains and as shown on Construction Documents. B. Final connections to apparatus, equipment, automatic control valves, and pressure reducing valves shall be made with flanges or unions between shut-off valve and connection. C. Connections to cooling coils and refrigeration machines shall have flanges or unions next to equipment to allow tube removal without extensive dismantling of piping. D. Strainers shall be full line size and shall be full size valved for servicing.Strainers shall be installed upstream of automatic control valves and other locations as shown on Construction Documents. E. Pipe Hangers and Supports: 1. Provide adjustable hangers, inserts, brackets, rolls, clamps, and supplementary steel as required for proper support of pipe lines. 2. Design hangers to allow for expansion and contraction of pipe lines and of adequate size to allow covering to run continuously through hangers. 3. Support piping independently of equipment. 4. Coordinate location of hangers with light fixtures. 5. Wire brush steel or iron supports and prepare surfaces under this section for painting. 6. Install plastic pipe loose to allow for contraction and expansion. 7. Hangers for PVC piping in storage tanks do not need rollers and hangers can be shop fabricated from stainless steel strap and anchor bolts. 8. Pipes supported by trapeze hangers and not mounted on pipe rollers shall be secured to the trapeze with pipe clamps or"U" bolts. 9. Hangers shall be placed at each change of direction, within 1 foot of valves and other appurtenances installed in horizontal piping and not more than 3 feet from end of each branch runout. 10. Special Supports: Provide clamps, hangers,and supports according to equipment manufacturer's recommendations. 11. Supports of wire, rope,wood,chain,strap, perforated bar,or any other makeshift devices are not allowed. 12. Where overhead construction does not allow fastening hanger rods in required locations, provide additional steel framing as required. 100%Submittal 15515-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 13. Refer to "Vibration Isolation" Section for supports requiring vibration isolators. 14. Maximum loading on inserts shall not exceed 75 percent of catalog rating. 15. Floor supports, wall brackets, and expansion tank supports as shown on Construction Documents or as required to support equipment. Submit shop drawings. 16. Buckling of piping due to inadequate provision for expansion shall be Contractor's responsibility. Piping shall be properly guided between expansion joints and anchor points. F. Dielectric Fittings: Provide dielectric fittings between piping of dissimilar metals. END OF SECTION 100%Submittal 15515-6 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 16023 CODES AND STANDARDS PART 1 GENERAL 1.1 REFERENCES A. Comply with the following: 1. Florida Building Code (FBC 2014). 2. National Electrical Code- (NEC), (NEPA 70 -2011). 3. National Fire Protection Association (NEPA), NFPA 101 and other NFPA codes as applicable, except NFPA 101 10-2.2.7 and 10.2.2.7 Exit Passageways and where exceeded by SREF. 4. American National Standards Institute (ANSI)A117.1. 5. American Society of Civil Engineers (ASCE). 6. Florida Accessibility Code 7. Americans with Disabilities Act Accessibility Guidelines (ADAAG). 1.2 QUALITY ASSURANCE A. Where materials and equipment are available under the continuing inspection and listing service of an OSHA approved Nationally Recognized Testing Laboratory (NRTL), furnish materials and equipment so listed. B. A maximum of 3 helpers to 1 journeyman are allowed according to Metropolitan Dade County. C. NOT USED PART 2 NOT USED END OF SECTION 100%Submittal 16023-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 16100 BASIC MATERIALS AND METHODS PART 1 GENERAL 1.1 SUMMARY A. Provide a complete electrical system as shown on the Plans and as specified in Division 16 sections of Owner Master Specifications. This work includes but is not limited to the following: 1. Complete distribution system for lighting and power, wiring devices, equipment and controls, panel boards and equipment provided by others. 2. Complete raceway system. 3. Underground duct bank, grounding, etc. work as required for secondary power system under the provisions of Florida Power and Light Company. 4. Normal and Emergency Lighting System and Luminaries. 5. Interior and Exterior Light and Control Systems. 6. Marking of all junction boxes with system voltage inside and outside of box. 7. Painting of electrical and special equipment. 8. Furnishing and installing necessary access panels. 9. Complete electrical testing. B. Coordination With Other Trades: 1. Examine drawings and specifications. Visit site to determine work to be performed by Electrical, Mechanical, HVAC, and other trades. 2. Follow as closely as possible, the drawings and riser diagrams, indicated in diagrammatic form which show the arrangements desired for the connection of electrical equipment, fixtures, principal apparatus, kitchen equipment, etc. 3. Provide required electrical materials and equipment to put work into operation, completely wired, tested, and ready for use including raceways, conductors, disconnects, starters/contactors, or other devices for proper operation and sequences of electrical, mechanical, or other systems or equipment. 4. Unless otherwise noted, conduit, wire for controls, and devices, both line and low voltage, shall be provided and installed as described in this or other parts of the Construction Documents. a. Install boxes or housings necessary for conduit and wire to controls, excluding items to be installed in piping, ducts, tanks, machinery, solenoid valves, pressure switches, aquastats, or similar devices. b. These items are specified for installation in other sections. Connecting wiring is specified in this Division. c. Temperature control equipment and water heater will be furnished. Installed and tested under provision of Division 15 and wired under provisions of Division 16. 5. Control wiring in separate conduit between HVAC sensing devices and control panels or motors, shall be installed under this Division after verification from approved shop drawings of the required locations and connections. 100%Submittal 16100-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 6. All motors, unless otherwise specified herein shall be furnish and set in place under provision of Division 16. 7. Seal penetrations through fire rated floors or walls with fire resistant compound as specified in Section 07840. 8. Connect electrical equipment and devices as parts of the equipment or furniture furnished under other sections. 9. Comply with provisions of Instructions to Bidders and General Conditions and Section 01340. C. Tradesperson Qualifications: 1. Contractor shall provide or cause to be provided by the appropriate subcontractors in the electrical trade for all work required by this Division 16, a ratio of one licensed master or journeyman for every three trainees at all times as those terms are defined by Chapter 10 of the Miami-Dade County Code. No other workers shall be allowed. 2. Where the work of these trades is subcontracted: a. The contractor shall include this requirement in those subcontracts. b. The subcontractor shall show capacity to bond the subcontracted work. The decision to require such bond to be issued remains with the general contractor. D. To ensure compliance with the above tradesperson qualifications requirement, the General Contractor shall require the trade subcontractor to submit with each draw request, and shall in turn submit with the General Contractor's draw request, a certified payroll identifying each tradesperson employed for the work of this section during the payroll period, the qualification level of each tradesperson, and where licensed as a Master or Journeyman the license number of each individual. 1. This certified payroll shall also reflect the number of hours spent on this project performing the work of this section and shall reflect the appropriate ratio of qualified tradespersons as required by this section. 2. Failure to comply with this section either in providing the appropriate number of required licensed personnel or failure to submit the appropriate certified payroll information as required herein shall be a major breach of the contract and shall result in rejection of the payment application where the breach occurs and be cause for termination of the contract. 1.2 SUBMITTALS A. Manufacturer's Data: 1. Complete list of materials to be furnished under this section. 2. Manufacturers' specifications and other data required to assure specification compliance. 3. Catalog cuts, clearly marked for identification of items to be provided, including disconnects, breakers, fuses, starters, lighting fixtures, transformers, or other materials not requiring specially prepared Shop Drawings. 100%Submittal 16100-2 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Within thirty (30) days of Notice-to-Proceed, submit in loose-leaf bound form and indexed properly, at least ten (10) copies of shop and detail drawings, factory certified prints and material lists for items included but not limited to those listed below: 1. Panelboards. 2. Disconnect switches, motor starters, fuses, time clocks, contactors and relays. 3. Transformers. 4. Terminal cabinets. 5. Wiring devices and plates. 6. Luminaires, dimmers and accessories. 7. Conduit, fittings, supports, pull boxes, wire and cable. C. Shop Drawings for nonstandard items, including but not limited to anchoring layouts and details, lighting fixtures, or similar products. PART 2 PRODUCTS 2.1 HARDWARE A. Provide all hardware, accessories and fittings for the intended use, and to complement the items with which they are used. All materials shall have corrosion protection suitable for the atmosphere in which they are installed. All such hardware shall be U. S. Standard Size. 2.2 EQUIPMENT A. Ensure that equipment of a similar nature are of the same manufacturer. Example: All panelboards are of the same manufacturer and of the same style. 2.3 MATERIAL PROTECTION A. Store and protect all materials from damage prior to installation. Do not store materials directly on the ground or floor and keep as clean and dry as possible and free from damage or deteriorating elements. Do not install damaged materials. 2.4 ELECTRIC SHOCK PROTECTION A. Provide ground fault protection in all temporary services. PART 3 EXECUTION 3.1 INSTALLATION A. Factory paint or finish all enclosures, panels, cabinets, relays, safety switches, fixtures, gutters and other exposed equipment or accessories except as indicated otherwise. 100%Submittal 16100-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Group mounted items shall be similar in finish and color. 3.2 IDENTIFICATION A. Tag all conductors and identify major conduits in or at wire-ways, panels, pull boxes, switchboards, motor controllers, cabinets and similar items to assist in future circuit tracing. Conductor tags: non-conductive. B. Use Paint markers, or other approved methods except as indicated otherwise. C. All junction box covers shall be labeled on both sides indicating type of system and voltage. D. All gutters, terminal cabinets, starters, transformers, switchboards, panels and disconnects shall be identified with stencil labels indicating type of system, voltage, panel circuit designation and equipment being serviced. Provide screw on engraved white on black phenolic nameplates or permanent labeling for panelboards, switchboards and similar equipment(Do not use markers). 3.3 TESTS A. Show by demonstration in service that all circuits and devices are in good condition to operate. B. Test that each item of control equipment will function. C. Test all circuits for grounds, shorts and continuity. D. Provide all materials and equipment necessary for testing. 3.4 DEMONSTRATION A. Demonstrate the essential features of the following electrical systems upon completion of satisfactory testing: 1. Emergency System. 2. Lighting System. 3. Motor Control. 4. Contactors. 5. Electrical Motors and Starters. B. The demonstration by the Contractor shall be held in the presence of the Owner or his designated. 1. Demonstrate how to "start-stop", reset, replace and emergency procedures. 2. Demonstrate one system at a time. 3.5 CONTRACT CLOSEOUT SUBMITTALS A. Record Drawings. 100%Submittal 16100-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Warranties. C. Operating Instructions, maintenance manuals, and parts lists. D. Point-to-point wiring diagrams. 3.6 DELIVERY, STORAGE, AND HANDLING A. Delivery and Storage: 1. Deliver materials to jobsite in their original unopened containers with labels and certifications intact and clearly legible at time of use. 2. Store materials according to manufacturers' recommendations and as approved by A/E. B. Replacement: In case of damage, pilferage, or other loss, make immediate repair or replacement of materials necessary to obtain approvals of A/E, without cost to the Owner. C. Protection: Use necessary means to protect materials of this section before, during, and after installation, including protection of installed work and materials of other trades. END OF SECTION 100%Submittal 16100-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 16112 RACEWAYS AND CONDUIT PART 1 GENERAL 1.1 SUMMARY A. Provide all labor, materials, equipment and services necessary to complete the conduits, fittings and support work, as indicated on the drawings, and as specified herein. B. All materials provided under this section shall be listed by an OSHA-approved, Nationally Recognized Testing Laboratory (NRTL). 1.2 RELATED SECTIONS: 1. 01150 - Mechanical and Electrical Coordination 2. 02221 - Excavating, Backfilling, and Compaction for Utilities. 3. 02200 - Earthwork 4. 07840 - Firestopping and Smoke Sealing. 5. 07900 - Joint Sealers. 6. 09200 - Metal Studs, Metal Lath, Suspensions Ceilings, Plaster, and Stucco. 7. 09900 - Painting. 8. 10400 - Identifying Devices. 9. 16120 -Wire and Cable. 10. 16131 - Outlet, Pull, and Junction Boxes. 11. 16450 - Grounding. 1.3 SUBMITTALS A. Submit product data depicting manufacturer's literature, including printed installation instructions, and recommendations before starting work. Submit samples if requested. B. Shop Drawings: 1. Submit shop drawings and product data under provisions of Section 01330 Shop Drawings and Product Data and samples. 1.4 QUALITY ASSURANCE A. Electrical Component Standard: Components and installation shall comply with NFPA 70 - National Electrical Code - (NEC —2011 Edition). 100%Submittal 16112-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 PART 2 PRODUCTS 2.1 MANUFACTURERS A. Fibrated Emulsion Conduit Coatings: 1. Karnak Chemical Corp., 220 Fibrated Emulsion. 2. Monsey Products Co., Monsey Asphalt Emulsion Roof Coating Fiber. 3. Sonneborn Building Products, Hydrocide 700B. 2.2 EQUIPMENT A. Conduit shall be sized according to NEC, unless otherwise noted. Feeders and home runs shall not be less than 3/4" diameter. B. Rigid Conduit: 1. Galvanized Rigid Steel Conduit (GRS): Hot dip galvanized or electro- galvanized, with corrosion resistant coating on the inside, threaded, standard weight steel conduit complying with Federal Specifications VVW-C-581, ANSI- C80.1, UL-6 and Article 344 of the NEC. 2. Intermediate Metal Conduit (IMC): Hot dip galvanized or electro-galvanized, threaded, steel conduit complying with ANSI C80.6 and Article 342 of the NEC. 3. Rigid Non-Metallic: Schedule 40, PVC plastic 90 degrees C. complying with ANSI/UL 651, and Article 352 of the NEC. C. Electrical Metallic Tubing (EMT): 1. Galvanized steel tubing with smooth interior coat of lacquer enamel or zinc coat. 2. Comply with Federal Specifications VVW-C-563, ANSI-C80.3, UL 797 and Article 358 of the NEC. D. Flexible Metal Conduit: 1. Steel: Flexible galvanized steel conduit (Greenfield) complying with Federal Specification WW-C-566, ANSI C33.92, UL 360 and article 348 of the NEC. 2. Liquid tight flexible metal conduit shall consist of a core of flexible galvanized sheet tubing over which is extruded an oil resistant and liquid-tight jacket of polyvinyl chloride (PVC), complying with Article 350 of the NEC. 3. Minimum size for flexible metal conduit shall be 1/2". E. Conduit Fittings: 1. Rigid Steel Conduit and Intermediate Metal Conduit: Zinc or cadmium plated steel or galvanized malleable iron complying with ANSI listings. Fittings shall be threaded type. Bushings for Rigid Steel Conduit: 1-1/4 inch and larger, provide the threaded grounding insulated type. Insulating inserts: Thermo- setting plastic or fiber material which conforms to the flame test requirements 100%Submittal 16112-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 of UL 514, molded or locked into the metallic body of the fitting. The grounding means may be either pressure type wire terminals or copper grounding lugs. 2. Rigid PVC conduit: 90 degrees C., PVC fittings UL listed. Fittings shall match conduit and complying with ANSI/UL listings. 3. EMT fittings: Zinc or cadmium plated steel or malleable iron of the compression type or steel multiple point locking (set screw) type. Couplings and connectors for EMT: Made of steel only, rain and concrete tight, and be gland, rolled steel set screw or compression type. Provide all connectors with insulated throats. Fittings larger than 2 inches: Concrete tight only. Fittings shall comply with ANSI listings. 4. Flexible metal conduit fittings: Steel or malleable iron only with insulated throat, complying with Fed. Spec.W-F-406B. 5. Fittings for Liquid-Tight Flexible Conduit shall incorporate a threaded grounding cone, a steel or plastic compression ring and a gland for tightening and shall be made of steel only with insulated throats. 6. Bushings and connectors shall incorporate an insulating insert of at least 150 degrees C. rated plastic or 105 degrees C. rated nylon. Conduit bushings made entirely of nonmetallic material are not allowed. Grounding and bonding bushings shall have clamp type terminal for copper conductor. 7. Expansion Fittings and Sealing Fittings: Shall be listed by a NRTL, with ground continuity means. Expansion fittings shall be deflection and expansion type. 8. Conduit sleeves shall be galvanized steel, cast iron, plastic or ductile iron pipe when they are located in concrete walls, foundations or floors. 9. Die cast zinc alloy fittings are not allowed on any type of conduit. F. Conduit Supports: 1. Pipe Straps: Formed zinc coated steel or malleable iron one-hole pipe straps or conduit clamps sized for conduits or tubing. Individual and multiple pipe hangers and riser clamps including all parts and hardware: hot-dipped galvanized throughout. Provide all U-bolts, clamps, attachments and hardware for hanger assembly and conduits. Design each multiple hanger to support load equal to or greater than the sum of the weights of the conduits, wires and hangers itself, plus 200 pounds. Hangers and hardware: Federal Specification WW-H-171 d. Manufacturers shall be Allied Tube, Triangle Conduit or Carlon products. 2. Fastenings: Zinc coated or cadmium plated steel screws, bolts, toggles, and expansion anchors as required. Nailin or nail-n anchors are not allowed. 3. Electrical steel channels shall be equivalent to Unistrut P-3000 Series. Provide trapeze, clamps, supports, concrete inserts, galvanized steel or plated steel with galvanized conduit clamps, and threaded 1/4" diameter minimum suspension rods. 4. For individual branch circuit EMT or flexible metal conduit concealed above accessible hung ceilings only, "caddy clips" spring steel conduit clamps. G. Conduit Coatings: Steel conduit buried directly in the earth shall receive a factory applied PVC coating or 2 coats of fibrated emulsion conduit coating. Comply with manufacturer's application recommendations. 100%Submittal 16112-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 H. Surface Raceways: Use only where specifically indicated. NRTL listed and comply with Fed.Spec.W-C-582, and Articles 376 of the NEC. 1. Manufacturers: a. Walker, Division of Butler Manufacturing Co. b. Wiremold. 2. Pull Wires (Pull String): Galvanized steel or nylon rope of sufficient strength to pull in the maximum size conductors through trade size conduit. Minimum strength shall be 200 lbs. 3. Non-metallic surface raceways are allowed in limited use on renovation projects, and only with prior approval from of Owner Facilities Design and Standards. I. Wireways and Auxiliary Gutters: 1. Hot dip galvanized code gauge sheet steel, complete with knockouts, enclosures, and removable covers unless indicated as hinged. a. Manufacturers: 1) Hoffman. 2) Keystone. 3) Square D. 2. Exterior locations shall have weather-tight gasketed covers, joints, and drip- proof rain shields. Paint after installation with exterior enamel paint. 3. Wireways and gutters shall comply with NEC requirements. PART 3 EXECUTION 3.1 EXAMINATION A. Do not proceed with the work of this Section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Provide where indicated and where required, ducts, conduits, tubing, wireways, and gutters to form a complete and integrally grounded raceway system. The system shall be installed according to NEC and local code requirements. Components of the system shall be of sufficient size, strength, and capacity to allow for placements, pulling-in, or other installation of conductors, wires, cables, splices, taps, and terminations whether included in this Contract or for future use without strain or damage to those items being installed. 100%Submittal 16112-4 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Provide pull wires in empty raceways where no conductors are installed in this Contract. Allow 10 inches minimum slack at each end of pull wire and securely caulk in place. Provide marking tags showing opposite destination noting building and closet number at each end. C. The minimum size of rigid conduit, EMT, and flexible metallic conduit shall be according to NEC except as follows: 1. Unless otherwise specified under"Products" or shown on the Drawings. 2. Unless otherwise shown on the Drawings, telephone conduits shall be not less than one inch (1") trade size. 3. Feeders and homeruns shall not be less than 3/4" diameter. D. Check sizes of raceways to determine the green equipment ground conductor specified, shown, or required can be installed in the same raceway with phase and neutral conductors according to the percentage of fill requirements of NEC. If necessary, increase the duct, conduit, tubing, or raceway sizes shown or specified to accommodate conductors without additional cost to Owner. E. Raceway and Conduit Locations: Unless indicated otherwise, conduit types specified shall be used in the following locations. Any deviation from this schedule shall be submitted for approval with corresponding price adjustments before installation. Any conduit installed and not of the specified type shall be removed and replaced with the specified type at no additional cost to Owner. 1. Exterior Raceways: a. Below Grade: 1) Below Grade Direct Buried: a) Galvanized rigid steel (GRS), painted or PVC jacketed. b) PVC Schedule 40, as noted on plans. 2) Below Grade Concrete Encased: a) GRS. b) PVC Schedule 40. b. Exterior Exposed —Wet Locations: 1) GRS conduit. 2) IMC conduit. 3) PVC flexible conduit, PVC jacketed with liquid tight fittings. 4) Gutters, wireways, and troughs of the gasketed, raintight type. c. Exterior Exposed — Damp Locations: 1) GRS or IMC conduit 2) PVC flexible conduit, PVC jacketed with liquid tight fittings. 100%Submittal 16112-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3) EMT conduit with steel fittings minimum of 8 feet above finished floor. 4) Gutters, wireways and troughs of the gasketed type. 2. Interior Raceways: a. Under Slabs on Grade: 1) GRS (painted or PVC coated). 2) PVC Schedule 40, with 12 inches clear to bottom of slab. b. Embedded in Concrete Walls or Floor On or Below Grade: 1) PVC or GRS with threaded or concrete tight steel fittings. c. Embedded in Concrete Walls or Floors Above Grade: 1) PVC Schedule 40. 2) GRS or IMC with threaded or concrete tight steel fittings. 3) EMT with concrete tight steel fittings. d. Concealed in Masonry Walls: 1) GRS or IMC with steel fittings. 2) EMT with concrete tight fittings. e. Concealed in dry wall construction, or in suspended ceilings: 1) EMT or flexible metal conduit with steel fittings. f. Interior Exposed: 1) GRS or IMC at 8 feet or less above finish floor. 2) EMT with steel fittings more than 8 feet above finish floor. 3) Option: EMT installed below 8 feet from floor in electrical, mechanical, and telephone rooms. 3. Sealing fittings shall be installed at the following points and as otherwise indicated: a. Where conduits enter or leave hazardous areas and enclosures for explosion-proof lighting fixtures, switches, receptacles, etc., use sealing compounds according to NEC of a type approved for the conduits. b. Where conduits pass from warm locations to cold locations, such as refrigerated spaces and air conditioned spaces, use to prevent passage of water vapor. c. Where required by the NEC. 4. PVC conduit shall not be used indoors either exposed or concealed, except embedded in concrete or under slabs on grade. 100%Submittal 16112-6 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 a. The depth of conduits under interior slabs shall be based on the minimum allowable bending radii of stub-ups and NEC requirements. b. Stub-ups on exterior and exterior walls shall be GRS, with transitions from PVC to GRS occurring below grade. Curves to stub-ups shall be GRS. c. PVC conduit elbows into in-ground handholes are acceptable. d. PVC Indoor Exception: Exposed in the Main Electrical Room for protection of the main electrical grounding conductor. F. Raceway and Conduit Installation: 1. Conduit Routing: a. Route feeders, homeruns, and conduits as indicated on drawings, except for minor deviations as accepted by the NE. b. Maintain a minimum separation of 12 inches between conduits containing emergency feeders and conduits containing normal feeders. c. The routing of conduits, as shown on the plans, is general and diagrammatical. d. Before installing any work, examine the working layouts of all other trades to determine exact locations and clearances. e. Where equipment is installed by other trades requiring connection as specified in this section, determine exact conduit entry locations from the approved shop drawings. f. Modifications to conduit runs shown on the electrical drawings, based on this section, shall be made without additional cost to Owner, and shall be subject to NE approval. g. In determining clearances, conduit shall not be run within 6 inches of any heated pipe or duct, or if unavoidable, the conduit must be kept at least 1 inch from the outer covering. h. Directional Boring: 1) The use of directional boring meeting NEC requirements is acceptable as a cost savings feature, per condition basis with prior written approval by Owner Facilities Design and Standards. 2) Directional boring shall not be used in sandy and/or loose stone soil conditions. 2. Conduits In Finished Spaces: a. Conduits, fittings, outlet boxes, and pull boxes shall be concealed in ceilings, floor slabs, walls, or partitions of the buildings. b. Provide sufficient space at concealed conduits over conduit and coupling for the applications of finished floor, walls, and ceilings. c. Examine the Drawings, and if necessary, confer with the NE to determine the type of construction containing the concealed conduits and the space available for such conduits. d. Unless otherwise shown on the Drawings, conduit may be run exposed on unfinished walls, on un-furred basement ceilings, in mechanical rooms and in penthouses, attics, and roof spaces. 100%Submittal 161 12-7 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3. Roof Conduit: a. Avoid running conduit on the roof wherever possible. b. If absolutely necessary, roof mounted conduit shall be GRS, a minimum of 16 inches above roof. Coordinate with roofing specifications for penetration and support requirements. 4. Conduits Penetrating Waterproof Membranes Under Floor Slabs on Grade: a. Coordinate installation of conduits before installation of waterproof membrane. b. Membrane to be sealed waterproof to conduits as specified in Section 07120 before pouring of slab over membrane. c. Provide Schedule 40 galvanized steel pipe sleeves for conduits penetrating floor slabs as specified in the section of the Master Specifications applicable to the Project. 5. Conduits Penetrating Waterproof Membranes on Walls: Provide properly coordinated Schedule 40 galvanized steel pipe sleeves for conduits in concrete forms as specified in the section of the Master Specifications applicable to the Project. Membrane to be sealed waterproof to conduits as specified in the section of the Master Specifications applicable to the Project. 6. Conduit Embedded in Concrete: a. Conduit embedded in poured concrete shall be of the specified type, unless otherwise indicated. b. Metallic conduit buried in the ground shall be of the specified type and painted with a rust inhibitor. c. The outside diameter of any conduit buried in concrete shall not exceed one-third of the thickness of the structural slab, wall or beam in which it is placed. The conduit shall be located entirely within the middle third of the member whenever possible. d. Lateral spacing of conduits buried in concrete slabs shall be not less than three diameters except where drawings indicate the concrete slab has been specially designed to accommodate a closer spacing of conduits entering signal or electric closets, panelboards, etc., or the arrangement is accepted by the A/E. e. In general, conduits shall not be run through beams, except where clearly indicated on the drawings, specified, or where allowed by the NE. Specifically note such conditions on shop drawings for NE review. f. No vertical conduit passing through horizontal concrete beams shall interfere with reinforcing. Where accepted by the NE, horizontal conduit may pass through beams, provided they are not closer than 6 inches clear and are confined to upper half of beam section. g. Properly support conduit to be embedded to maintain correct location and spacing during concreting operations. If necessary, provide suitable metal supports for this purpose. h. Where a concrete embedded conduit passes through an expansion or contraction joint in the structure, install the conduit at right angles to the 100%Submittal 16112-8 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 joint, and provide an approved conduit expansion fitting at the joint installed according to the manufacturer's instructions. Paint the conduit with an approved bituminous compound for 1 foot on either side of the expansion joint. i. Conduits concealed in slabs on grade shall be installed over vapor barrier. Underground rigid conduit not encased in concrete shall receive the specified conduit coating. j. Factory applied plastic resin or epoxy coated metal conduit and fittings may be used, provided that coating holidays and abrasions to coating are repaired with compatible mastic. k. At any 1 point, not more than 2 lines of conduits shall intersect in any portion of slab. 1) In all such cases, any additional conduit shall be rerouted through other areas, or run under the slab and stubbed through the slab at the required locations. 2) Conduits and pipes shall have a minimum cover of 1 inch of concrete. 3) Do not install conduit in slabs 3 inches thick or less. 4) Under no conditions shall aluminum conduit be buried in concrete slabs. 5) Conduits installed in slabs and rising CMU walls shall be stubbed within webbing of block and shall be extended vertically concurrently with laying of block. 7. Conduit Bending, Cutting, and Placement: a. Conduit bends and offsets shall be avoided where possible. b. Required bends shall be made with standard benders designed for the purpose and with a minimum radius of 6 times the internal conduit diameter. c. Make conduit bends according to the NEC unless otherwise shown on the contract Drawings. Use of a pipe tee or vise for bending conduit is not allowed. d. Conduit crushed or deformed shall not be installed. e. Bends shall be free from dents or flattening. Bends more than 360 degrees are not allowed in conduit between any 2 terminations of pull boxes, as per NEC requirements. f. Make no bend in surface raceways. Use factory formed fittings for surface raceways. g. The ends of conduit shall be carefully reamed out free from burrs before installation and after threading. 1) Cuts shall be made square. 2) Coupling of conduit by means of running threads is not allowed. 3) Where it is impossible to run the conduit and coupling sections together, an Erickson coupling or other accepted combination coupling shall be used. 4) Joints shall be made up mechanically tight. 100%Submittal 16112-9 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 5) Joints in conduits concealed in slab, floor fill, earth, etc., shall be made using approved silicone paint on threads. h. Prevent lodgement of plaster, dirt, or trash in raceways, boxes, fittings, and equipment during course of construction. Clogged raceways shall be entirely freed of obstructions or replaced. i. During installation of conduit, unfinished runs and terminations in pull boxes, cabinets, etc., shall be capped until conductors are installed. j. Plastic caps designed for this specific purpose shall be used to cover and align conduits before concrete pours and shall remain on conduit stub- ups until conduit is extended. Caps shall have self-aligning, interlocking male or female wings molded on each side. Duct or electrical tape and wire are unacceptable. 8. Conduit Connections: a. Conduit and EMT runs shall be mechanically and electrically continuous from service entrance to outlets. Unless otherwise specified, each conduit shall enter and be securely connected to a cabinet, junction box, pull box or outlet box by means of a locknut on the outside and a bushing on the inside or by means of a liquid-tight, threaded, self-locking, cold-weld type wedge adapter. Where nominal circuit voltage exceeds 250 volts: 1) In rigid conduit, an additional locknut shall be provided, 1 inside locknut and 1 outside locknut. 2) In EMT or flexible metal conduit, the 1 locknut shall be made wrench- tight. 3) Locknuts shall be the bonding type with sharp edges for digging into the metal wall of an enclosure and shall be installed to provide a locking installation. 4) Locknuts and bushings or self-locking adapters will not be required where conduits are screwed into tapped connections. 5) Conduit bushings for power and branch circuits in sizes larger than 1 inch shall be metal and for sizes 1 inch or smaller may be PVC. Conduit bushings for all low voltage conduit sizes may be PVC. 6) Protect vertical runs of conduit or EMT terminating in the bottoms of wall boxes or cabinets, etc., from the entrance of foreign material before the installation of conductors. b. Plastic conduit joints shall be made by brushing a plastic solvent cement on the inside of the plastic coupling fitting and on the outside of the conduit ends. Slip together the conduit and fitting, until seated, with a slight twist to set the joint tightly, and the conduit then rotated one-half turn to distribute the cement evenly. Remove excess cement built-up on the surface of the conduit. c. The end of each conduit one inch and smaller shall be provided where it enters a junction box, outlet box, cabinet, etc., with the locknut and bushing. For conduits 1-1/4" and larger, use insulated bushings with ground stud. If insulated bushings are of the fully insulated type, use additional locknuts inside the junction box or cabinet before installing the 100%Submittal 16112-10 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 bushing. Provide conduit entering main distribution switchboard feeder pull boxes with insulated bushing with ground stud regardless of size. d. Install the conduit system complete before any conductors are drawn in. Each run of conduit shall be blown through and swabbed after plaster is finished and dry, and before conductors are installed. e. Install conduit to drain any moisture, collecting in the conduit, to the nearest outlet or pull box, where possible. f. Where metallic conduit is exposed to different temperatures, seal the conduit to prevent condensation and passage of air from one area to the other. g. Light and power conduit shall run from a permanent and continuous ground return back to the service ground connection point. Conduits used on systems entirely isolated from the light and power distribution system shall be electrically continuous and grounded in an approved manner. Ground cable trays to the conduit system. 9. Conduit Penetrations and Supports: a. Sleeves, conduits, or other pipes passing through floor slabs, beams, or walls shall be located to not impair the strength of the structure. b. Conduits penetrating the walls or smoke partitions shall be fire stopped (sealed). Filling materials for openings in floors shall be fire-resistive, and finished to prevent passage of water, smoke and fumes. Filling material for openings in walls shall be fire-resistive where it occurs in fire walls, and shall be installed to prevent the passage of air, smoke or fumes. Where conduit and wiring pass through fire walls or floor slabs, the Contractor shall fill the opening with fireproof sealant, as specified in Section 07840. c. Roof penetrations shall be made using approved flashings and counter- flashings. Do not penetrate cant strips or expansion joint covers with conduits. Do not run conduits up through roof nearer than 12 inches from toe of cant strip. Where conduits penetrate exterior walls near flashings, penetration shall be at least 3 inches above the flashing reglet. d. Where conduits passing through the openings are exposed in finished rooms, the finishes of the filling materials shall match and be flush with the adjoining floor, ceiling, or wall finishes. e. Where unused sleeves or slots are provided for future installation of conduit, etc., they shall be suitably identified if not readily recognizable. f. EMT and conduits not embedded in concrete or masonry shall be securely and independently supported so that no strain will be transmitted to outlet box and pull box supports, etc. Supports shall be rigid enough to prevent distortion of conduits during wire pulling. g. Run conduits exposed in unfinished spaces, mechanical equipment spaces, where specifically indicated on the Drawings, or with the expressed permission of the A/E. 1) Feeder conduits shall be run exposed or in hung ceilings, except as noted. 2) Where exposed conduits are installed, they shall be run parallel to the building walls or partitions, using approved conduit fittings. 100%Submittal 16112-11 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3) Exposed conduits shall be securely supported with malleable iron pipe straps, angle iron pipe straps, angle iron or steel channel racks or other approved means as required for clearance of other piping or ductwork. 4) Wood hangers and perforated sheet metal hanger straps are not allowed. 5) Spacing of conduit supports shall not exceed 7 feet. 6) Horizontal feeder conduit banks shall have their hangers fastened to the building structure by approved means. 7) Hangers for banks consisting of 1 or 2 conduits may be fastened from inserts in the slab. 8) Auxiliary steel for fastening shall be furnished and installed under this section. h. Support individual conduits not larger than 1-1/2" diameter by means of one-hole pipe straps or individual pipe hangers. Support individual horizontal conduits larger than 1-1/2" diameter by individual pipe hangers. i. Conduit located in hung ceilings shall be supported in approved manner similar to exposed conduits. j. Branch circuit conduits above suspended ceilings may be supported from the floor construction above or from the main ceiling support members, however, the finished installation shall not interfere with the removability of ceiling panels. Individual branch conduits above suspended ceilings with removable panels may be supported from the ceiling suspension wires provided the load imposed on any individual wire is not greater than 64 pounds, including the ceiling weight. k. Unsupported vertical drops over 10 feet from bus ducts or at motors shall be in rigid steel conduit. For vertical drops of less than 10 feet EMT may be used. Brace conduit to prevent swaying. I. Space conduits installed against concrete or masonry surfaces away from the surface by clamp backs or other approved means. m. In dry locations, spring steel fasteners, clips, or clamps specifically designed for supporting exposed single conduits may be used instead of pipe straps or pipe hangers. 1) Hanger rods used with spring steel fasteners shall be not less than 1/4" diameter steel with corrosion resistant finish. 2) Spring steel fasteners shall be specifically designed for supporting single conduits or EMT 3) Type, size and spacing of spring steel fasteners with accessories shall by approved by the A/E and the Contractor. 4) Submit applicable load and rating data for approval. 5) Wire shall not be used for support. 6) Nails are not allowed for the support of conduit. n. Where 2 or more horizontal conduits or EMT run parallel and at the same elevation, they shall be supported on multiple trapeze pipe hangers. Each conduit or EMT shall be secured to the horizontal hanger member by a U- bolt, one-hole strap, or other suitably designed and approved fastener. 100%Submittal 16112-12 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 o. U-bolts, clamps, attachments, and other hardware necessary for hanger assembly, and for securing hanger rods and conduits shall be provided. Each multiple hanger shall be designed to support a load equal to or greater than the sum of the weights of the conduits, wires, hanger, plus 200 pounds. Hardware shall be hot-dip galvanized after fabrication. 10. Fittings: a. Expansion Fittings: Each buried conduit in or rigidly secured to the building construction on opposite sides of a building expansion joint and each long run of exposed conduit that may be subject to excessive stresses shall be provided with an expansion fitting. Expansion fittings shall be made of hot dip galvanized malleable iron and shall have a factory installed packing that will prevent the entrance of water, a pressure ring and a grounding ring. b. In addition to the grounding ring, a separate external copper bonding jumper secured by grounding straps on each end of the fitting shall be provided. c. Sealing Fittings: Sealing fittings for use with rigid steel conduits shall be of the threaded, zinc or cadmium coated, cast or malleable iron type. Fittings used to prevent passage of water vapor shall be of the continuous drain type. d. Sealing fittings shall be installed and sealed according to the manufacturer's recommendations at suitable, approved, accessible locations. In concealed work, each fitting shall have an access door or panel to allow access to the fitting. e. Set screw and compression steel fittings shall be made up mechanically tight according to manufacturer's recommendations. 11. Conduit Fastening: Fasten raceways as follows: a. To Wood: Wood screws, sheet metal screws, or screw type nails. b. To Hollow Masonry: Toggle bolts or expansion bolts as required. Holes not used to be filled. c. To Concrete or Solid Brick Masonry: By steel expansion bolts. Holes drilled to a depth of more than 1-1/2". d. To Steel Work: Machine screws, welded threaded studs, or spring-tension clamps. Raceways or pipe straps shall not be welded to steel structures. e. To Light Steel Construction Partitions: Sheet metal screws. Bar hangers may be attached with saddle ties of 16 gage double strand zinc-coated steel wire. f. Explosive charge setting devices are not allowed for any type of fastening on the project. g. Conduits, tubing, or raceways shall be continuous from outlet to outlet, cabinet, junction box, or pull box. h. Surface Wireways and Auxiliary Gutters: Fasten according to manufacturer's directions with fastenings appropriate for surface as specified. i. Cable Supports in Vertical Raceways: According to NEC Article 300-19. 100%Submittal 16112-13 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 12. Flexible Conduit: a. Flexible conduits shall be used for connections to motors and other electrical equipment when it is subject to movement, vibration, misalignment, cramped quarters, or where noise transmission is to be eliminated or reduced. Flexible conduit used to meet the above requirements shall be of the liquid-tight type when installed under any of the following conditions: 1) Exterior locations. 2) Moisture or humidity laden atmosphere where it is possible for condensation to accumulate. 3) Corrosive atmospheres. 4) Where water or spray due to wash-down operations is frequent or possible. 5) Wherever there is a possibility of seepage, dripping, etc., of oil, grease, or water. b. Flexible conduit shall be used for short connections to control devices, recessed fixtures, and similar items with enough slack to avoid tension. Connection between structure and first point of attachment to vibrating equipment shall be flexible. 13. Empty Conduits: Where empty conduit or tubing is indicated for wiring to be installed in future by utility company or by separate contract, install conduit or tubing according to previous requirements for conduit and tubing with following additional requirements: a. No length of run shall exceed 75 feet for 1/2" size, 100 feet for 3/4" size, and 150 feet for 1 inch or larger sizes. b. Raceways shall not contain more than four 90 degree bends or equivalent. c. Install additional pull or junction boxes to comply with above limitations, whether or not indicated. d. Inside radii of bends in conduits of 1 inch or larger shall be not less than 10 times nominal diameter. e. Provide pull wire in empty raceways. 14. Painting: Paint exposed conduit to match the surrounding wall or ceiling it is mounted against according to Section 09900 Painting. 3.3 FIELD QUALITY CONTROL A. Grounding: Test cable trays to ensure electrical continuity of bonding and grounding connections. END OF SECTION 100%Submittal 16112-14 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 16120 WIRE AND CABLE PART 1 GENERAL 1.1 SUMMARY A. Provide all labor, materials equipment and services necessary to complete for the Wire and Cables work, as indicated on the drawings, and as specified herein. B. Related Sections: 1. 01150 - Mechanical and Electrical Coordination 2. 16112 - Raceways and Conduit. 3. 16155 - Motor Power and Control Wiring. 1.2 SYSTEM DESCRIPTION A. All materials shall be listed by an OSHA approved Nationally Recognized Testing Laboratory (NRTL). B. Provide wires and cables comprised of copper conductors under provisions of the American Society for testing and materials (ASTM) and insulated Power Cable Engineers Association (IPCEA) Standards. 1.3 SUBMITTALS A. Submit shop drawings, product data, and descriptive literature before starting work, and as specified in other section of the Master Specifications applicable to the project. B. Delivery, Storage and Handling shall conform to Section 16100, Basic Materials and Methods". Deliver, store, and handle all wire and cable in complete coils, boxes, or reels with manufacturer's name and approval tag attached. Tag to indicate wire size and type of insulation. PART 2 PRODUCTS 2.1 EQUIPMENT A. Wire and Cable: 1. Wire and cable shall be soft annealed 98 percent conductivity copper with 600 volt A.C. thermoplastic insulation unless otherwise noted. 2. Wire and cable shall be new and manufactured not more than 12 months before installation. 3. Each coil or reel shall bear UL label and wire marked with AWG or circular mil wire size, voltage rating, insulation type, type stranding, and the manufacturer's name. 100%Submittal 16120-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 4. Unmarked wire found installed shall be replaced at no additional cost to Owner. 5. Wiring shall comply with NEMA WC-5, NEMA WC-7, IPCEA S-61-402 and IPCEA S-66-524. B. Light and Power Wiring Circuit Conductors: 1. Light and power wiring circuit conductors may be stranded in sizes No.10 AWG and smaller, and concentric strand Class B for conductors No.8 AWG and larger. 2. Stranded copper conductors may be used for final connections to individual recessed lighting fixtures, devices, and for control and signal circuit wiring only with crimp-on type terminations. 3. Do not use stranded wire for wiring to receptacles, unless insulated crimp-on connectors are installed on the wiring ends. C. Wiring Insulation shall be as follows: 1. Lighting and receptacle branch circuit protected at no more than 20 amperes: solid copper having THHN/THWN-2 insulation, in trade size #12 AWG rated 600 volts, 90 degrees Centigrade in dry and wet locations. 2. All control and alarm wiring: type THHN/THWN-2 stranded copper in trade size #14 or smaller, rated 600 volts, 75 degrees Centigrade in dry and wet locations. 3. Unless otherwise specified or shown, all other branch or feeder conductors: stranded copper having THHN/THWN-2 insulation, in trade sizes No. 10 AWG TO 600 MCM, inclusive. 4. Provide, where required, the following types of insulation and meet the requirements specified below: a. Type AVA: under provisions of Federal Specifications J-C-30. b. Type SF-2: 2/64 inch thick silicone-rubber, 125° C minimum, with outer covering of heat-resisting glass braid. 5. Provide distinctive markings for the covering of wires and cables designed to meet the above specification so that they may be readily identified in the field. Provide a distinctive color code for the covering of the individual conductors for identification of individual conductors. D. Color Coding: 1. Color Code secondary service feeder and branch circuit conductors throughout the electrical system as follows: 208/120 Volts Phase 480/277 Volts Black A Brown Red B Purple Blue C Yellow White Neutral Gray Green Ground Green 100%Submittal 16120-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 On existing schools new wiring shall match color of existing phase wiring. 2. Conductors: a. As manufactured by Colonial Wire and Cable, Southwire Company, or American Insulated Wire and conform under provisions of NFPA and IPCEA. b. 98 percent conductive copper under provisions of Matheisen's Standard rated for 600 volts. c. Aluminum conductors are not acceptable. d. Stamped for voltage, type, temperature, size, etc. 3. All other colors (violet, traced, etc.) shall only be used for switch legs, control, or communication circuits. 4. Conductors for control wiring shall be color coded, using different color coding than the energy conductor coding specified above. Control wires shall be numbered. E. Minimum Wire Size shall be No.12 AWG for control over 200 feet, unless otherwise noted. Control wiring may be No.14 AWG if distance is less than 200 feet. 1. Fire alarms, CCTV, intercoms, and intrusion systems shall have cable and wiring according to manufacturer's specifications or as specified. F. Wire and Cable Connectors and Terminations: 1. For splices in branch circuit conductors solid or stranded size No.10 AWG and smaller, use UL listed soft plastic wire nut with sharp self-cutting interior threads, 3M Scotchlok, Ideal Supernut, or T&B Piggy of the size to match the wire. 2. For terminations of stranded or solid wire in size No.10 AWG and smaller at equipment terminals, use UL listed, tin-plated copper, 600 volt vinyl insulated compression type ring or fork type equivalent to T&B "Sta-Kon" or Burndy "Vinylug". 3. For No.8 AWG and Larger: T&B "Locktite" connectors, Burndy "Versitap" connectors, or OZ-Gedney solderless connectors, with insulating covers, tape or heat shrink insulation system. a. Terminations and splices in feeders may be made with solderless pressure type connectors complete with composition insulating covers, field insulating tape, or heat shrink insulation system. b. Connectors and lugs for 250 mcm cable and larger shall be of the 2-hole type and for compression type shall have at least 2 indents. c. Compression lugs and connectors shall be tin plated wrought copper, of size to match the cable. 4. Splices in underground exterior wiring shall be made fully waterproof by potting or encapsulating. 3M `Scotchcast' in-line resinpower cable splice kit or equivalent for wire sizes #4 AWG and larger, and 3M direct bury splice kit or 100%Submittal 16120-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 equivalent high impact, UV resistant tube pre-filled with water-resistant gel for wire sizes #6 AWG and smaller. Underground waterproof splice kits shall be listed by an OSHA approved NRTL. 5. Insulating tapes shall be of a type approved for the application and shall be flame retardant. Tapes shall be as manufactured by 3M or Bishop Electric. 6. Cable Ties: T&B "Ty-Rap" or Burndy "Unirap". 7. Cable Identification: Branch circuits wire markers 3M "Scotch Code" or accepted equivalent. For feeder sizes, non-ferrous metal stencil tags. 8. Thermal Fusion Connections: "Catalytic thermal weld" by Cadweld or accepted equivalent. 9. Arc/Proofing Tape a. A tape consisting of a flexible, conformable fabric of organic composition coated one side with a flame retardant elastomer. 1) Tape shall not support combustion, shall be self-extinguishing and shall retain not less than 65 percent of its original tensile strength when tested by the cut-strip method of ASTM. 2) Include test information of exposure to distilled water, 3 percent salt water, ultraviolet light and sunlight in compliance with ASTM requirements. 10. Control Wiring: a. Control conductors for 75 volts or less: #18 AWG stranded copper. b. Wiring: comply with NEC Art. 725 Class 1, Class 2, Class 3 Remote Control, Signaling and power limited circuits. c. Communication, sound and intercommunication conductors: 100 percent shielded. 11. Portable Cords: a. Stranded copper shall be listed by an OSHA-approved NTRL, and shall be resistant to water, acid, and alkalies. b. Provide each cord with one (1) green covered conductor to be used as the grounding conductor. c. 300 Volt: #14 AWG Type SJ. d. 600 Volt: #14 AWG Type SO. PART 3 EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 100%Submittal 16120-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3.2 INSTALLATION A. Wire and Cable Installation: 1. Wire and cable shall be suitably protected from weather or damage during storage and handling and shall be in first-class condition when installed. 2. Conductors shall not be pulled into conduit until raceway system is substantially complete. Wiring shall be continuous within conduit runs. Splices will be allowed only at outlet and junction boxes. Joints shall be mechanically and electrically secure. 3. Pulling lubricants, if used, shall comply with UL requirements for the type of conduit material and cable insulation being used. 4. Commercially produced wire lubricant may be utilized to ease wire pulling. Lubricant of a type to produce no deteriorating effect on conductor installation or on the interior of associated wire way and shall be approved by the wire manufacturer. 5. Care shall be taken to prevent cutting and abrasion of cable insulation during the pulling of feeders. a. Ropes used for pulling of feeders shall be made of polyethylene or other suitable nonmetallic material. b. Pulling lines shall be attached to conductor cables by means of either woven basket grips or pulling eyes attached directly to the conductors. c. Rope hitches shall not be used. d. Cables to be installed in a single conduit shall be pulled in together. e. Where polyethylene insulation is used and a pulling lubricant is required, the lubricant shall be certified by the manufacturer to be non-damaging to such insulation. f. Cables without a metallic sheath, the cable support: of the split wedge composition type with clamps each individual conductor firmly and tightens due to the weight of the cable. All boxes: hot-dipped galvanized after fabrication. 6. Do not bend cables during installation, either permanently or temporarily, to radii less than 12 times the outer diameters, except where conditions make the specified radius impracticable and shorter radii are allowed by the NEC and NEMA Standards. 7. Neatly and securely bundle conductors located in branch circuit panelboards, cabinets, control boards, switchboards, and motor control centers. Use nylon bundling straps. 8. Provide suitable installation equipment to prevent cutting or distortion of conduits during the pulling of feeders. Use masking or other means to prevent obliteration of cable identification when solid color coating or colored tracers are used. 9. Control wiring color codes, shall be of type as required by its equipment manufacturer. Interconnections of control wiring shall be on numbered terminal strips. 10. Where 2 neutrals are installed in same conduit, their sets of wiring shall be grouped and clearly identified by permanent tags or other means. 100%Submittal 16120-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 11. At each outlet, a loop or end-of-wire not less than 9 inches long shall be left for connection to lead. 12. Leading end of each conductor pulled shall be carefully examined for damage to jacket. If damage is evident, cable shall be extended and further checked for damage, with good cable only to remain. 13. Cables in junction and pull boxes shall be properly trained and racked. 14. Branch circuit wiring in panelboard gutters shall be installed vertically in the gutter with a 90-degree bend at the supply circuit breaker, wire shall enter the circuit breaker lug horizontally. 15. Install cable supports and boxes at vertical feeders and according to the schedule in the NEC. Boxes shall be built of heavy steel plates not less than No.10 USS gage fastened to an angle iron frame with removable covers secured by brass machine screws. The cable support shall be of the split wedge type that clamps each conductor firmly and tightens due to the weight of the conductor. 16. Install wires in conduit runs after concrete and masonry work is complete and moisture is swabbed from conduits. B. Wire and Cable Splicing and Terminations: 1. Splices and terminations of conductors shall be made using specified materials and methods installed according to the manufacturer's recommendations. Make conductor length for parallel feeders installation of exactly the same length. 2. Splices in branch circuit wiring shall be made by stripping conductor insulation, twisting conductors until mechanically secure, and installing a self- threading insulated type connectors. In the making of a splice, connectors shall be brought up upon the conductors so that all the conductors are equally engaged, the insulation is not ruptured, no bare wires are exposed or have backed-off due to application of pressure and the connector will not loosen due to cycling or vibration, in order to insure an efficient splice. Splices are not allowed within panelboards. 3. Conductors shall be squarely cut and fully inserted into the lug barrel or connector. Insulation shall be stripped without cutting the conductor or removing strands, exposing the conductor for the minimum distance required for connection. Splice connectors shall be of a type and be so installed that the conductor is fully insulated by a skirt of such design, or taped so cold flow of the conductor insulation will not be induced when the conductor is positioned in its final operating position. No splices or joints will be permitted in either feeder or branch, circuits, except at outlets or accessible junction boxes. 4. Do not combine conductors under the same lug. Provide individual lugs for individual conductors. Re-tighten bolt type connectors 24 to 48 hours after initial installation and before taping. 5. Connectors shall be insulated by approved type, integral or separate cover, or by means of taping with approved plastic or rubber and friction tapes to provide insulating value equal to that of the conductors being joined. The number and size and combinations of conductors allowed by UL as listed on manufacturers' packaging of connector shall be strictly complied with. 100%Submittal 16120-6 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 6. Terminations at equipment terminal blocks shall be made using compression type connectors suitable to match terminal type. 7. Continuity of neutral on multi-wire branch circuits shall not be made on any device at terminal blocks, but shall be spliced and a tap brought out, thereby assuring no openings of the neutral in the replacement of a device. 8. Feeders shall be identified by means of nonferrous tags or pressure-sensitive labels securely fastened to all cables, feeders, and power circuits in vaults, pull boxes, manholes, switchboard rooms, terminations of cables, etc. Tags or labels shall be stamped or printed to include the feeder number, source and equipment supplied. If suspended type tags are provided, they shall be attached by nylon cables ties or other nonconductive permanent means. 9. Branch circuit conductors shall be identified at supply circuit breakers, with the circuit number using pressure sensitive adhesive wire markers. 10. Branch circuit wiring for lighting and other single phase 277 volt or 120 volt applications shall be multi-wired utilizing common neutrals. Under no circumstances shall any switch break a neutral conductor. 11. Circuiting work shall comply with the following: a. Loads on panel busses shall be balanced on phases as evenly as possible. b. No neutral conductor shall be common to more than 1 circuit conductor connected to the same phase leg of the supply system. c. Circuiting of panelboards shall allow breakers to be grouped logically by functions. C. General Wiring Methods: 1. Provide wiring complete from point of service connection to all receptacles, luminaires, power outlets, pull and junction boxes and other devices as shown. Provide slack wire for all future connections. Unless otherwise specified, branch circuit conductors, provide No. 12 AWG or larger. In outlet boxes for future installations, tape ends of wires and blank covers installed. 2. Do not bend cables during installation to radii less than that recommended by the manufacturer. 3. Bundle conductors not larger than No. 10 AWG located in branch circuit panel boards, signal cabinets, signal control boards, switchboards and motor control centers. Cable in individual circuits, conductors larger than No. 10 AWG located in switchboards, motor control centers and pullboxes. a. Bundling and cabling shall be provided with straps made of self- extinguishing nylon. b. Each strap shall be constructed with a locking hub or head on one end and a taper on the other. c. Apply Arc-proofing, as specified, after cabling. 4. Where the length of a homerun, from panel to first circuit, exceeds 100 feet for a 120 volt circuit or 150 feet for a 277 volt circuit, the conductor size shall be No. 10 AWG. 5. Where homerun circuit numbers are shown, follow such numbers in connecting circuits to panel boards. Where panel board cabinets are 100%Submittal 16120-7 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 recessed, stub up concealed conduits (with sufficient capacity to carry the number and size of future conductors) to a junction box for future connections and extensions located as follows: a. In an area with removable ceiling, provide accessibility above the suspended ceiling for the junction box. b. In an area with non-removable ceiling, recess the junction box in the ceiling directly over the panel board location. c. In an area without suspended ceiling but with finished wall, recess the junction box in the wall directly above the panel board as directed by the A/E. d. In an area without suspended ceiling but with unfinished wall, expose the junction box on the ceiling directly over the panel board location. 6. Do not utilize channel support members for suspended type fluorescent lighting fixtures for building branch circuit wiring unless otherwise indicated. Connections between units in continuous rows shall be made within the fixture wireway. 7. Provide dedicated neutral conductors for computer power outlets. D. Phasing and Identification 1. The plans designation of all secondary conductors are the same and are indicated in or on all 3-phase outlets, transformers, panel boards and disconnect switches, and they shall be connected with uniform phase sequence. 2. Maintain A, B, C phase relation left to right when viewed from the front. E. Voltage Drops at New Construction: 1. Total Allowable Voltage Drop for Service Source to Load: Limit to a maximum drop of 5 percent. Increase wire size, where necessary, to comply with this requirement. a. Branch Circuits: Limit to a maximum voltage drop of 3 percent. b. Service Source to Individual Panelboards: Limit to a maximum voltage drop of 2 percent. F. Voltage Drops at Existing Construction: 1. Total Allowable Voltage Drop for Service Source to Load: Limit to a maximum voltage drop of 5 percent. Increase wire & conduit sizes, where necessary, to comply with this requirement. a. Branch Circuits: Limit to a maximum drop of 3 percent. b. Service Source to Individual Panelboards: Limit to a maximum drop of 3 percent. 100%Submittal 16120-8 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 END OF SECTION 100%Submittal 16120-9 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 16131 OUTLET, PULL, AND JUNCTION BOXES PART 1 GENERAL 1.1 SUMMARY A. Provide all labor, materials, equipment and services necessary to complete the Outlet, Pull and Junction Boxes work, as indicated on the drawings, and as specified herein. B. All materials shall be listed by an OSHA approved Nationally Recognized Testing Laboratory (NRTL). C. Related Sections: 1. 09900 - Painting. 2. 16112 - Raceways and Conduits. 1.2 SYSTEM DESCRIPTION A. Performance Requirements: 1. Box size shall comply with NEC for number and size of conductors in boxes. 2. Box size shall comply with NEC for number and size of conduits entering and exiting each box. 1.3 SUBMITTALS A. Submit manufacturer's literature and technical data as required. PART 2 PRODUCTS 2.1 EQUIPMENT A. Outlet Boxes: 1. Provide outlet boxes at required locations, where shown on the drawings, and as specified. a. Fixture studs shall be securely fastened in an acceptable manner. b. Plaster covers shall have depths suitable to the finish being applied to the walls. c. Sheet steel boxes shall be properly drilled and tapped. d. There shall not be more holes in any of the outlet boxes than are required for the entering conduits. e. Depth of boxes shall allow for easy wire pulling and proper installation of wiring devices. 100%Submittal 16131-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2. Outlet boxes shall be galvanized steel or rust-resistant malleable iron alloy and comply with ANSI C33.65. 3. Outlet Boxes shall be as follows: a. For Recessed Ceiling Fixtures: 4 inch square sheet steel box with blank cover and suitable hanger bar-box to be fastened to ceiling suspension members in an acceptable manner not more than 1 foot from fixture opening. b. For Surface or Stem Mounted Ceiling Fixtures from Slab with Concealed Conduit: 4 inch sheet steel octagon concrete ring of a depth suitable to the construction and furnished with top cover having a 3/8"fixture stud. c. For Ceiling and Wall Bracket Outlets on Exposed Conduit in Dry Locations: 4 inch octagon sheet steel box with 3/8"fixture stud. d. For Surface Mounted Ceiling Fixture or Hung Ceilings: 4 inch octagon sheet steel hung ceiling box with suitable hanger bars and 3/8" fixture stud. Box shall be fastened to ceiling suspension in an acceptable manner. e. For Surface Mounted Wall Bracket Fixtures with Concealed Conduit: 4 inch square sheet box with round opening plaster cover and 3/8" fixture stud. f. For Ceiling and Wall Bracket Outlets on Exposed Conduit at Damp or Wet Locations:4 inch malleable iron. g. For Switches and Receptacles in Tile, Plaster, or Gypsum Board Walls: 4 inch square sheet steel box or multi-gang box with proper plaster covers as required. Two gangs may be provided by means of a 4 inch square box with two gang plaster cover. h. For Switches and Receptacles in Enameled or Face Brick walls, Unfinished Walls, and Woodwork: Single or multi-gang sheet steel utility boxes as required. i. For Switches and Receptacles on Exposed Exterior Conduit Work: Type FS or FD conduit box, single or double gang with multiple entry points, as required for installation. j. For Telephone or Computer Outlets: 4-11/16" square x 2-1/2"deep. 4. Boxes for fire alarm or signal systems, clocks, pilot lights, and other specialty equipment shall be by the manufacturer of the equipment. 5. Wet/Damp Locations: a. Provide gasketed, weathertight, screw covers, code gage galvanized steel pull boxes with weatherproof conduit hubs for pull boxes with multiple conduit entries. b. Provide steel or malleable iron metal hub type, dipped in rust inhibitor and with gaskets for individual conduit runs. 6. Extension Rings: Do not use to increase the volume of boxes, except where necessary due to multiple conduit run conflicts. Where such conflicts occur, an extension ring may be allowed for changes in direction of conduit to make necessary clearances. Not more than one extension ring may be used for each box where necessary. 100%Submittal 16131-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Pull and Junction Boxes: 1. Where indicated in the plans and specifications or where necessary for compliance with code requirements for cable installation, install junction and pull boxes of the proper size for conduits over 1 inch trade size. Pull and junction boxes shall be of adequate size to accommodate installation of conductors without excessive bending of conductors that could damage insulation. 2. Pull and junction boxes shall comply with Fed.Spec.WJ-800F and be of all steel construction, spot or seam welded at joints and hot dip galvanized after fabrication. 3. Boxes shall be drip proof with screw attached covers. Each box shall have a turned-in lip welded at joint to develop full strength. Lip shall be drilled and tapped for 1/8" or 3/16" round head screws, symmetrically placed. To provide adequate length of thread, nuts shall be tack welded on inside of lip, or lip shall be made double thickness. 4. Pull and junction boxes shall be sufficiently rigid to withstand moderate twisting strains. Steel boxes shall comply with the following: a. Sheet steel boxes 100 cubic inches or less shall not be less than 0.0625 inch thick steel. b. Sheet steel boxes over 100 cubic inches shall not be less than 0.053 inch thick steel. c. Barriers and reinforcing angles shall be supplied as required. PART 3 EXECUTION 3.1 INSPECTION A. Do not proceed with the work or this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Locations of outlets on electrical drawings are approximate only. 1. Do not scale drawings. 2. Locate outlets and equipment in accordance with architectural plans, sections, elevations and details. 3. Note the direction of door swings on architectural drawings for properly locating light switches on latch side of doors, unless otherwise shown on the drawings. 4. Coordinate wall outlet locations with chalkboards, tackboards, cabinets, and equipment. B. Determine the proper position of outlets and receptacles. Relocate any outlet or receptacle not located in accordance with furniture and equipment plans without additional cost to Owner. 100%Submittal 16131-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 C. Owner reserves the right to change the location of any outlet, apparatus, or equipment up to the time of roughing in without additional cost, provided conduit runs are not substantially increased. D. Fasten and secure boxes to the building structure independent of the conduit. Provide acceptable plaster stops for boxes to be set in plastered walls and ceilings. E. Boxes and supports shall be fastened as follows: 1. To concrete or brick: Bolts and expansion shields. 2. To hollow masonry: Toggle bolts, or bolts and expansion shields. 3. To steel work: Machine screws or welded studs. 4. Explosive charge setting devices are not allowed. F. Recessed wall outlets shall be flush with the wall surface. Install box in wall with cover to allow block or wall surface to fit tight against lip of cover. G. Gang switches and receptacles together only where plans specifically indicate such combinations. H. Outlets for duplex receptacles shall be arranged for vertical mounting of the receptacles unless otherwise specifically indicated on plans. I. Barriers shall be provided as necessary to isolate voltage classes. J. Under no circumstances shall outlet boxes for adjoining spaces be placed back to back in partition walls. K. Circuit breakers and switches shall not be grouped or ganged in outlet boxes unless they can be arranged where the voltage between exposed live metal parts of adjacent switches does not exceed 300 volts. Provide barriers between 120 and 277 volt switches where ganged together. L. Align rows of outlet boxes for ceiling lights. M. Unless noted, specified, or directed otherwise, wall outlets shall be centered above finished floor as follows: 1. Convenience outlets: 18 inches to bottom of box. 2. Utility outlets: 18 inches to bottom of box. 3. Clock outlets: 90 inches to center. 4. Exit lights: 6 inches over doorway. 5. Switch outlets: 46 inches to bottom of box. 6. Special purpose outlets: as directed. 7. Telephone outlets: 18 inches to bottom of box. 8. Fire alarm visuals with or without horns: 78 inches to bottom of box. 9. Fire alarm horns: 6" minimum below adjacent surface, but not less than 8'6" or greater than 10'0" above finish floor. 10. Fire alarm pull station: 46 inches to bottom of box. 100%Submittal 16131-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 11. Refer to Architectural drawings for additional mounting heights. N. Pull and junction boxes shall be provided at locations required to reduce length of cable pull or reduce number of elbows between outlets. O. Provide blank covers for outlet boxes when devices or wiring has been removed or not installed. P. Paint exposed boxes to match the color of the wall or ceiling to which they are mounted. Q. Where several feeders pass through a common pull box, tag each feeder to clearly indicate electrical characteristics, circuit number, and panel designation. R. Color code covers of each box and panel, except for normal power system, for identification as follows: 1. Emergency power Red 2. Fire alarm Orange 3. Security alarm Blue 4. Sound Yellow 5. Telephone Green 6. TV Brown 7. Controls Purple 8. Clock ..Violet END OF SECTION 100%Submittal 16131-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 16140 WIRING DEVICES PART 1 GENERAL 1.1 WORK INCLUDED A. Provide all labor, materials, equipment and services necessary to complete the Wiring Devices work, as indicated on the drawings, and as specified herein. B. All Materials shall be listed by an OSHA approved Nationally Recognized Testing Laboratory (NRTL). C. Related Sections: 1. 01043 - Mechanical and Electrical General Requirements. 2. Division 16 - Electrical. 1.2 SUBMITTALS A. Submit properly identified manufacturer's literature and data before starting work. 1.3 QUALITY ASSURANCE A. Comply with Florida Building Code (FBC). B. Comply with Florida Department of Education, State Requirements for Educational Facilities - (SREF) and the following: 1. Convenience outlets installed in toilet rooms, wet locations and within 6 feet of water supplies shall have a ground fault circuit interrupt (GFI) protection device. 2. Outdoor outlets shall be weather proof outdoor GFI. 3. Use of isolated ground receptacles is prohibited. 4. Outlets, switches, and boxes located adjacent to cooling towers, or in other corrosive environments, shall be rated NEMA 4X. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Wiring devices shall be as manufactured by Hubbell, Leviton or Pass and Seymour. 2.2 COMPONENTS A. Wiring Devices: Comply with NEMA WD6 and NEC (NFPA 70). 100%Submittal 16140-1 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Switches: a. Rated at 20 amps, 120/277 volts AC, horsepower rated for 1 HP at 120 volts. b. Provide for back(not push-in) or side wiring. c. Key-type switches shall all be keyed alike. d. Flammable Storage Rooms: Use explosion proof switches. e. Manufacturers: Hubbell CSB 120 Series or accepted equivalent by Leviton, or Pass and Seymour. 2. Duplex Convenience Receptacles: a. Comply with NEMA 5-20R as applicable, be of specification grade, back (not push-in) and side wired, U-slotted grounding type, 3-wire, rated 20 amp, 125 volts AC. b. Double Duplex: Consist of 2 receptacles under a common plate. Single receptacles shall be similar to duplex receptacles. c. Manufacturers: Hubbell CR20 or accepted equivalent by Leviton, or Pass and Seymour. 3. Ground Fault Receptacles: a. NEMA 5-20R type, rated at 20 amps, 120 volts with 5 + 1 mA trip threshold, and UL nominal trip time of 0.025 sec. b. Manufacturers: 1) Hubbell GF20, feed thru type, or accepted equivalent by Leviton or Pass and Seymour. 4. Special Purposes Receptacles: a. Comply with NEMA 5-20R, of specification grade, back (not push-in) or side wired. b. Provide ratings and type as indicated on Drawings. 5. Dimmers Switches: a. When not remote controlled, shall be solid state type, UL Listed. b. Dimmers shall be rated to control indicated load. c. Manufacturers: Hubbell Preset Slide Control or accepted equivalent by Bryant, Leviton, or Pass and Seymour. 6. Wiring devices shall be white color unless noted otherwise. B. Lighting and Exhaust Fan Switch at Single Use Toilet Rooms: Switch with built-in time delay. 1. Fan and light shall operate together when control is in "on" position. 2. Fan shall continue to operate for a minimum of 5 minutes after light is turned off. 3. 120V, 60 Hz, 4 amp capacity for each light circuit and fan circuit, ivory color. 100%Submittal 16140-2 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 C. Cover Plates: 1. Impact resistant nylon, by Hubbell or Leviton. Color shall match switch or receptacle unless otherwise selected by A/E. Plate design shall be smooth without ornamentation. 2. Molded plastic, by Hubbell or Leviton. Color as selected by A/E. Plate design shall be smooth without ornamentation. 3. Cover plates shall be listed by an OSHA approved NRTL, and meet the following minimum requirements: a. Metallic Outlet Boxes: UL 514A. b. Non-metallic Outlet Boxes: UL 514C. 4. Switches or receptacles in kitchens shall have brushed stainless steel plates. 5. Provide ganged switches to a maximum of three. If more are required on Drawings, provide in multiples of two or three. 6. Provide weatherproof receptacles with cast aluminum, spring loaded dock- type gasketed wet location cover. PART 3 EXECUTION 3.1 EXAMINATION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Install wiring devices according to manufacturer's recommendations. B. Verify location of wiring devices before rough-in of outlet boxes and conduit with Architectural Drawings for door swings and furniture details. Duplex receptacles in finished areas shall be vertically mounted. C. Boxes mounted back-to-back are not allowed. D. Install devices tightly within box with screws provided. Do not rely upon plate for device alignment and support to assure devices are grounded to box. In receptacles, use self-grounding screws, separate ground conductor or bond wire to box. END OF SECTION 100%Submittal 16140-3 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 16155 MOTOR POWER AND CONTROL WIRING PART 1 GENERAL 1.1 WORK INCLUDED A. Provide all labor, materials, equipment and services necessary to complete the Motor Power and Control Wiring work, as indicated on the drawings, and as specified herein. B. All Materials shall be listed by an OSHA approved Nationally Recognized Testing Laboratory (NRTL). C. RELATED SECTIONS: 1. Division 11 - Equipment. 2. 15970 - HVAC Control System. 3. 16112 - Raceways and Conduits. 4. 16120 -Wire and Cable. 5. 16131 - Outlet, Pull, and Junction Boxes. 1.2 SUBMITTALS A. Submit manufacturer's literature and technical information before starting work. Refer to temperature control suppliers. PART 2 PRODUCTS 2.1 EQUIPMENT A. Materials for power and control circuit wiring system shall be as specified in the applicable sections of the specifications. B. Horsepower rated toggle switches for control or disconnecting devices shall be 20 or 30 ampere type as specified in Section 16140 -Wiring Devices. PART 3 EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Motor Power: 100%Submittal 16155-1 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Provide as shown on the Drawings, complete power circuit wiring and connections for permanent mechanical equipment requiring electrical power supply. 2. Power circuit wiring under these specifications shall encompass work up to and including connections at motor terminals unless specific indications to the contrary. References to motors and motor starters in this section apply equally to electric heaters and controllers. 3. In addition to providing all runs of power circuiting, the following specific items of work are required under this section: a. Receive from other trades at grade level, handle and provide storage for, if required, b. Install and connect individually mounted motor starters, including thermal overload switches from fractional horsepower motors. c. Provide suitable angle iron racks for mounting such starters where the Drawings indicate them to be standing free from walls, columns, or wherever field conditions may require such mounting. 4. Provide motor starters in motor control centers where specified. Where existing starters are to be used, verify the suitability of such starters with the motors being supplied. 5. Furnish and install power circuit safety switches as shown on the Drawings and as required by the NEC. Verify other locations with mechanical contractors and Shop Drawings. 6. Assume responsibility for the safe and proper operation of motorized equipment to the extent that it is affected by work included in this section. a. Cooperate with the other trades in making tests required to assure safe and proper operation is achieved. Any special electrical equipment necessary for these tests shall be made available as specified. Provide proper phasing out for the correct rotation of motors. 7. Motors shall be connected to emergency sources as indicated on the Drawings. • B. Motor Control: 1. Provide control circuit wiring and connections for mechanical equipment as indicated and scheduled on the plans and as specified and according to approved engineering Drawings submitted under the Temperature Control Section and the Building Management Section of these specifications. Coordinate HVAC control drawings and specifications. 2. Other trades shall present control devices and wiring work as follows. a. When delivered by other trades, motor starter actuating devices required in starter covers shall be mounted as part of the starters. b. Devices for remote actuation of motor starters requiring air, water, pneumatic or other non-electrical piping connections, and devices to be mounted in tanks and ducts, will be provided in place by other trades. 100%Submittal 16155-2 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 c. Devices for remote actuation of motor starters, which are not required in starter covers, and that only require electrical connections, such as push button stations, and electrical contacting thermostats, shall be delivered by other trades in suitable enclosures and ganged together in single enclosures where required. These devices shall be installed and wired under this section. 3. In addition to providing general runs of control circuiting throughout the project as shown on the plans, control shop drawings, and as specified, comply with the following specific items of motor control circuit wiring: a. Provide connections at motor starter actuating devices and starters with necessary accessories. b. Mount motor starter actuating devices not indicated above as being set in place by other trades. c. Modify factory internal wiring of motor starters if and where required by the indicated control schemes, including fan interlocks for fire alarm system. d. Provide wiring for interlocks between fans, pumps, and other equipment forming part of a common HVAC system according to control schemes indicated. For example, provide required interlocks between supply and exhaust fans when required. e. Provide required wiring for the Energy Management System (EMS) or Direct Digital System (DDS). Wiring shall include, but not be limited to, conduit and wire to remote sensors starters and controllers according to the "Point List" schedule indicated on drawings. Final connections will be made by the BMS supplier. 1) Provide 120 volt receptacles wired to the nearest emergency panelboard for each component of the EMS requiring power. 2) Include Field Processing Units (remote panels), and CPU's, CRT's, printers, etc. 3) Provide interwiring consisting of multiplex, and intercom loop between central equipment and all remote panels. 4. Include in the work any modifications to the control wiring made necessary by variations due to the differences between the manufacturers of mechanical and control equipment or due to other project conditions, without additional cost to Owner. 5. Accept the responsibility for providing complete electric control circuit wiring required for the permanent equipment furnished by trades involved in the project and the Owner, without additional cost to Owner. END OF SECTION 100%Submittal 16155-3 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 16160 TERMINAL CABINETS PART 1 GENERAL 1.1 WORK INCLUDED A. Provide all labor, materials, equipment and services necessary to complete the Terminal Cabinets work, as indicated on the drawings, and as specified herein. B. All materials shall be listed by an OSHA approved Nationally Recognized Testing Laboratory (NRTL). C. RELATED SECTIONS: 1. 13845 - Security Alarm System. 2. 15970 - HVAC Control System. 1.2 SUBMITTALS A. Submit manufacturer's literature and technical data before starting work. B. Shop Drawings: Show layout, construction details, elevations, and installation procedures. 1. Dimensioned outline drawings of the cabinets, including hinged door, lock data, metal gage, and finish. 2. Cabinet nameplate type, dimensions, and wording. 3. Diagram and schedule for each terminal cabinet showing use of each wire and the associated terminal number. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Ortronics Communication Cabinets. B. Hoffmann Cabinets 2.2 EQUIPMENT A. Terminal Cabinets: 1. Cabinet shall be fabricated of 14 gauge sheet metal. 2. Provide hinged doors of 14 gauge sheet metal with lock. Lock shall be similar to type used on circuit breaker panelboards. 3. Front cover shall be primed and painted with enamel finish manufacturer's standard gray. 4. Nameplate on cover shall have white letters on black background. 100%Submittal 16160-1 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 5. Cabinets shall be of size as required but not less than 14 inches wide, 20 inches high, and 4 inches deep. 6. Cabinets shall be keyed alike. PART 3 EXECUTION 3.1 INSTALLATION A. Install surface mounted on wall or recessed as shown on plan. B. Provide identification number for each terminal in the cabinet. END OF SECTION 100%Submittal 16160-2 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 16402 ELECTRICAL SITE UTILITIES PART 1 GENERAL 1.1 WORK INCLUDED: A. Section Includes: Electrical site utilities and coordination of requirements with the utility company and service specifications. B. Provide all labor, materials, equipment and services necessary to complete the conduits, fittings and support work, as indicated on the drawings, and as specified herein. C. All materials provided under this section shall be listed by an OSHA approved Nationally Recognized Testing Laboratory (NRTL). D. RELATED SECTIONS 1. 02221 - Excavating, Backfilling, and Compaction for Utilities. 2. 03300 - Cast-In-Place Concrete. 1.2 SUBMITTALS A. Submit manufacturer's product data including materials, finishes, accessories, and installation instructions, as required. B. Dimensioned drawings of manholes and handholes/pullboxes. C. Specification sheets including splice prints of primary cable. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Precast Concrete Manholes and Handholes/Pullboxes 1. Brooks Products, El Monte, CA or accepted equivalent. B. Precast Polymer Concrete Manholes and Handholes/Pullboxes. 1. Quazite by Strongwell, Lenoir City, TN or accepted equivalent. 2.2 EQUIPMENT A. Manholes (for Electrical Utilities): 1. Manholes shall be constructed approximately where shown. The exact location of each manhole shall be determined after careful consideration has 100%Submittal 16402-1 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 been given to the location of other utilities, grading and paving. Manholes in corridors or pedestrian traffic areas are not allowed. 2. The location of each manhole shall be approved by the NE before construction of the manhole is started. 3. Manholes shall be the type noted on the layout drawings and shall be constructed according to the applicable details as indicated. a. Top, walls, and bottom shall consist of reinforced concrete. b. Walls and bottom shall be of monolithic construction. c. Concrete shall be Class B or 2,500 psi at 28 days. d. Concrete, forms, mixing, pouring, and reinforcing steel shall comply with applicable Division 3 sections. 4. At locations not exposed to vehicular traffic, the Contractor may, at his option, use precast concrete or precast polymer concrete manholes having the required strength and inside dimensions. a. Precast Polymer Concrete Products: 1) Provide standard cover logos and colors as selected by A/E. 5. Frames and Covers: a. Gray cast iron construction. • b. A machine-finished seat shall be provided to insure a perfect joint between the frame and cover. c. Frames and covers shall be delivered on the job unpainted and, after inspection and approval by the NE, shall be given 2 coats of asphalt paint. d. In paved areas, the top of manhole covers shall be flush with the finished surface of the paving. e. In unpaved areas, the top of manhole covers shall be approximately 1/2" above the finished grade. f. Where existing grades are higher than finished grades, a sufficient number of courses of brick shall be installed between the top of manhole and manhole frame to elevate temporarily the manhole cover to existing grade level. g. Where duct lines enter manholes, the sections of duct may be either cast in the concrete or may enter the manhole through a rectangular window opening of suitable dimensions provided in the manhole walls. h. Where openings are provided for entrance of duct lines, the space between ducts and between ducts and manhole walls shall be caulked tight with lead wool or equivalent. A cast metal grille-type sump frame and cover shall be installed over the manhole sump. j. A cable-pulling iron shall be installed in the wall opposite each duct line entrance. 6. Cables: 100%Submittal 16402-2 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 a. Support on walls by hot dip galvanized cable racks equipped with adjustable hooks and insulators. b. Cable racks shall be installed in each manhole. c. Not less than 2 spare hooks shall be installed on each cable rack. d. Insulators shall be made of best-quality, high-glazed porcelain. e. Insulators are not required on spare hooks. B. Ground Rods: 1. In each manhole, at a convenient point close to the wall, a 3/4" by 10-foot copper clad steel ground rod shall be driven into the earth before the floor is poured with approximately 4 inches of the ground rod extending above the manhole floor. a. When precast-concrete manholes are used, the top of the ground rod may be below the floor and a No.1/0 AWG tinned copper ground conductor brought into the manhole through a watertight sleeve in the manhole wall. b. All non-current carrying metal items within the manhole shall be bonded to the ground rod. c. When non-metalic manholes are used, ground rods are not required. 2. Exterior of concrete manholes shall receive 2 coats of 220 Fibrated Emulsion by Karnak Chemical Corp., Monsey Products Co., Monsey Asphalt Emulsion Roof Coating Fiber, or Sonneborn Building Products, Hydrocide 700B. C. Ducts: 1. Underground ducts of the sizes indicated on the drawings shall consist of a number of individual PVC or steel ducts: a. Unprotected feeder conductor raceways before the service(s) disconnect shall be encased in a reinforced concrete envelope with a minimum depth of 24 inches between finished grade and top of the concrete envelope. b. Protected service conductor raceways past the main disconnect may be direct buried if at least 24 inches below grade. 2. Plastic conduit shall be single bore and shall be Schedule 40 polyvinyl- chloride conduit conforming to NEMA TC 2. Conduit fittings shall comply with the applicable NEMA Standards, except if NEMA standards for conduit fittings do not exist for the type of plastic installed, fittings shall be as recommended by the conduit manufacturer. 3. Conduit and Fittings: a. Free, within commercial tolerances, of objectionable lines, striations, bubbles, welds and other manufacturing defects that would impair the service of the conduit. b. The bore of the conduit shall be straight and circular in cross section with smooth interior surfaces free from obstructions and rough and flaky areas. 100%Submittal 16402-3 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 c. The conduit and fittings shall be free of all substances that could damage wire or cable covering used on rubber-covered wire, polyethylene- sheathed or polyvinyl- chloride-sheathed cable. d. The conduit and fittings shall be corrosion-resistant and not adversely affected by acids, alkalies, salts, bacteria, and other organic matter that would normally be encountered in the ground. e. The conduit length for each size shall be the length that is standard with the manufacturer with a permissible tolerance of 1/4" per 10 foot length. f. Bends, elbows and other fittings shall be capable of freely passing a ball that is 1/4" less in diameter that the nominal bore of the conduit. g. Fittings shall be of a type especially made for use with plastic conduit for electrical service. h. Conduit and fittings shall be capable of being joined by means of a solvent-welding cement to provide a watertight and root-proof joint. 4. Provide No.12 AWG galvanized iron drag wire in empty power and signal ducts. 5. Steel ducts shall be Schedule 40 hot dip galvanized rigid steel conduit. D. Underground Concrete Pull Boxes: 1. Concrete pull boxes, with sizes as shown on drawings, can be either precast concrete or precast polymer concrete manholes having the required strength and inside dimensions. 2. Boxes shall be provided with vehicular traffic covers. Covers shall have 1/2" hex bolts at 2 places to bolt cover to pull box walls. 3. Install boxes plumb and level with final grade. Do not install boxes in walkways. 4. Boxes shall be accessible and only for the use intended. Do not mix power and communication cables in the same box or normal power with emergency power unless system cables are completely isolated in a manner compliant with NEC. 5. Boxes shall be installed in locations to not allow more than 200 feet of cable pulling. Provide ground rods where shown on drawings. PART 3 EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Duct lines shall be laid to a minimum grade of 4 inches per 100 feet. 100%Submittal 16402-4 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Grade may be away from buildings, from one manhole to the next or both ways from a high point between manholes, depending on the contour of the finished grade. Low points that may trap water are not acceptable. C. Duct lines shall be installed with the top of conduits or concrete in encased duct lines not less than 24 inches below finished grade or finished paving at any point. 1. 3 inch minimum concrete cover on all sides and 2-1/2" minimum clear separation between power conduits. 2. 3 inch minimum separation between power conduits and signal conduits in the same concrete encasement. D. Changes in direction of runs exceeding a total of 10 degrees,. either vertical or horizontal, shall be accomplished by long sweep bends having a minimum radius of curvature of 25 feet, except that manufactured bends may be used at the ends of the run. 1. The long sweep bends may be made up of one or combinations of curved or straight sections. 2. Manufactured bends shall have a minimum radius of 18 inches for use with ducts of less than 3 inches in diameter and a minimum radius of 36 inches for ducts of 3 inches in diameter and larger. E. Conduits shall terminate in end bells where duct lines enter manholes. F. Conduit shall be thoroughly cleaned before using or laying. G. During construction and after the duct line is completed, the ends of the conduits shall be plugged to prevent water washing mud into the conduits or manholes. H. Keep the conduits clean of concrete, dirt and any other substance during construction. I. After the duct line has been completed, a standard flexible mandrel not less than 12 inches long, having a diameter approximately 1/4" less than the inside diameter of the conduit, shall be pulled through each conduit. After mandrel pull, a brush with stiff bristles shall be pulled through each conduit to remove particles of earth, sand or gravel from the line. J. Pneumatic rodding may be used to draw in the lead wire. K. Where connection is made to an existing duct that is of different material and shape that the duct line being installed, a suitable coupling of a type recommended by the duct manufacturer shall be used. L. Conduits shall be stored to avoid warping or deterioration. Plastic conduit shall be stored on a flat surface and protected from the direct rays of the sun. M. Conduit joints in concrete encasement may be placed side-by-side horizontally but shall be staggered at least 6 inches vertically. 100%Submittal 16402-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 N. At locations where transition couplings between different types of conduits are installed and either run of conduit is concrete encased, unless otherwise shown on the drawings or required, the encasement shall include the conduit joint plus a 30 inch extension of the encasement behind the conduit joint measured along the centerline of the conduit unless the 30 inch extension carries to a point more than 8 inches above grade level in which case the encasement may be terminated at the 8 inch level. 0. Each single conduit of the duct bank shall be completely encased in concrete as indicated. 1. The thickness of concrete encasement indicated is the minimum thickness, and may be increased to fit the actual shape of the trench. 2. Separators or spacing blocks shall be made of steel, concrete, plastic, or a combination of these materials placed on not greater than 5-foot centers. Wood spacers are not acceptable. 3. Ducts shall be securely tied down and anchored to prevent movement during the placement of concrete. P. Installation of Couplings: 1. Joints in conduit shall be made up according to the manufacturer's recommendations for the particular conduit and coupling selected. 2. Without specific recommendations, the various types of conduit joint couplings shall be made watertight. Q. Plastic conduit joints shall be made by brushing a plastic solvent cement inside the plastic coupling fitting and outside the conduit ends. 1. The conduit and fitting shall then be slipped together, until seated, with a slight twist to set the joint tightly, and the conduit then rotated one-half turn to distribute the cement evenly. 2. Excess cement built up on the inside surface of the conduit shall then be removed. R. Ends of ducts entering through concrete foundation walls, manholes, concrete pads, and at the duct bank termination points shall be of rigid steel conduit for a minimum of 10 feet in length. Connections between duct line conduits and steel conduits shall be made with approved couplings. At ends of cable carrying ducts shall be adequately sealed against water entry. Provide end bells on conduit entries into manholes and walls as specified under manholes. S. Duct openings in manholes shall have extended reinforcing rods and shall be keyed-in reinforcing rods of duct bank. T. Steel reinforcing rods shall be installed during construction of the duct bank. U. Spare conduits shall be capped inside building wall. Spare ducts shall be plugged with plastic duct plugs in all manholes. 100%Submittal 16402-6 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 V. A No.6 bare stranded copper ground conductor shall be laid in concrete. It shall be continuous in duct work and through manholes and shall be attached to ground rods in each manhole. W. Where primary cable is installed inside buildings it shall be run in Schedule 40 rigid galvanized steel conduit marked "High Voltage", 10 feet on centers along the conduit. Steel conduit shall be grounded. X. Bond all metal underground pull box covers. END OF SECTION 100%Submittal 16402-7 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 16430 METERING AND SUB-METERING PART 1 GENERAL 1.1 WORK INCLUDED A. Provide all labor, materials, equipment and services necessary to complete the Distribution Panelboards work, as indicated on the drawings,and as specified herein. B. All materials shall be listed by an OSHA approved Nationally Recognized Testing Laboratory (NRTL). 1.2 RELATED SECTIONS: 1. 16112 - Raceways and Conduit. 2. 16120 -Wire and Cable. 1.3 QUALITY ASSURANCE A. Coordinate requirements for metering with local utility company. PART 2 PRODUCTS 2.1 MANUFACTURER A. Provide FPL approved meter can.. PART 3 EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Install conduit and meter as directed and required by utility company for connection to meter. B. Meter Can: Provided by Contractor. END OF SECTION 100%Submittal 16430-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 DISCONNECT 16440 DISCONNECT SWITCHES PART 1 GENERAL 1.1 WORK INCLUDED: A. Provide all labor, materials, equipment and services necessary to complete the Disconnect Switches work, and as indicated on the drawings, and as specified herein. B. All Materials provided under this section shall be listed by an OSHA approved Nationally Recognized Testing Laboratory(NRTL). C. RELATED SECTIONS 1. 09900 - Painting. 2. 16475 - Overcurrent Protective Devices 1.2 SYSTEM DESCRIPTION A. Performance Requirements: Label for"SERVICE ENTRANCE" where so applied. 1.3 SUBMITTALS A. Submit manufacturer's literature and technical data as required. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Disconnect Switches: 1. G.E. 2. Siemens. 3. Square D. 2.2 EQUIPMENT A. Disconnect switches shall comply NEMA KSI for type HD and shall be of heavy duty type, enclosed, of quick-make, quick-break construction. Rating shall be as indicated on drawings. Switches shall be horsepower and 12t rated. B. Disconnect Switch Enclosure: 1. NEMA 1 for indoor use. 2. NEMA 3R for outdoor use. 3. NEMA 4X for use in kitchens and exterior corrosive environments like cooling tower locations. 100%Submittal 16440-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 C. Disconnect switch operating handle shall be of insulated box mounted type that directly drives switch mechanism suitable for padlocking in "OFF" position. D. Defeatable, front accessible, "coin-proof' interlocks shall be provided to prevent opening of cover when switch is in "ON" position, and prevent turning switch ON when door is open. Securely fastened metallic nameplate shall include highly visible "ON-OFF" indication. E. Motor Disconnect Means: Provide each motor with an in-sight disconnect means, when required by NEC, and where shown on the drawings. F. Provide fuses for disconnect switches so indicated. Fuses shall be dual element type as specified in Section 16475 - Overcurrent Protective Devices. PART 3 EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Install the disconnect switches vertically with top not more than 6 feet above the floor, and rigidly and securely attached to the building. Disconnect switches shall not depend upon conduit for support. B. Where used as service entrance main disconnects, switches shall be permanently labeled "MAIN SWITCH 1 of 4", "MAIN SWITCH 2 of 4", etc. C. Mountings: 1. Plywood Panel: Mount panelboards on backboard of 3/4" exterior grade plywood, finished one side, primed all surfaces, painted with two coats gray of fire retardant paint on all sides (front, back and all edges) and secure to wall with approved shields or screws as directed by the A/E. 2. Unistrut: Mount disconnect switches on Unistrut P-3000 mounting channels at top and bottom, secured similarly to wall. D. Label switch covers in 1 inch high stenciled letters showing equipment served. END OF SECTION 100%Submittal 16440-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 16450 GROUNDING PART 1 GENERAL 1.1 SUMMARY A. Related Work: 1. 16120 -Wire and Cable. 2. 16112 —Conduits, Fittings and Supports. 3. 16470 — Panelboards. 1.2 SYSTEM DESCRIPTION A. All materials shall be tested and listed by an OSHA approved Nationally Recognized Testing Laboratory (NRTL). 1.3 SUBMITTALS A. Submit manufacturer's literature giving materials, finishes, accessories, and installations where required. B. Ground resistance tests. 1.4 QUALITY ASSURANCE A. Regulatory Requirements: Install a complete grounding system installation shall comply with Article 250 NFPA 70 Applicable Edition of the National Electrical Code-(NEC - 2011). B. Coordination: Arrange with Plumbing Contractor to have the main metallic water line accessible for ground connection at point entrance to the building. The metallic water line shall be buried and have at least 20 feet in contact with earth. C. Maximum resistance to ground shall not exceed 5 ohms. Provide written report of acceptance test and performance verification to the A/E and Owner. 1.5 SUBMITTALS A. Submit shop drawings and product data under provisions of Sections 01330, "Submittals". 1.6 TESTS A. Submit under provisions of Section 01452, "Testing and Inspecting Services". B. Measure ground grid resistance with a Megger ground resistance tester, and install additional ground rods and conductors as required until resistance to ground does not exceed 5 ohms. 100%Submittal 04220-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Testing and recording of results shall be by the Electrical Contractor in the presence of the A/E or his authorized agent. 2. Conduct test after the complete system has been fully grounded and under provisions of the latest editions of the N.E.C. and I.E.E.E. standard 142 recommended practice. PART 2 PRODUCTS 2.1 EQUIPMENT A. Grounding System. 1. Grounding system shall comply with ANSI C33.8, IEEE-81. 2. The electrical system and equipment shall be grounded according to the requirements of the NEC and as specified herewith. 3. The grounding conductor shall be an insulated copper wire of size indicated on drawings and following requirement of the NEC. 4. Where not indicated, the conductor shall be according to the requirements of the NEC except that minimum size shall be No.8 copper for system ground. 5. Inaccessible connections shall be made with the exothermic welding process using equipment manufactured by Burndy or Erico Products. 6. Accessible connections shall be made with multiple bolt silicon bronze connectors specifically designed and accepted for the connection to be made. 7. Connectors shall be as manufactured by Burndy or O.Z. Electric. 8. Grounding jumpers shall be provided across metal parts separated by non- conducting materials, such as conduits with expansion joints or when joined, so there is a high resistance at the joint connections. 9. Grounding electrical conductors shall not be buried directly in concrete. Provide a conduit sleeve where each cable passes through concrete. If buried in earth, they shall be tinned. 10. Grounding for the lightning protection system shall be as specified under "LIGHTNING PROTECTION SYSTEM" and as shown on the drawings. Lightning protection system shall be connected to the building grounding system as required by NEC article 250. 11. Refer to electrical drawings for additional grounding requirements. B. Grounding Source: 1. Grounding electrical system shall comply with NEC Article 250. All the grounding electrodes shall be bonded together. 2. Ground sources shall be connected to the 4" wide x 1/4" thick of necessary length (length to be determined by the number of ground terminals to be connected to the bus). Ground copper bus shall be mounted on insulating standoff on the switchgear room wall. Ground bus shall be complete with lugs for connecting grounding cables. Maximum resistance to ground shall be limited to 5 ohms. Additional ground rods shall be driven if required to maintain this level. 100%Submittal 04220-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 3. Maximum ground resistance to each of individual rods shall be 25 ohms or less. 4. Submit test results to the A/E and Owner for acceptance indicating that these values have been met, using the fall of potential method as directed in IEEE latest Standards. C. System Grounds: Neutral bus and ground bus in switchgear shall be connected by means of an accepted bus link. D. Ground Rods: Copper clad steel not less than 3/4" in diameter, 10 feet long, driven full length into the earth. E. Cold Water Pipe: 1. Connection to cold water pipe shall be made by a suitable ground clamp. 2. If flanged pipes are encountered, connections shall be made with the lug bolted to the street side of the flange connection. F. Parts to be Grounded: Switchgear frame, panelboard frames, fittings, fixtures and devices, cable sheaths, neutral of transformers, boxes and raceways, motor frames, outdoor lighting poles, emergency generator set, non-current carrying parts of appliances and devices, and all other parts and equipment as required by NEC. Neutral wire shall never be used as grounding means. G. Conductor: Grounding cable shall be green insulated copper stranded cable, soft drawn or annealed, sized as indicated on drawings, from the main switchboard to each panel, power outlet, or load, except as specified for lighting branch circuits. PART 3 EXECUTION 3.1 POWER SYSTEM GROUNDING A. Supplement the grounded neutral of the secondary distribution system by an equipment grounding system. Arrange the equipment grounding system so that all non-current carrying items in close proximity with electrical circuits are maintained continuously at ground potential and provided with a low impedance path for ground fault currents. The system shall comply with the National Electric Code Article 250, modified as indicated and as specified. B. The basic grounding system utilize reinforcing bars in the footings of the building supplemented by two (2) ground rods in the Main Electrical Room and a connection to a cold water pipe, where required to meet the test requirements specified. C. Provide a green insulated copper ground conductor, in conduit, as shown to the main metallic water service entrance and connect to the supply side of same by means of ground clamps. The conduit shall be bonded to the ground conductor at each end. The use of PVC conduit for the green insulated copper ground conductor is acceptable only within the Main Electrical Room. 100%Submittal 04220-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 D. Low voltage system neutrals: grounded at the related transformers to the feeder ground and to the nearest cold water line all in accordance with the National Electric Code requirements in Article 250. 3.2 COMMUNICATION GROUNDING A. Voice/Data: 1. Provide one (1) #6 from main ground bus to ground bus on telephone equipment board. B. Television Distribution System: 1. Provide one (1)#8 to nearest ground bus. C. Public Address System: 1. Provide one (1)#8 to nearest ground bus. 3.3 INSTALLATION A. Install grounding system as shown on drawings and as required by the latest edition of the NEC Article 250. B. Connections to equipment, bus, or conduit shall be made with approved type of solderless connector and shall be thoroughly cleaned and made bright before connection is made to insure metal contact. C. Connections inaccessible after completion of project shall be made by exothermic weld process. D. The grounding medium for lighting branch circuits shall be the conduit system. 1. Ground the lighting fixture by means of a conductor between the outlet box and the fixture. 2. Locknut connections to cabinets, pullboxes, junction boxes, etc., shall be drawn up sufficiently tight to enssure a continuous metal-to-metal bond, where a separate ground conductor is not provided. 3. Where GFCI type receptacles are indicated, provide a separate ground conductor directly from the panelboard. E. Bond conduits stubbing under switchboard, motor control center, and similar locations using bonding bushings. F. Do not use flexible conduit as a grounding medium. Provide a bonding wire in flexible conduits and connect to the boxes at each end in an approved manner. Bonding conductor in flexible conduit runs to connect low voltage control and monitoring devices is not required. 100%Submittal 04220-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 G. Unless otherwise indicated, provide an equipment grounding conductor in each feeder conductor. For parallel runs, provide a ground conductor in each parallel conduit run. H. Bond to ground all metal underground pull box covers. I. End-to-End Luminaires: continuously bonded. J. Grounding contacts of receptacles shall be connected to a system-grounding conductor (not the system neutral) by a stranded copper wire not smaller than #12 AWG. The resistance between the contacts and solid earth ground shall not exceed 3 ohms. K. Bond all metal parts. Make equipment and bus connections with suitable lugs or clamps. Cadweld all wire-to-ground rod joints. Cadweld all wire-to-wire joints #1/0 AWG or larger. L. Bond all conduits stubbing under switchboards, transformer and similar locations using bonding bushings. M. Provide a bond wire in all flexible metal conduits and connect to the boxes at each end in an approved manner. N. Use PVC for outdoor applications for sleeving grounding electrode conductors, except that where sleeves are subject to damage, use rigid metal conduit bonded at both ends. 0. The TV antenna ground wire shall be connected to the main grounding system. P. Paint buried joints with red glyptal. Q. Ground all transformer secondaries under provisions of NEC-250 unless shown otherwise on the drawings. R. Light Poles: Provide a ground rod driven near pole bases and cadweld a #8 wire to the top of the rod and extend the wire to a grounding lug in the base and bond to all metal parts. END OF SECTION 100%Submittal 04220-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 16470 PANELBOARDS PART 1 GENERAL 1.1 SUMMARY A. Provide a complete Distribution Panelboard system as indicated on the drawings, and as specified herein. B. All materials shall be listed by an OSHA approved Nationally Recognized Testing Laboratory (NRTL). C. Related Sections: 1. 09900 - Painting. 2. 16120 -Wire and Cable. 3. 16475 - Overcurrent Protective Devices. 1.2 SYSTEM DESCRIPTION A. Panelboards used as service entrance equipment shall be NRTL labeled as service entrance equipment. 1.3 SUBMITTALS A. Submit shop drawings, manufacturer's literature, and technical data before starting work. B. All switchboards and panelboards submitted shall be designed and manufactured according to the latest revisions of the following specifications: 1. UL 50, UL 67, UL 89, U1489, UI891, UL 1283, UL 1449 2. Nema AB-1, PB 1, PB 1.1, PB2, PB2.1 PB 2.2 3. NFPA 70 4. Federal Specifications: W-C-375B, W-P-115C PART 2 PRODUCTS 2.1 MANUFACTURERS A. Panelboards: 1. General Electric. 2. Siemens. 3. Square D. 100%Submittal 16470-1 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2.2 EQUIPMENT A. Distribution and Power Panelboards: 1. Interior: Provide fully rated plated copper bus. Plating shall run the entire length of the bus bar. Solid neutral and ground bar shall be copper. Maximum rating: 1200 amp. 2. Main breaker shall be horizontally mounted. Main breakers shall have conspicuous marking labels. 3. Trims shall have door with keyed lock. All locks shall be keyed the same. 4. Provide directory holder and typed directory for all circuits. 5. Enclosure shall be galvanized galvaneal steel constructed in accordance with UL50 and NEMA 250. Box end walls shall be blank. 6. Short circuit current ratings shall be equal to or greater than available fault current at point of application. NRTL listed series ratings may be utilized, where not in violation of NEC 240.86. Provide documentation of NRTL listed series rating used. 7. Surge Protective Devices (SPD) shall be provided when specified in the design and associated electrical plans, with optional peak surge current of 260kA. 8. Distribution panels for use at 120/208 volts shall ne NRTL listed with minimum integrated assembly rating of 22K AIC. 9. Distribution panelboards, 400 amperes and over, shall be provided with molded case circuit breakers tested and labeled according to UL 489. B. Lighting, Receptacle and Power Panelboards 1. Interior: Provide fully rated plated copper bus. Plating shall run the entire length of the bus bar. Solid neutral and ground bar to be copper. Maximum rating: 600amp. 2. Main breaker shall be vertically or horizontally located and have conspicuous marking labels. 3. Trims shall have door with keyed lock. All locks to be keyed the same. Provide trims with concealed door hinges and trim screws for panels 600 amps or less. 4. Provide directory holder and typed directory for all circuits. 5. Enclosure shall be galvanized steel constructed in accordance with UL50. Box endwalls shall be blank. 6. Short circuit current ratings shall be equal to or greater than available fault current at point of application. NRTL listed series ratings may be utilized, where not in violation of NEC 240.86. Provide documentation of NRTL listed series rating used. 7. Provide SPD's when specified in the design and associated electrical plans, with optional peak surge current of 100kA. 8. Minimum rating of breakers shall be as follows: a. Lighting and power panels for use at 120/208 volts: 225 amp maximum with circuit breakers rated at 10K AIC symmetrical at 240 volts. b. Lighting and power panels for use at 480/277 volts: 225 amp maximum with circuit breakers rated at 14K AIC symmetrical at 480 volts. 100%Submittal 16470-2 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 9. Interiors shall be factory assembled and designed to allow switching and protective devices to be replaced without disturbing adjacent units, without removing the main bus connectors, and allowing circuits to change without machining, drilling or tapping. 10. Branch circuits shall be arranged using double row construction unless narrow column panels are indicated. A nameplate shall be provided listing panel type and ratings. Circuit breakers shall be bolt-on type. 11. Unless otherwise noted, full size insulated neutral bars shall be included. Bus bar taps for panels with single pole branches shall be arranged for sequence phasing of the branch circuit devices. Neutral bussing shall have a suitable lug for each outgoing feeder requiring a neutral connection. A ground bus shall be provided in all panels. C. Boxes and Trims shall meet the following criteria: 1. Boxes shall be at least 20 inches wide made from code gage galvanized sheet steel. a. Provide minimum gutter space according to NEC requirements. b. Where feeder cables supplying the mains of a panel are carried through its box to supply other electrical equipment, the box shall be sized to include the additional required wiring space. c. At least 4 interior mounting studs with adjustable nuts shall be provided. 2. Switching device handles shall be accessible. a. Doors and panelboard trims shall not uncover any live parts. b. Doors shall have flush chrome plated handle with cylinder lock and catch, except doors over 48 inches in height shall have auxiliary fasteners top and bottom of door in addition to the flush type cylinder lock and catch. c. Panelboard switching devices with individual dead front doors shall be acceptable instead of standard door in trim design. d. Panelboard trim clamps shall be of the indicating type. 3. Exterior and interior steel surfaces of the trim shall be properly cleaned, primed with rust inhibiting phosphatic coating, and finished with manufacturer's standard gray paint. a. Trims for flush panels shall overlap the box for at least 3/4" all around. b. Surface trims shall have the same width and height as the box. c. Trims shall be mountable by a screwdriver without the need for special tools. d. After installation, trim clamps shall not be accessible when the panel door is closed and locked. 4. Panelboards exposed to the weather shall have NEMA type 3R raintight enclosure or NEMA 4X in corrosive environments. D. Electrical Components: 100%Submittal 16470-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Main bus bars shall be fully rated copper bus bars, with plating shall running the entire length of the bus bar, and shall be sized according to NRTL standards to limit the temperature rise on any current carrying part to a maximum of 50 degrees C. above an ambient of 40 degrees C. maximum. Provide main circuit breakers, main lugs, or sub-feed lugs as required. 2. Each panelboard shall incorporate breakers as shown with AIC or higher, at the application voltage, than the available fault at its location along the electrical distribution system, as determined by the short circuit study. Minimum rating of breakers shall be: a. Lighting and power panels for use at 120/208 volts: 225 amp maximum with circuit breakers rated at 10K AIC symmetrical at 240 volts. b. Lighting and power panels for use at 480/277 volts: 225 amp maximum with circuit breakers rated at 14K AIC symmetrical at 480 volts. c. Distribution panels for use at 120/208 volts: UL listed with minimum integrated assembly rating of 22K AIC. 3. Panels tested and listed according to UL 67 and bearing an integrated short circuit rating shall be determined by the short circuit study on the electrical system with 10,000 AIC minimum. 4. Any 2 single pole circuit breakers shall be replaceable by 1 two-pole circuit breaker and any 3 single-pole breakers shall be replaceable by 1 three-pole circuit breaker. 5. Where new circuit breakers are specified to be installed within existing panelboards, they shall be compatible in terms of manufacture, type, and AIC. 6. Breakers 100 ampere through 400 ampere frame sizes shall be thermal- magnetic trip with inverse time current characteristics, unless otherwise noted. 7. Provide ground fault circuit interrupter circuit breakers where indicated. PART 3 EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Panelboards shall be installed where indicated and with top of cabinet 6'-6" above floor, and shall be rigidly and securely attached to building construction and shall not depend upon conduit for support. Allow at least 1/2" air space behind wall mounted panelboards. B. Install panelboards according to manufacturer's recommended data. Maintain clearances required by the National Electrical Code, with particular attention to working space around panelboards. Maintain clear space above panelboards, coordinate with other trades to avoid placement of panelboards below piping, 100%Submittal 16470-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 ductwork, or other foreign appurtenances. Relocate panels at no additional cost should such interferences occur. C. Supply panelboards with phenolic nameplate 1 inch x 3 inch on exterior of panels and engraved with panel designation and voltage rating. Lighting and power panelboards shall be provided with a clear plastic enclosed typewritten directory inside. Circuit identification shall include load type (lighting, receptacles, etc.) and rooms served. D. Where flush type panelboards are indicated, provide one 3/4" empty conduit terminated in accessible ceiling above for each 3 spare circuit breakers provided in the panelboard. E. Install circuit breakers in existing panelboards according to manufacturer's recommendation. Verify tightness of connections including mains. Identify new circuits on the panel directory. If none exists, provide one. F. Clean and touch up panelboard as required at completion of the project. G. Support surface mounted panelboards for other than masonry walls, from floor slab secured "Kindorf" or "Unistrut" channels. Mount those installed on masonry walls to back boards secured to walls, and according to manufacturer's recommendations and applicable codes and regulations. Contractor shall coordinate manufacturer's actual panelboard dimensions with room clearances to conform with NEC requirements. END OF SECTION 100%Submittal 16470-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 16475 OVERCURRENT PROTECTIVE DEVICES PART 1 GENERAL 1.1 SUMMARY A. Provide a complete system of overcurrent protective devises as indicated on the drawings, and as specified herein. 1.2 Related Sections: 1. 16440- Disconnect Switches. 2. 16470 - Panelboards. 3. 16156 - Motor Starters. 1.3 SYSTEM DESCRIPTION A. Performance Requirements: Materials shall be listed by an OSHA approved Nationally Recognized Testing Laboratory(NRTL). 1.4 SUBMITTALS A. Submit properly identified manufacturer's literature, product data, and technical data before starting work. 1.5 QUALITY ASSURANCE A. NEMA AB 1 1993 — (National Electrical Manufacturers Association) Molded Case Circuit Breakers and Molded Case Switches. B. UL 489 — (Underwriters Laboratories Inc.) Molded Case Circuit Breaker Enclosures. C. UL943—Standard for Ground Fault Circuit Interrupters. D. CSA C22.2 No. 5.1 — M91 —(Canadian Standard Association) Molded Case Circuit Breakers. E. Federal Specification W- C — 375b/GEN — Circuit Breakers, Molded Case; Branch Circuit and Services. F. National Fire Protection Association NFPA—70 (National Electric Code). G. Fuses shall comply with NEMA FUI and ANSI C33.42. 100%Submittal 16475-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 PART 2 PRODUCTS 2.1 MANUFACTURERS A. Circuit Breakers: 1. GE. 2. Siemens. 3. Square D. B. Fuses: 1. Bussman Manufacturing. 2. Gould-Shawmut Company. 3. CEFCO. 4. Littelfuse, Inc. 2.2 EQUIPMENT A. Circuit Breakers: 1. Conform to Federal Specification W-C-375a and NEMA Standard AB-1, unless indicated otherwise. 2. Lugs and terminals: UL approved for copper-aluminum. 3. Accessories: 120 volt. 4. Each circuit breaker shall be provided with a trip unit for each pole with elements providing inverse time delay under overload conditions and instantaneous magnetic trip for short circuit protection, unless indicated as non-automatic. Trip elements shall operate a common trip bar to open all elements. 5. All circuit breakers shall be bolt-on type, consisting of the number of poles and ampere ratings as noted on the drawings. 6. Two and three pole breakers shall be of the common trip type. 7. Circuit breakers shall be a circuit interrupting device operating both manually for normal switching functions and automatically under overload and short circuit conditions, while providing circuit and self-protection when applied in its ratings. Provide at voltage, phase, and amps indicated, with symmetrical amperes interrupting rating to be equal or larger than that shown on drawings. Control and signaling function may be incorporated by use of accessories. 8. Operating mechanism shall be entirely trip-free so contacts cannot be held close against an abnormal over-current or short circuit condition. 9. Operating handle of circuit breaker shall open and close all poles of a multi- pole breaker simultaneously. Circuit breakers shall meet applicable NEMA AB-1 and have UL label. 10. Ampere rating shall be clearly visible. Contacts shall be of non-welding silver alloy. Circuit breakers to be used in switchboards, lighting and power panelboards, distribution panelboards and individually enclosed shall be 1, 2, or 3 poles as indicated on drawings. B. Molded Case Circuit Breakers Characteristics- General: 100%Submittal 16475-2 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Circuit Breakers shall be constructed using glass reinforced insulating material. Current carrying components shall be completely isolated from the handle and the accessory mounting area. 2. Circuit breakers shall have an over center, trip free, toggle operating mechanism which will provide quick—make, quick— break contact action. 3. The circuit breaker handle shall reside in a tripped position between on and off to provide local trip indication. Circuit breaker escutcheon shall be clearly marked on and off in addition to providing International I/O markings. 4. The maximum ampere as established by a NRTL, or other certification standards, with applicable voltage systems and corresponding interrupting ratings, shall be clearly marked on face of circuit breaker. 5. Circuit breakers shall be factory sealed with a hologram quality mark and shall have date code on face of circuit breaker. 6. Circuit breaker combinations for series connected interrupting ratings shall be listed by a NRTL as a recognized component combinations. Any series rated combination used shall be marked on the end use equipment along with the statement "Caution — Series Rated System A Available. Identical Replacement Component Required." 7. Circuit breakers shall be equipped with NRTL listed electrical accessories as noted on the electrical drawings. Circuit breaker handle accessories shall provide provisions for locking handle in the On and Off position. 8. Circuit breakers shall be NRTL listed for reverse connection without restrictive line and load markings and be suitable for mounting in any position. 9. Molded case circuit breakers shall be bolt-on type, mounted in lighting and power panelboards and individually enclosed units. 10. Molded case circuit breakers shall be quick-make, quick-break action. 11. Molded case circuit breakers for panelboards shall have a short circuit current rating based on the coordination and short circuit study or the following minimum symmetrical ampere interrupting capacities (RMS): a. 120 volts: 10,000 SAIC power panelboards (miminum). b. 277 volts: 14,000 SAIC lighting panelboards (minimum). c. 277/480 volts: Up to 50,000 SAIC distribution panelboards, or as shown on drawings. 12. Each molded case circuit breaker shall have a thermal magnetic trip device, with common tripping for all poles, and with trip ratings as shown on drawings. C. Fuses: 1. Provide rejection fuses for fusible equipment regardless of which trade has furnished such equipment. 2. The time-current characteristic and ratings shall assure positive selective coordination. 3. All fuses: current limiting and have an interrupting capacity of at least 200,000 amperes RMS symmetrical. 4. The time-current characteristics and ratings shall be set in such a way that positive selective coordination is assured. 100%Submittal 16475-3 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 5. Coordination and current limitation for the protection of each part of the electrical system must be designed around the type and class and manufacturer selected for that type and class. 6. Fuses, 601 amperes and larger, shall comply with UL Class L standard and be Shawmut Form 480 "Amp-Trap" or Bussman "Hi Cap". 7. Fuses, 600 amperes and lower, where applied to general feeder and branch circuit protection, shall comply with UL Class RKI standards and be Shawmut dual element"Amp-Trap" or Bussman "Low Peak" Limitron. 8. Dual element fuses shall have low resistance and relatively low operating temperatures. Fuses shall be provided with thermal protection against damage from poor contact. Fuse shall open when temperature at thermal cutout reaches 280 degrees F., preventing damage to clips and switches before fuse opens. They shall combine high interrupting capacity (200,000 ampere RMS symmetrical) with time delay, holding 500 percent load for a minimum of 10 seconds. 9. Individual motor circuit fuses shall be sized at approximately 150 percent of motor full load current. Fuses, below 600 amperes shall comply with UL Class RK1, time delay, dual element standardsand be Gould-Shawmut "Amp-Trap" or Bussman Type LPN-RK. Fuses 601 amperes and larger, shall comply with UL Class L standards and be Gould-Shawmut Form 480 "Amp-Trap" or Bussman Type KRP-C. 10. Provide 10 percent spares (minimum of three) of each size and type of fuses furnished. Spare fuses shall be placed in a wall-mounted cabinet located in the main electric room. PART 3 EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Install all circuit breakers and fuses where indicated on drawings, where required by NEC or other applicable codes and regulations, and in accordance to manufacturer's recommendations and accepted submittals. Special attention shall be given to air conditioning equipment. B. Two and three pole breakers must be true two and three pole breakers. 1. Do not combine single pole breakers with common handle connection to meet multiple pole breaker requirements. C. Label circuit breaker enclosures with 1 inch high stenciled letters showing equipment served. 100%Submittal 16475-4 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 END OF SECTION 100%Submittal 16475-5 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 16511 LIGHTING FIXTURES AND LAMPS PART 1 GENERAL 1.1 WORK INCLUDED A. Provide all labor, materials,equipment and services necessary to complete the lighting fixture installation work, and as indicated on the drawings and as specified herein. B. All materials shall be listed by an OSHA approved National Recognized Testing Laboratory(NRTL). C. Related Sections: 1. 09200 - Metal Studs, Lath, Suspension Ceiling, Plaster, and Stucco. 2. 09510 -Acoustical Ceilings. 3. 16112 - Raceways and Conduits. 4. 16120 -Wire and Cable. 1.2 SYSTEM DESCRIPTION A. Explosion-proof, shielded, and vapor tight and wet location fixtures shall bear a NRTL label appropriate for the type of application. 1.3 SUBMITTALS A. Submit, shop drawings, manufacturer's literature and technical product data as required. B. Shop drawings shall include but not be limited to: 1. Manufacturer's dimensioned scale drawings showing in complete detail the fabrication of all luminaires including finished, metal thickness, fabrication methods, support method, ballasts, sockets type of shielding, reflectors, provisions for re-lamping and all other information to show compliance with the Contract Documents. 2. Submit shop drawings and samples as requested of luminaires for approval before fabrication. Luminaire details may vary slightly from those shown on drawings provided the changes do not adversely affect size of installation, durability of luminaire, luminaire performance or appearance.Submitted samples may be subjected to photometric testing at an independent testing laboratory, refer to Section 01330, "Submittals". C. Furnish certified photometric data for every fixture specified. D. Upon request,a sample of each fixture proposed for every use and specified unit shall be submitted to the A/E for review. 100%Submittal 16511-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 E. Lighting calculations shall comply with Florida Building Code(FBC)and IES minimum foot-candle level when required. 1.4 QUALITY ASSURANCE A. Materials,equipment and appurtenances as well as workmanship provided under this section shall conform to the highest commercial standard and as specified and as indicated on drawings. Luminaire parts and components not specifically identified or indicated: made of materials most appropriate for their use or function and as such resistant to corrosion, thermal, and mechanical stresses encountered in the normal application and functioning of the luminaires. B. All cast parts, including die-cast members: of uniform quality, free from blow holes, pores, hard spots, shrinkage defects,cracks or other imperfections that affect strength and appearance,or are indicative of inferior metals or alloys. Exterior surfaces,which do not otherwise receive a finishing coating: machined, sanded or similarly treated areas, such as extruded metal parts. All such finished castings: given a minimum of one coat of baked-on clear methacrylate lacquer unless a painted finish is specified. C. Comply with Florida Building Code(FBC). D. Luminaries and components shall be built under provisions of the N.E.C. PART 2 PRODUCTS 2.1 EQUIPMENT A. Fixtures in student occupied areas and where food is prepared or consumed,shall be provided with solid lenses. Exposed lamps of any type are not allowed in these areas. B. Surface mounted fixtures in student areas or outdoors shall be vandal resistant, with 10 year lens warranty. Fixture bases shall be metal and fastened to mounting locations with metal components. C. Exterior fixture shall be of aluminum or plastic construction. . D. Lighting Fixtures: 1. Provide lighting fixtures as indicated on the drawings and as specified. 2. The schedule and details of lighting fixtures,appearing on the drawings, indicate the type, construction, appearance, quality and performance of the fixtures required. a. Any proposed deviation from the fixtures specified requires the proposed substitute product be listed in the latest FPL Commercial/Industrial Lighting Approved Products. b. Any proposed deviation from the fixtures specified shall equal or be superior to the item specified under these headings. 100%Submittal 16511-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 c. Proposed substitute lighting fixtures will be judged on overall quality on construction. d. Provide 120V working sample of proposed substitution with cord, plug, and lamp. e. The fixture manufacturers products scheduled are considered acceptable, based on the equivalency of individual units as determined by the NE. 3. Materials used in the manufacture of fixtures shall be new and the best of their respective kind, and shall be formed and assembled in a neat, accurate, and professional manner. a. Sheet metal shall be of sufficient thickness or shall be ribbed, flanged, or otherwise reinforced so that lighting fixtures and their component parts will withstand the stresses of normal handling and installation and service without undue distortion of shape. b. Plastering or other installation procedures shall not be relied on to reinforce lighting fixtures or their component parts. c. Fixture bases shall be metal and fastened to mounting location with metal components. 4. Finishes: a. Painted steel sheet shall be processed with Bonderize or equal phosphate treatment or shall be Paintlok or Galvanneal. b. Unpainted sheet steel shall be Galvanneal, by Republic Steel or accepted equivalent. c. Springs shall be of full hard temper stainless steel. d. Fasteners of ferrous metal shall be cadmium plated or zinc plated with chromate. e. Screws mounting fixture housing in plaster ring shall be minimum#8, pointed to facilitate installation. f. Plaster frame rings shall be of sufficient strength to withstand deformation during installation, and of suitable materials or finish to prevent corrosion from ceiling plasters and mortars. 1) The contractor shall furnish the fixture manufacturer a complete list of fixtures that will be installed in acoustical plaster ceilings with types and quantities. g. Painted finishes shall be baked epoxy, polyester powder coated, acrylic or accepted equivalent finish suitable for the service required including temperature and accepted by the NE. Finish shall be applied after fabrication. 5. Fixtures shall be complete with canopies,suspensions of proper lengths,hickeys, casing, sockets, holders, reflectors, hardware, and shall be completely wired and assembled. Each troffers shall have 2 earthquake clips minimum, positive enclosed spring loaded catches, and safety hinges. 6. Furnish suitable plaster rings or plaster stops for fixtures set in plaster ceilings. Consult the "Finish Schedules" on drawings for locations and extent of plaster 100%Submittal 16511-3 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 ceilings. Coordinate the mounting methods of recessed fluorescent lighting fixtures with ceiling suspension system and ceiling trades. 7. Fluorescent and HID ballasts shall be low wattage, high efficiency 480, 277 volt, or 120 volt as noted on Drawings. a. Linear fluorescent lamp ballasts shall be individually fused, hi-efficiency, programmed start, high power factor, non-PCB construction. Listed Class P, and a minimum power factor of 94%. Advance Optanium fluorescent ballast or accepted equivalent. Ballasts used outdoors shall be suitable for 32 degrees F. operation. b. Provide electronic ballasts, with a Total Harmonic Distortion (THD) of not more than 15 percent and a 5-year manufacturer's warranty, for fluorescent fixtures compatible with 25 watt T-8 lamps. c. Ballast sound rating shall be ASA"A"for fluorescent ballasts. d. Provide emergency fluorescent fixtures with Type B-30 by Bodine or accepted equivalent where indicated. e. HID electronic ballasts shall be capable of operating pulse start type lamps. 8. Lamp Holders a. Fluorescent Lampholders shall be General Electric or Leviton. b. Silicone-fiberglass insulated wire rated at 150 degrees or 200 degrees C. or Teflon-fiberglass insulated wire rated at 250 degrees C. shall be provided as required with recessed HID fixtures for connection of fixtures to adjacent boxes. c. Medium and mogul screw base lampholders shall have porcelain bodies. d. Screw-shell sockets shall be nickel plated and shall have spring contacts wherever possible e. Lamp sockets: Rigidly and securely attached to luminaire enclosure or husk. 1) Metallic vapor lamp sockets:Of heavy-duty heat-resistant porcelain type. 2) Plastic or metal sheet sockets: Do not use unless specified. 3) Fluorescent lamp sockets operating with an open circuit voltage in excess of 300 volts: Of the safety type,and open the supply circuit when the lamp is removed from the sockets. f. Provide a positive device to assure proper axial alignment of lamps with asymmetric distribution when re-lamping. 1) This device may be preset or adjustable as required by the specifications. 2) Axial and angular lamp adjustments shall have provision for locking in adjusted position by hex head or hex socket bolts or nuts with special toothed washers that resist turning in both directions. g. Fluorescent ballasts and lamp holders shall be readily and simply replaceable without demounting the fixture. 100%Submittal 16511-4 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1) Bottom and one side of ballast shall be in full contact with metallic fixture surfaces for maximum heat conductance. 2) Exposed lamp fluorescent sockets shall be telescoping type or be provided with lamp support brackets. E. REFLECTORS 1. Fluorescent Specular Reflectors: Specular reflectance shall be 86 percent minimum. a. Concealed fluorescent specular reflectors shall be Alcoa MI Alzak finish or accepted equivalent. b. Visible reflectors shall be Alcoa reflector sheet type 1 or accepted equivalent. 2. Reflectors and reflecting cones or baffles:fabricated from#12 aluminum reflector sheets, 0.57: (15 gage) or heavier, all absolutely free of any tooling marks including spinning lines, and free of any marks or indentations caused by riveting or other assembly techniques. No rivets, springs or other hardware will be visible after installation. 3. Reflectors and baffles: of first quality polished, buffed and anodized finish, "Alzak",and of specular finish color as selected by the A/E. Reflector and baffles: modified elliptical contour and produce no apparent brightness from nadir to 40 degrees above nadir, nor the lamp image nor any part of the lamp be visible from nadir to 40 degrees above nadir. 4. Submit samples of colored aluminum finished (black, brass, bronze, etc.) for approval before fabrication. F. LENSES 1. Glass lenses for HID fixtures shall be borosilicate glass with maximum coefficient of expansion of 0.33x107. Glass lenses for fluorescent fixtures shall be Corning Glass or accepted equivalent. 2. Plastic lenses and diffusers used on fluorescent fixtures shall be 100 percent prime virgin acrylic KSH K-12 or accepted equivalent, minimum unpenetrated thickness of 0.125"and be furnished with anti-static treatment. Injection molded lenses shall be as manufactured by Holophane or accepted equivalent. 3. Exposed fixture housings or frames shall have a continuous smooth surface with no visible seams and a neat and finished quality appearance. Hinges and fastening devices shall be fully concealed unless otherwise specifically approved by the A/E. 4. The thickness of visible edges of mounting frames and rings at the ceiling line shall be between 0.035" and 0.050". Light leaks around trim frame or lens or between any of these are unacceptable. 5. Where fixture type is not indicated on drawings, fixture type used in similar locations shall be provided, as accepted by the A/E. 6. Components of the same type, size, rating,functional characteristics, and make of similar interior lighting fixtures shall be interchangeable. 7. Fixture stems shall be furnished by the manufacturer of the fixture specified or as shown on the drawings. 100%Submittal 16511-5 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 8. Fixtures for use outdoors or in wet areas shall be suitably gasketed to prevent access of moisture or insects into fixture or diffuser. 9. Metal parts of fixtures for use in damp locations, specified as requiring painting, shall be painted with suitable weather and moisture resistant paints exhibiting moisture resisting qualities equal to epoxy based coatings. 10. Aluminum parts of fixtures for use in damp locations specified as requiring an unpainted finish shall be anodized. G. Lamps: 1. Provide lamps for lighting fixtures. Lamps shall be as specified and indicated on the drawings. a. Provide electric lamps as shown on reviewed shop drawings plus 10 percent additional spare lamps of each type fixture to Owner at project site upon substantial completion. b. Lamps as specified for the individual luminaries or lighting equipment: provide in luminaires and lighting equipment leaving these completely lamped and in normal operating condition. 2. Linear fluorescent lamps shall be suitable to operate with specified ballasts on 277 or 120 volts, 60 Hertz supply as required, with the following requirements: a. Wattage rating as shown on fixture schedule. b. Lamp shall be programmed start energy saving type 25 watts T-8,with 2380 minimum initial lumen output, and a lumen maintenance 97%, by Philips Alto II or accepted equivalent. c. Provide T-8 lamps with 4 foot lengths,whenever possible,and medium bi-pin bases, as shown on the drawings and fixture schedule. d. Color: 4100 degrees Kelvin, 85 CRI with a rated life of 30,000 hours. e. Fluorescent lamps shall have a mercury content less than 1.7 mg and TCLP compliant. 3. Compact fluorescent lamps shall be used for down lighting applications and shall be suitable to operate with specified ballasts on 277 volts or 120 volts, 60 hertz supply as required with the following requirements: a. High power factor ballasts only. b. Wattage rating and lamp type as shown on fixture schedule. c. Color: 4100 degrees Kelvin, 85 CRI. 4. HID lamps shall be suitable to operate with specified ballasts on 480 volts, 277 volts or 120 volts, 60 hertz supply as required with the following requirements: a. Wattage ratings and lamp designation as shown on fixture schedule. b. Lamp base shall be mogul base, whenever possible. c. Metal halide lamps shall be phosphorous coated. d. HID lamps shall be pulse start type. 5. LED: 100%Submittal 16511-6 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 a. Shall be Reduction of Hazardous Substance (RoHS) compliant, and shall comply with FCC 47 CFR Part 15, IES LM-79 & 80. b. Minimum CRI of 80 with a color temperature of 3000-3500°K for interior fixtures and 4000-4500°K for exterior fixtures. c. Minimum rated life of 60,000 hours at 25°C ambient temperature. d. LED driver shall have a THD of<20% and a power factor of 0.95 or higher with integral short circuit, open circuit and overload protection. e. LED driver and LED module shall be accessible and replaceable from below. f. LED lighting fixtures shall be assembled in the USA with minimum 80% materials content from the USA. g. All LED fixtures located within instructional spaces shall have factory installed dimmable control modules built right into the fixture. h. LED fixtures shall be provided with a minimum 10 year warranty on entire fixture (all components). i. Approved LED fixtures: 1) Size: 2'-0" x 2'-0": Model #ZR22 by Cree or other NE approved equivalent by Lithonia or Kenall. 2) Size 2'0" x 4'-0": Model #ZR24 by Cree or other A/.E approved equivalent by Lithonia or Kenall. 3) Other LED fixtures of size and type as indicated in Contract Documents: Fixtures shall be as manufactured by Cree, Lithonia or Kenall, and as approved by A/E. H. BALLASTS 1. Linear fluorescent lamp ballasts shall be individually fused, hi-efficiency, programmed start, high power factor, non-PCB construction. Listed Class P,and a minimum power factor of 94%. Advance Optanium fluorescent ballast or accepted equivalent. Ballasts used outdoors shall be suitable for 32 degrees F. operation. 2. Provide electronic ballasts for fluorescent fixtures compatible with 25 watt T-8 lamps and with a Total Harmonic Distortion (THD) of not more than 15 percent and a 5-year manufacturer's warranty. 3. Ballast sound rating shall be ASA "A"for fluorescent ballasts. 4. Provide emergency fluorescent fixtures with Type B-30 by Bodine or accepted equivalent where indicated. 5. HID Ballasts shall be constant wattage type. 6. Ballasts installed within each luminaire type shall be identical. Luminaire design, fabrication, and assembly of luminaire shall be such to prevent overheating or cycling of lamps and ballasts under all conditions. 7. All ballasts shall be multi-volt. 8. All ballasts used with motion sensors shall be program start. 2.2 MARKING OF LUMINAIRES A. Mark luminaires designed for voltages other than 110-125 volts circuits. 100%Submittal 16511-7 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 2.3 SOUND TRANMISSION A. It is the intent of this Specification that sound transmission through the luminaire units, when spaced as indicated on drawings, shall be sufficiently attenuated to maintain speech privacy between adjoining spaces. 2.4 LUMINAIRE TRIMS A. Luminaires shall have finish trim designed for the following types of ceiling systems: 1. Tungstein Lamp when used as a back-up for HID Luminaires H.I.D. Luminaires: Ceiling Type Trim Type a. Plaster IR - Inside Reveal b. Concrete IR - Inside Reveal c. Mineral Tile OL - Overlap Trim d. Drywall OL - Overlap Trim e. Metal Deck OL- Overlap Trim 2. Fluorescent Luminaires: Ceiling Type Trim Type a. Plaster F - Flanged with Plaster Frame b. Metal pan M - Modular- Fit-In c. Mineral Tile F - Flanged d. Drywall F - Flanged e. Lay-In G - Grid B. Each trim detail shall be as shown on the drawings, which are indicative of appearance and dimensional requirements. The manufacturer's trim finish and dimensions: subject to the approval of the A/E. Flush mounted ceiling trims for rectangular or square recessed luminaires shall include mitered corners continuously welded and smoothed before shop finish is applied. No lapping of trim metal is permitted. C. Trim of luminaires installed in metal shall match the color of that deck. 2.5 EXIT LIGHTS A. Include LED lamps, and they shall have 6 inch red letters on white background. B. Field convertible mounting-end, back or top. C. Field convertible directional arrows. D. Each LED exit light shall have a total connected load of less than 2 watts. 2.6 LIGHTING CONTACTOR A. Electrically operated, mechanically held,double break silver alloy contacts. Fully rated for tungsten lamp loads,when used as a back-up for HID luminaires,fluorescent lamp 100%Submittal 1651 1-8 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 loads and general use loads. Interrupting capacity: 300 percent of rated current. NEMA I enclosure except otherwise specified. B. As manufactured by: Asco-920RC, Square 'D' - Class 8903, General Electric - CR160MB, Westinghouse A202. 2.7 MODULAR RELAY PANEL A. Comply with UL 508 and UL 916; factory assembled with modular single pole relays, power supplies, and accessory components required for specified performance. 1. Cabinet: Steel with hinged, locking door. a. Barriers separate low-voltage and line-voltage components b. Directory: Mounted on back of door. Identifies each relay as to load groups controlled and each programmed pilot device if any. c. Control Power Supply: Transformer and full-wave rectifier with filtered dc output. 2. Single-Pole Relays: Mechanically held unless otherwise indicated; split-coil, momentary-pulsed type. a. Low-Voltage Leads: Plug connector to the connector strip in cabinet and pilot light power where indicated. b. Rated capacity (Mounted in Relay Panel): 20A, 125V AC for tungsten filaments; 20A, 277V AC for ballasts. c. Endurance: 50,000 cycles at rated capacity. d. Mounting: Provision for easy removal and installation in relay cabinet. 2.8 TIME SWITCHES (Allowed only when EMS is not available to perform the function) A. Electronic Time Switches: Electronic, solid-state programmable units with alphanumeric display; complying with UL 917. 1. Circuitry: Allow connection of a photoelectric relay as a substitute for on-off function of a program. 2. Astronomic Time Clock capability. 3. Battery Backup: For schedules and time clock. B. Electromechanical-Dial time switches: 1. Circuitry: Allow connection of a photoelectric relay as a substitute for on-off function of a program. 2. Astronomic time dial. 3. Wound-spring reserve carryover mechanism to keep time during power failures, minimum of 16 hours. C. Description: Solid state, with dry contacts to operate connected load, relay, or contactor coils; complying with UL 773. 100%Submittal 16511-9 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1. Light-Level Monitoring Range: 1.5 to 10 fc, with an adjustment for turn-on and turn-off levels within that range. 2. Time Delay: 30-second minimum, to prevent false operation. 3. Lightning Arrester: Air-gap type. 4. Mounting: Twist lock complying with IEEE C136.10, with base. 2.9 INDOOR PHOTOELECTRIC SWITCHES A. Ceiling Mounted Photoelectric Switch: Solid-State, light level sensor unit, with separate relay unit,to detect changes in lighting levels that are perceived by the eye. 1. Sensor output: Contacts rated to operate the associated relay,complying with UL 773A. Sensor shall be powered from the relay unit. 2. Relay unit: Dry contacts rated for 20A ballast load at 120V and 277V, for 13A tungsten at 120V AC, and for 1hp at 120V AC. Power supply to sensor shall be 24V DC, 150mA, Class 2 power source as defined in NFPA 70. 3. Light-Level Monitoring Range: 10 to 200 fc, with an adjustment for turn-on and turn-off levels within that range. 4. Time Delay:Adjustable from 5 to 300 seconds to prevent cycling,with dead-band adjustment. 5. Indicator: Two LEDs to indicate the beginning of on-off cycles. B. Skylight Photoelectric Sensors: Solid state, light-level sensor; housed in a threaded, plastic fitting for mounting under skylight,facing up at skylight;with separate relay unit, to detect changes in lighting levels that are perceived by the eye. 1. Sensor output: Contacts rated to operate the associated relay,complying with UL 773A. Sensor shall be powered from the relay unit. 2. Relay unit: Dry contacts rated for 20A ballast load at 120V and 277V, for 13A tungsten at 120V AC, and for 1 hp at 120V AC. Power supply to sensor shall be 24V DC, 150mA, Class 2 power source as defined in NFPA 70. 3. Light-Level Monitoring Range: 1000 to 10,000 fc, with an adjustment for turn-on and turn-off levels within that range. 4. Time Delay:Adjustable from 5 to 300 seconds to prevent cycling,with dead-band adjustment. 5. Indicator: Two LEDs to indicate the beginning of on-off cycles. PART 3 EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Install fixtures according to manufacturer's recommendations. 100%Submittal 16511-10 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. Install "Lay-In" type fixtures with 6 foot lengths of flexible conduit to enable fixture relocation with minimum inconvenience. Fixture to be securely fastened to ceiling frame members by mechanical means as per the NEC. C. Luminaire locations as indicated on the drawings are generalized and approximate. Carefully verify future locations with architectural floor plans, reflected ceiling plans and other reference data prior to installation. Check for adequacy of headroom and non-interference with other equipment, such as ducts, pipes or openings D. Upon completion of the installation,the luminaires and lighting equipment must be in first class operating order and free from defects in condition and finish. At time of final inspection, all luminaires and equipment shall be fully lamped, and be complete with required lenses of diffusers, reflectors, side panels, louvers or other components necessary for the functioning of the luminaires. Luminaires and equipment shall be clean and free from dust, plaster or paint spots.Any reflectors, lenses, diffusers, side panels or other parts damaged prior to the final inspection shall be replaced by the Contractor. E. The housings of recessed luminaires shall be adequately protected during installation by internal blocking or framing to prevent distortion of sides or dislocation of threaded lugs which, upon completion, shall be in perfect alignment and match the corresponding holes in frames or rims. Holding screws shall be inserted freely without forcing and remain easily removable for servicing.Threads intended to receive holding screws shall be chased after plating and finished to ensure easy installation and removal of knurled headed screws. F. Housings shall be rigidly installed and adjusted to neat flush fit with the ceiling or other finished mounting surface. No light leaks will be permitted at the ceiling line or from any visible part or joints of the luminaires. G. Housings installed directly in concrete shall be fabricated of hot dip galvanized steel or cast aluminum. Where cast aluminum housings are used, provide two coats of asphaltum paint prior to installation. H. Provide 1/8 inch thick x 2 inch diameter solid neoprene grommets at every mounting point for all luminaires surface mounted to concrete structure to prevent direct contact of housing to concrete. I. Adjust all directional luminaires to obtain the most uniform distribution. Orient all similar luminaires consistently. Coordinate luminaires with speakers, air grilles, pipes and ductwork. J. Luminaire bottoms, edges and ends of rows shall be even. Rows shall be straight, aligned and equally spaced in distinct areas. Clean all luminaires of debris and fingerprints and adjust trim to fit surface snug. K. Provide all necessary hangers and mounting accessories for a complete installation. 100%Submittal 1651 1-1 1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 L. Locate the fluorescent luminaires in the equipment rooms to best illuminate the equipment installed. Use chains or rods to support below ducts and pipes as required. Install after pipes and ducts are in. M. Test all luminaires, switches and controls for operation. Replace all lamp burnout's if their estimated operating period is less than 80 percent rated lamp life prior to final acceptance. 3.3 Exit lights: A. Install wall or ceiling mounted as shown on drawings. B. Provide directional arrows required to show correct path to exit. C. Install exit lights at a location and height to ensure a clear line of sight from the egress passageway. D. Relocate exit lights that are not readily visible at no additional cost to Owner. E. Internally illuminated exit signs shall have LED light source on normal power. 3.4 SUPPORTS A. Fixture Supports: 1. Support each fixture securely. 2. Each recessed fluorescent troffer shall be lay-in supported by ceiling suspension system at each corner. Provide at least 2 earthquake clips. 3. Where pendant fixtures are mounted in continuous rows,the number of hangers shall equal the number of 4 foot lengths, plus 1. 4. Do not support fixtures to plaster or gypsum board ceilings. 5. Furnish and install steel members and supports to fasten and suspend fixtures. B. Install lighting fixtures on ceilings or walls of mechanical and electrical equipment rooms after piping, ductwork, and equipment are installed therein. 1. Exact location and switching for such fixtures will be determined at the job site during the work. 2. Fixtures shall be located to give maximum illumination to items of equipment requiring servicing, and moving machinery. 3. Any lighting fixtures blocked, inaccessible or improperly located shall be relocated at no extra cost. 4. Where fan rooms are used as an air plenum, provide suitable gasketed vapor- tight lighting fixtures. C. Plaster frames for lighting fixtures shall be furnished under this Section and installed by others under this Contract. Frames shall be finished matte white baked enamel unless otherwise noted. 100%Submittal 16511-12 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 D. Recessed luminaires shall be provided complete with mounting devices and accessories, and constructed and mounted as to permit access to wiring. E. Attachment devices shall be fabricated of formed, rolled or cast metal shapes with the requisite rigidity and strength to maintain continuous alignment of the installed luminaires. F. Contractor shall be responsible for necessary adjustments in ceiling required to install luminaires. G. Contractor shall verify all ceiling conditions from the architectural plans and provide appropriate mounting details for each luminaires. H. Reflectors shall be attached to housing by means of a length of chain, which will prevent reflector from falling. Ensure that no part of chain is visible after installation when viewed from any angle below 45 degrees from the horizontal. I. Pendant or surface mounted luminaires shall be provided with required mounting devices and accessories, including hickeys, stud-extensions, ball-aligners, canopies and stems. Coordinate locations of luminaires in mechanical areas. Mounting stems of pendant luminaires shall be of the correct length to uniformly maintain the luminaire heights shown on the drawings or established in the field. 3.5 ADJUSTMENTS A. After the installation of luminaires is completed, adjust luminaires after dark under the supervision of the A/E at no additional cost to Owner. B. Upon the completion of the installation of all luminaires, turn on for a continuous period of 48 hours and during that time, replace any burned-out lamps, defective ballasts or fuses, etc. END OF SECTION 100%Submittal 16511-13 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 16530 EXTERIOR LIGHTING PART 1 GENERAL 1.1 WORK INCLUDED A. Provide all labor, materials, equipment and services necessary to complete the lighting fixture installation work, and as indicated on the drawings, and as specified herein. B. All materials shall be listed and labeled by an OSHA approved Nationally Recognized Testing Laboratory (NRTL). 1.2 RELATED SECTIONS: 1. 16112 - Raceways and Conduits. 2. 16120 -Wire and Cable. 1.3 SYSTEM DESCRIPTION A. Wet location fixtures shall bear an NRTL label appropriate for that type of application. 1.4 SUBMITTALS A. Shop drawings include but not be limited to: 1. Manufacturer's dimensioned scale drawings showing in complete detail the fabrication of all luminaires including finished, metal thickness, fabrication methods, support method, ballasts, sockets type of shielding, reflectors, provisions for relamping and all other information to show compliance with the Contract Documents. 2. Submit shop drawings and samples as requested of luminaires for approval before fabrication. Luminaire details may vary slightly from those shown on drawings provided the changes do not adversely affect size of installation, durability of luminaire, luminaire performance or appearance. Submitted samples may be subjected to photometric testing at an independent testing laboratory, refer to Section 01330, "Submittals". B. Certified photometric data for exterior lighting fixtures and a point by point illumination plan for entire site at same scale as Construction Documents C. Wind load certification, by a Florida registered structural engineer, for exterior lighting poles. D. Upon request, a sample of each fixture proposed for every use and specified unit shall be submitted to the A/E for review. 100%Submittal 04220-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 1.5 QUALITY ASSURANCE A. Materials, equipment and appurtenances as well as workmanship provided under this section shall conform to the highest commercial standard and as specified and as indicated on drawings. Luminaire parts and components not specifically identified or indicated shall be fabricated from materials most appropriate for their use or function and as such resistant to corrosion, thermal, and mechanical stresses encountered in the normal application and functioning of the luminaires. B. All cast parts, including die-cast members shall be of uniform quality, free from blow holes, pores, hard spots, shrinkage defects, cracks or other imperfections that affect strength and appearance, or are indicative of inferior metals or alloys. Exterior surfaces, which do not otherwise receive a finishing coating, shall be machined, sanded or similarly treated areas, such as extruded metal parts. All such finished castings: given a minimum of one coat of baked-on clear methacrylate lacquer unless a painted finish is specified. C. Comply with Florida Building Code (FBC). D. Luminaries and components shall be built under provisions of the N.E.C. PART 2 PRODUCTS 2.1 MANUFACTURER A. Exterior mounted lighting fixtures shall be vandal-proof types by Kenall Mfg. Co. or accepted equivalent. 2.2 EQUIPMENT A. Exterior Lighting Fixtures: 1. Exterior fixtures shall be vandal-proof. 2. Provide required exterior lighting fixtures and components with NEMA LE2 lighting systems noise ratings. 3. Exterior lighting fixtures shall be furnished as indicated on drawings and fixture schedule. Fixtures shall be complete with necessary wiring, lamps, reflectors, glassware, and mounting accessories. 4. Components of the same type, size, rating, functional characteristic, and make of similar exterior lighting fixtures shall be interchangeable. 5. Fixture bases shall be metal and fastened to mounting locations with metal components. 6. Exterior fixtures shall be of aluminum or plastic construction. B. Lamps: 1. Provide lamps for exterior lighting fixtures. Lamps shall be as indicated on the lighting fixture schedule. 2. Metal halide lamps shall comply with the following: 100%Submittal 04220-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 a. Wattage ratings as shown on fixture schedule. b. Lamp base shall be mogul base. 3. LED: a. Shall be Reduction of Hazardous Substance (RoHS) compliant, and shall comply with FCC 47 CFR Part 15, IES LM-79 & 80. b. Minimum CRI of 80 with a color temperature of 3500° K. c. Minimum rated life of 50,000 hours at 25°C ambient temperature. d. LED driver shall have a THD of <20% and a power factor of 0.95 or higher with integral short circuit, open circuit and overload protection. e. LED driver and LED module shall be accessible and replaceable from below. C. Ballasts: High power factor, individually fused, regulator type. Ballasts shall be listed by an OSHA approved NRTL. Voltage shall be as shown on fixture schedule. D. Lighting Poles: Comply with FPL standards and specifications and the following: 1. Luminaries, pole, base, and sub-base of exterior lighting shall be capable of withstanding wind velocity pressures determined by American Society of Civil Engineers (ASCE) 7. Supplier shall provide Shop Drawings and calculations, signed and sealed by a Florida registered engineer, as proof of compliance with this requirement. a. Use a map wind speed of 185 mph, risk category "III". 2. Poles shall be of material, shape, finish, and height as indicated on the drawings. Provide a reinforced handhold and grounding lug on poles. 3. Metal pole base, where indicated, shall be welded to pole and furnished complete with cover and anchorage hardware. Pole and luminaire finish shall be as indicated on the drawings and as accepted by the A/E. 4. Provide anchor bolts at least 1/2" diameter by 12 inches long with 2 inch bends, complete with nuts, washers, and shims. Anchor bolts shall be hot- dipped galvanized steel. Number of anchor bolts required shall be determined by lighting pole manufacturer. E. OUTDOOR PHOTOELECTRIC SWITCHES 1. Description: Solid state, with dry contacts to operate connected relay, contactor coils, or microprocessor input; complying with UL 773A. 2. Light-Level Monitoring Range: 1.5 to 10 fc, with an adjustment for turn-on and turn-off levels within that range. 3. Time Delay: 15-second minimum, to prevent false operation. 4. Surge Protection: Metal-oxide varistor, complying with IEEE C62.41.1, IEEE C62.41.2, and IEEE 62.45 for category Al locations. 5. Mounting: Twist lock complying with IEEE C136.10, with base-and-stem mounting or stem-and-swivel mounting accessories as required to direct sensor to the north sky exposure. 100%Submittal 04220-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 PART 3 EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Exterior Lighting Fixtures: Exterior lighting fixtures shall be installed according to manufacturer's instructions and according to details as shown on electrical drawings. Fixtures in student areas shall not be mounted below 7'-6" above the floor. B. Lighting Poles: 1. Lighting poles shall be installed according to manufacturer's instructions and according to details shown on electrical drawings. Adjust poles to be set plumb and make final adjustments as required. 2. Build concrete bases for lighting poles to the most stringent requirements as indicated on the drawings or submittal based on wind velocity pressures. Bases shall be complete with reinforcing anchor bolts, ground rod and conduit entry. 3. Exterior light poles shall be solidly grounded to the conduit or to the circuit ground conductor in the case of nonmetallic conduit and to a local ground rod installed at the fixture base. 4. Provide weatherproof fuse holders in each ungrounded conductor within at each lighting pole base. Splices between circuit feed conductors and fixture conductors shall be made using molded waterproof connectors equivalent to Buss "Tron"type. 5. Luminaries shall be oriented and aimed to provide the illumination patterns desired. Adjust fixtures, reflectors or lamps as required to obtain desired results. 3.3 Exterior lighting shall be controlled using a combination of photocell control with the programmable timed lighting control system. END OF SECTION 100%Submittal 04220-4 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 16630 BATTERY POWERED EMERGENCY LED LIGHTING UNITS PART 1 GENERAL 1.1 WORK INCLUDED A. Provide all labor, materials, equipment and services necessary to complete the Battery Powered Emergency Lighting Units work, as indicated on the drawings, and as specified herein. B. All Materials shall be listed by an OSHA approved Nationally Recognized Testing Laboratory (NRTL). C. RELATED SECTIONS: 1. 16511 - Lighting Fixtures and Lamps. 1.2 SUBMITTALS A. Submit identified manufacturer's literature and technical data including printed installation instructions and recommendations. 1.3 WARRANTY A. Three year unconditional guarantee, 5 year pro-rata against defective parts and improper construction under normal operating conditions. PART 2 PRODUCTS 2.1 MANUFACTURERS/PRODUCTS A. Battery Powered Emergency Lighting Units: 1. Dual-Lite, Model LZ Series with 3 watts LED lamps. 2. Lightalarms Electronics Corp., LCA1250 Series with 4 watts LED lamps. 3. Lithonia ELM-2 LED. 2.2 EQUIPMENT A. Unit equipment shall consist of the following: 1. Battery: Three-cell, 6-volt, maintenance free, rechargeable, sealed lead calcium or nickel-cadmium battery having a minimum of 5 year life rating and operating capacity to power the connected lamps for 1-1/2 hours to 87.5 percent of initial nominal voltage of 1.75 volts per cell. 2. Case: House battery in a compact injection molded UL 94V-O flame rated thermoplastic cabinet with front section hinged for easy access to battery, 100%Submittal 16630-1 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 battery charger, fuses, and wiring compartment and with provisions for wall mounting. Provide access hole to test switch. 3. Charger: Solid state, multi-rate, fully automatic with sensing device to determine charging rate and to charge battery to 100 percent of battery capacity within 12 hours following a full rated load discharge to 87.5 percent nominal voltage to 1.75 volts per cell. 4. Transfer Relay: Solid state transfer relay for immediate transfer. 5. Head Lamps: LED. 6. Input Voltage: Dual voltage operation 120/277 volts, 60 cycle input voltage. 7. Accessories: a. Test Switch: Locate at one side of the housing. b. Charge Monitoring Light: Locate at one side of the housing. c. AC Pilot light. d. Cell vents as required by NEC 480-9. e. Vandal resistant shields as indicated on drawings. PART 3 EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an appropriate manner. 3.2 INSTALLATION A. Install according to manufacturer's recommendation and with applicable codes and regulations. B. Securely mount unit equipment on the wall on brackets, 2 feet below ceiling or 7'- 6" above finished floor, whichever is higher, exact location to be determined in the field. C. Electrical connections to either a unit equipment or emergency lighting unit shall be permanent and connected to the circuit supplying power to other lights in that particular area, ahead of any switch controlling those lights. END OF SECTION 100%Submittal 16630-2 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 SECTION 16709 SURGE PROTECTIVE DEVICES PART 1 GENERAL 1.1 WORK INCLUDED A. Section IncludesSurge Protective Devices (BPDs) for the protection of AC electrical circuits and electronic equipment from the effects of lightning induced transients, other externally generated transients, and internally generated transients. B. All materials shall be listed by an OSHA approved Nationally Recognized Testing Laboratory (NRTL). 1.2 REFERENCE STANDARDS: A. ANSI/IEEE: 1. C62.33IEEE - Standard Test Specifications for Varistor Surge-Protective Devices. 2. C62.411EEE - Recommended Practice on Surge Voltages in Low-Voltage AC Power Circuits. 3. C62.45-87 IEEE - Recommended Practice on Surge Testing for Equipment Connected to Low-Voltage AC Power Circuits. 4. 142 IEEE - Recommended Practice for Grounding of Industrial and Commercial Power Systems (IEEE Green Book). B. Underwriters Laboratories (UL): 1. UL 1449 Standard for Safety, Transient Voltage Surge Suppressors (3rd Edition). 2. UL 1283 Electromagnetic Interference Filters. C. National Fire Protection Association (NEPA): 1. NFPA 70 National Electrical Code (NEC). 2. NFPA 75 Standard for the Fire Protection of Information Technology Equipment. 3. NFPA 780 Lightning Protection Standards. 1.3 QUALITY ASSURANCE A. The manufacturer shall submit a written statement indicating that a factory authorized representative inspected the installation. The installing contractor shall submit a checkout memorandum to the manufacturer indicating the date the equipment was placed into service and the actual method of installation. Submit three copies of each to the A/E. • 100%Submittal 16709-1 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 B. All SPDs for service entrance, distribution, and branch circuit protection within a facility shall be provided by a single manufacturer. 1.4 WARRANTY A. The SPD and supporting components shall be guaranteed by the manufacturer to be free of defects in material and workmanship for a period of 5 years from the date of substantial completion of service and activation of the system to which the SPD is attached. B. An SPD that shows evidence of failure or incorrect operation during the warranty period shall be repaired or replaced, including labor and materials, at no expense to Owner. Since "Acts of Nature" or similar statements typically include the threat of lightning to which the SPD shall be exposed, any such clause limiting warranty responsibility in the general conditions of this specification shall not apply to this warranty. The warranty shall cover the entire device, not just the modules. C. The installation of SPDs in or on electrical distribution equipment shall in no way compromise or violate equipment listing, labeling, or warranty of the distribution equipment. 1.5 SUBMITTALS A. Submittals shall include, but not be limited to, the following information: 1. Data for each SPD type indicating conductor sizes, conductor types, connection configuration and lead lengths. 2. Manufacturer's certified test data indicating the ability of each SPD to meet or exceed requirements of this specification. 3. Drawings, with dimensions, indicating SPD mounting arrangement and lead length configuration, and mounting arrangement of any optional remote diagnostic equipment and assemblies. 4. List and detail protection systems such as fuses, disconnecting means and protective materials. 5. SPD wiring, bonding and grounding connections shall be indicated on the wiring diagrams for each system. Include installation details demonstrating mechanical and electrical connections to equipment to be protected. 6. If requested, a sample of each SPD type shall be submitted for use in testing and evaluation. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Transient Voltage Surge Suppression: 1. Advanced Protection Technologies 2. EDCO-Emerson Network Power 3. HubbellSurge Protection Devices. 100%Submittal 16709-2 Stantec Job No.: 219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 4. LEA International by Power Logics.. 5. Siemens 2.2 PERFORMANCE A. General: 1. SPDs shall be listed according to UL—Third Edition 1449 Standard for Safety, Transient Voltage Surge Suppressors, and UL 1283, Electromagnetic Interference Filters. 2. Services entrance equipment SPD's shall be labeled as Type 1 with 10 modes of protection: 3-modes (Line-to-line) 3-modes (Line-to-Ground), 3- modes (Line-to-Neutral), and 1-mode (Neutral-to-Ground) for a 3-phase, 4- Wire plus ground voltage system. (Line-to-Neutral-to-Ground is not an acceptable substitute for Line-to-Ground). 3. Distribution and panelboard SPD's shall be labeled Type 1 with 7 modes of protection: 3 modes (line-to-ground), 3 modes (line-to-neutral), and 1 mode (neutral-to-ground) for a 3-phase, 4 wire plus ground voltage system. (Line-to- Neutral-to-Ground is not an acceptable substitute for Line-to-Ground). 4. Provide an SPD at the panelboard powering the security camera head-end equipment. 5. The UL 1449 Clamping Voltage for the following configurations shall not exceed the following: VOLTAGE CONFIGURATION L-G L-N N-G L-L 120/208V 700V 700V 700V 1200V 277/480V 1200V 1200V 1200V 1800V 6. The unit shall be UL 1283 listed as an electromagnetic interference filter. Standardized insertion loss data shall be obtained using MIL-STD E220A 50W insertion loss methodology. Minimum insertion loss shall be as follows: FREQUENCYfMHz1 INSERTION LOSSfdBj 0.1 34 1.0 51 10.0 54 100.0 48 7. SPDs shall use a separate path to building ground, the equipment safety ground is not to be used as a transient ground path. 8. SPDs shall be constructed using metal oxide varistors (MOV) based modules. Each SPD shall have a response time of less than one nanosecond with 6 inches or less of connected lead length for any individual protection mode. 9. Each MOV contained within a current diversion module shall be individually fused (component level safety fusing). For the assurance of safety purposes, this feature shall be a standard design feature and not an optional feature of the product. The individual component level fusing shall allow a reduction of protection rather than an automatic complete loss of protection. 100%Submittal 16709-3 Stantec Job No.:219420367 City of Miami Beach Project Manual Altos Del Mar June 2017 10. The maximum continuous operating voltage (MCOV) of all components shall not be less than 125 percent for a 120/208 volt system with MCOV of 150 volts and 115 percent for 277/480 volt, systems with MCOR of 320 volts. 11. The minimum surge current capacity (single pulse rated) per phase shall be: a. Service Entrance: 300 KA b. Distribution Panelboard: 200 KA c. Lighting and Power Panelboard: 100KA 12. SPD's shall include visual LED diagnostics indicators, and audible alarm with silence. PART 3 EXECUTION 3.1 INSTALLATION A. The contractor shall install the parallel SPD with short and straight conductors, not to exceed 18 inches long. B. Service entrance SPD's shall have a 60 amp, 3-pole circuit breaker protection and distribution and lighting/power panelboards shall have a 30 amp, 3-pole circuit breaker protection. Connect SPDs with #6AWG wire gauge minimum. C. The contractor shall follow the SPD manufacturer's recommended installation practice as found in the equipment installation manual. D. The installation shall apply to all applicable codes. END OF SECTION 100%Submittal 16709-4 Stantec Job No.:219420367 CITY OF MIAMI BEACH ALTOS DEL MAR PARK COLLINS AVENUE BETWEEN 76TH AND 77TH STREET DRAINAGE REPORT STANTEC PROJECT NO.: 219420481 JUNE 16,2017 Carlos M. Herdocia, P.E. DATE: PROFESSIONAL ENGINEER NO. 47660 �" Stantec TABLE OF CONTENTS Section Page No 1 Introduction 1 1.1 PROJECT LOCATION 1 2 OBJECTIVE 2 2.1 Soil Conditions 2 Design Criteria 2 3.1 Water Quality and Quantity Requirements 2 4 Stormwater Management Pollution Prevention Plan (SWPPP) 5 LIST OF ATTACHMENTS MIAMI-DADE FLOOD CRITERIA MAP A 1-DAY RAINFALL: 5YEAR RETURN PERIOD MAP... B OCTOBER AND MAY WATER LEVELS C FLOOD INSURANCE RATE MAP D BASIN PLAN MAP ...... E WATER QUALITY AND QUANTITY CALCULATIONS...... ...F REPORT OF GEOTECHNICAL EXPLORATION ...G 1 INTRODUCTION 1.1 PROJECT DATA A. PROJECT LOCATION: Miami-Dade County-S2 T53 R42 r;ry/ '�, ""`, .. .:;':, "• .�,.. vrlF n v Ty f/ yt r1r 7'r:� .ice '.,., /I r r s n F .n ' �r _� r;uk'9 :.x Jyl7ry•9/r/yfii.yi irrr/,y✓'./,/�y„/jrr/Xµyb7 r y, 9 r �/,y;,'s:; ^. %b,7rr r r Z;r p/ /Fi9i,,," r/y yy�, ! ,,. ,,,,,,„'',...„7".., �f, r0 I///// i//11Y'N111 {//y/,i/ � -..... n .. r y r,/v r tli/r r�,//i 9 ��: #M4-r ro 'r,: �'/�fir %/y5�//�/ri l k r'/.�'.� �;i /<:i/ T 1 Wyk iy y /i /r ,i' g r ? ,�^r�z�; C, ... w,^ �k irr �r 1,' � 7' i��,//n� /r!i�/S/i d r�r��i/ /4r% .. v+ �� /,3/7 �h'�'��/���r/ r X'I bj,.t /rl1 y �j/ I,� �, b1;i`a / ,r d x r I ra /r�� y9 /{ �i/G✓r N�/rih"i//�'/�jxRhld//��i/��S'�i�i ��,, ,,y r r ri!R� 4��/r� "nr//d�y�H/N,:nirr�Y n''%r 9. ,..... Ift!'f;;;:;7401,1aZygrr"�'ir r;,�'�rbiN,/�/r 11/',/����� /r-. i•',y,Y��r�3',/in/ ///rr/r���I /! �y� /r %�!'/:' ,Sl� G�r'7/��lri/r r��jr G r�'r�y: y/ % W�Ii,i.%,r ;'h rY 4 yir/ra1/,,5�r�dy/rr�rni/!F////x X�Ni7r/igY.. 7 ��uu / .v N l r /, r I l l���a�#tea�d'�1�fi!Y 4:41;411k$101,t1#1,„---:----"-,,'':-.,,,,,,:-.,-;', rr/�//r:d:,l/�7///r /., "^'^" 11111111111100 �,/r n ���//// /. //n�cr Iify /r rI rX/r�'�:ri/ ,,////r/ rI�J N' g,M�S,3%,rr�rr���;',r sr�r ,,/b/„a��yy�//1���`^����/4/r 9': , n/4qr�/ry,yrS�;�/y/r �%G i�r' '7/��%��r���!';U/'�/�/'��%�' � .. �4i h,, �/�//.�1� /lr�/r7 r N/ /l/r�iN/v!I/r,/ /„r / m/ r9dII/xC,�,,..4... ,:R.Ri,.:n r/,/ �0g4z::nr�////r '`y��r tir�9/r/,,r r /ipr�rp/,r�!k�i iY 1y$RJ..,..a, Ar i!,r rrr r� r/� r/,' j l;�1/jL'1r r/,H,.// "�' e y///I!p ri/Vjr of y /Fye F r i•%' rti lk)i I/ i//r a�,�f/r 01, �/1" i` :"^,"4'..,. �;/� r,,lirr/r��,iiN/ry/ ,,r N% 1�'!I i g r 'a� ARS, F 4�/xr�m''/��rr rr�/6 G / r/A P r,.r ry// � ��5. A'^c a f ,yn, \ '! ,. k '�,r,-,,/b�/!i !/�b,.(1//1/��r ,a,,.j�K •Ii✓'I%{ �I%� / r y�/ f ry3/Vi/,rrr/ !/� a �;�"4a��e�iS y T �r I�/ ���� 0, rh!//r/d�lr y�r �/r,y�r�! ,,�,.,, ", �r ti; :% �,,/l�yp��y/r//'/�yj��7�,r„x:,,.�.«r�, :4��p ,�%��!'/x%�/�yry���v5y.��r�,r yr n✓y I r'i;r,, ?Y, ":'r,d/:. x, „w x:,,Zx ,iYr, y,qe l /G'!/'3�•4'%!r,/d�/i�: s.n�q ��%lj��p��r./�%n I�'!yA/%�r.:�l�/u��;h! �.,, ✓ 4 /r k ryr / r/7//lr / 4 n i ,,1.�/ / ' i'!1/p 1#1 bi11/r4 11.�I0B /4/r, ry l/i/4 r I�du'/ `b �o%4nry / jr/ r/�i Ar rr /ibiri/!rr /9'yf➢wlnmN, 1111, r r /x/,/ H� rp!/y/\ �',� �F x.3 a »:C r,'�' � #'3�� �jrnu!! /�;y�,/���p�!! �i y�/4r��/r r�lN/���'a'V'r'�r�.� ,�,.,' � ag r " �h./ //Irryy n y/�//��i//��/Wr�rynf�� yrl,!,;,... 7' /,,.'� ,.• � n 9/i /:::01111#111111110111i/"Y%//��l l//��Y// {r.'i�%X H�!/:i i yr/ry''vy. � .'.: "' r�/ry b r/ �ti a a��' 1"//Y/y�?/y� y/���� ��I� ��y� y��/�rrrU ryq��y�^.9:�:M >;� „i N>''%r/.r/ / r....,s11 ,/Y :/iy� &: jr%�/i/i 16'v%1,`/!r W/9' r 1%/011/ r / h � y/ rrr7`.r N, ! iF�///r r� yi/rr rr/ri//rh/'�/�/!r'/ /\ xa 1 fr rrr y���li///rl�?I r //r //r /I� y /r �/I/rfi �r,✓ �i IGi /i ��:Ni'•/::.:X" r �,11'// r r/ / ru t/ r i/ r // �, s I c rl�nye �r y rr�s Y r/7..... ,c.a.�;;: f��i r/,�, �Yr yr/Frr ',:�r�R,,,1/,%/ �' :4111111,11,111/1011 ,:.a',: R/��,y/�.�'�/:!{p%/r/n�/�� y�r,,)�1..,.. � r :u / !w1x //,y�, r/ //i. G•/,: ;.a i1r/,/.!y h// M!'"`fC ,�i/; ,� /y �f/,N.,r�l /.�,/r:i,/..,;y/y � ,� :-Y�,��r�; !.�i n!/r Hr�i���� �yy.'.;‘,a';',;4' ae w Pak>:(` .",Yrf '!111110/11141;./ r./!'is;/„//i/�,:e; fir%/�1' irf �,/,y�'<�rr 5yl/y r /FA/r:r.p/. ,Nb r q r yl >'6 y.�f�/'h'�i�/��/, ;, vrr/r /f/���r//%/ I:��//,,/y,/r�,/ r1 /'✓ yy �yl H liN/ Lw i%rr/N/I/�%I// y ry rr,M' /r y. r s,rx�lh rN r�iJ�./i�,��//�i, � 4111,1111148M'''''''''c �'�i/!r��j�`� //1�/Gy`r n r r:Y/y.. :�/1 /S/r'...r,�X':��/ /�'�//� %.N/,1/�b�n d,. °�. ./f�/r I/'�/y� /�r,�H/r ��//, r/ //u!/rir /rNr/�!; ,/!„r, rrH, ri r,y //q,�r/,!/rrG//��/yrr , :,//�,///h �,1 r/N y„ �r r�✓� �: /iHJ/��I/Hry� '/rr/y�7 r rS/�•,N�/✓r r n p/;r/,////i F l u r�,i /rl //j/�Ir/hM'/r/"� i////,/i�t/�9;11, ,/r/�rl r/r r������ V�{•v�lr�yk r�r�.arl ',471:114,4/404/07,14,1 rcFi:$p rr%r/!%%i:1ir �y;n•', r �r''a1 / i%ti�/,i„r' i. ri ri,lJ/;,Ja %y y ,'1/�,rr//`..rr/1G iS r ,/% /, F /,/,1' U.r// yr rr , r rau'H/6�.`�Cr.,��:.. '7': rr y.�//r,/// ��/,i r � '/ .//1 � G rr„r i''/ l r r11/x/rr�YSr�,1,��. 1 /n k/�N s%S�iry}��i�Y!/Y.'/i ti!//�'/�'r r�«/w � %/!%r ��.r,:a d� ;,,,:lt,"'i,e''/ CT q rGIlij;/'.,nrh�Ir i�//i 1 r/Mipr^aa,�Y`:i.:;�� y • Dr/�'�/az/��//�/r�/��y�r♦.rr%11/����lrr,��/7'. i i(� �y h' r�r/„r, // ,,a,,,,�;� ,/,,/ /dry/yNryr/y, /� ,r�,� ;�1/!/ ;� PROJ`7,,,f,17111 LOCATION r N!/> rr r/�/ /N IU/ r ryy�/11 u��{/i�/ /r� � ���� q„ /ix �9'�1 p/ rll qtr/ /1/ �� v y r rY/1 of/�1 i'/ y//// �i/ir ra/v/ / r7 r////Hr/ // ////! -?• Vj✓Y 1'/irk//!��S/ '/ ,.�✓/1/i r! %',� !�i/H/��/Ni/�/�y���/�r��/��/�l/���/� ;A >4i/y�.J/ .,;r.y '/ r+i 15%r r r// / r / " W �, .`.� � ,.r� �//i x n.✓n f/rx.,'%�/!y�� •!ir///��//F/ '�,I4/ r��rF �7':Si �/rrl i I.,� r',uh, yr�^:rrr r1�:, .. ,a. la.+ y/ '''''''/ r b ri�ir%AH r:,.Ylfr�y✓� ,y/ b[�"./-S% ./, ��� � :..� /h I,r � /�7 r n N ,..,� rl/, /yy`,y//ui �y,/ ,, //l /r,. Yid/Nr%, '�.// !A/ lx�'�; / 1 / /y r nr / rt/,�,v'� ✓.,�//,/, �/l�l�/'n' F.�''+'!'ke'�1TT�f!R?�.'�H /,':r r/ p!Y�/, r /,/I �,'9�h,. i it % //%//i'144/144419';'',, 144 S !r ,// r�i r/ J / / /,r y r p g r r if //•,//�✓�i l r/ 9 /r/ r 7'/ rr ryb '✓/��/�� d/r r,,:: �'� '�'• / r A,r /i r,a / r /r �� rrrBeal' /,v / q/ r r ^� v.1 '�+ r r//rr; x b /��1'�% ////!r•s, •/, r,/y�,�f� �r���xh�<'� i riN�F�/y',:,,F1W/,tir SIN/�rhi/r/1 r NGr/r r/�,//;:. :xM fi• T» ,d 4P /r/!y/ l rr �i/Kri l�r1lf•rr' / I, /%/L"��/l,j r" g ,( y/ i Ir/rtio rr to or `y :g � w,+.. r r�ySi, �y ri �qqr'/rp/r,: r r {7S/i F �y:'�E 'H >i'tisi/ r r�'r G/i/vrr�Jrr 7/�%� ^S "^ i�r r Y; I�'�f,r 4,,•b/ � //,'' r ,)/ ,./rr r ,,,i r. d/I j%I ,.!,//,r,44, �,�,• P a,,r r�!,�:r �/�.,N,%p/N//i .% �r ,✓..r;U/�/ w /v yr���!rr I /. r��,,:H,., /,.:::. ;la�auvau',r.x '���eHla�aesa�an���a��P�o�,,,,,,-.7-5,,..a,....'""1/47% a�u�e': „>u��,mte a +M-��- //unix /n �,✓i, r,/,/',�y;:,;�r�.,,.o,.r/,r�j�, �,,/ � ,.i ,.....07) v�"' i 9/•e r�,r,;. r„!.,� //,,,,,,.,, r 1lY:, a�\\h\\\\\bub\\h\1\H\C�\\\1(a\\\\S\�NW� \u\aUWq\h` "wz!!y//,.0 : x/ui�Hlm.+,� rr,/G/N�,',Fu'/'�/r !HS'/'�.,.'�/�'��J,�,�i„ �w.1w�w�•..�riA n.r G,1 i,• I.,; r/��r rr ir'"+�n r n �... Gey � �aw��a uu��� NH��urr�'?", ''''':''`m:::.l .tfirt 6I'`k i le,ak iaw�awanwa ,...' g /tN4 i/ 't /''' Y E -"� ri .r r r d/ •r ,r, ww"° ,; rI/b/N�IYr � /iHr,4nN /IE��i 9�fvn/ /yndiy /,�F,�I�'/.y r yy '�,/ , Yii/,h ,/YLr r r%!i/r Idrr�i.Jrr r /'�,% %6A ...:.. ,„,,,4",„: `'f'r'i/�/h. r /5��r yi�X/? /I• /fir%i i �/s,�,r7'�//�/�%',r//�r / � /'///'�N yr r r/r,, c' rr ��fiY rr ; /'1 / /!•� ��/yr /./r/ r/ d ��/�,/% , W / r vq�!��.���•��,��.�/ �� / Rr rr i��/�1/i�I�,�����yy,r �°��,SI.��/,�';', «„ ......, \ � / rm ,li /; /��':/ ,� �r r/r/I/rl>%y r//i rrNr r i?!////4'H/r G r'y! j/l !I/r7 n y`4Y.b ., � r�'H r� ':-.''',;;,'",,%.9;,',41,4r, r / H���/, �'....,r rj !/' +�� !�{y y.Jir i/r/I!�,fir "'��'r r,/�.�7rorAlr r/r/�!r�/,/,:: ��', ': . �� � � 441;e1 ,',,;.,,' Lr�/ ;�m 'r;,/f1i/r✓ rH�rI�r/r /y ,,/I/! I, ��i y�/h,%r�ii7rbi I !. r�✓'�,;a dh-L:',r;Y,, .._.. «+. \ �ri H, /ci'yf c�,,,.�A h!^£%�.q'r/ �,N;/ :'/, , ,,.''..:,i1)11.11$1111111 ��/.{/r !,/ /!r/lp,/1/rr,�1✓,/�rh9.n�;y�ri,� /7i).( r r � � /;4 r%/N/,� N 6r� ✓ r y�r/,�:Zvlr//rx rpai! r r 1/.-.�,/r rr/X//�y r /i�r,' r r / 1 //// r✓/ / r r //.y h r, ... � /Gr/ Yr/SsF'ii��� / �.fYi H,4�.�iY� � 2 c ,. ... r �,�/N/i�ly/r n�i�/HI ,// :/r„ rr Y','v,�/�. /� / / yri x r y /,�/ �i''% , �, b�/ //�/ i,;'lil/y y �/r„/�f,/I�i RM S'�/ ,.f.,r h /x N//.. ;, /i,i1y ¢ i YI/. /:� ,Tt ii:i/l yr yl�x /3 s/rn'v'l'�: \� !!�,•.�,..y I�fur r" ,5 �� +7?.'✓jr/�/ / 1 x`;'/y.�/��ii,:y%r/ ;/r lN��r:IX�r/1i,���/r%r x a� r f @ t37/41,;'''''''';14'lltiir r/sr •k�/irJ"N�,rn //i%t:,. /:/ .`,,.�f, -�,' 1r/ri h//�/j r��x�il;�////r4�/i/r!I,�l�i///r r/,�i/�/r✓ '7'�'':`.•,.T.,' r / u 1'�,r r,,,, �N, ;y y r��! ."w.� ::',::46.11141111111111 ./ �,1,, /•7,r7Ff r/r //y/ i r�/r/;.:;,/Y,4..:'/yiM : 1, .,:. •�i�l,: '�,,,/ ,r. w, „< „/,i�rrI .: r/ r'y/cr,h�'.,.�ritr'S"d;,• ti',�M, /„ /r//9 R // 1 � ,/1y i/lIi"',✓r/i ir!r r r /r 'r' ::xry/r s y ����,/ / ./'� ! ..,,,,m� �.• i u/�i I//r1�/,�r r�r J r% /!/�//,y,1 q ����r�" : / /'�':6 s/ °r" 9„ �, � ,... G��, ,„"'""�, ;.r a ��1 /rd I r r�ryi� �r�r/ 'v?J• ,.1 / r')nn IroN./�� /�C r: �p ,Sly { .. ,{l r:r�rH�74 /�ri x�1/,r:/ rr� .r�:;\�` / r/r,N/ r �h /, /5''.✓// rr /d r� �,��»A r@ 3�; a l/r l r./�,� /, .'/�I/ 7,�r /r'',:yi r9r r �/r/'' /� // r r/r//. ,y/r �',y,y✓, /,/ r ,.......,r _///ZX//NJ,Nr iyy rrr,/!�fy/ iYNrYIr'Y / / ///y/r A'�/r SY'// Nrir g)/"% /�rF l�/�?NF.,, /iy/// //%; � i ':�i/�//':i r r iFi u'/�//I vj%//r',i r",/� S��X��/.�� Oji// � � ;! �// !/�' / �� � � /.,r �� r���/ .(I irr /r//// y d/'9 //r' GfFrl i. r :,,/i/r�Horn /r;l///rrrr.r ,.Ir<.,�,//1/,f/yi.'M, �� - /1 N4,/ �/ / �.' ,. 'fl r',.�':1, �'/NY'rIN N',:Yr�' / r ��r rn / �'. / `,////rI//,/Rxn, r ��/ 1r /r 1':: p/4Y rrr r/ r r/ ,/ f, Miami � � y /r/ y �J//0r rrr ryl r�; yx>,,M "„Q-lir: \`. .w„w.,.,,w /'Nisi/, rr qr a/r,h,xiriy I/'r yr /F:,�,Ir/i,y/ r/y/ ,yG l /r b'r////nn1 r7 r /r r / p\\��' \� ��/%�//i/,�NH/i!N//h r.A/r r/ /,.i;,;(:,:i.::.:,,,,,:: ., l�� y/it//i r�!,: r r r /r 1'.'./i r I Nir'S i'r�; ---"�lS� k a\ rr J'y .:411),:" /'r iai/N I%,,/ni ':::'".4,'.;1+1';'011":1':.;::,:,,,!':';';:i .:%'0%•,, ::::•1;.>� r//rN//i r /Ir r4ri / „l lu..�,l rr/: A'Y � \\��\\\\\aq\\\\���� /ri/ r " Nyl�!h//rhy7 'i�1���y� l r:� /°%�Or/!,Y�'/r ,1�i\�� �r �\� ////r,.:�.i;. \� i�'i� //�i7�%! '���N/�r/ .. Irr/r/,/r,�or iy,�rr I //f r/',Grr/i/q r ""i.�.�,l�F i�; �..3:7���\\\\Q\... .yt ......<, VNir .�SA�a�p�' r� li��,.%r�/!i,�: \ y�'r. ,�h' Hr /F/// ,/�n///, \\\\\\ "01 ® '/,a '/,;,I ,,, ,!.i;P.,,ice,!p"/;'� i, i/yu,9,,, 4y7 r' /r/,,, /n�/:rr, 7;r`;ii ,,,,.W �\��\ Ha�`au�, � 1. /%�r/,�iv �h)rk 1!/.n,:�r� �r Sr r!r:/ //r�{;, r xi y :/.,r� '/ r oS r ry,{/,/G r t�i r�!Ii: ��\ �����aaa�uu�ma�u� w, '� ;� 'A;1;',' �i!// ;/,/Ne,, y/,�,.v✓i ':-.._ t7F�H��/y�/,/!/iai,' ,f,. n,.i, �✓/t I,/F yx!a �, /� ''I,,;�I,n: ^.w,,,x, \'‘, yagY; rk r �/.ir/./i���6':� \i;QW�� 1. /�,,e n /// l nN%r I/'/,i�iFr rYi�i' ",�" ,#�: e°.'r#�K�#'{�f i#� a ria r %l r 1/Ir,r r 1..y yr i r I r y r r% r R�1i�4�1a'c�����k ww. �� \p. y°� %� '''''+',..,,,,,,,,:,;''''. 7�t �f J4� ., % i, / n,. F^P,. /+r�///'P�r i ly/1 rr r/ vi%y: �, f} !, ! ,d /ir r �yr:,,I I/r✓ / r,r/;•/ Irl rI, F�•�3'��fC.��E'3 F'��lF //�[ : { /, r r%/� r -:An,,/;";;;;,„: rN r r g rr,Srr/�i/�,f/ ,�/���. �\ <S�Fif CZ.., //)," ' PIX7,/k. o%I /rI 7 /r ///. i r/ �// /'''' 0,-,,,-.4i) W. �PP1c #.`�n.poFwi"'^ ,,.,±,,,-s E, a,'e ,,, A�r it/ 1/rr ri /r• �FS3 � xFoa. iiiii.,;(/;//',41tili4ili$ 11 .'"'''''' ///y 9j /r r11� /r/ /Fr/ /11 �//;�� ri!/i/i1\ // ,Dad a Island;,, H,� �' / // �/ /! �� , / ,Yy9.rfleP / r rr / i; r /Ir rrry /91 /�r!/// ry/19! r.,r'r / x. rn / it / J r/j/u"r /3µm} /e�, 7/ /�:;H ,.r „/, ✓rr / :/ 1/, ,�/„ r I//:rf•#t 2 :. � � .!�/,; .:� �:: r;r r�>Fr /rr. ,ri�;,'/f;ll/j r,,/�r ///', r/i, �/.,,l/�rl hr..4 ryry�/ F,, .�,.:.e; ,,.;:, ..,.° � ..,,,,.,�, rr ,:�/,y r5 r; /.I�/.,y r/r r/r/r,l/��y��% / !r r: N'/i I /4 // �bN r //.a /� / / / r F / ' 1//'/%/1/i/!/i�/,'%l r�r ryb! :: / i'/, 4 rrr,/,.n r i:'u Y r r/ //iG/r�i I i/%/r!/1�%'�/�; S'T A..* (/�ILN4i,/1�r�/ 1/NY N f//1]/i ��*/r/// „!///9/ //9/•/°, yli%,.;'Yu//��'%/�/r rye/,'n9N/;v/y:/!✓�!rl'1/� iyii�:;//'!%i' B. Dade County Flood Criteria: 7.55' NAVD C. Average Wet Season Water Table (October): 3.55' NAVD D. FEMA Flood Zone "X" Community Panel Number 12086C0326L. Map No. 0326, Suffix L, Map Revised Date:September 11, 2009W WELLFIELD MAP The project site lies outside of any Wellfield Protection zones. 1 PAG E 2 OBJECTIVE Drainage Area Characteristics Basins were determined by analyzing adjacent grades and identifying contributing areas from higher grounds along the project. The proposed drainage facilities will provide flood protection through separate exfiltration trench in each drainage basin for quality and quantity considerations. Most of the basins being observed in this report don't appear to have outfall discharges to nearby surfaces of water,such as lakes or canals. 2.1 SOIL CONDITIONS Soil permeability tests were carried out by Nutting Engineers., using SFWMD/DOT percolation exfiltration usual condition test method. One (1) test was completed throughout the project with a percolation test of K=4.04 x 10-4. 3 DESIGN CRITERIA 3.1 WATER QUALITY AND QUANTITY REQUIREMENTS Regulatory requirements and the new design for drainage management systems are the following: Water Quantity The town has adopted several water quantity treatment performance goals designed to reduce the potential for flooding within the Town. For local roadways a drainage system should be designed to handle a 5-yr storm event, it is expected for flooding not to exceed the crown of local roadways. 2IPAGE Required exfiltration lengths were calculated based on DERM Mass Balance Diagram spread sheet. The DERM spreadsheet performs a hydrologic analysis for the runoff from the area to be drained by the system. This information is used to produce a mass diagram curve of the accumulated run off volume for each storm duration vs. time. A curve of cumulative exfiltration and storage is produced by the DERM Mass Balance Diagram. The systems will satisfactorily exfiltrate the storm water when the curve of the cumulative exfiltration and storage is above the curve for the accumulated run off volume. An alternative storm water management system must be considered when the curve for the cumulative exfiltration and storage falls below the curve of accumulated run off volume.The rational method is used to determine the curve for accumulated run off volume by the formula Q = CIA, where Q is the runoff in cubic feet per second (cfs). C is the weighted average coefficient for the area. A determination of impervious / pervious areas based on survey information and typical lot and right-of-way conditions were used to establish an average C for each basin. This C factor is a result of very high ratio of impervious to pervious areas. Since the proposed improvements do not include widening of sidewalks or roadway, no net additional impervious area is proposed on the project. The weighted average coefficient is calculated based on the following formula: C_ (0.95ximperviousarea)+(0.25xperviousarea) totalarea I is the rainfall intensity in incher per hour based on a five (5) year storm frequency and is calculated as follows: i= 308.5 48.6F-0 "+t(0.5895+F-o.67) where, i = rainfall intensity, in inches per hour 3IPAGE F = rainfall frequency, & t= rainfall duration, in minutes A is the area for each basin in acres. These factors are incorporated into the DERM Mass Balance Diagram spread sheet and will be used to quantify the amount of trench per basin. See attached Water Quantity Calculations.See Attachment F. Water Quality Water Quality criteria states that drainage management system must treat the higher of the first inch of runoff from the site or 2.5 inches times the percent impervious. Studies have shown that the first inch (1") contains nearly 100% of all stormwater pollutants. This criterion ensures that the drainage improvements meet South Florida Water Management District (SFWMD) and Miami-Dade County Department of Environmental Resource Management (DERM) requirements for water quality pre-treatment. (See attached Water Quality Calculations, Attachment F). Additionally, all catch basins include a 2' sump used for removal of leaves and larger sediments entering the collection system. Required RequiredAreal Basin NoTrench Trench Existing `renc ProppseSafetyFactor (Quality) )` Quarti Total , Effealve I t OuatitY, buantitY Altos del Mar Park—Basin 1 92 280 0 0 300 3.26 1.07 Altos del Mar 48 200 0 0 400 8.33 2.00 Park— Basin 2 41 PAG E 4 STORMWATER MANAGEMENT POLLUTION PREVENTION PLAN (SWMPPP) A stormwater pollution prevention plan (SWPPP) will be implemented to comply with the permit. See sheets of Construction Plans. The SWPPP is the key to controlling pollutants in storm water discharges during construction. Proper implementation will maximize the potential benefits of pollution prevention and sediment and erosion controls measures by using Best Management Practices (BMP's). 5 CONCLUSIONS The existing trench will be considered in the design but its effectiveness will be reduced by 50% to account for the system age. Quantity calculations governed the drainage design for the four Project Areas, the results are shown below. The chosen drainage design was the most feasible and economical alternative based on the field constraints. Overall the proposed system will provide an effective drainage relief for a 5 year storm. 5IPAGE ATTACHMENT A BROWA RD COUNTY ANN aNOPIRFS ma .1112iiiiA71112 ; ... . pill ipawirrivAirr--- 4 nver.,.., Pric.,kv-s ao„ 1104191114 1 P.‘"Ig‘ 11110141rINSIVIIIP-.. i _PA- o ,,,,, • , . .. - i st i ' ' '10!"1111111.-..,_. 131111111plikgrr A 1, 4"1111111111111111111111rli alis.,...,.3 ow p i mum 1 it 111 nuesansula-Tp!mumki '1 . 1 ta* - SPIP111111kPiliiii:IP EIE'' -IlikriiPliiiiig# ci ti ,-.1 41111101111.11111, 4 ...kx . . i .. .ma aimiLii.L.'a:Lt...., ' ;,, . • .i ...! '. I.NTE..7"1,4AL,' -. 11:91CILIC51111311111 v • -. 7:AV01.101;16,41F4IP: at.ii kJ , 141%. Lmr___ ._DIAFA M 4 / 'SIEIMIIIIIIIP.:4-rwiNiOrrPlib:.,,_4016-111AVI ...- -- , inimin: ametdpula , ,,,,,,,A4, 167.7 1,. it ____.i_ f_iLllmalalivnillirrormillallroorill,r1A.7,,L„ . (.1 _.. if7 ir"--‘4101 - '6 0.- 1 ti - ...,111EP s i PillY11110*.rt7...z..-Aliff ( , . \ ,!-: I„; :.1:-.4 : " - ' rir ilarrqra--x z -- ---„,. -:., . ,\ .-..irwa..., -— ----- — "- -----' -1-1, , -1 ,, 111LWAMMITIO in i . - I' .i P . 4160101ffir PROJECT LOCATION AlI - ,:-- - 111111%=211, - i 9----- L„...... aggiF . tiag: USE THIS DETAIL FOR z -- , r -----.. .... PRELIMINARY WORK ONLY. CONTACT fi 6 rir9.- - -_, . =-- yi :e i ' ,aL.61 4 NIP* D.E.R,M„WATER CONTROL SECTION '1 FOR MORE EXACT INFORMATION. 2 I' 411111111111ffile - war (..) iiiiiiikalli 114. -6 44, tab 1 ,, .Effrompimmic rim * 3 1 5 , iiiiiiiikeirerA .,.Z._ . k i ,..„, ' ('' AWN.3 ' illilill"Millif it r • ,.". NM 1 .,_ . .... 0: .,,,,a. .. r 40-7144r - ., ___ ... t. milier 7i....... -" ,.......„......,4f-APPI N ,------ - . ra_ to) 1,.."....7_. a mem Tr a IIIIIIIIIIIIIN!:;ai.i.i...ii, 6,8 / golihrt„. AM:, 5 .,„ 45 4 ri";errY lir 1111611.1111111 ... lf : 11 7 * v NATIONAL '.. ,I1 .' 1 CO PARK tiO - 1 , 111110 - ' . FLOOD CR. As APPRNED AND' ' ir* RECORD 1 PLAT BOOK 91, PAGE 69 *, 1 IIIIIIIMI IN DA NTY, FLORIDA, APRIL 197 - -6. ._:,,-- , , ''N .... --, REVISED GENERAL DETAIL IVIETROPOLITAN APPROVED DADE COUNTY FLOOD CRITERIA PUBLIC WORKS - - y34/,( ------- ---- (USE WITH BASE MAP) 7. 2 DEPARTMENT , OVERLAY 2 ATTACHMENT B • A y+ --1 I ---, LANDO N rj-1- 1- r , .41.1 A ATLANTIC u_r • ,, ci.stili 1 o c E.A-N 5 (k7 iv 6 il 1 4 a=`k �• \ \\\ iso 4.5 Ilk -.. —4 am" iiimmommum. 11 III. I il • i' FT. PIERCE *1 - ,-----1 ..._... _ , 4.5% 11 st it g I 111 t i �, A STUAR T r--- t \ " • r� �ssA r t •s z it aseuirog"iliv viup!TER14\fik lA VIER .�1� weST 00 ,. PA,L.M BEACH r t T kflt YE R % I i ‘ I t. ‘ktL .p. -. • i cl ..7.0....... 111111,14 of iii a 5.5 ET; SOCA, RATON 1 — • • 0 ii all ` • ALL tea M. f.Y NAPLES ti •� T � 1 we s►a 7 Art -1-,4,,,,„ 5 -7.t. - i4ituNT.,r, MIAMI 111‘loor 1wV 1 • • 5.5 I• f • • 8 ) 7 ,I PROJECT LOCATION ..osi UNIT•s !WCHES o Mn.ES 0 10 20 30 • E FIGURE C-3. 1-DAY RAINFALL: 5-YEAR RETURN PERIOD C-5 ATTACHMENT C BROWARD COUNTY 1 - -- - -- ----/7-" - 4 ___ _ .y .11111 ` 6t2. •6414 .1 e / / Ir .ew ;...- •♦S -•• s .. .4 v, ft / / it •s ` E 1 •sca,+f ...•ga•. � !S 6 632 / ! 11116 • , 4/. iii , III Id 1 f . / SIR/ g11 I,i + , ! y4. is :75./ / I .4 . .6 9 No 1112 ; ! • _,..;/ .z-, I t . .... , • • • rim- .t, , ._ ,, .,./ . k A /11.,.. / I tee :14 A1111111111161 !Se . 9-efiL WU v - - .kr 1 AR‘ if . 1 Addlin ME 1 • 2 - , .•a AV .11,4. A - •1I , 1 / e/14 . ingp , 10 \ . '•ti a ri a .,,,,• ; vir p: " ""j----- r __ L. -' 2 / c: le G 799. . .. 1111001E.. Ailgr '4::' i. 4 4117*/ . .... _ • es �• re s t d ��-........-..• I G-39b SS$ GI • • 4 5 i alei•: I . ,es4.j PROJECT LOCATION G M 502 / ' i I SG X622/74. O `_ , G 36 �6 r t /4--- 4 . /5s • i :.,:,C 7,'.....- •6.or di, : k i ( t il. 111 AVo g IN' 2T4. it t" atib'• G 1s9 a •� �`^x • cp , . . ,,. 4,,,. 1 G 4.3 I ' ....-,, C.1 ,•':' s• _ 1./ r L tt) -.. 1 6614 4.°215?`26? .a . _ _. _.. __ ` 'tr c+ e �rte. s• .3yr �, !'_, LEGEND. .1/•••• 4-------•i 7 J 1 ° A:)4;5..,,, / Q � ,,�.*_� NOTES e•V ..-' _ V i 6,251 \ „.j- .�i 0 • , 1 CONTOUR INTERVAL 1.0 FOOT ..� \, ',i a w (Except as indicated) `� �,* �'4 2 DATUM IS MEAN SEA LEVEL. .. 33 "" .4" 1/ '�..'. _... ....." 2 SCALE IN MILES 's' to -//x NOTE' PREPARED FROM US,G.S. ,..s, a -7n....r .,,..r— mfaiiirm790 jsf '2 SURVEY DATA .FFF�FF�F. .. REVISED DESIGN STAN DARDS METROPOLITAN DADS COUNTY "PFA'•J`'c 2P)/?....�'�t� ._.--. - AVERAGE OCTOBER • PUBLIC WORKS 4., 72 _ 4/141177 GROUND WATER LEVEL DEPARTMENT 2 .2 __ . 1960-75 SHEET", OF I BROWARD COUNTY ..11 i JO j It 044,615 fAS r 85- 4* -- — at ai, - --- -— — — , •— _ — _ , - #a all Skaif 4,,,. 'r / ' ‘ .6 7 2 4 ) IOW() 4 ... :.4•: ..:11-•. i 10:„. ...,--1 , , / ..i• ''') . P Nipir I ' 'Iii ,, 1 * 91, .... 1 1 s 5-A .1 .iftl, / / # *ill G.144 1 G152 ;1 A Aar • ---. 1 * lt/- WI 4 ,.....n• .,..,.. ....:,,„ 1 . 1111111101111110i VP II '14 75- ;974 •627 14 4,1 I ' - ii1; II . ,. 1 , I , CM. 1 --- /V * gi 'I , 6 r;*st 4 41P... i*1*• . , . _ .4" l' 4 176 . . . ;3 :64 I r711 iflk 1: I i.j '110 4,14S * ./..6:,.•;•,-.. 1. T ...............„,......T....... .....:.f......... ... . . 1 . „, 191 _..... .,,.... Allill - .. .111,0 OW et,. # I 4” Artariiiiillen: ' - • - I...I 4 6 I i e I , " ' im4"PSi- ii .••—s1 t11,..,r.veINFrA II:Ip. ...-,..1.,..,.o.. s .-.. ...:.,..... 1.4 . 1 - '111/4" MiligfAilr - .; 4 417 at , ...: iit ,,,a . ....... a655 r r- I - GS • *-4..- .0. - / i ....... ....• ,...... G 553 4 4' e ' 3 8511 596 a 4P I •• I . - - • *.= ,.. :..* -.4.lirli PROJECT LOCATION . ...; 1• ••• I4IP ' VOS°P ........i' 5 502 ...7 ,,,,,.....4.,..... .4.. , . .., I ....si k 5 6 ......is ...... vt .0- 3 1 0 12 Giik i . G',3 i . :* .., 4‘ - - •G 563 a oiots 96 0 : 5416 G 6,4 nvA* S12 ' 04 , ,,,,.. .4.tit • . all -1." i IS Ar , Jk4'4' ; t , , ... ..,, ...... ..... .... ..... G fill,* • --- g 358 ...4 , .1".3 ...... ..... 2 1 4_ _e ,:,.• 46.1..............11114, tal **** kl) . 1 ii .,..".:a I t.) N I G.34 .,. G.26 .*\ \' — - - 40.V.. .k., LEGEND -44PP * 1 0 .7 - ............„,2-faix... .7' . (ESTIMATED. -." oiT :, , 1 ,...,.........., I - ‘ - ----v , -2' V CONTOUR INTERVAL 1.0 FOOT. 325 -it ,., ....--` (Except as indicated) de -... 0 2.DATUM IS MEAN SEA LEVEL. ..............\ .. .. if SCALE IN MILES r..:N. ,,,'''...„ -v . NOTE: PREPARED FROM USG.S cf""rif;21r!ffirlii661M4516 .i.t.,I6 de,..7. ,ifeSURVEY DATA ____IIIIIINININIMINII11.1.1-- REVISED DESIGN STANDARDS METROPOLITAN DADE COUNTY AppRovED 2/19 _ /7s AVERAGE MAY , C• _ PUBLIC WORKS 4/5/72 _A/IA./IL_ GROUND WATER LEVEL DEPARTMENT 2 .4 _. ......._ _ . 1960-75 SHEET I OF 1 ii,............ ATTACHMENT D ATTACHMENT E i 11 3 t 1 1 3. . S..1 1 I @ W 1 ii it i g , , \ , \ ICI \-----------__ ,... _.---- \ ----- --- I _ 1 --- ;----------,.. -- ------ I g 1 .....,- .. s N lik 4•Ij_Lik 7,_____, 1 , , . . .1 I i • , ti ci ., , 6 /NI - / a \ al • g .§ .. t\ ^* t, , 1 A F ' ' i 1 . , OE: ," t m ----- I ;Nsi . i I \ '1 - _ a - i • 1 . - 1 1 .. .1 41 , co \,\•4 _ . 1 --, • — — — i ,,• . E d 1 ii 1 1 , / 11 1 i //)(i!,,\ L ,-''—\\\\ , 1 ' - ,2 ______ . , ,, _ ,1 -----= I---- 0,,_ - 7'4' %. - ''1•4 ' g.,r1 ____. / ft, \ 0 ______--- , ' +1' ',':., 111111KIISEP ' '' --. ' ' JIMEVAIllir'j -.10.7-,r7-!!!7:-.11 V all224" • ______ • tn 1 , ..., ‘,... 111 ',f:.,,ic, .,1•1.' ii .. ,..t., i _ ______ . 1 i L,-, -- I oni 1 1 ' _ . ^ ch' '',i ' r 1 4"----- -- § 1 ,._ .• .47. 2 I>•- ' i e II 1 A - • 4.0.,._4, 11 _ m ,t_Li 3N,7 4ve,1SIX3 1 * I • i a a MI 1 /-\._.. _. ..r. a N, 1 \ •I'' 1 I 1 I P. • 1 ' 1'I - ''''..----3N17 AVd 1SIX3 • ....,..... eb- LL), ie 1 '''•--...r.= .4......, 0 ATTACHMENT F Altos del Mar Park- Basin 1 --..-2-.. Rim Elev 4.5 W: 5 H2 H2: 0.95 Du j r^`, , Du: -0.05 Oct.Bev. 3.55 Ds: 14.05 — A - Ds (Test.)V. 4.04E-04 v Bottom Elev -10.5 Exf/LF.. 0.0127 ( W Water Quality Calculations: I. Drainage Area Breakdown: Roof Areas = 0.000 Ac. Impervious Areas = 0.210 Ac. Perilous Areas = 0.950 Ac. Lake Area= 0 Ac. Total Drainage Area= 1.16 III.Required Pretreatment Computations(Required Quality Detention Volume): 1) First inch of runoff= 1.16 x 1" = 1.16 Ac.-in. = 0.097 Ac-ft 2) 2.5 x%Impervious= Site Area for Water Quality= 1.16 Ac. Impervious Area(for water quality)= 0.21 Ac. %of Impervious= 18.1% 2.5 x%Impervious= 0.45 In. Required Treatment Vol.= 0.53 Ac.-in. y 0.04 Ac-ft 0.04 < 0.10 Required Volume for Quality Detention: 0.10 Ac.-ft. 1.16 Ac.-in. Req'd min.L.F.French Drain: L= Quality Volume(Ac-in) _ K(H2W+2H2Du-DuA2+2H2Ds)+(0.00014)WDu L(required)= 92 FT. L(provided)= 300 FT. Altos del Mar Park BASIN 1 TYPICAL EXFILTRATION TRENCH MINIMUM GRATE ELEVATION 4.50 FT NAVD MCI:FILL: 12.00 IN H2: I 0.95 D.:-0.05 PIPE DIAMETER Fl FT 2 I V FT DES.WATER TABLE PIPE INVERT-0. • 3.55 Ds: FT NAVD FT NAVD 14.05 MEI MINCH NeattgAnott Fr M.G.E.: 4.50 FT PIPE MAME= 2 :Fr w: 5.8 FT BACXFIL: 12 IN , -10.5 FT DES.WATER TAKE 3.55 FT BOTTOM ELEVATIONW: I HI: 015 ,FT NAVD 5.0 D.: -0.05 ;FT Fr D.: 14.05 FT Area 1.16 Acres , Pervious 0.95 Acres - - Impervious 0.21 Acres Hydraulic Conductivity(k) 4.04E-04 cfs/If Exfiltration Rate 0.010745:cfsilf • Storage 0.00icf/If Weighted Coefficient of Runoff 0.376724138' Storm Design Frequency 5:Years lime of Concentration 10 Minutes lime to Generate 1"of Runoff 51 i Minutes French Drain Required 280 Feet French Drain Provided 300 Feet Factor of Safety 11 STORM INTENSITY VOLUME(CF x 1000) Time Int. Cumulative Runoff Cumulative Eldllkollon Overflow (mks) Inch/hr +Storage 0 0.000 0.000 0.000 0.000 5 6.801 0.892 0.903 -0.011 10 6.169 1.617 1.805 -0.188 15 5.644 2.220 2.708 -0.488 20 5.202 2.728 3.610 -0.883 25 4.824 3.162 4.513 -1.351 30 4.497 3.537 5.416 -1.879 40 3.960 4.153 7.221 -3.068 50 3.538 4.638 9.026 -4.388 60 3.197 5.030 10.831 -5.802 90 2.480 5.853 16.247 -10.394 120 2.026 6.374 21.663 -15.288 150 1.712 6.735 27.078 -20.344 180 1.483 6.998 32.494 -25.496 [MASS DIAGRAM FOR UNEAL FEET OF FRENCH DRAIN I 35.000- '^ 30.000 I '§ I I I V 25.000 I t!)- , . 20.000 1 1 i § ' -'1- , 15.000 1 1 •• Cumulative Runoff -----' 10.000 , -Curnulative ExIlltration +Storage i I - . ; I 5.000- -.imminent 0.000 -L-- 1 0 5 10 15 20 25 30 40 50 60 90 120 150 180 1 time(min) Altos del Mar Park- Basin 2 Rim Elev 5.9 W: 5 H2 H2: 2.35 Du Du: 1.35 r' Oct.Bev. 3.55 Ds: 12.65 A Ds (Test.)K'. 4.04E-04 Bottom Elev -9.1 Exf/L.F= 0.0306 w Water Quality Calculations: I. Drainage Area Breakdown: Roof Areas = 0.000 Ac. Impervious Areas = 0.320 Ac. Pervious Areas = 1.200 Ac. Lake Area= 0 Ac. Total Drainage Area= 1.52 Ill.Required Pretreatment Computations(Required Quality Detention Volume): 1) First inch of runoff= 1.52 x 1" = 1.52 Ac.-in. = 0.127 Ac-ft 2) 2.5 x%Impervious= Site Area for Water Quality= 1.52 Ac. Impervious Area(for water quality)= 0.32 Ac. %of Impervious= 21.1% 2.5 x%Impervious= 0.53 In. Required Treatment Vol.= 0.80 Ac.-in. 0.07 Ac-ft 0.07 < 0.13 Required Volume for Quality Detention: 0.13 Ac.-ft. 1.52 Ac.-in. Req'd min.L.F.French Drain: L= Quality Volume(Ac-in) K(H2W+2H2Du-DuA2+2H2Ds)+(0.00014)WDu L(required)= 48 FT. L(provided)= 400 FT. Altos del Mar Park BASIN 2 TYPICAL EXPI LTRATION TRENCH MINIMUM GRATE ELEVATION 5.90 FT NAVD V,f Wt!�,�//// rf!rf//IVAI,Z BACKFILL: 12.00 IN '1.' ',..-;?..,-:.'1,..,`,,,,x... SGS �,`•,` �/s r// , // //.,:w,�rF y,,,J: .. 2.35 De:1.35 PIPE DIAMETER FT FT V FT DES.WATER TABLE PPE INVERT 0.90 3.55 Ds: FT NAVD FT NAVD 12.65 EMU TENCH INPOIMAflON: FT M.G.!: 3.90 FT PIPE DIAMEIR _.__..._._..._.___2.....'- FT W: 5.0 FT BACKPLL: 12f IN DES.WATER TABLE: 3.55 FT BOTTOM ELEVATION -9.1 FT W: H=: 3.35 FT NAVD 5.0 ; D,�: 1.35 FT 12.65 FT Area 1.52 Acres Pervious 1.20 Acres Impervious 0.32 Acres Hydraulic Conductivity(k) 4.04E-04 cfs/If Exfiltration Rate 0.025847;cfs/If Storage 0.00cf/If Weighted Coefficient of Runoff 0.3973684211 Storm Design Frequency , 5Years Time of Concentration 10 Minutes Time to Generate 1"of Runoff 47;Minutes French Drain Required 200 Feet French Drain Provided 400 Feet Factor of Safety 2.0 STORM INTENSITY VOLUME(CP x 1000) Time Int. Gemology*Runoff ColludaRve edikrallon Overflow (min) Inch/hr t Storage 0 0.000 0.000 0.000 0.000 5 6.801 1.232 1.551 -0.319 10 6.169 2.236 3.102 -0.866 15 5.644 3.068 4.652 -1.584 20 5.202 3.770 6.203 -2.433 25 4.824 4.370 7.754 -3.384 30 4.497 4.889 9.305 -4.416 40 3.960 5.741 12.407 -6.666 50 3.538 6.411 15.508 -9.097 60 3.197 6.952 18.610 -11.658 90 2.480 8.089 27.915 -19.825 120 2.026 8.810 37.220 -28.409 150 1.712 9.308 46.524 -37.216 180 1.483 9.673 55.829 -46.157 MASS DIAGRAM FOR LINEAL FEET OF FRENCH DRAIN I 60.000- i 4 50.000 ! r o i € � • i40.000 - { + I V E I j # (1 vi f ` E 30.000 } ; r C I ` i I Cumulative Runoff 20.000+ i______________, E € i I f , I .......Cumulative Exfiltration +Storage 10.000- 11 0.000 I I I i I f i t 0 5 10 15 20 25 30 40 50 60 90 120 150 180 LthT e(min)- ATTACHMENT G REPORT OF GEOTECHNICAL EXPLORATION ALTOS DEL MAR PARK IMPROVEMENTS COLLINS AVENUE BETWEEN 76TH AND 77TH STREET MIAMI BEACH,FLORIDA FOR STANTEC ARCHITECTURE,INC. ONE BISCAYNE TOWER,SUITE 1670 2 SOUTH BISCAYNE BOULEVARD MIAMI,FLORIDA 33131 PREPARED BY NUTTING ENGINEERS OF FLORIDA,INC. 2051 NW 112Th AVE SUITE NO. 126 MIAMI,FLORIDA 33172 PROJECT NO.: 1992.1 FEBRUARY 2016 Nulling Geotechnical&Construction Materials Engineering Testing&lnspation Environmental Servkes 11.40100 ) Engineers888 Offices throughout the state of Florida of Florida Inc.1 Established 1967 Your Project IsOur Commhment www.nuttingengineers.com info@nuttingengineers.com .1 2051 N.W.112th Avenue,Suite 126 Nutting Miami,Florida 33172 305-557-3083 folD Toll Free:877-NUTTING(688-8464) E Engineers Fax:305-824-8827 Broward 954-941-8700 t Inc. Established 1967 Palm Beach 561-736-4900 of Florida St.Luce 772-408-1050 Your Protect is Our Commitment www.nut#ingengineers.com a) .5 February 23,2016 a) L Ms. Alina Hernandez c Stantec Architecture,Inc. E One Biscayne Tower, Suite 1670 g 2 South Biscayne Boulevard '; Miami,Florida 33131 Phone: (305)482-8700 ext. 825 t. Fax: (305)482-8770 $ Cell: (305) 873-3255 w Email: Elvira.freire@stantec.com ai o. Subject: Report of Geotechnical Exploration Altos del Mar Park Improvements ots Collins Avenue between 76th and 77th Streets •.... Miami Beach,Florida a) Dear Ms. Hernandez, 1.) Nutting Engineers of Florida, Inc. performed a geotechnical exploration for the proposed new construction at the above referenced site. The purpose of this exploration was to obtain c information concerning the site and subsurface conditions at specific locations in order to "U provide site preparation and foundation design recommendations for support of the proposed Ti construction.This report presents our findings and recommendations. 'CD PROJECT INFORMATION 2 .° Per your email on May 13, 2015 we understand plans for the project include a new restroom 3 structure as well as park and drainage improvements at the referenced site. We understand the 'ff; restroom site is located to the east of the Coastal Construction Control Line (CCCL). We note o that if any of our understandings or assumptions are incorrect, we should be notified so that we can re-evaluate our analysis and may amend our recommendations accordingly. TCSV � V of OFFICES Palm Beach Miami-Dade St. Lucie • GENERAL SUBSURFACE SOIL CONDITIONS Subsurface Soil Exploration The exploration of subsurface conditions included site observation and Standard Penetration Test borings (ASTM D-1586). Nutting Engineers of Florida, Inc. has performed a total of two (2) Standard Penetration Test borings (ASTM D-1586)to depths of approximately 30 feet below the existing ground surface in order to evaluate the subsurface soil conditions. Furthermore, one (I) `Usual Open-Hole' exfiltration test was performed in accordance with South Florida Water Management District (SFWMD) specifications to a depth of fifteen feet below the existing ground surface. The locations of the tests are indicated on the attached Boring Location Plan. Individual test boring reports are presented in the Appendix of this report.The test locations were established in the field using approximate methods;namely,a measuring wheel and available surface controls. . Test Boring Results The appended test boring logs present information and descriptions of the subsurface conditions at each specific test boring location. In general,test boring logs indicate medium dense fme sand and shell fragments to a depth of approximately twenty-nine feet. Beneath this, the borings encountered loose fine sand and shell fragments with some cemented sand to a depth of thirty feet below ground surface,the maximum depth explored. A detailed description of the soil/rock profile is presented in the test boring records provided in the Appendix. The Standard Penetration Test N-values are used to evaluate the.relative density of granular soils. The correlation of penetration resistance with relative density is presented in the Soil Classification Criteria attached in the Appendix. Groundwater The immediate groundwater level was measured at the test boring location at the time of drilling. The groundwater level was encountered at approximately seven to seven and a half feet below the existing ground surface. The immediate depth to groundwater measurements presented in this report may not provide a reliable indication of stabilized or long term depth to groundwater at this site. Water table elevations can vary dramatically with time through rainfall, droughts, storm events,flood control activities, nearby surface water bodies,tidal activity,pumping and many other factors. For these reasons, this immediate depth to water data should not be relied upon alone for project design considerations. Further information regarding stabilized groundwater elevations at the site could be developed upon specific request. Hulling 143 Engineers of Florida Inc.(Established 1967 k W. Ex lltration Results One `Usual Open-Hole' exfiltration test was performed in accordance with South Florida Water Management District (SFWMD) specifications to a depth of fifteen feet below the existing ground surface. The test was performed in order to determine the hydraulic conductivity of the in situ subsurface soils to evaluate drainage requirements for the project,by others. The hydraulic conductivity value was found to be 4.04 x 104 cubic feet per second,per square foot,per foot of head. Detailed soil descriptions and flow rates are presented in the Appendix. ANALYSIS AND RECOMMENDATIONS The borings for this project revealed a near surface profile of medium dense quartz fine sand, adequate to support the proposed structure using shallow foundations. As previously stated, the location of the proposed restroom is to the ocean side of the CCCL. The Department of Environmental Protection requires `major structures' located east of the CCCL to be supported on pile foundations. We understand the proposed restroom is permitted on shallow foundations. Therefore, we are presenting recommendations for shallow foundations only. If recommendations for a deep foundation system are required we will provide them at your request. Geotechnical Site Suitability As stated above, it is our opinion that conventional shallow foundations can be used for support of the proposed structure following the successful completion of recommended procedures as verified by testing and observation by NE. Preparation of the site to receive the new development shall include clearing and stripping of construction debris from demolitions, unwanted vegetation, grubbing of vegetative root systems and topsoil materials. This should be followed with proper surficial compaction and placement of the fill to attain the required construction grades. Subgrade preparation, fill placement and foundation construction should be completed in accordance with the recommendations presented in this report. The following sections present design criteria for foundations and our recommendations for site preparation and foundation construction. Foundation Design Once the site preparation recommendations have been successfully implemented as supported by observations and testing by NE, it is our opinion that the site may be developed using an allowable soil bearing pressure of 2,000 pounds per square foot on properly compacted structural fill or native sandy soils. tiUlliflO Engineers of Florida inc Established 1967 a, We recommend a minimum width of 18 inches for continuous footings and 30 inches for individual footings, even though the soil bearing pressure may not be fully developed in all cases. We recommend that the bottom of footings be at least 12 inches below the lowest adjacent finished grade. Foundation Settlement Shallow foundations designed, supported, and constructed in accordance with the recommendations of this report are estimated to sustain a maximum total settlement of approximately 1 inch. Differential settlement between adjacent foundations should be approximately one-half of the total settlement. Distortions that occur along the wall footings due to differential settlement should not be more than 1 in 500. Floor Slab It is our opinion that the floor slab system may be constructed as a slab on grade. We recommend that the procedures described under the "Site Preparation" section of this report be used to prepare the floor slab subgrades. We recommend that a vapor barrier be placed between the soil and concrete. Site Preparation R Topsoil, debris from the clearing operations, and any unsuitable soils as determined by the Geotechnical Engineer will need to be completely removed within the construction area and to a lateral distance of at least 5 feet beyond the proposed building footprint limits and potentially further based upon depth. A Nutting Engineer's representative should be present to observe that the stripping operations are performed as we have discussed herein. Upon approval by the geotechnical engineer, the stripped surface (no fill added at this time) should then be thoroughly soaked with water and compacted until a density equivalent to at least 98 percent of the modified Proctor maximum dry density(ASTM D-1557) is achieved to a depth of at least 12 inches below the compacted surface. The compaction operations must be observed by a representative of Nutting Engineers. The surface should be compacted Any additional structural fill needed to bring the site to construction grade may then be placed in lifts not exceeding twelve inches in loose thickness. Each lift should be thoroughly compacted until densities equivalent to at least 98 percent of the modified Proctor maximum dry density are uniformly obtained. Fill'should consist of granular soil,with less than 10 percent passing the No. 200 sieve, free of rubble, organics (5 percent or less) clay, debris and other unsuitable material. The fill should have ASTM designation (D-2487) of GP, GW, SP, or SW, with a maximum particle size of no more than 3 inches or as otherwise approved by the geotechnical engineer. *41:0:) Hulling 14e Engineers of Florida Inc.'Established 1967 Following site and building pad construction as discussed above, the foundation area should be excavated and the footings formed. If the footing bearing materials become disturbed due to surface water resulting from precipitation and runoff,the unsuitable and disturbed soils should be over-excavated and replaced with structural fill meeting the above compaction requirement. The bottom of foundation excavations should be compacted after excavation to develop a minimum density requirement of 98 percent of the maximum modified Proctor dry density, for a minimum depth of one (1) foot below the bottom of the footing depth, as determined by field p density compaction tests. The floor slab area should also be compacted in the same manner. GENERAL INFORMATION Our client for this geotechnical evaluation was: Stantec Architecture,Inc. One Biscayne Tower,Suite 1670 • 2 South Biscayne Boulevard Miami,Florida 33131 The contents of this report are for the exclusive use of the client, the client's design & construction team and governmental authorities for this specific project exclusively. Information conveyed in this report shall not be used or relied upon by other parties or for other projects without the expressed written consent of NE. This report discusses geotechnical considerations for this site based upon observed conditions and our understanding of proposed construction for foundation support. Environmental issues including(but not limited to), soil and/or groundwater contamination, methane are beyond our scope of service for this project. As such, this report shall not be used or relied upon for evaluation of environmental issues. Prior to initiating compaction operations, we recommend that representative samples of the structural fill material to be used and acceptable in-place soils be collected and tested to determine their compaction and classification characteristics. The maximum dry density, optimum moisture content, gradation and plasticity characteristics should be determined. These tests are needed for compaction quality control of the structural fill and existing soils, and to determine if the fill material is acceptable. If conditions are encountered which are not consistent with the findings presented in this report, or ifro osed construction is moved from the location investigated,this office shall be notified p p in writing immediately so that the condition or change can be evaluated and appropriate action taken. The vibratory compaction could equipment may cause vibrations that be felt by persons within nearby buildings and could potentially induce structural settlements. The contractor should exercise due performance care duringthe of the vibratory compaction work with due c erationof tential impacts on existing structures. If potential vibrations and impacts are unto R M Engineers of Florida inc.,Established 1967 3 not considered tolerable,then alternate foundation modification techniques should be considered and the Geotechnical Engineer notified in writing immediately. NE shall bear no liability for the implementation of recommended inspection and testing services as described in this report if implemented by others.NE has no ability to verify the completeness, accuracy or proper technique of such procedures if performed by others. Excavations of five feet or more in depth should be sloped or shored in accordance with OSHA and State of Florida requirements. The Geotechnical Engineer warrants that the findings, recommendations, specifications, or professional advice contained herein, have been presented after being prepared in accordance with general accepted professional practice in the field of foundation engineering,soil mechanics and engineering geology. No other warranties are implied or expressed. We appreciate the opportunity to provide these services for you and look forward to completing this and other projects with you. If we can be of any further assistance with the design or construction services, or if you need additional information,please feel free to contact us at your convenience. Sincerely, • NG ENGINE RS of ORIDA,INC. Pau ': ",• edge, .E.#68 48 Senior Engineer Attachments: Boring Location Plan Test Boring Reports Exfiltration Test Results Soil Classification Criteria Limitations of Liability . Mitting 143 Engineers of Florida Inc.E Established 1967 �� �'''' ''''..t11.1 r. .1 I 1 w! Jr:, f R,o°�w, 1 .( 1.,11kitillio°:or , .: /r frill'le , r t F- f :'i 14 . . II -,--5 ---1 ...r 1 ,-,...wy,"----,....,7,,.,' ,,,,,., ;;' )*1;.. ,hipier. ‘ —7 .. .. �-..• a • , y tqn . w .: �t •*` . �" o _ p .(73... 1,-: 1 e i 1 "i, .'': ' ii': , ‘ , '1 4: - „ Ilk ' ; tr.Z115 - .., ---- 7:•,* '# r * — -, . ,, :*14‘," ti te�aa,to * r Y, w t. -..--. ...4,4 # . . 11L: ,, _ , I 0 �, f " fir. My r i .- . i 'ia Z . r ...- »+w� iQoxwwe r Mr— ' (..7, ' ., 4 , efros - .,..« l' `N r'.ir. '— ',, - • y r ais_ Owi Icy .yT fir . ark r .Z s • .� C) -xi tri _4.....,a .acs n, < y K --, +• lis , ,ar,,,......' a w `��, f. f D C r Co4116; L c .. . .A ._ Q' • ' ! ter' +1 N t` x ''.4'di_. 4,1,,..-..-'1,,A 4,4,:iiik,,,,.,‘,.......' ,,,,,,,,,._,14 * :::. ..-: 14;t;•''',, r¢ rte, 111 n N • 1', Rl " .t *� wr r al xi t� W T M� l/J (,� , ,.•......'„ dvi Ji w. h' .d 4.r,,.... " ',»•L. #,gym ' • e V /744'It 1 .1.4"; ' ::'"'-'- ..- .,.. V)-0 .44.,, 1‘ i'' - ,_ � M 0--1 —_ .," ,iiii ,....„, r• .wrgs.�..-w� nR adK .. h ci z rtlit 1,... wy ,, ra :rr '.> R -i' , ye ., //,!,/,'1, ' ;,•;.„, ,,- i , 1„,'''' ,' ...., - . -117' . . . , Q, 4.. , 'd ,,' l , 'i ,,a 1. '' • A. ...S. , .4 as, ' 144 ... .-, lti. . .- _ ,- - , 0c.... .ep/ ,� ,17::.,74•tri-..:. . ., .. , - , ,, , - .._ ., ... atri. A 1114" •. ,, ,..1,/,'0141ra M„71e01111,,,,,,,,,,j k a -."0" I/. -.,„-"1"7 .-„,„. , . ,. ,, • ba • ►w o y ' _I ' 0 ' • ,• w C • , R , xi J . Nutting a Engineers 1310 Neptune Drive Boynton Beach Fl.33426 Telephone: 561-736-4900 onciadentik.ibrawd1967 Fax: 561-737-9975 rili 3 *or Anpierits air Calmaionefit PROJECT NUMBER 1992.1 BORING NUMBER B-1 PAGE 1 OF 1 CLIENT Stantec Architecture,Inc, PROJECT NAME Altos del Mar Park Improvements PROJECT LOCATION Collins Avenue between 76th and 77th Streets.Miami Beach.FL DATE STARTED li 19116 COMPLETED 1/19116 SURFACE ELEVATION REFERENCE Same as road crown DRILLING METHOD Standard Penetration Boring GROUNDWATER LEVELS: LOGGED BY Serco CHECKED BY P.Catledge AT TIME OF DRILLING 7.2 ft ft t APPROXIMATE LOCATION OF BORING As located on site plan ' 99 A SPT N VALUE A 0 10 20 30 40 ;4 4 -4 PL MC o MATERIAL DESCRIPTION 4 Blows 1-----IIIk--LL-1 20 40 60 80 ttal —I 0. Z 0 Z OPINES CONTENT(V 0 al 0 20 40 60 R0 1::•:',.-:,..: Brown fine SAND and SHELL FRAGMENTS ss * 1 1-2-4-6 6 A • : . - -1.•'.:.•-••••:'• %•',...:::::1 Fi SS • 6-9-13-10 113 :A •%:•:-.-.. rig 2 • , . . • . 911109 21 , : • . •• , .• .. ..• S: - .:'::...".'.„:':,SZ 8-8-8-8 16 2•?::••:" co ::/...:; • , • - -::.: .,•:: .Atila 8-9-9-10 18 : 5 1 o -•:::,. . . . , . 8. -:::::::::•.:::•:. . • . . • , , • . , . „ .. . . . -.'...:-. • , . • . • • , • , z :,...., ..,..: • • • . • . . . a- ..*:.:::.:. . . • . • • , • • • . ••• ..• • . . i,..,- .::::*”.•:'. U.brown fine SAND and SHELL FRAGMENTS 4 i SS6-8-7 15 . • .A : : 0 15 ':•.*,:•:...: 6 z it_ :`•*:::"...1'• . , • • . . . . , • „ • • o- -s* ''• • . • , . • cx :':::.:'''•%:: • . . . , . ..4.`" :....-::•*,:. . • • • : : • • • .•,••••• :*7.:'•:.:*7 A S7S 6-6-6 12 :A 20 '-....•••.:. I: .• ••:• , • • • 2. :.".::::41•::: * ; : : : • , . • Li.; .-Y.,-"-:*: •• , : : in 2- '.:-::-- al • • . , . • . . . . • . . , . - . - 0 :••••:***'‘. .•..•,..,. ri SS TR 8 • • • . • . • • • • . • :: A . .. •..,, 678 y.•- 25 '..*.• ...- a .,•,• • , , • . . . . . . . : tr . . . ,..:::....:,. . . . , . . : . . . 5.,- ‘-,.:.-:....: , • • • . • . LL brown to brown fine SAND and SHELL FRAGMENTS,some LA SS tO 30 ::.:': : cemented sand r40 9 3-3-3 8 A Bottom of hole at 30.0 feet. • • • ., . . • • • . • • to • • . • . • • .-• . • . . • • • R 4 • • • . . • • • • M • ,44 • 0 • • • • J • t • • . • • v • • K • • . • . 2 . • . • • , • • , • & • • . • • . • • . . . g . , • - * . . , . • . • . . , . . . i , • . • • , , .. . • • • , .._, . • . • Disclaimer Nuttine Ermineers of Florida,Inc.accepts no liability for the consequences 9f the independent interpretation of drilling lots by others. Nulling 1310 Neptune Drive e Engineers ii Iburholed ertsnaltmen Telephone:a5c6h1F-71.33634492006 PAGE 1 OF 1 dR*6"%lowe5ubc6*"1"6: Fax: PROJECT NUMBER 1992.1 BORING NUMBER B-2 CLIENT Stantec Architectures Inc. PROJECT NAME Altos del Mar Park Improvements PROJECT LOCATION Collins Avenue between 76th and 77th Streets,Miami Beach FL DATE STARTED 1/19/16 COMPLETED 1/19/16 SURFACE ELEVATION REFERENCE Same as road crown DRILLING METHOD Standard Penetration,Boring GROUND WATER LEVELS: LOGGED BY Serco CHECKED BY P.Catledee Z AT TIME OF DRILLING 7.0'ft ft APPROXIMATE LOCATION OF BORING As located on site plan •SPT N VALUE A 0 10 20 30 40 t — E-441 o 1--. Icp — PL MC LL .9 41 . tch e a-0 MATERIAL DESCRIPTION Blows I • i Fa".4 20 40 60 80 Z . 0 2 Z <t 0 FINES CONTENT(%)0 ct 0 20 40 60 80 Brown fine SAND and SHELL FRAGMENTS SS -........:... A i 1-4-5-5 9 Ai, :-::•:‘•.:'' • . • . •:::::,:::: 1 SS 6-8-9-11 17 • , • , :. A i • . • 5 -:::::::-:' i T 10-11-10-13 21 - • , . , . , , . • .. i ' '..:::.1::::::::.. . • . . . . • , • ::.•:::.:N4 1 S4S 8-11-11-16 22A i ,,,:•••••:: :::•:•:: , . . SS 12-14-14-15 28 • • • i ', il'; .::....-; . • 4 • • 0 .• '':::• . • . . . , . . a . „ .., - , • cti :.,"....* . , • . • . , • ...,%.:., • . , . . . • • •*.: .*. .:",,,:::. • • . • • . . • . , . • . . • • • • • • . . • • .....,• . . . . g .:-:...,:....-: Lt.brown fine SAND and SHELL FRAGMENTStill S6S 6-8-8 16 A Eh 15 .---.",• . . • • , • . • • . • • ':::::::',.7,•::: , . . . • . • • , . . . .. • .. • 0 :1.:.,:,.-: . . • . • . • • ci •::•.:.*:;:. 111 ce < :`..:::'-f•:7*.:: 161 5-6-6 12 A I .% *:..::::::,. • , . • • . %,-,.,..::. • • . • • . , w . , • . . . 0 . . . . ca • • . . • . . , o -.:•• . • . . . . • . . . . , , • . Lt.gray fine SAND and SHELL FRAGMENTS 4 SS ttj '::::,;•.-:*,:: AZ 8 7-8-9 17 i A •y.".." § id , • :• • • . . • • . . . • . , , • , . . • . 0 :::::;:.:. . . • • , . • ! W :.-:::,, ' • . • • • 9 • • • • . '::::":.:: • , • . • , • • Lt.gray fine SAND and SHELL FRAGMENTS,some cemented i A SS 2-2-3 5 A w • ':-:.7.. sand 9 r.,0 Bottom of hole at 30,0 feet. . • • . . . . • , , • . • . . , 0 . . . . . .. . . , • • . g — . • . • . • • . . • . • • ., ;4,71 • • . • le • • • • • n • . 4 • W • e • • 4 .. • • 4 • . • • . , . • . . • • . . • • 1 • . • • . , • . . • . .• A • M • • • .. ,l • • • 2 „ • , • • • • • • • „ • , • . • Il , • • . „ • • . . • . • , • , . . , . . . „. • • . tu i . • , • • • . • ,. • • . , Disclaimer Nuttin., En:ineers of Florida Inc.a e•ts no liabili v for the conseiuences of the lade••ndent inte •retat'.a of&Win 1 a.s b others. Geotechnical&Construction Materials UttinEngineering,Testing,&inspection Environmental Services Offices throughout the state of Florida of Florida Inc.'Established 1967 www.nuttingengineers.com info@nuttingengineers.com 44,..7)Engineers Your Project is Our Commitment Report of Exfiltration Test Client: Stantec Architecture, Inc. Order No 1992.1 Project Altos del Mar Park Improvements Report No 1 Location: Collins Ave. between 76th and 77th Streets,Miami Beach, FL Date: 1/19/16 Test Usual Open Hole Exfiltration Test Surface Elevation: Approx. same as road crown Water table from ground surface: 7.4' Casing Diameter 4" Tube Depth: 15' One Pump Rate Minute in Gal/Min • Increme 1 15.5 2 15.3 Sample Location: As located on site plan 3 15.3 4 15.2 5 15.1 Material: 0'- 1' Brown BASECOURSE(FILL) 6 15.0 1'- 10' Brown fine SAND and SHELL FRAGMENTS 7 14.9 10'-15' Lt. brown to It. gray fine SAND and SHELL FRAGMENTS 8 14.9 9 14.9 10 14.9 K=4.04 x 104 cfs/ft2ft.head i 1310 NEPTUNE DRIVE • BOYNTON BEACH,FLORIDA 33426 •561-736-4900 • FAX 561-737-9975 Treasure Coast 772-408-1050 • Broward 954-941-8700 • Miami Dade 305-824-0060 • . SOIL AND ROCK CLASSIFICATION CRITERIA SAND/SILT CLAY/SILTY CLAY N-VALUE RELATIVE N-VALUE UNCONFINED COMP. I (bpi) DENSITY (bpt STRENGTH(tsfl I CONSISTENCY 0—4 Very Loose <2 <0.25 v.Soft 5—10 Loose 2 4 0.25—0.50 I Soft 11—29 Medium 5—S 0.50—1.00 1 Medium 30—49 1 Dense 9—1 5 1.00—2.00 Soft >50 Very dense l6—30 2.00—4.00 1 v.Stiff 100 Refusal >30 >4.00 l Hard ROCK . N-VALUE RELATIVE (bpi) HARDNESS ROCK CHARACTERISTICS , N>100 Hard to v.hard Local rock formations vary in hardness from soft to very hard within short verti- 25<<N<100 Medium hard to hard cal and horizontal distances and often contain vertical solution holes of 3 to 36 inch diameter to varying depths and horizontal solution features. Rock may be 5<N<25 Soft to medium hard brittle to split spoon impact,but more resistant to excavation. PARTICLE SIZE DESCRIPTION MODIFIERS Boulder >12 in. 0—5% Slight trace Cobble 3 to 12 in. 6—10% Trace Gravel 4.76 mm to 3 in. 11—20% Little ' Sand 0.074 mm to 4.76 rnm 21—35% Some Silt 0.005 mm to 0.074 mm >35% And Clay <0.005 mm Major Divisions I Symbols Typical names Laboratory classification criteria I � x ". Walt railed gavels, ravel-send M ;,� Gw � � ,� �° Co=--Lk!) greater than 4;C=_ (D") betweeni and 3 , c w mixtures,little or no fines D. Di,the,„ v M ag �-= L I; GP Poorly .5 graded grave's,gravel-sand >-t Ivi l�1 mixtures,little or no fines V; a Not meeting di gradation requirements for OW — ? 13, 5 o c s d Silty eels,gravel-sand-slit -- 2 2 .4111 u GW'' ty gra ' Atterberg limits below A o ` a s d mixtures 2,1 Z line or P.1.fess than 4 Above "A" line with P.1. 6 between 4 and 7 are border- S. m s - a. line cases requiring use of t 4 Clayey grovels,gravel-sand-day a�t' Atterberg limits above A" due!symbols. mixtures v t7!N � tine wnh Pit greater than 7 .a N Well-graded sands,gravelly sands,-IP:-. al 6 , 9 1 Dop = (D)_ c SW little or no f-mes — i C.=~—$ ter than 6;CZ betweenl and 3 CI i N a g 1. ; D10 Dia...4o o a„i a Poorly graded sands,gravelly 1.0 D I SP sands,little or no fines i Not meeting as gradation requirements for SW ., .3 ,�,1 w 1 SM* Silty sands,sand•sih mixtures t,,i I J, Aiterberg bits below"A' Limits plotting in hatdted zone "re ar P.l.less than 4 1 1`m 7f-1 r c u a e with P.1.between 4 and 7 are Ts 3 Tr ,,,,t borderline eases requiring use e i ° SC Clayey sands,said-day mixtures p Atterberg limits o�bove A" of dual system. line with Pi mare time 7 Inorganic silts and very fine sands, Ili Mt rock flour,silty or clayey fine sands R or clayey silts with slight picsticity 601 4 viI • m Inorganic clays of low to medium 50 i . 122 Ct plasticity,gravelly clays,sandy, '1 clays,silty clays,lean days 1 CH /1/1] CK Organic silts and organic silty days _ 1 I i6 '~ of low plasticity . l : 30 i I TA' Inorganic silts,micaceous or diatonic:- 2 I */(DH a No MM ceous fine sandy or silty soils,elastic � silts 20 ' o CL E 1:3 ti CH Inorganic days or high plasticity,fat t4 r 1 it ys ria x�-e l I1 \‘" OLIO a0 OH Organic clays of medium to high 0 0 3g OLIO 50 60 70 80 10 :0J plastidty,organic slits Liquid limit e M . '$ Pt Peat and other highly organic soils Plasticity Chart a \Nuttlng ri3Englneers .-= df olds Intlestsdished 1967 I LIMITATIONS OF LIABLILITY WARRANTY ANALYSIS AND RECOMMENDATIONS We warranty that the services performed by Nutting The geotechnical report is prepared primarily to aid in the Engineers of Florida, Inc. are conducted in a manner design of site work and structural foundations. Although consistent with that level of care and skill ordinarily the information in the report is expected to be sufficient for exercised by members of the profession in our area these purposes, it shall not be utilized to determine the currently practicing under similar conditions at the time our cost of construction nor to stand alone as a construction services were performed. No other warranties, 'specification. Contractors shall verify subsurface expressed or implied, are made. While the services of conditions as may be appropriate prior to undertaking Nutting Engineers of Florida, Inc. are a valuable and subsurface work. integral part of the design and construction teams,we do not warrant, guarantee or insure the quality, Report recommendations are based primarily on data from completeness, or satisfactory performance of designs, test borings made at the locations shown on the test construction plans, specifications we have not prepared, boring reports. Soil variations commonly exist between nor the ultimate performance of building site materials or boring locations. Such variations may not become evident assembly/construction. until construction. Test pits sometimes provide valuable supplemental information that derived from soil borings. If SUBSURFACE EXPLORATION variations are then noted, the geotechnical engineer shall be contacted in writing immediately so that field conditions can be examined and recommendations revised if Subsurface exploration is normally accomplished by test borings;test pits are sometimes employed.The method of necessary. determining the boring location and the surface elevation at the boring is noted in the report. This information is The geotechnical report slates our understanding as to the represented in the soil boring logs and/or a drawing. The location, dimensions and structural features proposed for location and elevation of the borings should be considered the site. Any significant changes of the site accurate only to the degree inherent with the method used improvements or site conditions must be and may be approximate. communicated In writing to the geotechnical engineer immediately so that the geotechnical analysis, conclusions, and recommendations can be reviewed and The soil boring log includes sampling information, appropriately adjusted as necessary. description of the materials recovered, approximate depths of boundaries between soil and rock strata as encountered and immediate depth to water data. The log CONSTRUCTION OBSERVATION represents conditions recorded specifically at the location where and when the boring was made. Site conditions Construction observation and testing is an important may vary through time as will subsurface conditions.The element of geotechnical services. The geotechnical boundaries between different soil strata as encountered engineer's field representative (G.E.F.R.) is the "owner's are indicated at specific depths; however, these depths representative" observing the work of the contractor, are in fact approximate and dependent upon the frequency performing tests and reporting data from such tests and of sampling, nature and consistency of the respettive observations. The geotechnical engineer's field strata. Substantial variation between soil borings may representative does not direct the contractor's commonly exist in subsurface conditions. Water level construction means, methods, operations or readings are made at the time and under conditions stated personnel. The G.E.F.R. does not interfere with the on the boring logs. Water levels change with time, relationship between the owner and the contractor and, precipitation, canal level, local well drawdown and other except as an observer, does not become a substitute factors.Water level data provided on soil boring logs shall owner on site. The G.E.F.R. is responsible for his/her not be relied upon for groundwater based design or safety, but has no responsibility for the safety of other construction considerations. personnel at the site. The G.E.F.R. is an important member of a team whose responsibility is to observe and LABORATORY AND FIELD TESTS test the work being done and report to the owner whether that work is being carried out in general conformance with the plans and specifications. The enclosed report may be Tests are performed in general accordance with specific ASTM Standards unless otherwise indicated. All criteria relied upon solely by the named client. included in a given ASTM Standard are not always required and performed. Each test boring report indicates the measurements and data developed at each specific test location. , ,17 413 1 ale r S ....i.kv.111111011111d1W Your Project Is Our Commitment ..' CITY OF MIAMI BEACH ALTOS DEL MAR PARK COLLINS AVENUE BETWEEN 76TH AND 77TH STREET DRAINAGE REPORT STANTEC PROJECT NO.: 219420481 JUNE 16,2017 Carlos M. Herdocia, P.E. DATE: PROFESSIONAL ENGINEER NO. 47660 Stantec TABLE OF CONTENTS Section Page No 1 Introduction 1 1.1 PROJECT LOCATION 1 2 OBJECTIVE 2 2.1 Soil Conditions 2 Design Criteria 2 3.1 Water Quality and Quantity Requirements 2 4 Stormwater Management Pollution Prevention Plan (SWPPP) 5 LIST OF ATTACHMENTS MIAMI-DADE FLOOD CRITERIA MAP A 1-DAY RAINFALL: 5YEAR RETURN PERIOD MAP ... B OCTOBER AND MAY WATER LEVELS C FLOOD INSURANCE RATE MAP D BASIN PLAN MAP E WATER QUALITY AND QUANTITY CALCULATIONS...... ...F REPORT OF GEOTECHNICAL EXPLORATION ...G :;�>A\h�B,�„y,T{.*U1��W.VpAs.uk.:xp7^_�.c'..•�t,"°.,,`��.:•,.,Q�`r�1.�.'.ar..�aR!:'F.�b.0t.yF�>��rotQ.'h.�t,�„H�4w����\e�d\\�"��.�y..\•VZt\•��,`���•'�;:rkH;kz.�:'.\,,\H.\.\�HUW�R\�.„•.„#\^,..�.^.OxV.".AD. UW.`.�".^^\'0yaT•r\WH�Cr�b// Tfa�:.i�'�''�^o .•..1^y�,,.IE.1O.(,,.ti.,i•(..n.t�,�.._....�:R�..w...,.N�l�`Av�4•1�����'t�o�i\\ .:`..\.�c�\:{qJ�r\4'��a.f`�\t,;\,'�'�y���\�\�`:",\0..,b.�:.\�,..\\\\4.,\\\.`\4`H Z.�";w;�'�\�„..r``r;.�+�C:�`F�:�.i'm^.�wAA•t.,,�•�r....��.:<.:(.t�w/X:",W�*SkY a wEz.,�,.lf..0t�.?°r\NO�\„\re�..�x.k.y;A..,�,..x9W,��,..T,"M t4,.\.]�\;y.��.i.:ew.��\\„,\tq\��#�.„(\.�1tw.�&�4•M,'y.^�'a..+s�X,..\h:�'w`w.i:•`>�:,',.A,:;u.,.,:o,•;,,•�.:.�';\::,,/nwhrrr�/%r////���rr%,rr�\�i///rr�/l//.�rr/„Sr,M!1�,./��r r/rlo;j 9'i9/�';/F 1>/^r r/V`�r/'I/"Ir7.r/;r�/r',r%.iy/r��l r,%e/���nfrr/.7r/�'%;/;r,f,�i`�Yir�y9l/„rlr.�fln���rr'5r�t.�r/�r/�./(!9/r/�rr�,'/�<.,-.�,c„.�/;'.;r��.//h.F.r,y r,,!�eyp..9`Y,�,r/%rr/.rr,:/rr//,�i/..;;;://i/,rXr�r�/%��rr.lri/v5,rY!�r�r:���Y/in'�r/:ul/'„n.ryi�/7f1.y�:/ir!�/rr�y�.?�r,✓I'��rnyi a./,�r�:w/ir,ry�JrrIr:��!„,!$�r�tµ�rbryi/.rr.7�/-'lY:.'Nod��,„rry4q/;�1rl/Ni/.,.//;n,,'�,�xT�y//��.i�y.f�7✓/a/�/�J.m//H.'/rYv,”'/.,�/r,�!////•,�hii/f�%�.y%%/'�ry(/jyDy„/!/Jy7l�„'r��.y\r�y/y�rr,,/lH u/;iLJ�r.':Ar�.l�".�"/„;��r r�.;i//r,r'/>i/r..//y/�!.,5�9.',/y{'pJ/y/.;j l<;nJ..r:-”r�:i;.':•�`'.�.,'5,�/ti,q!,/f,/�lr4r//r/r r/y/A 9i•r/r6!�”/F-ry ra!/rr rrnyr�r/,/,/�ri,�r/r/ryri r.rk,n�y'�r.r/eru'�r r�/':/.//�.)1yS k✓rrI'//r�i;1/ir/r,/r,l/q�rr,$SL,r,,r r rrry�/rrr/R'Irv.r//r.%rrr�J�'7�//�/'_//H��G,d�:',rh✓y,r.r���rr y/�/r,,^,r�rIJr�%i/!'r//:r//y41'!/>r';6fr"h:,!l'r,,''.�'r,�l,i�n/,:•r'r,I.,/.rif�:4yi,/{ra,��-'rr%I%�Y�S�','jY�rL'rii,r�./HrSiyu�r•"iy�;i%/✓.i''s�..F',I%rxr%,i��/.r>u'.m:d,�,.,/.yvrl rrryr��r�I y,/F rrer%r/1r'�7y,/rr%r,/�y/f/r%rr�k/r/y/!r%u''1 7r!�/d,rr/�1,rr°//Y✓sr,1ry1//r��I,br/Ni,�`r r!N/G/�Fj'r�/,S/7,i/rlrr I'rr��y,/r'��r,y t yli Sriyr f///r rJ/N„�/5{".�//9�yr/y r//oa/Y rr�t:e,,/lr rriy/ih"�/dri/,%yfrlr/rrry vl•r�y,�/''/1uj'r<r i'f/r%4.,rr,r:.r'�flnjj:,,r/4iii��l'/%//iW/�/.Z'H!r,2yf�;,y�rrXr�riyya/.�/���.yrS'%-y7yh/r„,q�F"r;.r4(Jrh�y,k:7rF fHrfryY!2�ryF>:r"!,�;_,tM'.'C.�l/,�Wyi��N�NT.;..'/y/',,?/.7'":i),,'r�r;r�".xxI:i4/-,•ieH';,���/f,/�yyrr/i y'nq!,Frr/�nryyr/r�g�"v✓riF�NryN�/l�rlrrlv�r�4r�'.yi,�r/x�y/lr'��!/!I Ftr�rrh r'r,ri!rr�y/�4%/��y�,v��Jr/ry�'.r rk,rr',/!wr'f�,�rr"r/r(�34*w�'/)yn/hl'r,np,P/ioayrhr//?'r/,�r r1 rvYrr/�l./n����'r�y�%/�ih�,"!Iiy/Wr/'�r��grSyyrrry6��f�:/lH/%/,Jnvy,ly�i�J r!La✓7�Ir);�S��r/P9:!//"ny,41rq�%�'er'.y/r�'yhlrr,r ni✓��X/N/yy����gF.rHr�Yl,,;r/�//r,lF/,jti/r��rr'!ry✓/.l�./p/r�/rrl�/,'/u�y,i2!/dirIxr/r�4r��,!./y,,4r.,/'r�✓'��ay.r%,r;U,,,�%//�r"...G��,'I4,/,rr.,ryfi'.i:,r'r,rNjr r,r"��r/Hryr!/rr,�r tipi/up'rrYr,9�/y/�rs/i���y"/G�hr,xr9 1r%rrrrlr7M!7 rrVh`'rf�t�N"�f�y.'�y4'd p/j�rar�r r y/r/r�sr�r r i,/rHv 4yr�/rHr,r���lr�rp yr��r/IF!/rl oh iRr Yrr rruwr'%f r�n/r�////6o!I¢�,�).q.if{//��4�y/nv.'elre"'rl,/ri;//r 3rHef/%r�!�r�y//lrg�,�Ilr'k�,Jac rSi�r.r�:r/'.,�p4 4'r Cnf�',y�:,j,'>y/!'r�7rfr.i,Ce,.,�tf;rkidii%n's!rr7r�.Irj��/,1��!�,ri/�r:��,/a'r i/r�,hrr'�Rlha ry�r/:J!./%,l/:/.,/�"..`j/,i,',,�:r?.',r/,,r'rr 1'rfI,��r�/'/�rr/rr9/S�'�J�n�//l!H/fr�Ptir�//��yr/rr��a'�//J/!k`y/r4�F/�„Y�S/Jirr!rl�rr!`ry:ar�yr�//I?�pki"�F`iyh.!,7 rz 5rj�/''rihIrknr/,w!�.I•�h�r�N/rr r/)!r/nrf� %�1'/�n�rd/rr�rr/`.rC!%"i/lidry!j��iS r:�r�'".p/rrI!�,�Fr,l/:M�r��7d:/�,C:;19y'rS�y;;ryu/,:�.r,k"�Sr'/%r-•�Y f'•�:/.!r/�4,y?r'7�..r,�'.i�µa,a/,.r�,.ri/a rs.77 r_r/t!ry//%rr�r r,r/1G/�/:,r//,%�rf!/%rn.f,9i//,wr/!lr.�/,rr�d//2r%.,:.7!/,rr!,/��.r'ry!Y:.y/rr!.:�y,�f,r:.ruwru/Jri!r/%�ryi/l/r/>rlrn!/.,�Y/.r�n,r/RJ/�h2y/�r'/+r5�r5'r1`ri�•Iryy//ra'/�"/�ynyI��/�i'/rFI.r/G,j,sbiiHr'•,//i/a�uar,�5�hi!�n.M�✓/�.,�':�/r.'r'1/ii�.„yJ',/'/rs,/�lF�V,/'r�7//l/fr/!:.'y*1�),r,/�\/N3ryy.ae�.l�G�''a;/,:''r.t.'':�YIr%:A•,,:F�r/',<'.r/.�,rai�/�,�`r�/.u rr"r 5�y"' 3���..r/h:�2Y..,,/>!i:;`>r,;/,:4/�£r;f•7S\yi9',.„,1p�„/,HnrII�,/,,tv'L��/,r4TR, 4ri'':;•ra��:m;:2 r��'CXr_.Lr{!!,��r/�rr:/i%.//,•s;�i,/g".",.i lvf:A./.`y�::>,,.rrrra rr9/l yrrur rwrtir r:'rvr•r�e r.r�Hri%rrrrI/rfrr4 hvL./rYr%/r.:r/�r`e�r!e/P�!/�rry�q?/rN”r4r/r/i/rr!,fd rlrjf ajrrrrIerI:/I/�r/r/;i'/e;�'ir�r Y.i:'/.yXY�r/,r�'Uli„u,;./'.'vr�i%/�,/"J,{y�(yr.�.`�v�'f!i:;',,f%ri!'p/�;./i;/i/:,%;,r::/�y�°r.;4%l,y4.hj/,i�i�/;:.'rhf//;�li/.!s`r;,/N i::!a'rfLr�!',;:�:l,:rrY/xr rr ir r/!qrtyyv 5N%a�°/�i/r ,�!gnyrret/�r;rG�N/4Hryh./�l�/rrl:'i/f,1✓/�r�'yrr j.'rrI!4l r,",rrurI;7O/rr!rr,,,,til��r•/r(,rI,trr/��'',.//7rr//�r'y/,',.�!7�r.yr�y.:4r4.,r/�/%�.&&r,ni'rI%/!..J!/r/'.4>rr�/S7;;��!rc1�;i�i,�7/9Ii✓/1.!:vd�r/r'Y�//f;',,/�`'t./:.l 77Y i'5�/.;r.'�..�:'�/y/"a�4 4�%4Sfricl��j/r/r�/r;r�y�Y/°°.r�/�rr���v%rrXar✓Ji�r//��r r�%�s yl? iI^�r!HyPjrr'•ry,i!Jrr/jyil/'rr/?e;k.//r'�r�irr'//;4;r�1>i,i/r/!r.y/�,y,:,j::�i/ur!/:/;Rir!!'r.,r�S r!%:,v/J�ii�gNti:'/:n/li/L�y/y/l4,f��"�.'e!!//l'G,/�t',rt,.,�rI'a//y,,//:..iy!y,.r////rr rrr r/rnuI°sf,�"ifk npG/u/IrH�r1fiy url�r�dH�H l/ya%/orr yAI�/,yr^rOd�r�✓bI/HrJ%u D%//v,�r,r[/rr%�/��fir!�i/xxx/4!/i,iA�J,r�Yf/!/�/ry4I,yrrrrr�rfr4r/�ylr7�,4 r!>�//$0�,�4�,�/yr//r�ro/9IMr r!/Iyr/r9!arirc�n,�Irr )ry��r/'.rrrr,�rLyytiRAo-/%:y r:i/�i�j.'l� a�ri�'k�y4'd'"a�I/4'r/r�Pr rnrFr/yvJrrr ri/rhfrrIry 9ry`�uor!r�rr!,e 7't,yrr,1fl tft!rfrN•ra ry°pdu/�rn�N'yNfrrr INCounty-CT DATAPROJE1.1OCATION: MaJECT M4A. PRO ‘\s 4 iiii �r�///r !,, .d " 711ittt;41,4111114/4i1 . � � k //ta)/ni/„.�ir!un"k'r,y"kr!% 4"yt ::.S;.„�5r,;.'• .:: :.. ,i. .;,.` • TION yLOCALpp ! /113' a EC /HF%�/�\\\\ «4 ; B '11601 E,i:/r ,/04//d� , fPbt a 'BeafF: % w; f 4/ii! /)t S�C% 1/y;,7l�,V 011l/r/' 7,3 S t�amt B 44/;;;;,!:',9/;:k1,41/4r:11';';':::,: i :/;��1rra/ /N/ p .kt 1300.7,71.***‘ _,7, x'44*4'''', ” '84odge Island :\,..\\*ua*w Park, " i r r ' �y r�/�. �//�i�4y��r Err � r /r rrr!y),r•yr, r �?; • •° /!9 r..,.,,. ,u,ya r!, ,y :ru.�/.!r ,,,•:.1 's �` ',,r/ i/ :Fr r..r'�rrr'' ,t.`�, B. Dade County Flood Criteria: 7.55' NAVD C. Average Wet Season Water Table (October): 3.55' NAVD D. FEMA Flood Zone "X" Community Panel Number 12086C 0326L. Map No. 0326,Suffix L, Map Revised Date:September 11, 2009W WELLFIELD MAP The project site lies outside of any Wellfield Protection zones. 1 I PAG E 2 OBJECTIVE Drainage Area Characteristics Basins were determined by analyzing adjacent grades and identifying contributing areas from higher grounds along the project. The proposed drainage facilities will provide flood protection through separate exfiltration trench in each drainage basin for quality and quantity considerations. Most of the basins being observed in this report don't appear to have outfall discharges to nearby surfaces of water, such as lakes or canals. 2.1 SOIL CONDITIONS Soil permeability tests were carried out by Nutting Engineers., using SFWMD/DOT percolation exfiltration usual condition test method. One (1) test was completed throughout the project with a percolation test of K=4.04 x 10-4. 3 DESIGN CRITERIA 3.1 WATER QUALITY AND QUANTITY REQUIREMENTS Regulatory requirements and the new design for drainage management systems are the following: Water Quantity The town has adopted several water quantity treatment performance goals designed to reduce the potential for flooding within the Town. For local roadways a drainage system should be designed to handle a 5-yr storm event, it is expected for flooding not to exceed the crown of local roadways. 21PAGE Required exfiltration lengths were calculated based on DERM Mass Balance Diagram spread sheet.The DERM spreadsheet performs a hydrologic analysis for the runoff from the area to be drained by the system. This information is used to produce a mass diagram curve of the accumulated run off volume for each storm duration vs. time. A curve of cumulative exfiltration and storage is produced by the DERM Mass Balance Diagram. The systems will satisfactorily exfiltrate the storm water when the curve of the cumulative exfiltration and storage is above the curve for the accumulated run off volume. An alternative storm water management system must be considered when the curve for the cumulative exfiltration and storage falls below the curve of accumulated run off volume.The rational method is used to determine the curve for accumulated run off volume by the formula Q = CIA, where Q is the runoff in cubic feet per second (cfs). C is the weighted average coefficient for the area. A determination of impervious / pervious areas based on survey information and typical lot and right-of-way conditions were used to establish an average C for each basin. This C factor is a result of very high ratio of impervious to pervious areas. Since the proposed improvements do not include widening of sidewalks or roadway, no net additional impervious area is proposed on the project. The weighted average coefficient is calculated based on the following formula: C_ (0.95ximperviousarea)+(0.25xperviousarea) totalarea I is the rainfall intensity in incher per hour based on a five (5) year storm frequency and is calculated as follows: i 308.5 = 48.6E-o "+t(0.5895+F-o b') where, i = rainfall intensity, in inches per hour 31PAGE F = rainfall frequency, & t= rainfall duration, in minutes A is the area for each basin in acres. These factors are incorporated into the DERM Mass Balance Diagram spread sheet and will be used to quantify the amount of trench per basin. See attached Water Quantity Calculations. See Attachment F. Water Quality Water Quality criteria states that drainage management system must treat the higher of the first inch of runoff from the site or 2.5 inches times the percent impervious. Studies have shown that the first inch (1") contains nearly 100% of all stormwater pollutants. This criterion ensures that the drainage improvements meet South Florida Water Management District (SFWMD) and Miami-Dade County Department of Environmental Resource Management (DERM) requirements for water quality pre-treatment. (See attached Water Quality Calculations, Attachment F). Additionally, all catch basins include a 2' sump used for removal of leaves and larger sediments entering the collection system. Required Required j I , f a.. { 3 TrenchTrench EExisting lrj-Tr-are- (Quality)Basin No. nti i 1.itjantity Too t 0*Ei 1 ' " Altos del Mar Park— Basin 1 92 280 0 0 300 3.26 1.07 Altos del Mar 48 200 0 Park—Basin 2 0 400 8.33 2.00 41PAGE 4 STORMWATER MANAGEMENT POLLUTION PREVENTION PLAN (SWMPPP) A stormwater pollution prevention plan (SWPPP) will be implemented to comply with the permit. See sheets of Construction Plans. The SWPPP is the key to controlling pollutants in storm water discharges during construction. Proper implementation will maximize the potential benefits of pollution prevention and sediment and erosion controls measures by using Best Management Practices (BMP's). 5 CONCLUSIONS The existing trench will be considered in the design but its effectiveness will be reduced by 50% to account for the system age. Quantity calculations governed the drainage design for the four Project Areas, the results are shown below. The chosen drainage design was the most feasible and economical alternative based on the field constraints. Overall the proposed system will provide an effective drainage relief for a 5 year storm. 5 I PAG E ATTACHMENT A ...13R OWA RD COUNTY _rjunimmillga imilm elfilMIN....,,,..,. -- k,• rt. ipanitirtiVitgo-1107-/ Tft - ' . - ---, 4, .,„,„,_161111111/111110ifile -, 1 . ,..., ,; 1ar. -.Z i 40116 lipr1111% / . . Pv111111104e. ..ffigairj, NIP -• i . , • . Allirmirr it "'qIIIIIIIMISIIIMrli sonmsi mel., spie. ,,, Nnsmmmmrinrkll 41 t. - ariPIONPlionnil . . '1' . al 1 11411PPIIPILIF * ‘L '-' \ ; ' NpinioN_Loilif„ 4' • It , , , ._ 1 ..-.AM.............-........-....•woo, ..,i i!.., . 41 .,1 .-4 - ' IgEffilliglIklitil t;II I Wittfteli4 kh... ..,i ,, i - --'--A. eir451111.1t-semirti ki EiFORimirMrviatetrimioilb -7.7nri _ , ...... A . nimiamordruirm ., ,,Ahirtig: p it ------.- - _IRIIIIIIMAIranallillgri ' 7.]IMEM1171.91111111111PEOP', I i ,,,- ,,.., ,,,, ,iiii tirtit.livit, r t 5 ., ' 'P. ' 6 H - ' - - -I A nap%; st I el II IN.*. , 1111AilLi c:) H 6 1 i 1 ------, ,,,,. - riplivpiriitiv4Lamwrif ikANZ"?-74-7---- . - 'AC - \ Illartirti- r_ii-a- r tu --- - 1 ¶L : divrtiarilir PROJECT LOCATION I iilli 9------'Chi_ litemo NOTE: USE THIS DETAIL FOR PRELIMINARY WORK ONLY. CONTACT -1 i retitAr„ -_. w :- V) D.E.R.M„WATER CONTROL SECTION i'l V‘: ° Pft*ik, riff FOR MORE EXACT INFORMATION. .*- '• - -' "- varlia -. i 1 UISIIIIIIBNIPbAV°!Nr.)': _6 (.) b 1 w 1 z vi E111111111M40-__Pri ,./,,,, . 111EIEPOIVIIIIMEL*11 : 3 1 1.- 1 I.'. , 111111111tirdirra k --- ' ' imiraintimusres-wer r ,,- , : d0 _.0.5.• , .4. ----- I 111 4 i sT mg or r - .zorm ' lir -6_5 24.------ wilt ,:i1,1_.-,.. ---- - i iiphiblibpr AM,a_ii.......wiclArawsia-i IIOIIIMIIRMIIIIIIIIIIMIIIIIIBUIIIMIIMIM.. IP.1-..'• — 1~ 11 68 f / . . EvERGLADES .: mum ,,r 1....i._1 - N Ji .T...AL , , : 6 5 PARK - ' I la illIk . .: . FLOOD CRI.JrAS APPRe ED AND . RECORD I PLAT BOOK 91, PAGE 69 iiiimpi IN DA NTY, FLORIDA, APRIL 197 . 6. ,e11 .11.1°N . ... It , = ____................................................,-,........................-,...,---............... ..........v ..•,- --,''''. IMMIMMINISIMM , - 1 REVISED GENERAL DETAIL METROPOLITAN AppRovEo DADE COUNTY ______ FLOOD CRITERIA PUBLIC WORKS /24/1-( ------- - -- — - (USE WITH BASE MAP) __________ ___ I . DEPARTMENT OVERLAY 2 ATTACHMENT B A 1 ..`• L AN DQ 1 I i 4 rj—r— — r i #Iii A ATL.ANriG _I 5 1 6j \\L 4, P 1 4...1 'r II j \ 6 N .. 4.5 iht 5 — —4 IMMIN1 aMINIMMIIIIIIMIII. ell 1 i L. 111111111VI. 7sT. P?ERCE I 4.5 j • t tA 6 I / \Viet STUART r-- • i 7 .\ ,° �ssx � otaactrot.t��''� ,l�P!TER -NAL- INI L WEST PAL M BEACH i mi F YE R ' ♦ � \%% 111111016411,4 ,litil k ,,it � � 11 7 \‘‘,./ 101 8 % .6 ell am a.41,IM, Iiii , % i 10 I tTA t % 5.5 T 9gCA RATDIi 1 - ‘t , ..% ...,,r_. _ 8 % AU.UM • *L4AY ♦♦ A t NAPLES % . m f. LAUDERDALE % ' tri % ... 44;filii 7 .V..— % 7 A giql" S --.-,-.= ; 'kI•i MIAMI 1 , s • • 5.5 - I i % I% , - i , % . I • . 1 '1 .i' j PROJECT LOCATION # UNIT'* INCHES 6 VI'4 okr- Q 10 ZO 30 IA n.es .FIGURE C-3. 1-DAY RAINFALL: 5-YEAR RETURN PERIOD C-5 ATTACHMENT C .7' _ BROWARD COUNTY O/ 0A ArC(S eAS f G_ '' _,. . 'e �� !. - --11• — 4 4, i sw•.f _.ff.. GT2• •1 j e / / .sup ;a•- •S :•• i f +'? / I •i t _____•SCA'4( 'rut. / G 632 0) i7 4/ i I ki_... 1111WINEKIMIE 5 . ir / Gau En nod kinell,ii w.= . is! 01;1, 016: '23. 4• f ♦ � I . X23! '' 6 3 ikiV "1)s 7 , lit 611_5 Pm ril."‘ - 3 0 , 1441411:4 JIM .. • .1 ' .a., MIS Ili - , tc wird, Al. It _" - NI l 31121 U—_—1 — '... .V I ...t. .s / •610 . � VI r- i; , •11110a • '•alila • it •.. 1 /i4 G 6 swrimp., "\ 41 ___,- .,• I v le" r 5 7111, re ‘1, 11rir . t G 6 55 _ ,� '�' ...,-• -, •0 lins • 19 i 11 1 , 4 ,,1e0'''"IT:: PROJECT LOCATION G 102 /02 / - ' T�„ • 4757A •G��sz2 ,�=r•r.. :• W O4 / 'er 111111R G°3b3 .3 , 4 • Z :�C"4.' •...,.. r ZAki ' / A. t s vl Ii 2rg,r f lov O1 ctir .... _.. 96.• s G'4 �.. ,� 0 t 2TO' �' G 7996 "r dB., `�. •• c p. 4 vs ,G't!3 I ' ,c•QaL ' 6634•! G'267 'a R:f .00 iiippo INt‘t $4 4 II * --• , LEGEND: A P,. 40°' III o ,,,*,,,,,, 1v. 4.1....limo a...i C •*�3 , 1 vor: 0� r It (ESTIMATED) i� _ ! — -N'' •'• .,�*" NOTES • G►25+ �" �,� a • ', f I CONTOUR INTERVAL 1.0 FOOT ` \ ,� , (Except as indicated) ��°\ ,t►° �.�F 2 DATUM IS MEAN SEA LEVEL. O 3t p.; 0 "'— +••. ..... --" 2 SCALE IN MILES `�' =''` .►`,�/ NOTE? PREPARED FROM USG.S. rill - ff _ f/ SURVEY DATA REVISED DESIGN STANDARDS METROPOLITAN DADE COUNTY L.FFR'v`'c 2/'9 1'ic' C. --- - AVERAGE OCTOBER PUBLIC WORKS '• ,z 4j14 77 •. GROUND WATER LEVEL. DEPARTMENT ..�_._.� 1960—75 SHEET 1 OF j BROWARD COUNTY 4,4 NCI'S fit.:5,_ r.0 ami G SS- 4# j ii, ...wrnre ,I.r ( 73 I ♦, I. —G724 ',GPO ,•' ,e f j� G • � �sae �..- *.s$ •,. e. •;- t 'M' I r , G 992 , Y: / *al G.166 I , . • _./ / e - i.....„ - • /*.t . o , WIPEE t - .i , /...i. 41I' .,t. : :! .I , .. I G r G974 ' #G+3? GSE r '"r I Geis` t r 239; " `: 1 # `_ , .i 376 L ! s /1' . /rte,. �, 4! #. I 3 "A; l . , I .4,- —10 4,145 .1, .. -8 -:. .. I.. ``-'. est s Mair ms s� -....,...4.................� .1.4,.......--; we �r,�.� ♦ �' � � � I n., , INt -j . •.. 1 _ i 111111111116 "_ `,t+r te r I ,•+t. l •G Atting. . ASF • i 1 4 61 I WIPArp- 4, --.,..„...,-. ....., 144 #,I1 1111111111 ;0117 ' .rr.rs errs arwE a�1t I :g ..9 t••littor ,..,-i 4. V I i .., .t g1:ipkb..........4-YINMrejr .i, . &,417 ft fl Y. 1 4 899 r 7 G 55y 3 115e fi •i • , as 532 I a. a `# • �' II PROJECT LOCATION • G,3 / *4-1 --, - _, 1111Wir, - t *"*....>1°- - :: ,,.. - . 41irr. ^fR ci, 5.:"I/ • C G 363 GG.♦ - ,. • ` uy A * / Ili Ar ; 11 3 46# " G 4 6 ,fir 2 � tIt • 1 G X94 4• 4 X399 .1,7"3 I '�.. 041 - .. - - - I G694 .267 . !•f I L.,, t r ', 1 r i i $ s ,-� �j LEG E N 5 0 a l'-- 1 it "*,,,P - :!-...1 .' ,y/ 1 \"1"-- c.... f; *o ii (ESTIMATED, ! \ 14% G4 -; - NOTES. It II - ‘ -LIG z `� ,,,., , :.�' `' .....� I,CONTOUR INTERVAL 1.0 FOOT.. ft. ' (Except as mdscated) • 4...........At 4 _ 2t DATUM IS MEAN SEA LEVEL. j-k Li' ..'- oa? iv SCALE IN miLE5 e a , ti . .' _ NOTE: PREPARED FROM USG.S: i.iif SURVEY DATA REVISED DESIGN STANDARDS METROPOLITAN RADE COUNTY AppRovED C• -- a/I9/75 - AVERAGE MAY PUBLC WORKS 4/3/72 - u 41,1 ..._. GROUND WATER LEVEL DEPARTMENT 2 .4 ATTACHMENT D W U m c W a.1— „, S 2 -� G gill-5g m U o Q LL ��� W N W a es-8-§E• O_ O v e m M - N 1 i'.1-LII .o I tn- r W 4 ;c r0 0 W r .+ 10 • ~ tj t M�i8d • g Z O ce C V�C,om cc zo NI it) M CD W 0 Q �-it 111 a sa sa -g 4 rg < . . z W 14.s.ga 0 til �� W az-11 2 c? ..''' O CO O Z�� wts 2E4.tfif° 1 o zi. L�. u. �a N e �,0 ELL • as E CI-*C M '- 44 la RA g CO z s?......, 'fir 11111 8Es/ --. ._ ._ g - —Z. Uj et 8 X ... 9g ' . .co 40 • Um. rij- VI•11.1 IV frii 1„..S.., := . ' • a. y :.:-:::-,5--1—.1 ivEG:.•- 3 it 4 U,-;L R =--- -----V-4N-1 ,.ig,!,.a f e 7 el.2:-._____=-.-__. _- - . it II ii a �1 z E 1!L2,;...ig !lirev:- ,L,_-_,.....,A all_-a- - - - f e]1 F-2 1--V1,::.': II Ayc8E •• O- '- r°1`,4 1"4 c, ›, 0 4—) •,,, = i,...1 : ,•4 '41 © --4 cd mt: r°11,14 CIJ kr) 04 44 en C1111101 V CI ii:1 et a'4 0 NI •- o LU w E V Za� c •G� •� w W� �~ 0 0 !ry/!i JJJiJJ%%ifr�; •''',,,,,,,,,,:',..,;:::',,,,,,'.'•,,,,,,,”�!! Nl jJr!/.J �,,,,,-.7,;,,,,;,,,,,,,,•;.Ji: ,,% •;,%%i%/i,'; %i %i,,,,, ,J1J iJ/!l!%!/JJrl���Jr�, !%;% ;/JJ,i'/,%%iJ JJ•,,,,,,,,,,,;,...02,!!,/J ' ./........,,,,./.:-..,,,,,,,,,,/,,,,,,,,,,,: JJ J ,, !ii frl,;y!J ..',,,,,,,,,7:,;,...,,,2;;;::://,,i;;',),,,,,,',:,,,,,,,,, !•r f1/f:%J/4 r%;%ili,::%J%1i;;�!/'%.:J!:i/•i:%!! J%,,,J'JJ.?-J/!,,,,,:?/:%/Ji fiiJr �//rr�r%J/////rJ! / •-,''.'%x'. J Ji%i rr N 1ilr�rrJJJ J i'�%!%:iJJi i.i% Jlr:`,/,r,,A,JJ,rJ,':%*;,??,/,'.'I i�J%',!'!%%ii.'::%%i:%Jill%JrJ,'. :ri i';iiiJrl-:i!ii!:i%iil i% ✓ //J//%//r!/>✓rr✓!rrr J ,„,;;,,,,,,,-,70.,,,,,,, ,J i Nr r,%l f iiiJJr,JJ/��Jr'J�%rr/J/r!/, %i%l%/!,':%!J;!%%i,,JJ:iv.'%!J 2-,,,,,;,,,,,,,,:;•,,,22,,,/.22,,;;;;,-,;,:2,2,2;;;;;,,,, '1/1%1 JJ,''/J,•'''''i',!'%'::%,r':'J,'/JJ.r,r;iii:J•i•:r•%'r•i r✓/J%r:///%r�/ r i� JJi/!rr!rif lirrlJ ✓,/Ji,r�lJirl lfr J/i,J Ji J>rJJr/,ri/J/%l J/JJJ /rri�JrJ rlJf//JJi,%�iif/i%;/JIJi:%%!J'J/'JJ%-:%,,'%'j.,,,j'i i:;:',::%11.1' i2.,...2,;;;;;;;2;2.,,,,,:•,,(,,,,.",,,,,, ,,- 'i, /,,1 r/��.�Jf�1 r,�;.,..,;.k.,,,,,,,�rr, ,�/,r. r,,,„,„,„„•,,,,,;,*,,,:,J .. ,. , r../„.r, J/ ,l.�,.!,.rrr.�.1. ./,J /.r„ !r„ ,J. .,�,. !,i '.. �. ,,ii/,/. J;,,, i � � / '/ r r •/r r•! / '% % /••/i 'r � •/.r,v/i%i'. •%' /'%•'',i.,,/"•%/i'-i' ;%%-:�%Y'i%'�';'i //i, • / r//rrrJJJr�•�•/�l"r/rrr J r r;r J r JYr lf';'J J ri li ,rr%rr/J2.21!1 Jrr !JJ Jr;/JrJ, JJ,• r, JJJ J!.Jr.!r�J/,JrJ . rrJ! �'r!,.JJ, Ji.; %Ji,,; :,:J/,J,,r,,Ji-.,,,,,. ,Jr-.Jir, lJ.'1.,,.,1'r,i r,r '7' !��.,;�.�,�,�, �,�, ,l,rJi/,�.,1r..,1.�i,..�,/ ,�..r. .�, :�,..r.. .r.., r.>✓1.r r.r. .J.1�.J,r../�,,J./.. r.. . . r,. .,..,.• .r...J.. r' % •!✓✓rJ/�/ !%J rJ'J /J r /J 1///�// J1 JJ,i:rJ lJ Jlii�%i%i%%r/i;%i/i/lr /i:1//%:�'%J 1:., rlrJ JJ.;''W:;K*"?'• !U%%: J•�';•.e,!i J i i,- %,;!l'!,•!J!;%r/J,J.,,, //i'''%J•,'J,%J:./.;,i;,;,•:J,J:J J !•!-i, 1. 1. ,1./.111,.// �,/1 >1./J!� ,//... .1.,. .1,. .I...�1.. ,.J../. .1,../,./, ,,,,,,,,,,,;,,..,,,,,,,,;-.-,,,,,,,,,,,,,,,,/,---,, ./... .>;-.. 1 . ./, ! ,i � i! !..J,..,J�:. ;'i-:r//,r:'i..l,..ii>r % ! ''�r /%% •J / !r / , //. :1 •, ! rJ ,'•v/• 1 r �J'r% /Jr ,/, ./ , ii!%'//'''/%� ,'%':'%J%''%% J,•J •/ i!/ �i%1%11 f �1/J�✓/11,21. !JJ>�J�!! 121/1�11i 1 r, l J Ji,Jlir !r, /• J/•JJJ.,,/ , Ji•/•1i•//1J•/•.l,JJJ,2111!Jrr J�1f 1i✓'J J/./•,r,i•/i ,J./.,,./„Ji/'1/J! ,r,J;' .r,r.....J,:-:!.1,.,,r,,,1,%�%/,:/i.•JJ.;• „J„!!,•;J/./�rr 1. /./, /. 1 ,1/, /l,1. /1�1.J1,.I/,!,./1.,/.,,1, ✓„1„,,.. .l„.� .11,,,.,1.,1 1.,,., J.,1„,,,,,,1.1.,,J J. 1.. „ , /0,;-,,/•,-7 / 'f ,/..' /, , ,,,,, :4e,,,,.,,J,.,,.,, ,.,,'•JJJ.,'., ,, /. /',; ,,, .,,,, J, ,,.,,:. ?„,..,.,0,5,4,,,,,,...:,/,:::.‘..,4,,,,,,/,,,,,,,,/,/,,,,,,:m• r r , J/ '/ '/ J /,•!r ! '•!/.//•1 ,//•J r.//• ,, i•:r J r•Jr ! 1"/'%'. ;�i•: ,%• • ,%.:''i,J; ',: / /r///,/,1111,1/// //%r✓!J//��////��!/, ///Ji.J!/„!i•J J„,1/JJJIi//i:J%!i,.,,J./,!Ji„Ji, J/.r.J',/J/,.li/i,/i r,J JJ%J///JJ.,,J JI JlJ.%i-;r J,r J.%;i%i%iil'%iJ;JJrj:;'i;;ij:::,:ij%:jj„r ':•J/%'!J /;,',, /J;/;,,,. ,'%'!/ J Jf/,1/, .1. ,1, 1/, //, J�,/, ,1,1, J,', /,1.1.11, ./,.1,./„ ./, ,/,.,! .J, .J.,/. /,J/„.,. . l„ .r.i /,. ! !, ; „r Jr., / .r,/,, , • //y,, , � „,;1 ,/..11. ,,/,,,./;,•• J,,,,•,,,/.,1••112.i/ ,,, J',. /•,,,J ! /,., :'r/l::l;;;l .//, :,';'• , >'// 222,2,11.rJ r/1�J/11�r. J/!/�r/J!,✓✓r/J,%/,!JJi,/,JJi,1!i!r/i/./i,1!/,• !iJ Ji!!.!„ Ji: /i,f JJ Ji% J JJ• J/i.i/.J�•J�. rJ r!•J,J r—.../,,,,,,,,,,,,,,,,,,,, .:�%%r, ,,/i,J,J/.r,ri%�ii%i/!,'J,J.,.r„ •!::•::!,.,,',J,,,' •rJ./,J.,,,,li,IJiJ �, 1 J//./1./,,�/r'/,,r'rJ',/,�,•/%J/;,.,/�,',,�,/!�••l ,•J,�:1,,,/,,, ,�./.; .,//..!.,:/,,;,.1..;�,,,,/,J.!,,1,',,r r.!. ..•, .,,1, ,rJ,./,,./ !, !., .r..,/, !., .!../. .� f ! / J!!J/J J rrJ!rrJ;✓'%/!Ji %r �J,i&''!J,:�Jr,�i%...?JJ,..1111%(*',.//J%i%%i/J; ;;;;.%; :iii%;..,:•.;,. ,.,%J/:/JIt..'/ri'/,J!Jri%r.•'/,:%i%!,'//'J, --',!J',:Jr,' i',;/ 'Jr,v/J•J• r!:Jir „.,, / f��;/,/,grr✓j/r1�r�; /�J%�',.,,,,rr�.�,1r,,.J,.,�1./. .,,,/,..r,./r../,.rr.,,/.r•,J„.r.,,/,...rJ,,,,,,,,,,,, , ,i /, 1.1..J., .., f �i,i!,ri, i. i/:�,i;•�.r,.,,.,l,J.!,,Jr,, ,i�;% ;•.i:./,J�Jr!J� / % / / / / ! •J '•%/' / ! / •i'/.! l '•%% i it• / J/ / /! J! %�%:•iii":ii'%�'•%' %i%•% ,....,,,,,,..,-,,...-,,,,.,...,,,,,,,.....„,„„.....„,,,,,•• i' ,/r // /. YJJ f'';- // r, rJ///r//!i%rJ/r J//>;-4 :/,,, !/,'J!i,/ri,.Jr///i!,!,• Jrr Ji/rJi, .J,J!i,�J/i,.rJi.••i ,,f,J/JJ,!/1! . •JJ//,,,"J/.'; 1%'!,!,,,./,,/,J<*4.,,,Jl,•././,J!!i:; %ii'i!i"•:•i%';:1.%it:ii'/! v/ /,// /, .� ., .1, J/1/. �.,! f //1// ,./,../1,,.1.,,1, ./.,/ ,�,,J,. ,1..,...,/. /.1, .„ /„ 1,,. /... ,/1,J /..J,. /,;, /,,./,,,,/,.,i .!/1.:/.•,!i,/':/;�/!, ✓� � ,�•/r •J rJ/,,/• r•'J,r ',./ •I/.,/• / %% •% /r•' / ,•'� %i ;�i':�'i i': pii /' / / r/✓'.•/!J:rJf�!f >, f r/!2222///rJ '4•!/,,•: ./Ji,r/,'%/r%%//,, ,/,/.!;%JJ,•r.,%.J,J J/!,/!i,,Ji, !./r.!.1,•111,J✓lr,Ji%J./rrli✓'.r/1 r/,%Jr%%i. r,r,J/,J::%%,J,!i''J/';'%%:;'%i.:.!;;:; :!,:•;'iii ii::i,!i is%%'•'J; %•i J.'%i•,','l r./� 1, /. /1,,,: �„/1,,1/, J!.,,1.. •1,.1.,,,.,/,. //-,,, r. / 1, ,J, ,/„.f//. ,i„ /., ,i!, /,.!'..i.�/,i.r.,' /..,1./.�i // ,�✓��,✓�'�„ ,I, / „✓�, „,,l/J I�,. !l,'1:,, ,,,,.,,! „ 'J,% „.✓'//.' J, ! ':/:✓✓r ,/•:l/'1: ,./',,,, /,,,J✓I'.'r ,Jl.'l.'., ,'/•. r/' /r/j///!/rI:%r�J!//rr✓/�'i!�J✓/�r1 rr/�/,/iiJ�/!/,'%!r:/r✓;rJJ:l1/i,/l/,•/!,•Jf;r./1,!r!Ji,Jr/ , Ji 1!,11',::J//111.1 Jr//l!''✓'�,✓,/,•:/,/•:///,',:J;/', 'i'!' ,'//:1�% / ,/�::iii''i%:i%:%'%„ /r.•, , ✓�f,/.,J�,/. /,,,��J; ��, ,// /1, ,/,l,.1.,1, ', !,,,./..Ji..,.1. J:�„1. .J1. /,,J '. .,./.. !!,,i,!,/.'.�.,,'1./. /,,,.y.Ji,,,!:./� :�./:%/i;// ///-,z/.., ,m, /r'/J/J%r1./�Jirr,Jr�!/ri%�J,i P:21,2%),%)&/-2;'''''''''' �J.� r J!i rJ%/JJ/i�J%i:i%�:iirJ%!/!irJJ✓i J J/r✓i J Ji:/��/i;J!/�r%i'//',;':-.1"..%. ,, J, ,.,,',::'1,iii%'iii%r:�;iii:;��i�'ii'' •%•'•i' ,%'�%ice J /%,lv. , /;!,.�•J:�'r:��.,�r,,1,��f//.,,r/1;/�;!,,�,;J ;J.,,/,,.,1.;, rr r r�:/.r J: /,J 1 •:.-,,,,./...,,,,....,...•.••.,:;, ,,.,, .,. ,,,.;, J j�/ i/Jriii%r� ,,rri/i ��•''' / J' , 1 �r/rJr�Jr//rrJ!./✓�!J-�1�1JJ1/J/1./l%/,%J%l1:i,%!!%/J/!rJJ/i>'J1/J!1/Ji%Jr/.•f r J✓iiJ .,li!!ri i'�' /%/ rJJ:/i,//%'lr'%/1/J/j.'i J>i%JrJr/•/i;J/.ri•%!ri;///i; r//J�J,� ... .•......• !/�%%�./.1// .. .. ,,. � ..:/ ':: f.1i,,//i.• ,r,,,. :�. •�. �../., i�.,.• ... ... rm yy/y r„,,, ,1/:'J';:%'.: /J:'J,, /r.:-:ii!%J%Jf J/iirJ i/J!%/rJ%J%:%%:i/''�Ji�f/J%J�'i!%J% l%!iii%i,'.'Jr.';' ,,7J!•7•:r:/:,/,,-,,,,,-,,,,,:,,,,n,7JJ:'/', ,,,,,,,,,,,,,,,,,,,,,, tsrilO�Y�vkflif/� ,/..,,,,.,,, .,.'••/;:::!'.•::l/,•:,i�/�1.1:/',•�,1/,'/;:!•.•:,,,,/J1.... :•r} :i:S:r;:;:�:. '''''://4:';;;;:;;;/":',;::W:';'1 /////f/✓r�//�.'f 1✓✓//✓/r !J• •J/'/!%JIJ,J lliJJ/J;%/ /!•J J!,// rJ JIr/:::::.i r%i/'/r✓/J'J•/ '!' J,1/,J!,r,,r, r, , . ��,Jl�, 1./1,.1 ,1,,rrrr. !', �Jr /.',%J. , ...... Lu ,,J� , ✓� r ,1/ ,�' J,l''J.' ,/:'J '/i/:''%'i':/%l , ,.,, „�,./J1.1 .... JJ .............. • ::::.•.•:r::�:::::�Jrr:': !/.'r/,i1 ,, ,, , ,'.,,,,.,, ,J'' /' .! .J'',;J, ,,J''' �'J.rJ ....:J.'.'::':•:r::•:':':•:•r:':.':.•:::•:•r:':.':•.•:•.r'.':r:•.•.':..•.':•:•:•.':':':•:':•::':•:••• -'lifjfl 9.f.s ..Ji fi�,JJ',/,/ J1rJ1iJ1JiJ/J�.J rrr J/J/i/riJrrJl�1JrJ,f11 ''r r:.�J, i !� , :::: •/-/X111! ////J//�J,/Ji'.!J'J%i/''//%J/.�••,,:,//-r..//J/ „,J'r.r/rr/JJi•.%.///,//,.,i.,!./1f i/J!r//!//, r!1!/!/,„,./.,l/r/J/,,,/,!/,,,,/..:/,J/JJ/i%%.r,,,r%,5!r,,J!+%i,J/',,'.Jr/✓!ceJ/ir1i'i/,J//,!1.//,,,'r1-',•/�JrJ,�'f/1/✓�!/,,J1J;J:•.:r%%,r,;i,,!%i.. J/J/r,.,!,/,;.r•,.//,1!///i,/�,r.,,J/11J/,'J,, ,r/i,,,:.,!,rrr�!i,',,,,:..:J,r';J✓,i;,!J./r/1JJ:,J,,�J.,;!!J/',.1•-,1 i' ',J'r'J!r/!r„/✓'ff./J,1,•1,Jr.J1//r,iri! //�J�,i/„J,,r/Jr,rii•,r/„.iJ•,,.✓!/ri;.,.•',i/...J/Jr/J:,"!/!.,!%,,J-�...!%/%%/%'Jri.J%:•,:...d.%r/rmv,'./i!J ✓rn,"n:,r!0 i/JJ,J/!i,•,,1J!,v,,�;/JJJ,,•,J,,!//%%/,11,,r,/J.1.'/i,,!,,. YJ%li:Ji :•l!/,r/..1,.!r/J,,„://..% ,!,,:•'✓/J/r!rf• ✓11: T31N ' , .%%%% „ : 1• • • ',':.;•;',.',1-:',":',,2:::',:: :•.:;;;;,';:;:;.;,:i i,,/f % /,,,,,,..„,:,.•.,;,,,,. //�r.!, i rJ%'',r ., •;•„.„2.,,,,,,-.„*.,,,,,,.....,(. 'i% /.,,,/,_ ii ,% mo !,.!,,�i',;i.',.;0 !JJ , • JJ i% ,J,:J '.Ji :1'/J,,/,/, r, /%,J,'r',-,J '%!i J,!%,! „-:J-:-:,' ; / JO 1 i.1>'iJ,l.i,;/,:•. lJJ''/ // /.. , !�.✓,Jrir r ./,, !, .%'f%� .r,,J,i%,i/,% J,,,: -J, i%,:i�,'i”: ,• ii:'i%%i-:!ii :i%i%!/-,•••• •••w".'',.;,.:;.%:/..•:;.-:•':',?,:.,.'::,.;?.. rJr• .,1lr:J •,1/J ;,,J,•.•/,r. /,.;rJ:• •J",„J• r ,r •.J/,:!•ri,1 1,, % %, ..J,;/�.,/,r iJ�”%::'�ii"i`•.! ::•• i% /iiJ%ii%i ./%N1 ,Jrr/, r ,/i/rJi>r,:/v1/r7 , / . ! / !%s:!,i'2JJJ !• ,f ,1frrf • i % .•%% //' J,%%-;%.:•/i/ ,, '. i, .=/ ,!:JJ;ii///JJ//r '/r/✓,1/,.,. ../ , /!r;J/, /., /Jr, ,, %� /% iri/it % / / .!/J%.,,,,;,....,',/,,,,,,,,,,,,,,,:,,,,,,,,,,,,,,,..,,, ,r,�,,.%% /•i%;ir,% ii/ : ...::/J :: /.,!.. ' • .J 'v/i„r'.!� rr/„/ii,/1„i/,/J,,r./ i!./i.,/,, J/,/JJlJ,•%!i, r, i,JJ,.•/%//,v1/ l-,/,iJ.i,: ,//,iJ.:!!'%; J,'%i; t,. J-', , .J.J,/• /,.,/>;, ,:;'r�%/.,r�,.;•,i'J1'•%i: ,i%���/ ,,l .•r.:/•r,;,•!%.%J,•.,-i. JJ•%!%1•:i.'i% •i• i"//rrr//.� "f: /' '''‘-- / , fr //: lrJrJ / ' /, J .r/.J/,:!' Ji.!..,/,:•;;rJ/J,/,J• r;,,/.,•J, Ji/,•i.i'J;J.r,J%r/�li'J/i,.J.J,,,.:r :iJ�! 1/,�i�,. ;% ,%/1%i/rJ. .• :r:..'':%'%,�:iW ,i.:'•':iiii1,;iJ,:r;J;;,:,;J ;,.!% i, ,r„,.f�//�/� rJ �0, / , , .r JJt,l'i ./%;/'J1!// J,rv .•,J /.,:.J.J,,,.'.,, %/!•:rr! •,! ' .•:,•rJ•i%Ji /i,r,i,J:'-,.. ..,,-;;..:.::,..4g �/J� ''''.."''''r•'•:,':'";/';,�. /:,%i�.%i'//-J%/.J'/, , % 'i%/,ilJJ', -i',,<';',:;;;;;;;;,,,,,,„;;...,,,, ,!r-,,i,r:%.:::J,%.1//„'.•:% iJY/.,/i// /11i/ �/. r,7,/ /�/ J/Jr 1///! '"'''''''''''''''''',."';'''';%;: ?'):::' JJ'JiJJJJ/ /,J/,.JJ/ /,/,/ /J.;• .,/'.%,. ,:,Ji',•J.J.i/', ir ,i!, .%r,% 1• %/.•%r, JJ. .! rJ/! :::::::,::;;;.: ',.,;:,::4 JJ/•1J//%%.::; / ,/„. ;,,ii .r,/./ .,.,,, % , %ii-iii'; i/. !%i,-:! ',,•�%:•�•/:../i,-.%r,%!'/!,',%/./1,,J,,1.1,J,/,i• /Jr:',"•:-.",,';,<',"%%,,'",''?";;: li,,JiJ"i.,//r%!i,.1. ,,l ,.iJJi:., -/ /, r✓JlJr/�! J�,//Jlli,,„/J.' ,r.%,' /,.<<„,/' '%/!.1J. /; i ,,,,„„,,,„,,,,,,,,,,,,,,,:,,,,,,<,.:.:;.:::>,i,;.2„,„;.,,,,,„:, %%iii J,i/r%,:Jii!:;./,f•r!r,:l :J/%r.v111/,/, J�/11✓/r� 11,• .4'10-:,;;,,,,..0,,,: r r/i/•ir� ,,/✓J/,/ ,J/i'i'%i2r2 .,J,rr,r.,/J:/.%: .!.%r.�• ,Ji��:%Ji,r/iJJ.r,Jl;"'Ji., .J,.r,,Jr.J!/1/ ,, /.J ,/.rii�J'/,,,l,,:l .;':ii:r /':.'J�/i,,"i.i/,'%J% .''%;.i, ,/..%%./•J.i•�r!/�•i •i•%J!�.1r-!J , ,:f„.. ,..,.:,,,,,,.1 � /, ��,' r i/J'% ,',,/,,',%% ;! / ,J,, , /, •% J/:•.:JJ/.' i/'/r.•JJr .J/ l,.• /,Jl/, J'%,/.i%1,/..• r✓ /, ;� ',%.,,! % „ ' ,.':.'% i%%%ii%%,ii,i;iilr,'::;:,;„,ii•:• J'•'l../J•li%:i,%ir;/,r',,,%� /;iiJ/,✓/r/✓r/i /:.rr,, /✓/r/. / /, 'r„, /Jir!'/ J1,J/.,,,,,,,,,::::;•;,,,,,,4„,,,,,..1,,,,/ li,// %%;::, ..:..,;,,,,,, ,,,,,%t,-.;./.,:,:-..:'..:•''' ��.%' -. %iJ,/ ':J •J ✓/ .J 1%,i, J• ii./;•.%,!.'.•,.,':i%i• ,,.%.%%.%i:/%i'.••,r:,,JJ'J,i / . 'J ::; ':ir:%..-J,;i:::•':'/%J, /•%r,1.r/-.7:0.,-,?,,14...%.,;;;;:'-';::i r�./r //r J�'✓l✓:•,:,,,-7,;;;;:-.0(;;(;;;,;;,;;;.4 > / %J// f/J///,r;,,,/„rJ//„.iJ„/• ,i,'J/i,.,,,,•%'-;',-,;..,-;;;,?:::,,,,,•:,,w,,,,;(,,:',, J,/// :.-":,,,,;,"%;;;•.::::%;;;;:,:e;', r,,,r!/i,,./ ,,/r•lr1Ji%i%/i•J/i, :!i.%/Ji/rJ!.:Ji,,, 11JJJ;;,J.,•ir1/, �J�/t!!r:r/1iri!'!! l;r!i%%%!i!i:�'r:!,,:r,• %iii:i;%%, ,%:%rr>''i.',%,i %JJr,:'i:-'';i11:�%%/1'•,i %,i i•%;'iv,•'iii.•%J,/J//r•J!J,r/ r//J/,r:"•••••."<%<•%'..1/4-''''''""•:-.-,;„..,„:;;',,% i,///, , .,/./,',%./.„,//i, /.J1/,.Ji1//,./.,, ,ii.,%,,/�i/,'% ,.iJii.,/ ..,,�,,/2J ,.rr„J.r,r,,;7,J, %,„iJ%'r•.i/;.1rl;:JJ/I/%.3.,%;:';',:;"/,'::%:".;';:".;"-4,,,,;', ';',7 ,,;;,.JJf/r, '�.;,r,/'i!,'!rJi i 'i/i''•i.,%r% %,'1.i/ % , J1l,i:•;,'„:i "'i :.%„• ir .r!J /., '.J'/J,./'/.'...,;,:,,,,,,,,,,,,,,..,,,..///5:,: !.•J%i',r.f,rr,/rf2 /i, :ir/%i,J,, ,/, i///JJ/,/1/'l/ % ,.!.J!1,�Jf/ 1//,,/J�/J;!r:/J• Ji/J/„%;;:;•i%r,%.%J;%J✓JiY/,J.JJr,•rJ JJ ,!;%%r//J///J,/i/'/%i/./.ii:ii:!iiiii'iJi:J i,;. ,,./ - ,.//, 'i .J,JJ%i•''iJ:• .//l%%- ..,/�rr/ 2:4'•//.0.. .-%'.7,:;',/,::%;','::,,,,,/1,/,• '1.!%!%11 '%i, -JJJ,/i1r1,,�,J JJ/:i-;/--,"/::',,,,,,/;-'";.• :.',J/ :�'•r.%%,!,'r%i,J!r'% ..,,,..,,,,,:///://:"7,2,7,7,%,%;.,,,,,, ,;;.; r ri';ii!ii•J1/f./,J�,, %r,, i!, ,•.;1;.',":7"/,'"-;:::',";,;-:"-'%,,,,;,-,..":::;:: , lo/J%%,,ii;!.ii;iJ'i/%r;i,.;i!%-,!i i'.%1 ,,. '„,-"-,?,,72/:,'::i,%!/,!!;,!%r';''%Ji%i:•ii-i".iii::%.l!iJ,//�iJJJ/',,,,",0'..-%%,,,,,'::"'-,:' ,//' J/,%,, /,,r1/J,r✓ /.!/,,%'/. >'i,, ,/./ii.,,//:i', ,%,,,,,J,,J.„,, ,r./.,/,./,r•./.J/„: 2,/1111JJifJ,ririi•/%%•J'/.-;'.% r:::;,,,),,,,,,/,,,,,,,,,w,,,,, %/ ,iif,rr/� 1„,, J•%%,;.%1-,-,),,,,,,,/ ii;i%,J;: 'iJi/i ,/:!:%%% .,ii•'J%/,: ,:!' •i :%%i//,r/.>,//,,/:/1/1!1//:,%J// ;/Ji'.;, /J,,r ✓r, „r!1J,/.,//rrJ!2.1,.,1/J!/',/,i i%%,%ii;,J///.�./r'%:•vlr,r,f',/rJJ,,.•,% rJ./'1/,• %r/%,J,,!r,.J r.":• ;::',/;;',,%:;/'-':'''''..:;;;'.:;;.,,,;::,., ,fs,JJi'//r,/i,r. ,r�i!JJ,///, ,. ..,,,,5?:::,::,,,,,,,,,,,,,,',;;;;;;;;;;,./.;?;;,, ;r,,,i'%,!/'i,%/ ,ii%JJ%J•%i%”%!i,J%//i;:%,% ••i' iii%•li%!i'%'i/•iJ.i/!:i/i ,•i%/,• '•r/:i!',i_%il%/1i/!JrJl!.r/ '!,v/2,r.J„l.•1.,.:-:',.: ":;0';';.:;';'''4':';,;,,,,,,;"'"'"'";„'-).');;,, ,::r/% ////li/1l/1i/i,J%i''i/,i/%IJJ/.vJ/ii%JJr•//„/,, , J% /%J";,/;;;;;,',;,,,,-4 1rJr,S/X JJr'JrJii'%%/,,!,r%i.J,,.,r/!•/iJ-:";,;;;;-;:,/..;.2.://,,,,, ,!,J r,!J,„/.2!rr/ »-;;;„....-„,,,,,,,,,,,,/,,?-;;;, ,ir'ir,,,,,o,,,,,,,,,,,,,,,..,,,,,,,,„;;,,,,,,,,,,,,,:,,,/..; ir�r,: /J%Jlli''/;Jii:;i1YJ'ii%ii'i.•;ri/.%%"'i:JJi/'/, ,,' 2,,,,,;,-,;-:.,,,i,-,;:.;•,,,,z„;:-:-;;;;;,„.;;;;,,,,4', '%%'%:i/%%:':,:•;,''• • ,J,/..JJJrJ11I/,//'J/,,"//,,,;:%",,,,•",/.,'5';',,,:?::l// /,,/i,/, ,//,1,J11J 1//,i JJJ,%/..„,, ,,,,,,,,,,,,r4,,,,,,,,,, r,r .✓i,> // rJ/,,!J!'.'i;.,7,7,,,,,,,;";,,,,,,,,,,72;', !i".r'r /ii rr J2,-/-:;,,,..,,,',.;;;;;:;;;,;:,;,::,,,,,;,,;%,*? :�'/ !,i%/J i,„•1,,J,,/,/f,,/•i.,r,rrri:,r//�J r�r✓/1J,>r/Jr//,!//%i%�i,:i,.it'i'•%:•,:Ji%:/,,/.iJ..J1,/,.1,J,,.'iii/ Ji:'i/JJii.;;;,,,,,,,,,,,,,,,,,,,,,,„,,,,,„„.• !Ji,':JiJ,JJiiI%%!,!%ir//Jr/J,,r/�/.rJJ1r r.:X,'",22;',2/';''''''''''''' fJ�.J/,i r%,/'/i,1ii,'J r/ % ',!%;,/,',./7J: ✓'J''',',',7%1";',;;',/,..,-"';-----,:%.,,,,"/:;;;;;,,,,,;:', !1rJ /;,,r.r�rJJ/i,•1 r: /,{rrr.✓!//r1/ i� ''J,, ri/'%//J,iJ,.i,i%/i;'./iiJ%iiii. i,/.J1/%J,-%%ljJ/,,, JIJ, Jr.‘,;:',.:,%:,%;;;,..,42,:;---../J1J%1/:/i, %/,/%J/rri//•r„'rJ�/J-/ ,rrJJ✓rrJJ1r, r';'''.,',.%,./.2%,";.V;' ,<;;%:-/.>2.r✓✓>,/1,//.J/,,,,, ,2J�,rJrrJ„Ji+Jrr''',,•.:/i ,J„ i'%/irJr ,?/, .-,:g'•,•;.,,,,,,,,,,,,-..,;;.;,;Ng,„ ; r f•'/r„1''i%,/,'ii%J/ lJ r iJr,%/./� /i✓� .'•' 'J/ JJ/ , /,.J/„ir//f/iJ ,'ifJ i! /•/,,,,,,,,,,,,,,,,,,,/,,,,,,,.,,,,,,,,,, JJJJ.//r,/ , i;,:,rl.,/Jr�r /�!' r. ;r, .iJ,J �,/ .J.fr,, //1„ ✓�/f��1r/,.l:/ .✓/ri,',/,/:-,,,,,,,,0:-.,•,, ,r//r'1J,/J1,r/,J,•1J,1JJ,//J%J/!,/ //r1%%/i%2iJ/%%JJ..>',r /fJ///!/�J 1/%./1J,:/!rJi��i.Jr//,� /1,��r,•rr///./r/,, //,//',- //� /J,�fr/�,. J/,/�ri//i.-r,f/.,:J.1,.r;2 %,,///,rrr,,!i,!J J,1,//r%Jr, /1!!!„/J/",'!JJJ,•J�i:,l/:/J�',,.% %f�/�,J/1•�JJ�i%/.,�, /.r%/�r�//J�,✓ ��,. rJ ./r / I.Jl,,,..1:�r.,:,,,1Ji/%Jr;lrJ ✓r.Jr!',?,. /.. �,•. :rr/���•Irf,1/J���J� i�lJJi•;'�:•,i *:',% ''''....%:,"-,'"-: ',/,;;' ,,,F -;;:; �i;•iri.i:''J//: ,rJ,rJ%�/ -�„/Vi''I' /J0J� �f�:JiJ�%/��i%l%//i,:r//iiJ„r%/✓,/%'/r.v/z,.Jf/lr/vrr .riJ/1/r/ f��fz✓i'/i/ ATTACHMENT E I & g 1 g 1 1 1 1 . w. 3 Y ..E I Li 4, i i g i !Ill.,__ _,._ 3,:- '•:::i,) 11 Int or „ iii__.._ ) _. .. ,.r.:.,,,„„„=_. . ... . Ii _ 9$----- i 7 '. ( ' . : ' ' .• si\o/gr Nm..... s PI , / i ):1'::'','IMIElliamr".1,. .:.1 : - 1 1 i il 07'0: -:.E l' :. ./ - , ,,, , ,.; ,'.. . .:.,., ..,• •:.:/: ii‘;:.; l'-'-'-----I.'..."T '_ 1 . ''a i ' 11. ----- ...s.____________---- _________,------ 1 -'' 'I \\ • ', ,1-1 i i 6.%6-1 1 I • 1,..'" ' ' r• • ci'1 \\.%,, \ ; 0:1 r_ i 1 Z 1.1 ' • ' '''? . 1 0 13 , 1; zi. 9, , p - I 5 5 . , 1 \ ;. I i 1 1 / ' , __2 _-__ ' I H------- _____ - 1 .1 \____ 3 \T - s e ' 4.,,,...........................,_ % , i7 7 _ — '1, ils'igg _ , : .11• i c-c1,,i — g7-1 ,' --, .H. :' IPA.-_•• - - - U 1 . Ith .,.. 0.:''':.'' ---......11110r:' ••:' . . - ':,'',1:, , - i - , a) I i--_______ (43 ii um ,_., AP7, ' -_-:.,.-...-,,,,.. 7:.AIIIIiliPP' molowe= : t----- - --'------7,-s, --- -- H::: ‘,1•;,,:, .:H. IMIIIMMIMINISIS:•.---,--- - , , —1, , ,::•'. 45 00.i. ::1,,, i ______ ____ .• •i:11PP: . IL / . , ..,v., i _ ...1 G. :,‘•1 . .• , . . .,.A:' 1.= v ' • • ‘.1:' i _... 1 ::.t.'s:. . ,. „G.,,-„ _______ I> ,.T.,g • 1 . ., •' 1,:: , W -- W` i CI _ I I i',-- ;EL!, ',. . , .• ,/ i• •'• , 1 .,- - ., . 0.7. j cov ck• •‘i,.;:,, . :, ,:: 1 1 ALL. ' _ __,.. ,,, • • 11.,-.1.1.1*i::.....--41k._- . r5; :i _______. stm.---T—ROMiwg Mai ,iWss', (''',1: l- - ______ _ \--Li) 3N17 WY iSLY3 • _____-t • -_,--- -11&. 1 it- I 1 I sr. s* It \ • •• 1 1 -3N17 AO * 11/1SIX3 I 1 1 4-1e)-z 1 0 i ...L.:: Lw)g LU§0: Cnyis -... . 3 . ....a & GI ATTACHMENT F Altos del Mar Park- Basin 1 Rim Elev 4.5 W: 5 H2H2: 0.95 Dul� Du: -0.05 �, i Oct.Bev. 3.55 Ds: 14.05 A - Ds (Test.)K`- 4.04E-04 Bottom Elev -10.5 Ex1/L.F.= 0.0127 W Water Quality Calculations: I. Drainage Area Breakdown: Roof Areas = 0.000 Ac. Impervious Areas = 0.210 Ac. Pervious Areas = 0.950 Ac. Lake Area= 0 Ac. Total Drainage Area= 1.16 III.Required Pretreatment Computations(Required Quality Detention Volume): 1) First inch of runoff= 1.16 x 1" = 1.16 Ac.-in. = 0.097 Ac-ft 2) 2.5 x%Impervious= Site Area for Water Quality= 1.16 Ac. Impervious Area(for water quality)= 0.21 Ac. %of Impervious= 18.1% 2.5 x%Impervious= 0.45 In. Required Treatment Vol.= 0.53 Ac.-in. 0.04 Ac-ft 0.04 < 0.10 Required Volume for Quality Detention: 0.10 Ac.-ft. 1.16 Ac.-in. Req'd min.L.F.French Drain: L= Quality Volume(Ac-in) _ K(H2W+2H2Du-DuA2+2H2Ds)+(0.00014)WDu L(required)= 92 FT. L(provided)= 300 FT. Altos del Mar Park BASIN 1 TYPICAL EXRLTRATION TRENCH MINIMUM GRATE ELEVATION 4.50 FT NAVD I ' 7'W,g*,,n1.4:040,i eirSq'.4:4iV01,21:*;' "WILL 12.00 IN likt-1,1211:taitailili-Valgifitl H2: I 0.95 D:-0.Q5 PIPE DIAMETER Fr Fr 1 V FT DES.WATER TABLE PIPE MUT-O. . 3.55 Ds: FT NAVD FT NAVD 14.05 INTER TRENCH INFORMATION: Fr hi.G.E.: 4.50 FT PIPE wawa 2 :FT W: 5.0 FT SACKFILL: 12 ,IN DES.WATER TAKE: 3.55 FT BOTTOM ELEVATION -10.5 FT 74 W: I H2: 015 FT NAVD 5.0 Du: -0.05 ,FT FT D.: 14.05 FT Area 1.16 Acres ' 1 Pervious 0.95,Acres Impervious 0.21 i Acres Hydraulic Conductivity(k) 4.04E-04 cfs/If Exfiltration Rate 0.0107451es/if Storage 0.00 cf/If , ........_. . Weighted Coefficient of Runoff 0.376724138j Storm Design Frequency 51Years lime of Concentration 10'Minutes Time to Generate 1"of Runoff 51,Minutes French Drain Required 280 Feet French Drain Provided 300 Feet Factor of Safety STORM INTENSITY VOLUME(CF x 1000) Tim Int. Cumulative Runoff CumulaIlv•lbditrallon Overflow (inks) Inch/hr +Storage 0 0.000 0.000 0.000 0.000 5 6.801 0.892 0.903 -0.011 10 6.169 1.617 1.805 -0.188 15 5.644 2.220 2.708 -0.488 20 5.202 2.728 3.610 -0.883 25 4.824 3.162 4.513 -1.351 30 4.497 3.537 5.416 -1.879 40 3.960 4.153 7.221 -3.068 50 3.538 4.638 9.026 -4.388 60 3.197 5.030 10.831 -5.802 90 2.480 5.853 16.247 -10.394 120 2.026 6.374 21.663 -15.288 150 1.712 6.735 27.078 -20.344 180 1.483 6.998 32.494 -25.496 ------ MASS DIAGRAM FOR UNEAL FEET OF FRENCH DRAIN I , ' 35.000 30.000 f I ,8 I 25.000 I . U I I, 20.000 ! ' I : • __ -, 15.000- ti _ 1 . ......Cumulative Runoff 10.000----F i I , ....Cumuletive Exellration +Storage 1 5.000- : 0.000 --- 1-- 1 0 5 10 15 20 25 30 40 50 60 90 120 150 180 time(min) 1 Altos del Mar Park- Basin 2 Rim Elev 5.9 W: 5 H2 I H2: 2.35 Du Du: 1.35 i Oct.Bev. 3.55 Ds: 12.65 A Ds (Test.)K'= 4.04E-04 Bottom Elev -9.1 Exf/L.F.= 0.0306 w Water Quality Calculations: I. Drainage Area Breakdown: Roof Areas = 0.000 Ac. Impervious Areas = 0.320 Ac. Perilous Areas = 1.200 Ac. Lake Area= 0 Ac. Total Drainage Area= 1.52 Ill.Required Pretreatment Computations(Required Quality Detention Volume): 1) First inch of runoff= 1.52 x 1" = 1.52 Ac.-in. = 0.127 Ac-ft 2) 2.5 x%Impervious= Site Area for Water Quality= 1.52 Ac. Impervious Area(for water quality)= 0.32 Ac. %of Impervious= 21.1% 2.5 x%Impervious= 0.53 In. Required Treatment Vol.= 0.80 Ac.-in. 0.07 Ac-ft 0.07 < 0.13 Required Volume for Quality Detention: 0.13 Ac.-ft. 1.52 Ac.-in. Req'd min.L.F.French Drain: L= Quality Volume(Ac-in) K(H2W+2H2Du-DuA2+2H2Ds)+(0.00014)WDu L(required)= 48 FT. L(provided)= 400 FT. Altos del Mar Park BASIN 2 TYPICAL EXFILTRATION TRENCH MINIMUM GRATE ELEVATION 5.90 FT NAVD 'AMU: 1200. IN taigglitigagiViS4gatragagiglial, Z35 Du:1.35 PIPE DIAMETER Fr Fr 2 I v Fr -.-_- DES.WATER TABLE PIPE INVERT 0.90 3.55 Ds: FT NAVD FT NAVD 12.65 INTER'MINCH INFORMATION FT ?LG.!: 5.90 FT PIPE DIAMETB 2 FT W: 5.0 ;FT BACKFILL: 12 IN . DES.WATER TABLE: 3.55 FT BOTTOM ELEVATION -91 Fr W: I Hs: 2.35 FT NAVD 5.0 D.: 1.35 ;FT FT Ds: 12.6.5 FT Area 1.52 Acres Pervious 1.20 Acres Impervious 032 Acres • Hydraulic Conductivity(k) 4.04E-04 cfs/If , Exfiltration Rate 0M5847 i cfs/If Storage 0.00,cf/If Weighted Coefficient of Runoff 0.397368421 Storm Design Frequency 51Years Time of Concentration 10Minutes Time to Generate 1 of Runoff 474Minutes ' French Drain Required 200 Feet French Drain Provided 400 Feet Factor of Safety 2.0 STORM INTENSITY VOLUME(CF x 1000) Thu. Int. annulallvo Runoff CumulatIvo bellaraffon Overflow (nib) Inch/hr +Stomp 0 0.000 0.000 0.000 0.000 5 6.801 1.232 1.551 -0.319 10 6.169 2.236 3.102 -0.866 15 5.644 3.068 4.652 -1.584 20 5.202 3.770 6.203 -2.433 25 4.824 4.370 7.754 -3.384 30 4.497 4.889 9.305 -4.416 40 3.960 5.741 12.407 -6.666 50 3.538 6.411 15.508 -9.097 60 3.197 6.952 18.610 -11.658 90 2.480 8.089 27.915 -19.825 120 2.026 8.810 37.220 -28.409 150 1.712 9.308 46.524 -37.216 180 1.483 9.673 55.829 -46.157 MASS DIAGRAM FOR UNEAL FEET OF FRENCH DRAIN I 60.000 i 1 i § 50.000 i F I1 71, u_ 40.000 . U E 30.000 II 1 1 g1 .......Cumuladve Runoff 20.000 .---j, I i ........CurnulatIve affiliation +Storage 1 f 10.000 -' 1 0.000 41 ----1 1 0 5 10 15 20 25 30 40 50 60 90 120 150 180 time(min) 1 ATTACHMENT G REPORT OF GEOTECHNICAL EXPLORATION ALTOS DEL MAR PARK IMPROVEMENTS COLLINS AVENUE BETWEEN 76TH AND 77Th STREET MIAMI BEACH,FLORIDA FOR STANTEC ARCHITECTURE,INC. ONE BISCAYNE TOWER,SUITE 1670 2 SOUTH BISCAYNE BOULEVARD MIAMI,FLORIDA 33131 PREPARED BY NUTTING ENGINEERS OF FLORIDA,INC. x . 2051 NW 112Th AVE SUITE NO. 126 MIAMI,FLORIDA 33172 PROJECT NO.: 1992.1 s . FEBRUARY 2016 Niilliflhi Geotechnical&Construction Materials Engineering Testing&inspection Environmental Semites 113 Offices throughout the state of Florida of Florida Inc.�Established 1 967 Your ProJect Is Our Commitment www.nuttingengineers,com info@nuttingengineers.com 2051 305- N557-.W.112th3083 Avenue,Suite 126 11- Miami,Florida 33172 ng Toll Free:877-NUTTING(688-8464) Fax:305-824-8827 Broward 954-941-8700 113 Palm beach 561-736-4900 of Florida Inc. Established 1967 St.Lucie 772-408-1050 Your Project is Our Commitment www.nuttingengineers.com '> February 23,2016 Ms. Alina Hernandez c Stantec Architecture,Inc. E One Biscayne Tower, Suite 1670 0 2 South Biscayne Boulevard *5 Miami,Florida 33131 LU Phone: (305)482-8700 ext. 825 Fax: (305)482-8770 . Cell: (305) 873-3255 • au Email: Elvira.freire@stantec.com Subject: Report of Geotechnical Exploration Altos del Mar Park Improvements tics Collins Avenue between 76th and 77th Streets Miami Beach,Florida (I) Dear Ms. Hernandez, Nutting Engineers of Florida, Inc. performed a geotechnical exploration for the proposed new .E construction at the above referenced site. The purpose of this exploration was to obtain 2' information concerning the site and subsurface conditions at specific locations in order to `LJ provide site preparation and foundation design recommendations for support of the proposed 73 construction.This report presents our findings and recommendations. PROJECT INFORMATION 2 .4-2 Per your email on May 13, 2015 we understand plans for the project include a new restroom structure as well as park and drainage improvements at the referenced site. We understand the restroom site is located to the east of the Coastal Construction Control Line (CCCL). We note o that if any of our understandings or assumptions are incorrect, we should be notified so that we can re-evaluate our analysis and may amend our recommendations accordingly. 41 41 l,7 OFFICES Palm Beach Miami-Dade St . Lucie GENERAL SUBSURFACE SOIL CONDITIONS Subsurface Soil Exploration The exploration of subsurface conditions included site observation and Standard Penetration Test borings (ASTM D-1586). Nutting Engineers of Florida, Inc. has performed a total of two (2) Standard Penetration Test borings (ASTM D-1586)to depths of approximately 30 feet below the existing ground surface in order to evaluate the subsurface soil conditions. Furthermore, one (I) `Usual Open-Hole' exfiltration test was performed in accordance with South Florida Water Management District (SFWMD) specifications to a depth of fifteen feet below the existing ground surface. The locations of the tests are indicated on the attached Boring Location Plan. Individual test boring reports are presented in the Appendix of this report. The test locations were established in the field using approximate methods;namely,a measuring wheel and available surface controls. . Test Boring Results The appended test boring logs present information and descriptions of the subsurface conditions at each specific test boring location. In general,test boring logs indicate medium dense fine sand and shell fragments to a depth of approximately twenty-nine feet. Beneath this, the borings encountered loose fine sand and shell fragments with some cemented sand to a depth of thirty feet below ground surface,the maximum depth explored. A detailed description of the soil/rock profile is presented in the test boring records provided in the Appendix. The Standard Penetration Test N-values are used to evaluate the.relative density of granular soils. The correlation of penetration resistance with relative density is presented in the Soil Classification Criteria attached in the Appendix. Groundwater The immediate groundwater level was measured at the test boring location at the time of drilling. The groundwater level was encountered at approximately seven to seven and a half feet below the existing ground surface. The immediate depth to groundwater measurements presented in this report may not provide a reliable indication of stabilized or long term depth to groundwater at this site. Water table elevations can vary dramatically with time through rainfall, thoughts, storm events,flood control activities, nearby surface water bodies,tidal activity,pumping and many other factors. For these reasons, this immediate depth to water data should not be relied upon alone for project design considerations. Further information regarding stabilized groundwater elevations at the site could be developed upon specific request. Nutting vie Engineers of Florida Inc.I Established 1967 s Exfiltration Results One `Usual Open-Hole' exfiltration test was performed in accordance with South Florida Water Management District (SFWMD) specifications to a depth of fifteen feet below the existing ground surface. The test was performed in order to determine the hydraulic conductivity of the in situ subsurface soils to evaluate drainage requirements for the project,by others. The hydraulic conductivity value was found to be 4.04 x 104 cubic feet per second, per square foot,per foot of head. Detailed soil descriptions and flow rates are presented in the Appendix. ANALYSIS AND RECOMMENDATIONS The borings for this project revealed a near surface profile of medium dense quartz fine sand, adequate to support the proposed structure using shallow foundations. As previously stated, the location of the proposed restroom is to the ocean side of the CCCL. The Department of Environmental Protection requires `major structures' located east of the CCCL to be supported on pile foundations. We understand the proposed restroom is permitted on shallow foundations. Therefore, we are presenting recommendations for shallow foundations only. If recommendations for a deep foundation system are required we will provide them at your request. Geotechnical Site Suitability As stated above, it is our opinion that conventional shallow foundations can be used for support of the proposed structure following the successful completion of recommended procedures as verified by testing and observation by NE. Preparation of the site to receive the new development shall include clearing and stripping of construction debris from demolitions, unwanted vegetation, grubbing of vegetative root systems and topsoil materials. This should be followed with proper surficial compaction and placement of the fill to attain the required construction grades. Subgrade preparation, fill placement and foundation construction should be completed in accordance with the recommendations presented in this report. The following sections present design criteria for foundations and our recommendations for site preparation and foundation construction. Foundation Design Once the site preparation recommendations have been successfully implemented as supported by observations and testing by NE, it is our opinion that the site may be developed using an allowable soil bearing pressure of 2,000 pounds per square foot on properly compacted structural fill or native sandy soils. Hulling 143Engineers of Florida inc. Established 1967 We recommend a minimum width of 18 inches for continuous footings and 30 inches for individual footings,even though the soil bearing pressure may not be fully developed in all cases. We recommend that the bottom of footings be at least 12 inches below the lowest adjacent finished grade. Foundation Settlement Shallow foundations designed, supported, and constructed in accordance with the recommendations of this report are estimated to sustain a maximum total settlement of approximately 1 inch. Differential settlement between adjacent foundations should be approximately one-half of the total settlement. Distortions that occur along the wall footings due to differential settlement should not be more than 1 in 500. Floor Slab It is our opinion that the floor slab system may be constructed as a slab on grade. We recommend that the procedures described under the ?tSite Preparation" section of this report be used to prepare the floor slab subgrades. We recommend that a vapor barrier be placed between the soil and concrete. Site Preparation Topsoil, debris from the clearing operations, and any unsuitable soils as determined by the Geotechnical Engineer will need to be completely removed within the construction area and to a lateral distance of at least 5 feet beyond the proposed building footprint limits and potentially further based upon depth. A Nutting Engineer's representative should be present to observe that the stripping operations are performed as we have discussed herein. Upon approval by the geotechnical engineer, the stripped surface (no fill added at this time) should then be thoroughly soaked with water and compacted until a density equivalent to at least 98 percent of the modified Proctor maximum dry density(ASTM D-1557) is achieved to a depth of at least 12 inches below the compacted surface. The compaction operations must be observed by a representative of Nutting Engineers. The surface should be compacted Any additional structural fill needed to bring the site to construction grade may then be placed in lifts not exceeding twelve inches in loose thickness. Each lift should be thoroughly compacted until densities equivalent to at least 98 percent of the modified Proctor maximum dry density are uniformly obtained. Fill'should consist of granular soil,with less than 10 percent passing the No. 200 sieve, free of rubble, organics (5 percent or less) clay, debris and other unsuitable material. The fill should have ASTM designation (D-2487) of GP, GW, SP, or SW, with a maximum particle size of no more than 3 inches or as otherwise approved by the geotechnical engineer. 171....) Hutting Engineers of Florida Inc. Established 1967 . Following site and building pad construction as discussed above, the foundation area should be excavated and the footings formed. If the footing bearing materials become disturbed due to surface water resulting from precipitation and runoff,the unsuitable and disturbed soils should be over-excavated and replaced with structural fill meeting the above compaction requirement. The bottom of foundation excavations should be compacted after excavation to develop a minimum density requirement of 98 percent of the maximum modified Proctor dry density, for a minimum depth of one (1) foot below the bottom of the footing depth, as determined by field density compaction tests. The floor slab area should also be compacted in the same manner. GENERAL INFORMATION Our client for this geotechnical evaluation was: Stantec Architecture,Inc. One Biscayne Tower,Suite 1670 • 2 South Biscayne Boulevard Miami,Florida 33131 The contents of this report are for the exclusive use of the client, the client's design & construction team and governmental authorities for this specific project exclusively. Information conveyed in this report shall not be used or relied upon by other parties or for other projects without the expressed written consent of NE. This report discusses geotechnical considerations for this site based upon observed conditions and our understanding of proposed construction for foundation support. Environmental issues including(but not limited to), soil and/or groundwater contamination, methane are beyond our scope of service for this project. As such, this report shall not be used or relied upon for evaluation of environmental issues. Prior to initiating compaction operations, we recommend that representative samples of the structural fill material to be used and acceptable in-place soils be collected and tested to determine their compaction and classification characteristics. The maximum dry density, optimum moisture content, gradation and plasticity characteristics should be determined. These tests are needed for compaction quality control of the structural fill and existing soils, and to determine if the fill material is acceptable. If conditions' ns are encountered which are not consistent with the findings presented in this report, or if proposed construction is moved from the location investigated, this office shall be notified ina writing immediately so that the condition or change can be evaluated and appropriate action taken. The vibratory compaction equipment may cause vibrations that could be felt by persons within nearby g buildin s and could potentially induce structural settlements. The contractor should - exercise due care during the performance of the vibratory compaction work with due c *deratiion of potential impacts on existing structures. If potential vibrations and impacts are 111110 Engineers of Florida inc. Established 1967 $Si$j •F C3 i not considered tolerable,then alternate foundation modification techniques should be considered and the Geotechnical Engineer notified in writing immediately. NE shall bear no liability for the implementation of recommended inspection and testing services as described in this report if implemented by others.NE has no ability to verify the completeness, accuracy or proper technique of such procedures if performed by others. Excavations of five feet or more in depth should be sloped or shored in accordance with OSHA and State of Florida requirements. The Geotechnical Engineer warrants that the findings, recommendations, specifications, or professional advice contained herein, have been presented after being prepared in accordance with general accepted professional practice in the field of foundation engineering,soil mechanics and engineering geology. No other warranties are implied or expressed. We appreciate the opportunity to provide these services for you and look forward-to completing this and other projects with you. If we can be of any further assistance with the design or construction services, or if you need additional information,please feel free to contact us at your convenience. Sincerely, T. NG ENGINE RS OF ORI DA,INC, Pau_ "•"• edge, .E.#68 48 Senior Engineer Attachments: Boring Location Plan Test Boring Reports Exfiltration Test Results Soil Classification Criteria Limitations of Liability • 1 Hutting TIE Eof Florida tic.E Established 1967 r I w ,,.......,...,•••:.,,,11.: .�,� CX it .w x L r • , •'&1,''''",p4 1-'7'.'..--1 31 1 1-1;4 ii .r .. e 0 , ., s c t\2 I N W al . Q wry 14 y! ♦r.. + '�`.., A ..r ",#41:44.l'•' . . i r I " 4 r ' - ...' w N„ ► a / 5 7 + c .; x7 ». to ..� w 0,1 lice: „ n .� • .. icilgOit• ��:, '.. ;;awl ,r. W -it „ 34fAlk • 11"ll yf . t ..... . . , , ,,,..,.. ) .,......,,r.:„ . t, :.,,,,' 1.f.i.:4- i. 1 lo . '...-S' CC sj fr 7 g, ' *I Fd, '.'"',., *l''' i 1 ' ''' M !!' • w �, A?a V• A.Ny.:." ice! r' ! eterege .;.,..*:' '1,' ,1;:tit.. ..,..4 . de*, M T..... ,�"' ,, .,.' 4., ,11".." , i :'. C y f6 w' C.4 `y' Z LLJ , if 4 ' ,,i '- 4,::..'4:, 'a ,e1,1"'*, , , VI O O max, .. ce � . ,� ,.ms's . r— .--+ ^J »� , ......•.........• 't.J 4. elr w • • »�,r. ,• N ,'�, N�3 ...+x.. , _ i .. to I .i cif) ' _' . �, H Li 4q ...„.,..„,.. . 1-,--- ,ai.se-c- . ,. ..c 03 . ,......cz . _ + . -2_3 ! Lai M 2 .„,,,;-,44# ,, r, . .<' C S 47- . , ,.,. ii, . , - ..., , ; ,,,,,. .. 0 La , , .i•-,,,f,' 0 i•re• . ' . .-tr „:.. "-, iw », 0 Q K, $'- i. ,,,,„(.5 4 d ate' „. :> ,,,..,.....-=, " ,' • P • i �1 J .4Z.'.' -rt."" I:wu R . „14 t • �' " * nlice, 1L-i . 7; ! t ,a•pa • " Fx, ... .`* .;�`'�,. .?.,A• fir: r Z j x 3 h f" N --•' .,. ,'4 #.-- 1,1'42,,:: 4,,,, iii?,- ::,• t , , 1-4-4_ t C i„t . , ,* , ,,,,,,:,„, - .r dM M M' .i .4. ` .- !±..... tel._= t----: '; .�_ _- I - I ' .-......•. ► ..-,» '`. �1 N •ii 1 t dr, 44.--„,.... ., .. 1, , , „jai SP i I . , «. ., r . "I ,, . ,iiiii. i1 IU"I)+M),. ,.. ,, 0 4 fa _ 4, ., # ., .1, -• ** : - ..s t Nutting E II .....i.,,,...,„,c.i..t 1310 Neptune Drive Boynton Beach FL 33426 PAGE 1 OF 1 TFeaxle,ph6on1-e7:356,-991-77356-4900 PROJECT NUMBER 1992.1 BORING NUMBER B-1 Engineers CLIENT Stantec Architecture,Inn. PROJECT NAME Altos del Mar Park Improvements PROJECT LOCATION Collins Avenue between 76th and 77th Streets,Miami Beach,FL DATE STARTED 1119116 COMPLETED 1/19116 SURFACE ELEVATION REFERENCE Same as road crown DRILLING METHOD Standazd Penetration Borino. GROUND WATER LEVELS: LOGGED BY Serco CHECKED BY P.Catledge .. AT TIME OF DRILLING 7.2 ft ft APPROXIMATE LOCATION OF BORING As located on site plan e al •SPT N VALUE A 0 X 20 1 PL MC LL . MATERIAL DESCRIPTION N Blows 10 30 401,...................................4 20 AO 60 80 0 Z Z OPINES CONTENT(%)0 cia , 0 ' 20 40 60 RO 1:.:•:',..*,::: Brown fine SAND and SHELL FRAGMENTS 1 1-2-4-6 6 A • .•...... i SS 6-9-13-10 22 ' ,'• , • . 21 , A , ..-"......:,,,7i SS 8-8-8-8 16 A •:,,,:, T 4 . . , S •::::,.,:::. T 8-9-9-10 18 . : A 5 10 :....:'7,.:%: • • , - . . . • . • . k,tn :%.'•'...*.: , D • . i- . . . • • 2 *..*:''.*.,:...'• , • • • , , . . , . . Lt.brownSS fine SAND and SHELL FRAGMENTS O .,:,...,:•:. 66-8-7 15 i A 01 15 • ••:.:".'•* 2 .,.,•.,. 'LI • . . . . . , •.......,,: : , • . • , . , • • 0 • • . , . . CX • . . a. *::*.7:•:: , . . 2 ::.*:::::..-: . • . • • • . • Y. • . . • * .**:**•‘**.* A SS 6-6-6 12 :A a• 20 .'.....:,::: 1 7 0: .•'':-*:"- • • . .4 • .. . • , • • . . • . • • w ••••••-,• . • • • . • O . . . .. , cc . .... .. . . . . t o ,:,:•:':.:: . , . . . . . . 0 ::::•:::.: , , . • • - • , . • . . ES 6-7-8 15 A '-i 25 ‘:.:':::',`::. 4 ..*:-::•• -. -....-•:.:• • . • . • • . • . r,.› -:-,..• ....,•.,., . . . . . . . . , • „ • • , . . 5 ,.,..,:... ...,......, , . . , • • , • . . Lt brown to brown fine SAND and SHELL FRAGMENTS,some SS 3-3-3 6 A (0 30 ::.:':'::: cemented sand Bottom of hole at 30.0 feet. . . , . . . ,4 . • . . . . w . • -4 • . . • . . . , . . . • • . . . . , 2 . . i . . . . . • . i . . . . . . - . . . . . 1 . . . . i : ., ,.- Disclaimer Nutting Engineers of Florida,Inc.accepts no liability for the consequences of the independent interpretation of drilling logs by others. Mating 1310 Neptune Drive Boynton Beach Fl.33426 BORING NUMBER B-2 PAGE 1 OF I r...i..7)Engineers Telephone: 561-736-4900 apand.ox.iesubrkoi.4 1967 Fax: 561-737-9975 *Ur ift#011 ill OW Commitment PROJECT NUMBER 1992.1 CLIENT Stantec Architecture,Inc. PROJECT NAME Altos del Mar Park Improvements PROJECT LOCATION Collins Avenue between 76th and 77th Streets,Miami Beach FL -- DATE STARTED 1/19/16 COMPLETED 1/19/16 SURFACE ELEVATION REFERENCE Same as road crown DRILLING METHOD Standard Penetration Boring GROUND WATER LEVELS: LOGGED BY Serco CHECKED BY P.Catledge V AT TIME OF DRILLING 7.0'ft ft APPROXIMATE LOCATION OF BORING As located on site plan . CA ' A err N VkLUE A 0g w 10 20 30 40 MATERIAL DESCRIPTIONr4 31 , Blows — PL MC LL os 1 0 1 8 5- p4 c14 5 z z , 20 49 60 80 0 FINES CONTENT(%)0 rt 0 20 40 60 80 •:::.:.:::::: Brown fine SAND and SHELL FRAGMENTS SS 1 1-4-5-5 9 A • • , • :T..‘„, ..... . . . . . . .-•::'::: . • . • . sS ...-:,-•::- 6-8-9-11 17 , :. A 2 -:':::::...‘`:•:.::: • • • . 5 10-11-10-13 21 ' A 3 ..'•:•••••::::::*: • . . SS 8-11-11-16 22 . , . : `:A . . • SS • . • — •:....7.... 12-14-14-15 28 i i .k g 10 --.,•:, * 5 .:• :.;.. . . • en ,,,...• . . . • . . • • . . , • . . . . o . • . . . . • , • . z ,::.::;,,:, • . . . . . . • •.....-, _:,.:., ...:. Lt.brown fine SAND and SHELL FRAGMENTS S6S 6-8-8 16 ; A • • . : vi 15 .--•-:..%:. : t •:‘::.;,,':•.: . . 4 4 • • ; • • . • ' . O '':': • • i CC .............:, 1 ..4:.....• • , • • • • ... • • : • • ::....:''',. L ss • 5-6-6 12 4. ,. • a• 20 ::.,::..• -:- FA 7 : :.........................—.....i--.... a *-:::'::::` . . . • .., . . w ,,:•::::::- . • o ,...,•• - cn . • • • O '....*.:::. • • • . • . • Ltgray fine SAND and SHELL FRAGMENTS A SS 7-8-9 17 • - : A. : I ,•, ,.-.: : : , • • E ...'.....::: . * , • . • • • • • • • • , IV V '.•*::..4 f. 41 , • , V • • • • • • 5 ':.::-.:::...''' • , . • . . • . • ir , , • • . Lt.gray fine SAND and SHELL FRAGMENTS,some cemented i A SS 2-2-3 5A 2 30 .2:-..::.- sand r 1 9 4. ! - Bottom of hole at 30.0 feet. • • • . . . . • . , • . , 0 . • . • . . -7 . • . — . . g • • • • . . • . . , • . • • . • (4 . • . • • • , , • 4 • • • . • • . • • • . • . • • . 1 • • • • . • • , • . • • • • • 2 • • , . • . • . . • . • i • . . , • • . • • • , . . . • • • _ • . • • • • . . . . . w . • . , - . . • .. • Disclaimer_Nuttinggplineers 2f Florida,Inc.accepts no liability for the consequences of the independent interpretation of drilling logs by others. Geotechnical&Construction Materials Nutting Engineering,Test:ng,&Inspection ,. Environmental Services .11:4,..7)EngEngineers Offices throughout the state of Florida of Florida Incl Established 1967 www.nuttingengineers.corn info@nuttingengineers.com Your Project is Our Commitment Report of Exfiltration Test Client: Stantec Architecture,Inc. Order No 1992.1 Project Altos del Mar Park Improvements Report No 1 Location: Collins Ave. between 76th and 77th Streets,Miami Beach, FL Date: 1/19/16 Test Usual Open Hole Exfiltration Test Surface Elevation: Approx. same as road crown Water table from ground surface: 7.4' Casing Diameter. 4" Tube Depth: 15' One PumpRate Minute • Increme in Gal/Min 1 15.5 2 15.3 Sample Location: As located on site plan 3 15.3 4 15.2 5 15.1 Material: 0'-1' Brown BASECOURSE(FILL) 6 15.0 1'- 10' Brown fine SAND and SHELL FRAGMENTS 7 14.9 10'-15' Lt. brown to It. gray fine SAND and SHELL FRAGMENTS 8 14.9 9 14.9 10 14.9 K=4.04 x 104 cfs/ft2ft.head 1310 NEPTUNE DRIVE • BOYNTON BEACH,FLORIDA 33426 •561-736-4900 • FAX 561-737-9975 Treasure Coast 772-408-1050 • Broward 954-941-8700 • Miami Dade 305-824-0060 f .• { SOIL AND ROCK CLASSIFICATION CRITERIA SAND/SILT CLAY/SILTY CLAY N-VALUE REL4T7VE N-VALUE UNCONFINED COMP. 1 (bpf) DENSITY (bpt) STRENGTH(tsfl I CONSISTENCY 0—4 Very Loose <2 <025 v.Soft 5—10 Loose 2--4 025-0.50 [ Soft 11—29 Medium ' 5—8 0.50—1.00 I Medium 30—49 Dense 9—15 1.00—2.00 Soft >50 Very dense 16—30 2.00—4.00 1 v.Stiff 100 Refusal >30 >4.00 1 Hard l ♦ ROCK . N-VALUE RELATIVE (bpi) HARDNESS ROCK CHARACTERISTICS RISTICS N>100 Hard to v.hard Local rock formations vary in hardness from soft to very hard within short verti- 25<N<100 ' Medium hard to hard cal and horizontal distances and often contain vertical solution holes of 3 to 36 inch diameter to varying depths and horizontal solution features. Rock may be 5<N<25 Soft to medium hard brittle to split spoon impact,but more resistant to excavation. - PARTICLE SIZE DESCRIPTION MODIFIERS Boulder >12 in. 0—5% Slight trace Cobble 3 to 12 in. 6—10% Trace Gravel 4.76 mm to 3 in. 11—20% Little • Sand 0.074 mm to 4.76 mm 21—35% Some Silt 0.005 mm to 0.074 mm >35% And Clay <0.005 mm Major Divisions G:cup Symiscls Typical names Laboratory classification criteria .. Well-graded N ;,2 ow Well-graed gavels,gravel-sand o I Cu=D.,greater tlan 4;Cu= (D ' ♦between'and 3 M 'o4-* mixtures,little or no fines v Dtfl D1 xD, g g as to i Poorly graded gravels,grovel-sand ai 4 u v '� 0 GP mixtures,little or no fines V NMming all gradation requirements far OW .a o 7 1 , µ8 'I n g .g s GW' d Silty gravels,gravel-sand-sit 4 1 Atlerberg limits below"A' o e a mixtures a,z vv line or P.I.less than 4 Above "A" line with P.I. between 4 and 7 are border- :x? o N u line cases requiring use of us S I a. Clayey gravels,grovel-sand-clay t,� b o g GC mixtures 1 a V line P greaterthanthan 7 del symbols. v3 O 3i 36 Q s". .a Well-graded sands,gravelly sands, I 1 tp x. o— N SW little or no fines i 1 Ce=-s-mater than 6;CZ= (--between1 and 3 ° Tri °g I= . i D,e DioxD6o V p", o Pvwly graded sands,gravelly ii 6.8 SP sands,little or no fines o Not meeting�gradation requirements for SW .� MST — E e �2 � � s, It � , 2. im , d A#terberg limits below"A` o .2.4 v 2 SMC Silty sands,sand-silt mixtures •• i.,, limits plotting in hatched zone 3r or P.I.less than 4 I/ s u e o with P_1_between 4 and 7 are 0 a k a s 11:,-, borderline cases requiring use u � '" '� ••� g SC Clayey sands,card-cloy mixtures Ira vof dual system. line with Pi mare than 7 Inorganic silts and very fine sands, R Ml rode flour,silty or clayey fine sands or clayey silts with slight plasticity 80 i 41 0 i a v Inorganic clays of low to medium a. plasticity,gravelly clays,sandy, 50 M I clays,silty days,lean days CH S Cx Organic silts and organic silty days i _ 5 of low plasticity ,. O h 30 13 Inorganic silts,micaceous or diait0*na- ill. • OH tad MH 0 N "' MN ceous fine sandy or silty'soils,elastic x! 2 0; silts • o o a. I CH Inorganicrgac days or high plasticity,fat 10 clos 1 A I sa i l'I. 1 ,1 i OH Organk clays of medium to high 0 050 ao 70 60 to 103 plasticity,organic iscos Matt a , ili Plasticity Chart PT Peat and other highly organk soils a M �� w 113 t�� �n�0rs = drsadd,ieel EshbRslted 1967 tImirPwiat6Otrtem wMsswst 1 LIMITATIONS OF LIABLILITY WARRANTY ANALYSIS AND RECOMMENDATIONS We warranty that the services performed by Nutting The geotechnical report is prepared primarily to aid in the Engineers of Florida, Inc. are conducted in a manner design of site work and structural foundations. Although consistent with that level of care and skill ordinarily the information in the report is expected to be sufficient for exercised by members of the profession in our area these purposes, it shall not be utilized to determine the currently practicing under similar conditions at the time our cost of construction nor to stand alone as a construction services were performed. No other warranties, 'specification. Contractors shall verify subsurface expressed or implied, are made. While the services of conditions as may be appropriate prior to undertaking Nutting Engineers of Florida, Inc. are a valuable and subsurface work. integral part of the design and construction teams, we do not warrant, guarantee or insure the quality, Report recommendations are based primarily on data from completeness, or satisfactory performance of designs, test borings made at the locations shown on the test construction plans, specifications we have not prepared* boring reports. Soil variations commonly exist between nor the ultimate performance of building site materials or boring locations. Such variations may not become evident assembly/construction, until construction. Test pits sometimes provide valuable supplemental information that derived from soil borings. If SUBSURFACE EXPLORATION variations are then noted, the geotechnical engineer shall be contacted in writing immediately so that field conditions can be examined and recommendations revised if Subsurface exploration is normally accomplished by test borings;test pits are sometimes employed.The method of necessary. determining the boring location and the surface elevation at the boring is noted in the report. This information is The geotechnical report states our understanding as to the represented in the soil boring logs and/or a drawing.The location, dimensions and structural features proposed for location and elevation of the borings should be considered the site. Any significant changes of the site accurate only to the degree inherent with the method used improvements or site conditions must be communicated In writing to the geotechnical engineer and may be approximate. Immediately so that the geotechnical analysis, conclusions, and recommendations can be reviewed and The soil boring log includes sampling information, description of the materials recovered, approximate appropriately adjusted as necessary. depths of boundaries between soil and rock strata as encountered and immediate depth to water data. The log CONSTRUCTION OBSERVATION represents conditions recorded specifically at the location where and when the boring was made. Site conditions Construction observation and testing is an important may vary through time as will subsurface conditions.The element of geotechnical services. The geotechnical boundaries between different soil strata as encountered engineer's field representative (G.E.F.R.) is the "owner's are indicated at specific depths; however, these depths representative" observing the work of the contractor, are in fact approximate and dependent upon the frequency performing tests and reporting data from such tests and of sampling, nature and consistency of the respective observations. The geotechnical engineer's field strata. Substantial variation between soil borings may representative does not direct the contractor's commonly exist in subsurface conditions. Water level construction means, methods, operations or readings are made at the time and under conditions stated personnel. The G.E.F.R. does not interfere with the on the boring logs. Water levels change with time, relationship between the owner and the contractor and, precipitation, canal level, local well drawdown and other except as an observer, does not become a substitute factors.Water level data provided on soil boring logs shall owner on site. The G.E.F.R. is responsible for his/her not be relied upon for groundwater based design or safety, but has no responsibility for the safety of other construction considerations. personnel at the site. The G.E.F.R. is an important member of a team whose responsibility is to observe and LABORATORY AND FIELD TESTS test the work being done and report to the owner whether that work is being carried out in general conformance with the plans and specifications. The enclosed report may be Tests are performed in general accordance with specific relied upon solely by the named client. , ASTM Standards unless otherwise indicated. All criteria included in a given ASTM Standard are not always required and performed. Each test boring report indicates the measurements and data developed at each specific test location. 143 In11811111ilers 40WM I i i 1.a I 11.110lud WI Nbur ProJect ts Our Commibrent r APPENDIX G Plans xHo 4 U W , O li 6.- 1 i iii ; 1 U O 9 G Q O -- z 4, . PA Q O H. JI INd�ld �s Nd300 OI 1Nd"lld __I Z LL U-I �srons III OIMAN-107-"".."1"11" - 2 W 111 11111 1SuI314111111 ■11 1.1111 U > r. HH I I I H 111111 111 Q O /fid SNITIOJ � w o ��. =0111111 IP1 w (Ni �� a W II a CO III J 1111111 LJL— I— X11111 � AV f,Nia� z N �; . b 2 _. —� N 11111 igt IIIifi 'iE 111111 0 � �H 511111 2 ft, W D .1111 11111 111111 I\\\H 1= ^d Nome @ ; 11 D a- �I!_X11111111111ii! LL HHS ~ O11111111111111O U F— J Sill 111111111111111 =i-1115 I- 11111 111111 Iii 111 1111 ■ liIIii 11111111111111 1J1a - Q ' ''cli i\li k\H w ' ,. ,__2 C .1 A a zIng' II N W z J Q Z LLU W O Q W O O Z i_ W 1 U z m w m _I 5 z Nz Q zEO O Q W , I V 1 ,S w W 0 Y EY_N , Q 1 Q g �_ i6 ' cO cm o J in J Q Z.Tt W U ! ri Y= ( Y U 5 d --C,- 9 E-9 ---, Ld 0 niz 1 eS ill _ 2,c-°2 L.- i'll !I i4 n I �° 3 §� �} o `"y qy o vi O H r W6"" 1 1 g ! 0 cl ,1 . W Y U p W 0 z CC LT_ i ZO OU U — 6 U W W il H II . ...,..3.....,..a.-Li...,.,.....w nU wiw-n.us Jam—co\w+Acno Nialminmo0,accersa n O 40 VZ 'AI w = Y igI O Z , T, " iIZ W I, 11.0101S``Mad„ •••• •••••• 0000 !LI. w "OZ'`' •••• 0000•• 0000 r m 2 a a a O o`� C o ,!',0A /y MM QQ VJ WO . O r- 0 j Z Z o U Q w Li Z W g a r Uo~ wp w Z z O a a -` apW ¢ m Cl K a z ci O a n ,5,- y � " Z Z g ¢ '� Z LL U � W z m �' 3 o m g Z J � a a Q � a w O w w � J N ! , ¢ O Q, n n m n m ii ¢ m v! O U ri U U F ZUJW KlN Mlndl U W gWW $ C2 g g _i I I � J 7 y a O W O U w H,z O w m w w�w � Z 1 1 U W 1 •• ... ••••••••••••••••• •••........... .............. ug . � VSSMISONd " ;o •• ••• •0••••••••••••• •• ••••••0••••••• •••••••••••••• h z ,_ r-, 6 J r w Lzoioi, ,-ogoLL a VU 00 OUOaIU ~ W N V I w Z Z0 r r > 3 < wiU U i ga /6 1 C E W w i i i i z g a 2 U a ¢ Li Z i : : : : : Z Z 1 J O p a J og a az z w p z ¢ ¢ a zzW awy � l U z zpE wwV JzLL w (1w O aar8zzQlazlnwwoa ¢ ; ; mZm wozO aJzz U NO �t, � w0! xLL g O LL m Z woc00zOzwa� wQ - asy , wtWW ¢ c amm ¢ ¢ ¢ ¢ miWo QWZ a W ¢ a wwlc¢ Ol ¢ 22 w1a1l NN . wwOO . viam Q p 0 0 - `, ,, Q • a 8 < 8 g vW $ g Nj s w U d g $ u ! $ o c � mJ e �c7 nJ 0 ' 0 g5 5 , wd d a c a a Y_Z w Z <, v> U ): Q O U O O U 2 Z m a 1 f U 1°-L13 U O J L J z "� C�Y 1 m <O r t' ill O �� �,�„� w fli O 32 QE J WUQ NO 2 W H H Z� � W W O~ a W S W w~ O Z w 'iti d W N U 4 Q g I U N m Q-' ~O U W=O w S 2 U X 1 W C W =W�Oo O�m H UZ 3 1 Cwt Z w Z i j t8 2 S < O Vf N Z Z U Q O c--*-! _�FZ-- ���y NN; Z�Z= WJ� J r... � o U R g i K Q W W c-3! i O W F G H 'w <'E ,(22 H N Z 38, N N O C,O W "13. 3 C Q 3'd 5 p g s .. m O -2',3 =0 Q Z G L4 IA Y WO <U O U ,G~i++w 3 m tW�i �� �z w 9 W g g g a gw,�a �� �a LL � `a ('� r� pQ � N�Z � W � 7SC Ii m Z U O~= 3 ;`a" E w O m 3 c 0 ~Z O " ~ a `UYU o U 4N1 � � _ �i O IX i�N~ W ZInUm U Wgg�y JUm U U (� NZ o v Z j m v a ? _ L±,_,, 3 w w Y Eg 0 z° !Liz c§iy�L a U1 9�c=.l §mciS *E "'Z <--c9 ~o/ 8 a W z $ N O 2 l� 3. d' N O m J O W 565 O N N a w g g X H m W W Z H y W a8Lxcl O U \§4 8'S .w G < ? a g d ►- C7 .,c U g W l �'5 0 n a ZW a' .W i O O S m I tB Y UO OaO N 3 XN 3, Z2gE2_W m j QO 'NO m g ri w O d O U(1)i W Q�a �wg W O W �S w U U cii r.z x58 N a g $ O 1,... O2 � UU Z �o� K C V O Q W ZO ?, N m 0 g 2 H '-'4',T s <O D g W W C=.� Va1 Z VaI W O o O O W O p a m�K � O W H U Cf] OWgl = mN2O pOm -6 6 N3 NO W =W 1-OWWV - iOW mpW rOC sr r d — Iii O NZ 2Wm O VZOZ - - . dg1 �0OWw7O O g. UIN31 N Z WZ HWNwAQ H MdU ` O� ~ Q _ • 1 aU Y OQ0 N W U J gOOgOWO aOU gZN W - NU-&OpUUdOw N_ NOp0N6 Z W V z> QJ i.W03^wgQ E Z iaUw-3caLha3ia _^ ^Oa _On 2 z U a~- w2 wW z5 Ogw o'-iQz z m 8VV] w Oao 7 c.i ri 4 cU 0 __—, ,, ai '2 it t - 1:1; !i; ng i ; i4 1:, 1 li -0 § i t i-i.,lifl 6 ij „ g . cr i ... •-,. ,4, _ ,,, L!,, .! ,., :i '''' 1j 3,--cs.1: . I .?, :L;5=1 !1‘.:4 - .= 3,,,3, , . -,t . El ▪ !Li' !ig ii24• -43l;1l2,,0!.,1 4';'•H' 1i i! iB 1 1 ,L51- !fi 0 4 :PiNi Pit CAW ii ” 42'M,2114:1;,!704:.'; i i / 20 il 5,4 4„8 18 3 20 3 ;1 X i FIg 1-' li 'i tn. t7. .,.-.1 4,.a 2':,.,4 -,:t 4 "& ,..-, ,;*t.,t, 4,,,,. --- ill '4,3 I: 111 ..., s % 11.I1§Iig 472g1 I.Fs1.ig.t V2!1:g-1gc-iIp;i„i'1li1.;. lWWr• pis• g1,,,tg!i” 4Wi pi 25 8 502 rt r1r.O„.. ;i4161...Affi; 4 i 1 htm --';A--i• liP<gt','_',, .t1i.e14.,... -1- 3lO1'''-41'5 Ii Al i I ;1.. I% ; W51 2u0'1 riI i2 q . i i42 itti lII” Ai111 O118 W1 551 Li -'1§ 4" ' , i..., It ;11 ti 4i/ 1 hi -82 42 li; ) gg i 1-=; iiiAi j! A 2 !' .s. -, i i'"k . „11 t3,-.4 vg,, i3 i 1p? 1 Is ii S ; .31.. .S. .t1 i 0 4ilh L'Ig, ti 9 ep 3: 1 Pill ;;111, 1;,114 1 ; 141 1 1 15 P14 '.4 .it,p' ;t11 -31 ; Id. . „ *5.i 4i 01 1 -§41 ir ki. ..i'414. Vil4 1 , ; 1.% .,. g 4 . jj41 i ' It' 14 ,g„ Ii! 1-1!?! 4'4.1i .?,.a :5 ? It 2 i , i' Pg 1 -' Pillt' gigacl .1,T,t.3 1 , 6 „... _ Op t og - “.3g2 z , g . lj Li 3- irj 1 g h Ctj 1 5 1 1 I I 1 r 12 IiIr V q i i) a 1 is.:4 2 5 ci Pi 0 i iii !I !IN Il 1! Illiill § (1 hi lu 011/ 1§ il ;1 2 s . LI g 1 RI 111.1 11 It ill ! Iii I! '1411 I 11 i I:1 I I I 1 iL II ill .1 , I 104 EiC.55iaio il . fi 1 11 I. . .1 . • 0 4Ni! !II li 1111 ' ' I: c) if St ! 11 1 iliiii ill I ! I I 41 21 li i 11 0) gl c 13 If ; Itiiiplli il - ill 11 11 II ir tz 1 !I i i ili ; iai: gi Iii 1.11 ill i LII II 4.0 0 o 11 pi ' 11 1 ! i it HIi . ir 1 11 1 il 1 2 I § ' 8 i i 1 I < 2 E N Lll'cIwa CI36 —1,C1 cq rill _J r L 7 O F y PI a ? > L • 3 > S $$$r I 'a i =R i C' 1 S _ C ,n � � 2 9 � � C B F J, O O i r = g CIPI I i 1 2, g 3 _ r 3 o _a F '> a _I i +S i_i! g ; i ;_ aIli 0 8 3 0; ,i- v 3. i i: i 2 m Y 4 i t 5 ,1 h .fit s 1JQ� 0 3 s 2 i _ t 1 -3 i �y� i3 3 3 3 5 3L b i a u c y z u - i 3 a c>g i i 14 iw Z W S a f i U ° Q Q Y 4 1 i 44 ; j Z M= Q '` , 4 3 y Ili • '$0 -1-1 .4 i 2 i 4 'g . it XX 3 Q 3 N• e ct> . °FC § - 3 a i O Y a i i Q a a A 7t" C P'O ' UJ W J Z . 'c a# 4 a 1---,. = • n ^'> Q c `' •a _ f n _ V t] c1 3 O a .0 7 7 O .a Gl '>i #1. a 1 -1 ii ° Y ._ f�g A “ ; i 1 ,111; li ' Is tfil- Q iii. li'ii T �33 �? 2 u�p] o11 � fS °3i :sit � i • 34�Ct O 2 P t _5 _; Q i ,t N M O T f1U Q @ ; . ? -� � ?II F,J! $ a !@. ^.a S !Hi 'a_ a 33 g r33 a 3 i r3 AIN 3i D �"' � -�`. s Pa -'1 3 S �°� r;:--4 ��` a �S �� ��a o � 1a1i 1 � �`v $= yc� 3' t � � '�f ��� � `€ � �_ Q 8 N $a a § a:„ ;� q � V.fi,Ei 3 111; '.I 1 ! 11 1! tai l p i iii- it 117; !? 2 -'7 !t 18iflagg8i ; i g] 6! S p g �Q" k g � g � e h p ` S S 3 3 C n ,§ 1 it All i i i 4 a A:n pi* w I u°c e l t0.` t°.• i t F a 3 II A 2 2 x g s , 4 m Z I 0 1 a z co w Q NV300 01 INV11V 311: NW300 Ot 1NV11V < 6 3 =MIMS t ',T^ - 71f _r Ct W < ! I ! ( ,. t -f t i 31 NV3 ` II c ' ' Qg ; 1 ! E i i •!i i`, I i t t i 1 1-`r,o{,i ' E E, 1 {i 0 ::ri „,,. , i L');_—_, ,,,_______-‘, ‘ , ,---i, , , , . ,, ' , , _ li I f E t,__ ---1.-C..1,7.7....1.7 :t-E t i ,._.i 1 E t, +`tet i. ~}_ -L t._f t -` �- I f �"� I' r O q • W p t _--- -------- _t_ -T' --"----7-7-7, _� 1 t c i 1 , mt ( 1 I l �� 1t r ;.- 1 Ti t t A , 1 t 1 = — f ,� T-- 0 6.1 W ° ! I' , , , ; _ _; -1_ 1 t t- _- - �+ t 1 t O 1 +,, I�.JNlatirfF+ t_.. 1 -, �_1 t 01W°�;_ -__ nV,_ lo d ' -1±.. i — : .' T.'', .i ' _. -----r - - 0 Q= t � i,_.I._�_:-_4-,�_.-; i- ,__ � ' �' _. -' '.� ;_:_. fYi---s 'E ' � -1 _ � .moi-l.�,`-1 �__ ., i � t 1 C7 i 0 --lc._ _ � i i ', i! � ! i.__.,-�. _�J^...i.�_.___._ t�• '� -- _-- t f `` t`�' E i 1 `i i I iX t t 1 . cn Z _ 1-AY-1101919V-t - _- ` 'L.-6i-- , c_�_r 1 t CD - - i f 1 1 1"' 3 7-. - r t t i t I i'-{-;,` i t T! ---1 �} e i l ;r AV I E U . 00 ' AV NOf3l. < a.(1. o _ - , ; t I P_ , f , 1 it {,-1 o -- W= � ' � , , � � ti � :• —�V NOaJCs __ _ — .---�-t - `I �I—i__l_I � � I � I tt • • • I E I c t ��-Y I ›.. U Z N ! s ' 1 7 -•`- 1 - t t t , ! -;`d 3l VI • - � 4, r , 1 ' � � �; •� t !' s' t y 31]Cy I ! I� � � Et czF- ., _ Fr-Tr-i77, r 7, t ! [—HI T „ s k‘i I , I; 1._..,.... .., „., ,s, , ,, , ,...,.. ! „___,:::__,L, , , i < S J. ; -f t� I -+ ; i 4 ` , ' -� l��-L_ s t t 4 0 8 , , , , ,, „ „ YV/ J I ._ --4 ` i '•, , ,'. i1_.{,__ i. __: -_`_._ t 1 /moi 0 6 -.1 --1, Atat-_,'--:-,74_7_:_ ri 1 1 r -,...-_„. ,5,...i,,,->„. J Q CO Q U oW 0 T Y U? � o : i '6 �4 u � S� 3g� o gl < 1 1 2 't-- M a� °` ass 3,1 I i /' 1 II./ :RI f n 01 P i 4� ili �— = 1 1 , Ill agss i I ,,Ilei - .; FP I2,11 Q ° p $ Y . s Via'J i§ 30 u3 i `0 6 1 - : p ill !:15 1 gr, -., gl!! I . . . 1 4 il t. 1 ) / J i g/i Igi § ..- 11 0111 1-0 1 ; 2 ,, �M T� 11. 1 WU : 11 1 ; P 1 ! V 11 §g,I = §-j. 4i40-3t31 i g 0 4 a • I i 1; VAS :; t !r• ge a� $VOYp "il.gS OOH 2 2t. . 1 i , 1 - uoti 1r..( Y = g �o r $g- m ii �} LLi -i O C ^ I=t W sd $W$$Yb> ° 4 1 v i C 1 1 p �' m; ° !ig l•ol 3 0$x'6 P ,02110 M b 3 s f 11 W V/ er M! 3 i G g O .G°owii g 7 5.1-:N t U a O z t , . ♦ - - - _ ._ S` L 0 3 t a h M)6 �zj .Q 4 Q Y 9 �� !� � f0 i 1 t g 3 .b 8/ 0 2 2 3 'i 6 nj Wig22 1 ill! 71011. '141 1 11Wilig 1,2;g 3 at s I a § 3} RAO- 11 li itS 3 o Q o g,, iv..4 3 ' rd _ ” . _ I_ E t, 3 ,•o W e s a. 3 ` 1pJW.m =.48,6) o .- grq 3 : ig g g 3 , g °$ 2 t 8 ! u /•> "'2"1 3L o v £SV it -,,, gl p "8 s��� v Hil � lD • �c -����o� �o� if P i� ff � � OC NJ$ Fo ^� �? 3 Zai= � 8 C $ I - 8-- g �> gE gq ,, DV° 1] :OJ.0 -S .$; O 23O«O g i !1 9 S Q, ,8, - > 4 1 - m I 1 t 4�( 3 1 �. Y � � 3'� �O OUB N$eri � Obi '�\�'� '��j �S! � SOgn����� 3s�R3�O 3�i� g g � I $ � '-i Z. � f1� 9 to :1 U ,V1l zi; 1 S1a,, li-E mYf O $ •''aj Igu `•i.i;` i >a j I 1 3 ° op ^� 4! a� �c ° " e "'i�c •'"�' ' tdi o �.�° or: � - < <'<rt .�� � � � �r,3< !IIT, I Mf �- 1. = �^$n > a °� y� aSq > ga $ S'c$' $ g gS g "� _ `o ma \ 1 ig ...lit- Ei' 31 p. . K li sg a Iso i 8Apag 1 hA2.hi§Ps;411; ; (§ illfIlif^C4'1131 Av ii ; 4 I I- i� ); J .r..V "lt ..._.t r_--.r w., ''F'. ..:K'.q•L-.wM:�:\irr:t:+ili Wc:Y.to♦+V:ut�,,i a1:wn Vt'tIV i.CiS" ..-- . .., '''• N V 3 3 0 011NV -IIV NV ] 01 t . ...,_ .-•, NV300 1 -....,„ itlt.;lv 31.1.NV1IV • ,• . .. • . .......... . I .___- ---— tee 0 4 TSI;rallee We. „ ....-c--,-....,..--------,-.-------- ' '41r0WEI'N'grA, - -,-——--' , '7Z;;.,:r.gi.,"•tv.'1: .... ', • ... -r, ".. --..--- ---- i—___ ____ _ '• .. .Mork 54 SlIW-7, ----..-..—-....---------.....---............---..--...-•---,,-• - - — ................. ' •toc cm.ere-oi sv - ....._.,..._,L.4.-1._2_,,,......... ,, -•,-. ..,., , ., .„ li h , , •... 0 ..'..' .. - _,. . ''''.- %,-- '' ....7,,,,‘oz.vror,,_-,,------- -.-. ..,,,,.- - , •.77, . ,:,,,, ,.., , ., La --_,,, ' ii ' - .---'''''.."'-''''''".17-•-4 ,. -',, 1 ''',- ,'; ' -:-.1-Creaci,... • ':,. •,,,,,,,' . ,,,,..,'----r,_.....),„,, \ .,,..-'..-----..,/:,' "b,., CI< '', , , , 'Sr• r1, • '...,, --'- '' •.--`•----------..•"... ••• '',, '••••,,__/•., . . ..,,,,, ,araiva ‘‘••-,,'-',..1 ,,,,0__,..,,__,,,______xaronetsw , ,' L3%. , it ,i,:;,,laowlue ' '•"'• '','2 ..... ,, A,., .1' ,S--,----' ,,,,,,-.../'6, ., , • ---%. .., -I ..• , _, ,,,_, 1 I I c..)e3 f ' li -_ , , .,..,....4.s. --: , .A.m.. ..... -Vt., siarocianrcrro , , , , - . ...... , ,,,, —...... ‘‘,.._,-- r,.g ...,,,,, -, ' i .....' - ,,,,Not.1,. - - ! ,-;i-..k,.•g :. L.,,,- • . - •-•,/,,i ',..4:,... '-. ---, , ..."' ', ',":••••-'''''''''' ''s,-. ' e'• '•-. z -,(. .'. hlt."'•'.:,-;•,\''--,-1 4 211 • ,4- act•sa sot sok,`•,''''' , ... ''''"" * :.: -119-'A-.•••----;;::-•''..P.-iiit=,I ki\,___•,,/../'--,-,ca•-lti1, >1.11.1 1irw .14.-j , ''/---,',1.' . ;,--,i7 , '•-•7- ._-: .' .1-1-ki'.4--,!:. '''''.•,,,. .':;•::.;;;•• _;,„2:-L.,:.',. ...._,..a=1,..,..,,`,_ „i--,_ '•,"/ '''':'''.•;:i-Ti.---.._.• -, .-_ ------ --- 1. -_--'''. 1,-,,,,,t-'t,---s....._',,, --,s_.'• '',...,•\ ''., ‘• --_ ,,,_4.....4...4....,- ......,:--,..' ;.,A s , ir , ,,I,,,...,__2..§1s- ..____, ----- ..----7---,,-- ---, •--i•------s.,;,•-_,,,------.71-.7 7.---°,...----- .7"--7-•••',,,,,,,,,,,,, •..'•-•.."',.....'"r...'''''''-----...,-..•-----' - '.- . '' ,...* '-...'-'-- ' ' ' ' ' '.'"'...-..' '''''. '''''" .15.n,'", '. ...... ..:(2...--.1. 1.1.. 0 % .:'%.,'.„ I i "'"IN Cl-0 ‘,,'-,--=:---:":,...'•••";_-__ • - ---,-:•-•-,-- -\,--••••,.."-',---- .----- , ' --,...,_:-•_--:-,--7,- ,..r-, -.-_-",---17,:,i_-_-LE.,--7.'...':-`,"-- --1,._0.-:._-_-_-,-----1--,,--4,---'7-_,..--•---74,-,•:::::- -- ---..„.!E;',.'''-----'-:-'---- ,,,,,,,,,/ --. (f) g ,,, .., , ...v.„....._.........,.....,,.d ; , „,, , , . ,..,:—_,_ .--. -. ._.-,:-___; •.. ,e, ,,,7 . -.....-ZL: '..,-----;----,-..-------.. ,.,7,4-.',. --:----*-:---.--= .,t-' ,r . ;..,,,,,..,'.., AA, ,... %.,.. ,,1,,-Isi. "--' .2.,:-.,T.,,,,,t.. , ---7 1 _.‘,-0,,31' - ..-,-,i ___,...,,,,,,,__.•.0 ,,,,crIve iicrto, a,v,i, -4..., ,'.b ,• -'1 ---f' '..,.,.-,,,7',....-. -I'•-_ , .-...."---s-s .,`"--'''-i--- ., • •-, ' ,.,'1.0- ,21, ..,','..',-', ; -,,,.., , s ,,,,,,,-,,,,,,, , .V,Ii,ii '''.. , za,...,y...._2 '• ,,, 8 3 , g.$ ':,:-.,:,-. ..c.i. !;1.-•-;' '.3`,14`-r1.;-.P.tgans ' , .!..... -... .ii,.:'..1-4 #7,.- .11'0),Tc, , --.....1 , • z ....,,....0_,. ,,,,!MIX. NO,V,01 •,...,„ I s' ' *rap,...C.V.10,1 I ovc.n.yos I. I , --.„,...." ...,too_i_ • __p___ ,„.,,,, „,7 -- „ • - ___ - _.............. . ;7 '----- i -1----- `'-''' ' ..00, JP,JUIrCCO____E N,Z.1.6,9,7_,.....,....„...._,.:,.._,i , , ., ••••L ,..,,,.., •,..,,,,y,, ',,•4-tc,- k , , i•- : •-•'.-,I.se -r-ik: , ', . -:. ,` ,.. 'Ag ', , ,' ,' tt-Vi-- n z el , , , i. ,.. :".„,.,,,.... , .r,•,,,,-;,:,„-.) . , , 8 , i ,,, ,,, , . , , 8 glIg '''s! Iii imam CI re \- 1 - NI r•- ,.. 1 it 2 4=So: i'2.::1 - i `' 't'' ._--- si, ,..1_Ws ..,, ie ', ',L, '.In ' '', i ---. J .-. ... .•.•:. ..,_--2 I.r- , .. ..:d ,./ , , ....,. '' ,f„,...' '••••„,, ‘,-,, t, 6, 1p, , W°t I•U I ' k 't ....- , ---_, ,A , •''lc, ',I, ___.,) '..,, 2 '• " ••.,--•••,1! ;71? V`,',,1-4_, I t i P., '-' a i, , i, . - z I '• • (.9 ..$;,1''•,'g 3-1i'l, ' ., --,---'''_-,-'•,s,: I,4.i,:,,,,,,,._,,,,, '.. .• .‘,,.,. ,...„-91Ix••,,.,...•..'•---` °•86, it"e.'• '.;1,:-,---',-.--,3_ir cl ,: 1 iI. .•iii,s,l•4'i'k,,= -7.- L-7-_-_---_.-_- • . •,. r---- ...',0., . ,..i,,,C4'jr,ilf, , -4 ' '• • a';s, I , , ,,_ 7,1,7 li ,i. z;i ,r?-s•-•_.:t,, ',1v'' - ' ! • i'-'41 1 . , •-:"' , • . 0 g '-• iS itc20,L4 te i , 1 ' ilk, , 1------f -Ht -4.- . 1..•-... .- ' ....1" - 'V. • .----7;'i: ' li--.b•,,F ci.g„, .,,, . i 1 'T-, ' 1 95 ; , . (, 1,12',„,,,,'F,, ' 11 ' ,, ^1 '• ,- 71-4'4''' 110 l'-' s2'. i! ' i. !.:-..7-,s, .', .21; ,-,. 41\2,, ,_,-, , °-. c'.A, ,, - d'.g,--- : 2i ', ,,",i, i' : [ .. i ,,e,,,,..,, , \,..• • <2?. !' R• r., ...2.. 811, . ..., . 1, .61 8i 1,,4,1 1.. :, .,E 1;3 7 i., . t° ',' ,._---lt 66 .a ,ttiich i.„ % i. 11' 1.,si ._ i,. ., .c, , .,...,,,:. 1—.1 0 , . . -I,., ,C.1. ' CO'...:, ., . 5,II I§10 l'; ••' J r. t 1. l' i S/ I 8,._..- i,S, . ', *, ... la ,,r,,,,,r,----, , ,—i. r ; ci• ' .%., 7... -.,,, - ,4____,_, 1 L'. ' .H,', ,1—. •.' ' ' , . . 51 '''T >ii -`,. , ..I , ' '---,..1 ,, ,• • , ti.,_ ,.,',. :,u ,.,,i,_111. SI' -J.-1 • t , c LI i. • 5 ' i,, t ' , 1 ''' ' r''''<-1-t.- li li..1 i '7:'''-',A--•-11- 0 g Z '''I _I <12 1 t-' --.[ , , 8 1 ',' ei ',, ', ', „, --r---,---,- ' • m-r. 3,-, ,A.,------ \ , , 1 • ,-,,,,,i. ___ ...L ,9:,,-i• - ' ', "..., ' -7:'.5,,i ''''-• E..., 4c , •., .4r.#1 i-,i' ' ', i 2,7,!,•'-'-'• i, - ,:-. .,,,, ,. i axe.. , I , :011M W Q) it()atz ,, i‘ i, , 1 . . 1 ' zit3 I 1 , 4...-.1..,,,,,t1.1—,) 1,,,,,,,,,....f.,, , .i.,..” ,, ,, , .. I! ' '-'•i1.71 P ‘:"—", il , 1«, , "si Q ,, ' ... i. •.:,,----„,-,, . i , , t?, it .. 4, i _i_ ______—4-1--i-% th.-t , , • i 1 ...._---_,i- , , . W 3141 V... ' / 0,c , -: '''' Gz. ..../.liw•rai___ks. ..._4__ __ __ 6'-- :, ., ‘,,--moil.on......1,... i I ' , I ,.. '':,- 7 ',1", ilffitril 1 4., i '------- , 9 z" 11 cc ,.. , , _ . „ ,. . . , i 1-1 : x....__v_t,,..3r___2,._, 1 z ‘,.,.' A',,c.::..2,-:.-_-4., i,:,, ..-- . , ,-, ,„ -. -.-, ,,..,---•--- .,..c.--......i.c„....L-J,U. .....,... ,,,.. , T: ''' :'.. •.•, . ..V 0DZ t8mNJlC'(Uuc'F.o9-l ( -A---v-m- °,. ., I- '21. . :/c- i'Ii1,!,,,,,,1i,ir1,:A-47,f-,7,‘1rcz4.,.,4'1',.,1,F...:•,.,f1:„:',:t:‘:1.,.,!..I..,'''..t'l--'4'fi..;,„,2':,';1.,1,'.,'t.'n:,.,.,:8 1..57*-:'.,o 1-,,-4A,.,„,i,1.,s‘,iR,-,,'6,.;- .!.,--4,-Irl.-•.-„-:,,-.•-,,4,,--,:i.,,..-.,-.,.....,.4.-;1J„1..-,-'....U,-''F'''AA'-',,:'.',i-.' )•0:„*.Z°.,..7..',t c1L.,ct..•i 1--',."'..A.T„-,,'1,.'.,.,',,!',•,-,1.,-.--.'.:.;':‘.1-r3.Aa,'1,.31,•.'•,1-:,t,-„,7-.,.r,-'.,,•I,,.,'-ol,.-i'i..'.l'.,s.t;-4,..-7-I.;--,,,,4•„-7,'x,-.',_'•''•, .4 otOid - - Cbleus - 1i---.---721------=I.Ig'-'-7'A,1Lp,.1•,-1 1÷i,if1-1„:7-R-...7-1•,i.1.t 0„;...:1-.1:7- _ x - c\,,.-r;-.?-,,,.,l:.:•--„”,;%k•if-,. •„1.,-i,'i7:,,•4'•A, t„,';,,„,-•d1.,.•.- 3-_••• 1 I , , a i.,44),.,;(,,,.,1 1,,,,,,,I,,, :.i. ? ..--;:7.= li : 21.6 ';',.:,.. , e i'-.! i,eg 0,-, c ,,i.i...1,,, •Y-_,..•. 1 .. ...,,„.N, ::gq ,12.11,ii-cill 1,,,,*,.3 L1,9. .q a i,8•1 '1;2' •Hi•4:0,,,W;,,'OIL', , k, is,--- 0 i. , g 8 d I;.‘ s 1'.N`-1-i-,-,- PI, -; 1-d §i , tg§§ •::/,titr,1.,' 4 LI.i 8 , ci.i',_-. 1 ,„,;,.-.i m ,i,l,t-i: - ,t3- ‘, 1°8 ' ” : .., ,..... ,„,, (4.,,..,..i,i, ., 11 i 1, i b,t''. ..• ,1 ,siti.,.. 4,,I 1... a: d ,.. ,-, 1,- i 0 -4., , -/ , ,2 . 11- 1E--,- . ,, ° i'.•i'..,..,;.., RF, , , ..... I ,%.”yh.,_ li 1 1444: ..4,, 0 3.CCW , i'i,'`'-'5.=1« '..•••i'''''''',.'' i2'.`. .k r.,,P-• r I,,,L...,,, , ,, 7 . 6•-‘,\ • , ,, ..,,,,,.......,-•...,-, -=- , . .... , . ., , ,c!,E •17.--,-77,. 4 , • !I . ' At'L s'-- '.,-,---1-.7-ar-:• ,/, ....,.. . ,,,,..„.__4... co _ ._ _.-- ' ..- . :• .---.-: ;a, 1.- .... ,_ 1 __ ____ s.,,_:41` i__!,4.,.4.1:•*-if,'..L...,, '',-.,--''' ,':''- __ .______ . .,-,,,. ,,`" "7•-•.--'----.4,74,1 ---'-''''''.---.7:--':•:” .•••(3'..,!....1f.:."'2 h C '4•4`t.iglir-.---------e''''''''''') -.ivinc"r""lustre iinstoo,;oi.•••••:: :'•, .1:• - t., 1 : 1 • • ',,i z r , . 6.j. ,,,--:.•1":••''.-V-1' h--"'',.3: ''''''-;:f.i j i-. '."1"',.:'7,: i'..•.b...1'',...',..'. ; .•+- - -' .,1,;''• ..,kT,'''‘.."4.'.1.'94," •'''.•11: ''•!-.---,--.11... _ ,.....,_,_____ . C'1 - CanNv3_AL.v_vs.N,11.-rioos 2_ _ r .... la cn I ',;:::,‘ (3n -3.-A--1.- v TiTiii i.o o)' 'of-i.-v-13 v 0 ki i::3 1.v-i-s . , ,...., (am t4 _, /tI : .,... =-1':;g1-- .- : • •":''':"t‘,.:;:•'""..,:""4::=-Z-'-':: ....... ..,:,--'.--..--- . 1 8 - = .---,---....7.,--,-----'. ,•, . ,_ ___.., --", " Cn' _,," ir i .,,,,,••(71.--.. 4pcoaas -.•. • _ ---- -g-EF'Y.-. • '('e-,-'t•--*-- -.. ,_ --- J 1--'•• CO i-. s' (r ' -• - -- •-, , 1 1 -'d••I.-1 gii I tgt ,, P,1=i0 tsi ', I 3 ' 11111'1111'; 11 1„Iillilii '11 1.11'1 I 1 IIIIII[11 il "ill 1 ''''' ii 7,11#11,i'i l'lilti Ili.livi .` , , ,1 :.,..24,22,r,..;,,,,,, 1 4. --'..1:1::'- -',-.--,4.:;: ::;;;:,:-.i2,-ii.--1-. ":•:::-!,iki,..-,',4--. Ligi,-.::=,•=i4 ;..'3 ?..il?,,F,:_,`-:1 ti 2 , ,. -it W' 3 r;,....i1.1.1.17:4..,,.,-112:12 stlx x t i h a h_a_a kr.2_,.-1.a--hr..-4,.7.-,-,•1 , ,.1 i li 27. ,-.:- , ,, : ,,..:. :,, 1 Silik!111.1414,,4,4.44 SI 4 ill iiihkif4 4 h ha h h a a hi:Ala t.,,,,Lt,1,)!,,,.kli,n lt.r,htty,k al:.:h la k rill.a k 4 Si:::14,14,..r.,4177141 1,..,'I''';71t, 11;,f,ii-.;2.'1 i ., g- 74 g g 5 '. Llo d-,4 , •i' I 1 : I 1 1: II'11 ' —: .4- .1)0.1,-,t7,-% #L12.Liii.L. - 3 01-0111 lotiiiiitt21!!!Iiii!li dr :.Iffill'!IPol-,,-=',•-111,411q1 4:0 -1t. iLiA illift$11.11$1i ' 15 uz co, 1 1 , • :!' .4'g ''''''.4'''''6I'l lir'''''111111'!'1111,11114411 ll fi,-.Pi m,!-. ,'i.' ''s,,;',;,,.•1'. ' „ :;. :,,, -! ' ,:i i :,i,i.siksj,ils !,i I!! lgi 1 .'i,1'.I . g' 1,4.2eg 2,I° .-'Ili ',fil!!, fi 4 f! Ili-Et, '•.-4 1..-;1:-4F-t!..!? ii! ,,,-'.;5i 11- .-'-1',. 1 g. )11111:11111111.9114111Illitiillii)111111 fill.'.11111 11 1 111111111iiiiiillii.111.,1;.-1;—.4.1.',...i' i'lL/1#74ii 82 ' 1 ".1"-X- .5 Ii 2 g !-gi?..5 c ,,,y. -I - 1. , 1 i 1,1 : , . : .: g..,,,,..!....,,...,',,,,,,,,.pit0 i I I,S.a g 11.%):,,,,x g t E,1,,,,.. ps• :,---`1.,1. ' '',.1.'['t 1,1' ' 1 I H - ! ':'.1 •1 I-g tii, rr-C-...-t4 Tcric -,,,- ai-J.I.'s''.f.',J2''i il,,,,-,.--,-.--,4,_-:-.:,,,,a ;-•,,zz*,-..7.:•,..r.r.,x 2:,r,*, .-i atmls:7,•,4,•,._...... 1 .3t,s s ..zia,, 4$ ._,. ... -,•,•__ , ,,,, R 4 1 g' . A 11 2 Z 2 Z Zi2l2 2t2 Y12i22 21 Z'2 2 2`2 Z!22 2iziz 2j!2 z!z`Z'2,1 11r�11C� .2',.:21.s simist¢f l'i2'2{r•a'a1a;2 a,iix,,,▪,.r,fe,c ei!.c t;ccjCll _. ,,- '2.a,:1'a a.0 21oi�fOl 0giP•i?,21,2: �Ot0110.0!3 0 0 0101OIOEg' ii' u1 1r;�i l`e-H H:��t rih-t�IF-If�rlEr.F Fth F{t-t-tF,Fff-i�iflF F-�hi�I ,1_ j !- ILlLLi it y'OC{i{C0�'b 00 i'WjiOI IY^N41 M:�^t�'.N VI��-, t .-1 tt ;0 0�0.0t Y t w�w H1 21,:$.1, &O 6 2,13,..Q OIp Aig N in.r.En JtIN 0 yy 1 1 tIV��''.'N!t'nl'nt R1�N N N N�IIN fj4 Q ') { I-I I , , : i., tif, t, . ! 1 il ii ,, . 1 , 1 1 NV300 01 .1. NV1 .1. V ..1Hiv i,;�2i,.li. r.,i.Ei.,I..'.l-1 i.i6,bibi,4,b oEl�liv r/iVi�i,,I i Ill '4,,z,10-L1`3.-L,'...,, if?2�+YS;7 ' t i i !t ' 'H ' t 1 j ( t 1 } t t t tllll f 1 r. ''bL S1"el Tait�},}2.`Ct:- S;2(1�4:1iY 5: 't'XL7�'�SL2 k / ` i S l 1 ` t i l !� t 4 (SI 4 . ^= ?OMOta71i'= •y;.:kitfv.7ltza.• E ` !t ! t ! I II a. >:-4i"JI,<GS 4Y Y3Pd+1t 1Ct 3<J6T�U *: ,r 1 =ul(alit.i�4'S1.1,2'Xi MI2i2i,,, �..2 i '21Z ;X.212 2'`2:1..., azr:le,r'c ` ' :IQL7^Gt - t ' 4i';',' ,.,!-iiiiitstt-1,141.tril-kAi.11;01.s.nriii-ily- ,, ' ° ����;7i7.�Zi�a< a,�, a� �`7'�1 � � �t T".- 3dnaaa'. _'- -- rn ..30an��t�z4�y�'vzzzi yiItil�_fl11114 ` 1ZS a fesoml.c - r, �3j:�1>>73;4�u vujuO!O >j0!li u U UI . tiraCnOMCct�,w��a¢vxcit I I � i ,a�iu ; Q 'ey 1 1 1 i i I E ` ' Isi iE ^, i I1 � .0 I i ! s r� r. ; i € I IS ; 1 j Q i -,--- ; j a a a:p !a OIZ RIR 'IP!') O! y LU U O n Sy.lyWP/.Y'4'3t -'- --__ �E� ' �{W��j�g gig� I ° g _ F ° :1,11.111.111111 _���i:I�l=�`til` i { kEG '�� �cr.i 2i2Z22�= Yn lv II ZE4 67.� SIo�SI�"od o� � Ix o a.a.i } ----- °. ------- ----------- l�jv-1"1- o����; �fE��I ` E }- a..wtnvz►s�1 s"�- 1 I i I ui0u uv u v u v Jit u u u us u u; W a.i o+�re o'.31 av'', t II I !s ' Ce a i IT€__ ` 1 ! � I 11 21 E Q O ° j_4F,F1Fl..,E 'T lIF a ..Ew I.. ,.4 " N{ ' a .y M ,n .^ INt.n IN A a a" , iw ��� wl- QW v r. f a ° x>' `a. ' ......ra^sT"- "� -._ -.._ ;} i t k i j i i t i I f 1 1` �-�° "Eaa antxl o'.a1 as i I i ;7, � �- -. t;--°r ___-_ _ anlozvw�r. ___ ______�_ -,r fzt1zErizttz2zzzzz_;zazazazlziazl izzzzE;z•zzlz7zzzz.71,.i ,, [.- - :s.:,, _, � x3r+a¢vrv3i (i {!i I i Z' ilif `t3EjIIli� '> \ ? '°� •tl� l ta,a s vre'l az.-a a r.a a g vi ri aa'. a agta a s:i,a a a a a ala rt;sa V �'V 3 "� • Soc0000000000000;00p00p{{000io�0000000000'o a, '..,.� ,li .1'� > '-'''''-l''''1• .-Ir r r-1-.-1'-' r-t-'�1-,_Ftr r H.r-1-lr r r-1-r.-ISI► rt' '` 5 s li ' �� - i< e o P '4. tt1 t j I I j jiyyiI-= �OWKS#.}..�,„ `•,'a.,n\ { .In4a . ,��� • �< R,-_,,m',}j;' 1a ii,°' i im tt 1 • i i 1 1 1 ♦ r - ra ju ,.• mnn � ^i i 4. -4 n;4;...Nf'&.A.r1;4'D F w inti tilt n L L i4in ' 1 V ,oho'.Tao), a "i k s_=•.Mssa:.£cw g (�j ���i..E' N �� lyj V �LJn�ypt .Oz+ K- &. J 1 k i w �w ^Ew Z '''-).1.,•;••';77'' f Od vYl Z yt I� ?, }�}1,p.+y U� }r, 1, j.: 7� r i m i'_..�.�,f )`\�] �p=er A'---,,;•-• � / a `,\ •,r ,..,,,=.0.0..... _ 1 Wim..._1 \\- �_"_ �►���r�-��� 1.1"1� f�N N'r�IF lel FiN H fV IV .ftll7�1bYlh YIM N NIS P..N...V .3i�.i!bl '�,76i1tXll.4' '''''''...''''.°Z.'"'° .,yG.Y.DUN /,CR .3-'1_---.QI.6}: MI.gL►Z.60N (''"t- ,'(,. f I 1 ` j u�.v F f r�,�o0 os r 0‘.. _,,,.‘;..t",-',.\c"-a r • f i , 1 i I 1 1 {\ -'-',' -.....,-'..ii-,,,,,,',4't-.1-_-_,,,,4,- ..-...,....:-••:•-------,-___,- ^ _ -� t 1, ,i` J 'a-, .. -..a a1 i w Balli.i..n i'.i.iml`a- `•."'.."�'^+1z�1A1"'•1^.v.bE iv M t"li�f,ii !,l.L. '_-... �./_�@ �, -'•< ` ,-.4.. t' _ /r Tom,-•,,- i li 1 i I E' DL U O. as , ` '� ' r �`' S I € I 1 j 0 CC'-W .{� t W . vAC"R rc,.• F fi�-rZ- v$_1 a.i t.-/--.z�+,.+'ry�- -''''.' i i f t ,s,,./2 �ONp .m ' K,\- yp• �• ` !,\ y,l 3 a�11 2 :4' '';44,-----.,,,,=,-- vs�M':S '1 . .....�_ j j 1 I i V auk a\ 7t% xro„luu+s t °�+ b 1.g ,t''* ",4:•'-/- r r, E •Wilr ' WItI Ile �•.�j...i C [i4c,,,s., wo{ - •' rd', .' �i`: , Ifilitlitill1111iiiiillirillaiillItli `Y 2fYj (i`j'' a S?{ i'� z E+ li ztii O �I,QU]U '„c _ :rc a aan s a.s,s yl nZ --.- a2r'Ma1i0UG •1 �,� �zz� sera ��V ��+ �iSl�ta�iii e .�'�lfa_ g i ..00,, ---.�t�.��'�, -' �-�� l 3 33;;Stilj ,;x >>,g N j o.Sz t Y :rr a.sox,c t ••r' I { 111 I E E f I 11 J WR '-'-----1: 4__ ..._ !J s2 la. ;. __ _�An.;6.J,:S►.G_•,at!'_ '.+� `• V f 1 I j t I j I I I I j 1 1 j 0 Y v f.st x'1.,!c! i ` t t i V ,- �'ai! �/ aia y� �!; '� 1•oG.tcw} 1ii 1 ! 1I i1j i _r"''C C�. 13 's`�^_ -z= s --* =il ` ,; 1 e`"+' ( <aj<:<ili g,giE jS o 0to ;Z A 4, • ria /: ill jFCo illi ooold3 3131g�14jIgj�o�� �+ �� :,.� 1-d, � a --„,,,......-.4 z.1_,`. - �-t •2�YrA•36„`,_,�++'37 c y'�' a 4 �.i.r �E� j3�s , � � I<1i�'�I �.�i� i�' !�j��4�',.. W r ._._;!it - o Y`7=14Y1 '7 71 i E f 1 SS W;WI -il q.'�Z 1 , YNM641G__ 'i:-r-� Ys :� a�� a =��'s n ale a G n'a., G'� t Zi zt zl t 1212 i, J WIJ: ,J 1l�lt N NIN �1 1N N Q Q 1,-4 , gi 1j,, �,�' •'b'F,8` a� `' , `x "a ;' `'� �E°��E �1` �i ` E (HIT �'`�E�'1 ���1 !� ill LL. .. 'Y;-;' U)JI i:C, t t f.. d. ..i�....1 -,;;1 , f t r{, 1 ( till I�i gcl.tT .0�+t 1 Rip] illi 1.l 1 Z O niG'��; i..:(7:, k�i---sJ As 'x a H h rte{.*� 11 f ( j ( I! E ; • j ~(� " S 0 ImI ;! A a8!i>FIa sl�a , �I�w�E�{`~� �Ea�� �j^x< a'CL -,R;.--4, . 4 i!,.. , .; , ,, .„,..4s, - • rW ` � I ' � � qq __ r >" • , , :g.,:t;:s==.,,,,,,,, ',-,---iiiii _.. _____.,,r- .-.-----t ti:._.---1 -,:,--t cc :.,',.•,,; %',.',.....,t_.-",-1- fes: --1 1a !{ t rf } + O~ ,, t °il NI r .w,.i m�.l�.'-.in - �• _.__I ...t!':'.. (� II !'•'�� 1 =� N ceLcY 0 1 '1,.'"' ; 'r Yr•a - f117r3~ _,..1'-';'Ysf i�ddt )S O �. i J `� L g 1 I it-•-• .21 i t S 1 a 71. Q '}` j+ j i 1, 0 O P } '� i ni s•,..... < '';-, "Sj car'`� ''a, p -14--"S�iI '' N '!1 i z VI: 1r3E - t aLi J 'r'A y �t.3� .F ��_C+ttp W Zr.vJ i``'i, �I I' i.•4_f Q i,t7 Y3 ,,0 g`< _��°'o -i6--t1 R . ;v.-c f,i Y ,,,.,.t", i�n- W UU -,ti a E<9�78, plu .Nva$. QI a ;:'...,•-* .a._ -.., a `o )1 0' 1 -, iba 1 J Y u 3 lT Z' F.IN GM t:N J l j - V NA:1 $ t ,_-.4r, iy - a. 4 D --1. 1 QQQ { f i ''j-1---'j K i�� .l.11;_. ¢ -Z=t r 1 I .``, 1 Q i i`i Ski n y !. r \-..4,,,,,,,,1!„...„;,--:,,,,,o,.., e .'� -1 'ra'Rli;It Z .n .}gf " 7 ,3/4,-;"4, !' 1 ~ �#f, ; O 6 J I ` �� 31 � - t.« _ JNfi.. ��S�.t -WS-.1..{ S#�j; t�! .CM3- `�., ''- iA g11$ I3 v ails I{ .n-` .,�"O YZi ii" Yf.�ti`�9 '-- 'f?p `''j_ r l.iJ^_ Z l i'.i{`�i_a .+ OD Q I 1 I • i.,l 703'31'25 ,'- ,�- r ' - -,':.,....-',,:.1,,..! + .,-l • i f . w . . •.. LL1-,'„ i i &-''-_r}.-__I _r er^ '7--- 1`,1 f -i 7, - ji ! u Y+\ _*r-., ' y t< O/0 ?, u Y' �]:qp__-_ . ,,----14)----;.--,i I4 ,'+ r1`�a'$ ��i y_ `yt�� _,z ♦I':e"e ; z� y � U d' -n 11 1'^ ,-74`-'.,..,-;:'!„,... ,�e��J T.•--=1:•",-.1' j:"�••C.€�M i 0.- -- i. t 't�i.,osic ,--....:::".:,..,..„.„,t y ,G.1£.10N��)f I W.� �- _. r o�. i t Z O C E ( . -_ : _ ,* .C� -al'.c w o1a1 -:,,..a1�ra,rpt, ,v� 1 i '„ _-_- • t W i j �T`�+, A40 late •x..rt a rl,t.. OM ! 7.,,,,.,:,,,,.) t `V`+ _ th W vi x z y 1 r 1 ', fi OD11.,y ,f!Y s *' C.�`4� -rV�+Sia i 1� I J N 4�r u a:-_ C<.1"K „ t.. -x-y[ r... ... {'. I j 1i 1,,_ 7 • .- t �y Z yyz!�l .t 1"J >�' U 'o.)J. { i , .` -tL ,'1 ,''1� 'r 1`.'' • 0 t z_ L Gar •�`_ I ', � 1 ��� _ as � 4 �:"• IL � � .- < ie., 11 `1 �r!, 1 .t._.... - ! e.,-;!---.17. -s' -.. '- .Y 1,,,4'.:„,,,::: ;f,i it 1_��: S L�' .� Q 3 0 3 +-�i �QQ 1 G r �t i S2 j y7�{ °� �-41- i 'f , f S I Z gi''..:,•:'4., ,I if I �,1--i i>.]< _S„ e.-.:''''r it: 1a; i ,•.3 s�•ai ., 1M i4'u- --,{!�' { i"i --t $,: i -,-4r7., ri1 y. .i J ze1"a8Z1 t O .4!!,;!!'''' ..f '• ^moi.��� ���e•••". QJ 0 N _i o tl g z 1 9 a1.• •i-q 1'1i. t f '..._2',•5-.r21:.,• ..x b',4-`,,,,,-* ', » •..,.51..„,,.. .!,,,,,,,,,,.!!'.._. l'-‘..-11'1'..', --)[ tit' ,..._ s aWC ..i q: iY- 1 -itf ._:- +;S z a 3 s !.. F i( r� 1 C cn �% }de,‹ 1`;ai I.WI li sl�t t t1t3.;',.$1,7:3t §�aR Z il41a IC, 'i 1 W '� 'K` ��qAF 1 41y.�'YYl$�st`�al� � '1n 1° iatS ti., P._dii L �-- J 44w�. O rr_' i I.�70 O �•.;y`'t�(y�'•„i �r':.I `,'� rl'�' l'4 �a `- 4 / ' Sur g o i.i ti 11: .1 i & 1 J iI 1az ! Iw_"Ii-T, , 8 ___ „� r 1l ,. •{11,,�� ! 3E� u �j'Y ��j}t' ill,311 t U� a,^`"fl rr`- '`^--,jai-'- - Q' v4 � 1:,,,- <i.. ',:4.St,jr.re.. ',�it[�"'n;it :tt'tin'gil, 8nd F • t` i i Ig.1.r"i Y L. < I ,,.,, 1. y 41 tI t 61, ' yt.,.._ to',r 1 ,1f. I r.-pier'- '.i'a.F r:a. - �?'� a'•l,_.,.7� ''y';'; .___ 4 E g?d s i',T;,0..,0,0 b BTU j'• -' 4 'ii- t 6.i,:11',',49':,,, k,'''• T - �" 4 , 1rr`.b v x`41+.''171;',...$1 ✓a V: 1 _ • S •>�' _ _ ,•.' ,.„ wl sla+:tea+a _ ;at.5o'SG M.Ity£.1UN .5F.9i'661 A.12:.Ccei i r N,--.4 i. ` a ` _.i ,. %,. (3f1N3/ld SNl�OJ) d C-d pd0l�31d1S Ii'-'" t~. c:,y=, w t` � ye` q�' .-''Garr) I 1 3- 3111 i t ' g 1 Ese% 0 or tieastalu a II Z: 'lilt . §1.) : qt 3 g A I _i ,-. I. ..g 2 gli ::l YI rl-i._-I.i:Si::, "'�S.YJ:K.-_::/Si.'.ry:.4Yn\b.'.S•yOo.Ao b,\fLc\yy1'ty.''•S i41.i Y e..�n�,q�.•7•^'A,:Lr.;t I—--- i 11 4 t IIPMMIUMMUg,!inMi$ 2, L,'•-'-' 2 1 C.,C,Il V,'NiEl Ci 0 I t...**soeo@qi,l'mo:i:i0 g .. - g I i 4454-z N V 3 0 0 OILNIF1J. V wz-vpq 11;: 40.1, 1 loci 1 2 s i.t,tt, i ----------`,--- - .---. it ! i , „,. -.. ,.. wv,00-..'E-32 -.. -. ,,o.: 4 ,.. ,... _ ,... ______-_________ _________ s. - *----...;; ;,.— ...... eil ,, ..... ... .. , *, Q , wii.e. frliP-,310,0'1, z,: • '""'""V30, ''', CO -,qiWW.H, ,. ,. ,.. .,.. '•:=7-41,',. -, ' §Aloi,PIPL, -,. S. '3 %. '''• „ %. T .,.. •:_. , •,. 0 , .., •,, ,._ • ,, .i.,,.. ... %. ---"•••-cr"— A" — -. ------;.------------ i. .t,---- -----2 ..---------„, %,+ „,_.• , , „...0,,,,. ' ‘. °.'• _.........._....r„..........i.1.1 ', ---- % .-„ ", %,. '-• \ , i % N. 0, '''• %. : • . '' •-- , \ ----41— ' ,, ,‘ ''.4,...\\ '''* \ % x aNext A,. • ''' ..,. • i . ______ 1_______------- mr.. ,..., ' ••• — _ ak =.-:?-. —...............,:zt. .....,,,Ni ..._ ....i. - -,..- - • ,:' - ._.......-...,.. -1-.: ‘ _._____.. ------7----- : NiiiiplifoorL .,v. ...., . ;,.., , •,,,,,,,,,, ,,,,..,; _,;;;_, _,_.,---------......----,-------- , i •",„ - %,......—,/ • , .••,-. •s %, % ,—.,<, ‘T, . .... ., ,. g s ._ ,.... ........____. , ..:. ..... _ ............_____ ., .is.. ... ...., I g g ti.LIJ \ •,+ 1 1 P si 1 . . 1 1 1 ' '• *), , ------ --":,1 i 1 1 lii. ,K,i,•••44 -,. .3. 5, .,-. _2_,.'---1 I 11 i n X ,e, g .., 1..' 2 1 W. 'rr---,----r:-.--, 1%-.1 7-77.--R 1 ' • .1 0 +4, •,,,,- ,... „. i i `-• 1 :7----1 1 i .1 1 t,„„', hill HI\ ''',1'.,/.:11111 rt12:..,,, ,,,H1.-'•:::._;,' '. ' '._ 111, :‘,1_77 1: 1 • ..... .., i„ 1 . ',1, ,., , " _.S • ( 4 c. '''. •°'. `IR, ", 6 Z1 'sc, :V. If% ' • -J.... ,-.7„.1 1 1 [086 .• 0 ?: i 40. y`k '' -----'' — • 1 l''' ggiiic 11 ,. . •i ; .....,... _ ,.., .,„. ... 1, -, •,),. 4,)--. 2 :4 '',' $ .-•.• --I',. i 1 W I . 1 :•4" c7,2 1 Lt„:`,-. '`'.NN.,,•;'% C 111 1 :7'1 MI I ,.. ,§_,, 1 $' `gL-3 ,, 1 (.0 1 \jh.-,, -. •,-; . , is, —,,. - , t., ---, ,,, , •.„ '.-,),, ..... %-, 0^4 -ii" : \,,,F-?_,$-• _ 1 ______1,,--. 2 • 1 i i aid! ‘, 1 '... •,- •:. V, .., c4c 1,1 ', h -4--------' 4------nt^i ,L,,L,,i ''':' ' '\•-•,:. :,: ';,2. —1----i_i --e*-1 — . 2 ‘ 1 t..,c.-,11, , Po`:1 •,,. -,-,Tb. RAI (c2 iZ',',L1 h 1 1 1 .4 ,,,,,c,i •:t,-,, .),- IQ Lc`(:( ul ,Z "i.• ``. ______I 2,a_l ''.Z,1 ,I.:., -- ., —11 p. ... ,,\ • . ,,:- _ 67 4,,,: •••••1 ,trallIENr..... . irli . .• ••:, .:' • .--,F.'"\s's vawal Isir"1"-1"-7111111111111111kN '41`6".111IIM - 11 ;1"fuv 1 AiiiiiiiirAINIMIZIM111111111AMINIIIIIIIM— • •- --.., - ... i.' --.. '', '''' ..% '.. a; ,•i%,. ,,,, ,,, % 1 i'> -..1' ' 1 : 3e 3 I* ,•,, 1/k a ..„ -,.. '-e, .4, °, • 5„,•,, ..,tr.2. z •, cir: 4,-',-,-L, :,,y, ,• '-.1 Lt, 1, • i.,„,* '6,, IR ', Rg, — ... Ili, .. -4 `,'' - %,' • , ?,• rA ,'i api '12 i, z 2 a). .- . ,i,2 t: oil 1 i• - .-1 E,,, , , , ';z1 N V. t... 1-1 A a ''.• ..! '''' 0 4.... ."i',' .N.L,,, '•? _,,-,,,:,_ pit. L,, ,,, y,,(-ii, c o .1 , F .-: L'-"-- ,,2. i: •i. .... Pk, `',,',!4 ,, "•111,÷t--tI ' 1 \ ' '''' ''''' ^ ' :' ' .8 • • 2 ,-,) A ',-•S' I‘4.f„ , a0i '3, °, il t , ;C_____ 8., • ;_, 0 . liti 1-,---t 2 9", ' 1 ' • i 1 , . ,,,; d („z (,q,'L'ii 'Z,)@,•1'1 „thiks .i',1 -Nc).` I ..,,: • ,, % , i , I, ; . „, ... . .,. . _._ v 1 .. 0 _ .-, ' ' '211-- -. ' — ',..' "-:Al h ,..„ ‘ •--- ah..... , ';':;,.-'-1, c,,,...----1—.,9 '------"L—1-3N17 AlAY 1.5.3 _____,,,' , . ( 1 .- ___ .i..- ---------e'.-..-----X------'---- ''-----V---- ''LZt,: .-' ..___--------- ^,--• - 44 :% s_v `k-- '''''' (irINIAA,V SNI1103) %Ai' ------t----=I ..,,;:' --•'‘ , v-I.-V avow 3.4v_i 1 k ..,,. ,!..-,.; • `r -*1/4g g TIP)* • "elt . ''.-.. ----3m7 led ISIX3 114 ill IQU-1311- ill Qi0g Q I Q ' F U `` W .__.-...__----` W `. Oto '� ��� W W � Ns _ 1 : . , ,\ E g ::::::_„:,:„.: . . . ,, „.., . . i1111391.-7._ i .,. . _ . , . •••••.••.••••..,., ... • ''.7.2i.iiiin"`„1: 1'�,�i p e ..x _ S r ilil _ r 1:.:,:.J.,•:::::...i'l:::,_:::::„1„t. •:::::::::: :: :::::::::::::. •• •H,,i'-----:-:::::1: ,;;...„.....,.:. :::::::........ :....:•:::........1.:.. : :....... a. �... a Ys %,� ,:.::','. i.::,,:. .----:, ,::::,,,.: ,:-,,-:-:,::: ::•.:-:: ,:,.::ii:.:,,-:_,..,::,,,,,,-4:tr,11 .:,-:,,,::,,,,....:-::,:,,,:.,.:-:,,:: :::,::.:,,,,,:4-H, :,,.::::,-: : ':::::::gli '• . .F •':':;: :'2 to W :t1{17..:: g "'""''''''''.';''''':::'..:... - :-.-::aVol'ic,',:-:::.:'.:::::-::::,i1-:.:'.,::: HH.:i::-:;.:*:•, H--.1.,: ;'.:--:.:::-:,-:,:::,,,.i,,,,,:i0:,,,-.'..-t-::-:,-,,,-:::ki , ,,d i 2 i 1 g t :� YY H. .'. .t 1' t5:1 • 1::.1,:.: _`T- yoli*•_tr...4 A A 1 II A A N A Y%A 1 II g ;;::6;1''4 ::...::'.. simf'..'-..''''.:'::::::::::.;:.;:.;:.::::::::::; :::;:::::: :,:ii:*,i'''.:.,:'.::::::::;,L.: .;: •:-.,.:Viir:::,''.:: ::::: i.'g'ir.AMiii 1 ''.•.i ' ni,':;::::,,,,::;,,,::;,;;;,,:,:,;.,..,..:,.:,.:-..::-::;....,..,:,,,,,:::,:••,.:;, ;,:::,..-.,.:.!:::‘,::-,.:,4-.7..-4-:-..,..::::::Aminaiiiiiiiiisirsouswit.., EMI i i 0 Ise�rri .s .;.00:411461/1111„„,„„..,,,,„„—,„„„: .til.\ a t JIYM OLINdI.I.H ------------�-- r........ -+d Q W` 2 r� .ice: •:�; • '�:':�:�:�'�'�'�:�:�:�:• � 1{]. 2 2 Mip: � i:: 2 c����CS l V�ti��`l 3 1:::::::::z:;::; :::•i .11 �:W�:.�:�:�::�:�::�:�:�• Sia¢W 3 o w3 a iii��:;:;: :•:� hvfhh V1 h hh h CD W .•:VL :;:•:;.;: mak-+ ti { 2�,1yzIW2t�l2.�22W 22 W22222 illii � � • I, Q Y p 000'p .�:•. '.' ;(j�':•::.•.• � � � � { Y %tl 1 Y 'I N Y k.....*N 11 II .,.. '`�.: : :;.:=: :; :;:: :: :: :� ::::;:::; .:•:•:•:�Q��.:.:��' ' ,gym ctl d C n 4 W 77 "4:• �t 2 z WI Iii;"i) � ::btu ...... �� O W f —••••••:•:••••••:•:•:••••:•:•:::•,,F.:::.-H::-: rt— i l : S :. :-.:::::,:7!,,,„,„,-, wir. • .. ...... 07: 41.*"''':.:4:.. 1.-40.....,. .a.......••• �' . ..w, o� �!, , • -- cW LC,, p tiq ! � g 6ti ,7 } N aff 0 3M7 MAI'15/X3 1 i~Q% �QQ Ys� 84 III�� }qO�� t+.l • O M A i .fir 1 10 1 1 q 1 > D Oto �f% �,._ • W '2 EZ g g i O U r1 ae } • 11100) V-1.-y avoid 31V1S C 3;fl N 3/�d S N � .AN �o�,� � p`I � � � � � � � GJ II .X.;)'. • i Oj 1 1 1 1 1 1 1 Y1:11) 1 • a F f t • i '''''----3N17 M/d 151X3 1 a 2 s • 1 ! 1 $ 1111 1 C 3 _ O R�c~i1 ' 4.1 .5__z'7..1:- 0 ai ''F.I '''', lila 111111111111 �� Iiiiiiiiiiiiiiiii1111111111111 iiiiiiiiiiiiiii Aiiiiiiiiiiii ''' 1 iiiiiiiiiiiiiiiiiirriiiiiiiiii 41iiiiiiiiiiiiii *Eii ! ! ! ! ! 1 ''' L'ii,/,'"-N i 1 1111111111111111111111111111111 aIIIIIIIIII1I1 "i 111111111t1 1 3 3 3 3 3 3 3 3 3 3 3 " " Qpm' it , ! 1 3 $ : g 8 a 8 8 6 g s 2 R M P $ : 3 g a g 8 6 g $ 32 1222132322 g i $ e 22 iiril I iiiiiiii riiiiiiiiiHil 11 1111iir IIiiiiiiiiiiir" " / ill illiiiiiiiiiiii ! iiiiiiiiiWil iiH " " iiiIiiiiiiiiiiiiiill 'I ; 1 1iiiii . a . alaiE. F N a ! II ! I ! IIII1JIIIIJJIIIIIIIIII a IV 555 Eiii 01 1 R 2 22222 2 g R g : 2 2 a 2 g r s 2 3 e 222 3 3 2 3 1 r 2 A 2 12 2 N 2 2 2 n 2 °2 2 2 2 R 2 g X `2 2 i i 9 g : ! 3 (...) cu� 8 6 iiiiiiiiiiiiiiiiiiiiiiiiiiiiii i <Will iiiiiiiiiiiiiiiiiiiiiiiiiiiiiii 's iiiiiiiiiiiiiiiiiiiiiiiiiiiiii --IS E. ' 2 N 22222222 ~ 3 8 a g g s g 8 8 E 8 B 3 3 3 S 3 3 a QM V g I I 2 3 W S k i_________ invil ,rnmes....... . ,, ilig jr -) - ---.. - ----.7,-* ---' peP !la-:-.ci-•07e_\ ....\,\'-\\-,,,,,2_,.__ i , ,„„mit , 1 mai r 1 , r„ �� Imo_ Y Q , ' i 1,-:- /77- _ iqk 19, ® o0 2P „,, ::, ...411.740111111114001100_ i .,. _ 4 t • • , 1- 1, , . ,. c .. 0 - i :, ___. F____ . /J//'ik* tiH < ._.y:1— / . c; . ., , , S., -7, I_ ,.._... ,..._ ,,,,, 1 . :,i in :iv .. .:.1 I ______ 1 , 1 '' , - . , , }}�3� W 1111:ww: ,... .- 4 b V OI N N1g L' T 1.,,,...,.,__ 4., _ ij ,,I i \ ; _ .11,I 1 1.'',. -:s i-,, '. , /: g 441 ril 11'10 ‘ .a..bil‘Ititali 0666 i i.}... .Va 1 • ., ii, iii, ....... ,.. elk L't 1 4, , .1E4. 2 1 „,% .. rell ::,',c,,ii I'fc' i 1 W W rem & ..411 ....NN'effilm”" ".."""----immft.-....' ''-^ vS _ ____: �c ,,,---",,--fo--. ..,,.....,......, , , ., :- ,,.....,74, s'.. ,por-,. ._,„ .„,:, � c:, ori - �,��//�I///�/ ,C , _N.. _ . . . . ,,....,,.._ ! d AVM OLLNV1M � . ......... i _ ° : /;., or. , z n L `z � h 1 1 ,, , . 00 ig m y '' arc R 3 Q 1 W 1 '110 I.1\ 111 1\ ,1 0 cr, Pz.- /616ii Lu c'7' ,i N,.._./ Li i ggiih S.: ' .' ' t 0 le ,,<,. . . .,, F., _..._,.iii . ,'a4p:,41,40.1 ti I ,,,,1011,1I 1 ry\1 3N17 M/J'LSt 3 V) ix 1 • o w lil______________ . (3. N3•Av SNI1100) V-L-V aVOH 31vis v F ► - ® % iii; • -3N17 AI/d 1SIX3 1 0 WW L.:`, .II � o o� ? � o� '� o� 4.ie.5.z u _Q a� v 4 I I i vu1 a u_1 4 O 4 4 � � � G d o N `v v a• N N m N N iI F L W 2 o 2 rn 2 N K) z -' = E a: ^ co h r, co v z O U a Wo W � H C C C w � zItijj QQ CC W UU U z WW O O -� � � EE '� % , '&- o vW� Q 1W ' k � 1 n n L,) i n . 0 Y 10 t1'W ' J , 2 r m 2 il Q U N W I m W W 3 W�� W� ti W� Q O W in e 3 O O p O O O 2 0 tt W �'' O Q>�W 2 z z > ��a Q 3 0 'L,,, N a a * a �m o�`n a a W e c LgW W o m o Q Q§m e W ,n LL 4 a Q `r v 2 E,� ' m�m� x?m i a � � a� xoxx� � ¢ oz iw�ri�¢��'1ciFixei WZ ' Q oeoW6� i z e � J O OU aW 3 V 3 O W 3 O ti V1 Vf ti,moi U W W ` , O, } i y W W W m W W W W y W W W W W m m m m y H ' a " W ' LII II II II II II II II II II II II II II II II II II II II 11 II II II II II II II II II ! , CV h , `O 10 N2 e n n in o W ass:. * El[lifik 8 e; O Q _, cp O N '�� ^ O z �%., nl�- 2 � � ^ 1-1-1-he- , i\i LL a JoJ c ',19 !)'s. " O "' Z i � m a i 0 0 0 0 0 0 �$2 m I I I co m m m �' ti m E9 mU I.> U U U u V-V3NI7 HO1VW Io i g g. /V.i .. : • 1 . : a • • • • • 3ii \ . . , . . . . ilig • % • O • • oma + + . : . • • • Z • .� • , • cl_c1.. ' . . . • •tek : : : : : . .. . . ,, • • • - • . . . , . . C 1. " • - " " :. . - - : . Nt. : : : : : : i : -• : „ - " " - " -.-, , . • • • • _ ,,, , • • • • • • • • . NI :J.; " • - • . . • 0. . •s• . • . . . . : • • •+ s; { ___� 05.1 lig - 1 • .\,.. 0 IL ,,e:,...,:.:.• t'. .. c 7- •7\;•9. . _.,°- ÷ • • 0 • • .. - . • U : :\ • , • . • ' I g • . • i Com.! /� - � : : : • S • • :I s+ Qz •• :°.: ' OS•9 + 1- J . 1 • o ' N-ei: , ..'' •...: .. .II,,,.:''' , ,'' cnwr:cc 1111,'iiil.:......•: .4-':..::::- ..-.6:: ..:: i I i 1 . . , 4 i g i 1 ....••• .::. .•.... ...:::'y'......i..,.11.1.1..:."...:•:-::. i.:.,'1.:.:: .....:.,'.1.:: ........:.:.:: ..."... i MI I! i h .9. :.:: 1� iI S>. O O:::••••• ., . ./ • . • .4, . • . . • . c\i •o O • + Ui A. + • • h4-0 • 4. • � a ). • 3. v " : • ' . '.. .' : : - • :. .• ,01101 • • • : : • • • : • . • : : i : ' : ' • . : L . ''.),' ' C' 6 iii . • ,,,, 1 - • -, Ioi : : •:1,' . - ' : - : .414: . : : i :Ruler.: -. s . . ,1,.. . . 8 • e ♦ x , 2`4 t } i> • T Co • ��`' c%...'.,..,_.:,C7 tr.3 s....: - • \`' • • • _/ i - 76 _ _ P_ • INI ,� 1 i C ''',,,,,......LL.,,,/ 3N/7 M/d ILS/X3 (3nN3nd SNi1100) d- I. - 2 d ddO � 31d1S ——4 --______ --• _ —__—-- A r. N I W ti W O U i Q k = a tl. i ' L Q I '0 3 > V N 3 0 W j Q �I W 2 2 'm 2 Q W -7.'1 °4_15..z Oto im ,,u,,ipl"Q'12W2 � Wyi�i2W�ne3 ll m U_ a W a a 4¢i U W W 0 0 Q m 3 O 2 �n <O u W,I.k U pp= k Q z ,1ti .=Q,1_,t 2 Q 0 W �C 0 0 ~ (LI Z. .i 2 d6 L'''L3' U2 W 2 J 2 ��ti t •aln 1 VZ��W 3 SOU 3 O 4X3 y��O'O - In !:U 2 LI W W 2 �°,m cn b y In In IA fn r,',.'24 :n 4 V1 y(n h 4 In y h to y r,-,',,,),'24_)j)) n to In G U W OUCO!0! 2S 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O 0 0 0 0 O (ct a � 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 u. W = W W W W W,c.:1 W W W W,c1 W W W W W W W W LI.,, W L?)., W W H i 21Lit m O p 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 d II II II II II II II II II II II II II II II II II II II II II II II II II II II II II II IIi 1 I„,,,taa` ,, t„.. g ,*.0000„,.1 EEL1 � .81 ya 1\{� � � w��, i \��� ---:2- � '. w;. • 35:74 �s'4_• : ,_ti,..,-_.L..___ — P. 6'11 - 4 ___ ..,...____________.________ _ czH,..,_,::_____,„______ ._1_,__ _ ---__..-t____ i :1 Nit%i•.:94. -- 1c) c— 9„ c- \ ____.. •�. __ _ . •' 09 L 0O.8 —�� Net a 00 L :__AX . iJ — 41_. . , , ,_, . . • . ii• " A. 4 . ,P. \ , To--*Fmmi. . ,&.N Iiig _, • +c„Q Q'v•�A + 4�1 • t ,,C,,e,, : 1 : . : ' : ,_ lir V Q. V V -, ,< 0- • . 00; ;9+ O . X. Cr i ) t• . o s+ �• ',5%. Cr �N ci ;1, .. g • . . ,.-- .. H . os,..'. . .. . ,-V _. 1- Al I I IVI I I 1140 I,. .9 ......-g co csit • , t _ _ 3 , illik# ' : 1 ' .-.1 .%.s __,,s .0 Ntt • . . : t • - . • .4,.•:. s , , i . VP?. : • : • . • : . * • i - , ; • ,plx:1 1 :94_• • 1 ..,., *. :. s9 ; — ,0 0/\. : '5'- ' c' / e 1 1 .. 1 N � ' � . o � �: : • �'+ : • : : +81 dJ.. • i2, d- i J m O O • : • d •c., • • + ❑ • • of • • - . i i i 1 : . • IA : i : : ? , . IL,:i : : : . : , . . : : : : : : : • , : . : . . : : • : : . . • ' . ' • ' . ' . • moo gig�l o < J J ggligi'l ,,_W • _ , • • . • .0. Y.!, 10. • I• . ,, iii, , , , c in 4-0 • . : : .4,) cr,c, , ,‘,. 1 , 4. ,..-A : : : . . • . • . • . a_ • . . . . . t6 iii .• .2• co' E : , , , , ., !a.: iiiig4.7, : : :,,,s,. i : : : : : : : : .:,._,, • : p.• : • . . . . . : : i • : . : . : • : : : • ..it, . . , : • • • ,,, : : : : : • : : : : : : : • s : • : •,:... :N : . •+.• , • : : • : : ! +11) . • : : CI\ R : . . : : . . Y !%l. 1 : . : : . I t•I : 1: : .4: i : : i : : :: : : : ' : : : : : : i: : : : : : : : : :: : : : :• : :: : : : i g • :14R.i . : : • : ' 1 ' .':x . f : . . .___ _ "V‘: : : • : : - : : : : : : : : • : - : . : : : . // / _O .' : I / ,X50 • °'+ t/—V 3NI7 H31 VPV 1 .� Ory W W T 0 w o O 2 i 44e.,z-2,,11 =i � � Z 2 � 0 ! W ZO , W O , Ld Z (Y./ii p 2 -W< t. - Z ? O1k3 .,ve, _a 3 0 V W 2 3 m Z Y WC1 o`^ 0 W Y I 0,,-,11`,4-,,,§',„„ L,, ,, .=-1,,,,,4 3 �,,..3 Lx 20 W,-,�i - O ¢,8WZ Z Z , c6,- ¢3 0 ¢ 1 h �°m ��aW °¢0�a' W o 0 om ¢ W a r <;1,E; 'a .L W v O W 2 e ¢ Q a ¢ ¢� �" O R Z In W 2��ti¢ � �2 0 2 � Q O � 2 � ¢V=�' '22 2 O�N�, V�Z W Z �W�W,V W � JJ 0'. W� `' a U a a W 3 O U O k¢e ¢ W '� y U 2 W W O _� Q6...: ca g -+ ,,3 p W 3 vl 'l O O V1 to 1 to V1'2%) y h h y Th` to of In VI cn to ul LT, y y!n In ia a U W 0� S o0000000 000000000 00 0 0 0 000 a s a a ��� 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 0 0 0 0 0 WWW W W W W W W W W W W W W W W W W W W W W W t2u W� � � � R lig O O O 0 O 0 0 0 0 0 0 0 0 O O O O p 0 O O 0 0 0 0 O W 2 ei G _ II II II II II II II II 11 II II II II II II II II p II II II II II II II II II II II II II �` K C\ r Qs2 a-a 3N17 140.1.V:111.1 • • . 1 i 1 g t I '''‘ \\ j : 1,1 : 1 1 L . 1. I ZZ O�s• • • • # • + II • off' .• • :• o�� <9 • IE 0,\_ • • • - • • • • • • • • • • • • • • • . i• • • i 1. . . • • • • • • • • • -;i)4.• .: :P:',1: : : : : ' - :,,,d :ii‘i : :4 ,, . . , .!. . . . . ,. • , . .,, , , ., . . ., . . : • . • • •. , ca... --•QL , - " . %:1.:/: :,: : , : :,. ,,. .cs) ppow . . . . . , , • • : : • • • • • • : • : . • • • : • : •4.-• • • . ,,p7,10-0,,.-_. ,o • : •illi* hi • : • : : • . • . O L.-H:.--•---.---•---L-..--:-;-.-X-TiNiloZ. tile,r. • • : V . . : . . . . . : . : • • . . : :' .I-2) , 14 A,o, . • . • . • - . - . • . • . . . . • . N ;r 17,-M,.._ ,. y a • o ; rte,. - II - s !- I� II a3 S 1 • • • • .._............ ,..', ".61\117‘.%).- , il . . . . . • • .0.1‘.. ''‘, IILVRIA.rie, !, lik C9 : ; i i 1 i 1 . : i : • . : : : : ; 1 : : 1* , :.. :. .: , .: --- ., ,L. ,_ ,��',, , ,...„.,......, ,,,,, `:tip�:�, CO „ , . .• .,• • • . . . •'_-, . . .c.x- . . : . . . •, . A.,• ,4„, , ,,,i . •: .ci . Lu . : . • . -_• . .L-,,..7 : -,-9.4_. : - : i . • : • : • : • : • : • : • : • 1 : ; . • , •C ' ,'< s< • • • g ig • • • • • • • • • • , . . . �. • • • • • --- g gi ' ' . • ..'''''\r;>\//`K'S,,,>s`'A` • • • . • •i 6 • : : : : : : : : - • : 7,,,,. O O . : • : • : • : • . : •••_.:... Q „,,,,, ,,. . . . . , f Q . oma . � . '� . - . ' . . ' � . o „ _,__________--„,„,;.,,,,,,,,\,)\,,,,,,,<,,,„,,,\,,,... .. -- �,�, , ,, , . • _, , ,• ' - , • .,1. c., ,N...:,,,L_LH �Q .„ ,•,_________ . .. ,,, ..(,„, „ . , •:., 4. I sv;/\ I i ' . i 1.h.— ; 4; X >, 1 1 -..,—---"7------. . \\s/:/..\/‘/.<%,:/:\>7:7, i : 1 . il.1 /c,---.1 Z L7C), : : : : i : : :. : : :99.9- : : : : i : : :. i __, ,, _____ ' • ',/ ' ' - - , - • - ii i • : 4.-.,,/,,,,, . -, •, ----,H- ig 1 9 ll i • • • xcirilx /it • • ' • • • • li 1 • OHO . • • s W I\ I 1—y , `' • • •` • • - . .. , oz 4, >.< „ : ct) ill • '''\•<'< .<':.:/.. - : • H' - .i•4_ g P lei, . . . . • . • . 9 • . ! .i • • . - - • . • . \ • Os y\ 7 ,• : • : 1 ;• •,• ill � • • • . • . ' . �4�-00, ���. - ; : �,• .,>” 2.> . • - ; vi ; .--1 4,74.›, .: i. 7 4 I IF::16,,Apil.11111k41161b.L.4. : 11r ; 1 1 - • . .1 :. 2_,-.---: . • : •1 e. • l : - i • I I i 11 1 N3AV SNI1100) v- i- -v av01:1 31d1S I 4 P.X X s A 1 g 1 W W O= U i _ � � W 2 2 0 2 - ''' 3 a O,n,; W, _ W , , W Q > UiL/- , ry Q k i C ) - R Q k ¢,-,W O ; , .40Q30 .W ¢_. J _ , 22m2,c ¢ �., W I Ql W W W W W ¢¢O W vl¢ 3 �� 'L;2,���p p Q Vj>�W2 Z O � O�a ¢a 3 Q W :"‘..,....t. �pr�IF- -7,,-" 445_.z _iOfm a WaW2 ¢- 2... ',3-.. .' ,-6,':-J 'QQ2Wo 2 gF'ai`n = 2QVU W i 2 2 0 cn�'2V�2 W 2 W O�'� 2 ¢ '....„:2 ■ �GI�� O W ¢ ¢0 0 U pQ �c¢¢ ¢ W¢U W W a a v /1 UaR2 W 3 LU§,S',Luc"), W I tol d 4 y ,n l': ti U W ri e 'O u 42 W W 42,u W W W W W W W W W 2 2 2 2 2 2 2 2 2 0 ,L; %: O - W W W W W W W W W r c (1 CC .. ....... 0 0 0 0 0 0 0 0 O O O O O O O O O p 0 0 0 0 0 0 p 0 a a W a a n u u u u u u u n n u n n n u u u Il u n u n n 11 �I n n u u it n • roam 8 O S (� + .. ss.e+ i I a + c+ n ° , :v.• **----------- t., 1 4. Ni1-4., %, ,X „.\,. i g . \-;,., , rr • \ i . ,_ / t-,. C.)o ,:, o • o4, . 4 ,..: L::° V's • 4... t.c) ,N1-..” 9 ' 0 • k . , ''',00.'• -_ .1�*4i- � ? JCC 1:O •_ - - aci -.- 47 c O ` _ _Iwo-drQ 1 4; 4 1 A, -1" i i g LQ i (r,. , c.)o c, : io,f) w L ,r)'2, : : lk 1 . IIIVON.,g V. -, c,_Li L' lisk j . i: o •' 6 VA , Q...,r.- ,---.... . .ik111: • • ..\ o, U . • --� _... . . . _ . i . W I fi • < • • • • •-, • : • • •A : • : . : . : • : • : • : • : . : - : • : • : • : : • : : • : . : • : . : • : . : . : : • : , . . . . . .1 : g • - - - V- - - - - • - - - • • • • • - • • • • • • • - • -9- • • • • • - - • • . . • . .,_ . • . . • . • . • . • . • • • , , , ,. . . vrio • . • . • . ,. • . • .....1 6 g Li • • • • • • • • • . • • • . i°D. • • • • • • • • • • • • . ' . • • ' • • • • • • ' • ' • • • • • . • . • • • 1 0 : : ' ' i ' . kP. • .'.,r42t () iligi ti , i. .li. • ___!,Z • • , : ,, ,-. C).... . .1 i. 1 i i 1 1 . • . • . • "v, ', • • • • • • • • •°, . • • • • - • • • • • • • • • e• ••9•• • • • • • • • • • • • • • . • • • • • ', ' .'• ' ',. • F--'-'..----, /:. :III : 1 A -• c_,,..,_. • •':• • i iltil O . , , x . C_.,,---- c,, _.J!. i ggli . • . :9.• . • . • . • . ' . • . - . - . • - . O . i k • y . :Imig ,____.:,.._. 4 A •------, . . . • . •4 ft) . W,. • .• . • .r. . . . . . . . . . . .. . W s„,,,, iii . . • . . • • . . • • • • • . • • . • • • • • • . . . . . . . . , . . . . . . . . . . . . . . . . . . . . ,. . • . • . ..r•,. • ... • . : ne Hi . . . . . . . . . . . . . •. . . . . . . . 1. . . : : : : : : :.:,i;,. : • : . : - : . . • : .1: • : .?6;: • : • : : : : . : : : : : : • : • : • - • : • : • : • : :I• • - 4, 1 i Ir. ! , : . : . : • : • :i• : : • : •IL vai k . NMg'-',, ':-. ' : - : : : : : : •,' :, : : :,L . . . . . . . . . . . . .. . . . • . • . • . • . • . • . • . • . • . • •- • • . • . • • • - • - • • • " •,. - . . • • • - . . • - . • . 0.- . - , , - • - • - a -L: , . .H.,___, , , , , • • • . a . • ., . ., , . . . •.: • • r.: : • ., i . • . . , , 1111i,, • : L : : : • : . • • • i 5 • I• t : : : ':N • . . . . . . . . . . . .. - . . . . . - . . • . . . . . . . . . I i i • t y 3 00 . _ 0-0 3N17 H9111141 1 W W ? 1 O W 2 � U O R W 20 W 2 ti O v1 r; W� a W = , W ¢ > p n � a W¢ t J a fY e � U ,'c 3 A:�3 O W y C J J Z 2 m 2 Y > RH (i II 0 W�c I m W J W W J L.g I? W ¢¢O W N Q 3 :..� W ii o 20 W W J'i', J p ¢�2 W2 2 > a Q 3 0 ¢ •,.3 i 4.1 ,z 3 m pl W a W U W W O O Q¢ m Q W p ul �tiW~F'W',Ur,p ���¢ QQ ti �2p�=ti O2 <EI:g°p ¢ 2W`'=2=O ��2U2W2WWiYW W�j �n U a��W 3 U U��O W 3 v¢j�y 0 ti� � v¢i h�OJ� UWQ � ♦,�� °� � u Li(n(n to to vl to !n V1 u1 V1 U Lc' R. i i i�L(IvlutiL Ivy ��� W`) '' '' W ''''''� aW ' 0 00000 0 0 0 0 0 00 0000 p 0 0 0 0 0 00 R � V11LL 222222222222222222222222000 O O a l �g IL;IVILI`I'L'iLILI°L1V11°, LIIIIIIL°;r1e“ `I lulu lu� � � ' ?, `�_00 0 a aa a II II q II II II II II II II II, 1�a��ao 1 T$ligsx x**9000®r*.®®❑❑❑® 8 ° _e iii Q 44 O IT I- ` s e5z Oi 1 i o. i v o !. ! w4 ! .. w►�� c-.,,,,.,-.....______—•----4----...,.. ; .9+ 0 /1 .\- - 1.4..A,..;...,....;,,, _ \ . o c-.) -7c...-.\ ,,,,,\ ilig v a t9 \ 3 Pi ^'J O \\\`‘,\\\ ---:::\j't ® o I' -�Il mt..,7 t"..�.\@ t tk\, ". yam.__ --�—��— '•w, IW� e r•�b '�a N G k a t C^ \ —� t\ t � ) Q �tr� ka t\ -7-------,''77=-------z7----------- . > ��\�ersua til ���e�a`�;r1� n�Z�e��\w��PtS�h hb ���, •c.,..,---._ �� !� XX tapa 4 ` i:a„ 'An alt;w agcy i ,� 4 $ �y '''�: �` by\ �' x"QtZ y�,E�r t '��g;�`#� a\yit o\\ /, — i ~ J iA. �tN�a��tt��t�Ca• t\�tH \'"r��ian@��pa�.t�"t >vN i << • ,' 14s, �� ,�� sky aro ��a�,ttta ak�tv��� t N'a�t`tK. 164 , ,- ...- i� '-----..s;f i, \�g t r t il \A tr y v "t k --r- tt d ' % ``*I :dt a \` a * .,^ \ w ,� ., ��, rz . s c a v ,.iD\..,....,,,,i, O . —_--- ., g� v •, • I % _ x , , ' ' ,. • .., . .,, , -,,..: c • t `k<9%-_,, 0 — • �� c_. � mow. o 'Mir ilii - - • I 1111111•1 • • .1 • • • . • II ,, 6. ''''' t % ,,,, , ,, ,,_ ,WIMP . morsim ' -- • •ts• 11 1 l's\'`, 6'.11 y 11111111111110, fligl . Y � +• . • 'i i• • r6, 61. A 1: W W 1- -------------4• . ' ii 1 1 ii 1 1 i. W O O U i/gig 3 a , p W o II e > C}t< � n'Ll'O'L",irilFLIZ-Ui U (LIj¢ 5 J I W 223m2Y ¢OW Y � WN ¢QOW t�e3`�j �O 22 ). ��R2¢3OQWW W U02?�ea Q �oa x e o /�"�'�' 1. .�i (UUW i'x2 xSo��cn�++?U�2 �Z J Z o W W�2 � 2 � y,V Q cWi a a 2 W 3 SOU T 3 Q 1 3,it o F v¢i Ri'2 Z W 2 ill tri to vl v1 of�n of cn v1 aI v1 cn l cn v1 cn�� O to �r4�r4����,� 4���, LL , �:" a ' W o C 3 inLIIL ; A`11;LILILilitili `HL;i`;',i`;`,01 iii iiziioWWWW WWWWWW� � � � �0000O O00000a 1 a 2 u u u u u u n u n n n u n u u u I I X � ll �� r i YY o �,,,.:,,,I2 �2 ` i 2 v� 2 v1 a,1 V J Q O O ' O Q O O V i I i W E ' O� co3 0 3 gA g;' _Z (9,-,, s 4 0 `-it;::!) -1 5))F,,L, V ,t a .._ti I— ;),q`,,,) p 2 V Y]QO� ' ~,Vp' Vy,/ (c/V gym: N N .-:::::::::::: mp \ : � o 1W = —1 W co(•i__ '`t ~ NZ � ,`--' ‘ � am o . 'h `,-,' L-Ti :::::.::',:'-.:.:::: LLJ ceia' (,-1 a././::-: LLi N1 4 2 _ i:::',:::::- 'zt 'zt ':%"-.41',', . U.11 , ',..ii 1 `'I-g g 0 J J !: I w il .gi. I i \ S _e i81 S tj h . 2 1 ,,.,',,1 h k Z 5 g 1. 61 - uo1}OA I3 1 1 1 , UOH.Dna13 O p l I I i i i p p p I 1 I I I uOl,Ona13 o w I v v A A O Oll . . . . . • . I I I 'N I O O o e p W , OO II�I t I w N O a 1Q 1 I I W I _ � I I a1g 2 g Tb o R 6 Ai- iiiii I — W 1 . , . . . . . : . :I, ' • i/ g 1 p o I :8 111'ill • o a U o +.) F , ' 8: (6 fil , . ... • . : . . : 2 : : . . , o' o bi O o p 1 -.Q BIZ • ,^+� V • WQ 1. fi i 1. . . , IO 12 ;p , . 1 ,„,._._. . , . . . 2 s 1, 0 O p p _+ N N N Elevation "' , . I 0 1 fl I I 1 I • 2' (...)6 O p p , L____i . y N W • �\ a g Elevation I w I c9 o Elevation Ili WW o W V U till! W ¢ z R W 6 W 2 3 3 p ;'',!'''4 $-; :-'sd, 2�z2�ia2W 1 1 ,_� O�c t';',-' W <<JW N lyr §r•▪Z- W (22-g` , •�2'.'2 6 e -WWz, 2 4 p,[CC p fpr`!"�` s 1g J i 1 O-5 pp'S1 K(I ¢ W W 2,,,J y OV i 2 1.j�• v § li 4'l W 3 U.,.3 O W 3'n R of of C Ii U O WOW • C 1 3 1 6- O p p p 0 0 0 0 p p p O p 0 0 o p p 0 p p o p 0 0 0 q 0 0 2 t `^ ill jJ W W W W 2y W W W W W W W W W lW.ZW 2 yZy W W?W lZy W Z R� � ;skt�y �t• p l g p 0 0 o p p 0 0 0 0 0 0 0 0 0 p p 0 0 0 1 0 0 0 a a C • 1 ja p NIIIIIIAy 9MII UNIiNN11 N MAN1, a6 �� �� N,Tabo`� $: * JO0®®2 z•: ;;❑ �'" sa _tgE6.1; i 1 1 i 5 41-1( !!0-irl R . ~ H�4' U � •• W UOW S i a a � ... �W U e • ��!tea Sema ps ,. • . iiiMMEMMIWO.'- ?,;('''ill g ow 2'111..Illr--•' a'--.--zz \ .. /1111■■■■■,' a 3 ■■ t2u �i= _ 'V 22 \. . .■■■11■,' I 1111■2 3 �� .• a *2 O \ ,oe �. O o<c �\ V V t5 rs zs .1111■■►' o X1111■ • "•,i .\ .4 N b iiia 9- Mi••i . j1 I:.. .. r.r Amor k11x11 a 1111■■■► �'r�._—_._.._..' .n� . i 2, ,N o ,s0111111111111),..11===___-_—_—_—„, ■■1111■111) 11.���—_—_—„/ o 0 R 1■■11111111•/'■11■■11181 ��� s OW� k■I a 1111110110111/1111PIIIIIIIIMEMEROJA 11111■■■//■Lriiiia•�it J j s 11■■■■/■■/s------�.�-� ■11 W I� cA. ��■■11/1■//� 1111 as ol.! I /1111115■/111l'.f ���1.1• ■ 3 1111■■\,•11�1 o0 ■►--------.S"----iiiSSURU`__l�..m■//■■II\■■�1UUaaaaa■■■■N■■11■■� ■■11■11■1111■■ r...-------x•...11111■■■■■'■■■,_ ;_ a --11■■■■■■1111r . . ,■\■■■II■■'miromumr I . WIMPS/ g _ 1 N • .-i ■ 4.3' 3tlh : W Ii / 1 15 —5_ , Ar,1rLai.'S W 1 / aut. I.11,1% 11l� a $tiE:1 ���I =�-o J �3 0 I 1 g • t 1111111 a• �k—�Z� 8�� Man m« o� m�' 111■1••�o a3_000 --� w 3 t 1■■l- Z --i z 1111-e o�W iJJ11■�' $W m o i o II■■■■11I� a* a km k < S” `‘111111111111111a 8 3 Z "is : ®' • W g 0 3VW , ��.'� t' I�--� I' hQ 2U2 Zryi 1 • ti • - - N■11 I O < O M 1Z • N p • p2 2 �\ a3 11 1��: I ?3< A d� I ,� -:1. O cn am e2 UI �,' �o� �1 �� 1111 �x� < nl�ir t�W I Z U, ct11 i i .tl ■1111 i ■ ,8 i11■■■V 4111111111 P.m `a ` I—I 1, 4g 1 s N .■■■■■N W■.1 ,,,,,f.,,,,..„. 1 !.�,1 W- i 3Y 111111111■ ; 11■ � a~ � W IA I 'I■■■■■■■ , NM --i p Q Q a 1„-L.„ I■■■■■■■11k ski �'� I U ;::;7-; ccE<• •. i■■■■■■11■I �U W W¢ J v~<i. : ----I a < �' 1111■■■/.I 1111■ i l o I I 4igig ■ �c = ti �cOV111N 1111■■►' W ■■■111 _� • /111111■■■�r. 1 1111111111 "111■■■► 2 ! I < U i_�■■■■11■■I 1•111■■■t 1: ?o 3 GJ■1111__ ..mt■■L1■■■■■► . 1■■■■■►. 5 < I I t1■■■tn�- i t. 1 . .,,, I I `" t —���■■■■■■■■■■■■" ....• �1■N■1 I I W _N11i`i■W .iii ► g. c===---/1111111111r: �,1/�■■■■���C-��r:� � �,�o �\ c� In■■■11P14 i ti g, fa i • I W 3 it J i o I■I�•'•••. `\`\\\\\\\r/11�11111'4 i�`�O4'�' \:•������� g $ $�ti 8 8 8 6 lil AIr 1■N 4.4444• :till* ■■" 1■L■li�`� �f' 1 IM' 111111111W01 ANEW . . 11111.4.44+, \,.__ AIME 1■� !,...0,14,',I 1111111 ` ./■■/ 2< m�, , 111■ ^ so :1----- ------1 1111■/Ku a o 1 ti 111■ 4t$ ■11■ 2aw ,,W 1 1■ I* v I if 1 ■■F ' m , 1■ �' 44 ■■1 NMI •�3�W� 111 `� 1 I ■■I . . c'' -i 1■ �.r `� U k j -I in ■111 4 0 V- Ile `. �` •---- �� 1 ■111 .,<, I 1 v=, `i ���� M oW 1■11 � *14 1 MOM 2 a Q .I �l .o.4k 1 — g. 211�■k SIX3 N 111■ �.�ISM 'O4 ��■■■�__■ 1111■ ,•�4�t4.44 - — a›<, 111 v�0�`�.�`�O� , N W b n 1 d SNI11OO) 11 ISUl3 i = (3f1N�/� I d— 1- -d avow 31V1S i I 1 U 1 I < l' ' --- 1.1-q1,1 ] ;Iii < 01 - -;1- CS O i g In a W Z 1 ti, m 1 tJ »- -< ; W i 1J �' O ZM 1 � RF � I^ � < ¢ � U r » q yW V -w574A § :SN 5 XJ �$ .; 1 - : g w (0 li W :0 ! 1 ii 0,., I els ; I : .4 hgso 1 �e 3 ii i 1Z i' W i-isp<=a =<1 20 4x t r< Q a Vi t > W g „,. ?R5 1 ~ <QyW{3 O< �� p Z Z v i1 > � W FU i y< O p m. 3 < W <y�!2Z@Mp N yu F- ! ~ R $ !Ili igif !ti gE $ a U 1;Z Na 9<t FWOC N<a< O ;I: 4 Wr `�� N b' ` roWO >p ` pj�$F ' 1 00arm W t V. E 02 m �- W A 1a Wz tA O G O W �l N a � � g �agzo �rLm N�F � � p23� <`�� �k. F 3Z � �� WI (� �o W11y gP l ; fir,gp i8fit; Pf8 ¢y' 1� 0f�°°i�4�1ei_ {i3 8 I WZ Z � O � NFW W a <N WIZ << �� ISS ZW O 7n < QZy ¢� Yr � �oR< } o > 8 a ~W t ma'8V3A 88 - /Xis AF O3W334FS <Q �2 V., $ V 3h. -2 t� }d b p WS U V tN�< O J2 U O p<yv� C hi g R. ° 'WxN - ' g 4 {y+� I= mW t 1_5hz 8,�((Oyi 3U v 3 . 4e..r"NV T. is a Q - 'n Ngl N R ift ~ r yd{�'s av ''''AP m00 <W ��g ids x e * I 3. J OF- � ¢ �' O �< �2 R �¢iw��n � 'Ci ��q � �� F� It �� � a 1 `W ���� W = 1 Oi- OO O < t Pa2 ' $ 1�apN) Or 3f; : ¢ 10 19 N-g Q t- �-a5O W O U <m r• !- Y off" �� � 1�� ��� � � __+ 2'� '� �< � �3��*� o�oS F�o ��o P*,7,it �N"`t�i°o.-'r �qq �_ � �''!�''� 3°�u 'gift] ' `� 4 1 P PI ''6 d : gI �a1 34oaWrrr ar4i nUa1: n4. 11 W1� 'a �+ '- tra `�`d'i�y�WN� `�"t `°� o c: ag4tL gyhjj.i g 'i 1m R {y 1>y, �` 4 HZ;/eg OR N O� I W> < i p tp W� g'- <g ,, `E;1 E g ;'r >N F-: ¢ .S FW �O`� Z Cip N mU<XH< o ` g 4. 3 !El a AP 4: n ! 1'41 1 Boa =l E! N :I!< V4 ! < illW� < a' lF 1 g '4- ado a n �^N t`a W m $�'F N p o F- �`�� >N o1p �1 n •- yl � �y� JJ� � Z � mJJ p; �� N ='�� �VI OF L r� �y�t'����W� ¢z� OW�< V • �.t� ��O T�> C7� �U i ~•�� ~� � �! �CW.NV¢IO< '- 441 4! < Vx'e� t O f! g �< 2 a g m 11'.�.S•Ef�� p2§,E 4§ ¢as h. QalS t k.a s1.1 i s 1 U - ii it.. �Up ;0 �� 7 O� � R�F W � � k/ �� <ut�1� � <O �O Ofy!! W N� 0�3� O � �, U <�F F� W � �j< < p �. t,7r aQ 1 F 4 a v1 o(i fin i§6 }yQ��(i OiZZ l i- a p3C i �00§ 24 ggq g+,ZF <4 7:[7lfga§O'Ry �MF 1l 2Q aia gel h g§* E � N W � C� >� �I1 Z` VI� F Q W WUO VJ Jt� I- W'TJ� 1r. t�V j w § fw 3 Wg1 3 3 3 <v 3 3532 38 ig eW 85 raw/ AAs 3338 33% !I —w oi4 : 4 : t: . � � �p 08 n n n xi �{ n g i Z = i 2 ' i i 3 N d• a -8 a r $ m 1615 : 3 ` o Xa gg W v ! $. Z1 WS; R 1 �o a ~* t.-' '�1 i Z t g W fix. 'cS O� `F"�11m ,."0.P 1 8�T"'yo� ' WQ IFp Z �,, (' ` , NAap J2 i r< . ¢R :� ,."0.PQc7� 841i ' 2"d VI. v+ l Uy INggi 111ZYY N �W<} g e 5; og ,A "4b,1^ O ¢ x41•-V:ty4 '1F` i 1 "I ¢ a `K <� K < rx~ VI aWW _ <Z-1;" N=WN vpFgPI2 82, m`<' 3 1 i S< W'` € ; 8 RNO 'LI ..z W < $ `9>1t_383 1 '6 3 ,�, W N qE*6 ��z ' 0� �� v � 1 ;o �lril 3vUW� �< � �ij�m � ; �� '�o�k¢'"�6��< 3 �'' �� g t-� h'� ''�`�'" `�` .�j'.T�� ;1� WW= 1g! '2 nW : 1 « o Z 'iice' ~ x a� ¢ lti °!t g 011 <W 1-0 ) N dW `�W V"'� •� `� m5 O. ell', Z� V W }���•�1 O ! O�� �� Ip �t.1N 1- �,5py, � �r tetyynr> N �m NN l § ge n } el , < U W VW�Sil Z P-<<j g .2 ilea''^ O $ F1< W U yl 1 , ~ J 3 O � U ty� 1<y U< <NnOJ S ii;0 3 > QWN t- VW ZFW�1/ a. 3 8ZO , 8 O i y:Elp y� ! 2Wy�< ,p< 101 „ v,g4 �p8337eW _�¢} N �m N 2 !-K�Wy� m 2 ¢ J � it,-: ZZ�� 40OJ�C�7V7s� <v<� Ng t� s' 1 U =R p y� m o� �1UJ�< L� , it,-: U n �J gKM1gm,s1_” W P § VNn p�3nl "`O/ : !II 88Qg i i ! _ �� 1g1 W 1— ellEt <l� : 33 a� ailiia i s� 4 i / s�N� Jy� � n, >< � ils0N �yW0W. Z � a��z tNi �W OPIX2i U � ! 6 � � � �/j�j `3 tF.l eW O((77F yg a� °8 - : < ZVm# - aWpy;� R06i./ 11 6���1- tni.� C 7 =} N ~ ��2� � ' � <�SaiU 0 nJ~N al �� W r V N V r���� 1 �� pE �� �� ' iiig OP 161 , li $ <I igg t.3, hg n j 'xis Ile "rimugo1c40;8 H 1; a, m< 5 2 a A. 4 1t- O .4 Z>S sg 3 }1 .t_W00 i : b� p Y �1X�m{yo� ; °C gi i t .8l AF IMP 844 g� $ 2 .$ ma a < h 3'�lm3 II 0}37 J8 3� 3835 n i 39 d F t.V g 338 °Cg < s ` CG y'k' oc �� 6 � �YW! g'1' a I 9� 1 LW" '� �' � `� p ��i i "8S9o�C z�ol�`,� ^z¢`Ws�W``` le „�89 �< 33.SY N 10 a :0 O {4� a m� 02 LFIT/iF” r R; 4 : �<o$ fih;c- ni0o1 ¢¢ oyf� <N W== 2 V 00 r.. HH UF< m N �.! � '1'8n; - ¢ N I�N=O C � � _ � F w R o3 ,.`�' ds 4 68 z 8 i `8j I'M z<5 3 n ; � rc W Rc 3 i= >3 1 #3<83 xi i��`��v1 Z?`� �'m �> iz 1 �¢W il � �i,� �ya3!'` 3i Iffy" W4�i���'� <Izf< � ��<M 4�� � �''F� yvgZZ `'�1r 'W- '<� 'i o ,X& s7q{ i O 00 i' `QiO `� �r■1I 4 "N <OQ'1R. N<(Z<j < l 4 > gvE��F�� 11P '" F-�1 t_I.. a �y2 �Z N � ~ ��� � I � W�� W '� � g {v � � SgW � �{ ••.. ~N NOa ¢1 7 4 .1 '^ oat 0 1 °Ji 4� 0 z� 1 a-s s" ;4 iPa i N 0.4 z d 1 Eny'' Y cl {I p W Zp In m W- WOx<o 0 v y'1x 't38@ m 1 I asde,¢� �¢y'a6 cy,��o.1, �N ;.+ p $ pa al < O a !J y�� �O�K N � � a< `p� =�N V� W<r O7 m�NUY3 ■N 1 mO ���m� V • amt-I�� a3 3O �< ��< � � � N� J O ik �J�¢ �1� � � E� 5 6 F ag. Fagg 4 �i x� Im �j48 =0 3 xh, g.3 •• t -isg2xmxx ar -� i� xixw g: .,g 6,A WG L`��}�{y ti 7 F yT4,; � Sa v¢l O p W �Wm tnU yg� Z1IyOt SF¢W p� y� yy r y8� r N <SF` 1qy t .� ! <i " 6gwZO OW W t N5181 11- JO UgNm>0o 4n11 8zXsor ,n, 4 W f,g wi,41.W1 w= tit) IJ K < t- la g I- 1-11�.11 i U - W r9 Liu; 6 4� ¢ N g > F O O y O i H < O N kg U VTs � ig OI{�a� �1UU U� 7�¢ � Z x�1 t-Wn IS�=�O p� �Wxi >� �� ��t „ ga N 8 O g g=g G7� pca a gZ; gg; o f� Q , AINI3 <`M10115 ,% Ala xd al Lial3 <� le .� ,. � 7 hss Ei i � i 3 H UW h1R 1 Uggtm§ < Uro asCM C. . 11 D of i o d �p < ,, N N N N N H N H N �� ^ h A f h O r R . 4 V ' c� < i� �( ca �� i �i pot � Z� �yl 51� '��� rg �=z < � <N� Z1; V'aa$v~1 a 7�~� N Q� Yqg U Ox NW = mN 1W� "0 ! mei ~1� v2 < 440 tL tz `'• 1 ! ick i gg a g g lx if lr i 40 346 W3i kz=t Z 4� „1As X d g_X W 11 E �z 3_ 3_38 3l 3 : z r x31 ; � l bits. 1"'' 33 40 8 5i 244 i p• Yg �l/i< N Z> 4m,1,x W 8 O�&<r w 20 g ii .g p 1 mn P mal q ! s� W W ss 0 1- �� � �V � 2 0� >�< 81�V � m� �j �Ior. '�`'3'�g91 Z VO $1y°yF1���Oi g �_41 1 i ~ . FUi 1Isg 415 O ig gi g0 1 U,1 kt_ ,Uli V Ng mm3+^( i &ig¢ i 9le. op ,-o`- 1 A hl 14 IX a 1 10 dg 4x ar .,n§ i61114@ iffA,,2 hp] gl ilk.,, gxi! 101 F- IA FFL r0 a N /1 .. tp tG �� aUf-NZNa ^ j'JUY a1.-{{F G t10$� �; � ��r < � 3�i �< ��15wT�. Vyi ���l �V�<�= �, �A'� �1� �Z< ��(( 'yj��{ZOI��/� HFi :('�Oi/ 66 PA :g 4 :1 �z hW W 6N3U;a g !=U N I 1 ;V 38238= Oa W, E V/ Ili ¢ 1� W ¢ 70 �< il %b 8389 8Z84; m �.�$N 8382 Ci�~ ^W< ~ 3 3 —111s 51 . ; O 1 N 1 gi0 WA KiW 4 ^ ee Zh OFV / gg N9 dg >.N i � 1143 OW;1¢I2< ¢a m 1 vg <pp o Jiz ~010aj �0 iFE sy :Ogg !!itTil 11W 'g„,N� Prig. Fl; 5:44 g! 4UW ow 5 : g gp `` g `L gi szig iggg I ll W hi X1510 ki V r 44 tri m r: d4 9: � � � � S n n o ' <6 v Wg Ca:ElEi4m 2 " Fc i g i 1 W J Eg 3 /i 2W� a V ii: Z 6 p';M,•y K . �, t'=, _ E '0,2 c` N i 1 rt `er } il W tII N �N zN s E �� � ii m = rt7 W LA ci a ` Ai .r'.i 1E i-. it *i -, • li < +lir:Z Al S •`�dY LL v ii ~ < �, ill < carat''''e x CT We I :4 447.1tH: 1 ::-.;4 I :'. :- '4Eg g 41 II �14�LW �`eyt; tII ';A ~< 226 4! 7 1 .A -,-, . „,,,„...,;„,.„ Ei 4 = O lV m i .4. < t Y rte-' *moot 4C •�7' d} < NfVM4 let' 2 � �� � ;i5 10 f q a � I > 3N 3 i:1 N��, r r N ;r d r W btu 4 a r < 74 lv it U7 g 1� !1!..12! �N3 T. .k .; h� Z 7; m • iih,W 7 t<, inr w„.4 ; :11 ' W y1J41 10� i ' E F f...-7- a VN<I- '�` it �a 1<�`x 1� W U 7til� < id- 11 e; Pi:- i 1 1 0 :11111 in - :1,0 / IN 0 ,1 \.: fIgh r§i ..;_i 1 0 lj q.,,,i ,ll 1 —-r- !I ;ii T I CLO.:]Hi: � � srT '_0_- // 1 <' .' I - 11 _ r y .. -gr i A O W O I.! Ll �_ �•Lp .. 2 OW11 1 a-- - � WW `1-,_ W i ! yyG4�1111 $$' 4 N ; 1- :VJVI W• _• i �pSmQZyy5�!1 m iI LA 2 �`' O� I W2il1 �WZ r <?O4tF'bu •ri amN W i0 1' PV O NP _ ii W a W WATO O pP�••J alrW . gy/{a�yy Ur g+2 Og 1;3 C g W l22w8a -• 2 N ., N i 8 1 i� 3 a litit y�j r �com s 6 a r h a }C ilik i_.'sAl L , . i o J 8 n m11 1. I :mV1,`'„A IU`QEEAA - r X Noe SS I ; o i - 11 fQ 8 11 s3 - 1 F, W F6iii • 1111 §. p T , _..... z a W W a m E I S �A g 5 --) . v n o " 09 �// ...i' 7: iii i w Cn E 1 ' � o 1 Ai • IL: 11 VI o U 4 ► !! m -- . V\- >\i ! •a rm § ,r g . L44 1 m g = 2 r OfC N. t ( x�,;F r y1 Z S Cid E W -2 ♦off W yy/� �2 O rf Yj _ ,P�g•s's j i !2 <Fp� �� p i FE > OWaa y� zt��+ »v/ Om a O�<�il O i"h w v < 11--,,E < as �ba� !' r < o Z r =y2 1A4 Ha lw N .. v O ~ (� � M mak' A,5,_„,.. -Ng a � E E p3 m �� �� i$ i W xa?7iVZ •-Eii- § E i, �; 3�_ Vrf `�'SP c7< �W N 'Jj ;#1 r!'<<g b, <gh c3 , F ! I II 2 2 6.tE i:< W . O N m O5<U rW 0.2 .4<i �!i i ? Z ii Oy�N•MU���3� � K Air I t <W Jt. ¢W .11Q <� •I �� / � �� ��1�7 7 2�{�"��� "'� � "`SEINTIIRY�W61 oEfAL�Not :3 +I in3 aZ y�1z it (4<mWWgg g !t 0MIAMIaEACH sss-: 11-11 OMMINIMMIIMIM111111.111•111.111 t w 2 2 0 r�`01 j 155.1>i.OF1 I i , i+��a�...�� ATE .T �•. V LL ,. •I pN 2W Pi :Ntiv � <6:g:�1W s! 3 of ii ri ri .6 I W,aIL � aQo§ o g=W LL —lig U 12 W N; i e Ii ch 1 N e U W pco v Zsti¢ ,WA i 2 g 1 ii < r� �> zW<w'j� v' k3+ c1 �� Cl ani` YW< , g UI QZ�OQ Ilse: 4 2 .L:i WO OO Vg,Iii t!§:,- zsc 2i Q 411 E� � m< �� � o���Z SMF � oN �<� >_ � a UU �« :�u; v OW O A81111± 111 RMI _�+�= a 8a' NM W !-2 Y �� COQ; :: <�1-'- i' Qx�" i'21 i- WY � � Z f- $ S > r;t ,owPm,- 1 , Uot3 �a W � �s~ o z :r ��v 1111 =PI li z zzo aiezea vv� oit:,� ' F °` i 1 Z g 1 !( < WWI - ��_ « < o Wa o 0 a; .�� /} amu hitwkwa 2_ 17=f6 1 11 :':" ,i50 sigc .1 : ": =O ,'i It `:'1(7 \\• .�.u. is.G\ °� J O 11111 ilH .0. Z 1 i— ; it, i 211!1!1!2\ \/ s r 2M,,-2 d:'* �i.F t�1�t�+�+� S ..s G N tgy W ���' = m • w V 1'1'1'1'! • --! ■.i \/ O m M t t 1 1 1Hi..-e o Q' Illtltll'1\ � S � <Vl Fb22 i i/ or<^ r z3_ ' �t�t�t�t�+\ ;..�/ Do �� taVNN •' W <UtR 1++:1:1t1t\ :�/ r,' F '"..."ZWZ0 NW w �� I.�. vYQ i .;:-,6 � j N n J�3� m wH r t t� I N a to rx U 0 0 `ail=a°vs t 1 \ vat 0 �` ci <� ,' < rc rr h� pll.Zic! Op l§-!al Il 0 o w z J re! V p o; mom= F grApJ < 6i r,,,,,,-. .- � � Z r �� Cl 2z `d'!gf•-'�o< `�'�W o�aoca�.ta ;>'" � �i i FY,Ot p q ,yi 8 -,51.,22? <�sa OUm`a�t/2C�� p>o Cl ~3 QQ' C<rm� "'}C Ow Cln p? ' 5~Z< a * g'` 1± iit F zo Cl tri z o� !:: 8 h �= y-� mooW p Io�� a < �i 'S a Q4� ��~~< 9O 11 R ~U NJWO� 8q7 <W2- ,cSrSg�<1t2o a1.W �`a 2<a �t`diz �-2 �� i d - gri �� mZ �a4yap a=WW �a= 2p82 !1±gJ1�1�� 0�� =`�mom 8888 • Cli: Z " N ~ WO0 " W'3 h t'i • r 1 _ Oiiii WI cT a sw : I - 0 H °Wok .t;o..� / O� �m8 � ►0001 I I i l l t l l 1 1 1?•::`/ 1 1 1 1 I I I f l l l l t t. \ "'r' 11 = V �'.!'100•IIIIi Ii Il111II IIIIIIIIII 11„�/ >- `•� ��d � � .O o o1 1 1 I I I I I I I!I I � H W'/� H b00 I I I 11 1 1 1 1 1 I I H j( � "Uz�W � 100•I!1'llltll111!11111 llllllll',!\/ J� •../ I<,W W>Q. ��00 0•I t t I 1 1 1 1 1 1 1 I I I I \ w :s n5A '',l00011111111111't't'til'lllll'1'Itlll.-,i:\/ p u..3 1� �N��tll aoo•. �� Vg to O m Vip f' i <WY 1000 Xa Z O I I. � W a m �{ i a 0 d Cfi y I i i 1 1 y e n W 1 o re � X0�„ g 3 ; < E "4' (1 t, gN .1. litiq __ <1i '� .1!5! % gilib. TJm t ,N GG =err=TEM .�Qom,!Ll 111 ht I m p -.371 S31MV�-00 Igg'mg W`t g����i l t 'LIMP i,. ...,=_. 1 !earli te.,-.: . rait:\ ,,, . ”, 1 4 OL tif) h ` r OSC t ill i 6. ,;, 11114111M,,N . ;° ,..„.._ ,. 33SLICt Zo' .r91 { a I II m SI I '^ . $ 7> gi LJ .p LL iCi 4 .,I N le i 1 LI 8 N UL, <64 will co* -1111 Q trig 3 i I i N J W 1 4 111 1! as a /II m /II.. iiii e„,,..___ ii, jij. i; lith 1- s,\, -I i i I i hA 1M 1 0 ll d pi. !' fl H. ODD7 D D D D D D p D r 4,,„.I O O D1,, / ODp 00 OD D O 2 q W :: R�"OO O O°0 00° D p D D D .• /�/ a Nlia � iLjr--' .:.� 04.,a ri i 1 000/� D �DD pDDD CG � \q� O L. ° ODI____D D L1IIIi: I I} b ,rini I, III 1 vv)i `:: °p0 CDD O D D D , �:I il � V `• �� <3,3,3 ° O° 0 OQ a I i 1 III i 11,1 y1.1 m I�bDD :if °O �j1 il:t O Q Q II 1 k II R; `1 Op*a ICEO O QD OD i 1 W b r A N�9 D O 0Z CI ,: Na l;:i °° DDD pD �a 3 � r,A M Nem O O Q CO 3 v, _ ��� D D O°D OOD- jl Ifs it 1\ U =1f=11 2 _�� ~ °off° °/, o°off po.�,il=I a ii j1,40 , !I ii 2 m 4 U 8 Y $ s ti v i , r no s Q' L ila 3W a iii I,� 4,!,-,',. II• li Jm !! .. r _s� tj l v, W a 1 rxii -.•-4-...7.4. j3 is k 111 1 %ii gA I itil t gi . 9 i.,,,:..,i _ : % , nai v: 1111 L •_7 _______ fj Ift az j; : ;� ie d o as F at:_._" 3-" -.x_25 !ii,, ;-, k g 1 1- , UJ 1 o� i Q lEtitti -- yt gli1:1 u III i 1111 1 G U �I NM 0 a�j �Lti "1 (cc E14- �T �`w) gif Iii r 5 1 11 i34 0 II i I 1 I UIT < - uJ gig Ca:e. 111 <43,.... 2 U o � c.) EZv J W 0 4 si :;-,8i1 x is Oia 0 �J 1 i— // \\ z gw Q It! LLI O V G 3 111 .,A ,. A ., g I 1! a0 . L ., V i 1 i 5 y� w • Z 1 Y / c ' •• i' v ;:',.::::::?::::,.,,,.:2-5,:2:25,•W >.` Lu cc ri r ,5,--.,-.,,,.=,-.-7-',.?,-,-.-_,..',-:::: ,, .sli C ,,,., , .yy , \ . 1 r e 1 //1: \ '''','",','',-',AY.Y,',..,C.,,LY"2;,,,,,,,,,,....,,,-., Z'\111s / @ Ell 3 l,ISS-:',X'::::',',1'2,1:', .,:::,::::',",').tr.",.1.77,-- :;;:-.',X,-,c:::':.. 'D — OE tt p- 3 (q N N I�A ;rA r A,4'<..A v1 /'y'h .r,1 i. /{{{iii \i v' • .-�l.':,.'1,�•.•...."'...h,^.�,. ,,,.,'�,..,♦,,,'may�:iy.i,., O V> VO O 6 a i)-,.4 / 3`all w J viW do 4 Ow / oz ea Ow Q z 1--- g p)Ig Ff.LA'a0 '4,- --.. :, g i 1 w Qo \ cc Q O♦P1 N • 0 11! _ K .., L, 4 ,A✓`,..4y,:t.A,,•,y:.',..4.A,�'�,n,1:Y4.,A,,.1 / \ G * .13,3X. "14,,,.,A,.-r.:.•ti,,4,4,r••,,-4r a ^�YAv I�l C / W \ ��j w Lx:,,,V ,-,,,,,•",,,,.Y.:'"~i,, r�,t '2,--,,,,, 'v , y�!1y / /1 \ `g \ „f.,,, '�7'\y,:.1 A..%,,iv^v.�.:,rYJ.,/^\ri,r' ,',,', f- LLI 11 ,',h,\,f(•-y.A,,`..,Crr,,,rh\/ W .,^w ., D'... :,.:::),-,,,..):7x„... , ,,,rci„ v Ce / a 7 `h`� ,� ,,�ti.,.,1..,".,333Y1.,C . t ,„.X,1..:," U ^ ; y , / \ Z ,,, ,XX;,,,,,,,,, ,,,,,,,I -,1,,,,,,,,, ,,L,: i 1'C V n F O 1X3,,,/•.,,,,.4, ,jam/, ,,l\,^„,y A F L y c G ,2' U 4"� Co 1•t,, ,at,,,,,,,,,,,,,,,,,,,;..j•.,.^.,;.,,.^.J,+,,h w X.,..�•♦,..,,\,l,X • G y G_ — a 2 a r A,. .•,, . ,,2",...-,,,,xr„A,,;YA„':. 1;,�x..,,,rr.,,,,-',,•,t'� G ( 1 I 1w . > e �?•� = 7 1;„,., ,,,",r,.., ,,.4,,,;,3.33.3:::„I;;C�,4�..'x,.:,,•r4 S Z 3 / i g 1 g 1a II I I I I IIIIIIII'III II II 1111111111111111;11111111!111;111111111111 111111'1M I I II 111111 11111v1111111111111_ G / ) \ Q Ug> N g LL a l J us 5 5 Q < 15 8� / 2_ 400 LiJ V IE cr_ 1 6 E 0 0 / wuJ cn (13 aoW' _0.� 3 Q 4a �w \ eL zv - / do ZS'c41 ave oy a� x 'v Z fr II I aai ,... g . i 0 N N LL W LL! ai 0 N = 3 11 i OF l • a OO a� U ca ci W a m W 4, U ~ a. T U h U co Z w • VT v % �j� N _ ° 03 V ZZ�.. ''''' i g 1 r CC Wz ��� 2 0 ,./2 �4 5 =Up V g Y p o pw3 z z d) U aaio3 v Qui. O •vU� a W'' g /1 '4_(9i i. ' co ` iii 'L.,,g4 •., s - i i • v • a. V^/ v • g a 5 °•. 3 d • • ° cv a W W O IA W O = U W 2 2 : w e O W o W 2 I W ¢k 2 W�i �� Y � e 3 Q ti�O 3 >. I YY ,.0 j 4; , ! i W 2 2 3,2“ e 2 6 I m W J r4 W J�2 W Q � W 'n Q e 0 to Jo iQ L,'oo°o _4i w o o e,§!: ¢ W W LLi Cuit%),10.AhhPv6 m �� ��� �?W¢e,Q Q a � �=a�_� � Q in , Lpo'i1 W 2 W i o Oi z 2 O , , ,„li U , W_ o �' cn h cnPhycnvI h cn h In �ti H y cn„,,,,,§ a V in 6 e b p 0 ri 0 O 0 0 00 0 0 0 0 0 0 0p 0 O p ,, a an !,W W WW WWWWWWWWW, ,2 2 2 2 2 O O O 11 00000000 00 0 oa0000a a4.05_.z II II II II II II II II II II II II II II II II II II II II II II II II II II II II II pp ��,yy�j }Q YY •ate L ❑•❑� �O�$3gtA*.eogo@mom _immE I C ,/U h iiii b — _--..-.- ,-'tvr:j2_____----,----_-- \ k , t 4 U W _______; ----"Xiiiihm,._. O\ x _ � � 1sem...._ `E� la� 61 !"111\6\.\„. li ii It�� r . !.,l'i Iti:007-- ''. .: . ..''-: ' '.,..r MI I ,...^^,- (:;:: alli - :Ell' IIIIS' . . ' 'C '. * ---±--- ------I inikillarillI''''' ,\'':,''','\‘,'''.III I 1111L .MMMIMM .r77777 II 1 MEM ' 4 ■, .qa c ,;e :1.2:--n—Hilrill' •.1� — me i7 '::: -4:-.10.-.-"-:.. t 1 Amlitosii.,..–te 641'• f 14 1 II ., ilt:- 1 1 :Ht 1,:tonli I Allill � •�. �l[t � :E 1 _/., �/ .■.■` ; i1i1 11._ !. .•- : ! i i f .' : ::: tWi i : I:3: : rr :C' I • iat : fI 1' ti: ! / tt ` .t � OI f 1 I I--5i I: : i {{ =11!ts .�, � lKW j: r :r -W-- log ii in: p. 111 if':iiriC. L-k: ::: ,„;„,„:,;„,::::;1„;;„„1,:,,1„,,,;;„;,;::::i ,, :; _ ,1 :.:— 1 4 1 I1 „, 1. i , .--. ,---. - 11 i i JG yI: `! _ r 1: ' t : ' i i1ih11 la I� s } T — 1— ..ti 14 4{I{i S ViF I : i :E -IEl1 t : S i ‘::':::kIMNI8 i' r. 1' "% 111: INEA _t t tt ami• I—”:E :r,I t s �E1 :r klik pil.....m. I-- ------ 4 +.1 I\'::::il.::::::$1:hilip:::::':::igIn'i'::ii:: ::•;:i:::.. f4 ii : : : : gire„'t (13 ,EE=E::::,--1-, E eti 1 - ---"7-.,-. i,,,i47;!-"i-Licr:4-7.r.iTifilingu. ‘.,.•::','‘. '"'''''',.•S:-'''-:: 45 1-----i 1 z ' 6 .,,,„„77-t, i-J-4.10mose _____......._.,,......._ ..„,,,1111,1,w„,,,,,,,,A,.....:.. ... :,,, H.,: . i- 1,---i IJ ,,:.,..........,..,.. ::,:,, ,,, 1..:.,. --- ' Eill MI t U� , . i I ilia !III J mn jj. :i: ii E1E :1: ,: \ I 4 u 0{ i E:: • ii: 3 t 1O l' 2.I �3: :j: tiz n 1 f} 1 iifl E :E: , �J21w k{ ) Ui 1 ck F., 5 f em 11 :,As i \IILL 04 :. 1:::::::, .. ),iii0.',,, L.::'''':.: .Pi:,HILOVAji 4t.` ' I 1 w 3N17 M/?1 LS/X3 1 ■ -_- 1 -•-- — (3(1N3AV SNI1100)� d-�'d av6u 31d1S • 4. tt/ F m i�l i E __— • 4 • f • 3N17 M/2l LSIX3 ! • • i 3 1 $N S L) ��q n;y jAA� ii' < Sr-ffi LTA ' Wlls ,i3OE .!, CO 6!1 4,9.1.4 <i8- , o r; 4 ge 2 !1% iiih Agi ,)1 1 -E.Ivilli 40 °. in Cl) U' Nii!NY5 V - R 10:1:g2;1 .: 111 wa.... 'litevilli ii'!! ii 2 1 i ,2, ,t... ..I. i il kg i.... ft,. 2 t . . . t = % FTY5i ha Piltlfi IV ;01 '' 0 7- i! 11 Oi g.r.41 iil ilt;i1 1 gl; ; LI ' 1 1 „.,,, _., ft 1 ii ,i „lig r Lt It t.P.:04V 1.; i lipki41 Niii - 1 0, ;t f:55 0 '4! c:11 i;145 i!lAsi 4; - 7;400 l'4i1 'ilw-012 ptal . di Lit 10 it; ,i';'. a -,ig 4PiP IL ;lig g4 li.i' .1 ' 3 0 4!-4. n 3'. 4 HO 4474 05 1W li t 11 u ! V t %ig tz,:-.1:§ zEg ott3 e -g 4 p ‘ a 1 it 1.31 -v.04 qe Pii il 4gg J.-1 1 ' ttilah; am <- 33 ',;11 ;5 ...- :g ;41.1 gP4IX t '-i ,1,-'q i',..' gaa2 2: •. I..... 11Vg , , -! .. ,! P, Et 6.1 41,a tb5 IR. ..i1.13 ; ..! 0 W f 5 .1 1- si ,011 1 il 2i 11 i , PI 0 4 hil llf4 „101 ;p; ;2 1,1 31 i 3!' 1..i i:1 l'14 la ti..) aoli ;-! 11;1 P', gid P = iii hi 4 4 vl.a3. w ii 4k pi ET,„! al p-i. kggt :54§.i wi 51:721 t2 N 4 t , 5 _ r055l98 -e-A-lIt 1 2A 2A . , : z 12 " 1 .!I ; 2 Mai g§ Rg iP , , g qI : k fa1 sg !ii l ! iii . 1 i .tii4 I lIii , 4 ---------- ! b v 3 1! 6 tpkiimiligIi . 2,.1g ii 1 E :I'§i 4 gv 51 ti ici w 'ig .a..... ! 1 cw!!M 2 M , i ag§P. a 6'9 5,:lg iW 'II 4 i i i Y tji ql4 .il 3 6 F-V 4 Pg2 N 2 Vg5 0'3 PI i ,,: ,. .-i g; , 4' i:25 L91 r; . ; ;g .' I We 11 : oi i 1 ?t i i * g , 8 , - 1---- - U , Inhti i 2 11';i 4.- 5atO 6;i 4 . 0 sinM r- O IV ;1 il a Pi 14 li; qt, g giO 4ii jil lig tl., 5 -,t ';-•. 17 ii 1 i Elk ,,,, 0 p tv 1,7, . ,,, ' 1 11 E g::-:, :. 44 EV% V. g !I i!,.!:2, W 0,,i 2,ps. 114- 6,dg 51A .,,:z a: .1 I r .• ... g1 ,1A , Oli !g,4t z.9., i i f ti4 li 0' e, W-8i 1; ggaih 11 ii ",k ginis A 11 , Up 43 4(12 10 4, wu'a 0 xelii i . .WL...leai; gi .. ig i lirgi - II . `i — -1 q g 7 :1!P ., it !_ Ii V4r ti 4i! sl!rw-4 ,.5m la g 'A. :•::.. I6tFa c S40g;1;'--' 'iiv441i 2i 4 ui1.! ; l11 .-:•.-4.. 111I1—_1I4''I1-_-1,-1_'4af/5:11_ =111•11I2 i4Pz54 1l pi 1 O i# 1ip l! 1 44 '4 . 1 . 5I . Mi gCla 8; ,_ e ,..:-... 11 , 1 ,.,-, 1 d U L , 1 imam. 2 ':' 1 via' I 11111 L.2,....1 ill qI ' I 1 1: iw s , 3tv i A! !,1 -,' NI <oil ' ' I H E. e i i z� E Y �I W. a W ED Z o E= W W= Q ,_ �a N W 0 U W OC W W NV300 OILNV11V NV300 011NV71VZ >, W m 0 Mo�vnlw•� U•anvrlswti -- Us.. atttianiV0¢wr1 •■...1cu71■na..... -------------------- wvNw►1-.1. ----------- -- >■l�wrr O to lwaas�3v sao■�■t - wlal _ �cawil •Y•. • :3dp'�CYY�ii r�r i v �• '' + • , .• r• �...: vv .� vrL ✓r .Y ✓✓xJ1!....��• ✓i y v.✓ .♦✓ y'Y W.k +Y d.r Y n Y '•.. v { W _ v e • Y . Je i Y ✓ r Y • .. ♦ G 1 ♦ . , ! 4 • .r •. ♦. • . . r ,✓r 1�•ar• w J rr i> Y r vY YW r ✓ r Y • w. r Y 1 Yi v . • .. r Y n ♦ 3 . . ✓ r Y w ~ • ' r Y ✓ r V ' v t : ♦ . ✓ .r ♦ L r Y ' r a r o + ' . Y ,r r. Y♦ w r Y .y �. r w . .' . •r • y Y • •, Y ✓ r ✓ . i Y . > ..a ✓ 1 ., " ` , w r .Y ✓ +. Y r w e .k 1 a . . r • • w. . i •✓ ✓ Y ��yy� Y w r +?R7i Y��I e i Y . • Y Y •. ..r ♦nitilli..111.1116. . } . ♦ . r Y .Y :4`.' ' VlIIiw• 4or s���� .../... . ,, ,... , ,i V=\�\Y.r ,r r �Y •� V ,,d0-- . J. 01 - _ ., i' rel o z 0 0 � o W l\ J • 4 - W Z l'-'H 1 „s _: ,- 11 X� I '1 1 w I � � �.� • ..I W��U � a �j�a ! ��� '� yr ; = pI 1-/iiii 314-',!J I\ ,‘,/, i.Vm'ill. 1 ,.;,:, W i ,,�5 .- z , ,,:..,.„ ,, ii i) ,:„., ,‘ 1 , ,, , ..., ,_, h ly: !/\,.., 6(<? I- 5i - \ ,- �w' cn \� I f W Z LL Y L:i . \ \ „ .) Opt 1 / iv - : • am '1 :--:.'' _. ,___"I am i s \-, \ (•I hi . No 1 I IF, ma :mi •;I X •� , 1I \' * _ I `O'4�SIE �� - - X7WazVwl Ye --- / --- !ff.: -- .t} .,��,':' •X ---.77,--- _.__��1 i ►_ _.- -- �.������� m-._n _ �w t i4-i3i.r'_.; i' \ ��1 ;`J7_-<-146,----1, it ). ,for I /,, ' 44041--- N - ''''''....::*..:.. d 1 r:� — i �"�• sw =_ '' 'J 70 �� I Ili � 1 \ / i 1 li Ai ''. - tmall -. , o, . 1, _TM MU'=-7-;..:4577.111rE '-'- '1 \I v. drimmawasseasarwmainc.i...,v ,. . ���_ - 1 k 8 o -------- —+-- + • — t-- = W z° ' I Z W ~r- L .,.r.e - I I w I \ (j LLw moo^' li awl jH I ; __. m ao- , ' 0 Slldl3a /0001 NOIlaf1211SNOO • 81 i I , c, cfl i gl i go e , 6 ,I I , wit 8 'CA 2tri siatt, 1 --i --1-: - II lr --- . R i .,,ksz::::•+:,*:,x4.:, - Y :Y- ufmilitv__ f 4 2.1 x -•---2 I- L.-- • ' 1 1 1 I 'I :,- --r f :•-2 Z lin !II -4 1 151,0 2 4 1-4 i z 1c2 1:15:1! ti P R as w 1 tEt ilOw 2;c1A it 0 i li i 1 t”vcitt iE!!P SSLI-P; ;s11 --7, , gr:1! :-: .61 i 1 V ri• , ,F, — .;1_ 6, zz, a I '2 . ... ..... ' . . -..... VI . ... .. . .. ... .. 1 2' . ... ..... ...X.." ........"..................". "..... ....1."....1 2''J 6 1 1 s g" f.,-, i-,,—- ;..,_-.2-.,..., ',,,.,,-,..,,,—:',-','.7-';'-- .--:.. ,„-,c'-----',c'c-',,,..0.''" .-;_,,,,2_,....°.c'.....1.`',.—.so„c...„c.,,-,-.",....''$.•,....-„„—-—,-...,';c.,9--''3'.cr" - 5 . 2 ilit,:i i 1 i g 1 i t-c-o.o.o-,LA41-------,, - o- , -,i,,,g, ----- ------s-E,a.F.1.-1,,,,,,,,,,A,,,An ,, ,,,,,,,,,, ,----,,,,,,,-22,,,,,,,,,,,i,Anvl, —L— ' E i i LA E v 8 1 / / , 11 Iliiiiiiii,_,E1 <M7,_ WiiiittliitikViWillitiOJW LtWiii:tliii;liWW411111.111Milliti"i11222; 21-21“11cftlliiiiilAWit' tt,', *4 i . —.0._. 1 I iii.;niii. tii,,iii,ii , -2,5 ,...:. ,;.. =vic;is = , ..-. .. . o'" i.".". ''''_ ., I". , !JI.ii.iii.M.01!7011!ii"!'"; ;;iii.;ii;rn. t:Ithll 6111R-fl'Illi)!''3"iii111111 1,:!!'il!WIMILinli:Jinill-N11111!flii] gt"iiill::„g.:11.111114 !iiiiiii1111111111ffiWA-1`:n- a“-qe;;i',01;” 3-a'siMPAI-1-SP;fiWs““:251;;..,”” I''7'i;11qgi';.1-1:1111.111 123,6nY, 3.1 ,-''',QtqAMMAPAn',A(1,1,1,1g.XPl', IJW,Wt ' !,3R1.., ),,14, ,-,q.,'M' , tr..... SlIV1.30 NO11.01111ISNOO%OM VP i b , 'I c'':•1 1 I ji NlY b 3 I �' W O W (,,W Z w U z w� � w Y 2'ZIP }3{S r- O�ciL w� �LIL m p 1111■■\._............ .,2„......,„„•041.6 ��•� ���� Ilk \■■111 J�ri:.�- - si mo E■■■/,,.i:( \ 7.°411". •.11 VATrld.,;.:1,11%;;.::‘,1:11:;:;:00.71......-- Lcri ,,, \■■■/�•....,... 1111■■1 ��;��; \111111/1►;..::: . ....,.••.•1{ 1111111/11.•••-•• il ,.,. -1111111t# 11■/11 a,.,• � � pribak toymitiw lit \�� ;1�1■■1111 ale/'■/ ,,„,, ■■\►, - 1■1111■■11■1 \■■1■\ %■� 'T:T,' IIIijpI:: 1 4.14% SIER .„..r., �t;: ::=_' !ati aide,, . . _`i ; :_: /....1,I r. % ��-:�!�i.�!-,;•.,r;. •:y,;%-%,•.,:..►.'•:.,•.�N/� i��►-.. �.�t..:,.;;,:• .':••_�11■■■1111■■1 .��- �. 1111111111111211011111111 �` •,1■■■at■i■■■■■■■■11■■■�"..i:iii::iii::i:iii:.i. irr....., l�_.ry.•f••�.••'111■■■■►'-..:•:;,•:.���+��/•� •;,� 11R7 \■11■■11■�■■ r��Ma-;-3.7"7"1".. <<1�.1 .-. .. ..,..• - ,..��.. ■11111111111111■ �. •■■■1111111■ s 1•v.:•/- t ......•....«.. ■■�■■�I r; X111111■■,, •�,�:• tri/�I■■111111■1i�■■:�wl'�.-'���� / -�, .••�'�.�..•...,:-�..,,..1 ,,�. ,:..:; •�•,I•. . •L � ��1-ie:,••.��1�'.N�+N. __ ♦_•!••t•�••'•��i•.N• .1111 �o a •1•i��:��� 7L 1111■■■■■ . •. •t ,4-,6,-; , ► •^eivr.•.•.,:.)•�..�a]•� ,r!---------,... -'�•' (,::;,-,:::::•:•.*:,i i,�!'i c �'■■■1111■■■11.. :'.,,!•,..1,•.,�.••,, 4 ., bt•,••w :;•..•..':tag o! 477:3,,f,;.asit:g.r « Y b b cv II 5 n I II �I �I Z_ S 3 coiI z �W' Y g . W ED I a V '^Z --\_____ V U z w W8 Ql ' Z y W • i1111111111111111/rr' X1111111 ;•_� i, , (/ •t,1• 11111111111111,3-1 /1111111 ,\ \- r 1111/!!% 111111111 '` a a m//rag noo , , •loi 'i" \ m/Ii v� 111/1111 !r� �-'IMMO BE t- 4 •i t' { i� ,' -- pre .,,. ,. ,. . , ...... k,,, .: , -i,A-)•-•-/ c,,_ .4.4. /. ) ( ) 6 /11111 -- 6 iiiIki11Ii! j sour - - - n,i� nobec /11Y►y1 �NI 1111111111sm..��-_ ==so/m■/�. t • i /11111111111111/nan===nli IN��1111�����14. \\ 1111111111111111/1.•.•_.,•c.:❖..:•.:+ 11111111111111111/i....�4�,,,,1,:in.••• ,..1111111111111111..asit, '••>> 11111111111111111111:_: :;:3::':•:.: 6..... ..������..����%11111111111111111111/br��i.�..iii��� ��111111 111111111117!!!!!!!!1 ii lailiNiMi������������.11i�11111111111111111111 ' ® 111111111 S �����I ... t••••.• \111111111111' ....---'� :-,. ;.� •,,.��•.• \111111111 7 \ ',, .. z •�•:• •,!••• •••��•••f• 111111111 y i 1 �����•••••1 •••°•�1••••��••�i� 1111111111 \ i t.!;��•••t•. ir,:ti`t�r' 1111111111 ;•..•••!::=•• �!ate•A=�►A•• --_ �5;.;':• .�s; �►�'C-� 1111111111 � � 111111111 e ;��,�i!•i !�/ ����' 111 er , ••♦•,, .•t 1111111 ■[� 4 y „, "•+9�i/�. /111111 ,• Y1 \�� 'iii 1111111:t:•;z��1. e i • ' `', I u= J \,s` iii, U ':�` ;.•.���i.�i��f11►11111 %Er \`s;;;:\,'4f''',f111f :111.'1111 .•• �,, � W `',‘X rt.t P'.'111. •544,-40.:A., •1. " ii c'is r��I'• ':••' 11111 lti�.•r.��., '* w z • • r+'% a .i ii j '•,_..11111111►:.•' :pair 111111131.- _:. ��•�•�� 1111111111 W /'�•�•••. /11111111 RIA w N ���i!�!= .' ./111111111 �� z z...:�•..-,..: . 11111111111 ,IIN ag•;....•••,111111111111111 ,, a x ��•1,.��v,•,••���' -.iiiiiiiLkI E4- 1-72•�•••��•• cN N °� n k N `L. �" 4 n n c* * N N N 60 2 f g W A .:,.�,.,•,•,-.�,", .x� � • i/1111�1111111111111111. lil II 8 I, c I ^ N I N n a6N1 N - -N$ va8ElEEERw_ � _ Nr �m k, rm hn in m � b ti it,tmP , ,,10 A0;a11W111111111111X1111111111 � ! . x xM - K . . . . . . . . . a g Yc U oOU i.,�2'•i!!!•Vii►t.ta1111111111rI1/11111: 4N8 4IIKII48 2 2 2 2 2 2 2 2 38 2 2 N 3 8„ a :. ��:•!''ii,a•r•s�-*, e. e��IiriasikvtliL- Aer w n8o h � � "v� is cL cv qcr i» a_ Ni 'vN 'N N N n ,iao O 4a £x .`.n.f.. /111111111111 •Wf••.6..111111t111111111 /� CppCppppOppC • p9Gg O _ u •• �,4. � 1 1111111111 _ 1k •rr . 11111/ 11 iie:7::::ffi ::: 411V 5 g - m v % -.. •o r Y _ n N c, Ti i n gig, §: 4 411; -111�11� 1 W I��/tai�s�ii=i'S _ o o> > a i .x.11, .: FAlikt �, » Oaw1111 ' �: r 3 �_� � �v �_.� 1.Q �� vir,,::::*; �,di C7 E','31..110i'. Z cp c SIIgg uF gq :a 3r C -'R < , # <u V 1E .�a ,"RR c h,l Nq t l j 'J° •a sy y .# E W 1 i�•'•ren ØII 1 Zz.,ui° §F _,c 4 i “,0 0V° 1 E d oV a §L G A E H ••v•.°•. y ©'III Q 2 �y h �y pua q}L ±�3 1 o g sQ S L 4 o Q J g QE sCpQ 2 ?iAi�a�•�� V! °((�.c`_ :�t§1 1 1 1 Tz,.Js•.'O o �'3S,3 moi•1 a8 Z JS •J� a$ .1S Y N V (-,•,,31 3 °- ?`A.�i m V U V w :L .L :Z :n .oe 4 v 11. �•;' :,VA =,-V , , V a O W 2 W - -4 F- c/YY V V V oG L _Z _ J W d1 g 9, % a R r ()‘-‘43i 1s g a . f 21 ! iiiii, iI Or% - 1.Bo Wilk: o Mill, i 'AI, AMOO `1 g o a .r c ,S c ie:iii���Q��i�y� ;.s� 3. Ali p = = _. - aM§2-3'� 1 '� � � �E C 'a T ��� i O\•J L Vti.LiaTitl, 4 7 ro ,- x Y r ° t g x t ? ,,i II3° ro=1 a c o o 8 $ •�f ,1•••• ,, W O 6 O O — — O — — — W M =p �2 $ II II O 4.3 _.1_,j•��4.14,•: f I, II ~4 iv ZV ; t I; II j 1 N L`. y ?”' f. 1� I+ O� f••h/i �•� �, • 47)- - - - 6o co - iu_N m az {m- w N»F� Q» a o o v3 _ ;® F.. '8 2 8 S Y 8 2 2 8 E 2 Ig t g 8 $ 8 2 8 Z J• J LZ n J } r Z o O o` - o nn n 2 :n , `2 Q.r 20 m (-2 n M. 11100) V- L-`d avow 31V1' c- ~°_~° L_,(1. SN "W 2 ' .oO1 su c U 0 • -�__ W 8 o ja 4,�p�eE o° ff. UO 1 .S g417„,1,7 •_ o' f N W 25-1,-.218 0.• <,„6 _1,C p • p W O= Z a m a3 -.3-'-.g E .,1-.G-F,, Z c.c`^-n. .c I 5 glF= wzU �2 -2--io o og»oi2.§1 f-c4£°R.- ;. x >wa Z 2,311 �•a°Y�rn��o 3_9..-3 E 4a�$ o 0-.7110 c �'I a 9. Z 8 0°g-0--2.9� -a u 2�'• �h�� O>m S ,3 '1�a.`o(-g ih�G.g„i 3 ti:“ a m' � S g, - �Y L c uT c� a If) Ndd3 :O :U .v :v :U :v :W :0 • 1 :Hdu :u :,i : 1 o :� . .....-_ ug g W O c � N N O i. � Z oC4q1 J G OO O O W i > <}v 1 errif HQU Siivi a NOIla12I1SNoa% Le°' ' A w -, ? , ,------- 4, LIII LET2 '131 <LL 1 r\.A111111 ' . r."""1"1611:":=7"111111P-41111111-.1"1111111111111111111111111111ft„.._ ......41 Ilikillora -1.11‘'*."1 -4 , 11111111111110 1,1 111111.1rilt V 4.01111.N - - MUNI -1411 • b — 1 14 "BilijeCiP:4 4tA v4ear 1. maw li ani• 1,7,witilett!,7,., liP*;:if amancr , eillikIniegt , 45!ibillir aignisk ' assamb,_ 111111111111111111111 Lil • 1*VA:;,;:'-.1111111 MININNIIIMOM cm:inw -- 7.-----;\ . litilitlio.s.,1621\ . Aruh. v • ) '4ti 1111.112,* 10i III Amur ,, t N___•______:,; A roar I gam allisiss lir"all all I I 1 7.111 I II Pasil 1 il I 6.i'm II:I .t;F" '',,--,qW l'aiiiinfirtilik ior-'•ir,:i4*--"?7'.',, ,',:::::::;;''-!;,‘,.';:'.Z.::;i'l'f..47.:'sf.i.i7;,7.7:,iittl."'141...iiiiiiimillit iiiii '''i 1"Igalitiallim .,,i'"'''-vg7,74116101 11„,immolow ...-A,----iin... -Ftv2..:* ,Abit.`,_!:;;,kirrr,`,111110..inuisiasikems,::-E -,777.r. .,,,,,musamp (FAutir;ilizi.r,sab1N:"V",!!1::: :ii .4.:flpis., Ai,ltt:Mixtar-liirsaF.:',:.:::::::::::..:::::.:T......musilanimmon tV:t:',1)131giT:triit'li:*Li'ii-fagrw;.:11P-t11;',. .4 ...4-i*iot • 2 '-.:-.7:':::--'::::',.:.1:*:1::::;g1111111:1IPT.7.1!:;:likl, t:,".4:7:ittil .. ';tior:':„.::::.-',.:..i,:i',Y:::'::',::':::,::',::',111111gRszglifiit*;,i, 0 V•-'"%l'i,.W;y1:tii-ali# ( lapis a !, 4 x . . 1•4%. .,,,,,.,., 414,te, , .„:„.....,14.4....„ ,,,:,,,. .,..,.4.,, .,, ;,..... 4....v,:„....,:....._:._:,.„ _,,,::.E...,„,...,,,,,,,,,t„...z, .N. ,....., , . ......11 • ,....„,,„,.„:,.,:_,:,,,...,,,,,,,,, r ,...,,.. . .....ww ,, _3 I, 47$1111)ktii:i'11111r;;;; ::// -------..-:.:-l'.1:4:#1,- '•,.tl•el% IIRMEaliprA Lk'5 : .1141?"":1111700 -,.---,.-,,•,/,, fillIS ,--7:111111lio.s.ivii-•,-, S 6 LI, 1 ri*:' Iliongq,4111 Hifi ..,---, ;;-zti,:::,.:.,"! • 4I0 IIIM.ig4i17it ., -,.--' --..,,,- - -_,,.:,::',:::.:-:::,.?.-- itTlr',. itill ; ;;:4 •iiiiiii -.,,,•,..„!;,,,,,,..,:.....:::.:-..;..?:•.,:•:„.:::,:: 4.4oat, ,, s 111111.1.•0-27:-.-if. -f,.'',-,:,..',"4,0.---- -.-.,-::::•:::,-,-,..:•• ,, Aleill hiiii 11111112111414*VP: :,,, '....:''',:-:go,!.::.:.',.-.'_,:"-,:-,::,:....:-:--::-.'•. /I u) 1 cr.iL ' ‘k;'''-'t":.•' dilialig0'4.*A '-''‘'40.,..:.=,-------•----,-,,..,.4,,,6. 0- • irgsat.ah' \ MMI1111111111k4. 04.•,& '''.1.4.4!4::;;=;::•41:.i::::::4'.;"-ilie itt.< § ' 4 ifti*, \ n111111.111r:t ti , ' ItIfttp* i 011111 :, 1?,:iiifi4e0F i; 041.1i..): i :.,... .'-'''''1110110111,... -,I i:Ala / 511,,F1111:-....;:,...„,:,.:,::..-.;.•:,:....!. ---311111111111.- - Man 1:ii.A.i // 11111[01,-,':-.:--...,..`4:::i' !,-. 1111111011111,‘ . .410,$,I, gillat. ,',:-,4,-;;4>t•.:44.-;iiiiiiiL • lea 14:''- a I I I I I I I I I la N I P 0$5.t ' 4 V. 111111111:1.:-tr7,i'iss'AK- 11111b. l'•-.141.":!;,.;',-,;", 411111111111111 ._ara_,,_,0 '," ::-'-:::-Mr.,•:::•--!WV, 'Illiti, isttlii;ft7IS*1111110111:10 "-')'5"t 2°"3 14)01hC.1:1 : :4 '141.S6: :-.-.: .:-.:::::,,,.7,..4,, I I 1 .!;; 111111.1111111Inkill ......,1 --...i i4j'A--:--::,.,-,..-.-..-..,I Tilt, Nitm, lliiiiiiii AlTil'e:Illiamailliffie 414.7,t'...',.TigN 'VIM: ":4°'7'''11g1111111111171 ,..., 'lgiglis'iii:ir iigN) 11111b. '''illili.. . . . ''''IlIN11111111111Nri .. ' 'd 811111111111111.1,32 „:!. 441‘7;74tiv,:d11._;ii•,,-„411i1 '916.. r 1,,,,,,;,,..11-;st.,,,-,i77071.,:o .ilim...• ,,,*-,sv-----;,nramma a maimesow 1 ,..,... : 1 1\ ATS'il:11.1.147,,ce iiiiiii -.400._ -...ume..-• fot:;:iff.1-....t,;:zit,":77.ifr.,:..1;12:Aiimitiiirivirliampliarrortx_,,,,i.rammeamerig/i..„:,,,,.:;:: , Will gottaii,::-:-':-,•:,P'' -"•111111lis._ . --.....,ir,,,,i_kk,.„,...umem. 7....:,-.,-,f,..,:•4(11 40.-• -.k:,,.-0111:176-144., ,,- ii 4--"lrrb%-"IIIIIIIIIIIIIIIIIas* IIIIM41PP,pltfi,?4-fj:rlirrruipr '''...,,ta,i-7...A7,2:,,:i..*Air 1 . II 1 i.-Rail-'s\,,--- N\'''.''''' ''''': ,‘, _--- '','',',,- -__-_74;?:,..1-=-Afirritsr,„---,(#1::: ..-t.,'•:*::gpAr ,, .A W; -.= .= ''''' '' ''''.-';' '''S ', -,-=',;,==--,;r4"!-'._'_:!.---,:i"7 *:;"it4.1jAtiv-:::::,.:!_" . ,, \ s_i uhlusEr-,- -•,,,,,,.,. _L:-,2',___,..,..--.-'7:::.•:.::''::'H...:-::::-:.: ,- -:, ' :''',L' .---- :i',',"•%:':3f,f .--- ----- _.---- '- •' :- :::_-f--.--r---,7- *7=:-.:•i..;.=--;:--- 1! ::'-.-4*:;;.-.ti,. ENNIO`. ':.'-•.-..,:_ . -------_,,fi,-i-a:----t'•- -' ,,., -,'.-:.-'•:------ ..v.4:!, ---. •-,-.V.4.-,..:',-•-•-•,',.• ____ ' = ----=----•----7----:------W-1.---1--....:.::•:::•:::--,:,:;.---_-_,_--- -=---2&,---- "---:- 41-;:::*04, ..,........ z! ._. l, clo\ , 1111illaripilai'ii:-,e,•,,;...,.:,;,:.-,,,i,,,',_:--- -____\i‘,7t,/,-11,,,,,,\'‘,,::,.,,,,,i, , amity ,,:,,,,,,,:„.i.s,-..,I...st,,) • poi ,11 I <11 ,_,_,,c6) 1111:11:121-s';'•:::: =------'------7.---7-----7---------:7-7-:77-711::' \--' ----- ria115lifiii:'::''11, i - .- 1 , . ,....c,:cti#i5,,,,;,-.=, ...Hu .., it!' ,44Z.: ' 1 ' liallial414%.:1M; ni':•!: -4-tA'%,rAk: ! 1 ; Ill INNS;,-,!,,,,,A,ii„, 11;'.7:.4'if :. ...; *ii 'i.' ,' i MI Urn:,;;;.::74k,!..,;,%. ' ' ' AMMON 70:::::,, A:3.: -.:`.7s,ii.:.::-,::.1.0:0.:•?, (traitil 1::::::::::;:1' ' ' \ ' 1 ' III OEM!,.1,4t,.`,r,'4•1', ,V„*W",*=•:;11111111,C.fili':' r-1 ' INIMU4v4.4.; , \All, i tillillIlliriel,r7'..t, ,,...,...,.,_ .-4,fr,,,"-• ' NNW *41) ::-:•1.1111k j§ \ la\ issonjk.ezte,7 i 1 ,..010:••,,,,,,,a.,,,,,t,,:,:,../„Ammas .1i:77,0:40:4,;;;i:-Ainummuno .0144 1;-.*E.7.-,41 2 ,D ' 1 , 121111111111-.;444: t ',J1-, . ill111111ti*tiv,t ' i , .......,,,4,,,..„..,. \i, , ....r.,,,hop.,,,, --.-, ,v,..•: ::ti.......drialriaii.k...,.* ,47,,tuisliaq .::,...:..• -----.0k. - ', 1-2 ' iikltit,e...7 ....,4",.., *,. -,::::‘::::,...2f1TiiizAtIllliwo...-4,111%,vi,-,:tlxvoi;61../ \-1 ,111.13.6.iiii4.174.c.i:',..??.7. ,:,',.i.i-i,.;.7.::.7..,.::':,-::.:.:,.....:...;5., „:;.:.,:t:,..4.4,-..:i,..---.01141 ___ ..„..........9040 ' r 'tH 1.-1"-A''''-'' '' '''\'''.';''''''' ''''''''''''''''' ION Lij 2 l' ____ ''' ' ---------- all i i s 0----- -V Ci‘ik0 -- i (-3 n--",N 3 A V S711100: V- I- 1 'GI \ . ...... ----------- — S1IV13C1 NolionaLsNoo%ow. b b i W Y . =, § „.- i ED U W 2 �I F,� W U w �w > ____ _ -Ire', w • 11.01111110 \- -1 ! ! I --' � MINIM _� /. , �,_!,\j. j um= BE tr: lair iiiiki_ Aak. -' 1• • )• I• • 1 momma..ministeli 40,‘:. - —agi , �.....11_ um � .-- `� 1.....11.11 Y....1lY►y�.1 1.....11.11..�1•11��11�111 �..mm..n...M,-- gaiiiiimummillall III t • /) /.....10.1 ns11si2 , �li �11 ��ii \\\__ / ii A. . ..... 11c.•.•• 7.17,"'•.:.,1 .� 1111111 : (-1.)) ——/ ff \\� / .....i..1'�ttlitt�e0�wi�eet',r,.;.a�,...,,,,.� ,. _;.,r. ......:..ri.i, iiiiiiiiiiiiiiiiiiiiiiiiiii!!!!IpmmTum!!!!!!!!% ii mm ...r\i :'::sur114111:111• U... .......' o 11111110 - .1 ....'::...:'‘.7.:%%, VO71.1*:ri ,/ •B1 1m 1 i I I !i°i: /o� 1....1lsl -: € ;ss,•w•r, e/t,:. mmrp imouncam + 4i111.P. , `: a lf jt 4.:i __ ��OI\ r 'I O • ,!fit; • \1`t„', �� I ! w Q • 'a�,q ,'fie/ 'sem 1 • 6 , \ 6 ii, c',E, ° _1■iii f. ` ii ��i $j Eli w z • . � l. :11. .t”, I/'i1 W U a ®N 1....I `1iit ew6i1!•°.. .... IF W �,•etw ..:. .■■.■.M l\ Q,s•s:ww :•i�......1 ,at� �QLc_, w N Li J....... 011111.ijfiiiiiit •1 ..........1 lir �' Q Illr'w•w.' .........1, wQ ALL, � 66, i. wt4��.4:•R:+.ar:V..............1 1 /r-6 6- ,a,"1.:.%,",: `"..;:•�. .....I al.......5..,....e..,,,irob.,,,,::,...,...e. inaliir 11 am ,•°;,'::w'M 2111111.\1.pirirgtvPI1ii;id'vr flumisasT401 ~w,, TIU61011111111.1111111,2klijp.:,.:'!:5'Venallill111116. 4.,,,w *. , 1_,,i,,:F. e,�.c''-wi►�U.v.i��J•�aY'w_-�Oeaf'ree•eweww•w_•-�-■ • in, .9'► sll�•1i�e Fr fl '#4 ;.. •:7.i.._� ,,,tr mg, . ,. ,,,:,,,,,,,. ..„...„,,,,„.,,,,,, ....„. . ..,.,..:„..,,e,,,,,: ,_ ,,, ,, �i a i ,�'+.�" �T" , . 1 `mv a 1 , jj * �� -:1 ''' kM41\9 tl) ,► _ .1",7144\ -',:;:libmi, ..,§At.:-,01 , , -r .,.:, •-k-.1 8 ,,,,..4ritlt..2.1-i. 1.:!:-:::.:1;ItOSOk:::::.; '',..:':.:::-J7:''' '''.4.:11.3tOtit 1:".4:..:i.:1 36.- .11.::',.1 ;4.::'7.)iliiitii 40 -i.',..::::::-.11iPI' iiii::;-'' ' ffAf�{�00.O��w«�i��O�ti llllllot ` • 8 a t.sou• •• G.� a c 2 W 1 - w S N 1-1100) V- 1.-V OVOH 311 V ' -• r-ww p r�� f UsLu.; z w0 �~U wzo j aO m o J F �� U SiIv13a NOI1Ofl�I1SNO3%00 1 b ^ 1 4'. ,c. ..t. g 1 P. 1 Fi w ' 3 ED `61 ili ? "1" t ilutij . T.,Llj 1 Lj- ___-------- 1 11lI11lt'IlMlIMIIMIM''''--""''lIllIlllIllILlIIIIllIIlllIllIlllII "''aN.••.••••'..."""""'"''.'--'"-.""""-- Ittlyi 11:11.5:1:7:111 4 NINEIM,Abs ,, i, _ AWL 0,!.:-.,,,,,,,In.. 10111.1•111:11.1 mom" 11111J doll, kil lig,70-i4iiimmummipe -- meow ! i UMW\•','Att,AZ:r 411) 111111111*0 I d\ ir1.416!.*1!4 MIENOMOr.' MUM MOM 141, MIME 6 -0 CV' somumap,4 Al‘,,,giulosPrOw NMI Vito,4114111•11111114,411 •,,eimrestior, NNW "Rr,....111111111... 111111111111 iiii&c,',O1111111.11 .1k 4 morunnum Aiii lialr • ----Miiiiiin. • 11111111111116_, ----r 1141041iial 111111111111111 gir Afillr .---, 111111111111111111011 .ilhinlii 1111111111111111111 '''A 4**1-41311, . MUM - .41111111/ I/ • } ' IIIIMAIMMIllho _, I INA li' MUNN 4111. 4011111111, { • /1 1111111.1111111111111 _ '11111.1111111.11111 111:4•11%* limilialte" -,,,..,,S, ,_,...._ ,,,r....", . I - %AMMO, .,..447.Ausingagor tt-;') -- AMMINIONIMMI AMMUSIMOMMI InAl't41141116042AiAkiirgVilliiilragAg4AgO%litiMMIIIIIIL .L 41:1711111.•.:1••,;.,!.7.1.1-1..,,111111111111(11111.16.177:,"-_,..V141411:47174.).—.11,.7044. 114.1.77..lvesialitirlidisigle:11.,!1:11111crifordosiribu_forl."...Tis.!Eli rilillopppi ,,,,,, . -. ...,,,777, ,,-J.11,...1.,•:',.,',,,.:.. UMW 181.- Ati;':.;22VM11103111111111111111111111111111r44.W.APAtet t- ' ioft ATAtTO'ita1141 :114'; d'''''it''''.:'''11.•li''' ''''/,',.'''.'4:4%. ";1:, umnirAiL 1,,t_ . 1.41:,:ilwainumunimumroit4,404,45w ... Oftv,...0,,,,,,,-.:,:,,,m4.-brazYA, ... .,.:4:,,,?..1,,•,,;,'.) '',...,,,,v,!,..,::„:;,....:‘: umutair • ttOlfirsillillirct,'''14----',.:4,%:',., -'__ '`''''flvi.P,;;=-.4.10,' *z::..,..,,,:....,,I.,,,:,,','. togr""4. 1111111111111 - 410,414, -,:4'7,1111111111111111111r4tit.4''' Agia .!,,,,I,itty..to.,0' P,„,:', ,,.:::,'::,,,,;-:..:•:L-'''.;i: nt.-.''-.44;?.*) 1111111181111 :Pir:Oit.I114.1111111111111111,4:;57;p Ntty,...as. v,L-' -,%, -,--,,,%: 1; '•1",_/.1. , 1111111011110 P • i*".t.t1,t1:410111111101:411.-igo v.,,, ,',, ,‘',4;,•0:otA -?Asfa. alliri - -c,2 c, (?) , \,,,, . i.:,,,,, . • . 14.6011-u"liiiiiiRVAN , „.........,..:4•,., .oc ,,o,A., 4 iii-41IV iiliaM441:141, --''''''.'\V.Itott%:// \ '4'.%141r,' lit. 1 Y laina:WA Lc2 5 ' E -%,:••••' isomm:•teivi 1 iili '. iir41, 1/1 1111114:0 iiiinill ':1 ';','' ,,!;;.,,.mill110,04,,•± 1'4 L.'LL, 4,41 rs..0*. iniumes.,04., .44. numovvo.rp.,;, • ..o., „-, usimmn4,„ ..ivm. , Ima... A,:,, ' ,'.,*•,!..1".•'‘_111L••.:AlIseffill c, `L- 414:4V‘ ‘ NIIIIIIMIIIIII:,:i*.•.:. ''' ,-',;?:::',.w1411110.741164 littW i INIUMMNIElikw:*, -'-',-•a. ',- y*AMIL,,.,,oti ' 4.44.1A OA 1 ii iiiiMiirELu4 ) -'''''' '',AlliliTnik N i 911111nriamt 1 ',.,r.i:V...; mmiallati' ;- (-) 1 410`V.O.,/ ilowagii4:6%, I '--,,onumour 3,1 L, le*.,te, momir.'4,;:mopp.1, -, MNIllom- ' • AtTi II UMW Ntt"'lliNC ....7" IMAM 1 1, reiVet:I.,1 11111111111111fik `ct' t c,t 0,.........,,,,,,,.,..,,, 4.... ..,,,.;,„.„..,:: ......... 1 .,..„..,,,,,,,....,,,....t,,, .;.*"•:••' Amillmilli 4:14,:i11111110,- "ini. ..._•*44%Mina. 4.7%:,:t.i:::,1::!:,41111WOROMMI 0,7.4•14, litiitiN 'MIL. .,„,„.•-„,...‘,. moi.,,,,,% 'gab: 144:1',A11111111111111111111111 , 'T4.0)44111111114‘ 'MM. NUM, . riiii ' Iiis,,kiniiiitil ,4111111h. nil 1 `,-';.4t1111111111p74:g 1 iiii ',UNIk . Aih" EMN INE • hin '''''Ali aMMUN\-4" ,"44‘altill:larrAiinni Ir lignounkat 1 IliiIIIN1111111 1 , '..•,.,- --... 1,'..•,-, ,4111111.- . kAP1114&,,, 1 -,4111111i•-• ,`;•.t•r7..-•,,;',,,•1•V=4.14.ifeillnill1011111111 INsimapil, „.ji,..,L , -,,, ,t4e4S-Elidtizema mumunge,*Ha:. . gfe.4iiiimmif I -.41111111.._ . !. ' 1 i ..,;;!,;,,i1111111111111,1•,,\,- ...1 'tA?.1":.',5ffilliZk:J. . I .1/4•-•..:0WIIIPMAIV,,,- -"111411,14L-......_ ,.........m:1441.;:$21.:.,11'_..'ilrg.4'"Ilp:_tiliaireardiraw. /441111:11111174 *ft-"" ." 11ftaliMarrinigtal1111111"r-.,''::: ‘g101±L NM '' ,11 f::.14MAtAlilei*,..'7.-,- dig,* - I — isomor- -;0‘4.;1111111a -f*''..:7'.. .:,'•litaisr-0 --- mumnic. .--,,,._ ' \•k•\.‘::,.\'\', • k • \IN nalit44‘...,,,, =. 'I`-• \s'.-.,7i Iniv.1, -aiL,I.'.', .',.",,,, 'IN, i • -,1-,ailltriff(A1Pn,: --.,-- , , ...../ph_gmt,in.;'--- : - _ \'-4,.,t,, s---,1,-.i,-*.*-y--1.4,-,....i,-,..i.-..-- --.41;x40-,,-,,:-,.;,'iwams, ..=‘....,:. ....-,...g........t.ww -------- --,-,-,--.-----7---='_a.-:,:.,... .,-..--_:_arrk-==,===....T!,-_-.7--7.- -----.,..-_, . °Ali ' IIIrg', . ::',=== =--------=--'"g7aT-z-'-''- 3Z.7.'Z.77-il--aTfri-Wfz-FkThl;AWVrl-Vrjr4;*.lf'i'.T'7").'-';'r:'ai ----Ar 1 1111111111C4.,‘,•=:,:iA.-':'.:'.•,‘,.''-Z--_-_-.•=7:=-:-=_-_---,:.:c.:--- -...---; -;:4 :_4_---.-7, ---7,__.------0._...71.-...v,..!....Av.t,t,,A.,3,4,14,a..%,..,%,.. 4, cz, cl 4 El , u_ UMW: . %, .L"---",, -_;1-1' , .• -, 4111111, It.;:::::,!:: ' r lc A111111111;,,,,,,,,,,.,? "IF ih II .1.r,i, 4pit 1 d., , . • ,, i , in...1„,,,,.,,,,, .- _ i.o• issam,,,,: ,,:.,,,,1 4,,,„•.,1,,,,...._,..0 ,,,,,,,,,.,,,,,, -..;,•::-.4 0.' ;., 8 iMMENS;;::, ;iio-Ar- I .-:..%•:••.;,.. :4,4•1V. !,,r.-:,14,0 E '<i' ' li Mail.:,::'.:.:,1,-Z;,,, MI ligil I ,...3 1' I MIN;,1.',';:,VOA,' :''''''';'•:rgiliri:\ 6');*"4. I . • 1 i ' usurt,.,,,,,,, .4 ''::::,zlimar. i; ta: mama:,:, ;:,,,„22., 4, '.ly.trAtarar.•:i ;,,',44-a,,;(,i AMMIES;;.•;::''''',111,44 iiINNINIV,:;._' :.'-=.*:': i , ii.....,,,,,,,,,,,,,„.. 1 4,,,;,..,.,,,,,:.„.,,,,,i,s.„,,,,,...,v,„,,1 ......., ..,.....„.,,,.:. IIIIIIIM;;i::., `1,,!,,e i - Ili . 1111111111111';;..,!,:t. At;;;','-:":7z:: ,11',-'i,Allialgr'.. 44 W7111- -, IIIIMINI:.;:,,,cp,,,:.1 40:fkl;00:2'',. ."4.111111r :A,t4 pot ,. :-.7---- 1,, ,.:, d 8 g uNNIMMV,.,!4„.:, .,.. . NENIK:.:•43. i iiiiiiii .4P474!1*71:::':1elrn1Wdrlli" 000wgiL ;it witumfoN•.,',, -1"'I -wilINV“oldr., ..:4C.:,°: 0, ..,.1,!,., - . '-' ' r 1111111111111,4,!;4,1i,,, .H)1_1 . imemt;.,t4:.,::0,.,. , \ ] .,:-°21:34,..P.it*PI Parralk .,...,.,7,,,p,„1. a1-41 114, Aim- ,i';'',/,';',C,f''.: 14,4,11,411,131111011121111-r"" A:::','''„'''''''.'5114.14.4,4.-. alillt i 17- ....",'.'''',,,."..',Y51,-4::.441 \ .:,1,\ markl:;;;V),_,•i:x..:1,,;•••••,:" ... ,,:;-'- •,,'•'''''0,-,,,,,p,:-.-;-,,,,-..,-.1snummuml,V..;,:?,:;,:ri:All „ , ----------,:--*----y:::.--- ro.,,..114,,p1,....,,....„.„,„*..,:,,,....tj..... , „..._ ,...1 .....„..4,,,,,,,;,,,,r„..\.,,,...,...:.,...,_,:,,,,,„„„mr,..,,,,,f,,„..„.„,„„..unummb ......i q,4,,...,:.., • ,,,,,,,..., ,w.:, ,A ,,,..,.J..W..1,',t.:4!OIMUMEM. 1111.111111.01:A r• ....00'.. 1 1 ..1111__......--MHZMA:ftte-t-nt'V.:-:t• Ralid 1 1111111111M * * LN- ,,...:::•-?.....:..4V.1;!..4.!:.."... _ is. w. • 1 • 1 ---6 ' -..''''' , .______ ----- --------- -- , . ..„ (311N3AV SN11100) V- ,EI ---- ------------, '..., _,8 F,- ___\ SlIV13CI NOLL3naLSNO0%001. UP 1 a b ,8 b �r I, 15 I Pi w . .? m , Q �I Y LT, ® ni ' I I �I L,',' w 1 Iz z � w OD- g-4? ,,,ZL �-- - w I> ww 11 --- 1.- --- 1111111111111111101 umuuman- UMW 1 e1 1• 1 11111111111•Ikr, IMMO t \-' '•} Illniroal MEW uri , al-,_. \,_-__,,,,,__„, --,,,, a r/O MUM11111111110 k. W._ •,* _ `��1. _it /.---, mumallmionnumm imumliumi I/ . ), ammumumaiiiiiramm 1111111111111111111111111111r--- �•'C\ \��/ I i11a11la111f,I�A�'J�AOt10���.•IO,l`,;; ,:r!^r.r'i�i�!:!',11��■�11����11�11 111111.1011111111 \1y) :wig+000..ae rr;;; 'r:!'r:r.�)------ H .111111l '1111111■1111111111111i6 cea;?,,,,;:,. „ Q o 111111111111111 1 -I -- iki,;•nts...7 A 4,gt..1,0, ,., ,, saint Afr - 1 ,e ,,,..i/1 -- i i i umew_All.. YJi ps s'• \,;,,,,,..'.'.,_,._-,iiiiii111112----gsmr., , , , f,\-,- ,',4',%A.,..4.-..cialliMIAN \-., \,\ -','44:1,,rdlii,,,MILIZUM • Imp. um ' , , , , \\ iciit :74;i J'A.fitaik 1 • o w m , , , wwt ,. ,�ir p:��-.i�A\ , 1 Tiw�w w ,q:, • r 1011 a,•) o 1 w z MIIIIIIIh la I ice', +} !, 7,2 U AIN a..., 4.00'. ,,,, g 5 *ilif's' IRMO ALI Ctsia:Aidiillifirdo I 1 p,I•A�w.�Vii•II �{ til L? qO IIIp1.����111111111111111111' �� W Lik L i I 1 L,, Lbi I iiia IF:4.1 10111111 16111111 5� MP rni,,,4. 1111 1111111111 1111 „ o o 6-$4:45.:.:,4,03prhalsonsannis— iitiair •`.J § VUVO >r wm wa ra:,::V:1-WrAlit-:sosesseer gliternmeq. d•re 1,Aitior, :1 F,.:1.1.,,:e•:0111110 ammumir- illisolon AiNim «a h.-i'vv.6.1inumunlimmir ( k mum a,.., ir.,744.:wiiiiiip, r„,,;::',,,'..".11-jporo.- 'INF.,- 7**:.1. ,,� •; -,P,.,rfwa..w.a...ww kilI _ '% rl� o l S♦•s ww p•wswrrpe.,At I,Adk, 116 45 di ,, 47447;;Ip`.-:.ii ;;1,,1'1.jIi!,',',..'-!-i,..4.-,.__,'',,.,l;I1;..,'',i5'I1_1..,,'i-,1,.4.4• '','!3,'..,..i•`:,'-•I:"';:.r-i,::,;':•1,'-:'1,.-ti:,:',,,'::,;.•.-,!l7-;.'.,-..,1';,,;-,i,...'v?i.,-“,iii-,;-..1,:..,,i'.i1',,,,4-,:_:.,i171:',,,.--,,.Z2-:',-;.f:.--:!-='i.1",t-,.,--.':;i'!'',:,:',,i!!ii!;-i-:1.-T-':4::-:..4.:.,:,tZ1--.-1::-s1i,-7f.„7r,'4,.,-.-::..i;3. i...,.-:, 4....-.!-#:•--e,..,:'!.„,;,.*;1i,‘r.!-i. 8 :-,06- ;i w i 113. 8 ! ft8 E3 3 3 -, .6I 8. §- $ g8 3 .a,eeoeea33 , ''.IE,.1,'',',•i!.-,.i;i11,,]51'. •P0A-.,:I"r,.,.,l.„P,,,:,„'i!,-;!:,, • <-c„-__.)_--'.3..iV3;.-,-,ii-,fl,lg,,,I...CI. 1,r,,i_,',•i,EF.-iw.= '-f,'-1.„,,",-'.....'.'..-..2-,‘,-.i;-t;.-';,•.:,=-,--.,,„•,':'.,,.' ,....,,.,-. - _—,'.1,__._"_•s.:_,_1;i'•.I.i‘.\ . s• •,.••':''.-.',..z,..'..e',. ..*1,.5r-....•'i„.--41.`„t1_'...'.,1.4---,t,„-,..1.--, '•._h1:,..,:-4`”.-.,',‘-,,_4I-. H ; ' i/ I — . e r , * - v - ± 0 uM .i.l,i.i.-1-1•„1:s'-?;7..-i':..:.'--''3'g E e t 882 / , i - r,'rcte5 - ,). Wa1Ri v= ' a'.0... r 0 LIIi-0.- If i - 19tri j i .1 i •- '4° .„ El ?,i, 5 I § .. - ,..tt ,.4. ta 1 8, ,I., = 'it ,',,,,--:z,. s2,.,4 „,.,,.,,„-2 is"— ' K,,,Z-1-_, 8o 83 ,.. 5-_,-:,'' .4'1'1 g :DI g g i-j4,,15 ,, I! i I ii ,, .t- a i 5i 'da i 2,-St-Sg *Zi.,, ....< (25...<.-.• 2e. -g j-,,1 '.•-. 3 171'!11' - - :-.' t\ t 2, ) / ., ”t,T .•''.'s I.;i;,,, t- „ ., ,, .-__ ,?1€ , ••• 1,7?.'-` i'il "r3 -.•',i1----....6.. z 1i IT:i :4'?,4' -°' - , iiie,, tatlit.4..., 1-21 ,, . , ,...,— ,.. t - 3 1„ Ill 4 i 0 ;;;;,,;;.4., . ii2 '..I WI ....... -:'41•:',,. --, .. Z ,5 ;%.!..!',..X4,4',/ ,, 5 1 ' ,., %,;.,,.,%.,..,, ',.,-\ .. , i 1!.:Ig ! Iii i 1 -3it'. o_i-' '2;:::.,77-.°441111.:‘,44.1';';'''''''',: -'71',77-V-'''' --4t:Crlillill.'"I'l'emil: il'i_... - 1 i :,a! :.'.:'.'. '..'.--' '' ' _< 'T., 1 m 5. ' g --' - ,.._, . -,..,.. ... .. . I k_ ..=4 g f 0 !-;t ,?.. - .:,',, .2 - - -7 2,-.,- ;-,ii 1,- --• -- ........‘,...t.:,,. , ---,..--k E.; 0- - 14 f ;!:.:',,,; 1:' - •-• Li: !i'; !'.,1_ ip.,,;; ,•,,-. --,•f--- -;0,0, '''' ''-il k-':•..2 g-- .,, E 8 g 5 8 `,s;Ii 1 5f.''.', —.... -'; c', liii 0 ,-- ,n: i:,t 1,2 // ,5, _., ,,IV, ,.:..., ,-..,:_, 1 ,, 0 ,, ,- , i,1 ',:i*..,„fi'.1 t,s4 ci z ir:4 i,T1Z -•;.,';6 ,i' / o --1,-.”‘ ', 92 '- ,..:.,14 5'.',,.,'. .. ........17,.%i U L''' .';!ii ''1=,•i‘ -,:l'i'-; !,,r- % ,,, ,' 15,1 6 2 u3 , illi" Zi 1 5::,..' ,I,,' < 1..i.4 !Of liv,2 " i u, rii ; 1 i . ,',', .,... > .<!.2 0....-- U ,,, ;,,' 5 , i ,,,,, _,,,:, ---, ,i . , i ,i ':.2 ,3 ; 6 i,,23,E.- , ,..,,,,...._.....1 :,4. ' —.I I T. zo-1 2.--S gi 51-- `P21 ilsz '2'2. ig g A ,;',,`'•1 - 45 ..!: a §ititt ' .-- •'` d. ''‘I= 1 111111 '31 ;.•': , .i iir,A I 1—=, --i•.2 aalil: '0 ; V Jig I i ,,,, tz InliA ii 11 ' . r 5,q g 2 I *:1 ; ?,,`• Ift'aimalinsi assal, 1,--J 1 it iK41 LT gg('i —3 .,;.;,-'_: . - . -4.....--,:;; ttS1 1 ' *6 g ,''‘;', . 1 :1" '.1 =, -VI''.:i•;! -• < • , •°, i H. p,.:. \t".1,H, 2 i ' (e.;,..-1 ,..,L22, 7-**',.. •,.. 0 '4 -- -,—,- :. ai ,,,,,, , : P I I 1114 _ '' ,,,,„,,,,,, Z i ,-; ---• §,-"T 1\/ ' i ..! !Iii!i_ ih°1 --- ill 14 < . < 1 q.,illt „ii i.e_:°-• !:;!tiii, b lili ::--ii -=` 'j !-,•`..3T.1.! iil ',,i,'`:1 i;.`11,1i1•1,13!it' ;,,5, ,45. q ill,;, i;i'._-ili•,..ii-.8if-1',I:1! 5 g 1 , , 1.1 t 5., ' i 1 - __, s :t; ., 11.-':,3 21 1 i :'-t1 t . •.i!li .f1l;,-tfi1 1 41 3 l-,ti.'2,2l5 I ; ; J-1-..i ii.i 11 1-1 t i !'i ; i;I: ;.1-1. -2ii I Pis.?: .-----." •• c' ii.'"“f3 -.:7 '•:,.1 i iii'd ii-i•liE,,,i,,i;#i_, I!:Ii l--i-'l,;•l; I 1 2 1 l,-,ii, 1I ;t liii ii i!iii'il !i7,.i1t,11''' 1:.,-:..!... a 1= i•,1t.-4.i. .,•.'..-.•* 0Z :.:.:.. ,•tz.,, *. 5" ,,,:,-, i.' ii..4 1'1:0 : t ' ; 111. 1 3,.i 0.,',I ! --z ; :ii i iiti 1_-, i 1,i ',1 1. lin ,., 2 •...., 0 11,1 1143 ill 1 i .114 ,- ••=,t;“ .,. t I,: = .1-1,t,j.t ; 5111 I: I: it i 1 ''• '41 -; ,...-ii, :,:-.?1, ,,, 11Cial a 5 I .;; T -70i,,I ..i_s 3t-13 3,,i --, i 1 -, ,I itii -s; 11 ll , i i li 4, i-; i ;i-ti -1,, .- § & ,,,,-,pi, ? i n -, '.31_-__'-,'1- --,i., -,.' ! 5 5? , i;i1,, i ;Ti '-; i ;,,,- Z ,..01 1 i ...,:, g i?-'-.4.7.1 i•-.:1 :-i-: I.:, $'17:. il!': ,, -.- 3. I --a-IVE. !'i ,,1! li ii 0 i 11 I „ i' i,i'i l'.1.7-. of.-.1 ir; :ri,. .-- - g " ,, ., Ill 21 qd iiii 5: ;,- 1 :_. 0-11,;4 i, it,,,z- ;.,1 ,1 ii I il i 11 ii ,11f,i -,-,-,it 21i, :.! ,,,i ,•ilif. .Vili.!-•-3 3i 1-.4 -'., .0'ill 7,,ill'ili-il f1V1 V----,3-f• ; 1 !: , 51i ,i ?.1 iliii ii 11 V: ItIll 3; , 11., i!'431:' 'i 51.;,1 b Si"1 -- i'l i .f -,s.ilftlit :2,ii“1-4 D •ri -0 ? .-1;111-1 (--?;r3i i•l!.r.,- iii g:li zi?-0 , ., -..ii ,-nii; ,-,' ,:ih- .1 ,-, .? - .-• - - .,. 5, i!= --, L.' ,i:, S,-, ,-..-ii. ,.",, ....5,.-1 -..;i-, ..2 -., , ... ' „ ' ::L0t,,, ,- , ',• ,,,, ,.,;,,, i-,-,• ---- - - --1l12 i,-ij:'-I:,i7,3,t,,'f;':ti ;-11,,'. .-7',9$f.,.'-2,1:'!,. --:il,!1i1-.-,l:, it.,.ii.1I,i,--l:,A l .T-13-cIt-•,.-;'-ti1'.;1T.- -`'i''.!;','i. i• '1i :ii1i,31. „ii7i,!i1','''', !15i -111i,,t-:.11.I,-1,1-0,--1,,-:j.,,..i1t,:,,P,1!i,3i 1Wl“;HI1-,U.I,,!1; ,illi!;iE1,,i 1 -1'!i,;,-i-'„1t-t'!"-f..,1i','• 11 i pI,e•*-',;DiN„,i-:.i q5 Ii i i 11 l15 O 4lilif ! Niiiiiill 1.-1 Iti ; ! 30, 1 ; i ',11:711r6 1' Piii 1,1:-i 1!11 1,7;1 ri i-,14;!!111,i ji 111 1 ! Ili! 3 I ! i -,-i1.iiii,1i l 1i -;—'z;1 iA2i'' 1,.: i—,..--1!!.•1i;gj.1i'i!tt-fi,,:li'l:l!3tt”i;1! .5',.11li0iql li ; 51 „ i , if1 iiPi j ) iiviaNolionaisNi..-2.!7-oi0eo ko,o!-,',.i'11-l s (7•".,3:..-,,.),-:•i”_ g,- i2 a b c eiliqais b s �{ N iii- m U I�VIII a w�w z ' a LT, Jilli Z ED hhii o L?' W a u=i tie U Z $'-.-. w w iZLi' m E ' ''''ZillillIMINNN.- .. __-......mmENIIII\INNIU ,- ...................'"."""""......."-------- *;4/ _ r r_ _ ,..„,..,,, \ ._„„iiiiii....... „0„.„......... „:„,::..„,,,.. „,,,,.. „., ,....___. 6 l ,--ti � NIVW..d �• i IY li ” !t f .,':':,,.. 1 6 k'..,4e I .',' .2, MN. I 44 '' j _ _�- k • w ,, ,,, ---, 4 I-+-[° .., ii.,i Y i Y 41•1 .!t y--2-------..„ \. �• e �N 4 i , }r •.-- j \I I N2 N ' 1 Y x + ; I eJ Y 1 Y ,J 44,.14,,`, Y iI . I O w a iigOlii \ 1 1.•• Y^ C w m i4:1 i i\ Y I '1 9t`' Y ki ,. 0wzEI wki . k, �,;i Z C7 U� i -,..,jl k'� - z4,,,,,,,,_,I..1 , ' w i W U bi i • Y � w w '.I, .: ••••••- , ; <- z , , •: Y7 Y-' U Y i 4 ci I - } »' Ci , L u 31 `' j y 7 O 60 QQ 6O U4.i ~ Yii I O { Y Y LIJ m LLJ a. ..Y I 1 • ; f UUpaQ6 ,/::::„.4:::::,,,,fi 11111 it 1 , 117;,,,,,,,,,,--, IlfY • ` I k ,SY .,.....\,,,,,,,,,„•,,,,,::,,.,, 1 .,.,. .i r ^ yY 1c , ,-Ir.1,,,, ak 1 • P_PLi,:. Siiiiiiii444%•:„ . . , rill it a e yamAin:'— ' ' Wo '' r,y , 1 • ''. --ad!' ',..- ' Villglbfr,"&"' t' ' .1°,di °; _ ter. � v ..�. ilj pFA - _mss d -_- - :� - r - , Mill _ _ ."_, ' r• '=======,, --. .,! .. :,\,,N:'',. .\..\\Q.. .N• v t L sr r t" ® ® 1 1 g.:"I aY itir w � I . -,:e:',,,y'' -c ' ,iJ 7`, I L LL ` q II _ j ' <1i O I �r .fii . '� J I M . i I A f `pie ..w4K Jam, Y• r1 Epi lit . . .,-Tf/ Y `-' 1-...,.-) v t j,,, 1 E Y: r a„. J h _:Jr i * 1 v4 °� 1 W1 ►' Y'.,:‘, 4 Y( 7' / a IVJ11 Ii I, may, Y .r�� �,�ti" >.-•. ` ® d :1 : 1 r} ® t w z° ...,...:i ..,2 2 ,', .. , 0,. — ' .i ..„._•,,,,,,,,,,I,:.,,,-...- NI�..� ..,...„,..., ,, I, °J-I til , - NIVW.�G � �� \ \;) I i G�.., I \ Y �( 'f :\Y _ -�'i ai,ea • `�-. _...._� 1 w'LL W , i - ( itto ,...,;.,Nio::,s44..,,'.-i.,*-,:,,, 0111 � � ,. I 1,.w12,W i':') KO z_ s 1 -m; z z I. ._i .„. 2.j (3f1N3/�V� SNI1100) `d- 1.-d ___a____V__ ww -- 1 1 a o 1 R I F 1g5 I a i • • g Q S1IVJ a NOIlal2LLSNOa%OOI. el a b b g Pi � Z Z a , Y O W W ® (T.) Z O p (�'i Li; W 1°C U w 2 Z W Q 1 Y fir, i Z Y P.W� � QQ -� m m to u. L' �■r ! - Q vw.,4 l tga/ �ITgT ni...4 ,),i,-,,,_ , . x kalb 1 a r;.„„...74,,,;,,),_=1,,,,,,.,,,, a O �'„ , M��K I, t ligig t 1. t Ei, a6... 8, ,, = I0 lot A I ek • - I m u C MI Y LL • } at I 4''‘'.' l •. t x ** o z 4 k t p w a oz.t k.,,, k , doI \• w g- ' k/. `' y � 4„ t I � I i ** W W Z�j�W '"11 ' I Z U w , k , Silifi \ '1 I 0111 illibb It. I' a ,_,_ ,,,, ` alli , aw �^ t ting .Q , i_ I 111111 .._ ,..,.,,,, i 3 w t ,,,,, , ,,,,.,,i....,,,...4,,,, . 1 .rim - y�� (iliiii Li(Uy a'U U UU v0 . 1 „ --.,,,41,:,---,::‘,,/t,„''''\ Aillak ,. 1 1, — ,avek-AcL,--) -,,,,,„ .,::. _,,,, __ ..,1 Klot ;::,1... _______ ,.,.. -i ., ,,,,,,,,,,,,,,,, , Pr, _ i ,:, k ^ ` ■, Ips Ir.iT-_,i! r� LL / :`_ wadi/ i ,-- .‘,................1.zik............., 4 oc - 4,,,. g ,. 144 44r w ),,,, , ,r, , 1 ciT3 cf, o t ie, - 1�rm� ?,,f; u w k o W r a t \ ,`w Q a. \ i'' CC \‘‘ I Z d YJ I E � i 0 'T -0,,'' :.:;:g L.— \ . O 0 N N :-- ----- ' . „,,, . .. .... L_,,, 2 S N 111 0 0) V- L-V GV O» 31V1' �,j'.1 Li-w :c1-' / o: o , O W 21 U w W m tY -,i a 81 U S1IVJ Ja /000 NOIl3f ±LSNOa I b b gfliji FL' � I ill' N `,1 I^ 141 1 11.1 Ion.il W z.I z b 1! L'7, 11111 c xi •iliiii e 0 W. w w 2^ U w u. w O ne Y, W oc f •a > Q� w oz a_ H�i�LL .7S/// 0 Q O O # ..W e.,rrr_ .�, NIVW.47 ® # --op . q 01.' 0,, ,. ' II! 4 1 .„, i a,, .. 1111 , 1 . .. . , it,. , , , ,e_f,_...__T_____.„... , \ , a . . 1 I # ® 1 u0-r M rv._O / 4 'LA' 1 � x • .. .. :•,.„ s.,,,,- 0 ,-T. II :'T.77-- --Ti' .4:11111,--/I: ;.. r7=---------'---,::if''''\- "' '---T--'',, ) III\ �: 1 z I ' 14,- ''',,,: -,. . 'k.-:--- A , , --,,,, ---, _-__L----- - 7,7 1 , „ ,,,, _b ®il 1 .1tr I i , is #g �. � ' ' W a- 1 # # 4' e # # r I ,, O 1 i is i • � , 1' z t • # ,\ O w a T,1 + \ # w z .' ' ,\ Ri — '0 II P W 1 Z LL0 L -:: ''''' n Q w I I 1 " # ( #'1 r: U O 1 1 _.� x # • 0 w 5 1 • # # , g 1 I w n 1 I''. jh 4 wzwYw z w 11111 # k >>wm 15t ji w/ ! ,It. ..0 a O U Alp 1 11 r, 1 \ :: 1 1 1 # ...,;-//' , Iw # ��, f. I I ■■1 1 dz " - ,. I tt{ s 111111W , AdraM11■1111111111M - -. 1 0 --""""011111EXEMIW AFT ' , Ill .1 1.2. t} #I --• _ r _.. \ !_t____-.J _ - 1 -E-7-::=7: --,---='-'17A'.---- = .41rAlik.N. ,.,..%,,,,N.%.,N' o-o - "'V 7 " 1 �=o $ ,. \• ` I `o a m i g i I . s o ill �1 O i Jt _.. `� I N t W • A \/ ,— , ,.,,, & . ® I Qa0 O i ti "''' :; '41 , 7 P0 . a it i .ii %` it ` •� # iti71..,...1.,„, ; ; i , •:‘,4":.. / ,.. ,..., — # �i Ii fel: + x " ■ 1--� OO o 4410 4: , , .: • c.i,IT, T4 \ Vii'. 3�. '" ,\ O z o I k a,11.•.;;;;---' �... /yam.�r�► ,► - \ \ILI-- '''-'" 11110111ft.....-- ', - 1 k • 0 '- ?-_i U L'") OL.L.&.,. O w o WO ipi z a�0 1L-____.-_ ® ®MI ________ (3 f1 N 3 A V SNI 11 O O) `d- -d C]VI j; Z i g 1 6 SiIdl3a NOII3fl ±SNOa%OOl Ei) b CV b N 1 a Z sZs 6 0 g Y O 1 ® Z O 6 °C 2 c9 w w w a m = w w U O LLw H Y O W Z > i „glibly, i'H T Fimimmilmr. --if:Ititik6h., a _______F=--7 ,J11100001;,--;, 2-z (,', ! — ----1411,0107.-- .....memilm 1 1 . I LI 0Z ...,,---_,-- 7____. lQ e 110 , ,I __________-,1 --- �_, w ......11 • -----,---------.------ . . r. c.„ , Y k'. 11111H1 6. 6.. at. 3t • - v, ,\ i: s:' .,47.----,= lb ' 1 InD , a ED . J______7_ , . -• , - ,, 1 W# I i { o � I o wary 1 k w, , stI •! -,,,. , ^ & 11k w w�rr . I UY wk, 'icii impi wk skiI - wa k .. ,., tr- a w w �' �� I 6i iQg Z a ' / B Q I �i r11111! W o�o / �� I ���lii� U U oa oU 4/ r_� . , _ . ,-, , VAIN ...- :1 ..„...; : • 111. Ng L Fff' . ....:-. ' qi --7 r7 I orift 4 ' '' 'S _.„,,,_wr ,__ ..., , 7i Y -` i FlII , 111 43 gi ' ''' '4 1°0 tar. , ,, 144 , ; • k c i -8,2 u w (11 k a CC D l za '\ O C7 ojai � p \ I1y, Em to 1 r •• k , ip __• L ,v m m N �.. O N N tN! M N N m nu iii til ‘1 m Z , am J 9 CC V � L i N N m a 3t g § ¢¢ a '' egv m [Wig W V- L,-`d OVO>:l 31VII n o as - L him SN11100) w _ ` t it cl U) L i D m A , R N N of °, alokkii rv'4 o S %o o b i=a 2,22 xawv.�.••., __ W m� �v5 ° °Ji -ryry .. .. � 2.2 � Q N N 51; '�� > '2'.7;' o a'9 a __ 54� 8 !;Y� _ O O to� �� n�O�(V Y a0 PA Ona2 1 ii3E,31, . C H LL Q Piiiii ,o2 pgUam � z z� zm ) z� ��; � � 4 z(f)u_. ��ag aQs LL� a� f �cn a� �m fl:::::: SFU ;, � ' 4 w 0>m 1 : � S f..• 101U # a0aa0 - �o� t- a er U SiIvl3a NOIlaf12 LSNOa%00 F o g $ Z g S Z O r y ci ,-ii,, N m W O Z 1 z WW 1! il : A; ih 1 11' Y ' h $ V a o /6 g dY i V � K J 1111 MME INE � m 1 a I! r" II li i " 1-, g:f 1 1 h I 8 4 NM— H 11 6 iR r- � 11111,t,cnEmm 1— Zq _O di Ain li >Qa� riliiIIM • L ,./x i : . '.' , NI 1 ; LT,1 ‘.%),1 MOIR , li i 3 e i i — - - 1 • 0 , .Z .2 11 a 11m 2 d N 8 o o 0146 PI 111 � Q W Za ci OH g- t2P5/1115,11 a ll g * di.i N ,7a 5 tLQ Q 5 1/ii 1 1 } ..i 9 i Hi H i s i 1 CF X2 AP Mi V 9 5 I-. 5 APS H d �-„ • W to — 8. N - ::+x m o 3 5°' � FM. ...... � o .111 `- w ::at w z > o ��� H ` p I .•.•.• O W m I'� ' � .'.::::' � w w�w 1i �M ,� 8 25 d Z I •:::::: > iZ Yw 11 `��— O cO j)q N rik 9 ! I 11::. O w g U 9, , i a6 lo3i Z Z ::::•• O f3! Lt i N N x O � i s Y , J iii -�� O g Z z 3.of i� s a z = m �.��.� a a N ,� GC � 4 [L] �. tL Q � ," LJL. t c- 5 - U O 3 � � W Q~jU UU >>wm wa U U Da bU „ :::.I Ili Illi I hi I Iii !ii iii 11 1 1 1 —I l J ii!' 12 _ 11111 ii ��is I PI ill• I { j '1s ii 1 , , 1 31 Ii i-ii '�:; 11' 1011" Pile pi iii 1 *s1 t lit 14 wr i, J h r $ li1 1 1111i11‘� Ili ii10 11111i illiill 11* Iiiiii I III IN il J� 1 1 111 1 M ° 2 :- 11 IIII 'Lahti 114 111111 11111141 14 iiii Iiiii iii 411 0 Ma V2 pillj] a e h Alb] pl It1 ll i 11111 i IiiIIIi1i 11 g ill, diti 1 ill II z i1i! Phi !1t d: 0 W ii *i� ill at i p 1 1;111 Ii 11 ill # i 1 � ll iipi if I iI A 1) 1li 041, ,17),OU �V111111 i � f 1111^ 1 a 1111111111.11 iii4iii11i = lit i i Ili�ss �.1i � � � i � il s ii� a a$$ iiv I i i � i t i i ., ii1i i„ liIl• 111 11 i £°I i * 1 OP t ,i1.i � !hi p1 # 14pi1siI � 111 II 1Ill s�1 ;ill 1 it b. jii , 3 i ii 1 i i 5 ii ,S a iai 'i1 14,0 1s it i J II Si it ii ai 1 g ia Itil i=111 1 * id ,it]1114 I i i ; 1 i i-1/1 111 I I ii 9 ll is h 315 S 1 g ,• i * ,1 1 i 1 111Iit Ill ell j ll l 1 1 ' 111 iiit ii hi! 111o 'ia 1i3 1 Tit IN II StfII i 1 � isi 11! n g Y sj i lr li iiii ti'bill ial 3411 ;s lid lillil !Jill 34 li 111; ill fig € di ��7 �i� i 3 _-- WI 1 rii111 a ? w ' V a[# , s ii I. . _ * s ' 1 11 1 ,„1; �; « • Nal o ....,_ t frlvitt iiiii i .J ii ili ill. i tit i, *i 1 I .I i#i i =i ;l 1 *3# mo i; ,� y �<a� 1 * ; _ , { l! 1 i• � 1his g �� ,,,3 ws ! ! i s * ! ii ZilP i*l b! N v. � � �fa4 a � l �pill ii ; la Iliiiii ; � .� � •�. ■ `' n VZ �L1 it 1 1 1 lIsj i ;ii •}1 i I! jYa 1 i 4= t} wwa 1g ! ii i f bas _ *i 1 � 1s 7 . .# ■— 4..i Nt- ` U'i 3 ar s* a i1 . 1� 1i' . til }s 1• i I liii r i fjia, ,rG$� �DO it I li ; iiii iJi iiiaifig .. o il is 11 i1 Z s 1� !* ��1 �� 1 �! �pill � g •��a *i ii i*i�i1aill � 1 � , 11 �0 �avo j!iiii, 3 {j �� �i � S � � �. � � ii pi 11111,01,111 � C r . d 8 p -iU ...ZZIL� � � �, a * �j i � � � as 1t� � •-. �� 116 1 , i lik ii �u.l =>��_ 1 iiill 1* ..a 1 111ill iji iit IVY } #* s; 111 11 11 ill i 1_ Z�V a���Cpi�ri�lt!■t7 �!1 '•1 � l $ 1 s: 7l�fs �l1llI .�, � �1s1tR`t � �I�I�i�� � �Q M Wao�Za 10alia1i 1 ilii 401 l 1i7 IS i 1i 1 ■iii Ii!lli 9 ..Hiiiiii. 111 1 Rd PIii � Fja U1 *iii 7P S$ R! �i y� 3 C1h_ji� .li �� � :=i�* e ,1� i x.1iafit s =r :it !<i . ¢ Siivi a NOIlaf181.SNOa%00l eNU O 0 <‘-- 2 § z = Y 2 S Q J a w QJ 1! wwI S1 Q L'1), 6v IzJ? 0 0 6X,1 w Q IS I .q.: t3}a i ' 1 11 Nd300 OIlNd'lld �m �� '11.P m __ .. m5 ,_., .,7,4 ______ °'- i a ri `� aS N`ya <0, -O`ZS - -- I _ _ o z i ?k'o N -- p U lest ow sil Yh. Y o z I W o _ uk N < "2 r+Ilj - - C�i , O N O'!1 3O t0 t0 Q' I �8 88# 68 U O � m 6 N W .Tj 8 1-,,u, x`552 Z W O a <Z = 0� 2 - '<i.' 3 z10�=n oo�p= 6 A U I <�- U N o W ^ 9 a O z o I _� ------- `-_-- -- -—-�____1�. r, X 310¢vM9d 1 I / 1 As 6 iQ i Li"- \ —- - --- _ I /a� �__ _ __11 II ii .....":;4.'" ,-- x�+o¢veai -__-_ + _ ___7___- cr+lar.Thi Svc rz.s�l+ - 1■■■■• `�' QMI.Z6'SL6 ilfili.IOC -. - .-- �♦�� � - - - - - / / 1r■■■1 -- - elfrilii �� a�■■■■1 ;r■rr■■■■!� 9 `` O wQ■r1 ■■■■��" w z \■■■ .11171"' I I = 1-7711---..--7 o w 'mita ►e °rii ; rrr► ini wrr.!\ Ill :r�' �I � u'a+•rc•ay ��` / \+ w z O Y w1■■11■ 11111111/ ■■� Mal.ro os g I iRl,,, er, r[ '�' Z ,5_,3, 2 U�i 1■r.l■1 ` Mad cross ggS ■►■■G. lit / /■■' $I I■■r■\■r.Yr11rH■■■LI IIIPAILIPA g —T \■tl■■ I■■I 1■■■r■►■.a ■■■■ I r--'�r�lr■ /■rI ', N Ir■r■■■\fir ■rrr le 1r■■, r■ .! rt� aW1 Irr, ��■■r/ I ■ ^� oA a /Irr■ �■�..'�.r■ .lirr■■■r■1 I JJ;ig: Iii=FE! Lau.■■, -- , r�rrrr■1 - I`" L;71■rrr• ����j• -��r■\�_- r■�rrrrrrr■rA ., •11■■■■■■■■■�' ; _ 0 Q . \■r■■rr■■■■■rr■r■rr■1.r-- v r ralr■■r. .r■■ -.■r■■■■r■r■■■rr■■errsriiiiiii�■■■■■.1■■rr■■■■■lir ■rrr■.■����■■r■■�■■■r.■■■■r■■■■rr„,q. — � I Irr■■■■.�-. --rrrrrr-r----�-■ ■■art � 7711j 414 _ ,' .fir■■.I■■■■■■■r■■■■r►' ■��1■�- 1,- ]tiII'\r.irrr■■■■rrr■!� t R+ . a wel�lr.lrrrr■rrr■/��e�r■.Irrrrr■■�� \r�.l■■■rrr! � � > 1■rrrl � \� z + Ph:r rrl' � fi te- .�., we,�+ti•+ ��a�� � Q�U Q��� a� � � � 1■■r■I � zt I lZ��S�OI■rrrf \+�4fil 4 fQv Jv o i ' \--------,- 7t li Ilk a 'j Irrr ' t t a £ Ia U U aO U e■r■I 0 /1 e/�I■rrntjliatb + t z �wxk t�ii.fis ,- V� tt +t \ 1. N 111 t7 rrr■� Illi 44111,111,-ap; tr\\+_� int t J 1\rr■■t► i�'■■■■■\ ile O 1111, "?� p+ tt`tt.\tr x+o er+++e�\. rwr■■rr■. — t +- 3$ E[9■■■r■■■ \+yam+ Z` tt t rrtra'k, o1trr■■■rrr. � I■rr � �,r�<rkt t+ x w grr■■.. � Irr �x� 'r e + t+ �tx•,rr.te-•+k£+;u,o A■■rrr I. IIr■■ a ��; Ott k•+ '� r t•a+x ++,t^i x 1 y I �_ 1'�■�■) .11151 ■■i 14 }j +:t'r+txt r t 1+ `�■\ \ :: a��q 1111 • ' kt r t �to \:r +tt°ar•�^rri �� \---.•- t£'■�rl ,•rr\ S ■■]:d rx s rr ♦ w kr?trr x rrI �, H\• Aug ..+t+Y•+ \�i +k r 2°+°+r+t` ei HI % fr■■1 i ;I■■■1 ,e�\��, drll■rr��■', t a t4s \ \ r c t k+r' F'' �■■\ � ,01,406:::„.,,,,„r� Ill a■■■t .r■. .■■■rnrr■»■ \ 3 � „ti, a® ir■■rrrdrrr-1�■ yr a` t r , Imer\�• err■r■■rE'r■■�':■' If: .�. k\r■� ■■■r■r ittr r ♦ a t `z44i , _ \�r�. �aurwoi i%e■rrrrr9...„�"r , .41\rr.. ys o+rc awn / \t 1 J:n■ I 1■■■■1- �\rrr_• Nourxruarao�asrop I .r•►\rrrrr 1■rrrt ■■rte_ —_.arra r._ed ..■1 lqi*: ♦ x �`x1■■ ��rr!'�+_' -- SAIL\■■.■!' _ it nk 2;k1■■■■1- (sa'�_rG'_ -•.r■rrr_ ■■ a + '�2Is , _ 1151:7-7-- ■1 _-- - r■r..ri.rArra rr.,/ -1�■r► t--- r� �.�■r■■rrr■tl■r�► ,4� I r�urrr• �+:zy�y t+ \rrrr■Ilr■ ■==r�� + a� �+yr r , cV 'r■r■tE�� .. i.. .. •liA■■1 —r.Gsi� r �3 s k tr-++s+�t\\ a\t a• Jt;; r`�i .wgigg--- ______... Ielar■I - , '::.i.-'i.iggiiii.q*:;',':- -"---'"------------ ' \ ,PI 'mak Ire■�� —.— — — -- I\1 *. .. 1.irr. �-- al[I�u>gsolw .rI ,; K r °'� '2 a� o Jr 1:::::: :��::_ 141::,1:::::::-...7=1::— r Hre=_ o ,,� 1,@:$111.2�a ltl Q ,,. �■rr1 0 r■/ I , ,,v .: pp , ` � i' 111 ` � �Z � 15 .. i11 �I .� r1 G I■■ y � rz � t S- „,i :I:IIi Z O igir F Y I O ,. 1::::s::lli:::;;i 1_j■tic.� ; t;r1 I r,,,:i t }::. II, „: c:■rlrt i■ \ f- , \,, , . .„ ` 1,— , •:1 rM�/ 1.2- .err■■/ :.,.::�� �\\xx 7 ci,ii'.■� 8 ■rrerr■■I 'a ♦ ,,.,,.. :,!, Irr■■■lar■r■1 r. .. ai■■rrr■■■r■■■► ? ` '•' ;,.•"...",1; atirI ����r■iii �iiii / I - - 4Ar Irrr■■1.eu t.► ♦r .• z $ ,,,,,, ,,, I 'I' I I • 0L,_ �+ anavu��o�au+G.TIO,40 uv�nuAlossi. alcrc.�oM + ......1.4" eper'aal�lat>wta�- - - (3f1N3nY SNII100) d-'-dIdd ki31d1S M 1 7 CaW opo • a I wOZW I IF= ZQ w I I ao� �UQ I Fg� 1 6 M O Z ED ci ‘ O Y o z 0L1 C7 m W d fi Zw' O A; 7 A. d _ __ - ----- r %t1 z M iii ..-_ � mor1 w mo ' •I � • / II w! ii ilL oII. 1 i CW#)X4005(W$).55'o5Z I E.fE.I ON NI INNENAMEMMION I !/ AMmin . I - wr 1A�IAAlip '6 N 3 Alliir 1AIIAA .i/■AAI $ u1 Q / ..._ e./■■AA/ 1 0�AA1/ORM 1'1411 .�////AAI Z,.ItAM/IIIIIIIIL \A1. .,�////////1 -�AAAAAIwIrIAAAAinar ��\AAAAAAAAAAAAAAAAAAA ..� //�I///////I////r•' 1111 \ASI/////// usionsainsimm �// a iiIIY11 _ ii g a�1■IIIII�, II AAAI' B i III 131///1 1� � ;_ %t it 1\11111111 w f;alA/A\ IA ° la 2,, L91///\, 1 c�I o Z F71//// i/�11// o w Q tingligt, � �� o w m�Y�A W z°w 1:1//////k 0:arStam wtiiIAAAAAAA\ w/■AA► 1t�\1//// �i1l/A/AA11AA\.• 1ISI/A/A► -"URI, I\IAAAW Lu F:IIAA/I '���'I/AAI T��+ORIN Iii► , .ii 2 wIMAAA If//II3A 'AW . YAA 1 L'o 6_oII AA/1 'MIS. 01 1AA 3 aI�A//G SIA\► � ���m�aItNMIEM '11416: 111111 UU.aI�AAAIIIIIIIIIIII � 1111/I�AAAI 11111 17111 01 A II 11111111.11 0 T 1.AA..j mini. AA .szu111AA � '�\111\, (st•Od'vc•ed)3Nn�or�.Noo � � 1..�AA c E�IIIIIIIII I�AAA;_ \//\-• �� Nouonw sNoo Ivlsvoo ° I/ �� IIIIIIIIII t13 1 nummo-_, i/111/1111\111/ 1 ,,.,W �� I�AAAI- --c5z_od_bL''_� - ��iaAAam.._- I/AA/1,�-------- "��111111A/am�••o/I1111M1AAVII! I ,, - - If AAr1 •niA�AAA • I�AAAI I%%I� %IP. _11� 1111111111111__====',=--, _ �i/r��� • 1 . . . .IS�At1 0 1"'IIKOMM ©� o 0 _t_.,). MIK lagq02411- '-====='.=====tf.=---:.f. Mitggis".:1-55.k.ts-,i.71. .w. nnAp.s.,,,,;47,:myr" im dadt.--.., 11/1 � ►������ ,!AAs//1 c' -- -.-__ - ,/A/ Aar BM 1 Q o itInuiIuI = I 0 �A• V%% r��SSS* ICS/11111 0 ANY �VASS*i t%* Il dAA1G1 c� ,it%* AMYo. gI 1 ►.•...... I�AA'9� /AAI, `����: MAMA� � o� � o C:tal IllialI PI t; . .AAAA/ < I �......, 11�A1'' I .AAAA/ il ; ..ac���l q ./AAA 1 Ci 'el* MEWS 1 11 •//AAAAAI b I a r ����1 IIS IWI AAAA AA1 @ ::::::� II1�iAA/t o AAA/ :AAI 4 lat=\ MINN111 11 1 •.�1 AAAA IN 1 �;`.:::: It iUii \AAAA MB IU LL w ..+..... 2 i1 �A • A\, AAAA c. 1 Q L .���:� �AAAA� � ::::Iii►M �� ► I Z ■AA r_.4AAA/� \■AAAA 1 mor� ItAAAA►• 1 O IA■AAA► .aa.uai��AA\_,• 1 if)Liz IMIIPlrMrihk- -;.41B. ----:►mow ��..�..��..- g 1i 1;145 M.I #�£.I ors, ----- _---------_._..__-.__.__.._ _—_ ....... -- i I CC,-,,,.g ..- ?J311f19 cum 311N3nd SNMO7 dO OHO a i oNOo.Z 3NIl AWA 10 1N912J 1Sd3 i41� 1 U (V O Q W g W = / / z ) • \.I £ / Baia RI LI W imiA4r <\\ • m�w N ' 4\., / 11 s -7:-------------- , 111111111114 1111 it 1117W.----- i 11.111 gigniANINIMI- W--_ _ti\ Al-- I W®.�► � z�I's 19',-'3ux ��Z6'I ■ c� •ION0 ' aNnav3 � . ■■� ■t■■ ■ii■■■9' ■■■' s !�%t■.■■ ■DIY • si e,„..-§r--7sstail .,=.7 ii ,, - pil ....,..,„.„.....,...,,,, 51111 o :.'itSi'S,';:,„,', .7'1. : 1110111111 Er, allian6111%....jallf 8 , Avisum..allialle -101111111/ is 16111161 ..:.'s'is.sil.' Ulla. ,io5 ■■ ssgwwyJ)rV1111111111111111111 ■gTJ1If ,■f■��+�1- ■■■■ ■ �• I � J. �5 III � ■1■I1Is■■. r. �`�,■■ ■ -�IiiI : � ■■■■ N \. : " � I. NWNn ' \ . c`±' 2 \ • a' -7-77”‘ :''' 1 ' ' is'A g''''''.. ''''''' ''''''''• ''''''''' 's's'''''"''''''' ''"‘ii :.I's ''''.' ' \ :,1::::.,:;:s,'.:.if.:::•:‘'L- ., it •••:',.s. •‘';' , .,''''''• -'•,•:Mit::::''''',4att7::::1‘.‘2,'•„::‘:',''''''''i'i‘i'''''''''s• is--,• i'' \ owa 1 1 II .h.r; it iiminall / ,‘„::::: ::::,!:.,.. :,,,,,,:,,,,.„,, ,) `,■■ 1,J-L: W ,,ii,(7)::6,_,j: _,i ,, ,e „,„,,,,„.,,,777,11„t,,:.:‘, ., .. ..z,(.2 . Nall g'-'2,:q1,t,'',:'::;'' ''''' . .:',',':.,%' ',',,''''','‘,-':::::"'‘'L--.7777,:‘:.,".i'l:s:::.,::', , ',,:i‘‘.,6:ss',,*:il'I'::',i.:`,75. ,'.',''i'.:1*!:.'':,‘.''' ''''''''''''''''''''' — —'''1:' ' \ I in rrwmwNIB 1 1.,.::::‘,:ittt7N.,:;i,,:i41,v,,:,',:v, ,,,,,,,':‘.;,s4'.:,:,As.'::‘,. .q,:7,7 ,.:',':-::.''''''''''''...-,,s,:,::::-::,,j',I 1 i Illilimall ''' \--—7 1 ,t ,,,:77;77..,,...,: •ri, ,,,.:,':‘,.,,,i.,,',..-:‘,.',:,,,,..v,: l.,.:.,,s.,,..V...,,,,,is,',''''"‘ ,..',.,:,.:\ .,.:, :i'is'.::'''''''.— ,,,,,„„:,..., ' \ 'a c°L; Ru Iii imilall161111 ( .::‘,',,t,•‘;‘,:::.:',':',''''''''''''s., 11 i 1111111111111111111 ''' .., id 1 i Aid II , '.; ►N ro Z% 11 ' _Ii'l Ailasillin ,n ,. ,,,,,,,.,,,,..,:.,,,i's,',,':',,.„:‘'''''',..,"",,,,'..'s,.::;`,-ils.,:',,.:',."-'-'''',-,:,,,.'""''''''' — ,,,,,s:,,,'.'.': , 6 _ ‘ii:ti 'l(7).'",:'-4,‘'''.''s.„',12.2;:irss‘s'''''. ::::''''::::::::;! :,:‘'.,: '''ii:',1‘‘'Jf1 '':'7!..,-,''' ', ‘,','#‘','st77:,'::',t':-,,::',':',,'',,,'::::,,:::::‘,.:,,,:ss:.:',',..::''':.:,,,"",:",4t-,,,,,t,:.• ",,,,". 4,,,,,,—,.,.,,,..,,,,,,„,;T,s,,,,,:„:„.:,,,,,,,,,,,,k,,:t:: :.'''''' ,' 1 ID '''''','''I"-"'-'s-7, '''.'LL:'''''',"'''''-'"'"''''','''s;'"'''''''''''-''-'.''''':',',IN''''''''''''s..s.'''''„.'''''':''''''''' 116411 ,,:::.r.,:t.,t4t: .'.,,i,k,,,:,,'i',',',,,:s,,, ,2L r I:::,f,:-..:. .- flu.111111.mill — 110. AL. _.7_,,,7_,,,,,,,:,:,::. .,:-:.s.','..,,, ,"sss:',.',.'i:-.-'''''..,,,,.,`,.::: }.- :,::±''''''''''.. 3"2-Ai'-11-°' --- Aloarix.' ; iamb' v. , .....,,,,,,,ft-`,...,,,,,,...•ss:V.47;:;.`„ ,,,,-, imam, -is 1 -Nr- -4.4AltAt.,s,'',,,',, . '' 1 111 \,, 4.• IA ,iir 1 -%) I it. r�_','4,:`a.ta!aa._ `i, ' �� �_ ��r*I���� �aaa� attrth .,,,:,,ss:.:,:s.,.:,:,,L.,,t,,,,,,,:,,,,,,,';,N,,,:,.,-• ' .1111 ka,aa�a�as„a�aa ..a ‘. : :- :1,:••1:':','::',Y,,',S..'‘:;:.,• ,',',-.:•':''':‘,,,,';‘,':;',;'-,,777.1::: ' \-1-I ' ,,,_!,,, 1 illtt,” `n•:,'''.'1,:i'':',',:::;:• ,s1.,',..k,':',,''‘' ''li,':','',,'V.:•.:‘','',,.'s,'S,''.:',':::1'1'''',11 I isss,,,,,, ill z , , ss,• ss,,._,,,,,,71.,.. ili 1 ---h*ttti.'*\ I ,‘,.',::‘,":,::::,‘,,s‘ss's,,,,,,, ,s\ , I AvAl 1 ,.',i,'•, ‘,‘?,.'.:‘,.,‘,,s,‘„\;.,.‘‘,,,,.,,z,',',:s:,'N,',.‘":„"s",,,,s:::::.:,,Vi,:.- 0 1 .ii ( i id 1 ii Ittal '''''''',‘ss:,,,,i,,,,,..,,,,s,'," :' ,'.,, ;:si'.:,,'Ss:::',‘:''.',','..-'' ':'-‘'''',:.:'‘::1 1 \ 'l 1\ Aitjt%1* !.:i'.';',1...',‘;':';,,s, ::.‘.,:',,,,',' S.',si•,',.'‘,.','',', . ':‘''%•:7:7iLk. 1-Usk2 ca i 1, .a":14,A4 1,,,,,,y,,,,,..:' ,7:,..,,, ,,,..-i ,,,.:‘,-,,,,,,,--.,, • ' ,zz II x ill % 1 1 1:4spititi ‘:‘,':,:,..,:‘,1',':::,',':'..,. .,,'.:. ‘i:is4-11,,,,,,,k..4.:".!,,, :,:vs, 1 .11E1 11 '1 aP4tztl :,‘:,,,,,,f,.,Y44i..t.s.,..., :,,,,:',.,-.c.,'::;,y.,,s,,,',,,,,,p7‘,,::,,,,,.:,,,,s.,:, Id" "I - 1 i itiki14 >w¢ ¢aao•-':` 'J4 UOM1u� 1 <____ il 1.,,, aIN �O am I—I QIP c, O a < Qz U U � � c R Z W Z N N O W 2 z J a 3 liii 0 O 0 w WLL wI Q�y 8 L'7, mY ' z1 = -a lc�WL Y 7 ,LL W 1 ., 7® O ‘L,a e x � a, -` _\ \ . :-� 0'W rr ;• I '0'11 •iiI U o O `` � � m • I ; ■ ■ !�, ■ 1 ■ I ■ 1 ■ ® • I ■ , • , � Wti ■ w o ^I ^ L w O .-z< •• 5 h w I ® sic JJ L_LL n • W nU � Al0 w(�U = ■ II I 1111 ma a ® ■ • �- — J o 0U�UZ V W a 0 O 5 I � • m�fi ??-1 - sic § W ~ • ■ 'A UU 7 TZ ` ■ j 7ai W Z > 7.,, 0 ,o 0 o W�mW W ¢ ■ 0 2 ¢ z Ei) WF- W - w U Qiw G „ , 1 ,.,.. ..... ..ri. { I Id. 1,1_,ir iii:ri 1 i '.. Hi I Ht : ,r Hi - 1 I I., l' ■ :I - 1 —i_ m v,„, ' ili c, • ' . alti .1.41” W a l 13 r— Q1 ———— Xw Xw J , I f (� j II I ix�_ 0 �1� ■ o= U_X-_' Q l' -1 W i LY IS w�� •� �� ® t • A, f Y �fI I w T 0 111 ' I o ■ IL " o I 1 1 II. • --- - r 0— 0 ___• 0 ! (Y) Hi :' ■ 1Oa _ I jI•—i. • • 1 •�; - Q I W 3OiiQ 1 Zg �& pA� _�,_1 m� i • f,1tIU) i1I o w I ,o k odjkim 0 iii) 1—— iiia ■ •■ àjI : © wm •• N 661 ,is 02 m ■ L` .► , II)1' 15i - \„,ihaumumsmoon common c Ei \ • ,,._-_ •-_,, iii,,� —: --� . ■ n ig Y L. ■ I. '■ ' ■ ■ - W ■■■U■■■■U■■I■U■■■IU • W " , • _ ' ; Y = w : i 7.011 iill ZWI YciYo j $ 1,1!' • 4) UZI ° •i LJwO I° , 2w ' r T Im , u G II' ImWI QLL + i__Lf-.7, ww----1 ,, - ,d,Hr ,,_____ vi J N 0 � i $ : 1 0 aa ' 2 N 6 NW ® 0 VI —U +1 CD WZ / '9 1 0 ,..,.u. �W � _ W W m p U� ozp ill !-off UL,1p W'w'�, pyoJ�� M�w� 2LL W a”, WOZ Z tL W Li aZO Q LUQ Jsg a U O Q z �z w w_ � (Y Z Z i -. �i' W Q J� . - 7 • J F. CJ w .i Z a v=i J g-, 0 w a 0 0 0 a Y � rr w / 8-9Z a f / ..8-K / N g w Y N a Z 7 kill L,,,7 . 7 1 . li ei-t?-, 'L'A i YI J 1 .1 o ! i '' Z^ .°,-- /7,` / l\ 111- i - 0 4 "r„;',0 .z U 1g / \♦ 11 w., ; ± N o �wR � J �C ; 1 N 1.'2 yJ ,p C o> c W W 1 L�� v� o:g W� kJ� >>�� � . N N W 0 (p(D(Y a LMR•E1'�!I!. s. r 5 /W 1 $ 1)11I 1-/ ________J4-- 7 -r. "cf.▪ i r; _. — 4 , ____.— 0 ` DSC _ limbifil o w n Il• 1 • 1 73NVIS l3MRll ,8, ~ i (') r 1 ,w 0 '..r3.1 Ii 1 1 iJ 1 I I r:�1 1 d� ii,-1 L 1 1 11•i LI.-1EL.: . O ,, --1 i\F.J 11 e, I I LL.1 1 1 f y )-1 1 1 I,, 4 {,(1{b• 5 a - r 'i (i— 1 r N . - ,) m O ri r� O Q Ii - 1 E o Ow \u,8 - ry - O. ♦ Ow v r o -‘4.--0--_- o I Z O�� 1 LUQ. - Z 8�C 1 = _,,s, 03 J3 71_,,, •y 49 03 /_ �Q s �. - - - - „ , t_. _,,- , -=-_- ,,) , . 0 yel. , -r —i -41> h !Y f.I - CIE E (.2! `1~ o U - - l' ,,,,C7,--�,I t g N 0 �. ` N I ---a- I••UUU _ _ !rn•U•: : --:-——-d+ �1IX3 \ct 1 I :l 1 1`. a �- itx3'- -W W --- — IMMOOMMEMUMOMOUMMEMI -- -- 12 y 1 1 Id 11 b IO w a UN §,,,, -L,1♦ / y� w z ♦ I I // `� I o� O w m '''•- / ' , I 'z w Ej • r ♦♦ r/ —� .E - ..V-9 / ..L-E - .LL-Z/ .9-9 /i,A-f V (�uLff�)1 g U 1 i 0 . I e..j 1,:i ri 1_--__1 —L/_"--- r ;Ili 1 0\\—,.. , Fel 1,1 12j - - 1-.12.F-71-I w ® flU �W � W �Y w c7 Og OJ � � a�0 OLwi o « g fa jULPTAVO d Q ,,R o EB ......0 I . a i g 58, 8 , 3 g T t 9 o g po 8 / .a-9z V ! m N ' 1 111 ! i3 i 1 i 56 i 5 1 1 ' : , r c in0 Z 11 CO W — - 1 N l 1 E ® ® a w Y g i _ W � ----- 111 .„ 0 N 3 O e. �' gg aNi Sico. a Igall j; a o - LL a J 0 N -'A: ( 2- ) c. kg a p � J 0 }^ J 3 a Ih .s _4(7I I Oc'; a = c M N v N lm') J x w 2 w � $ � � (.)L-gii, Hp( ' I U r) } `,1)I.O\\ \ ` f _ M��ZQ W a V ® zzi w0_ wiQ >m `a LUQ ?o w2 Lo Q Jagl' r:-.- a U 0 z N 6 o 8 o0 U w i� Q � z nw a n z,w U Z a a a oLT ? a H8I aLLp OZ U D = a O�U C7 n 'N z_ O Z a acl~ LL Z W Z i-,Z U _J Q W W y', s z0 Yx? i W Q S z a z w R L a n 0 0 �o s `v w z U w m u1 1- Y U1 a W z z 7 rnw: u1g W x i)8 UJ'�� ma W-aZw p , S-,4L , w Z Q C7Yf >Z I l W z U 0 w w AI" ,L-.4L W t1 Z¢ z OLL b m it 1O 'L�I ,i.�4 �4 .o-.6 / '""i' .-E+4-*.4-,.'. .Y'S i''''' Z y U w� pOp O � �Q w W } ffl Ø- -- - - !1!H --- 0--------'-�----1"-I i - -- 1 E '1 il O 1Z OU Jp '11' wJ LL H W zO i w ,. __ W I• . p i ._ Jr N . .o-8 ` C 1111111ill I4 - • E< LL ' .o-4 ' 7 0CLIII I':1 1111111 - O . N L3 - o z I EE uwi 2 ili 1... 1 11 __ \- O z O O LL LL U Z W Z � U~ w \ i H aX � � 11, 14. N � � W¢ > Ez ¢ •:'1 gap 1 / -C,`ml L/ - : 88 J �O p¢ Oz w¢ ZO ww : m I , / wk> i8s 1 N¢•e w •�� � wwZ y OA5 w Wm1; to N�5� i,,,,,,. io 3C� V U=O N w� S o� O Oln ~ OUwE il!. 10 = Y?z - N� i5iw f I'S § } � wo ppwg oip�"' 1� 3�� �w� ��^gSl�g "U� � aW II w Z I - 11 r M i 2u�< Uin `v < LL 2 =A< N W t 8 w I� p Q p U w O w m w w w w 2J w w g5 y O N (JJ � m V g M N _ h o Li, L4 c��w PwoE-zo IzLN,; 15 w N :c, =_~ <L:10,$_ 2 Q W K N 9 Q Z w 1l 6i j 6g,z oQI+l`,.+K Vwfi g Q i i 3 N {s 1 1:12- r S'4L Q 1I f j U Q� N l Q0- I ,4-.S S.� rZ YLL 1 iz z 2 9 QV L° L W W W W I 1 CI--I IAj EV']U© u �: ® 1 C) 11111l __ ill VI II li, '1. as i c 113 -7� II N II , , _, w 1 , i'cl ‘!: A E' i W ' N _ Hi ,, W J ' 1 1 ' , ., a ,-- , i W N -:D El LI ) . , z z z - S x x � � _ ' 0- _ yE( -EEC: 11 In n 8 8 8 :L L'LL , , z '! __}_ 1_ c z : ;-, o 1 o In In IOn O O O , ± 2 , 0 m O I 0 _:D nip_.■:.:. w w a J I - 1 H t z z x I i , - IIS 5 I I ti ¢a a a , I I 1 1 4 I MEI Ø----- / -- k{1( --. a-- � - -i IT w - $ y y Iy ,.-'_ --' z i- 4 IIIMMIIIIIMilalielli N In „.4l .S-.4L � W W W W 1 N I 2 wIsl 3 1 N 1 N I&+ UUttl I o 11 x� � � j i �� � Q � !-1: � � ww`�' LLw `0' � k' o � �x w O> s z .g, `�, oowl > Ng In `�I;'z�'~ '' UR'c+f 1=o "o, ¢8 � g ?o WJ ?� a a�a-N �J.� W�FQ�i;,! go s � $"�'< �LL � �Ci w M dUO Ca wOw d 0U Qx ZaO>m Q Q �g� S a� Q U r- O M I Q z � z I' 6 1 ii T It d� >? a Z I!Tr' O 1 1�' I-11= o 5- L7, =a o� _ o g2o g = g 4' !11 Il.' U J a off z _ �^ ! .B/5 l l-.Y .Y-,6 1�=11=1 Z lej w a o = o y�S$a '. !Tril z Z kW o i vi i°� $ G V I= =a m 4 �� 'Wen, ,_c Si t`' a 3 , -11-11 11 az=_ m U 0 o Z N. J li n laQ� = OP W �^ 1111 � w Q ''''''Ig V 4) O N M + --, e �>.. �� o II11.If f w Y . - ,---, m: �_ �■ iii_c_, W 11E=011 Z 8 ii,,, 41) .1-40:= gi=nwa.AIMI 111- --. I pill , ullr=il�ll= Till �i� } If�lk=lf.=ll I� N �I�1 fir=1111�1 a •r-nth•-- - ��� ,,0 0 :1� ��-�I e g u�11=11 = m 11=11k=11=11 _ _ . 11,8 NI �g o tor 7....-= a s II IIe 11 j N ,I1. - .;II 11=11- - 1 1E r.iit 11 iIi: 0 0 1 ❑ ----'1=® ' or W ,,ii 1 I I I T I I I J 1 1 7 1 -AWE 4 1-II II N ❑❑❑❑ - -• n 11 Z �c= n w a ❑Q❑.❑C �I�III-11= _ -, E...-,,-,1== I 111 lb _ ff=up,u=ii ' I • o Il 1 11=11 rj ,� w < *,1"T m ❑0a❑❑- _l - gwa -''''I-11= a A T.' _ •II I=I�,1 1111 ❑Qom❑C 1 1111= •��_- - �'� EI: • . - .,-,--9 •- i i' i I I i I i I r7 1 - O� --- •�:11�1111= I= w u 0 - * a= '' n a IIE=11 C- 11/11111�I il=��gJI1=11-- z u Y- 5 IA11A11- . T 1 i1 I I t I I,,1 1Nil �.11�11n a r :IIII� // ii 4 u�u-I -11=11 _ _ _ _ _ 11�II 1 ! ii" z 1,1 %, if -�y.1?! w -II II�I�1111 o wm --- �1� AlIP111=1 111,1-111 I11���� ua 1-_i 1 II w w:II:�IIIK li YwW3 ' - 11 Il1 © -_-gyp-. z •,110 �1 r MINNE w U v, woo 'C'�`- 0 1 u ----- I_ I1= iii; .2N _I''' g .w 3m o x IICI ll- nai -'i 4-_ ��,7 1-=X oo ,- = �+I' i voi o Es�� {WYy} -45- 3, x,W .. u 'G��31,I, Ici�zrn - T - g ci - - a 4 'c �Gw goy3 1 .n3 u o tiF if ._, ci § _>f > ( .B/S L,-, "f -Y-6 g o�a` U i g w -iii :-=;L'''' N I I- ,B/S f,Yl O�V� �O a,} i: it Lu, Zf i E-,--, U'jVO }U LAI w�aJ IliI JI-. I Ell_ w _ clZ I' El W III 11 a I,-4. 24 o \ x 11111(=11- 0:`‘-. W AZ 0 o Q fa i Z I.�I 11= {) ! g CI o o IL 11=1. 11 `' , c3i MH I! _ v ooa 1111 L V 111=11=11_ 1 11 - , 6 HI _4, „ i, .1 1��1 1 !ulrh. C ' - I - C -1 —,moi . ,> u1-u 111= • E`, 'Op:zEr — \ u w ILilu' = -w-" cl o o _ ° ••_ rl I I 1-1 I I I I I 1 I 1 till i 1111 ISI II II ° Iu''�a m ` 11� _ Y ,'IIi I X11 Q I'' I 1 ��''�11 II ISA= ••• I,1 IIT `Ail 3:: ,, ��tt a=11� - z 1 is u�u = ; _ A 11111 " - II-11-11 II N 1 _ „SIIII N < - ,- 111=-_ a'rrs 011 I z E114=1I 11 C3aIIr 1:::: .6r01 s ir111.1111(= - .. i if, 6,- = , . ELT. = 1.— . 0 :. - — -, ‘ - 7 Ec , ::: I I 'MN 11 12::: 11= - ---�— Or: _ _ I l l _ ��4=BodIMO _ .�� - le 0 ,' � , (� J 4 �� 1.�/1 J I ® -1 ...i011.11r,III W H , i • i I -�Ili- �•_ Z 3 ? 11�I�I 11= _ f"3 Wr, o .E:-, b 171,12 e"t;::� �� .OR o P��LL = U a a uj m "-.4.., 1 7 1 OR -L, N a g o i u__ wr, ULL ;its= O N J O ZO 1 = �,iL U.U N J yjj a _ V V ,1 j 3 u g 11 ° o ',IL' v gV sin } 5,'s- <O>- �~ II = mo � o " Wo V $Illlli ao �� V4 $ V' VNO OV O~ U T T w gseA� o II .n W� W p6.B/S 9.f .Y,6 o d w x ir.13/G OH. Itrr Jr i W(5, ,Y-,fl 112,11- !O Q U Q �g� a U o ii- < 2 c g 'Li', g _11 1 CU LU 1,)' 1 (1 1- 0 Z cc 7L' 5 1' Ludi 6 o 1 k, 1 '„(cb, LU _,,..44,---,-.77,i,i i-•:t'''3 g, i LU 95 (i' - r.,_,- :,,j () 13 2 §- 0,2 i got 8 i 8 1 t-,,-,>,..,5 ,-, 2 ccs 8 >- ,f_ - a -i ,-.i. 2 . . 4 w 6 2 ,0 :,,H,,,'..:,:,..:.....L.4. -)(9`i ,,-2 'Frisz, g, ° ti-j <i Li E (R, c.4 1-.:...444+....,-titt:7 +'.. Z'. 'i isi77: g E E' L'4 1 i Z 3 I'':j 1' .i4.+-t-',7, .+11 H:t- §`,S' lF(' tl' c; L,c'si ',''' Lij i L':'- Lru, -L' ,;.--_- 5 i ,1,;fh r, 'A U L,,e'! '',1' 22 1 : :',2 '(,, ''i <(,),n_,7,z 1 Luo,,,0,, 'eil.9.,L,,u, i i ? L u.-_,'i,7):1 I g A ? -• ...::_,,,,,,,,.,.,..,,,,‘4. T- 8. o 4. . ,,---,,,,, ,I) c-Lfi lq -? 0 298 _ .' Ls, 0 < ' t7415'11--, 41,--iti:t14 atti°,! (1" <1 — 5882L,',1 8 ii:H.I.I.:i:,-q-'4,HfLT:1 g ' ce 8. ... 1; L':::' d a ,----, 4, -a ,L Lou. 2 88 i-, g !: 1 , 1,111 5h . iSi 7 S l':I§S i I Igi i :-7„*—T'„.'•„ss--', 1.3'§85' 2 1 A- i.soltitst 4 4.r 4 I1- ,zP'i1ii, cL;7l5„1g1l(11g,14o,1-r1n'1:i1l .Ii !f0,t'!§c,i°,1''' gi,1— !i,,,,4i =I pzr4 1,' 1 .i 1 1l.JZ11ig,,. 11 o4cf , 1 1 ] S I 1 ! C . ! !2 ° zgi icr FLt`iEli i LI'. 6 i,i 1 L, N I 1 s„......„ it' c-` )r 8 E ° "` t_ N1II 1k 3 1,t?TJ'-),";L ±w 8(1E".2,,,4 L) 1u.02.11 (8_2--r_ ,.-. .2,:c. -,-.a• ,--1—,.:,-,,,ilH1—HHl'l,1II t.5-5-lY.it,Fk),,)iii(4Q3 ( !!2t i; gi ii °! Fggi 1 I e55 2 1: c §? c ' ,!2 §8 §i ° i U A hN ±k309ik838 l Lgh° 3 ±8oH' 28 8i g88F - - : _„,—,— L6`OI eg .,-t; -• - g , g -0‘ w°• ' 1,, Ca 4 4 ' 1 I ! f1.gn ii „) ,,,V.„' .:26()gLig,`,3 L,,-,-, ,,, ,,-',,,,,'x(;2-6 :_,,6-,';({3'§8' <628 6.0 2 2 , , ' I, 1 , -..,-...L , 1 1 5 15 i. g : 11 g 1AFI ▪ g7'i'p vI1 rI1. '"1 -1 1, \ 2, - 4_T_4H1.n, i , i i i i , i , 8 , iIi'1I1,' - i .2a24.,Zf'71L2 1.--.411- g < ,II, g g I ' _\--• d 1111:HH 2 ' I 1 ' 1 - -•--..-- ,7,7,, tHIH 1 I , ,. '42 2 H . , 1 _ 2 , ' S ' b .2 = U L'Il • ... ,. , ',,ii-w . § ' 2 ' .. , ,to , E ' ON_---+- " \ ' P , . 1, -- ,, 2 ' rel Ef.t c4 I g g ' 1 1_ ........—zu. . 8 I z I M _. ' ,?,1;), cl 8' g 1- 00 c(L1Lci'3 i f i — 1 :71° 100 18.i U i g A <-.,,i- , - TT® iTeeee N O Q o 1 U Z L',-, W = Y z I �' �� g2 e - d - E :1 ' Ilg NI k iii N '. 1-1- i i—1 1 a -----� -• � w ..• - A-A Li i I • • w LL Y a Z 8 \_��� ��11 1 l a • o z it • f �1 • • IIILI I]IIIII IIIIIII M I 111111 1111111 111,1 1 IIIIIII 1111111 1111111 111111( 1111111 1111111 1111111 LT iJ' QQ ,c . • G _——_j_- • ,•• 1111„11111111 1(1,111 III, 111111 1111111 11111,1 111(111 IIIIIII 1111111 111111 1111111 1111111 IIIIIII > •,_ .._. .. . .. 11111 iJ1r4 O ¢ '',.,,g <D N Y Y g i 5 .oT____________ .i, m 1r c) g 12 gi H— hi _— L,'T1,., o I =.- =1 J 1 LI.,, 4 , I I_ —r———— f , 111 1 1'writ• ` • � n , .. . .r,-- mi • . mil ----- --iilli ' ' ' ' 1. 1111111 ° TTTTTTT 111,11 • _ "a J _ J U 1I II � III � J`�' h� () - 0 gp a !_,U . Z U K3 u L= Z O J g Ili -I I = U w i U W w Z ow www Z C7 W U J • • -I w �n w 1 • - -1I I �� 1 � d • W • i IIIIIIEMHIHIMMMIMMIEMIMM • Enna MIMI IMMII • ,. : 'o �5 Lit' T . Ma_ A W f !r f • J !J 'E-f",' w O N = �c4f{ �� _ i � �� Z R ill C _" Y OW' 1 q 01°$ le N V 1rm lY- 1 1 2 u m U U Oa�lU Iia I 1c.) c li 1 1 C El to rig rig g <1 g Ii 11i • e gg i' —I 1 IIII 1I ITT – \ s.v e 6* hi _ , I _ l_....._ 1.4 a' I .a- <- .4,- 1,,,, ill_ III(II ' I II — � • - oUz• i V•IIIIIIIIIII1III1I1I1I1I1`IIIIIIIIIIII1l1l1l1i1llIlIlIlIlIII1I1IIIIIII11I11I1I1l1 1l1l11fl1l1l II; I_IIIIIIIlIlIlIlIfI IIIllIlIIlIlIl1I1ll1IllI1l1 (IlllI[1[[II 11111 IIIIIII 111111IIIIIII • w 1 • 4-I 1 1=1 II a 3 Y •.1\\ I I II IIIo q Q i i I • II I I- _ -I - W I__ AI 3 N i cj N �= W Z J LZE 8 Z f" � W U �w QLi'Ll-g,:) o W aLo ca�2 o� aW U Zz� w0_ �~U ZQ W aOoO Q c U Q �g� a^ Cr) o ,—, /— < ,. ; NN , ., II /\\ / — \ , LI' i .1-,_ tiii 2 ;2 ' i 1 --1 c,:su- Lcsi li' / I LI t 8 L:c5j ,E L15 a' \ / \/ 1- E ec- 1 ,-'-'-. 11111111C1* - ,"--o — " iffillogriltin iiMOIINA .. ' ,„ , a' 1111111NMEMIALWIM ,.-. o 111111:MI ul El Li" ' Li2 ._ \ ------- ! -'-'s ! H 1 iiiiiintil --- Ns _ , 111111111111111111100111111 6 z ,0„!1:-: ,-' . 7-77 Li 7/ ' sss' L'11 Wil_iiiiiiiiiii 1 a-- i= 1 ‘----' 1 ig imismim .11 .1.Jim ('',' "1 .,,,.1'477 'i.' F C ! , i„._ :_i,,,,,," iil , a mom — ' ,, .. g1 iiiiiiiiiii 11010NON! ' '5,- 11111111111 , c - 11111111111111 ; immi ............... 211Lc_)1,jLi''ci2'!0'ci)A, g M1 MjE10iM,smM1.;il1.—li,,MI,. 1e. 1 m. 9e.I N!I1? ° c% 111111110 )§ i 8 .. . 0 i g me... ..... 2 ,is 616-,1i1.!:11_31 o ,) IIIIIMIIIIII- I ' M 1 ,°. 0 55555555555 MIIIIMMIIIIINIMIIII Y I 0 1s IMiI111m1e1z1i1on11 .,'--'%'•',,''''-':,,''' 8e • . - , a2 l1 8 samissimrsom 9 ,() 'c1' LL,1 ; ,-,, LI. ,'2 1-2 `,2, 9, IIMMIIIII mussinimic-310) 'cl .MI1111111 4-1 c-•. `: ': : : '•.' '''' 11 -1,1' cq ° '4 ,4 1`1 ,6 ,........,, mourtisaili z, i L.,, 94 Lc,), 1 ; 8. ; § 1111111111 , V IllItglilldl 21 wincicamms.8 'a 3 2 CrL IIISHIIIII - L'i 2 ! /0 8888 2 8 F!(0 t 1 2:i,--' IIIIHIIIII - g 11111111111 ' S. t f; ,. ''.) f, 8 1111111119.1 ? mumcifj,:aimo r„= 12 (8 illi1111111 Lc' IIMIIIIII 'ii,j 2 saisuassamma cm, 5 igippiimp - § S = <0 h UM0T2 6 O iiQ z° z W 6 W = � any 9(;7 - O H W W T W c9 w LI ¢ � J wLju,ww !v w w>a i; W 0 WLlo MUrOnW N1 L Z W ONI Zw 2,i; zUm EN N U NN mU gaN �rr r3: _ w w3 Z p p ^3. 4.5. N < Q;^ LI N NW Z �W mplO Wp 7W p tc L-1,- NmU vf OvO WmW mZ ZU O.W JN�'i (8'!1 d ::'iimiroji-----J-. ,u== p 2 II 1111 a LV:' v e ° � 0v(I iii= ,„w; m r O Q I)-ji w h 'NN9/l S a 03J U 3z „ _ WH UUn i 3 ° w ur Oay 2 ti ,..1R �p D O OZ wZN sj Z BZ,W OUbOOw a Omw O �• ' v• < • W e° • t N U :ILEI O Z s# > w lin O � WO p <�^U'I^ < h¢O<W2 � N O a O/L O ^L NO W OU �- J ! t1 Z >U3 N�1 z ig! AMAIN � ;a� UZZ U Si; OOH,XWO - w °Ww. � , w tU v io N < o .9 a°Y1 3; / , ., AI OF- m Y awmr Waza C m O N OZ 'I w w T, _, Qo IQov ■-2' - WVc, ZU ..Z LIF,?J O Wp w m< OOz 2A, f • Z W OW ----' W ti lOVO N �®1wd lcI .Z/, h-0)24 , v • • w Ja Li3 UUO2I,U ;ZZW Z pH a o \LJt O°J `QU O Z 7 U< 4L? b ZZm� ill S Z E. 7 UO Q J v' ^W v mZ O Z WW UN K ,Q� tU O •_U 11 W LA I ; dVd76= gn NW J U a '.-ia�N Ja�xg W J v_., .-Jm. 44 1 :d m H ,UYd -' fV VZ W Om OU Y dn a aa � Z 6 HI z,, �,L/,J J , __,.___ < '--U IIII NMI ° 3- •IV Io v I ¢ W ON a',nno U' LJ! - aa c_,) 32'' o i 'NM,9/l ' Jy �L W I � Q1 O 19 a g I 1R it IL 5 A L o Z Z � 0 N 871S U o 7 mU h w JI' p Ulj L> Q O> Vu: w L w Q caav �Z1 wOwU wi Q w w mQNI s a Q U LC) O Iw w w y I Z _O <w2 Ox U N Z2 Ir- 2 U 1Nr_ UY UNd0W 2 6 - m 5, 2 mU02 ON m WV<Y W< N, = N W Um<ti A< N U_ Ti W H v 'w emWi:ZNi¢ Z7 �: Wi2 l - W W On 8 s =i OW QI O w < ¢ ¢,owL,<W a w v L-'3,-,2,..,-.wvsd _i 1 1.:; 8 w 3 < ¢ W¢¢L� a W -,-,2,,Ww„iU --- w W>LLw 8 !.; W `1 L'Aj WNUN > 1,:LI wil NJ le Pittm 3 Li o iirgbul a � wa U' M, ' `,= 0wx _`./2 F6 Y .9 HL IN ' momII\ N ,1% a o i � � W Q QI/� K W 'IL p (W/1p0 y w 0 (n 71,c1 2 ¢Z U Lc."_-6-V-;'' Na oNm faf wm z An 31 N<mw 8 2'2 W a o u,o-N-O � Z U Z R' ila a a 1 u a- raj � 3 i'll- tq d o a� aaQ � �o � Np io g zp <p a s az op. az I W K o J, LL=- Jpi3 J �N i-� U � �'c��Sc� ;11' W 7 3 p N> '''`8j W N3 • cO¢ �� SU taw oi� �< OU W a O a "a N m Zm ]O p]� Zm W Z �if <� LT.,-,, �. L > O W m W W w w 1111101 WZ 1 Y WvDJyO O=NW O L] U (UJ.:\ DD w ...m av D o lia., WV D v DvZ V7 N 6) J U � ! OV Z UI 2 �O ,- J U Q U 00 N Z <�� Jaz M ez� 3-Lc?, vi- V �1 O O U . O 4. 7 Z , �/ ill U V1~ hi O OOW a �a OW Fl Nd.N.. UUP U� Iffy' Um C i iOMO WN J wgg 7 WQw 3LL� oW i :',/:-:-..:-:,.,..' .. ) 1 ill =vto.,"4„4.)„; 1 Se z zp i___ii, ,, .,, , :;',1:1::.:// ,:,.. ,,,z 1 ai' ` F<- J W 11 V ''''''''''' - ' ' ii 7': <Q D C , L :1 ' ''<, ' ' ' : , , '" v � ,; tt gu, <Iiich ,Tii o w q W'� i 1 x WZ O 2 w �ca f� < � l< � wzU _'~^ Z i- � _ Q ',3=_-rgf a- Q U CO O mY W T, Ld aZ _ _ O cp , _ Qu =— ti-, J „ 0 `wj w O , Z Z fl a (i Z Z Z F- Q O O rot.LY z Z . . w CO O C/7 c/) (1 OY)MI,9C w Y W w W O O ���;! �` H w>p w I o c� a w > yo§ Q 3� m (IOv)x1►1.w -`,•c2 2 ua a w3 a N311081:210 21.1,01-,6' ill w ? . N3110M. A avo,L-,f' 11 a Nan :A VW,r-,S' II 1. o o•r z O z z r IMI,ZY C`+ 213AM0 21NH ILM3A210f ONVH ', N3N0M V N31'1 V.,8-,L III) H m ('dl�)3.81 831,433 01 S .0-,YI� r- w +r- w YOv,Bl (n U Z J a ° Q g w y , a 1 Z-.L i1Y 0 Y z, W '8"-)j- ., h Z ' h i 4'� Ei o t ,-.f w N v iw - w 51_i0 Q oL o � aa '34Yw ' . — ] - Ef 'I.-" ,l-CldSO *("'LL >0 Q N o ' A ww „ ia o ,8.0 "'a-.• � m H mia L_______,_ 8 a IN :1: ! al sl ° PLIP m Q p Yg N l D Al ,f - � wow.0-YLk' (1 i o w m .9-5 'I'.0-,l zCl p NW � � 21,- o iw�- W g JU O „0S,.Z 'a UpdS Ol .f-- r '` J r .9-.Z t Y-f4 t z W W ir- ) )='1 ' f YC /N —w i 0 1 NW J d 1 a >, U f ('du) N.9 N(MIdAlL/t ♦ I .6- 5 ii A "7”) Al° ' ad w > S d'w In ZW 1mn ZOQi OU ., �+ �o U m ,_ m N , a IAS c� IIL.I ..t=1 �'K Z LL i k.'!I `,,,! ,WiAroi02.1"....416.1 )- U r 113 I i 61 1 aJJ o,a �� w a rt; <N c `O I 11— 4 ley,.' t ho wlN 7 / N Q 11 _ k WQdQ6' HI wy =�p _,, c, „, Q z Z W _ W s . LL, "rt., c:, : ,cli 'Z' (l7 Y I a z c7 Ii a 0 = I •'----- •*Ti V U S o \ ike)k , srl oc s0 §;-;.,la �I ,0-,Y— t I.`�I.S-,l f,0-,l' /`� o0 vi W Ni ,I, 2,,,, '-'1 3 Y • o� �,s Z `a § o N ililJ 8 cn . 6U = i :� > >Vf~ . = OJ ii N ••' ' o 2m G O w= ~ h W J I =W oz Rs .i. Z a i - �o_ m , NN pYw WLL s< Nv T . ; og, U.I_' _CJI i " Z>�� r.' :!: L N I - JJQ LY,,,,,3 i V NMZ o_VO 0 k+E� ZZLL ��ri ____, ,§,: SFV zQ W �O m <r81- ::E 6 ti O Q z w w � � Y Y L 1 i • , r w w 8 � u=i i R C • �_- A U 2, i IIIIIIII{IIII{III{{{Illilllilllllllllllllllllllllllllllllll{IIII{Illilllllll{llll{{II{1NIII{IIIiI! Z !./ a 2z i 1 o�x � Z i m ��j"�j/ U x c: !!�1/ t �i W O ., \ •\\Q��G�j�t�0/ o 0 0 = w *%IV, 1 i .-' i,._.1‘.I.k ...IOSK* ; 3:t — -1'—ill.' '''171':',Ak 'c, Igl 1 ; ; I it/V4g LI 1: iiiii g ' ��til"//O/\ w z 1 w �ii 1141i U I I r to hr I 7 U w x� � � n --. /iL, f . miig; p , , , , <n u1 LL W d W - .3:1 __ _ u F q m ___ ;-.' optW/ 1 i 1 U g W '11 __ ..... __ ,9.► lill 5 ¢ j PI a 'ff.9-.t •9.l •9-.l/ FFo§!10 1 ~ 3 ligiii 7 1 \ i1 M N W W Y i ' 2 (.') N . _ W 3 IIIIIIIIIIIIIIIIIIiIi{IIIIIII{III{{111�IIIIHI{Il{{{l{I{{1111{I{II{Illi{illlllll{{l{I{{IIINIII{III���: m ej ,�\i\� — I I i 1\\� e t `Z' O U '\ S� I 5�!O*O w a 1 .`! O w m w ii w w U i ie�O�D`\O`\//``//``//\�//. Z / .LC / Hyl W❑ U q .:*.471t. -:�/�I�I�I� w ` _ • J n a .K —,--k-- :r/I�!I�/I�... .U,,Q P aImo/ \/,...�/,�� a • f ' '..- �` r w Z o e w Lt.;LL. :%t ^ w � Oy Olwi O I = r r w-'''-'36 a :� /:/ J U U�a DU • = a Vg i ;! '- '..! ,-1;—__ , '4 ill LA C ill _ N ea I6 Hi C Y ¢ J`o a[ ❑t VN V A aaar O C H a U Y ^ O O Y W W C�Ji W= h F W 8 o V ` -Z,_ mg oQ8 8 <Z p p ?,- - m � wac � i • • Y8 • • U c � �mW III No 5'§ :.,�.' `.',1;3 � 1 M1 §Bp • N Z ~' z 'ili ' Z W ' < i�,' V :••• cp m rLL i z /;I a f < W o w�WQ � c° x :Iliao pQ! a.._ Q U PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT ado 11. 1 iiia Y m LI p ~ Q w < W L I U '''3' L N O m J w '' iVI �� W z OW cl Z cV a wa w<U� w W x ur a� f - � 10 !1 N i 1 2 w i a� Wa ^4 ionw n 1mJ Om rU w w w Z W,n m \ p . m = m J U c a = = I1 Lc°` ° a mNWU UUv m w m aU. w oV P ,71 LI vc U Cv; °ni • � i" I, z m Nz � ❑a -OJ NO wa\ ^ O 0V7 d W Q W o y iy ?2 N3t a !w J Y m ~ - OiU u U u Zi 5WWci Et wJr' " yo OO N`n m n�o mi �aoV)pW< �i En .4HvVVQ >0 jJ Z O 28 Z UON 2 u U-� o n - V0O Q C N� aa Nut aLI ¢ W WWN®W 7Jn op JcNin w U n li mw WWm U m aZ oU co,' J aOE v0 oE UO c 'oh c,°"a'o' dhd \ —F. u<a ~a w < viWW1v< aa na `° I0 0 2CN J\ { 0WVtiNiU� WU;N,N-6,7 woz� Ni''' iN0L. a –1---------, _ , o :aQ o6 °if :±8:±81,1i Q , i SS -_,, 4,-------, Lg., i 1 1 mv N -Oj Ww Li V� - N a a�n u • Cm 3 `al Z mV W w O N n IU-) ff ° 6 m< m 8 mw ! O to LL.� mv _ . N O, m H Z a a a ,J L \n aNF WiO F a amM !P 4!, V' m N N f onf f J _ inli 1 ett +---' a \ ~,Wz .Zm O Z 26 LI OZ a JZ aO Z WOm c fi0k ns NW aNa woN O ya an n n SJL y m Q WawJVW Q X X._.O n3a a o OJaO Oa o iiaE neon w Vi Ozw V24 O'm N NN b N .-.O ' n ow QnI I I d N a o1%_ aN V ^ , , m Ig 1 O(§,.5-, Jy A' 12,,- di U asVI .in x x x n n n nu�� n cat ; ww ?zummw rm r// '� vi' I I I a 1161-61 : r a U- Qa mao oaw m>Q <Q \ ~Ww mw u�aJ 0ill ¢ NaWUU '-'^-L19`.' mm :L1,,'WI wz t mw ti I uwtQWw W > wvWN vhI La`')- w 'a� h — _—_--- — ! mfN Iy q/La Vo \ \ Z ca,,, HJ Om O' J I J j. Za KwWWOpOZ Z Z p] cc - v t 4 11 Y O ua < mZ W VZjO !' ImO mmaJ xzlw ~ mw aQ ` I m :17 OZ0 N O O 0 O 0 S dI 11 N tp m NWmN ,!Jim <O ,LT, U U �� w Z a 1-: O a J ❑ O N O Z w Z � w Z Q U m� O � U U � _ ! w J t,9 M w a O O '(T, a a m w U W ti Q U1 O m U Z W �. Y m J ~q j f Ut O < O x U Z < O 7 U 3 N O� Z Z v << ? z p w w Z O �m p 3 � ul U ❑ O _ ❑Z U w w x N < W L'c',' W �w❑ �/Al oLLg + z ,t NPz z i - i 1 O O 8 �_ I z wQa8 o Yo W W z v ❑ VI "i) 3 Z U W Q J U~ tr c a a a 0 f CI 'n ti i �_ 11 i �m r O Om a �_ W u o, n f :1-r% O : W '-:F J Z O m Z O U N O ^ U W Q 2 N W 2U O] Vl m�=X W J x�.9�.l O U ,\> Ir U N m a N W U J ~3 O C O m m a0 O a i:7 a0>L 2 OW U 2 z0 f n °o VUfU LL O J .a O W U U VI m O U < ;°,- _ y� W J wa W > Q ziZ 8 ❑ via 8 v N w > X �rpj o u=i c 7 a x � o�z� I` < a J o z W o ul v J oW F O J Z O Z ZQ O a ul =- O UI m 3 v o O 1 W W w 11 a Wm O U m OZ V)V) O a x a' + W U m i m VI ut w x w C.o a s N I- w r:, .S Z o a ~z o Q❑�3 v oo oa vwi U o f §u _ 2 a r3 w p wwzF L �rn N x 5 U m 0 O O O < Z U II U c)O w �// J W N v <J�m a Eo 2 a m e n. � � z� m z z <�J i �� < °o' o 7 8 a �Z Q O ❑ .m-N < Zw ~ NU Q ` y o Iwiw O U WLli W UI Z 6.U � ',7, ❑ W Z Z m� � Vf,: W � x u1 m Z O O J > a'U UI❑ O NU J N 01 Z O O C O x J� O F Z W ,T Q Q O NN ❑ U a. W I a Q mY .+ U OZ ❑ o � c7 d � P vI o �+ oN ?vlw w Ww m_ a zVz E w Noo aW Uo oJ m WJ VI Z m WJ U x x zg; V O Z Q OW = < U;a O occs m pU N 7< N N Co ❑ O O Z 4 a' F- a< W Z , H !aH OU ❑ Z_ a' Q `3xxx Ny1 d Q U < Q OU H N-.5',1 J a. <w Z ~ Z J Z J Z W Z = d iii U LA r < m,1 3 a< N a8 O . affil " n N a ��Q If, Z v wli-- LI-J'' K >� w Z a o wmx x v6I % < o o ¢ . 1 J wz o IL; o u 0 o 0aW ~ O a O � � < c)-4 i° �J J_ � Z � W � C i I I I � � a Z Op ❑ Z U Q� W �O�~ � �W<1O L'' JZ m 1,-, m „�_ /°-W N N N — O�a a 15; W W OU m UI a Ow W Z J ?Z_ } x O OW Q O m Y S O < �❑< ❑ UI O J Z O O O m = i W O Q 2 8 t1'E U J W Q Q O J Lc- N J< m J U H ��ii 1 II E ` h N f <Z U J ul Z = §VI >to J J J a W H f:'-',i C I U-Z W - 7 3 N 7,1;1 = < U z E m N t 3 Li. Q V W 2 r y:ziiig VI a J a O < cn x 'Wit' J J ?m O ❑ I Vf m Z a LL'-'!, J U O Z W o x� a c:4 �� N=�❑ w Nx q a = w7WoU Li c, ' z <N ! z a . 8 D wo 4-1 OO� g ~ O �ZO wZU< O z � KJ Z iILi • . m O WQa -1 a Q O W Z Z W W z Z O Z .-< W Z . O Y O O_z 0 0 J w O O 3 u UJ O �Z w In a Ua ~c�� Z� Ow vai d t . m UIZ JO J Z Z V I J J J Z J O O a Q Z < I I H IL Q W Q N J O O- J J J J O J w W� � U O �� U Q Q W � - < U U O Q Q Q Q O � a Z Z� Q ,JF, O � T a'lY m N�[ U W C ' i3flaOad voila]MS3aanv NV Aft a2Ola021d PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT 0 i Z 1 i 1 g 41® 1 1 i 1 i ■ Dn Du n U to n a n e n � ^D , 1 0 r -1•r .., a , --, W I 1 I I_I 1;1 1 Zai inl z.a, 1_1 I!1a _i i 1 O N fl W mU.b VII W I mN p I I N ,, °o QI 1 a1 I .� al`I 1 1 :, IN y N I I W; 4-3Mvl iI I- JD m 'II' cit ci a �� m l -- m Do 3 I L II I I I o a0� °o 00 p i-9------ .c.4.3 1 ■ 3 ^m N Z -(� ■ m •i� 1 1 1 D' I I I 1 Q • • -I iA :0 1 1 • 1 I I 1- o << n < O I L-L 9£-3lA J—L�J _ 10 el — L -el n — lo."N N.-g L n■■n■■■b■■■■n■■Ic"e can■■■■p■■DI■■D■ 0--j LO v m —�1 -11:11 I® a p r—-----1 2 I—7`I— £-3A1 a D n m N 11 I--III Z `�Dj J I-I 4--J —1 11 IRI IGI Ia1 I°I m wl1 � II] Fl ,:,D- IDl ISI 1=1 1!I I J W >II O I> a I.I i01 oi� ID's n. i TI' " F g U- Z Ipl I`I I=1 1:1 �, o Z 11 oL10 I o � NQ rI i Iol 101 ID1� H a ". W ` `� I I 1-_I —_1 111 m 7, Qom§ 0 m `at- LI- � o N N Q N'? - J-L I DI � —� N D '��■■■U■■■Q ■f+■nth D W 2 2 I7 1-81 tin.7I 1 I 31 i 7 9£-.iM 7•1i I a IR} IJ LJ f�/ I D �A I I D I I D i n v m LLd� Ipl J LJ ISI .1 a ilg o a J- 1O O IiL _I 1 t u 9-31 u n I m 4 5 [I O1•El 0 I II a, g (,9-,4i+)z-a :I_— 4z- — q .0.. ] ti 1116 1 1 J <ug .ggilh W •d i ill III r ii 1 11 i 11 a i - . : Ul < 1: W "ii _ _ 1Dna02ld 11/NO11V9na3)1s]OO LflV NY AS a3Dnaoad PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT a o of Li W w p¢ti � W PY- i ,T." 4D `oN V LA Aw U N N immium w)Vam � c . W W ^ _i Z ilig z O 1 tlqOVwN pZw< it W <m Z :mW H• y ,9_W ��m W ''% m" a N ',<US oci ul_ fi I 1. W r 0 m� W waao ti 2C3 z w LLJ E ■ '' a i < ci< N roJ2 w aC ■ • I 1111„_/ / / mU � UO wOmZ : J. ,� i. <-g Z W H!!!I!W/C w= 31i, U oao Q.• ^1 om I__ _j zfz ma ►- w 1■LL 5b11131.10q.11 f11, Z m7Q Z N cID 4D ...._g h -- W U (-3,„ W w0 ■. �V U 0U: _ate a�o`O ■ O~o = J Z 8 ... ,.,, ��L J W w -. W.L, Q,J �.. = J � � Oni¢ U � �+ ■, Ozz a 3 •■. \ m W U m o <Op U<Z y1yJ1wO �e ■ ,,,, hcA IO V U 0U: �[•1 w aa> / ■,� �� o¢�o '�2 ne; A=YH c2..w Ww OZZ rn�3 1 iii m�° 0pp =I .. 1r .0.� LtO, aai Z $ �I 1 1 : V_O r r LE I l'''' " • i 1 2 ■ m 1 'Ark III r- ' Ii :I]-r �I J�� I - J.A 1111 ° U• C.). IIII O `` A rO _, . O = 11611 0O L.1.12 ``0 �a 41)J ^ p < t O > iNN V a acl3No 0 /'L!' 00 70O OZI �a Z ZW p3 w N< Z< O ¢J Vi ¢O N - OW j N 7Z (ID HI ,1 ./ �V < en NNi;000�� 11- J WN i • vo p 1 pH iii laou luw .31 v ,I a<_ -c-,-_ _ il = 1111= : - yl- • Z — U ,V = T MIIMIMM . . O w r3,c : f= i o O l '141 'A O^ " , 2 -LL -,-,-.1=',1,� ZaNZ ' lii o= - f o6�oa p�� o r/ Y vwvl w66.i Oa 1.g Wz •; F. ZN JZZ p< r 1 m^ WOON JJ7� tiN '.C' N Z H1'6' 300 0 1,1:1:4 . W000 / 2V 76L 3sgO ZV J NO w=, vJ0 pOO< • A Hy, aooN • ! ;Ti: .t. -' WoO W 3011.O. , • lam'_ I���UI It■O�u I���UI IU�ull I��u1u 10�/tl/�I I����u �� Z =7.====- , I■ 4 i N7 J J r _ ----112? �� • �p8 wz� £ 0 LL l7 W " J W 6 ilNd' < N d o __I Ca E! } U oQr .A p g cui p g 81 < 1Dnaoad Tmou.vona3 MS3aollly NV A9 033110011d PRODUCED SY AN AUTODESK EDUCATIONAL PRODUCT 0 i i i gg i 1 IIII Illll= I I=1� III- 111=III--IIIIIIIl- ilil 111=11 III=1IEl it III=-III— II=III=11 1 111==-111- _-= it 11=1111=1 0ii 111=111-111= III 111=1►1=1�1_ s III-1T=III= 111E li 3 1117_=-_111E111-= =III_ R o111-=-111-_-_=_I 11==_111 I I I 1111 �,..».�, ., 111=111- UMW ———— INS----MNR�RIPE - ........... -i�1-1 \il i _ IEi 11 ll,=1111 - III=11i'l' 111=111= - 1=1 1I- 1• 1=III=III=III 111=III=11 • 11 I-111=11 I- I-1 11= =1 11=1 11=1 I I ig n. " III=1 I 1=1 I I- g 111=111=11 I- _ 11E111=_-_-_--1, 1 •• 11=-111=III=111 111-=III=III= 1 111-111-111- 3 3�� _ -I 1=III-III- 11=1 1 1=111=11 I ��= 111=-111=-111L=1-1 \\I . 111=111=111= 0, a� -,1 I-111-111- I iki 11=111=111=1II 2 of ». I I lIlll lll-l i=I,• III-III-III- F •I 11=1 11=1 11=1 I I _ III-III--III- • 112-_-_-_:111-==--111E111 ' i I-1 I I-1 I I- ,.' I. • iii=i i i- is I-III=III-III 11=III=1 . 1111=1111-_-_-=_11== a 1=1 1=1 \\\1,,._Ii!, .I1=III=III-III ' 11-III=III-111 I 11 I-111=1 I I- •.1 11 I-11 I-11 I- • 11E111'1_--1111-L1-111 I I-III-III-I III=1 I-1 11= 1 • 11=111=111-III 11=III=-III=III 1 1 ' 111=111=111- Hallam • II-III-III-III -II I-III-IIIiliii o 111-111-1 11- 'ti •' ! 1=1 1=1 1= _ t, 11-III=III=III _ ,� �� 11=III=III-III I �LL 111111-111- :1 �LL� 111-111=111- �3a II-111-111=111 �s � � ig o� _�� __ � �a s -111-111-111 41S W � 9� • 111-III-III 3; Vg 111-111=111 ;a 111111/11 11111=111 ...,,f,- a o ... 11• ,111111 I I 1 I , „ 1 i 1I �' 11-111-1 .' ................ . I T Ir n�... • 111 1 1 1 1 1 1 1 1 moo1 ..,.....- ..�-- .....®� 1E-111E1 ........... ...�.. 111-111- _ t 1 )1' - - ' I I-1 I II 1 I-1111:1 i T �_ III-III_- - I I1=111=111- 1 1 11-1TI-1 1=1 I I I-Ti_�= � • III-I I i_I I I II• I-I 11 1. 11=111=-111=111 ................ .... _ • ! 111-111-111- • ��.....,.................... ����,_,,. � �'. iii 1111-111-11- 1- 111ii I-I II-111=III Z q I I-III-III-III_ „ - 1 1 1. 11=111=111=111 —• • I-11 I-1 I I-1 I I H ill � p ii a 1 I I-111=111= I-- '• 111-111-111-O• $ 11 a , i ii! I- 11=111=111=111 V,i; 11=1 I-III-I I I w 1• 111-111-1I I- W • III=111=1I I- 1, i' q 1 I-1 I II I I-1 I I . 11-7-111-_-_--n.----_--111 I-111 O co ��� i,� � �� 1' III=III=III_ 111-111-111- ,d_ 1:11=III=III-111 ,•� 11=III=III=III iii Jt m 111-111-III- • III=III=III-W I I11-7,111-7:111-=111 ;�- • 1 I-111-111-111 ,1 ,, I. 111-111--111- '� . 1 111111-111- � i'"!:: 3 m� I I-III=1 I I-i I I _ ' ��LL= .I I=111III o� 0 oI • LL( 11 t g " o Ili11111 ill b _ IePi. lige1. o : /1: MI q 1ild Pll UQ7W ° u_1 11�� l111 • i0I § " go _ i§ p;;i iy8 1 J l_ Wh iIiigW7� l 1W 1> °gy s 5 8 .iipi . , c I of ti g. , gh a, f §,-. ph /IN! 1 Pi i 11 1111 Pi b0 la i I §4- P§1146 .mi WI '54- q51 : pr i.tirpr 141 ,13 vli gg i ig 115 pt. WI egB /0,:=1 I 0001 ell nii i-g gly 11 1 .li i 411-1,1 'ci L• **f. p < 1 1 'I !:1 rni i' h:i lid !igloo irlrIt'Pliiiii 14 ii Iig :II r I 1 WI NI l 'i 1 gi il WI 1 811 1,--al s'EfilighiallVgalliiiii 0 iii �LL i! � O-xi 3^ �. 1 � ly�� � p igil� � F� �p *apl Pli_ li o1 1 h l eqC t� � �i �Q� LL �111 ++ � � Z d W O� �C � � 6� < F of io y1° ;~ g ; lr IP rir'illiill 0ii hi 2 i 16 Wi 1/3 fli r411 m U li t R X X !C !`i X A ii X 02 X X X w X R $ 4 1115 < F; ppo <; PNZwo + 0Z0; �< �qu��"it� � � ° 1 �1�111 /_ inti ;! q iii < 1i 1m 1 fir i 111 ` ~ < � ~ ,1 Fl 'IN ¢' Ii ,,1 ,`\s g ///,li 7 � O 1� � �EFsyZS > �»ZZ< ���rZZ"CCll�y � v ~r .���0•...i..., /// .��.jiyj�; 1 WYIiO < Z i Z< ° � ",� � wYW 3 �LL p Z �,,Q'•I •�,y� '�� W`� ; li $ SSS �� 'y~1ld. i1Q. i 1111 . I< HO �� LLN 'lb 'W �F Z ° H 2 +0 !K fy + O <.. Z LL ��` � SF� � Y � i �p■1T S : w ; vf ' < t ZOLLLL LL1 1f ' . i0 2w n)pp �5 � � t7pp � �� � �� 4g a iQl• $ 1 ill !ilk Ili 'Ili < ihilirgihihililp'01: 11 if w 19,1 �y :•::,.11 p. 1 :slmi 1 ii 011•111 ii A . 1..!g 1 gi Oil 11 i °'l2. li: filh i s 1 0 p i 104 Si , 141901111 xh: i thi 1 IPI 1.11 1.1 4 1 ;ii. i.,hk i ., iF Ito a 01 qii e3 r5 114q1110/q11514 1111 fig e i.. .. 9 I L 1 11 1 0.i 11 U~ ;LL 111011 21 C :11151oililin W lioisAPFOhml9g XiK; g] 1111 11 � isIP Q4 I F461) > it11 Oigig 4 x :! Q,;F I � lW ° y3 l EilW OFPliO 'ili: O W ig 1 L, hl g oligaaW lloWiOl< itordi";ig30i il °iiiiiiM1hWl t "U p 4388I M 4 < b r A 4 O e r: r i3 Pa 1555 1 H ; li 0 ril Iia ,.. il : 1 - 1. i 1 Z in 1 io iz ..„-•,.. rorj,:7,.. 1 1 i' 0 tl 0,-,11 p „ ,,,,...,4, 1 iill 1 z*,-,-Pi 0 1 ifiI �'i3 A F w i '4 1-i il L-ti !If r iz 111 "/11 1 1 83 i 4110 riiiii Ig!li I” I III hi li 11 !Pe: 0 Mlbill g 11 Ho 110gi NI 1:11!:1 ;i 11 gi5trifrix 11111: lig i ?,Il OOP hi s:ollie Hi 11 g‘'''' sPI niiiii 1 1 1101:iiii,1111111111111911 ildliiilli WHIM 04 w ® r,m©g4a 1864 868Noio m 1 (4( S I !) - oPet>f►'UI 11 i Z • ii 8 ,>,; ! : I 1 i 1 1 1 , I 8 1 i i g . Ig. ill i 0 1 i lq i!. 1 re ill i 1 1 iii 1.111g i !i I ' l - WDig 'I8 ail ii- sIh li h 11 dillii`iiOi illi i ? i ' 111 ! � i Phigilli gig 4 IPI'lli i l 1M Y11/4 II 1 eg 11 111 In IR 1 ' 1114 Viillhiliii11111 Ug I 111 1 hiPplgigli Hs d Ail 11 ipi i 1 1 i. F 101 11 gi i IA I w 1 1 - INP II <P:g I iihnindianithhigithiliildh 1 1 I 1 1 i i I i 11 II ithil 1 1 i i a dill!11 I-U lig n CO Zg �w1.j,d y1� v r` Fdv�J`g ii •rye o: a 8�}I •T111• a�$g$®®®®�n vZJS v,Jf�f r �i 111 O .<ligagU s ¢ WWW89WI�Lpl899Jgig Z ZZZZll:_ivii�tlh§ ;8 1°°° iJ ! ! 4� <03 0 1 0 wii, ii g;I A i aJ a 1r < z,_ . ':1 'gy � m { W C _ O`er a OV Ze HP 23 1 I ! .r a! 4 irte ;I �g V Wm g'> Om > II: 1! ' i Y g • < ` pzoIOU a 1 rcl� m mW w WW m pert ac?<; na iiiiNfq pNpN + Ytl �p7seO� : QW1 g; m N s f N N N , R . ! ; ` 1 ,+ W i W la P �> y 1 W ; 2 * S X A ; & ; 3 3 • ! g � g Z V = : 10 i i i i i 1 i 1 rg ! 2 a ' S u Li o �Q� w h W : ,d �d N � � !a �3� 2 J� ;14 y�y ��y � $ `5-4 4,i= t J W R • 51 W 3 gin 1.11 '1 21 3i AI it 11 �1 11 PI'iPi ; Lli ii ii ii h�y !11- 1{{{333 fli 4 1,5 U 115 6:i .H C O Q LL f .7i X t 11 d m fp 0* 01 ilw it. e�t. p W z Z x 1 g t IIIIs/// �O Hr �2m ��W xQ^ W *_.6 a <�n S(� as'<W �C[� * I J a �IL i W 1G �Y1 m �� J� >J U >J U Ii1 J <�F t» U a 14 •1. t -v., 111111 qq S. °." !4 A r uJl ImJA m Q 1� u d -1 X 1 t: O •toti :l '4,:`, T„,:s" gh Itto i1 g 61ii, iiii. A, 11//11111 60 ,0 il il 1g !I gf I§ li 1,11 :1 u, 1-'. 400011 1 II :1 li 1 1 . 1 fig I ili 119 W.V.. LLJ a 3 Lg ig II 11 z 1 i 1,4 -I .1 <,_ .1 1:05,1 .0000[10 1 litN 3 11 j did 4 ii ;: :,,,,,idfl: k I id.D P,1 u, :=0i §I g PPW/ 1g0 i'"Fi!Ph 1 Min 1----,... c). is , 08 11 :11 ri Oh ql hi 1 i 4:1 t° 47)14- .,.. Hi Iiiii co s zi - h el i el loi ixt, ilk IN g 1 °O : OA !ottlim ; z li i r31:1 � " V iiirii 1 � 1 r � d W 1L o � �$ w�c3 R ',HAI ii 1* Z _i i PA Z i I 3111 i -'411 J 5 _. '1 i W 1 b ii q ig M li 5 11 WO 1F ill 1 t a (7� p111i iil J >1I it g\,. . � ItrE§ l'' Q P / 111:111 WV t .,-.E g = tl d Mel m U�h 'i5i ' . Mg IRO ` ir U UY. w ill rj dli I 1 111.11, .ai Mz Oma 1 c 0 1 t ` i•I ® - = W IL ii W i ie - W W W W Q 4 \�/ .0 . ' ~ _ +a•< a'g is a•J Q•} CO(/ spy' '- -• '^5 ?14,�$ h W I f . vsrill .0..28..28.-2p..29.b aummemmEL !I d �� � V/_ IQ� O O O�N ' ,l = i It-aq vp--8.1 ��a �!VA v 40oapunXag o� gl ulI E • 1 g1.11 1 1 LbEl 3 /1 g i 11 ,.! f.,. 1,. k lg @ r14111 -A/4 [ Z ,`i/����j --3 t4 H A,- \fr _ F" 'E z coli ii VI= MI +• ii; - m U N t Lir ,W plum= �a{e'�// LL �``. i?,,,.-1,0' : �� . 0 4 Il �� 8 111 sob♦•!N-iZ -,,,,,-4• , ,,,• .4k... .iiiim♦y 4 g„ `�,Ntgllrrrrrri�, iirp, W:..i. i 4"4 418 7 ;i1;,, w°{ ma U r� n S i i W - \ illerY 1 g ,,rrdW 1c11N���,, li S i. P41 �����/l ;,;•� - ice/ • .4 ,.. z i 1 ',„0-..,WInr, ' '''..' 4 vipil I= W;_l CO4 W.."' z 1 i 2 4. 0 4. ' ' -- Ui rl 1°Fa 1- cn. ,vi; 0 1!! tIg g'''' 0 da,aUu4 W d� htt - z .,el 1111. 1o11 /2 1 da,,,, Z O f f l ii....., Ns Iwo. get i _ �l/ 111.1► i._�''`N / l , uhf r '',(n4 ASA.' \ (.N., •!'r "IA 1 .,,,,,A'..,... gitit,, .i.. „amt. 7---,...-I, 6 •......- :"-'iftik.i-rits.' atitii,L4,._.*.* 1 <Ui 4. ' ;1Ire. � ,._�r—T-r—.n _r r l�� �• Ir' ��, E.� r+�! �� -lrgir!it{'-,-ipp1� 44.411-7-1:1411....1. .te23" �7' Q.J •.r.. _ . :2 _ �ljl �,%r� -',, i!ipv,��)Iy' •� ... - `i^ ll!A� .c �, ilMl ! t� •n/•.� "��fj.�,1 �1 —'O O r. ,f� " ,ice ,'. f 1�''�'',-*??. 41,44 .191 /1, r r •r /iV . .,.,.,Nr-c+rsa� fi ag-,..1.1i' ._.„1 / " ,33�i� �" ,r.car.i••l��r �' . C=s..D.�,�„� �..�w'M' % :.sy,.r . rRdNwlt �lld __-- r,'aiB..Ey��1� s %� �r�a .ti► �R1iIfT•tC`-'.....�s�'3� Ailili�' '✓� —_���r� � — ♦,� et ra 4 �''' 1 •r.a1•It>inU < -7:. t4 " ItrfrnTu= = .5`x '' R■''Ka.l;t_. w.r.� a /.,�.'w^"Alq�r liA.1H181��L- �0:,,_ c'', 44,, 'V� f r•+ t � rx.>...•awe..w...arar�M�r.r.���? � Tr ��� 1! � �! / rr' • • n a1S1i1�>[.t.!'tt'71c4Ti I a . �' �' r. � _.,..Iri�/t ♦, .-.-. 1 �. ���' �- w i.- 1� ' j •,J .( •SICSr,'''':i4W 1 i k �i 13 , 1t�, �' r I )yV .:,1j,711:Ctik` � d t`i-4' �TI Mti3 j ff ! �� ,, ..: ...ailialf • ,..: ih,, . ,,,--)1:-.,..12 1 _,T,WV.__, (` dmf.'•ii it=illr#41-5---� ` !• '���",t a',#1�I' i ` 4r.' \, -vionse,,,k, -:44r4FIr7:.•.;11L7k :j--- \-11 1 I • j 1 •l-. 0,1141%1.11:10410 '1:4— ' guili ii i ''- lq-ii77", •-, -IMPA,. ., I 1 z ED elpl.,_ / W.41... . .- ,"..,- ____ ��..�►\v' ;��' -, "l �C11.~ � • � may,, �•^liYpf:. ��, �I �#`�� ! � t ^` ., r .,41'',Sit Ita e- ,,:i,,-- \ i j1 Q..„ 'i e 1.'i--fi r[F_ , r--r—,� . '': wbi `,�: /tftc omaug'1• k t..� It . mss ♦ �kY► 4 W 1 "lr j\'. Fi C [ 9iii th �Vp�ia a►ta:.�trGf.": il, ill USL• I \� , ,. CArillit..W,",;:',;,2'4114tek5P., `►..Y' �� / -/i� ��,ti�R.7y�suHJiNM w , t'�rr+ 24± x.'''.. fie-_� �i _�.'-''''',E.-..,`;'-- �. J "'� Ff1 Ire/ 11. (,-- - A �E�+c'''.-.67'41;'''° .,,� .�_" _----_.,_.._.:_ :::.„' mow► �� ---—-—- _. — l�ti.s 7.--,-'?,_ _ _o =..c —n_i,, °..., .,.\\\\\\\\\ .,mac\`,'.451111111111111111 II a iii:"-tiluom'a;:f:IirArt7,--- �' IHS �'-g 44,6,torvAr g Fa N�' i- y � _.t' ilk </���.! ' k U z F 1 1' Itill&-.5,41.- --/ /4:4..*k.- Le, it: ' 1 ______-- L. . tinett-o' - Lti = ,, : .......*,„.,,.., „:„(.4,irth 44 ,...,, _ „. UJ r i iiia ii 0 ef ,,,,v,.fXa,O `s /�' ' a a . ipoi ,, ,,,,,a.,„ CC 1 1-, 1 LY I1tf.> ,tE Y[ ! 0 1 ' l WC t� `,tE walla*. ..yAP.;: a ,s. S!s '-'43. , ,0 V.,.., • �vtMl Ihfft.MOM i eA ...nog., - #Y, eu® 7 (3t1N3AV SNI1100) V 1. V AVON 31V1S I ii C , Z .-.., .,.. 1. •• ,!,:,.1! LU . '' ,. i ?g , IP' .. . , . -1.1 f 6ir I _•— — ...- -,i.:.., El , Lt Hil -ID ,,•ii.- ,.....,i ci! --A,-Ixid di' ,,,.! .! ,-- ilp,.k,_, E" r- 6 3 ;;:',,i ,it. 4.1 t -• ' '1 ,:it t:;:t k 1, 4-7: VV,::i ,4i. 1,1 !Phi ,'-ii- :;31 -1.;t,---4 .-,',1 ; .',;.,',I ', k."04-;.,,,.,„1,:,:,,,, ii 4 i l'i 110 1!1,4; -::'1 H .:*, 01:0A i.; • , _:. 1:::,•`, i f, •91-4-.;;-. I i " ni ci s ,01 . 1,}..:,. , AI ,EI , . ;', 3 it di _1 i i pi 5'il I,, Fii,..,, . : i t. • ' III ..`.'`....2 .4 .,.....,i, , -1 ... 'i i.i 1 I, 1 1-i• '1'' mr47,/ ''...M it. 1;F. = I:.4-,0'' I h (9' 'S.'• ...VA.ii ..------... iL2 , HH mr1 ,-, -- - Allk ' , :141-41114. __------ - - Alb' ,.,.. ---- CIZEL&OUP , , . - I • st.i ! ..-- , -40 4#4.0 0/:- _0‘. .., ,, ,..,,, • , MR Ma 4‘44?" 4' t.101. aa . 4,if ,, 411 . a • .,...wir (?-' T.,...-„,....,,,,,......101, '-- -i-i-111'' Guagunto ..(4 itiooluattivrifize,r,iiii ,. .. 4,, Imo;a - ililffii I. _-- ' 10111:1Viritt,"7' 67PTIML,R14111;-.'-'1"';;I;;I;;;'I''..7,'' N':'S. -4 "-'! .! . I I 1 1 1 1 kit 4.ktfille.3'V1'...'" 7111' liklatri .'nt fill1-'------4 -'.,....cl.C• 1 :::. illa '' 1 '6 6 I 1 . W qa a a a 4.• '10• 4•140144 .- ,,, 40,_ • -. 'Ll',4111 ',eV' . t? • IP'1Wit'll , V4&' ' ' 4E4 ' Int 4 lit'W - Waif tigt — . EA 1 gE 1 PP, • JP. Paite '' 0-7Irrid01. di' g , - c : 7. r.111 gli-"--1.1411r4rt7—,--\ . 0 ,..,. , e• '" 47 1\ cr cr t 2 ,,,,. ...-3R--rr:'= =---°---,• _:---1.-- .----, ----- -----7:1 0 I C 4141'..." ..,i ,..-i,:::::.-... ____ - ---:=-—-— i :':',Zs.s"-,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,.--__ f'7-'1--,-_ --=-.-4-;b i A-v‘ ‘Ni!•';',;17,,'ZNI'''' ',,, 0. ,,,, top-- 0O.it ek•-7:-i:. • i'-ii:Ni t, 1,4----=' I i'i;;;Aupv,worrine cc W i F. i 1 mieWsitrir-lipit. 1 ."'".,1Z•iPi Ai- _,: aigniiii4E„:,,,,,tt 'AI iffis'istli — B lu: Lc1; g 1 = ' Strigoloptk. di;;;iiallelliteA, . _ .iy,,,,,.4.titz .. ,To. 316 '41 „41:;!ils':!.P.:1, - ''.• 1111 _______ livisk: !,,, AB 2....."---- ..:exesEtz,.. , • Ca x`e''!, _. ' (311N3AV SNI1100) V-1--d GdOti 31VIS g;Ii 1§i <*82 -- 1 , i 1 . . -< 0 0 ci) Lii § ari i . E2 : 11• t , ' ..,.4 0 3 s, . g sommormar f .1111:i U) a. • fa5. su-il t.„ iii!*1-t r,,i ';F 111 X &I hi x * f ll i Ii1;1311 !i If' Y; =.1 Un -,-4 1 11 i ;191;i4 ii fil '''4 iD illinfl 21 § 5!!ligi 1 "14 g ?a!8 - ,s , i t E 1 Z 1 ! ': U.''P . ,-da.„. 0... .„, . ! .. ....,....,wci vit.. '" 4: ; !I 5 2 , '41..8 g ml i N 4 2.i a E 1!tc '6 6 li w g 5 c0 ri g 1 I i !: 5 0 1 i g A 0 psigg Ilk a lz- I.() 1) T ihk ..il T •,i. EWE 0 Nis4#, .##•#••$$.1.w. ,tz . War.......misms - v EA4 .##•#••,#•##. ,..r.v.imanium.,: — Ei) .,. I i ii. -...- .ile-- -----RE Ali ' 'it 4- •:r g 3 .,,., . • # • • ',--tit 1'1'i ',- „.. 1 . . ,,,,-...•., I III 41.* EP • . . ._, • . ., ._ ..., , Ha r,MEI VA1111111ra < 4 r.. KIERNIMUNEEK, 1111- 0 a or i 8E MTV ZE # 'zion..-, e 11: owp-8 --pig .. I— _., • 19 cn 1,-- _...._g z 1 .1.,1 • yi . " eittson M=4 EMME4EME:t2, ..1 rillassruirammie < a :,14 ;4 .:,., E. 1i:tr.,: A A -.1 a. 0...,„,ii 1 11 1 . 0 5 g .. 4 e' 0 /1 11 w.A ,.,:[ i i 3 1 i 4 , 8 8E li c a z 1 g! , 1 ce r--- # ! :1 '-ii :•',: 111 plil e 1 i • • 11 1 4VMIIIIIrell ligallr'110, . . si cse • CL 1 4 $: ,..,... Ir • • 1 re 0 ;I 4 :11 Ma • I14 1... 10e 1 ; 1 tz • • g 0 ,1 ...1 # rA u. nil o ICI Mill g 1 1 1 cpc'u-82:k:-. ij FA Z D 1 iii • ii D • • 4 gums ir,;EMI i:, T;All IRE T.-, , 1 A 0!,', . , '011111•01111114.7 :N.MBRMn 11 0 , :it:e • iit, ,,,, • 1 . 8 g O.li-,. -.IIIMITAIIMERVIIIMIINVIIIIMIIP: -.10:it•'-' 11, ,..murgig...V=2111114211101K: '41 :,rimer,r-inirc,millirr, , 0 1 Z c7; ,1111111111follill I ' • i.,-. ! s.tv 1 'i ,I 4 i i to „, 117,1.44.41-4 s;a:••-•Thzill .. • ,•_, . ,i,;..,,„,,, . ..._ .., is e,.....,,....... — ' ,.,.... ,,,.. *co 41'44 Ug - • --.- 1.1.1g 1 Ca Ikl! —tgE; qi i.i 48' _.=•'.= 1 DI 0I :2 1W IF FZ g 11! ; I N i - ,4*° 0 * 0'1o1a "' oo00$00000""" a l 1 3 4 § , 9 g 111 2(i: r. 3 19: 1) P 1 MI ,,‘'1, if:, AAAAAAAAAAWO AAAAAAAAA a . , 0 IIH N N-..N N v O v v v v v., v O! !P t R R R R R R R R R 9 8888888888 R t Ekf L z tg ,_21 fp /- Vh. 1 I 01 II gg I mi M ae ::1 iiiIiit Olig Ajggiligll i ! A/ —% o . '_,_'1 _ 2 a i th 2 r ,e 9 8 9 9 9 9 5 9 5 9'4 9 9 9 4 4 9 $4 4 9 f i I•e! ih `°10 t 1;11- I i y 1 1 i ! i ! i i y i y 1H i i i i E 3 inn v+ a (n 1 p,�pp t 27 9 .n a v -n m -- o.v fv iii,', 1 a 'i 4 1 Y g 4:o! g c� LL �t t F3i I I • 0� ! c n -4,-, w $ O !g I 1 W m .y.y I E ! , g �� w o n bid 6 O c7 ! �� pi q "'""-g ♦n N Z D a. --4,:—..- ',il;i.stk, , ; ak ;31 Ps ..... , ., i1 lo i I '1 IIIIIII115959199592lit [ li YE ;, ' big _off .« i _, ., 1 '' . . , ss:.:1,5 j 4 A R R 8 R 88888888888888 E f i i 4 ; a „0;/�W�c ,""”" o*Q$3 a ���rrrrirr8N�1 Y a a a ;°3 i 10 ,--, i 4 9 _ ! ;4 li! 1 oil d ti ri 71 ililg*1 1881QQpo0 000 00 00000'000000011 O i-,..E^ y1IgEMI5iRioa 26.�S bS E 1 Ok 11 i4g o e 0 0 0 0 0 0 0 0 0 0 0 0,g 4 4 q s o 0 0 0 0 o e!g ig g I 6 I 2 M M at dS of R"� r N OZ t O UW d OS II `` <U C 3 U ,Ii.,-; I i i i Min gqz z i , 3 • ,l. o c • 1 = =' V ti it °� J' S � wAI v I 9 e 9 $ 1 J I ; 0 0 0 gU ` s • ii S S § § IS W tl Z r fft L: 0 X11 • 15 a m m II 1 z§ z§ gi i a§ 1 . If ,L . % (,-A.0 W I 5 I 1 1 S .4i g — ;g it ft . 3 Hi r � a :i 4 A n : < ' < W r U N al .‘.z ou SY a <ggi ' Vit will a Ca bi —.11i <$01 oi JZ --.1 Q of esst -ZWZ ISI .. co c) ZZOir WRQ 11 t e • gi p ill dl o >"tiiWZ0 Ii1 i A is I 1 10 � r e IIJ 4g c6....1 2 1 r11 Ili! 1 ilil 0; 1; li I ii .1 . 11 ! *Ly. i41 F; Si i �x 11 11 No u 11 1 i 1 [ i d, li 1 !4k wi oil e.d 4 or i id Id 0 IP 41 lLO 4 Ma si li LL >h Pp 11 W l 1- hr W F Im M ; Q t W i o. Pi it, h hi iri h 11 P li IA 11 ; 41 Ph 1 1p.! il ,its. 11 ilelili 11 1 1$ 4111 0 pix III' ig lil 3 :Ill gi 01 i! 1§ 11 il 18 le Ili '1;' 1 hii ii . 11 II 1: AI"; gal !,1 R 11 1 r !PR NI lig !ii T41 11 li il il 11 h il 11 id 11°1 11 iil' 1! IP No kit 1 Oil z i ;ill HI I" ill§01 g Y li o 0 ii q li WI h r 141i 1 li 141111;1 1Y 11` 1 01111 li i1 � l! 116 yJVO : W CL 74ivi U 4 it y�2 x x x x x x x • r zI ;II t if .... f.N-2 I P<o`QtF i K K O 3 � 4.1*,,k,„1 iii l i 1 i i 1 '15- g al F 0 i i I A , ! 1 .1f Ai ; 11 1g LO 1 i ! Ei 1 lii r 1 r lb 1-li p ifi 1y�Pr � r � l r p, ii1 111 Al i 11 't 11111111/ UU OHM � 1 iii k'i i ali i § Sri ��hd 11111 1 1Yr �y� WI ~ di < WW I W G 1 .aA aii 8tsghg SAS §tt glean iLil i 9 1 SSii $Z Ig$ gga •siii i .2? s »4 ;! W /W 2 0 i Q W O l -4- 0, ; it J ill! r! p, 12. Q'98 ; !?€ ri 0 ,41 Ell a ® Tr m + 1T Illi _ 117=177. 0 w � MN 1 11 1 1 Lli � 2- 0 ! gl 1 ill �%q 1 1 iii 1 - PPI a Z 1 IP - 1 ' ' 1 k z g w S 1--: /I E ;ii< in : Q Z 14., i "3 . '�® a r a ' ii ' W 4 ki a =iii oil 1 1 0 i 0 1 0 d iiI1ig 1iIhiiIHH dfliL 01 1 N % ; v 1 hd li i ! ;10 „, ,_ g Ho g. 1 40i II 11 hi li ' ____EiT. . .ci ,,,,, 11 H !2 kil ! ill ilii-i , ,, 0 v 1g p h c.i ngl Xg d "— il ; 11 5 Q N Fly til N N a = $i" Q N Z ip i5k ii i 1 ,i - il,li cti' g li g Nni 851U Pi li . 0 g;q U I 1. fi F 1' 11 ill 1 i 10. - ! , 0 ill ill &I w1Q�pZ <14t) Lfi i Q , \ 6 ,_ 0, ilk kli ki / / LliW 1 // m Ca g' • Ib 7J 8 F II0' - zQ 8' z �v 2 D Z CeLL 0= o i 0 0 w Wi 2 J i' iILL C I i 3 �Q w r ,7. i s f. §,-§ - ' fE 4 t i f: 1 : ''' i E i. 1 . di_ % W. . : g oi „. 2 ! i= m w 8 2 1. W o >< 3 1 lig` Y t w Ci ` Oyu O ySi am+[ w 4 � % -i ! u�,�, ya r p g�' h O sV w �+ y+�y g Spy [�Y u a g . N i 5 % - i a 9 tic r. . 2. '6i16 l:1 t I I% t, I " 11111111111 4 V9N, 1 (i) Tii 0 t.. .* . $ 0"' -Ai, c--arm - saa•assamina. -'tid10:■rll imaioNg----- I,lllll I I I I11 1 g 7 a 1 aa a 1 1 W W m W Ill I 'i - i iC11 g CI 2 W j - c si /11. 5 .iic ,i o� 1 W - ':— '' 1 hot.,,,,- 1 0,, litiq i foo i •• 1 Pi < t5t5, 3 riaN,..i : o • : i$ o ! 1 4 '. --1 N N ii ii It °� ply Q p� .43 �y� ,.0 1 '�a J rg 1 ir I., 10.11 1 I I _� COMESIMMIZEMua�.�� a 'St 'iz 0 1 J U ®4 Ila p ma .a mamma. - - 6 w 2 2 i a. 11 I 0 0 J U- 0 z 0b =r N z ? 1 U g Q 11 LU gig CO _igli gil :01' o' of , O Pi q 1 I 1 I i § I a.j . 3i $11 ii ! 1 .4 ! g'7_ 1, 4 I r ,f 1. t 1 t il gg i i 42 gi 2 °A gi li 2 s 1: i 1 s it 1 01 - n f i ' ;`` g 1 ' ; CI i P / 1 ; ii, i t18 1 ' w gg .3. - 1 i I 1 g 0 i 0 it it- 1 i .1 1 1 1 5t . cigi p• ! �� � 1 i 1 -1 1 � � � IOC ..-• 9- -; ,-. ?. ig . § 0 i, , i 41 i V/ PI iii J Z I Z Yitl II" 1 1 I Z hi 1 -1 it i 1 10 i 11 il g '. Oil i 1 I .e 1P1 s iil ile Ltiii z . 1 . i_$ i i ! IN llb . thil fli iiii [N 1 . , ih@. . ,4.sU Lki ' ' , b ., k t .q b 3 st 7e : 3 3 b h h + 3 Et I p I li I ill P i l a i i 11L . 04 11 g r 10 10 1 § 111 , 1 i i 5 1 i i i i i i i �II} yl ,11111111111 p +I�o,4,14..!?If�� si o 16' y s i I i 1 ig i R. .. 41 i i i / PQW ,�� `Q ■ 1 IgY � � 1 1 I i1q0 ,1111,' 2W < C < i ; ; 11 _ '1W t.0 vll Hi 0 _ iiil I I ! HI 1 ti Ili_ illiiiiii i _ i II 1 ! I I l a :° / 14- Mi ; I 1 W O 1 o 11. 1 \*I IIIP ® X L' j Y ; 14 / 1 1 1 i tigi' 1- ; zW N . ii 1 1 g t z ; ill gl ii g 1 l giti4 111 11 rireli il l lip 1 i H $ Y lip mq g 1- 111111 if - ; i9 VI o ill il ici h • 1r 1 oiii! ild s i $ ; ii , ;11 1.,-,4.0 ig 4i 1' 11 Y1. 1i ; 8 lit E 1 43 _..V ,11 �''' Iii 11 Nil 1 I lig;w1 1 0 11 A qi I 1 iii ii it 11 I /e y ,11 10 J li iii 113 ligril "i: "V 1 11 Id r ° ir 10! 11 11 1 PI il 1W II L43 uin lig Ei f 10 gil wili '-- 1 q N 1 ii , � � 1t i r ... . � LL < igq log F=8 --3-i-i 1 2 I' 1 gi A i Lr no 1!.., O3F 3 / oO ' T. iq OCLL2 A U 11 � i ik-bit I$ li �2it i3 Pi l4 w .7N ;a0 rl iMg Q ' li 1 1 W 9 r � 1 re r HA a .Q_W;_ Q O y 11 41 ` W Iiiii '1"yr i 11 �1 !_,_Od h IW1 wgi � O : i � i i p: i se !i§ ' � i ; � 4 LQ1 <.VOWLLpg2 i O f e.A 1 r llg §. li d iii ‘ 1 • li r � tOI X !o 11 1 i 1 1 Iii11 11 ii gV 111111 2 ii x to• 141 i . g , II - li 1 1 ii gl i 1. o�� a ii Plog r 2 � �111 � 1 1 iii i ii ill � 1.,iii ill IT2Ill I [ fi iF- II. 1 11 1 . g 1 1 1 I 1 ,1 i I 1 01 .. 1 " 0§ 1 il 1. hi il ii- 14 INN 15 ,i'll 1 ? 1 x til i it i 1 '- 1 . , 1 t i I 1 el vl 1 iiii ill I 11 1; 1111 11 11 11 il, illiii 8 iiii c.' 11. 1 ktiifl qiggPillg gi i i wi g li c i . lei ill ii I, c's g M 1 o 1 ri i ii, 1. 1s ., ligi 1 . 1001 e 1/1 1 4 i o 1 141 fiwi 42 1- 1 111rii" 1111611 1411 i i . 4 > tiW ., ., 1t icctWIL t vt1FUL<Egi t i d c t i Li v W W o CO - ig IL- ill <001 CN a , I a ,- o_ 1 ze) 1 i , a .= R .. ..., ' _ _.__ - - ---- •„ _ ---- !N - -I ,, aMB '---7\'‘,‘ - t , ,Th WHIM " .---'-' ,--,-,.--L ''----< '4.11,"rr 11•••f . / 1 ,, . g @ i : NNW i, _}._\ 9 /'-, 'M" \-..-- to ,-- -- : "="iii iR it, '....,. WNW • -12. ' ':<-•7'. *Ila.:j '''''-1 '''ANYNO -1,-- W•I' mot ,e :to I I- r,-- tt.,...., , , 4,tir,..:$ ', ' ..„•fin" . 111111•11 „110p I ,., -- .__ 111. • • , 11.2a \,,,,,,je 4011, ' Ma e,..,. _ ,...4,-..,,,,_ _ _ ,--- 0" 1 .........._..... ii.,,,......„ ,,,,‘,...,,,<,,,loa-b.- /1 1.177. -1 .-114 . ''6 ilak''\ 'il"........ .-m.p.— I) .-7-:-.... .7,...111 s s','V*"; 3•‘,iiiii 1 • '. ' IA_'' •-, ; r • ,'....,4 illilli4. 41.3. ir.r-:k =S•. '',` Ilrgo.L.,....11.,.`scshr-44- „ ' - "". ..., ' ''';:f--;-511.1'...= .'•-''101111/-s'.•":--.2 t,-,.-:'''7.4.."1..,.....IA...P.,11,_______,'.7---.,....,_,____,,_' i .*.:"......'"'".."1"‘""""-t. , ,,.a,, ,,,. 1-- , - , , , i3-24-' 1 i 141:. . °';011141:Win ,I.' •• 4""-1(‘',V..-; '-- ' 1 ki 1 . 1 ni ::-i t-, ' /4`4''' '14,;a.'• ' • .\- ,,,4-../4,,,...} .• , ' ; mi,.) , i_+, , : N i . Li 1 . -‘, :',\,!1.114,1111. 411C7'...1 -,11,:i'';,-,_y,._'3'2-- ••-•,:_,''z,,`,.,.* ,-.`--s-- '-----,:-:'-‘,,,,,:.'' , . , :, , ' rem.,m.,:',/. ....,,, , ae, g ,,,,,.. 4.•6-7 , . _ s• -\ ir r- •'= •,' • 5 g ,,,,,,: . • -4,..:,....-...„----,,ill sigilerif ,, ,,, -----_--- -_-___ t ) 81 i a s,Ilt''.' . ,'-'\t '''\ ..---4:,, ,,‘•741..ipra la** ,'"2 IA S'- '• '! • 1 i=14L, 1 - ., •,,,,,,••••••• /, .,,., Nremeaus*, , ... • -- _ ,\ ,. 2,, ri.7.4;7116: — Ilitemilti ':* , ' c) tauariti',, [ nrustral ..... ',eh. 0#1010.•......9=-,-.,`,`.., matteot -„, ' 4111.Mint - ..,, •4.°1111T-LII.......1. ,7,7--- ' 73 4, ,,,, 3 4 , *a.m.! ... -••••..._ tkigirprei-wwww• - s 4% - ' '*---':— - • 2! , -•0,..0.-" ,-- • , ,,,,,\..:"" . Zie....--aseasium- Aft*•-• -21,,,,- _:,..s‘- ,-,...., ,...., oblr-,00..,., " iiiii.,,, ,,w,...„ ..„, 111•11. 1 1 1 12 Z,__/' r.,IMiti•-'- ..,,,___ -,Y -, _ .-; -,----- .,_....,,,,,,,"----4,1rArft 1#,••• wir • , — ,, ,,r..,_-_---#.:.,_.,_,_, ,,,,...• ,,, ,...1,,...:_._., ____—=___-__-_,„---w-,.-,,,,A,,•• , • '::- r .• ,z g .___F-_-_—_-:- __ 1111. 1=1,L,0-„__.,„____________,_ ,,,i-i„..41...„..,.,....,-:___,„___ _„.... ..:,_..,,,,, _, ,,,s, ,r•••____. _ - 1,..--,,,,-t". _-=' ._:_______=--:-y----- _,.....,,,,,,, --:----,-.- atig --',:d,._>0‘,'4 'VI F41 .41 ' -6 2_ \ \. IN- :-:------e__%-7,÷%ct,(O. . ..._..-- ., . Os"1111% <ei b. , ._ . ,, _ _____ ., i a -1" — ,, 00 4. • , •i — 11 1 I . '. '\ \i\wc, tis 1 4..4 i i 1".- 'W .;MA 0 (", ..\ . .. : „nal 00.••,./.." , - ....i . Vt t -' --.. ., . . '(fr-A2=4"mum ,. cli us :-----°--- , , m m '? ick• .11 ...1 ggi, il ItS 6 z g51111:: i ' \--f me 2-. 'Ilimil006---• %is.--- v r. To ,_ ---- w , •,4 , e. 1:-.... \,... _,.. cn- ',-..,, •• (311N3AV SNI1100) V-1.-V °VOW 31VIS ,-,.«(...• , ;:,. , 311 1 , 1 2 li i 5 , 2 1 11 i i I i I 1 ,.. I $* F 4 . I U 1 <gg:g LugEg cal'6! I . Ell ir .A.< I - 0 0 M Cr) Q E j Q a 0-- F.. -- ............ ------ iasamani.9:a — a, — iPsa■tiatat a is. ———— arammume ————— 11 B S W E E E E n Eli E E E z i LL2 d 1 I 1 M I ill§ 8 • 11 93� ■■■O O. i s 9IHO9i C 1 g 1 . / Ig.ai i il,i; 1 iiii 1 ' 0.01 1 it 0-- E' ' ',1,' `.�.�. -�—— '-1 r' H21�-1 ——— O — i J ti g�--�-�l 97 t 1 - n � ————— Z • ...--.,:?:1 ^� ' ( II II' . II . 9ii 111 J �. ■ i Ail a ■ ■ �I I■ a. C C ■ ■ N 1. ��. 9a: . ■ ■;i.it I9: II 'sl •1 II z u s'I �t 9�1 II • ■ E1 ._,,‘ ' 91 111 5 f • p _ ,C a _� et. l II 19 cc f! w' �I ii 9�i 0II q 9�i 9i 9ii O ■ ■ ■. o I ME . I■• t ■ V W ■ �■■■xi9WII � � Eau= 9� � I� ----�q■`ri9H■�- - �■■N�1 ,- - - II � H i t i —; I 1 it 11 g ■ ••• •Ilaa. IZ■�91 O 9Y I 91W I. I Q I IL ji II J H 1 21 - N I:1 I' ,P4RS,,,, i � ----------- � � s 109im■ ■3 .�N■�� ---- . �* -.O- ��Bli7■i3■10110111111111101•111 o�._ — o __i, $ I N I Z 1 I 0 W oIf O W W W S 11 LULL. LLL0 i ! N .. 1111. iSigglw ! 1 a 1/gigg , ila •a 111 i illi ,.„; ...,..._....c--------- -- _-------41,,,J "----T--....-------------. ...„.1 :.,,,it 5 0 1 1 z al. 1 t Ed : 2 ii Jia a u_ O§ CC_ G i I. N 1 1 U 1, Qeg- WWca'Zg O Q1 0S of a 1 ul ci.1 g-f B g illii • u 1,w 12 g g V• \ c ----1' .A.I 2 1 , ,.. iiR.S / T-1 I eT3 / / m //L•7/,,,/''---f-- il \ A / 4—,_—____IE • a.' • g - • t 5,,Q-7--‘ /I , a_ t t • ,_ , cn gIE a Q.- \ 0 // Ei J F.: .. , .?A!!Ni •• ,, ul t Ji f• . o 11 o 12 0 ei ei co (%iC (73 ii ii'44 0 Z W, n 11 1M 2. o1 lg (.9j:3 li 1111' iiEig 11 i 1 H i 111 ,, ilxli gglin ,• pi 5 2 1 11 i i I i I I P 1 z F 1 I 0 11 4‹tic' g 5 L.Ligg il i§1 _k -<5 -.< ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITN) Detail by Entity Name Page 1 of 2 Florida Department of State DNisioN OF CORPORATIONS IV:174:11 r z ye- 5,AkWirepOrg Y 2 C Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by Entity Name Florida Profit Corporation WEST CONSTRUCTION, INC. Filing Information Document Number 555487 FEI/EIN Number 59-1809068 Date Filed 12/16/1977 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 12/30/1983 Principal Address 820 NORTH 4TH STREET LANTANA, FL 33462-1710 Changed: 05/01/2017 Mailing Address 820 NORTH 4TH STREET LANTANA, FL 33462-1710 Changed: 05/01/2017 Registered Agent Name&Address MORGAN,MARTHA A 820 NORTH 4TH STREET LANTANA, FL 33462-1710 Name Changed: 04/23/1993 Address Changed:05/01/2017 Officer/Director Detail Name&Address Title VP WEST, DONNIE E 820 NORTH 4TH STREET LANTANA, FL 33462 Title PTD htt ://se arch.sunbiz.or /Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 11/2/2017 Detail by Entity Name Page 2 of 2 MORGAN, MARTHA A 820 NORTH 4TH STREET LANTANA, FL 33462 Title SEC/VP WEST, MATTHEW F 820 NORTH 4TH STREET LANTANA, FL 33462 Annual Reports Report Year Filed Date 2016 01/26/2016 2016 02/22/2016 2017 01/06/2017 Document Images 05/01/2017--Req.Agent Change View image in PDF format 01/06/2017--ANNUAL REPORT View image in PDF format 02/22/2016--AMENDED ANNUAL REPORT View image in PDF format 01/26/2016--ANNUAL REPORT View image in PDF format 01/07/2015--ANNUAL REPORT View image in PDF format 01/24/2014--ANNUAL REPORT View image in PDF format 01/03/2013--ANNUAL REPORT View image in PDF format 01/05/2012--ANNUAL REPORT View image in PDF format 01/07/2011--ANNUAL REPORT View image in PDF format 01/04/2010--ANNUAL REPORT View image in PDF format 01/05/2009--ANNUAL REPORT View image in PDF format 01/05/2008--ANNUAL REPORT View image in PDF format 01/29/2007--ANNUAL REPORT View image in PDF format 01/18/2006--ANNUAL REPORT View image in PDF format 01/04/2005--ANNUAL REPORT View image in PDF format 01/07/2004--ANNUAL REPORT View image in PDF format 01/08/2003--ANNUAL REPORT View image in PDF format 01/24/2002--ANNUAL REPORT View image in PDF format 01/10/2001--ANNUAL REPORT View image in PDF format 02/24/2000--ANNUAL REPORT View image in PDF format 03/12/1999--ANNUAL REPORT View image in PDF format 02/16/1998--ANNUAL REPORT View image in PDF format 03/11/1997--ANNUAL REPORT View image in PDF format 04/05/1996--ANNUAL REPORT View image in PDF format 04/19/1995--ANNUAL REPORT View image in PDF format Florida Department of State,Division of Corporations ry htt ://search.sunbiz.or /In ui /CorporationSearch/SearchResultDetail?inquirytype=Entity... 11/2/2017 p g q • Altos Del Mar Restroom Facility ITB No. 2017-146-ZD Submitted By: West Construction, Inc. 820 North 4th Street Lantana, FL 33462 Martha A. Morgan, President Phone: 561-588-2027 mamorgan@westconstructioninc.net Prepared For: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 August 22, 2017 3:00 PM TABLE OF CONTENTS Tab A Identification Page and Table of Contents TabB Qualifications and Requirements Tab C Financial Statements TabD Experience and Key Personnel Tab E Bid Price 1 111 ALTOS DEL MAR RESTROOM FACILITY 1ITB NO.2017-146-ZD CITY OF MIAMI BEACH TAB A I IDENTIFICATION PAGE IDENTIFICATION PAGE Name of Bidder: West Construction, Inc. Address of Bidder: 820 North 4th Street Lantana, FL 33462 Contact Person: Martha A. Morgan, President Email Address for Contact mamorgan@westconstructioninc.net Person: Phone Number and Fax (561) 588-2027 Phone Number: (561) 582-9419 Fax Federal Tax Identification 59-1809068 Number: Company Organization: West is a State of Florida Corporation Signature: 711,411,714--- '" Martha A. Morgan, ?Xi/1r) Date: 08/22/2017 Ilia ALTOS DEL MAR RESTROOM FACILITY 1 ITB NO.2017-146-ZD CITY OF MIAMI BEACH I AB A 1 IDENTIFICA1 ION PAGE CERTIFICATE OF CORPORATE STATUS FloridaState of Department of a e I certify from the records of this office that WEST CONSTRUCTION,INC.is a corporation organized under the laws of the State of Florida,filed on December 16, 1977. The document number of this corporation is 555487. I further certify that said corporation has paid all fees due this office through December 31,2016,that its most recent annual report/uniform business report was filed on January 26,2016,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. i Given under my hand and the Great Seal tithe State of Florida at Tallahassee,the Capital,this the T wen -strth day oflanuary, 2016 4N''4'• 'i''IP/.0,, .4' -43 .4.-- -- -, ii:/Tili . iir,,I.,1 ' tifir,,.%'\ frti* :. • ,N,K.,,,--; ie," 046A6,_ t Tr �� sem"°•a,G x. .---� ►', f "ice _:Zi ,, , . � Secretary of State , .410 ,- ' TrackbagNumber:CC2100228304 To authenticate this certlflcate,visit the following site,enter this number,and then follow the Instructions displayed. haps://services.s mbhc.org/Fllings/CertiticateOfstatus/Certgicatekuthentkation 1111 ALTOS DEL MAR RESTROOM FACILITY I ITB NO.2017-146-ZD CITY OF MIAMI BEACH BID GUARANTY TAB B QUALIFICATIONS & EXPERIENCE Please see attached bid bond. i►A ■ ALTOS DEL MAR RESTROOM FACILITY / ITB NO.2017-146-ZD CITY OF MIAMI BEACH s -.......... .........« , ..,............ .,......... ....„......... __ __ ___ ___ ___ __ ______ ....____ — _ AlA Doc2010 Bid Bond f � CONTRACTOR:ORS URE{_: West Construction,Inc. Philadelphia Indemnity Insurance Company 80 N.4th Street One Bain Plaza,Suite 100 Bala Cynwyd,PA 19004 r 1403 Lantana,FL 33462 OWNER: City of Miami Beach 1755 Meridian Avenue Miami Beach, FL 33139 BOND AMOUNT: Five Percent of Amount Bid(5%of Amount Bid) PROJECT: Altos Del Mar Restroom Facility, ITB No.201 i-146-ZD. The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,sucoesucrs and assigns,jointly and severalty,as provided herein. The conditions of this Band are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specificed in the is with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for bidding or Contract Documents, it y j ) the faithful performance of such Contract and for the prompt payment of tabor end material furnished In the prosecution thereof.or (2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specifified in said bid and such larger amount for which the fanner may to good faith contract with another party to perform the work covered by said bid,then this obligation shaft be null and void,otherise to remain In full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shalt not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be$ubconiractor and the term Owner shall be deemed to be Contractor, When this Bond has been furnished to comply with a etatutoly or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requi 300 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint David T.Satine.Warren M.Alter and Jonathan A.Bursevich of Alter Surety Grout),Inc.,its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed S25.000.000. • This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14th of November,2016. RESOLVED: That the Board of Directors hereby authorizes the the President or any Vice President of the Company:(1)Appoint Attomey(s)in Fact and authorize the Attorney(s)in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 14TH DAY OF NOVEMBER,2016. e♦♦,, ei f T y ♦ t w r+ • f l , ! 1927 541 �aSa;Yi:!♦•i+�' a ;�}4 � (Seal) `''R+►i�liPti��i*' Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this 14*day of November,2016,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. CONNONSULTW of Pt$NmarANIN NoWuI Sial Nora MOWN.Near/POOL Lew Nt11M TNa,Merited►COW* Ny conwnssion bowls len.N.n ts 0 1 -.3 0...4 Pate`rookie l•'.'"`w'"Mw"emota Notary Public: residing at: Bala Cynwyd.PA (Notary Seal) My commission expires: January 8,2018 I,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 14"'day of November,2016 are true and correct and are still in full force and effect.I do further certify that Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 15 thy of August ,20 17. ,S't� 'iffiµ• �I :1 9 2 7 ':C4 Edward Sayago,Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY LICENSES TAB B I QL ALIFIC:YTIONS c EXPERIENCE RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION itio,i., CONSTRUCTION INDUSTRY LICENSING BOARD ."" - , 2, ,,,,,,,11;10;,.4 i„).-,4-,--,.., LICENSE NU"Y'BER "" F CBC057038 ..:„:4,,,: qq The BUILDING CONTRACTOR . f Named below IS CERTIFIED ��,, lv Under the provisions of Chapter 489 FS. Expiration date: AUG 31,2018 r R w# • tk- .k ❑ ❑ P. 1 MORGAN,MARTHA ANN A " ':, , e k , a WEST CONSTRUCTION INC`" _ti 1 318 SOUTH DIXIE HWY" = SUITE 4-5 ' N4 �+ '° ••� 1.�, . LAKE WORTH FL 33460 `�,4 - '•'• �''a,,• . 4 ISSUED: 07/21/2016 DISPLAY AS REQUIRED BY LAW SEQ 5 L1607210001064 RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 70"' �g, LICENSE NUMBER „.*”;,1 1'a0„ CGC1516626 .:. ; tt,.* ?•+ The GENERAL CONTRACTOR /y v I F i + •1'~{•N Ii p,�, r 1 y) Named below IS CERTIFIED �� Under the provisions of Chapter 489 FS. ';``'1 :° Expiration date: AUG 31,2018 , vw a WEST,MATTHEW FIELDEN a r'' WEST CONSTRUCTION IN ,,, • -I•. 318SDIXIE HWY STE 4-5 '---,, 4„ )n . ,-, ,Ntz 4 M„ -•'...:". LAKE WORTH FL �..,, 3460 ypd k a k '➢fi ,�9 t \y ...,'a '14` k a. ,. '' ''4;10'1$. ' p 1 r.1 t ,t ce ' "'4 '' A�ISSUED: oena2o16 DISPLAY AS R 0 UIRED OY°LINSEQ# 11608180002386 aM• , x •k II A ii ALTOS DEL MAR RESTROOM FACILITY / ITB NO.2017-146-ZD CITY OF MIAMI BEACH i TAB B QUALII.:ICATIC)NS & EXPERIENCE LICENSES Silt OMI E►ddiWErilt/Naas i. 1C)1[)LI'Ar IL\I of 51.1SI 1,•. ,.y ;i °'il� � U CORPORATIONS Cleoerjrient of SIVA l Dftision of Corporations I Starch Records I Detail By Document Number/ . Detail by Entity Name Florida Profit Corporation WEST CONSTRUCTION,INC. Filing Informatiorq Document Number 555487 FEIRIN Number 59-1809068 Date Flied 12/16/1977 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 12/30/1983 Principal Address, 820 NORTH 4TH STREET LANTANA,FL 33462-1710 Changed:05/01/2017 Mallina Address 820 NORTH 4TH STREET LANTANA,FL 33462-1710 Changed:05/01/2017 Registered Agent Name&Address MORGAN,MARTHA A 820 NORTH 4TH STREET LANTANA,FL 33462-1710 Name Changed:04/23/1993 Address Changed:05/01/2017 Officer/Director Detail. Name&Address Title VP • WEST,DONNIE E 820 NORTH 4TH STREET LANTANA,FL 33462 Title PTD MORGAN,MARTHA A 820 NORTH 4TH STREET LANTANA,FL 33462 Title SEC/VP RA IN ALTOS DEL MAR RESTROOM FACILITY / ITB NO.2017-146-ZD CITY OF MIAMI BEACH TAB B QUALIFICATIONS LAPERIENC.'L LICENSES 51162017 o eeaWEdity N.e• WEST,MATTHEW F 820 NORTH 4TH STREET LANTANA,FL 33462 Annual Reports Report Year Filed Date 2016 01/26/2016 2016 02/22/2016 2017 01/06/2017 Document Images 95/01/2017-Rea Aaent Chance View image in PEO fame I 01/06/2017-ANNUAL REPORT View image in POP fennel j 02122/2016-AMENDED ANNUAL REPORT View image in PIF format 9112612016-ANNUAL REPORT View image in PDF fennel 91/07/2015-ANNUAL REPORT View image in PDF format 0112412014-ANNUAL REPORT View image in PDF format 01/03/2013-ANNUAL REPORT View image in PDF format 91/05/2012-ANNUAL REPORT View image in PDF!amort j 01107/2011--ANNUAL REPORT View image in PDF format 91/04/2010-ANNUAL REPORT View image in PDF format 91/05/2009-ANNUAL REPORT View image in PDF format 91/05/2048-ANNUAL REPORT View image in PDF format 01/2912007-ANNUAL REPORT View image in PDF format 01/18/2036-ANNUAL REPORT View image in PDF format 0110412005-ANNUAL REPORT View Image in PDF format 91/07/2004 ANNUAL REPORT View image in PDF format 01/05/2003-ANNUAL REPORT View image in PDF format 01/2412002-ANNUAL REPORT few image in PDF fennel 01/10/2001-ANNUAL REPORT View image in PDF format 92/24/2000-ANNUAL REPORT View image in POE format 93/12/1999-ANNUAL REPORT View image in POE format 0211611998-ANNUAL REPORT View image in PDF format 93/11/1997--ANNUAL REPORT View image in PDF format 04105/1996-ANNUAL REPORT View image in PDF format 04/19/1995-ANNUAL REPORT View image in PDF format II ALTOS DEL MAR RESTROOM FACILITY / ITB NO.2017-146-ZD CITY OF MIAMI BEACH 1 TA13 13 1 Q[1ALIFICA'I'IONS & EXPERIENCE LICENSES <, , . , ANNE M. CANNON P.O.Box 3353.West Palm Bead1.FL 33402-3353 "LOCATED Ar' ,,s.., ,".1 CONSTITUTIONAL TAX COLLECTOR www:abCiELLOOM Tel:(561)355-2264 318 S DIXIE HWY#4-5 gip'/" Serving Pabst Brach Ca tltI LAKE WORTH,FL 33460-0000 Serving t,ou. TYPE OF BUSINESS t1ANI ER I CERTIFICATION• RECEIPT*DATE PGO S3ST PMO ORL s 23-0153 BUILDING CONTRACTOR MORGAN MARTHA ANN COMM* u10720570-091231151 327.50 040123472 This document is valid only when receipted by the Tax Coltec toy's 0Mce STATE OF FLORIDA PALM BEACH COUNTY •568 2016/2017 LOCAL BUSINESS TAX RECEIPT WEST CONSTRUCTION INC LBTR Number:201002726 WEST CONSTRUCTION INC EXPIRES:SEPTEMBER 30,2017 318 S DIXIE HWY#4-5 LAKE WORTH,FL 33460-4452 This receipt gets the pdvilege of engaging in or e e I l e e e I l e e l e,I e l 1,e l 1,e,e 1 e 11 a 1111111 l e e e l e i managing any business profession or occupation within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. �� A.r i N ti . C A.N r O N P.O.Box 3353.West Painn Beach,FL 33402-3353 "'LOCATED AT** 1, flit; CONISTITIJCIOt1A1,TAX COLLECTOR Www.pbCtsx.ce I Tel:(561)355-2264 '�-,....rs." 7..v. Palm Brach County 318 S DIXIE HWY#4-5 LAKE WORTH,FL 33460-0000 Serving you. TYPE OF BUSINESS (MatER CERTIFICATION! RECEIPT*OATS PAD AMT PAID 08L 0 23.0103 CW BUNAING CONTRACTOR MORGAN MARTIN.ANN COCOS/03S U 1e.726070-0W?3►te 0204.00 540133473 This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY B2-568 2016/2017 LOCAL BUSINESS TAX RECEIPT WEST CONSTRUCTION INC LBTR Number:201002725 WEST CONSTRUCTION INC EXPIRES:SEPTEMBER 30,2017 318 S DIXIE HWY#4-5 LAKE WORTH,FL 33460-4452 This receipt grants the privilege of engaging In or e e I I e,:11,e1 ee 1111.1Il ee:111e1,11,1e 111.e,I eI managing any business profession or occupation within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. `` A N N is M. G A N N E311 1..0.Box 3353,West Palm Beach,Fl 33402-3353 "'LOCATED AT** k 4'I�i1,� COUETI rU ntGOAL TAX COLLECTOR www.pbctsx.com Tet:(561)355-2264 318 S DIXIE HWY#4-5 iiSen urs Paw Brach County318 WORTH,FL 33460-0000 Serving you. . TYPE OF BUSINESS OWNER CERTIFICATION 0 I IECE$PT MATE PAIDAMT PAID OKl 0 23.0051 GENERAL CONTRACTOR VEST MATTHEW F C0C1510626 010.730171-06x21110 f 527.00 540/23476 • This document Is valid only when receipted by the Tax Colecto.s Office. STATE OF FLORIDA PALM BEACH COUNTY 03-587 201612017 LOCAL BUSINESS TAX RECEIPT WEST CONSTRUCTION INC LBTR Number:200911376 WEST CONSTRUCTION INC EXPIRES:SEPTEMBER 30,2017 318 S DIXIE HWY#4-5 LAKE WORTH,f=1..33460-4452 This receipt grants the privilege of engaging in or e eI I ee ell,a 1,:I elle II I,,,eI a 1141ee1.lel,ee lel managing any business profession or occupation within Its jurisdiction and MUST be conspicuously displayed st the place of business and In such a Deaner as to be open to the view of the public. ;,.,., '3 A N N 11 M. (A N N o N P.O.Box 3353.West Palm Beach,FL 33402-3353 "LOCATED AT" r a°► � corIci tuTloNAt.YAx co I~sront Tel:(561)355-2264 318 S DIXIE HWY#4.5 N,'. `4, Serving PON,Bench County ftp1LAKE WORTH,FL 33460-0000 Servingyou. TYPE OF WJSINE33 owNER CERTIFICATION 0 RECENT NOAIE PAID AMT PAM lO L 0 238102 CW GENERAL CONTRACTOR WEST MATTHEW F C0c1516628 0$.720670.01023110 1:101,00 _ 840123475 This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY 2016/2017 LOCAL BUSINESS TAX RECEIPT 81-568 WEST CONSTRUCTION INC LBTR Number:200911377 WEST CONSTRUCTION INC EXPIRES:SEPTEMBER 30,2017 318 S DIXIE HWY#4-5 LAKE WORTH,FL 33460-4452 This receipt grants the privilege of engaging In or ""` managing any business profession or occupation ne I1 nIIIIII$I lI I$$l l un II ID I lI uiel nI 11l1I Within its jurisdiction and MUST be conspicuously displayed at the place of business and In such a manner as to be open to the view of the public. ALTOS DEL MAR RESTROOM FACILITY / ITB NO.2017-146-ZD CITY OF MIAMI BEACH LICENSES TAB B I QUALIFICATIONS & EXI'[RIENCE ACC,REP CERTIFICATE OF LIABILITY INSURANCE DATE IMMADO Y) 12/30/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND.EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: ifthe certificate holder la an ADDITIONAL INSURED,the pelky(les)must have ADOrONAL INSURED provisions or be endorsed. if SUBROGATION IS WAIVED.subject to*stenos and conditions ofthe policy,certaIn policies may require an endorsement A statement on this cettNlcate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER ce ME cT Anthony Entenza JDA Insurance Group.LLC Mk_E,di: (561)296-0373 1 ram* (561)8284997 120 N.Federal Hmy.,#301 AREmt dards lcet thejdagronp.com Lake Worth.FL 33460 pMW*ER($)AFFORDING COVERAGE NALCO Phone (561)296-0373 Fax (561)828-0997 NOVRER A: Zurich American Insurance Company INSURED INSURER B: American GUMMI*&LiabiBy Insurance Company West Construction Inc. INSURER C: American Guarantee&Llebli ti Insurance Company, 820 North 4th Street ,omen D: American Guarantee&Liability Insurance Company NsURER E: Lantana R. 33462 USURER P: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWTHSTANDING 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.UMITS SHOWN MAY HAVE BEEN REDUCED BE�Y��PAID CLAIMS. IsR TYPE OP INSURANCE INDsa IAA R POLICY NUMBER (I►IIMlRr/1fYYY1 AC" UNITS 7R ® COMMERCIAL GENERAL LUIEUTY EACH OCCURRENCE $ 1,000,000.00 0 CLAIMS-MADE OCCUR DAMAGE TO RENTED PREmsES(Ea occurnrFsel = 500,000.00 A ❑ 1/01f2018 two Exp(Any on. '°" = 10,000.00 N N GL00398473 01/01/2017 0 ❑ PERSONAL&ADV INJURY $ 1,000,000.00 OENtAGOREGATE UMIT APPLES PER: GENERAL AGGREGATE $ 2,000,000.00 0 POLICY Q cla ❑LOC PRODUCTS.COMP/OPAGG $ 2.000.000.00 Doman $ ANTONOSILE UASILPY CoI�I SINGE UMff EEa:odentl s 1,000,000.00 ANY AUTO BODILY INJURY(Per pawn) $ DULED B 0 Xos ONLY ❑TOS N N BAP0398474 01/01/2017 01/01/2018 SLY INJURY(Per 604d60) $ ❑AUONLY AUTS O HNtEDTOS 1::1ONLY PROPERTY E _ ❑ 0 PIP $ 10,000.00 UM5RELLA LIAR ®OCCURr EACH OCCURRENCE , S 12.000.000.00 C 0 ExCESSLIAO 0 CLIIMS.MADE N N AU C0398476 01/01/2017 01/01/2018 AGGREGATE $ 12.000,000.00 ❑ DED ❑ RETENTION$ $ WORKERS COMPENSATION ❑:RIME ®Epp R AND EMPLOYERS'UABIUTY Y/N ANY PROPRIETORPARTNERAUECUTIAn E.L EACH ACCIDENT $ 1.000,000.00 D OFFICER/MEMBER EXCLUDED? N/A N WC0398475 01/01/2017 01/01/2018 (MandMon In NH) E.L DISEAse.EA EMPLOYE S 1.000.000.00 U yesk desadoe under EL DISEASE.POUC Y LIMIT DESCRIPTION OF OPERATIONS below s 1.000.000.00 DESCRIPTION OP OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Rotondo Schedule,If merespaceia twine" Evidence of Insurance Only-DO NOT ALTER OR DUPLICATE CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Evidence of Insurance Only THE EXPIRATION DATE THEREOF.NOTICE WILL BE DELIVERED IN DO NOT ALTER OR DUPLICATE ACCORDANCE WITH TIE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Atti E tt-t-vA01988-2015 ACORD CORPORATION. AN rights reserved. ACORD 25(2016103)OF The ACORD name and logo are registered marks of ACORD • lik 1111 ALTOS DEL MAR RESTROOM FACILITY / ITB NO.2017-146-ZD CITY OF MIAMI BEACH i PREVIOUS EXPERIENCE. TAB B I QUALIFICATIONS & EXPERIENCE Waterway Park Jupiter, Florida Project Info Project Description Owner I Palm Beach County C.I.D. This project is a 30 acre park that includes 3 boat ramps, parking area, Contract Amount I $5.2 Million restroom building, a fishing pier with overlook,sheet piles with pile caps. Completion Date I March,2017 It also included constructing an FDOT turning lane and mitigation. Wet- Contact I Dave Dolan land mitigation, habitat restoration, earthwork, berm cuts, brush man- Project Manager agement, seeding,and mulching. 561.233.0280 . Site Features f � r�# _ 3 Docks g ,,,,,-i —, , "„ ,. 1 �T /n,r'*"',yr // i ti •A Boat Ramps ,t..-.,----. « - . � � ,. w4 r r Associated Parking -✓y , , ,-...,1'.---., ;,-• Restroom Building r .t . � M Overlook ,«. ;:7. ,, • ,1.`7,,,,;,* . $ . *I t J N/ • / x %Services Provided '----_� " , , �� ..T.' rte.- "...;,,f,';';4,/,-,114,'':: '/%// 4, � f General Construction v� �� , w ___--------•--- \\ , .wj'M6-aM.,�,yt x,ti .....r.,,.r,.°r@.....'."• ..', :., 4,{I?'"''nicto..., ..,.:.., w,/ . •! .:�,,,.s••Y., .. :, J , .f.�^" w ',��.,'y"F^'21>9'n1A� a ...,,...--`t ''+ri 4'� "3. .q ` ,, a ;i" .'��r �',.i,a« i"' i r ( /g 9,. L',,�, LY'".''''�' 'r V t « f w n, " -,„4:19e, ..,1,,,,- _. _. '«" w' 7 „ .. 4 t ,0100 F14. •,., ,,,,,:i., sY � *,...44:0*.':,A."tiTi,,,,,,,,7 ... , e 'Or "*.;#1 ' \ ..: , - \ ' ,,,,,, / -- r v+ a 4- , 'S 1 �vc.�y/b�f r 'r tet, \ '..\ t\ 11t'/' ,, '��R'�� . + I., ' { . Ar,. •♦. f f• \,,,0 / ^R� 1 i..,..*. III]ii ALTOS DEL MAR RESTROOM FACILITY I ITB NO.2017-146-ZD CITY OF MIAMI BEACH PREVIOUS EXPERIENCE TAB B J QUALIFICATIONS & EXPERIENCE Congress Avenue Barrier Free Park Boynton Beach, Florida Project Info Project Description Owner I City of Boynton Beach The work consisted of construction of three (3) 180 square foot, single Contract Amount I $1.4 Million story restroom buildings constructed of concrete block under a single Completion Date December,2011 pre-engineered metal structure, and one (1) 660 square foot pre- fabricated metal picnic shelter and other site improvements, including Contact I Kevin Ramsey play equipment, site furnishings,trails, landscaping and irrigation. Senior Project Manager 561.742.6986 , r u ,./:::.k:'i• ' Pt' Site Features �� 4,„,,,,,,,;di' !' . . t Restroom Buildings ,,, er, 7'' 44,, 0 .` ;, 4444 Water Features ' ; .., z r a ', Landscaping . ,rw rF,, w.: y �1 r r'p, y 't. Pre-fab Metal Picnic Shelter Play Equipment .. - Trails I Landscaping& Irrigation , , , I , ,,i vs ' tr ' , .., , ,. i sII i ' 4E4'6 g' .ik my= 4 { y h it,,,,,,,,,...,,, i,. a w' ae p..n a ,,„,, ,. i a ,:„.:+'. w 4.01#1,11r: v AMY” 'd'.. 4/N H. u4 NCf' iF� r .:. N Services Provided AA General Construction x, ,, ,r,.,,,, ,:s, . ,,k,., ,,., 1 .(i', Ar..,rwrC..... - r �. A * 1 . ilki �' ►.:f i'. ... ' ' ., -, 4 , .4 - , 1* 1 , , . ,_ , , . - '' ' ' if,..:1161; - , 1 ' i''''''''k'' ,1' 1 fl ‘. \ .—' ''.; , ',r,4 I il ';',i , I , , *' 1 i" • . - s ' - ' P.* .47/ . ,1 ,:ip., id , i ' '' ' / ; ' 'i .' ''' , I 1 ,,,,, 4.,.. , . , 44-, ; di , ‘,1"',,„,, I-. ,,:,,„,t,,,,,,,li,,..,,,:,... ,t,.... , .I 1 . '''''''' ' i.77: -—,..,p, ii.ltr,....,,o ,,,,, 10 y. "1" bs'w 4 ' .... 4;, r +w y w k M y +. • 1 ALTOS DEL MAR RESTROOM FACILITY / ITB NO.2017-146-ZD CITY OF MIAMI BEACH PREVIOUS EXPERIENCE TAB B 1 QUALIFICATIONS & EXPERIENCE Fort Mellon Park Sanford, Florida Project Info Scope of Work Owner I City of Sanford Project included interactive splash pad, a playground including a ship Contract Amount I $4.4 Million and a fort, two basketball courts, park rangers office, pump building, Completion Date I April,2009 restrooms, nine picnic pavilions and a trail with exercise stations. Contact I Robert Beall Decorative stone work was used as well as assorted site amenities Project Manager such as overhead shade trellises. 407.688.5080,ext. 5423 ,./44';,,/ --..,,,,, - Site Features ' x, y $1,000,000.00 Interactive Water Feature ,~' ►'` �� Playground ;, Pavilions - v Site Utilities :,--'• r-r 1;. Vita Trail .,,-----'4:'01011( `_r�: .- .", , ♦ ' ..sem`' 1 Restroom Building ✓- a jv �! n " 7 , , M�, . �i �, _ .../00.0". Services Provided .. .. : -...--,•-• Site Work Y `',;;r-• �..,,�'' Concrete nf 41%,.; , M .:, • Carpentry ` - _:,;44- .- ,•:. � x.. Construction Management ° yz �f '�" �'' a.:.r II cw' .> /N.) � ,� f�- .sx. ".salt. �'a`�,r i�. SA. /pyo �,' sra'r^' r'?'"--V%., .4 ......� ; '-",„.„.....„41111 ••,,...................„7_,...,_..... --4.-.._;*,,,,...... '''' iii/4, -.„ , . a wJw 1y]= 44,441? %a//ray',� w � 1�..-eC�, � �..k.:.. .1'...... •---:=b11*---. c _f :_.zr s�t�.L %J � 1� qui�,. r. . '''"gZ. ~tip� -,--•_". ��-'r ! ..aIIY:B a�,, ...,.....,......-...."" „ ,,,, ..,,,..,N , ..„ ,.. {{{ -11.- N, . • > .. _. .......,......._ , , _..,, --,. ,,,. ..,,,, ..„ ,,,,,,,_. - ., :,,„... --;-,---,.-1,4 ,- .4‘,, , : Id, '.- - - '!PI . ' '. ' i 4 ''',I a av,,,,,,""" "1.sa...Y Vii.' _ N "�+►`s�s, ,�,y,,,,,... --.4%‘-- ter....-. .1 _+• __ •• /1,,,,,,,t: r.,,,!/ ---r ""' n/ s _ r N X r/r 4,/," f; .. f' ,/ '�J „""__"'e..•�•�. '� Try ' ,! r r e 1111111 ALTOS DEL MAR RESTROOM FACILITY 1 ITB NO.2017-146-ZD CITY OF MIAMI BEACH PREVIO S EXPERIENCE TAB B I QUALIFICATIONS& EXPERIENCE tJ E Wilson Park Boynton Beach, Florida Project Info Project Description Owner I City of Boynton Beach The 13,816 square foot Community Center is a state of the art, mixed Contract Amount I $6.4 Million use facility with emphasis on community activity and support. It includes Completion Date I April,2008 recreation rooms, a full kitchen, conference rooms and classrooms for Contact I Wally Majors community use. The two-story building offers an elevator and many Director(Recreation&Parks) decorative features including imported tile, a metal roof with a cupola, 561.742.6224 second floor balcony and outriggers. In addition to the community build- ing, this project also contains a community pool, playgrounds, basket- ball courts and open fields for residents sports activities. Site Features Community Building Catering Kitchen �:- 4--. �, ,- , ,, Multi-Purpose Room i _i, �9,e„n , �.v� tiµ _ Community Pool/Pool House k . i ... ,it,I ' Playgrounds -, et , ®, i :::,,.- : Basketball Courts -' Ail "''' I 1 t I ,. ''' i I ,,,,, • ,Services Provided f� . y ;, .* -- k, ; _ , Concrete ` " ` � T,►, s .,,r � ' . V :. ` " .1!**4 N • �"� • Carpentry - - ��.r� •.., - c, -, 4 ._ •-,� Site Work ---•,‘‘2,_ _\_'- ' . __ Construction Management •, ,, ", 2,� c'`~---' r",--- , - ' - c.-/,',/, 1 1 , '-----._. ).,\\\2• /c ` ,.` j " a _ia ;,.. 4 t aii.r W ..*"'>. > ,,, 0:7 44,, ,, Syr/:. r , 4,, w' H/ H you//,t,/ „,/y, /,,/ ,„ , , , ,,..... , ,,,,, „ 4,4. ,, , .,--- 1,,, ,,,,, , , 4.4, ,,-,1,1, ,,. :, ^Y YA+5.... 4 Ha yNgj.,.,„,. a"f`,',9,,,,,,,,,,....1 _ 1`"'r _ ,,. w, t t "@ / �// ,� ' �. 'rte : 1 ti• ,,,,,ift, I ; 'ALA /,. :/ 1. 1,yy Uy p r, , rAn. ;),,,..__ /i/�Ip v/Hrryyl ' ' 7 'oit' L *,\;;= ' ; 4', ',..1 4. :-.7a.t:- ''4.," *0111_ '- I i ' :: • ..-..,:.e.N^..'''i ug �..:. "�+;." �.� ::rµ* •_ •....,.!„,,�,' r , , i m i • .r ...... . r, .» y iC :- , , N .—n—IM,,,, G/ l ---:.„, Mry_ .. ,,,z-,,,,,,,,.....,.. ,.._ �+.,'"_ ”`'‘..—,7,,,,Z-41... �' a l". R, wvA V, Y..7:4,1,..V#:r ",1 rxrN� .rk/nrrnu.WMaIaeaar,.0, ,,, �_._. "". „) .ptiu`,.. maw.~ ., � ♦�wY } ASs� 1a�•- ,�.�. °?yiFw,T.r,'''A Ye« 1,,tW,k �,1rt-.E w ?ww+e ws.pP. d,c 4J .4 :7 It ALTOS DEL MAR RESTROOM FACILITY I ITB NO.2017-146-ZD CITY OF MIAMI BEACH TAR B QUALIFICATIONS EXPERIENCE PREVIOUSEXPERIENCE REFERENCES 1. Waterway Park Jupiter, FL Palm Beach County 2633 Vista Parkway West Palm Beach, FL 33411 Dave Dolan, Project Manager PH: 561-233-0280 Email: DDolan@pbcgov.org Scope of Work: Construction of a 30 acre County park including 3 boat ramps and launching basin, fish- ing pier/overlook, restroom, boat and car parking areas. Contract Amount: $5.2 Million Project Completion: 03/2017 2. Congress Avenue Barrier Free Park Boynton Beach, FL City of Boynton Beach 100 E. Boynton Beach Blvd. Boynton Beach, FL 33425 Kevin Ramsey, Senior Project Manager PH: 561-742-6986 Email: ramseyk(a�bbfl.us Scope of Work: Construction of (3) 180 SF single story concrete block restroom buildings under a single pre-engineered metal structure, (1) 660 SF pre-fabricated metal picnic shelter, play equipment, site furnishings, trails, landscaping, irrigation and other site improvements. Contract Amount: $1.4 Million Project Completion: 12/2011 3. Fort Mellon Park Sanford, FL City of Sanford Parks & Grounds Operations 300 N. Park Ave. Sanford, FL 32771 U ALTOS DEL MAR RESTROOM FACILITY / ITB NO.2017-146-ZD CITY OF MIAMI BEACH TAB B i QUALIFICATIONS EXPERIENCE PREVIOUS EXPERIENCE REFERENCES Robert Beall, Project Manager P H: 407-688-5080, Ext. 5423 Email: beallr@sanfordfI.gov Scope of Work: The Work included sitework, drainage, paving, utilities, restroom building, shelters, pump building, and interactive play fountain along with other appurtenant work necessary to complete the project for use. Contract Amount: $4.4 Million Project Completion: 05/2009 4. Wilson Park Boynton Beach, FL City of Boynton Beach 100 E. Boynton Beach Blvd. Boynton Beach, FL 33425 Wally Majors, Director(Recreation & Parks) P H: 561-742-6255 Email: MajorsW@bbfl.us Scope of Work: Construction of a Community Center of approximately 12,000 square feet, basketball courts, shelters, a playground and remodeling of the existing pool. Contract Amount: $6.4 Million Project Completion: 04/2008 Aw• ALTOS DEL MAR RESTROOM FACILITY i ITB NO.2017-146-ZD CITY OF MIAMI BEACH TAB C FINANCIAL STATEMENTS FINANCIALS STATEMENTS Financial Statements and Dun & Bradstreet's Supplier Qualifier Report (SQR) will be provided upon the City's request. 1 I . ALTOS DEL MAR RESTROOM FACILITY ITB NO.2017-146-ZD CITY OF MIAMI BEACH TAB D I EXPERIENCE& KEY PERSONNEL GENERAL AL. IN O MATION y - .. West is dedicated to offering excellence in construction, architecture and professional services. As a woman owned company, we have i y ,,. y � achieved success through intensive collaboration with private and ,, . " x�J►: public clients. .. -- Y' 3 4 Construction was founded in 1969 on the principal of delivering well-crafted, highly functional and cost effective projects. Through 46 years of successful project delivery, we have evolved into an interna- ,.• 4 vi!4 tional corporation. With subsidiaries in Liberia, Puerto Rico, and the "''�`" Caribbean, West possesses the abilityto design, construct and man- '''!' -' *- age projects throughout, Florida, the United States and the World. -.,—.Uttar, y: ; _:. ___ 2i , - - -:.....- _. - . "'w* - Employing Em to in experts in their respective fields, West currently has 130+ ---------- ---'7,'- employees working in the US and abroad. Construction specialist, :arm - --- , 1-- .. "'"fie" .. �. architects, estimators and support staff work in a collaborative envi- - ronment that promotes team work through individual excellence. The ,; N„„@,, ----� sharing of knowledge from multiple professional perspectives allows -, '' ' `_ West to offer a creative and efficient end product. Our staff has a x diverse range of experience in creating special places to Live, Work, , --?-: '....-.:..A c_. _ --' Shop and Play. '''.. . - ---* kC '`�t, ,, I,- ‘----L'i ! :-..- West Architecture + Design, LLC operates in direct collaboration with \--.: West Construction inc. specializing on Design/Build project delivery. Under the leadership of Principals, Peter Ganci and Matthew West, • `, �l� .,y, ‘1:.; ;Y.. Architecture strives to achieve quality work through the highest level of Service, Design and Value for each project. • ;s►• <`' . ._ . �� . � a►-. -ra The ability to offer our clients a single point of contact for design and ,.i. _, -- ..r_. construction sets us apart from traditional architecture and construc- ! = Iy k ;f tion companies. From initial Design to Final Construction, we possess ,..N' -” the ability to direct all aspects of a project, anticipating the needs and objectives of the owner. While West has grown substantially over the years, we have always ,, remained focused on providing technical expertise, a passion for per- ',.:., :::::44:::::�,,A• `„,. ,,, formance and outstanding attention to client satisfaction. We have M Ib�r, }} Lam.r , , , completed municipal projects throughout Florida on both the West , ; , .�� � . � p p p j g k ►A' ` f and East coast. Our ability to listen to our clients and adapt accord- in I is the reason West is one of the leadingconstruction firms in gY Florida. ,, `�✓t, West Construction, Inc. ,/-7,(iiir' '- Business Organization State of Florida-QB26507 1 J �,,,,,.' � "t7� ''_;,t • ��,.� Martha A. Morgan: State of Florida Certified Building Contractor ,,r + --:`.,o, de -CBC057038 mui . - . ,-.ti,, i . Matthew F. West: Florida Certified General Contractor- , ' --: :j CGC1516626 .. : r—', ..;;;;;".-' * ' . ' . West Architecture + Design, LLC. 1111 . State of Florida-AA26001503 Matthew F. West: Florida Registered Architect-AR93859 - ALTOS DEL MAR RESTROOM FACILITY 1 ITB NO.2017-146-ZD CITY OF MIAMI BEACH COMPANY PROFILE TAB D I EXPERIENCE& KEY PERSONNEL WEST CONSTRUCTION, INC. Planning Pre-Construction Construction Site and Building Studies Conceptual Estimating Contractor Coordination Conceptual Budgeting Scheduling Field Supervision Architect Selection Contractor Pre-Qualifications Comprehensive Reporting Cost Benefit Analysis Procurement/ Bidding Cost Control Cash Flow Forecasting Change Order Management Budget Analysis Contractor Payment Document Review Quality Control Assurance Value Engineering Safety and Inspection Life Cycle Cost Analysis Schedule Management Close-Out Documentation Start-Up Procedures b t a • ftw' 5 r 'kM y��q Y• �/i� a .,:..-- ark �_._._._ _•r 1 • b4 , • µ �, w. , ' Vi -::'-'— • . '. 11, �. ` ill rte» # * �^I ` w.ar; .- 11011411* � y y. 'fie � •' y � .�`` 100°fir -411141 ��� , pz r , �!""1+'_'., , ' ., � � ,; � •a.•_ �: 1 --' Alum' r .- - i i fr Vii _244 '' ; " ' ,.,...Ai .4 - -'40"1"7- ' IR - , ,. t-.:rJ. - , : " r Z2.—._ . wa ti 4. a 7 l• Project Delivery Options West Construction's full range of planning, pre-construction and construction services can be delivered in a variety of ways to meet the specific needs of our individual client's requirements. Construction Management At-Risk I Guaranteed Maximum Price or Lump Sum Contract West Construction acts as a consultant to the Owner and provides technical administrative oversight during the development of the design. The firm coordinates the efforts of the design team, as well as the field forces, and assumes the financial risk of the construction process. West guarantees performance because they control all trade contracts. As a Construction Management At-Risk, West Construction can provide either a Guaranteed Maximum Price or Lump Sum Contract. By using a multiple big package approach, West Construction can fast-track or flash-track the project and provide the Owner with the building at the earliest possible date for the lowest possible cost. Design Build West Construction delivers a group of qualified design, construction consultants and trade contractors under their management. West acts as the single point of contact for the Owner and has sole responsi- bility from concept to Owner occupancy. General Contraction West Construction provides traditional general contracting services during the construction phase of the project and is responsible for the subcontractors. I II! IINt ALTOS DEL MAR RESTROOM FACILITY -I,_ ITB NO.2017-146-ZD CITY OF MIAMI BEACH TAB D I EXPERIENCE & KEY PERSONNELC COMPANY PROFILE West Construction, Inc.'s involvement with permitting authorities during the early design and technical phases of the work ensures that the completed design contains all permit requirements. Along with our philosophy of construction management involvement in the early phases of the project, this approach will eliminate delays in redesign. West has a long and successful history of working with municipalities on a variety of projects. We have worked with Cities, Counties and School Boards throughout the state of Florida. The West team understands that projects shall conform to all current applicable codes, standards and governing authorities including, but not limited to,the following: • Miami-Dade Department of • SMACNA HVAC Duct Construction Environmental Resources Standards Management(DERM) • Florida Fire Prevention Code • Miami-Dade Traffic Engineering Dept. • Applicable NFPA Standards and • Miami-Dade Water and Sewer Dept. Codes • City of Miami Beach Public Works • NFPA 101 Life Safety Code Dept. • NFPA 13 Installation of Sprinkler • Florida Department of Transportation Systems • Florida Power and Light • NFPA 24 Installation of Private Fire Service Mains and their • South Florida Water Management Appurtenances District • NFPA 2001 Clean Agent Fire • Florida Building Code Extinguishing Services • Florida Plumbing Code • NFPA 72 National Fire Alarm Code • FBC Energy Efficiency Chapter 13 • National Electrical Code-NFPA 70- • Florida Mechanical Code 2005 • Americans with Disabilities Act • Illuminating Engineering Society Design Guidelines • Florida Energy Conservation Code • USBC LEED Requirements • Florida Department of Environmental Protection • Florida Department of Environmental Resource Management 111 A ■ ALTOS DEL MAR RESTROOM FACILITY I ITB NO.2017-146-ZD CITY OF MIAMI BEACH ORGANIZATIONA C TAB D I EXPERIENCE & KEY PERSONNEL L HART .w Y w w A r 111 President Vice-President Martha A. Morgan - - - -- Matthew F. West Estimator Don West Office Support Staff Project Manager .---.-.-.-•-. Accounting Chris Fazio Estimating Project Assistant Superintendent Steve Sasso Major Subcontractors Irrigation Landscape Plumbing Electrical • I 11 i ALTOS DEL MAR RESTROOMFACILITY ..___. � I ITB NO. CITY OF MIAMI BEACH TAB D I EXPERIENCE & KEY PERSONNEL STAFFING PLAN Staffing Plan Martha A. Morgan, President - Martha oversees all contract and financial matters for the company. Matthew F. West, Vice President - Matthew oversees all of the company daily opera- tions. Matthew will serve as the primary point of contact with the city for preconstruc- tion activities. ° Don West, Estimator - Don will review Construction Documents and Project Specifica- tion to insure complete coverage during the pricing phase. He will lead the analysis of subcontractor and vendor proposals and evaluating alternate materials and methods of construction in order to offer the best value to our clients. Chris Fazio, Project Manager - Chris will be handling the day to day project manage- ment of the project. The field superintendent will report directly to Chris. Chris will be the primary point of contact once the contract has been issued. Steve Sasso, Full-Time On-Site Superintendent - Steve will manage the day to day ac- tivities on site. All field staff and subcontractor's field personnel will be directly under Steve's control. Subcontracting Plan West will hire subcontractors to perform irrigation, landscaping, plumbing and electrical services. I ALTOS DEL MAR RESTROOM FACILITY 1 ITB NO.2017-146-ZD CITY OF MIAMI BEACH PLANTAB D I EXPERIENCE & KEY PERSONNEL STAFFING WEST CONSTRUCTION INC. Martha A. Morgan,CBC President Matthew West CGC,,A Vice President of Operations Donnie E.West,CGC Estimator Chris Fazio, CGC Operations Manager Steve Sasso Superintendent Martha A. Morgan Ms.Morgan is co-owner,president,treasurer and chief financial officer of the firm. CBC Qualifications include degree in Business Administration and a Florida State Certi- President fled Building Contractor's license. Her skills combine finance and core business operations to achieve successful business planning, financial planning and risk 15%of time dedicated to project management. She oversees accounting, record keeping, financial reporting and human resources. Matthew F. West As Vice-President of West Construction and Principal of West Architecture, Mr. AIA' CGC West brings over 20 years of experience to this Project. His diverse educational VicePresident and project experience allows for a full understanding of project delivery.Mr.West is responsible for the overall office management, client relations and administra- 15%of time dedicated to project tive activities. He is involved in overseeing all projects, utilizing his skills and abili- ties to ensure the highest level of safety and project supervision. Donnie E. West Mr. West is a cofounder of West Construction, Inc and brings over 40 years of CGC experience to the project. Mr.West has a strong understanding of structural sys- Estimator terns with emphasis on Reinforced Masonry,and CIP concrete construction. Mr. West will review Construction Documents and Project Specification to insure 5%of time dedicated to complete coverage during the pricing phase.He will lead the analysis of subcon- project tractor and vendor proposals and evaluating alternate materials and methods of construction in order to offer the best value to our clients. Chris Fazio Mr. Fazio will be responsible for the Project Management on a daily basis in the CGC office and as required in the field. He will supervise the submittal process, sched- Project Manager uling, sub-contractor coordination, attend all meetings, generate the RFI's and oversee the QA/QC of all trades to ensure the work conforms to contract docu- 80%of time dedicated to project ments and abides by all applicable codes and regulations. Steve Sasso Mr. Sasso is on-site to manage the day to day field work. This includes but is Superintendent subcontractor quality, adherence to the plans and specifications, coordinating all inspections, as well as preparing daily log reports,two and four week look ahead 100%of time dedicated to schedules. Mr. Sasso is intimately familiar with the nuances and intricacies of project renovation projects and has experience working with local clients. II ALTOS DEL MAR RESTROOM FACILITY / ITB NO.2017-146-ZD CITY OF MIAMI BEACH TAB D I EXPERIENCE KEY PERSONNEL STAFFING PLAN Primary contact for this project will be Don West. (561) 588-2027 Office (561) 718-8655 Cell Rr A11111 ALTOS DEL MAR RESTROOM FACILITY 1 ITB NO.2017-146-ZD CITY OF MIAMI BEACH TAB D I EXPERIENCE & KEY PERSONNEL KEYPERSONNEL Ms. Morgan is co-owner, president, treasurer and chief financial officer of Martha A. wioran g the firm. Qualifications include degree in Business Administration and a CBC Florida State Certified Building Contractor's license. Her skills combine President finance and core business operations to achieve successful business planning, financial planning and risk management. She oversees ac- counting, record keeping,financial reporting and human resources. Experience Project Experience Total: 40 years Stuart Memorial Park • W z y With West:29 years Stuart, Florida $1.6 Million . Project Involvement:Controller Education .. ...r Bachelor Degree in Business Administration- Lantana Sports Facility Stuart Memorial Nova University Lantana, Florida $2.6 Million Project Involvement:Controller , Credentials Certified Building Contractor Surfside CommunityCenter State of Florida CBC057038 Surfside, Florida Y,. Real Estate Broker-State of Florida $4 Million Plantation Woods Project Involvement:Controller a Professional & • Community Affiliations Wilson Park AGC-Florida East Coast Chapter Boynton Beach, Florida $6.2 Million, 14,000 Square Feet � Project Involvement:Controller W Surfside Conmmo,,io Center Miller Park Delray Beach, Florida $5.4 Million, 10 Acres Project Involvement:Controller Jaycee Park Wiliam Park Boynton Beach, Florida •., �. a.. $900K Project Involvement:Controller , - ., Plantation Woods at Kennedy Park Plantation,Florida .4 $510 k,Entry sign, Playground, Splash Pad, Miller Park Pavilions and Site work Project Involvement:Principal ftop.,017- z-‘., Congress Barrier Free Park Boynton Beach,Florida (. ( ADA Accessible Playground, Splash Pad, Y� �, •.• Pavilions, Restrooms IA)cce Parti • $1.4 Million Project Involvement:Controller IIIA U ALTOS DEL MAR RESTROOM FACILITY / ITB NO. 2017-146-ZD CITY OF MIAMI BEACH E -. TCB D l EXPERIENCE& KEY PERSONNEL KEY PERSONNEL Matthew F. VVest As co-founder and principle, Mr. V'/est brings over 17 years of architec- tural and construction experience to the firm. His diverse project experi- CGC, AIA ence includes both public and private sector projects. In addition to his Vice President/Principal in responsibilities for overseeing the firm, Mr. West is responsible for the Charge overall office management, client relations and administrative activities. He is involved in overseeing all projects, utilizing his skills and abilities to ensure the highest level of safety and project supervision. Experience Project Experience Total: 21 years Stuart Memorial Park ' With West: 16 years Stuart, Florida a., �,,,�•�•- $1.6 Million ! `� '. Project Involvement: Principal .'' � * 11 �. Educationp f' Bachelor of Science in Architecture- Florida A&M University Plantation Woods at Kennedy Park Stuart Memorial Bachelor of Architecture- Plantation,Florida Florida Atlantic University $510 k, Entry sign, Playground, Splash Pad, '",,-. Pavilions and Site work Credentials Project Involvement: Principal .17C Registered Architect s. State of Florida AR93859 Congress Barrier Free Park Certified General Contractor Boynton Beach, Florida Plantation Woods Splash Pad State of Florida CGC1516626 ADA Accessible Playground,Splash Pad, OSHA Certified 10-hour Safety Training Pavilions, Restrooms 0 • • a $1.4 Million . .R• . a Project Involvement: Principal M "' Professional & 5 1. 1.0,:,.t,4Community Affiliations .. . • •. . American Institute of Architects Surfside Community Center Surfside, Florida Surfside Community Comer National Association of Industrial $4 Million and Office Properties �,; Project Involvement: Principal . '"yN p `L. U.S. Green Building Council- �.t South Florida Chapter - - ._' Wilson Park , .'c '_ Associated General Contractors u�. ,...:<„,., , , .. , Florida Trust for Historic Preservation Boynton Beach, Florida N $6.2 Million, 14,000 Square Feet \ti'ilsnn Park National Trust for Historic Preservation Project Involvement: Principal .-, ,.::`, Vice President AGC Executive Committee ,.- ..-- Miller Park � .. Delray Beach, Florida $5.4 Million, 10 Acres ;;; 2: Project Involvement: Principal Miller Park Lantana Sports Facility i t h. Ill t„10. Lantana, Florida .',., �- 4., $2.6 Million -*+I J. .4... Project Involvement: Principal •• .,- . i• t Fort Mellon Park J\ `4 • Sanford, Florida Jaycee Park $4.4 Million Project Involvement:Principal Ilia ALTOS DEL MAR RESTROOM FACILITY I ITB NO.2017-146-ZD E CITY OF MIAMI BEACH TAB D I EXPERIENCE & KEY PERSONNEL Mr. West is a cofounder of West Construction, Inc and brings over 40 Oson n�� E. VVest years of experience to the project. Mr.West has a strong understanding CGC of structural systems with emphasis on Reinforced Masonry, and CIP Estimator concrete construction. Mr. West will review Construction Documents and Project Specification to insure complete coverage during the pricing phase. He will lead the analysis of subcontractor and vendor proposals and evaluating alternate materials and methods of construction in order to offer the best value to our clients. ,�rxam�Wa.,aww�v;o�,..w�\��V..m`.kaUd�lla...,,,,,...4..,,,,A.,�w.+..,,,; m' a.... ,* Experience Project Experience Total: 43 years Northwood Gymnasium&Streetscape �� , ;...� ..- ., -7,,,,,,,,-, . West Palm Beach, Florida ; , Education Gym, Concessions,Water Features �, j;, Bachelorsig Degree in BuildingProject Value: $4.05 Million ° Northwood Gymnasium Construction University of Florida Phil Foster Park Riviera Beach, Florida • FloatingDocks, Pavilions, Multiple Buildings Al � , Credentials p g �� , -- :�. .. Certified General Contractor Project Value: $4.9 Million , State of Florida CGC007966 Y� ;44°,4,a<ya � �nf 'i Fire Station#3 Registered Building Contractor West Palm Beach, Florida Phil Foster Park State of Florida RB0010370 Project Value: $2.9 Million Mid County Senior Center ,--4:--;,...,,,,,, - Professional & Lake Worth, Florida ,7.'",';::::''-4-44-* :,:. Community Affiliations Senior Center and Adult Day Care `�- AGC Project Value: $5.6 million ., Mid County Senior Center Broward Fire Academy Burnfield Improvements New Fire Academy Training Facility . - Broward County School Board ., Project Value:$1.1 Million .;., k- •*'' Fire Station#73 •,,,,A Ft.Lauderdale EOC Belle Glade, Florida New Fire Station Project Value:$2.2 Million .54:::::!..„ \_:-.:,, Lantana Sports Complex i :',..- -: ' P"' I Lantana, Florida 1. •� Project Value:$2.1 Million ,,,i,-- ''; TAB D I EXPERIENCE& KEY PERSONNEL KEY PERSONNEL Christopher Fazio Mr. Fazio will be responsible for the Project Management on a daily basis in the office and as required in the field. He will supervise the sub- Project Manager mittal process, scheduling, sub-contractor coordination, attend all meet- ings, generate the RFPs and oversee the QA/QC of all trades to ensure the work conforms to contract documents and abides by all applicable codes and regulations. Experience Project Experience Total:30 years Waterway Park ,•.-'..-...r.;'7, -' With West: 1 year . Jupiter, Florida � � ��� $5.2 Million Education Project Involvement: Project Manager Water,,av Park MS Construction Technology ' Fire Station#7 ,. ILA.,- 4 New York City Community College Hallandale Beach, Florida ' "" k = '" $7.7 Million -- -..r. , ,Y.. Credentials Project Involvement:Project Manager Fire Station"' State of Florida General Contractor " Contract Management Certificate Fire Station 86 Field Ops g, st�r,r.�j . Contract Purchasing Certificate Davie, Florida R N Construction Management Certificate $6.1 Million Fire Station 016 Field Ops Project Involvement: Project Manager :,-,.....-.5&-4,-- -4", ._•_ - ! • J� Boynton Intercoastal Park `Q..... Boynton Beach, Florida , ' $2.1 Million, New Construction Project Involvement: Project Manager 8o\ntonReach Intercoastal Park 1 • • 7 y Veteran's Park : Royal Palm Beach, Florida , 4. _',--=---•� .�..,�¢ $4 Million, New construction of a 12 acre park Project Involvement: Project Manager Veteran's Park Southwest Community Center(Skolnick Center) '''-' # "- ;. ;w'�� Pompano Beach, Florida = ! $1.9 Million, New construction of a 17,000 SF CommunityCenter < "-• Project Involvement:Project Manager Sonthacst Community Center Florida International University Recreation414"121%k t Center . Miami, Florida 4 i ri5. r 1 ,,, $6.4 Million, New construction of a 61,000 SF fitness&strength area along with a multipurpose FIU Recreation Center space 111 Project Involvement: Project Manager t 111 ALTOS DEL MAR RESTROOM FACILITY I ITB NO. 2017-146-ZD CITY OF MIAMI BEACH TAB D j EXPERIENCE t KEY PERSONNEL KEY PERSONNEL Mr. Sasso will be responsible for managing the day-to-day field work Steve Sassoadherence to the including but not limited to, subcontractor quality and adhe c On-Site Superintendent plans and specifications,coordinating all inspections as well as prepar- ing daily log reports and two and four week look ahead schedules. Experience Abbreviated Project Experience: Total:31 years Boca Raton Airport Runway 23 With West:5 years Boca Raton Airport,Florida $2.0 Million Project Involvement:Superintendent Credentials Coconut Creek ParkwayImprovements 30 Hour OSHA Certified p Phase III-Banks Road to Florida Turnpike M.O.T.Advanced Certificate Overpass OSHA Electrical for Construction Coconut Creek, Florida $2 Million Certificate of Completion Project Involvement:Superintendent Ws Camel+ltd a Ault*0►Wurw►t of hartftxatioa ,Appro.,'4t6,616.-mt of tank tf..) warmed..Ceuta Pembroke Pines Civic Center&City Hall Parking Facility riu= ° Pembroke Pines,Florida $7.8 Million Project Involvement:Superintendent CntnF)G&rEOICOAULETON Martin County High School Auditorium OSHA® MO STEVE so Remodel ' "`�"""�' "" West Palm Beach,Florida O/IS.4f?�..eauNrC.,.r.a.�.fi.,�.s.}�tl��.lt .. $664K Project Involvement:Superintendent M,3rF : Delray Beach Heights Swale Certificates Completion Delray Beach,Florida w.,...WYrw.v♦rMurNinsw....e $60K •.... Project Involvement:Superintendent Darwin Blvd.Sidewalk Construction Project Port St.Lucie,Florida 99R/907 -41,„ YV�/, V• Certificate orConiptetion Project Involvement:Superintendent IWptrwc. i1iPNLltiAie ' hlt�ftllMiR i1w"."**s w% a. �R. Obi{+!'�..rMnMa�s�.1a.�rtwMa.Ar.h�.q t111111 wa iYS'1i-.r..�—LS : '9Wf1Y1111M1t0/ 1 a ALTOS DEL MAR RESTROOM FACILITY l ITB NO.2017-146-ZD CITY OF MIAMI BEACH TAB E I BID PRICE BID PRICE Please see attached Appendix A- Price Form, Bid Tender Form, & Supplements. Attachment A-2: Please see attached bid bond. Attachment A-3: • #7. References & Past Performance: Please see attached references. • #8. Contracts in Progress: Please see attached contracts in progress. • #10-H. Claims, arbitrations, administrative hearings and lawsuits. Please see attached litigations. Attachment A-6: Section 3. Required Documentation Please see statement from insurance provider and company's employee handbook. 'l in ALTOS DEL MAR RESTROOM FACILITY I ITB NO.2017-146-ZD CITY OF MIAMI BEACH APPENDIX A Price Form, Bid Tender Form, & Supplements ATTACHMENT A-1: ITB Price Form& Unit Price Breakdown form ATTACHMENT A-2: Bid Tender Form ATTACHMENT A-3: Supplement to Bid Tender Form: Contractor Qualification Statement ATTACHMENT A-4: Supplement to Bid Tender Form: Non-Collusion Certificate ATTACHMENT A-5: Supplement to Bid Tender Form: Drug Free Workplace Certification ATTACHMENT A-6: Supplement to Bid Tender Form: Equal Benefits Ordinance ATTACHMENT A-7: Supplement to Bid Tender Form: Trench Safety Act ATTACHMENT A-8: Supplement to Bid Tender Form: Recycled Content Information Failure to submit the attached Cost Proposal Form shall render proposal non-responsive, and said non-responsive proposal shall not be considered by the City. BID NO:2017-146-ZD CITYOF MIAMI BEACH ry1IAN1!BEACH Exhibit A: Revised ITB Price Form Failure to submit the attached Revised ITB Price Form (Revision 1) shall render proposal non-responsive, and said non-responsive proposal shall not be considered by the City. 8 . ADDENDUM N0.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY A-1 City of Miami Beach ITB Price Form (Revision 1) The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment,shoring,supervision, mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full Intent as shown or indicated in the contract documents. Any or all alternates,if applicable,may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid,the Bidder agrees that the total base bid shall govern. in the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern.In absence of totals submitted for any division cost,the City shall interpret as no bid for the division,which may disqualify bidder. Section 1 —Bidders Price: PROJECT TITLE:ITB 2017-146-ZD:Altos Del Mar Restroom Facility Cost 01 •General Requirements $108,000.00 02-Demolition $59,000.00 03/04-Concrete&Masonry $44,500.00 05—Metals $-0- 06—Rough Carpentry $3,000.00 07—Thermal&Moisture Protection $25,000.00 08—Doors&Windows $68,000.00 4 era $-0- 09-Finishes $43,000.00 10-Specialties $8,400.00 22-Plumbing $80,080.00 23-HVAC $5,700.00 26- Electrical $550,000.00 31 -Earthwork $219,000.00 32-Landscape $387,000.00 32-Silva Cells $391,380.00 32-irrigation $97,000.00 33-Utilities $304,600.00 Bond $26,000.00 Insurance $13,000.00 Subtotal $2,432,660.00 Allowance for City Indemnification $ 25.00 Permit Allowance $15,000.00 *Lump Sum Grand Total(Total Base Bid)s $2,447,685.00 *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) 9 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY A-I Company: West Construction,Inc. Address Line 1: 820 North 4th Street Address tine 2: Lantana,FL 33462 Telephone: 561-588-2027 Email: marnorgan e. .;,tco..tructio inc.net Signature: / f 4' Title/Printed Name: Martha A.Morgan,President iir Submitted: 08/22/2017 Date Balance of Page Intentionally Left Blank 10 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY A-2 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 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(ITB) No. 2017-146-ZD ALTOS DEL MAR RESTROOM FACILITY 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, provided in the ITB Price Form in Section 00408 and to furnish the required Certificate(s)of Insurance. In the event of arithmetical errors between the division totals and the total base bid in the ITB Price Form, the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid, the written total base bid shall govern. In absence of totals submitted for any division cost, the City shall interpret as no bid for the division, which may disqualify bidder. BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI BEACH 54 A-2 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: Amendment 1 08/09/2017 Amendment 6 N/A Amendment 2 08/11/2017 Amendment 7 N/A Amendment 3 08/15/2017 Amendment 8 N/A Amendment 4 08/16/2017 Amendment 9 N/A Amendment 5 08/18/2017 Amendment 10 N/A Attached is a Bid Bond g, Cash D, Money Order 0, Unconditional Letter of Credit 0, Treasurer's Check 0, Bank Draft 0, Cashier's Check 0, or: Certified Check 0 No. Bank of for the sum of Dollars ($ ). The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: West Construction,Inc. Address Line 1: 820 North 4th Street Address Line 2: Lantana,FL 33462 Telephone Number: 561-588-2027 E-mail Address: mamorgan@westconstructioninc.net Social Security Number: OR Federal I.D. Number: 59-1809068 Dun &Bradstreet No.: 06-916-3897 If a partnership, names and addresses of partners: N/A (Sign below if not incorporated) N/A WITNESSES: (Type or Print Name of Bidder) (Signature) (Type or Print Name Signed Above) BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI BEACH 55 A-2 (Skin below if incorporated) West Construction,Inc. ATTES • (Type or Print Name of Corporation) Ma , - , F.West ' MP Sec -ta trA--- ain, (Signature and Ti le) / (CORPORATE SEAL) Martha A. Morgan,President (Type or Print Name Signed Above) Incorporated under the laws of the State of: Florida BID NO:2017-146-2D CITYOF MIAMI BEACH MIAMI BEACH 56 ATTACHMENTTAB E BID PRICE A A-2: BID BOND Please see attached bid bond. y k♦ ♦y A • ALTOS DEL MAR RESTROOM FACILITY ! ITB NO.2017-146-ZD CITY OF MIAMI BEACH A-3 SUPPLEMENT TO BID/TENDER FORM: CONTRACTOR QUALIFICATION STATEMENT THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID; HOWEVER, ANY 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 CITYS REQUEST. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. Please list all Licenses, Certifications, and/or Registrations your organization may possess. Please also indicate the number of years your organization has been in possession of these licenses, certifications, and/or registrations. License/Certification#/Registration# #Years Building Contractor-CBC057038 24 Yrs Martha A. Morgan,President/Treasurer General Contractor-CGC 1516626 8 Yrs Matthew F. West,Vice-President/Secretary 2. Attach a list of the Key Personnel, the intended role for this Project, and resumes for each individual. 3. What business are you in? General Construction 4. Please indicate the last project of similar scope and volume that your organization has completed and its completion date. Waterway Park Completed: 03/2017 5. Have you ever failed to complete any work awarded to you? If so,where and why? No 6. List 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, whether or not a claim was made. None, Surety has never had to assist West in completion of a project. 7. References & Past Performance. Bidder shall submit at least three (3) references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: Proposer shall submit a minimum of three (3) references, including the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4)Telephone, 5)Contact's Email and 6) Narrative on Scope of Services Provided. BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI BEACH 57 A-3 8. Attach a list including 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-venturers): a. Name of Project b. Owner and Point of Contact(Minimum of Phone Number& E-mail Address) c. Original Contract Value d. Current Contract Value e. Projected Date of Completion per Contract f. Percent(%) Completion to Date of Bid Submittal 9. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? C Yes 0 No 10. 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). Additional Sheets may be attached as necessary. A. The correct name of the Bidder is: West Construction,Inc. B. The business is a: 0 Sole Proprietorship 0 Partnership g Corporation C. The address of principal place of business is: 820 North 4th Street Lantana, FL 33462 D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: Martha A. Morgan President/Treasurer Matthew F. West Vice-President/Secretary BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI BEACH 58 Asa E. List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. West Construction Company,a partnership(1969-1977) F. 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. None G. List and describe all successful Performance or Payment Bond claims made to your 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). None H. 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. Please see attached litigations. I. 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. None BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI BEACH 59 J. 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, please provide details. No K. Under what conditions does the Bidder request Change Orders? Change Orders are requested when there are drawing revisions by the Architect/Engineer; additional work is required by outside agencies;unforeseen or concealed conditions that are not reflected in the plans;and per the Owner's request. L. Provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest and the percentage of ownership. 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. Martha A.Morgan: 51% Matthew F. West: 49% M. Individuals or entities (including our sub-consultants) with a controlling financial interest: have I 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. None O. Has the Corporation, Officers of the Corporation, Principal Stockholders, Principals of the Partnership or Owner of Sole Proprietorship ever been indicted, debarred, disqualified or suspended from performing work for the Federal Government or any State or Local Government or subdivision or agency thereof? DYes Cello }q� BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI BEACH 60 A-3 P. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? DYes C'No if the answer to either number 12 or 13 is yes,attach a written detailed explanation. Q. Is the business entity owned by a certified service-disabled veteran, and or a small business owned and controlled by veterans, as defined on Section 502 of the Veteran Benefit Health, and information Technology Act of 2006, and cited in the Database of Veteran-owned Business? QYes 1fNo R. Non-Discrimination. Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. S. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. T. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record a not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the Citywith supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to anydamages that maybe available at law and in equity. 9 f g BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI BEACH 61 A-3 CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. IF PARTNERSHIP: N/A Signature Print Name of Firm Print Name Address Title: CONTINUED ON FOLLOWING PAGE IF CORPORATION: / •,/ West Construction,Inc. Signature Print Name of Corporation 820 North 4th Street Martha A.Morgan Lantana,FL 33462 Print Name Address Title: President f I .j! S: 114 IIIPAW" S i• atu ' cqu- J. Barrett Print Name Title: Notary (CORPORATE SEAL) Attest:C.- Secretary Matthew F. r - BID NO:2017-146-ZD CITYOF MIAMI BEACH I\AJ BEACH 62 _......._ _ ........_ ..______ _ _..._ ALA DocurnentA31O2O1O Bid Bond r 1 c i CONTRACTOR: SURETY: ` t West Construction,Inc. Philadelphia Indemnity Insurance Company ! One Bala Plaza,Suite Suite 100 BSB N.4th Street Bala Cynwyd,PA 19004-1403 Lantana, FL 33462 OWNER: City of Miami Beach 1 755 Meridian Avenue Miami Beach, FL 33139 BOND AMOUNT: Five Percent of Amount Bid(5%of Amount Bid) PROJECT: Altos Del Mar Restroom Facility, IIB No.2017-145-ZD The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,eeecutora,administrators,sucoesuora and assigns,Jointly and severally,as provided herein. The conditions of this Bond are Guth that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner In accordance with the terms of such bid,and gives such bond or bonds as may be specificed in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of tater and material furnished in the prosecution thereof:or (2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specififad in said bid and such larger amount for which the Gamer may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and veld,otherisa to remain In full force and effect. The Surety hereby waives arty notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(80)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor, When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shef be deemed deleted herefrom and provisions conforming to such statutory or other legal requreintent shall be deemed Incorporated herein.When so furnished,the Intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 15th Auqu,t 2017 Signed and sealed this.....,�.,day of , Witness/Attest: Wust Construction,Inc. KIIFPP4opP- (4:7.14glieglig5 (Principal)d / AZ__,w.y!.'�f/1^I!�. M��...I.IM ,.....q.� Martha,•. t an,President /Or Philadelphia Ind=trinity insurance Company (Surety) B ' 4 ., ..FIE__. .,, C.---------'' /' ,(,, .....i......__ZL_ .110 Warren'M,Alter,Attorney-in-fact This document conforms to MA Document A310 - 2910 BID BM, THE AMERICAN XNEITXTUTO OF ARCHITFICTS, 1735 NY AVE NW, WASHINOTQN, NC 20006, 300 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint David.T.Satin,Warren M.Alter and Jonathan A.Bursevich of Alter Surety Group.Inc.,its true and lawful Attorney-in-fact with fullauthority to execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed S25.000.000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14th of November,2016. RESOLVED: That the Board of Directors hereby authorizes the the President or any Vice President of the Company:(1)Appoint Attorneys)in Fact and authorize the Attorney(s)in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 14TH DAY OF NOVEMBER,2016. ~f`' 1927 "Icy 3" it etl y < • '��`, (Seal) Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this 14th day of November,2016,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. COMMOItWULTM at LIVANSYLVANIA Mowui Seal Mora Mawstd,Notary PsSiie Iowa Nubs tYirp.,Nont County ")&471.4.-- try Conwossion Expires Jan.s,u 201! �re t POffli;vi.toicA106a AatokaiNotary Public: v141,30.-4) residing at: Bala Cynwyd.PA (Notary Seal) My commission expires: January 8,2018 I,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 14th day of November,2016 are true and connect and are still in full force and effect.I do further certify that Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 15 toy of August ,20 17. 1927 = z Edward Sayago,Corporate Secretary yx,, •t 3 •� .' a`,� PHILADELPHIA INDEMNITY INSURANCE COMPANY �,''if1 Ass11tli4�`�,! TAB E I BID PRICE ATTACHMENT A-3, #7: REFERENCES 1. Waterway Park Jupiter, FL Palm Beach County 2633 Vista Parkway West Palm Beach, FL 33411 Dave Dolan, Project Manager PH: 561-233-0280 Email: DDolan@pbcgov.org Scope of Work: Construction of a 30 acre County park including 3 boat ramps and launching basin, fish- ing pier/overlook, restroom, boat and car parking areas. Contract Amount: $5.2 Million Project Completion: 03/2017 2. Congress Avenue Barrier Free Park Boynton Beach, FL City of Boynton Beach 100 E. Boynton Beach Blvd. Boynton Beach, FL 33425 Kevin Ramsey, Senior Project Manager PH: 561-742-6986 Email: ramseyk@bbfl.us Scope of Work: Construction of (3) 180 SF single story concrete block restroom buildings under a single pre-engineered metal structure, (1) 660 SF pre-fabricated metal picnic shelter, play equipment, site furnishings, trails, landscaping, irrigation and other site improvements. Contract Amount: $1.4 Million Project Completion: 12/2011 3 Fort Mellon Park. Sanford, FL City of Sanford Parks & Groundsp erations . 300 N. Park Ave. Sanford, FL 32771 ALTOS DEL MAR RESTROOM FACILITY I ITB NO.2017-146-ZD CITY OF MIAMI BEACH ATTACHMENT A-3, #7: REFERENCESTAB ; BID PRICE Robert Beall, Project Manager P H: 407-688-5080, Ext. 5423 Email: beallr( sanfordfl.gov Scope of Work: The Work included sitework, drainage, paving, utilities, restroom building, shelters, pump building, and interactive play fountain along with other appurtenant work necessary to complete the project for use. Contract Amount: $4.4 Million Project Completion: 05/2009 4. Wilson Park Boynton Beach, FL City of Boynton Beach 100 E. Boynton Beach Blvd. Boynton Beach, FL 33425 Wally Majors, Director (Recreation & Parks) PH: 561-742-6255 Email: MajorsW(bbfl.us Scope of Work: Construction of a Community Center of approximately 12,000 square feet, basketball courts, shelters, a playground and remodeling of the existing pool. Contract Amount: $6.4 Million Project Completion: 04/2008 t1 q r` NI A a ALTOS DEL MAR RESTROOM FACILITY / ITB NO.2017-146-ZD CITY OF MIAMI BEACH (�'�1_� ,j(j]�''�(j ♦�J `�'�1 TAB E I BID PRICE ATTACHMENT A-3, �f 8: CONTRACTS Please see attached contracts in progress. Ilk a ALTOS DEL MAR RESTROOM FACILITY / ITB NO.2017-1462D CITY OF MIAMI BEACH ATTACHMENT A-3, #10-H: LITIGATIONS �' I BID PRICE: Case No. Caption Status I Description 502009CA035159 Florida Blacktop,Inc. v. West Closed Contract and Indebtedness ac- XXXXMB Construction,Inc. tion. Final Judgment against West Construction entered 11/19/10 and vacated on 9/27/12 on appeal. Final Judg- ment entered in favor of West (with attorney's fees). 502010CA002245 William Bart Ziegler v. West Pending Product liability action XXXXMB Construction,Inc.,et al. (Chinese Drywall). Still pend- ing. 12-008336 West Construction,Inc.v. City Closed Contract and Indebtedness ac- (Broward) of Fort Lauderdale tion. Joint Stipulation for Dis- missal filed 5/2013. 502014CA003087 West Construction,Inc. v. Closed Bid Protest. Joint Stipulation Boynton Beach Community for Dismissal filed 6/2014. Redevelopment Agency 12-013256 West Construction,Inc.v. Closed Contract and Indebtedness ac- (Broward) School Board of Broward tion. Joint Stipulation for Dis- County missal filed 8/2013. 11-CV-80492 East Coast Metal Decks v. Closed Contract and Indebtedness ac- (U.S.D.C.) West Construction, Inc. tion. Joint Stipulation for Dis- missal filed 1/2012. 11-30885 World Electric Supply v. West Closed Contract and Indebtedness ac- (Martin) Construction,Inc. tion. Joint Stipulation for Dis- missal filed 11/2012. 2013-CA-015393 WR Grace v. West Construe- Closed Contract and Indebtedness ac- tion, Inc. tion. Joint Stipulation for Dis- missal filed 2/2014. 502011 CA002412 Bern Brite Electric v. West Closed Contract and Indebtedness ac- Construction, Inc. tion. Joint Stipulation for Dis- missal filed 12/2012. 502012CC001488 Eastern Waste Systems v. Closed Contract and Indebtedness ac- West Construction, Inc. tion. Joint Stipulation for Dis- missal filed 2/2012. 502013CA008269 Everlast Drywall Construction Closed Contract and Indebtedness ac- v. West Construction,Inc. tion. Joint Stipulation for Dis- missal filed 8/2013. 13-CA-00239 CW Roberts v. West Construe- Closed Contract and Indebtedness ac- (Lee) tion, Inc. tion. Joint Stipulation for Dis- missal filed 1/2014. 502013 CC011766 Thyssenkrupp Elevator Corp. Closed Contract and Indebtedness ac- v. West Construction,Inc. tion. Joint Stipulation for Dis- missal filed 12/2013. . .. . ............:.... .. . . ALTOS DEL MAR RESTROOM FACILITY / ITB NO.2017-146-ZD CITY OF MIAMI BEACH ATTACHMENT A-3, #10-H: LITIGATIONS TAB E BID PRICE Case No. Caption Status Description 5 02013 CA015 893 East Coast Underground v. Closed Contract and Indebtedness ac- West Construction,Inc. tion. Joint Stipulation for Dis- missal filed 8/2014. 13-CA-003047 B&1 Contractors v. West Con- Closed Contract and Indebtedness ac- (Lee) struction,Inc. tion. Joint Stipulation for Dis- missal filed 1/2014. 13-CA-003230 Wayne Wiles Floorcoverings Closed Contract and Indebtedness ac- (Lee) v. West Construction,Inc. tion. Joint Stipulation for Dis- missal filed 1/2014. 502013CA011539 QGS Development,Inc.v. Closed Contract and Indebtedness ac- West Construction,Inc. tion. Joint Settlement 4/2014. 5 02013 CA015 011 West Construction,Inc. v.Vii- Closed Contract and Indebtedness ac- lage of Royal Palm Beach tion. Joint Stipulation for Dis- missal filed 6/2014. 502013CA012224 Stryker Electrical Contracting Pending Contract and Indebtedness ac- v. West Construction,Inc. tion. Agreed stay of litigation pending settlement discussions. 502013CA015017 R&A Contractors v.West Closed Contract and Indebtedness ac- Construction,Inc. tion. Joint Stipulation for Dis- missal filed 9/2014. CACE-11030885 World Electric Supply v. West Closed was filed on 12/13/2011 and Construction,et al., dismissed on 11/21/2012 alleg- ing breach of contract Reliable Pools v. West Con- Pending was filed on 2/06/2015 and is struction,et al., PENDING CACE-15-4024 Reliable Pools v. West Con- Closed was filed on 03/05/2015 and struction,et al., dismissed on 04/26/2016 alleg- ing breach of contract 2016-004891 CA E Tech Electric v. West Con- Closed was filed on 2/29/2016 and dis- 01 (23) struction missed on 07/28/2016 alleging breach of contract 1413060 SP23 Dixie Landscape v. West Con- Closed was filed on 8/25/201 and dis- struction,et al missed on 10/21/2014 alleging breach of contract 14-8370 CA 42 Jorda Enterprises v. West Con- Closed was filed on 03/31/2014 and struction,et al dismissed on 03/24/2015 alleg- ing breach of contract 2013-007993-CC- Community Asphalt Corp v. Closed was filed on 4/30/2013 and dis- 05 West Construction,et al., missed on 05/05/2016 alleging breach of contract. Pills ALTOS DEL MAR RESTROOM FACILITY I ITB NO.2017-146-ZD CITY OF MIAMI BEACH A-4 SUPPLEMENT TO BID/TENDER FORM: NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this 22nd day of August , 2017. 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 pertains; 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 an 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. 2017-146-ZD. / SIGNATURE Martha A.Morgan PRINTED NAME President TITLE (IF CORPORATION) BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI BEACH 63 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION 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; (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 appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs(1)through(6). BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI BEACH 64 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION 4,7(Bidder Signature) Martha A.Morgan,President (Print Vendor Name) STATE OF FLORIDA COUNTY OF PALM BEACH The foregoing instrument was acknowledged before me this 22nd day of August 20 17 , by Martha A.Morgan as (name of person whose signature is being notarized) President (title) of West Construction,Inc. (name of corporation/company) known to me to be the person describ ein or who produced as ide intent fication, and who did/did no take an oath. (00-7Y PUB • 4., (S) natu/ ) o�a..e��, AAC(1 236'934 at�r ca �sslo��FF RETT acqu J. Barrett * =y EXPIRES:Jane 3�20enstce� �1,� .a� 6o�td®dmN6tary S ( rent Name) �. My commission expires:June 3,2019 BID NO:2017-146-2D CITYOF MIAMI BEACH MIAMI BEACH 65 3 A-6 SUPPLEMENT TO BID TENDER FORM: 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-XXX 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. 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). BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI MI BEACH 66 • A-6 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 nonprofit 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 NE, landscape NE, 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: • 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 1113 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; BID NO:2017-146-ZD CITYOF MIAMI BEACH , ASM BEACH 67 A-6 • 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 benefits} 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. Balance of Page Intentionally Left Blank BID NO:2017-146-2D CITYOF MIAMI BEACH i IAM 1 BEACH 68 A-6 M I AM I BEACH DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1.Vendor Information Name of Company: West Construction,inc. Name of Company Contact Person: Martha A.Morgan,President Phone Number: 561-588-2027 Fax Number. 561-582-9419 Email: mamorgan@a westconstructioninc.net Vendor Number(if known): NIA Federal ID or Social Security Number: 59-1809068 Approximate Number of Employees in the U.S.: 180 (If 50 or less,skip to Section 4,date and sign) Are any of your employees covered by a collective bargaining agreement or union trust fund? Yes ✓No 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 discriminate. Please answer yes or no to each category. C1 Race lYes No 0 Sex 1(..Yes No 0 Color ?Yes No 0 Sexual Orientation lYes No 0 Creed i'Yes_No 0 Gender Identity(transgender status) ✓Yes_No 0 Religion 1_Yes_No 0 Domestic partner status Yes_No 0 National origin /Yes_No 0 Marital status ✓Yes_No 0 Ancestry IYes No 0 Disability ✓Yes No U Age jYes_No 0 AIDS/HIV status /Yes_No 0 Height ✓Yes No 0 Weight /Yes 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 with the City? Please note:you must answer this question,even if you do not intend to enter into any subcontracts. lYes No BID NO:2017-146-ZD CITYOF MIAMI BEACH /MIAMI BEACH 69 A-6 Question 2.Nondiscrimination-Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires 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. 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. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners*or to domestic partners of employees? f YES NO 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 benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides Firm Provides Firm does not for Employees for Employees Provide Benefit with Spouses with Domestic Partners Health f Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to 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 and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at: www.miamibeachfl.gov/procurement/ BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI BEACH 70 A-6 Section 3.Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C. Without 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? es_No Section 4.Executing the Document I declare 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. Executed this 22nd day of August ,in the year 2017. ,at 11:00 am ,� / / 820 North 4th Street Signature Mailing Address Martha A.Morgan Lantana,FL 33462 Name of Signatory City,State,Zip Code President Title { { BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI BEACH 71 N/A A-6 M I AM I BEACH REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Procurement Department ONLY IF you: A. Have taken all reasonable measures to end discrimination in benefits; 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: 9 The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 10 The dates on which such benefits providers were contacted; 11 Copies of any written response(s)you received from such benefits providers,and if written responses are unavailable, summaries of oral responses;and 12 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. Name of Company(please print) Mailing Address of Company Signature City,State,Zip Name of Signatory(please print) Telephone Number Title Date BID NO:2017.146-ZD CITYOF MIAMI BEACH MIAMI BEACH 72 A-6 Definition of Terms A.Reasonable Measures The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits. A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: 1. The number of benefits providers identified and contacted, in writing, by the City Contractor, and written documentation from these providers that they will not provide equal benefits; 2. The existence of benefits providers willing to offer equal benefits to the City Contractor;and 3. The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B.Cash Equivalent "Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner(or spouse, if applicable) in lieu of providing Benefits to the employees' Domestic partner (or spouse, if applicable). The Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent.The cash equivalent of the following benefits apply: A. For bereavement leave, cash payment for the number of days that would be allowed as paid time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. B. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner employee, to be paid on a regular basis while the domestic partner employee maintains the such insurance in force for himself or herself. C. For family medical leave, cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI BEACH 73 A-6 M IAMIBE AC H SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Procurement Department by entities seeking to contract with the City of Miami Beach that wish to delay ending their discrimination in benefits pursuant to the Rules of Procedure, as set out below. Fill out all sections that apply.Attach additional sheets as necessary. A. Open Enrollment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process following the date the contract with the City begins, provided that the City Contractor submits to the Procurement Department evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed two years from the date the contract with the City is entered into, and only applies to benefits for which an open enrollment process is applicable. Date next benefits plan year begins: February 1,2018 Date nondiscriminatory benefits will be available: February 1,2018 Reason for Delay: N/A Description of efforts being undertaken to end discrimination in benefits: Benefits are offered to all employees. • BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI BEACH 74 B. Administrative Actions and Request for Extension A-6 Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory benefits into the City Contractor's infrastructure. The time allotted for these administrative steps shall apply only to those benefits for which administrative steps are necessary and may not exceed three months. An extension of this time may be granted at the discretion of the Procurement Director, upon the written request of the City Contractor. Administrative steps may include, but are not limited to, such actions as computer systems modifications, personnel policy revisions, and the development and distribution of employee communications. Description of administrative steps and dates to be achieved: N/A If requesting extension beyond three months, please explain basis: N/A. C. Collective Bargaining Agreements(CBA) Ending discrimination in benefits may be delayed until the expiration of a City Contractor's Current collective bargaining agreement(s)where all of the following conditions have been met: 1. The provision of benefits is governed by one or more collective bargaining agreement(s); 2. The City Contractor takes all reasonable measures to end discrimination in benefits either by requesting that the Unions involved agree to reopen the agreements in order for the City Contractor to take whatever steps necessary to end discrimination in benefits or by ending discrimination in benefits without reopening the collective bargaining agreements;and 3. In the event that the City Contractor cannot end discrimination in benefits despite taking all reasonable measures to do so, the City Contractor provides a cash equivalent to eligible employees for whom benefits are not available. Unless otherwise authorized in writing by the Procurement Director, this cash equivalent payment must begin at the time the Unions refuse to allow the collective bargaining agreements to be reopened, or in any case no longer than three (3)months from the date the contract with the City is entered into. For a delay to be granted under this provision,written proof must be submitted with this form that: • The benefits for which the delay is requested are governed by a collective bargaining agreement; • All reasonable measures have been taken to end discrimination in benefits (see Section C.2, above); and • A cash equivalent payment will be provided to eligible employees for whom benefits are not available. BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI BEACH 75 A-6 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. West Construction,Inc. 820 North 4th Street Name of Company(please print) Mailing Address of Company r I �' " Lantana,FL 33462 Signature City,State,Zip Martha A. Morgan 561-588-2027 Name of Signatory(please print) Telephone Number President 08/22/2017 Title Date BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI BEACH 76 aietna. Susan Getchell Field Client Manager 1340 Concord Terrace Sunrise, FL 33323 sxgetchell@aetna.com 954-375-1572 Office August 22, 2017 Sandra Gutierrez Human Resources Manager West Construction, Inc. 820 North 4th Street Lantana, FL 33462 Dear Ms. Gutierrez, Please accept this letter as confirmation that West Construction, Inc. PSUID 94281266 has coverage with Aetna as of December 1, 2016. West Construction, Inc. has elected domestic partner coverage for eligible dependents; domestic partners are covered as eligible dependents who are same sex or opposite sex partners Please let me know if you have any additional questions. Thank you, Saa &t,IJ/ithl k Susan Getchell-Klebbe Field Client Manager 0 • • 1111 ■ • • West Construction, Inc. EMPLOYEE HANDBOOK yr kr It 111 Welcome to West Construction! West Construction, Inc. employees and their welfare are very important to the success of our company. Our long-range objective is the continuous development of a growing and prospering business through which both the employees and the company will benefit. Every employee is considered a member of our company team. Our success as a company is built on the recognition of the skills and efforts made by each employee. It is our policy to work with all members of our team in a fair and friendly manner and to treat each team member with dignity and respect. The management of West Construction,Inc.will work continually for the benefit of our present and prospective customers as well as our employees to improve the competitive position of our company.This will enable us to provide excellent jobs for our team members. General conditions such as safety, cleanliness, and employee accommodations will be evaluated periodically for possible improvement and will always compare favorably with good industry practice. We will be pleased to meet with any employee to discuss suggested improvements in working conditions. We will devote our best effort to conducting an expanding business within which there is an atmosphere of harmony with opportunity for all employees of West Construction, Inc. Matthew West Vice President Page 2 1/2016 n� IN EMPLOYEE HANDBOOK WEST CONSTRUCTION, INC. A Word About This Handbook This Employee Handbook contains information about the employment policies and practices of the company. We expect each employee to read this Employee Handbook carefully, as it is a valuable reference for understanding your job and the company. The policies outlined in this Employee Handbook should be regarded as management guidelines only,which in a developing business will require changes from time to time. The company retains the right to make decisions involving employment as needed in order to conduct its work in a manner that is beneficial to the employees and the company. This Employee Handbook supersedes and replaces any and all prior Employee Handbooks and any inconsistent verbal or written policy statements. Except for the policy of at-will employment,which can only be changed by Human Resources of the company in a signed written contract, the company reserves the right to revise, delete and add to the provisions of this Employee Handbook at any time without further notice. The provisions of this Employee Handbook are not intended to create contractual obligations with respect to any matters it covers or intend to create a contract guaranteeing that you will be employed for any specific time period. Page 3 1/2016 ilIlI 1 II AT-WILL EMPLOYMENT All employees of the Company are hired and employed on an"at will" basis.The Company or the employee may terminate the employment relationship at any time,without prior notice. These guidelines are not intended to constitute a contract between the Company and an employee. Nothing in these guidelines binds the Company to a specific or definite period of employment or to any specific policies, procedures, actions, rules or terms and conditions of employment. Employee, as a condition of employment, is required to abide by these guidelines. The Company continually reviews its personnel policies and employee benefits and reserves the right, in its sole discretion,to modify,supplement,amend,or delete any of the provisions contained in this Manual or employee benefits at any time and without prior notice to the Employee. The policies contained in this manual replace all existing policies on the same subjects. FLSA CLASSIFICATION When you are hired,you will be classified as either exempt or non-exempt. Exempt employees include, without limitation, those employees with management, administrative, professional, or outside sales responsibilities. Non-exempt employees are those who must be paid overtime under the Fair Labor Standards Act. If you are unsure of which classification your position fits into, please ask your Direct Report and/or the Human Resource Department. CLASSIFICATION AS FULL-TIME, PART-TIME,OR TEMPORARY At the time you are hired, you are classified as full-time, part-time, or temporary. If you are unsure of which job classification your position fits into, please ask Human Resources Department. A. Full-Time, Part-Time,and Temporary(for all purposes other than under the Affordable Care Act) Full-time employees are those employees who normally work 40 hours or more each work week. Only full-time employees are eligible for any of the Company-provided benefits. Part-time employees are those who normally work less than 40 hours a week. Part-time employees are not afforded any benefits other than wages. For example,they do not accrue Page 4 1/2016 benefits such as sick days, vacation days, and health insurance (unless otherwise required by law). "Hours worked" (or any other unit of measurement used for determining eligibility for benefits) does not include time during which no duties are performed due to vacation, holiday, illness, or other types of absence or leave, unless otherwise required by law. The Company may on occasion hire temporary or seasonal employees, who will not generally be eligible for benefits. "Temporary employee" means an employee hired as a temporary replacement for other employees or for short periods of employment such as summer months, a specific project or assignment, peak periods, and other employees' vacations. Temporary employees are not eligible for any Company benefits regardless of the number of hours or weeks worked(unless otherwise required by law). This designation as "full-time" or "part-time" applies for the purpose of all benefits other than those that may be required or provided pursuant to the federal Patient Protection and Affordable Care Act ("ACA"). These other benefits include,for example and where applicable, paid vacation time, paid sick time, certain types of insurance not affected by the ACA, 401(k), and other benefits that may be discussed in this Employee Manual or that may be offered in the discretion of the Company; and for the purpose of any time period during which the ACA does not apply to the Company or is not yet effective. B. The ACA:the Patient Protection and Affordable Care Act The inclusion of this policy is not intended to subject the Company to any laws or regulations that do not otherwise apply to it. For purposes of compliance with the federal Patient Protection and Affordable Care Act ("ACA") (to the extent that it may apply to the Company, which it may not) and related regulations, to be effective as of the date required by law under the ACA, (and for the purpose of any "look-back measurement method" as required or permitted by law), "full-time employee" means, with respect to any month, an employee who is employed on average at least 30 hours of service per week. This definition may be automatically amended or supplemented in any way that the term "full-time employee" is otherwise defined, interpreted, and calculated under the ACA and related guidance, notices, and regulations (proposed and final). Where required by law to be defined in this way, "hour of service" means "each hour for which an employee is paid, or entitled to payment, for the performance of duties for the employer; and each hour for which an employee is paid, or entitled to payment by the employer for a period of time during which no duties are performed due to vacation, holiday, illness, incapacity(including disability), layoff,jury duty, military duty, or leave of absence." For purposes of this section (B), the terms "variable hour employee," "seasonal employee," and "seasonal worker" have the definitions and effective dates provided by the ACA and related regulations. Page 5 1/2016 This policy regarding Part Time, Full-Time, and Temporary status is not intended to conflict with applicable laws or regulations. If applicable laws or regulations conflict with this policy, then such applicable laws or regulations shall govern. As of the time this policy was developed, guidance related to the ACA was still being developed. The Company is making a good faith effort to comply with applicable laws and regulations as events unfold. EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION STATEMENT The Company is an equal opportunity employer and will not discriminate against any employee or applicant for employment because of race, color, religion, gender, national origin, sexual orientation,age,disability,marital status,genetic information,or veteran status, familial status, or gender identity or expression, or other protected class or characteristic. We will take action to assure applicants are employed and employees are treated equally with respect to employment, promotion, demotion, transfer, recruitment, or recruitment advertising, layoff or termination, rates of pay, or other forms of compensation and selection for training. As part of the Company's equal employment opportunity policy, the Company will also take affirmative action as called for by applicable laws to ensure that qualified minorities, women, persons with disabilities, and covered veterans are introduced into our workforce and considered for promotional opportunities. AMERICANS WITH DISABILITIES Pursuant to the Americans with Disabilities Act of 1990, as amended, and where applicable by law, employees should contact their Direct Report if they have a disability and require a reasonable accommodation. An employee who feels that he or she has been discriminated against or harassed based upon disability should immediately report the matter to his or her supervisor or the Company President. If this would prove uncomfortable, you can report the incident to the Human Resource Department. FORM 1-9 All new hires will provide identification to meet the standards required by the Department of Homeland Security, U.S.Citizenship and Immigration Services for completion of the Form 1-9. Page 6 1/2016 a PROBATIONARY PERIOD All employees shall be considered probationary for the first ninety (90) days of employment. This time allows you to adjust to your new job and provides an opportunity for your Direct Report to evaluate your progress. Employees terminated during the probationary period are not entitled to any accrued benefits. WORK SCHEDULE The standard days of operation are Monday through Friday. The standard work hours for office employees are 8:00 a.m.to 5:00 p.m. daily. The standard work hours for lob site employees are 7:00 a.m.to 3:30 p.m. daily. Jobs vary and the scheduling needs of the Company may change for different jobs. Employees may be required to work different and/or additional hours. Employees may be required to work weekends and/or evenings. All employees are to report all hours worked by clocking in and out on company system in place. No employee may sign another employee"in"or"out" or punch another employee's time card. This will be grounds for discipline,up to and including termination. If you have forgotten to punch in or punch out, contact your Direct Report. If you cannot get a hold of your Direct Report you must contact the Payroll Department. LUNCH POLICY/BREAK POLICY Lunch breaks for West Construction Inc. employees are as follows: The Company permits office employees to take a 60-minute lunch break. The Company permits job site employees to take a 30-minute lunch break The lunch break is unpaid for all non-exempt employees. Employees must take their full lunch time each day. Non-exempt employees may not perform work during their lunch break. Violation of this Lunch/Break Policy may subject the employee to disciplinary action. PAYROLL DEDUCTIONS Your earnings and payroll deductions are shown on a voucher with your check. Deductions are required or requested as follows, in accordance with applicable state and/or federal law: Required by Federal and State: • Federal Income Tax • Social Security Tax Page 7 1/2016 /11111 RA II • Garnishment/Wage Attachments Authorized by employee via enrollment form: • Medical Insurance • Dental &vision • 401K Program • Long and Short Term Disability OVERTIME Periodically, and in accordance with deadlines and work schedules, the Company may require employees to work more than the normal 40-hour work week. The Company will pay for overtime in accordance with the Fair Labor Standards Act and any other applicable law. All overtime must be authorized by your Direct Report in advance only. Failure to obtain advance authorization to work overtime is grounds for discipline. It is a violation of Company policy to work"off-the-clock." Working"off-the-clock"is grounds for discipline. It is a violation of Company policy for an employee to instruct a non-exempt employee to work "off-the-clock." Employees who are instructed to work"off-the-clock"should report the matter immediately to their Supervisor or the Company President. If this would prove uncomfortable, the employee can report the instruction to work "off the clock" to any other member of management at the Company. Employees can be assured that no one will be retaliated against for either reporting in a violation of this policy, or participating in an investigation of any claim made under this policy. Paid time off (such as time off for a holiday, a vacation, sick time) is not considered `hours worked" and will not be included in the total hours worked for overtime purposes, even if the employee is paid for the time (where the employee is eligible for such benefits). PAY DAY Payday is Friday and covers the workweek Wednesday to Tuesday. Should you feel your pay is in error, immediately advise your Direct Report and they will ensure that the matter is investigated and any correction necessary will be made promptly. Please note Direct Deposit is available upon request. Page 8 1/2016 IAb. .NAY, POLICY ON REPORTING ERRORS IN EMPLOYEE PAY The Company will pay employees in accordance with the Fair Labor Standards Act and Department of Labor regulations. Employees who feel their pay has been improperly reduced should report this immediately to your Direct Report. 1. Employees who believe their pay has been improperly reduced should contact-their Direct Report and the Payroll Department, and specify in writing the circumstances of the pay deduction and whether it has occurred on other occasions. 2. The Company will review pay records to determine if the allegations are correct. 3. If the deduction was improper, the Company will reimburse the employee as soon as possible(but not longer than two pay periods from the identification of the problem). 4. If the improper payroll deduction is a pattern of conduct, the responsible person will be held accountable for the error made,consistent with Company disciplinary procedures. 5. The resolution of the situation will be documented and placed in the employee's pay records. If the reporting error is not resolved by your Direct Report please contact the Human Resource Department. INCLEMENT WEATHER PROCEDURES Employees should listen to radio stations or call their Supervisor to learn if the offices will be closed when the weather is bad. Employees at field locations should also check with their Direct Report for inclement weather procedures. Employees should make sure that their contact information (including cell phone numbers and other phone numbers) on file with the Company is up to date so that the Company supervisor can contact you. Job site employees should be familiar with the policies on each project that pertain to protecting the job site in inclement weather and should work to make sure that those policies are followed. Pay for Lost Time Due to Inclement Weather • If the Company closes the office, non-exempt employees will not be paid. • If the Company closes the office, non-exempt employees are not permitted to work from a remote location without express,written permission from their Direct Report. In such cases, non-exempt employees will be paid for the time worked. • If the office is open but attendance is "optional," non-exempt employees who do not work must use any accrued, available Paid Time Off(if any exists) in order to be paid for the time off,or if none is available,take the time off without pay. Page 9 1/2016 III!I • If the office is open for business as usual,non-exempt employees who do not work must use any accrued, available Paid Time Off(if any exists) in order to be paid for the time off, or if none is available, take the time off without pay, subject to the Company's absenteeism policy. EMPLOYMENT OF RELATIVES The Company has no prohibition against hiring relatives. However, if conflicts of interest or management problems of supervision, safety, security, or morale occur as a result of the working relationship of relatives, the Company may require one or both of the relatives to be transferred (where possible and appropriate)and/or released. The general term "relatives" includes, without limitation, "spouses" for the purpose of this Policy. The term "spouse" means those employees having a legal marital relationship as well as employees involved in relationships characterized by permanence, duration and stability normally associated with marriage. VACATION Vacation is available to management/office personnel levels. 1 year after your Start Date,you shall be entitled to one(1)week of Vacation 5 years after your Start Date,you shall be entitled to two(2)weeks of Vacation 10 years after your Start Date,you shall be entitled to three(3)weeks of Vacation The employee must submit a Paid time Off Request Form at least 14 calendar days in advance of the requested time off. The time off will be approved by your Direct Report and Human Resources. Vacations should be scheduled to avoid conflicts with other employees' vacations, and with busy periods of the year. Please be aware that job requirements will always have precedence over vacation schedules. Seniority will be considered should a conflict of vacation schedule arise. Ultimately, it is up to your direct report to approve the time to be taken. If a paid holiday falls within a period when an employee is using Vacation, the employee shall be allowed an extra day off with pay at such time as may be mutually agreed upon. Vacation does not accrue while an employee is on leave without pay. Vacation will not be considered as time worked for the purposes of computing overtime. Page 10 1/2016 1/1 111 HOLIDAYS The Company will typically observe the following holidays: New Years Day Independence Day Thanksgiving Day Christmas Day Hourly (non-exempt) employees are not entitled to holiday pay as is standard in the construction industry. The holidays listed above are days without pay. Should a non-exempt employee works on one of these days they will receive one and one half their normal rate of pay. If you choose to take the Friday after Thanksgiving you will be required to use a Vacation day or Paid Time Off day.(as stated below) PAID TIME OFF(PTO) Paid Time Off is available to all management and office personnel. West Construction, Inc. has incorporated 3 additional Paid Time Off (PTO) days to be used as either sick days, personal, Memorial or Labor Day holidays. Paid Time Off days will not be carried over to the following year and must be used. ABSENTEEISM AND TARDINESS The Company expects employees to be at work on time and to work a full scheduled work day. In the event you are unable to report for work for any reason, it is your responsibility to notify your immediate Direct Report or the Human Resource Department at least one(1) hour prior to start time. Such notice shall include a return to work date where possible, or day to day reporting, where not possible. In certain cases of illness or injury it may be necessary that a doctor or other medical professional certify you as fit for return to duty. To report an absence, call your Direct Report or Human Resources. Employees should do their own reporting when possible. If an employee is absent from work for three (3) consecutive days without informing their supervisor, it will be assumed that the employee resigned and employment will be terminated as of the last day worked by the employee. Excessive and/or unauthorized tardiness and absenteeism are each cause for discipline, up to and including termination. CALL-IN POLICY When you are unable to work your scheduled shift,you MUST call off at least 1 hour in advance to your Direct Report or the Human Resource Department. You must give the time you called, Page 11 1/2016 IN the duration of your absence and the reason. You must continue to call in each day of your absence. If you have been previously certified to take FMLA leave,you must mention that your absence is for an FMLA-approved purpose. If you have not been previously certified to take FMLA and you believe you need an FMLA leave, you must contact Human Resources for the FMLA paperwork. If you are unable to comply with this policy due to an emergency or other extenuating circumstances, you (or if you are unable to call,a family member) must call as soon as possible and you will be expected to supply a satisfactory explanation for your failure to comply. Employees who do not comply with this policy and are unable to provide a satisfactory reason for failure to comply may be denied FMLA leave and the absence will be treated as an occurrence under the company's attendance policy. It is responsibility to notify your Direct Report, Operations Director and/or Human Resources via phone or email. Violation of this policy may subject you to disciplinary action, up to and including termination. FAMILY AND MEDICAL LEAVE ACT(FMLA) Basic leave Entitlement FMLA requires covered employers to provide up to 12 weeks of unpaid,job-protected leave to eligible employees for the following reasons: • For incapacity due to pregnancy, prenatal medical care or child birth; • To care for the employee's child after birth, or placement for adoption or foster care; • To care for the employee's spouse, son, daughter or parent, who has a serious health condition,or • For a serious health condition that makes the employee unable to perform the employee's job. Military Family Leave Entitlements Eligible employees whose spouse, son, daughter or parent is on covered active duty or call to covered active duty status may use their 12-week leave entitlement to address certain qualifying exigencies. Qualifying exigencies may include attending certain military events, • arranging for alternative child care, addressing certain financial and legal arrangements, attending certain counseling sessions, and attending post-deployment reintegration briefings. FMLA also includes a special leave entitlement that permits eligible employees to take up to 26 weeks of leave to care for a covered service member during a single 12-month period. A covered service member is (1) a current member of the Armed Forces, including a member of the National Guard or Reserves, who is undergoing medical treatment, recuperation or therapy, is otherwise in outpatient status, or is otherwise on the temporary disability retired list, for a serious injury or illness*, or (2) a veteran who was discharged or released under conditions other than dishonorable at any time during the five-year period prior to the first date the Page 12 1/2016 11111 RA a eligible employee takes FMLA leave to care for the covered veteran, and who is undergoing medical treatment,recuperation,or therapy for a serious injury or illness.* *The FMLA definitions of"serious injury or illness"for current service members and veterans are distinct from the FMLA definition of"serious health condition". Benefits and Protections During FMLA leave, the employer must maintain the employee's health coverage under any "group health plan" on the same terms as if the employee had continued to work. Upon return from FMLA leave, most employees must be restored to their original or equivalent positions with equivalent pay, benefits, and other employment terms. Use of FMLA leave cannot result in the loss of any employment benefit that accrued prior to the start of an employee's leave. Eligibility Requirements Employees are eligible if they have worked for a covered employer for at least 12 months, have 1,250 hours of service in the previous 12 months*, and if at least 50 employees are employed by the employer within 75 miles. *Special hours of service eligibility requirements apply to airline flight crew employees. Definition of Serious Health Condition A serious health condition is an illness, injury, impairment, or physical or mental condition that involves either an overnight stay in a medical care facility, or continuing treatment by a health care provider for a condition that either prevents the employee from performing the functions of the employee's job, or prevents the qualified family member from participating in school or other daily activities. Subject to certain conditions, the continuing treatment requirement may be met by a period of incapacity of more than 3 consecutive calendar days combined with at least two visits to a health care provider or one visit and a regimen of continuing treatment, or incapacity due to pregnancy, or incapacity due to a chronic condition. Other conditions may meet the definition of continuing treatment. Use of Leave An employee does not need to use this leave entitlement in one block. Leave can be taken intermittently or on a reduced leave schedule when medically necessary. Employees must make reasonable efforts to schedule leave for planned medical treatment so as not to unduly disrupt the employer's operations. Leave due to qualifying exigencies may also be taken on an intermittent basis. Page 13 1/2016 /Ill I Substitution of Paid Leave for Unpaid Leave Employees may choose or employers may require use of accrued paid leave while taking FMLA leave. In order to use paid leave for FMLA leave, employees must comply with the employer's normal paid leave policies. Employee Responsibilities Employees must provide 30 days advance notice of the need to take FMLA leave when the need is foreseeable. When 30 days notice is not possible, the employee must provide notice as soon as practicable and generally must comply with an employer's normal call-in procedures. Employees must provide sufficient information for the employer to determine if the leave may qualify for FMLA protection and the anticipated timing and duration of the leave. Sufficient information may include that the employee is unable to perform job functions, the family member is unable to perform daily activities, the need for hospitalization or continuing treatment by a health care provider, or circumstances supporting the need for military family leave. Employees also must inform the employer if the requested leave is for a reason for which FMLA leave was previously taken or certified. Employees also may be required to provide a certification and periodic recertification supporting the need for leave. Employer Responsibilities Covered employers must inform employees requesting leave whether they are eligible under FMLA. If they are, the notice must specify any additional information required as well as the employees' rights and responsibilities. If they are not eligible, the employer must provide a reason for the ineligibility. Covered employers must inform employees if leave will be designated as FMLA-protected and the amount of leave counted against the employee's leave entitlement. If the employer determines that the leave is not FMLA-protected,the employer must notify the employee. Unlawful Acts by Employers FMLA makes it unlawful for any employer to: • Interfere with, restrain,or deny the exercise of any right provided under FMLA;and • Discharge or discriminate against any person for opposing any practice made unlawful by FMLA or for involvement in any proceeding under or relating to FMLA. Enforcement An employee may file a complaint with the U.S. Department of Labor or may bring a private lawsuit against an employer. Page 14 1/2016 f 11 i IN FMLA does not affect any Federal or State law prohibiting discrimination, or supersede any State or local law or collective bargaining agreement which provides greater family or medical leave rights. FMLA section 109 (29 U.S.C.Section 2619) requires FMLA covered employers to post the text of this notice. Regulation 29 C.F.R.Section 825.300(a)may require additional disclosures. POLICY ON SAFEGUARDING PERSONAL INFORMATION AND RETENTION OF CONSUMER REPORTS In accordance with applicable law, the Company takes reasonable measures to protect and secure data in electronic form containing personal information; and properly disposes of "consumer information" (as defined by federal law)and "customer records containing personal information" (as defined by Florida state law) by taking reasonable measures to protect against unauthorized access to or use of the information in connection with its disposal. The Company accomplishes this by shredding papers containing such information; and/or destroying and/or erasing electronic media containing such information; and/or, after due diligence, contracting with a third party for destruction of such information, in accordance with applicable law. COMPANY BENEFITS After the completion of the ninety(90) day probationary period, health,dental,vision, long and short term disability and 401K will be available to full-time employees. The Company will provide a portion of each eligible full-time employee's health insurance premium. The employee will be responsible for the employee's dental, vision, long and short term premiums. Eligible employees will receive a detailed summary of the benefits listed above. The Company provides a 401K Plan under certain conditions. Please see the 401K Plan documents for eligibility requirements and all terms and conditions of the Plan. The Company may, in its sole discretion, choose to make certain benefits available under certain conditions, from time to time. If so, the relevant plan documents will govern such benefits. The Company will announce eligibility requirements, employee responsibilities, and other detailed information as events occur. If the Company does offer benefits, the Company reserves the right to change the terms and conditions of such benefits, including without limitation, the portion paid by employees for benefit insurance premiums. Please see the Human Resource Department. Page 15 1/2016 !I CONTINUING HEALTH INSURANCE COVERAGE To be eligible for continuing health insurance coverage, where eligible under federal or state laws, you must be enrolled in the Company's health plan (if any) when a qualifying event (as defined by applicable laws)occurs that would cause you to lose your health care coverage. The Florida Health Insurance Coverage Continuation Act ("Florida Mini-COBRA") generally requires insurance companies to offer an 18-month continuation for groups of 2 to 19. The employee generally must contact the insurer within 63 days of the qualifying event to begin the continuation process. The Consolidated Omnibus Budget Reconciliation Act ("COBRA"), generally, applies to group health plans maintained by employers with 20 or more employees. Where a plan is subject to COBRA, and an employee meets the eligibility requirements, qualified beneficiaries generally have 60 days from the start of the election period to elect COBRA continuation coverage. Call the health insurance plan administrator for details. EMPLOYEE EXPENSE REPORTING Management only All expense reports must be submitted to payroll in a timely manner. Mileage Reimbursement(Management only) All mileage expenses must be submitted to payroll in a timely manner. Mileage reimbursement is pursuant to the amount mandated by federal law. Proof of insurance is required. By signing the Acknowledgment of Receipt of Employee Manual, which states that you have received, read, and understand this Employee Manual, you agree and grant permission to the Company to deduct the amount of charges and fees for the unauthorized personal use of a Company credit card from your paycheck(in circumstances where otherwise permitted by law), by deducting the amounts from your next consecutive paycheck(s), in whole or in parts over several pay periods (in compliance with applicable laws). DRESS CODE Employees are expected to maintain the highest standards of personal cleanliness and present a neat, professional appearance at all times. Our clients satisfaction represents the most important and challenging aspect of our business. Whether or not your job responsibilities place you in direct client contact, you represent the company with your appearance as well as your actions. The properly-attired individual helps to create a favorable image for the company,to the public and fellow employees. Page 16 1/2016 1111 I a I The Company maintains a dress code policy in order to maintain the Company's public image, promote a productive work environment,and comply with health and safety standards. Employees who work on a job site must wear long pants and shirt, work boots, hard hat, goggles, safety belt, glass gloves, ear plugs, face shields, and any other personal protection equipment as warranted by the particular work being performed. All personal protection equipment must be maintained in good condition. The employee agrees to inform their Supervisor immediately upon the failure of any of the personal protection equipment items provided by the Company, so that the equipment can be promptly repaired or replaced. The Company will replace the PPE equipment of usual wear and tear. If the employee fails to return or damages the PPE equipment provided by the Company the Company will deduct the cost of the PPE equipment in their final check. In the event an employee sustains an on-the-job injury as a direct result of hisjher failure to wear/use the required personal protection equipment,the employee's worker's compensation benefits may be substantially reduced. Employees who work in the office will wear appropriate professional attire, and maintain a well groomed appearance. Some of the violations of this policy include, but are not limited to: • Visible body/facial piercings (earrings excluded) • Clothing that contains offensive language • Exposed midriff/tops • Sweat or stretch pants • Shorts If in doubt, don't wear it. For clarification or questions regarding the dress code policy, contact your immediate supervisor. Further, you agree, authorize, and grant permission to the Company to deduct the replacement value of the Company property from your paycheck (in circumstances where otherwise permitted by law), by deducting the replacement value from your next consecutive paycheck(s), in whole or in parts over several pay periods(in compliance with applicable laws). SAFETY POLICY The Company is committed to safety. We have taken many steps to protect you from injury on the job. Your help in our company safety program is essential. Ultimately it is your responsibility to work safely and obey all safety rules including State and Federal Regulations. You must assume responsibility for your own actions and you can be held personally responsible. These rules and policies are only a minimum and all other job site, OSHA and common sense rules apply. Page 17 1/2016 1. The Company as a whole practices a Drug-Free Workplace Policy that addresses the use of alcohol and drugs. The use, possession, sale, purchase, dispensing, manufacturing and distribution of drugs, alcohol or other controlled substances on duty, on work premises, on customer premises, or on assignment is cause for immediate discharge. It is a condition of employment for an employee to refrain from reporting to work or working with the presence of drugs or alcohol in his or her body. Compliance with this policy is considered to be a mandatory condition of employment.See the Drug-Free Workplace Policy. 2. The Company has a Policy Regarding Firearms on Company Property and the Property of the Company's Customers. In addition to that policy,other dangerous weapons may not be brought on Company property (including Company-owned vehicles) or the property of the Company's customers. 3. Should you be involved in an accident or injured on a job site, immediately notify your Direct Report. You must fill out and have your supervisor sign a First Report of Injury Form within 24 hours. If medical attention is required,you must use one of the approved facilities on the recommended list of Medical Practitioners and Hospitals. You may be required to submit a drug or alcohol test at that time. Use of any other facility without authorization may be at your own expense. All lead journeyman, foreman or superintendents should immediately report such incidents to the main office. Please refer to the Company policy on Workers' Compensation Claims. 4. Wear seat belts at all times. Only authorized company employees may ride in, on or operate a company vehicle or equipment and must have a photocopy of their current driver's license in their personnel file. Injuries or damages claimed by any unauthorized user shall be fully borne by whoever permitted the unauthorized use. Company vehicles are not to be used for any purpose outside the scope of employment or commuting to or from such employment. 5. Never remove or bypass any safety guards or devices. 6. Be aware of restrictions concerning danger associated with work on or adjacent to areas with a potential fall hazard, particularly one greater than 4 feet. Barriers, safety lines and/or harness may be required. Be sure to have either a proper barrier or a safety harness before proceeding with such work. 7. Ask your supervisor if you need additional equipment or instruction to get the job done safely. Do not undertake any activity that you feel is unsafe, improper or you do not feel capable of performing. 8. Do not repair or adjust any machinery while it is in operation. Page 18 1/2016 1/11/1 9. Lift with your legs, not your back. Use back support devices during periods of heavy lifting. 10.Advise your Direct Report immediately of any hazardous or dangerous condition, including defective tools. Defective toots must not be left at the work site, and must be given to your Direct Report on the job site. 11. Use hard hats and safety glasses assigned to you at all times, particularly when operating equipment or tools and all other types of safety equipment when applicable. 12. Proper clothing (no shorts, tank tops, or cut off shirts) must be worn at all times including construction grade footwear(no athletic shoes of any kind). Remove all jewelry before reporting to job site. 13. Hair below shoulder length is prohibited when working around tools, equipment, and machinery. Long, loose, and/or flowing hair must be secured with a net or a brimless cap (which must not block vision)when working around tools,equipment, and machinery. 14. Open holes shall be barricaded to prevent accidental entry. 15. Each job site has a posting of the potentially hazardous materials particular to that site. Material Safety Data Sheets (MSDS) on each listed item are also kept onsite along with Hazardous Communications Program. 16. Do not enter any confined spaces, such as manholes or tanks, without proper training and related safety equipment. 17. Removal of Company property without Direct Report's authorization is forbidden. All tools and material, including scrap, is considered Company property. 18. Only the Company logo, crew l.D., Company-issued safety stickers and your name on embossing tape may appear on the front 1/3 of your hard hat. 1 19.The following persons/items are forbidden on all job sites: a. Children and/or pets; b. Radios,TV's, including headset equipment; c. Weapons (see also the Company's Policy Regarding Firearms on Company Property and the Property of the Company's Customers); d. Playing cards, dice or other gambling devices; and e. Any form of pornographic,sexist or bigotry-type materials. 1 Page 19 1/2016 /11111 I di A 111 Anyone who disregards any such safety policies, procedures or instructions shall assume all responsibility for such actions including the payment of any resultant fines that may be assessed as a consequence of such actions and/or immediate termination if applicable. WORKERS'COMPENSATION CLAIMS The Company carries Workers' Compensation Insurance,if you are injured or have an accident while on the job. Procedures for filing a claim against the Company's Workers'Compensation Insurance are as follows: 1. Any injury or accident must be reported to your Direct Report immediately or at the earliest practical opportunity. 2. You must fill out and have your Direct Report sign a First Report of Injury Form within 24 hours. If medical attention is required, you must use one of the approved facilities on the recommended list of Medical Practitioners and Hospitals. The Provider List can be obtained from your Direct Report. Use of any other facility without authorization may be at your own expense. 3. You should retain a copy of the First Report of Injury form for your records. 4. After an accident or injury, you will be required to submit to an alcohol and illegal drug test. Should you test positive for alcohol and/or an illegal drugs, your worker's compensation benefits may be severely cut or denied. 5. Any exception to the strict observance of the Workers' Compensation rules may permit the carrier or the employer to deny your claim. 6. All lead journeyman, foremen or superintendents should immediately report such incidents to the main office. Failure to observe all safety procedures and/or submit to post accident drug/alcohol test may limit your recovery from any accident or injury pursuant to Florida Statute§440.09(4),as well as the legal principal relating to recoveries,and may subject you to fines or other disciplinary actions including but not limited to those assessed by OSHA,and immediate dismissal. PRIVACY RIGHTS The Company is dedicated to maintaining a safe and efficient workplace. Therefore, the Company reserves the right to open, inspect and examine all employee work spaces and Page 20 1/2016 RI 111 personal items, including handbags and lockers, when there is reasonable suspicion that the employee has engaged in illegal or inappropriate conduct. TOOL AND PERSONAL PROPERTY POLICY The Company does not provide any secured lock-up storage for employee's personal property. Employee use of job site trailers, trucks, tool boxes, gang boxes or other storage containers for the storage of the employee's personally owned tools or other personal property is strictly at The employee's own risk, and shall be at all times the responsibility of the employee. The Company will not assume any responsibility for the loss or damage to such tools or personal property regardless of cause, nor will the Company replace or compensate anyone for a loss of such personal property. The employee further agrees to fully review and sign the Agreement Regarding Unreturned Equipment and Tools,attached at the end of the handbook. POLICY REGARDING UNAUTHORIZED USE OR REMOVAL OF COMPANY PROPERTY All equipment and tools provided for your use by the Company are Company property. All materials (including scrap) are Company property. Personal use and/or removal of Company property without the Company's express advance written permission is prohibited. Unauthorized personal use of and/or removal of Company property may result in discipline up to and including termination, and may be considered theft resulting in action by law enforcement. Injuries and/or damages claimed by an unauthorized user of Company property shall be fully borne by whoever permitted the unauthorized use. In consideration of your current and future employment with the Company, and by signing the "Acknowledgement of Receipt to Employee Manual" that accompanies this Manual, you understand, authorize, agree, and grant permission that, should you engage in the unauthorized personal use of or removal of the Company's property(including equipment, tools, and materials), you shall be responsible to reimburse the Company for the replacement value of the property, with such value to be determined in the sole discretion of the West Construction, Inc. Further, you agree, authorize, and grant permission to the Company to deduct the replacement value of the Company property from your paycheck (in circumstances where otherwise permitted by law), by deducting the replacement value from your next consecutive paycheck(s), in whole or in parts over several pay periods(in compliance with applicable laws). Page 21 1/2016 kiii POLICY REGARDING PRIVACY AND USE OF COMPANY COMMUNICATIONS AND INFORMATION SYSTEMS All communications and information systems provided by the Company are Company property. Communications and information systems include, but are not limited to any internet/intranet networks, wireless networks, electronic mail (e-mail), cell phones, beepers, pagers, iPhones, tablets, Blackberries,smart phones, personal digital assistant(PDA), handheld wireless devices, computers, laptops, hardware, software, servers, telephones, voice mail, facsimile machines, mailing systems,files, programs, usernames, passwords, and messages(including text messages and instant messages), wherever located and however accessed (including by onsite or remote access), regardless of whether sent, received,stored, uploaded,or downloaded. Employees shall safeguard any usernames and passwords provided by the Company. During working time, the use of all Company communications and information systems shall be for business purposes only, and not for personal use. Employee use of email for statutorily protected communications on nonworking time is permitted where required by law. Employees shall have no expectation of privacy in their usage of the Company's communications and information systems. If the Company provides you with a company-issued email address, then the Company expects you to use only that company-issued email address for all business purposes, rather than a personal email address. The Company discourages use of your personal email address for the Company's business purposes, in the absence of prior written permission. Use of your company-issued email address enables the Company to manage and maintain data and records, and ensures consistency in the presentation of correspondence with our clients, customers, vendors, government agencies, and other third parties. In some rare instances (for example, due to a technological problem), permission may be given for you to use your personal email address for business purposes. In such instances, you must transfer all business-related correspondence to the Company's files and records at the first reasonable opportunity, whether electronically or by hard copy. Failure to do so may result in the need for the Company or a third party to access your personal email account. Employees shall not: 1. use the Company's communications and information systems to upload (send)or download (receive) or install any software, programs, plug-ins, updates, files, applications, or any similar information or materials,without express prior authorization of the Company; 2. use the Company's communications and information systems to upload (send)or download (receive) any confidential information, trade secrets, proprietary information, Page 22 1/2016 I copyrighted information, information and documents provided by the Company's clients,or any similar information or materials,without express prior authorization of the Company; 3. use the Company's communications and information systems to access, use, review, visit, and/or participate in online social networking including, without limitation, facebook.com, twitter.com, and other similar social networks and/or web sites, programs, or networks with similar purposes; 4. use the Company's communications and information systems for any illegal, unethical,destructive or wasteful purpose; 5. use the Company's communications and information systems in connection with any harassing, intimidating, or sexually suggestive material, racial or ethnic slurs or defaming comments, to view pornography, or otherwise in violation of the Company's policies against harassment; 6. access files, utilize codes, or retrieve stored information unless such activity is directly related to the performance of job duties, or unless an employee has received prior authorization from the Company to conduct such activity; 7. use Company e-mail to send spam (i.e., unsolicited mass e-mails, and/or "junk" e-mails); 8. access another employees' e-mail unless the employee has received prior authorization from the Company; 9. use another employee's username, password, and/or account, unless the employee has received prior authorization from the Company; 10. use Company cell phones, office phones, or job site phones for personal use without express prior authorization of the Company(except in the event of an emergency); 11. use the Company copy machine or fax machine for personal use; or 12. install or use encryption software on any of the Company's communications and information systems without first receiving express authorization from the Company; or use passwords or encryption programs that were not specifically authorized by the Company. Use of the Company's communications and information systems constitutes consent to this Policy. Violation of this Policy is grounds for disciplinary action up to and including termination. Page 23 1/2016 i II SOCIAL MEDIA POLICY The company has in place policies that govern use of its own electronic communication systems, equipment, and resources which employees must follow. The company may also have an interest in your electronic communications with co-workers, customers, vendors, suppliers, competitors, and the general public on your own time. Inappropriate communications, even if made on your own time using your resources, may be grounds for discipline up to and including immediate termination. We encourage you to use good judgment when communicating. 1. Do not disclose confidential or propriety information regarding the company or your co- workers. Use of copyrighted or trademarked company information, trade secrets, or other sensitive information may subject you to legal action. If you have any doubt about whether it is proper to disclose information, please discuss it with your Direct Report. 2. Data about certain financial transactions, information about medical and health records, and other disclosures may be restricted by state or federal laws. 3. Do not use company logos,trademarks, or other symbols in social media. You may not use the company name to endorse, promote, denigrate or otherwise comment on any product,opinion,cause or person. 4. Be respectful of the privacy and dignity of your co-workers. Do not use or post photos of co-workers without their express consent. 5. Harassing, obscene, defamatory, threatening, or other offensive content must be avoided. Harassing or discriminatory comments, particularly if made on the basis of gender, race religion, age, national origin, or other protected characteristic, may be deemed inappropriate even if the company name is not mentioned. If social media communications in any way may violate company policy, you may be subject to discipline up to and including immediate termination under various company policies. 6. Ensure that engaging in social media does not interfere with your work commitments. 7. Social media and similar communications have the potential to reflect on both you and the company. We hope that you will show respect for our employees, customers, affiliates and competitors. POLICY REGARDING PRIVACY AND USE OF COMPANY VEHICLES Employees in positions where the operation of a motor vehicle is an essential duty of the position must present and maintain a valid driver's license and acceptable driving record to our insurer. Accidents involving a company vehicle must be reported to Human Resources immediately. i i Page 24 1/2016 Employees are responsible for any moving, parking and other traffic violations fines that may result when operating a company vehicle. Changes in your driving record must be reported to Human Resources immediately. Company vehicles should be operated by the employee only. Smoking is prohibited in company vehicles. The use of seat belts is mandatory for operators and passengers of company vehicles. Violations of this policy may result in immediate termination of your employment. An employee who drives a company vehicle must sign the Employee Vehicle Use Agreement at the end of the handbook. This must be signed or driving company vehicles privileges will be removed. NON-HARASSMENT POLICY The Company is committed to maintaining a work environment that is free of harassment. In keeping with this commitment, we will not tolerate harassment of Company employees by anyone, including any Direct Report, co-worker, vendor, client or customer of the Company or any third party. Harassment consists of unwelcomed conduct, whether verbal, physical, or visual, that is based upon a person's protected status,such as sex, color, race, religion, national origin, age, physical or mental disabilities or other protected group status. The Company will not tolerate harassing conduct that affects tangible job benefits, that interferes unreasonably with an individual's work performance,or that creates an intimidating, hostile,or offensive working environment. Harassment includes unwelcomed sexual advances, requests for sexual favors, and other physical, verbal or visual conduct based on sex constitute sexual harassment when (1) submission to the conduct is an explicit or implicit term or condition of employment, (2) submission to or rejection of the conduct is used as the basis for an employment decision,or(3) the conduct has the purpose or effect of unreasonably interfering with an individual's work performance or creating an intimidating, hostile or offensive working environment. Harassment can be conduct based on sex, whether directed towards a person of the opposite or same sex, and may include explicit sexual propositions, sexual innuendo, suggestive comments,sexually oriented "kidding"or"teasing", "practical jokes",jokes about obscene printed or visual material, and physical contact such as patting, pinching, or brushing against another person's body. All Company employees are responsible to help ensure that we avoid harassment. If you feel that you have experienced or witnessed harassment,you are to notify the Human Resources department at 561-588-2027. The Company's policy is to investigate all such complaints thoroughly and promptly.To the fullest extent practicable, the Company will keep complaints and the terms of their resolution confidential. If an investigation confirms that a violation of the policy has occurred,the Page 25 1/2016 II A 1111 Company will take corrective action,including discipline,up to and could result in immediate termination of employment. POLICY REGARDING WEAPONS ON COMPANY PROPERTY AND THE PROPERTY OF THE COMPANY'S CUSTOMERS Employees are prohibited from bringing weapons, explosives, or firearms of any kind onto Company premises, in Company parking lots, in vehicles owned, leased, or rented by the Company, or while conducting Company business (except in strict accordance with Florida Statute section 790.251 (2014),while that law is in effect and applicable). DISCIPLINE PROCEDURES In cases where disciplinary action becomes necessary, the following outlines the steps of the progressive disciplinary process. Each situation will be evaluated on its own set of circumstances. The nature of the infraction may warrant bypassing some or all of the steps outlined. Therefore,that it guarantees that all steps will be afforded to the employee. Oral Warning(s): The initial disciplinary action to be taken may be in the form of an oral discussion and warning. The discussion will specify the rule, policy or procedure violated, why the behavior was inappropriate,what should be done to correct the problem,and the consequences involved in the absence of improvement. A time period for improvement will be given during the oral warning. (A signed and dated summary of the oral warning, along with the improvement deadline will be placed in the employee's file.) Written Warning(s): When the situation is appropriate and/or continued problems require action beyond oral warnings,a written warning will be issued to the employee that documents the location and description of the incident, the violated rule, suggested course of action, a statement of consequence in the absence of improvement, and any follow-up action to be taken. A probationary period may be used at this time. The employee will sign and date an Employee Warning Notice to acknowledge that they have received and read the written warning(s). A copy will be kept in their personnel file. Suspension and Discharges: Page 26 1/2016 11/1 I An employee may be suspended with or without pay pending an investigation of any violation of policies. A suspended employee may not be permitted to return to work before an investigation is completed. In the event of serious violations (insubordination, assault or theft to name a few) immediate dismissal is justified. WORKPLACE SOLICITATION To promote a professional and collegial workplace, prevent disruptions in business or interference with work, and avoid personal inconvenience, the Company has adopted rules about soliciting and distributing literature in the workplace. To keep employees informed, the Company provides bulletin boards in main office and the service office. The Company encourages employees to visit these locations for important Company information. Employees may not solicit on Company property, or use Company facilities,such as voicemail or bulletin boards, during working time for solicitation. Employees may not solicit using Company e-mail during working time. Employee use of email for statutorily protected communications on nonworking time is permitted where required by law. This policy applies to collecting funds, requesting contributions,selling merchandise,gathering employee signatures and promoting membership in clubs or organizations. Working time means time during which employees are expected to be actively engaged in their assigned work; it does not include scheduled meal or break periods. You may solicit another employee only if both you and the other employee are not on working time and are both in non-work areas. Non-employees may not make solicitations or distribute literature at any time. The Company may grant limited exemptions from these rules for charitable purposes at its discretion. DRUG-FREE WORKPLACE POLICY SUMMARY In a commitment to safeguard the health of our employees and to provide a safe working environment for everyone, we have established a Drug-Free Workplace Policy for WEST CONSTRUCTION, INC. ("Company"). This Policy conforms to Florida Statute section 440.102. I.About This Policy Page 27 1/2016 Si El 1.The Company reserves the right to change provisions of this Policy at any time. 2. This Policy is not intended to constitute a contract between the Company and an employee. Nothing in this Policy binds the Company to a specific or definite period of employment or to any specific policies, procedures,actions, rules, or terms and conditions of employment. 3. Employees are required to abide by this Policy as a condition of employment. II. Definitions 1. Under applicable Florida law, "drug" means: alcohol, including a distilled spirit, wine, a malt beverage, or an intoxicating liquor; an amphetamine; a cannabinoid; cocaine; phencyclidine (PCP); a hallucinogen; methaqualone; an opiate; a barbiturate; a benzodiazepine; a synthetic narcotic; a designer drug;or a metabolite of any of the substances listed in this paragraph. 2. Under applicable Florida law, "drug test" means: any chemical, biological, or physical instrumental analysis administered by a laboratory certified by the United States Department of Health and Human Services or licensed by the Florida Agency for Health Care Administration, for the purpose of determining the presence or absence of a drug or its metabolites. 3. Under applicable Florida law, "job applicant" means: a person who has applied for a position with an employer and has been offered employment conditioned upon successfully passing a drug test, and may have begun work pending the results of the drug test. 4. As used in this Policy, "work premises" means: all offices, structures, parking lots, vehicles, and job sites,whether owned by the Company or leased by the Company. S. As used in this Policy, "customer premises" means: all offices, structures, parking lots, and job sites, whether owned by a customer of the Company or leased by a customer of the Company. Ill.Alcohol and Drug Use Prohibitions 1. The Company prohibits the use, possession, sale, purchase, solicitation, dispensing, manufacturing and distribution of drugs, alcohol, prescription medication without a prescription, or other controlled substances while on duty, on work premises, on customer premises,and on assignment. Page 28 1/2016 .i a 2. The Company prohibits the use, possession, sale, purchase, solicitation, dispensing, manufacturing and distribution of drugs, alcohol, prescription medication without a prescription, or other controlled substances while off-duty, away from work premises, and away from customer premises, if such use or activity adversely affects the employee's work performance,the safety of employees or of others, or puts the Company's reputation at risk. 3. The use, possession, sale, purchase, dispensing, manufacturing and distribution of drugs, alcohol or other controlled substances on duty,on work premises,on customer premises, or on assignment is cause for immediate discharge. 4. It is a condition of employment for an employee to refrain from reporting to work or working with the presence of drugs or alcohol in his or her body. IV. Drug Testing of Job Applicants 1. All job applicants considered final candidates for a position will be tested for the presence of drugs as a part of the application process. 2. Job applicants will be asked to read and sign the Company's Drug-Free Workplace Policy Consent Form. If a job applicant refuses to read and sign the Company's Drug-Free Workplace Policy Consent Form, the job applicant will not be considered for employment and the application process will terminate. Any previous offer of employment will be withdrawn,without penalty or obligation. V.Consequences of Job Applicant's Refusal to Submit to Drug Test or Refusal to Cooperate 1. If a job applicant refuses to submit to a drug test, the job applicant will not be considered for employment and the application process will terminate. 2. If a job applicant refuses to submit to a drug test, any previous offer of employment will be withdrawn,without penalty or obligation. 3. A job applicant who tampers with, alters, adulterates, or otherwise interferes with a drug or alcohol specimen, collection, samples, or analysis will be immediately disqualified from consideration for employment with the Company. Vi. Consequences of Job Applicant's Positive,Confirmed Drug Test Result 1. Any job applicant who has a positive, confirmed drug test result will be ineligible for hire by the Company. Page 29 1/2016 /III I A 2. If a job applicant has a positive,confirmed drug test result,any previous offer of employment will be withdrawn,without penalty or obligation. 3. Within five working days after receipt of a positive confirmed test result from the medical review officer, the Company shall inform a job applicant in writing of such positive test result, the consequences of such results as described in this Policy,and the options available to the job applicant as described in this Policy. The Company shall provide to the job applicant, upon request, a copy of the test results. VII. Options Available to the Job Applicant Upon Notification of a Positive, Confirmed Drug Test Result 1. Contact the Medical Review Officer Within five working days after receiving written notification of the positive test result, a job applicant who receives a positive confirmed drug test result may contest or explain the result to the medical review officer. If the job applicant's explanation or challenge of the positive test result is unsatisfactory to the medical review officer, the medical review officer shall report a positive test result back to the employer. A person may contest the drug test result pursuant to law or to rules adopted by the Florida Agency for Health Care Administration. 2. Contact the Company Within five working days after receiving notice of a positive confirmed test result, a job applicant may submit information to the Company explaining or contesting the test result, and explaining why the result does not constitute a violation of this Policy. If the job applicant's explanation or challenge of the positive test result is unsatisfactory to the Company, a written explanation as to why the job applicant's explanation is unsatisfactory, along with the report of positive result, shall be provided by the Company to the job applicant. All such documentation shall be kept confidential by the Company pursuant to Florida Statute section 440.102(8) and shall be retained by the Company for at least one year. 3. Contact the Laboratory If the job applicant undertakes an administrative or legal challenge to the test result, the job applicant shall notify the laboratory and the sample shall be retained by the laboratory until the case or administrative appeal is settled. VIII. Drug Testing of Employees: 1. Reasonable Suspicion Drug Testing: Employees will be tested when there is a belief that an employee is using or has used drugs in violation of the employer's policy drawn from specific Page 30 1/2016 11/110 objective and articulable facts and reasonable inferences drawn from those facts in light of experience.Among other things,such facts and inferences may be based upon: (a) Observable phenomena while at work, such as direct observation of drug use or of the physical symptoms or manifestations of being under the influence of a drug; (b) Abnormal conduct or erratic behavior while at work or a significant deterioration in work performance; (c)A report of drug use, provided by a reliable and credible source; (d) Evidence that an individual has tampered with a drug test during his or her employment with the current employer; (e) Information that an employee has caused, contributed to, or been involved in an accident while at work; (f) Evidence that an employee has used, possessed, sold, solicited, or transferred drugs while working or while on the employer's premises or while operating the employer's vehicle, machinery,or equipment;and (g) Information that an employee has been arrested for, indicted for, or convicted of a drug- related crime. If drug testing is conducted based on reasonable suspicion, the Company shall promptly detail in writing the circumstances which formed the basis of the determination that reasonable suspicion existed to warrant the testing. A copy of this documentation shall be given to the employee upon request and the original documentation shall be kept confidential by the employer pursuant to Florida Statute §440.102(8) and shall be retained by the employer for at least 1 year. 2. Routine Fitness for Duty Drug Testing: Employees will be required to submit to drug tests conducted as part of routinely scheduled employee fitness-for-duty medical examinations. 3. Follow-up Drug Testing: If an employee enters an Employee Assistance Program for drug- related problems, or a drug rehabilitation program,the employee will be required to submit to a drug test as a follow-up to such program. Testing will be conducted at least once a year for a two-year period after completion of the program.Testing will be unannounced. 4. Post-Accident Drug Testing: Employees involved in an on-the-job accident or injury that requires medical treatment above and beyond first-aid, must first receive treatment. The Page 31 1/2016 employee must then submit to a drug test. The employee must report for testing to the designated collection site within twenty-four(24) hours of the accident if the drug test is not performed immediately following medical treatment. Failure to do so will be considered a refusal to test, resulting in immediate termination. Employees involved in an on-the-job accident or injury who potentially contributed to the accident or injury event in any way but who were not injured themselves, must submit to a drug test.The employee must report for testing to the designated collection site within twenty- four(24) hours of the accident. Failure to do so will be considered a refusal to test, resulting in immediate termination. 5. Random Drug Testing: Employees will be randomly selected and will be notified of scheduled testing with minimal advance notice. The Direct Report shall explain to the employee that he/she is under no suspicion and that his/her name was selected randomly. A selected employee may obtain a deferral from testing if on a leave status or on official travel, but only with agreement from Direct Reports. (The employee may be rescheduled for testing within 60 days.) Additional Testing: Additional testing may also be conducted as allowed or required by applicable State and Federal Laws, rules, regulations or as deemed necessary by the Company. IX. Consequences of Employees' Refusal to Submit to Drug Test or Refusal to Cooperate 1. Employees who refuse to submit to a test will be immediately discharged. 2. Employees who tamper with, alter, adulterate, or otherwise interfere with a drug or alcohol specimen, collection, samples, or analysis may be immediately terminated and may forfeit any medical or indemnity benefits under Florida's Workers'Compensation law. 3. If an injured employee refuses to submit to a test for drugs or alcohol, the employee forfeits eligibility for medical and indemnity benefits under Florida's Workers' Compensation law and also forfeits unemployment benefits under Florida's Unemployment Compensation Law. X. Positive Drug Test Results 1. A positive test result shall be verified by a confirmation test as defined by Florida Statute section 440.102(1)(b) and a medical review officer as defined by Florida Statute section 440.102(1)(k). 2. For the purpose of this Policy, the Company will presume that an individual is under the influence of drugs or alcohol if the drug and alcohol test is positive and is verified by a confirmation test. Page 32 1/2016 IR XI. Consequences of Employee's Positive,Confirmed Drug Test Result 1. If an employee tests positive and is determined to be in violation of this Policy,the employee may be terminated. Any adulterated specimen will be viewed as a positive result, and will be treated as such. However, an employee may request that termination be changed to unpaid suspension by admitting to drug use and requesting rehabilitation assistance. By requesting that termination be changed to unpaid suspension and admitting to drug use and requesting rehabilitation assistance, an employee who has a positive, confirmed test result may be permitted an unpaid suspension, and if so, the employee would be subject to immediate removal from duty; suspended without pay for a period of thirty (30) days; required to successfully complete recommended rehabilitation including continuing care; required to pass a Return-to-Duty Drug Test; required to sign a Return-to-Work Agreement; required to release information allowing the Company to receive information from medical and treatment professionals regarding continuing care recommendations and compliance; subject to ongoing, unannounced, follow- up drug testing for five years; and terminated immediately if he or she either has a second positive, confirmed test result, violates the Return-to-Work Agreement, fails to maintain satisfactory progress in the rehabilitation program,or discontinues the rehabilitation program. 2. Within five working days after receipt of a positive confirmed test result from the Medical Review Officer, the Company shall inform an employee in writing of such positive test result, the consequences of such results as described in this Policy, and the options available to the employee as described in this Policy. The Company shall provide to the employee, upon request,a copy of the test results. 3. The results of a drug or alcohol test taken pursuant to this Policy may be used as evidence to deny employee medical and indemnity benefits under Florida's Workers' Compensation law, and also to deny unemployment benefits under Florida law. 4. Under this Policy, the Company may suspend employees without pay, pending the results of a drug test or investigation. XII. Options Available to the Employee Upon Notification of a Positive, Confirmed Drug Test Result 1. Contact the Medical Review Officer Within five working days after receiving written notification of the positive test result, an employee who receives a positive confirmed drug test result may contest or explain the result Page 33 1/2016 to the Medical Review Officer. If the employee's explanation or challenge of the positive test result is unsatisfactory to the Medical Review Officer, the Medical Review Officer shall report a positive test result back to the Company. A person may contest the drug test result pursuant to law or to rules adopted by the Florida Agency for Health Care Administration. 2.Contact the Company Within five working days after receiving notice of a positive confirmed test result, an employee may submit information to the Company explaining or contesting the test result,and explaining why the result does not constitute a violation of this Policy. If the employee's explanation or challenge of the positive test result is unsatisfactory to the Company, a written explanation as to why the employee's explanation is unsatisfactory, along with the report of positive result,shall be Provided by the Company to the employee. All such documentation shall be kept confidential by the Company pursuant to Florida Statute section 440.102(8) and shall be retained by the Company for at least one year. 3. Contact the Laboratory If the employee undertakes an administrative or legal challenge to the test result,the employee shall notify the laboratory and the sample shall be retained by the laboratory until the case or administrative appeal is settled. XIII. Medical Review Officer All drug test results will be reviewed by the Medical Review Officer. XIV. Request for Retest: 1. By Employee or Job Applicant: During the 180-day period after written notification of a positive test result, the employee or job applicant who has provided the specimen shall be permitted by the Company to have a portion of the original specimen retested, at the expense of the employee or job applicant. Under the terms of the Company's contract with the Medical Review Officer, the Medical Review Officer has the responsibility for processing the request for retest. The retest will be performed at a second laboratory, licensed and approved by the Florida Agency for Health Care Administration, and chosen by the employee or job applicant. The second laboratory must test at equal or greater sensitivity for the drug in question as the first laboratory. The first laboratory that performed the test for the Company is responsible for the transfer of the portion of the specimen to be retested, and for the integrity of the chain of custody during such transfer. Page 34 1/2016 .A 2. By Medical Review Officer: If the Medical Review Officer questions the validity of the testing procedure,the Medical Review Officer may, at his or her sole discretion, (1)order re-analysis of the original sample at any laboratory or clinic approved by the Florida Agency for Health Care Administration; or (2) request additional samples from the employee or job applicant for testing. A retest performed at the request of the Medical Review Officer shall be at the Company's expense. XV.Confidentiality 1.All information, interviews, reports,statements, memoranda,and drug test results,written or otherwise, received by the Company as a part of this drug testing program, are confidential and may not be used or received in evidence, obtained in discovery, or disclosed in any public or private proceedings, except in accordance with applicable sections of Florida Statutes, Chapter 440. 2. The Company will not release any information concerning drug test results obtained pursuant to this drug testing program without a written consent form signed voluntarily by the person tested, unless such release is otherwise compelled by applicable laws, rules, or regulations. The written consent form will contain: (1) the name of the person who is authorized to obtain the information; (2)the purpose of the disclosure; (3) the precise information to be disclosed; (4)the duration of the consent;and (5)the signature of the person authorizing release of the information. 3. In accordance with Florida law, the Company, its agents, and the testing laboratory will have access to and will be able to use employee drug test information when consulting with legal counsel in connection with actions brought under or related to Florida Statute section 440.102 or when the information is relevant to the Company's defense in a civil or administrative matter. XVI. Disclosure of Medication Use by Employees and Job Applicants 1. Employees and job applicants have the right to confidentially consult with the testing laboratory or medical review officer for technical information regarding prescription or non- prescription medications that may interfere with results of a drug test. 2. Employees and job applicants have the right to complete a Medication Disclosure Form. A Medication Disclosure Form is a confidential report that is provided to the medical review officer. The Medication Disclosure Form permits employees and job applicants to list all prescription and non-prescription drugs they are currently using or have used in the last month,as well as any other information that the employees and job applicants consider relevant to the drug test. 3. Employees and job applicants may complete a Medication Disclosure Form before and after they submit to a drug test. Page 35 1/2016 1 4. Employees and job applicants will receive a list of common medications that may alter or affect a drug test. The list may be developed and amended by Florida departments and agencies. 5. in addition, Company policy requires employees to complete a confidential Medication Disclosure Form during the course of employment to report the use of any prescription and non-prescription drugs that may alter their physical or mental abilities. XVII. Responsibility of Employees and Job Applicants to Notify Laboratory 1. Employees and job applicants have the responsibility to notify the drug testing laboratory of any administrative or civil action brought pursuant to Florida Statute section 440.102. The laboratory will retain the sample until the case or administrative appeal is settled. XVIII.Types of Drugs for Which Employees and Job Applicants May be Tested The following is a list of drugs (described by brand name and/or common name and/or chemical name)for which the Company may test. This list includes some over-the-counter and prescription drugs that may alter or affect drug test results, as described in Section XIX of this Policy. Alcohol (booze,drink, beer,wine, distilled spirit, malt beverage, liquors).All liquid medications containing ethyl alcohol (ethanol). Amphetamines (uppers,speed, eve, methamphetamine).Obetrol, Biphetamine, Desoxyn, Dexedrine, Didrex, lonamine, Fastine Barbituates (downers, barbs).Secobarbital, Phenobarbitol,Tuinal,Amytal, Nembutal, Seconal, Lotusate, Fiorinal, Fioricet, Esgic, Butisol, Mebral, Butabarbital, Butalbital, Phenrinin,Triad, etc. Benzodiazepines Ativan, Azene, Clonopin, Dalmane, Diazepam, Halcion, Librium, Paxipam, Restoril,Serax,Tranxene,Valium,Verstran,Xanax,Centrax. Cannabinoids (marijuana, pot,joint, roach,grass,weed, reefer,hasish, hash). Marino! (Dronabinol,THC). Cocaine (coke, nose candy,snow, blow, crack). Cocaine HCI topical solution (Roxanne). Phencyclidine (PCP,angel dust). Not legal by prescription. Page 36 1/2016 11111 I Methaqualone (ludes, qualude,optimil, parest). Not legal by prescription. Opiates (heroin, horse, smack, powder). Paregoric, Parepectolin, Donnagel PG, Morphine, Tylenol with Codeine, Emprin with Codeine, APAP with Codeine, Aspirin with Codeine, Robitussin AC, Guiatuss AC, Novahistine DH, Novahistine Expectorant, dilaudid (Hydromorphine), M-S Contin and Roxanol (morphine sulfate), Percodan,Vicodin,Tussi-organidin, etc. Methadone Dolphine, Metadose Propoxyphene Darvocet, Darvon N, Dolene, etc. Designer drugs (ecstasy, MDMA, etc.) The Company reserves the right to expand or otherwise modify at any time the number or types of drugs for which the specimen will be tested. The Company will provide employees with sixty(60) days written notice of any expansion or modification to the above list. XIX.Common Medications That May Alter or Affect Drug Test Results The following is a list of over-the-counter and prescription drugs (described by brand name and/or common name and/or chemical name) that may alter or affect drug test results, according to the Florida Agency for Health Care Administration (ARCA). According to the AHCA, due to the large number of obscure brand names and constant marketing of new products,this list cannot and is not intended to be all-inclusive. Alcohol All liquid medications containing ethyl alcohol (ethanol). Please read the label for alcohol content.As an example,Vick's Nyquil is 25%(50 proof) ethyl alcohol,Comtrex is 20%(40 proof), Contact Severe Cold Formula Night Strength is 25%(50 proof)and Listerine is 26.9%(54 proof). Amphetamines Obetrol, Biphetamine, Desoxyn, Dexedrine, Didrex, lonamine, Fastine. Cannabinoids Marinol (Dronabinol,THC). Cocaine Cocaine HCI topical solution(Roxanne). Phencyclidine Not legal by prescription. Methaqualone Not legal by prescription. Opiates Paregoric, Parepectolin, Donnagel PG, Morphine,Tylenol with Codeine, Emprin with Codeine,APAP with Codeine,Aspirin with Codeine, Page 37 1/2016 Robitussin AC,Guiatuss AC, Novahistine DH, Novahistine Expectorant, dilaudid(Hydromorphine), M-S Contin and Roxanol (morphine sulfate), Percodan,Vicodin,Tussi-organidin,etc. Barbituates Phenobarbitol,Tuinal,Amytal, Nembutal,Seconal, Lotusate, Fiorinal, Fioricet, Esgic, Butisol, Mebral, Butabarbital, Butalbital, Phenrinin,Triad, etc. Benzodiazepines Ativan,Azene, Clonopin, Dalmane, Diazepam, Librium,Xanax, Serax, Tranxene,Valium,Verstran,Halcion, Paxipam, Restoril, Centrax. Methadone Dolphine, Metadose Propoxyphene Darvocet, Darvon N, Dolene,etc. Employee Assistance Programs 1. Participation in an EAP program is confidential. 2. Participation in an EAP program must be arranged and paid for by the employee. 3. The Company retains the right to change an employee's job assignment during the term of the employee's treatment in an Employee Assistance Program. Employee Assistance Program Services You may contact the Company's health insurance provider to determine whether assistance may be available. Hanley Center 933 45th St., West Palm Beach, FL 33407 866-442-6539 The Palm Beach. Institute 1017 North Olive Avenue, West Palm Beach, FL 33401 1-866-811-3993 Genesis House Addiction Treatment 4865 40th Way South, Lake Worth, FL 33461 800-737-0933 XXI.Treatment and Rehabilitation Page 38 1/2016 /III I a k I 1. Early recognition and treatment of drug or alcohol abuse is important for successful rehabilitation. Whenever feasible, the Company will assist employees in overcoming abuse by providing information on treatment opportunities and programs. The Company maintains its own program to assist its employees, which consists of referring employees and their families who suffer from alcohol or drug use problems to local rehabilitation centers. 2. No employee will be discharged, disciplined, or discriminated against solely upon the employee's voluntarily seeking treatment,while under the employ of the Company, for a drug- related problem if the employee has not previously tested positive for drug use, entered an Employee Assistance Program for drug-related problems, or entered a drug rehabilitation program. 3. If an employee enters an Employee Assistance Program for drug-related problems, or enters a drug rehabilitation program, two times within a three-year period, the employee is subject to immediate termination. XXII.Testing Facility Specimens will be collected and tested by the facility that you will be directed to by the Company. XXIII.Collective Bargaining Rights 1. This Policy does not eliminate the bargainable rights and right to appeal of any employee covered under any collective bargaining agreement between the Company and any certified labor organization as provided in the collective bargaining process, if applicable. XXIV. Searches 1.To ensure that drugs and alcohol do not enter or affect the workplace,the company reserves the right to search all containers, lockers, bags,or other items on work premises in furtherance of this policy. Individuals may be requested to display personal property for visual inspection upon company request. 2. Failure to consent to search or display for visual inspection will be grounds for discharge. 3. Searches of employee's personal property will take place only in the employee's presence. All searches under this policy will occur with the utmost discretion and consideration for the employees involved. This company will turn over all confiscated drugs to the proper law enforcement agency. Further, the Company reserves the right to cooperate with, or enlist the services of, proper law enforcement authorities in the course of any investigation. XXV. Legal Action Page 39 1/2016 II A III 1. Employees and job applicants are required to notify the Company and the drug testing laboratory in writing 30 days prior to bringing and legal or administrative action concerning the results of a drug test. Such notification is a condition of employment and shall be a condition precedent to any such administrative or legal action. XXVI. Reporting of Arrests and Convictions 1. As a condition of employment, an employee must notify the Company of any arrest, indictment, or conviction pursuant to any federal or state criminal controlled substance law within five calendar days of such arrest, indictment, or conviction. Failure to report the arrest, indictment, or conviction within the prescribed time period will result in discipline, which may include immediate termination of employment. Such information provides Reasonable Suspicion for the Company to require the employee to submit to a drug test. SEPARATION FROM EMPLOYMENT All terminations or separations from the Company are in one of the following categories. 1. Resignation: When an employee decides to terminate his or her employment. We strongly suggest that you talk with your Direct Report concerning the reasons for your resignation and if you still must terminate your employment, we would appreciate the professional courtesy of advance notice by at least two(2)weeks. 2. Dismissal: When the Company terminates an employee. The services of an employee whose work or conduct is unsatisfactory will be terminated. 3. Layoff: When an employee is taken off the Company payroll due to lack of work. In such case, the Company will try to determine in advance whether the employee or employees involved can be placed in other jobs or locations. No employee shall be laid off unless it has been determined that no other suitable opening exists. If there are no such openings, the employee will be given as much notice as possible. 4. Recall: Personnel laid off will be contacted if work is increased enough to support additional personnel. At time of separation the employee will return all property of the Company. The return of property includes all documents related to the business of the Company, including information regarding trade secrets and customers. In the event of termination of employment, the employee will sign a "Termination Form and be asked if they would like an exit interview. INTOLERABLE PERFORMANCE Page 40 1/2016 /III I Certain behavior is intolerable and shall be considered valid cause for immediate dismissal. Such conduct shall include, but is not restricted to,the following: 1. Stealing. 2. Failure to notify Company of reasons of absence within three (3)working days. 3. Driving Company vehicles under the influence of intoxicating liquor or illegal drugs, or in a careless manner, resulting in injury or damage to property. 4. Gross insubordination,including refusal to perform job duties. 5. Consuming and/or possessing illegal drugs, narcotics, alcohol, or any illegal substance and/or attempting to sell or purchase any of the above. 6. Consuming intoxicating liquors on Company property. 7. Willful damage to Company property or property of others. 8. Dangerous horseplay. 9. Violation of safe practice,such as exposing self or others to injuries. 10. Conviction of criminal offenses that are particularly egregious or related to the employee's position. 11. Falsification of records with the intent to gain unearned profits. 12. Falsification of material fact in the application for employment. 13. Fighting, except as an innocent victim of an unwarranted assault. 14. Unauthorized work elsewhere. 15. Refusing to be drug tested or testing positive, in accordance with the Company's Drug-Free Workplace Policy. 16.Violation of the Company's Equal Opportunity or Non-Harassment Policies. 17. Breach of confidence, including unauthorized divulgence of confidential information. 18.Threatening or committing physical violence against another person. 19. Not calling in sick at least one hour prior to start time. 20. Gambling on Company premises or job site. 21. Speeding or reckless driving or unauthorized use of Company vehicle. 22. Demonstration of lack of courtesy towards other employees,customers or vendors. 23.Violation of the Company Policy Regarding Dangerous Weapons on Company Property and the Property of the Company's Customers. 24. Violation of the Company Policy Regarding Privacy and Use of Company Communications and Information Systems. JURY DUTY AND COURT APPEARANCES Upon receipt of notification from the state or federal courts of an obligation to serve on jury duty or appear as a witness, the employee must notify their Direct Report. The employee is required to provide copies of the jury summons and/or subpoena to their Direct Report. I Page 41 1/2016 Time off for employees attending jury duty or appearing as a witness will be unpaid, except where otherwise required by law (including instances when pay is required for exempt employees under the Fair Labor Standards Act). When required by Broward County (Florida) Ordinance, the Company will provide the difference between jury duty pay and the employee's usual wages or salary for time spent in jury service in Broward County to those employees who are regularly scheduled to work at least 35 hours per week. This income protection for time spent in jury service will be provided for a maximum of five (5)working days. When required by Miami-Dade County (Florida) Ordinance, the Company will provide the difference between jury duty pay and the employee's usual wages or salary (excluding commissions or compensation for more than 8 hours per day) for time spent in jury service in Miami-Dade County to those employees who are regularly scheduled to work at least 35 hours per week, provided that the employee gives a copy of the summons to his immediate Direct Report at least five (5)working days prior to the commencement of service as a juror. For those instances where the time off for employees attending jury duty or appearing as a witness is unpaid, employees may use accrued paid time off, if any is provided by Company policy. LEAVE OF ABSENCE A leave of absence is defined as an extended period of time absent from work without loss of employment. Leave of absence is typically without pay (except where required by law), but may be used as vacation days and/or sick leave, if any are available; and the Company may require the use of available paid time off for certain types of leave. The following are all considered a Leave of Absence: Bereavement Leave: Employees will be allowed time off in the event of a death in the immediate family. For purposes of this policy, immediate family is defined as "mother, father, sister, brother, spouse, domestic partner, child, grandparent, in-laws of the same relationship or any other relative residing under the same roof as the employee." The term "spouse" means those employees having a legal marital relationship as well as employees involved in relationships characterized j by permanence,duration and stability normally associated with marriage. The maximum time allowed is three (3) days. Time off for bereavement leave is unpaid, but may be used as vacation days,if any are accrued. Proof of the death and relationship to the deceased may be required. Page 42 1/2016 / I Military Leave of Absence: The Uniformed Services Employment and Reemployment Rights Act (USERRA) provides that those who serve their country can retain their civilian employment and benefits, and can seek employment free from discrimination because of their service. Under USERRA, there is a five-year cumulative service limit on the amount of military leave (voluntary or involuntary) an employee can use and still retain reemployment rights, unless an exception under USERRA applies. Under USERRA, the Company has the right to request that a person who is absent for a period of 31 days or more provide documentation showing that the person's application for reemployment is timely; the person has not exceeded the five-year service limitation; and the person's separation from service was other than disqualifying under 38 USC§4304. Unless precluded by military necessity, advance notice must be provided to the Company, either orally or in writing. Failure to provide notice may result in denial of protection of USERRA. Under USERRA, employees who are eligible to be reemployed will be restored to the same position held prior to the leave or to positions with equivalent seniority, pay and benefits; without any effect on the Length of Service or available paid vacation time. In addition to the USERRA, Florida's military affairs law provides certain protections for National Guard members. Upon the completion of state active duty, a member of the National Guard shall promptly notify the Company of his or her intent to return to work. The employee has certain rights of reemployment provided by the law, unless one or more exception applies. Under Florida's military affairs law, members of the National Guard are permitted to apply a accrued Paid Time Off toward the period in which the member was ordered into state active duty, upon request. The Company is not required to pay an employee on military leave of absence. FLORIDA'S DOMESTIC VIOLENCE LEAVE ACT Under Florida Statute §741.313 (2015), an employee who has been employed with the Company for three (3) or more months may request and take up to three (3) working days of leave from work in any 12-month period if the employee or a family or household member of an employee is the victim of domestic violence or sexual violence.This leave is without pay.The leave may be used for the purposes stated in Florida Statute§741.313. Page 43 1/2016 itti I a A I Except in cases of imminent danger to the health or safety of the employee, or to the health or safety of a family or household member, an employee seeking leave from work under this section must provide to the Company advance notice of the leave in accordance with the Absenteeism and Tardiness section of this Employee Manual, along with sufficient documentation of the act of violence. An employee seeking leave under this section must, before receiving the leave, exhaust all annual or vacation leave, personal leave,and sick leave that may be available to the employee. PERSONNEL RECORDS It is important to both you and the Company that your personnel records be correct and up-to- date. You must notify the office of any change in your address, telephone number, marital status or number of dependents. It is also very important to give your current telephone number to your Direct Report so they can advise you of unusual operating schedules or events. SMOKING POLICY Smoking is not permitted on Company property except in designated areas. It is our intent to create a smoke-free environment within our Company. Non-smoking will be the policy in all Company facilities and all Company vehicles. Violation of this policy may result in discipline, up to and including termination. The employee may also be required to remove trash/stains left behind by the employee in violation of this policy. COMPLAINT PROCEDURE Employees are encouraged to share their concerns, seek information, provide input, and resolve problems through their Direct Report. The Direct Report will make a thorough inquiry into the facts and circumstances of the complaint, and will make every effort to resolve the matter promptly and fairly. If the employee is dissatisfied with the decision of their immediate Direct Report,the employee may submit a written report of their complaint to the Human Resource Department. If further review is required, the Vice President of the Company will conduct the appropriate investigation and advise the employee, in writing,of the final decision. Page 44 1/2016 I Employees who feel they have been subject to any kind of harassment should refer to the Harassment Policy for reporting procedures. ALTERNATIVE DISPUTE RESOLUTION Should a conflict arise between the employer and employee that cannot be resolved via the standard conflict procedure, the employee agrees to a non-binding mandatory mediation as a condition precedent to the filing of any charge or lawsuit. The cost of the mediator will be paid by the Company. Each party hereby irrevocably submits the exclusive personal jurisdiction of the Courts of the State of Florida and the venue of the courts in Palm Beach County, Florida. Each party agrees that the Circuit Court for the Fifteenth Judicial Circuit in and for Palm Beach County shall be the exclusive jurisdiction and venue of any litigation or special proceeding to resolve any dispute or claim arising from or related to or connected with employee's employment, including any claims based upon statute, common law or rule. The parties hereby waive any objection to such forum based upon venue or forum non convenience grounds. PERFORMANCE EVALUATIONS Evaluations are intended as a source of communication between you and your Direct Report. These reviews are intended to evaluate your performance, define mutually agreed upon goals, commend your strengths, and point out areas for improvement and development. The following list includes some, but not necessarily all, of the areas that may be considered in evaluating employees. These are not listed in order of importance: Volume of work, quality of work,job knowledge, adaptability, resourcefulness, organization of work,work attitude,ability to work well with others, productivity,attendance. An evaluation does not necessarily mean a change in pay or duties. Evaluations are separate from salary reviews, but are one of the factors taken into consideration at the time of salary review.The Company, in its sole discretion, may consider employees for merit-based increases as the Company may determine.Salary changes, if made,will take effect at the beginning of the next pay period. Page 45 1/2016 These guidelines are not intended to constitute a contract between the company and an employee. Nothing in these guidelines binds the company to a specific or definite period of employment or to any specific policies, procedures, actions, rules or terms and conditions of employment. Employee, as a condition of employment, is required to abide by these guidelines. In the event of separation from the company, the company reserves the right that the separated employee not disclose any company confidential information regarding customer sites,projects opened and closed. Page 46 1/2016 A-7 SUPPLEMENT TO BID/TENDER 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 BID 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: Quantity Unit Description Unit Price Price Extended Method N/A Total $N/A West Construction,Inc. Name of Bidd r Authorized Signature of Bid q� Martha A. Morgan,President BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI EAC H 77 A-7 CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 0 Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the foregoing Trench Safety Act Form (Attachment A-7) in order to be considered responsive.] BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI BEACH 78 A-8 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. N/A BID NO:2017-146-ZD CITYOF MIAMI BEACH MIAMI BEACH 79 ATTACHMENT D INSURANCE REQUIREMENTS Amount of Bond Ratings Category 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 6.2. 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. 6.3. 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. 7. Indemnification 7.1 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. 7.2 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. 8. Insurance Requirements: 8.1 The Bidder shall furnish to the Procurement Department, City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: BID NO: 2017-146-ZD CITYOF MIAMI BEACH A. Worker's Compensation Insurance as required by Florida, with Statutory limits and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, contractual liability, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $2,000,000 combined single limit per occurrence, for bodily injury and property damage. D. Builders Rislk Insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty. (City of Miami Beach shall Named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) E. Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as broad as the primary General Liability coverage. F. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. 8.2 Additional Insured Status The City of Miami Beach must be covered as an additional insured with respect to liability arising out of work or operations performed by or on behalf of the Consultant. 8.3 Waiver of Subrogation Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. Other Insurance Provisions 1. For any claims related to this project, the Contractor's coverage shall be primary insurance as respects the City of Miami Beach, its officials, officers, employees, and volunteers. Any insurance or self-insurance maintained by the City of Miami Beach shall be excess of the Contractor's insurance and shall not contribute with it. 2. Each policy required by this clause shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach. 3. If any excavation work is included in the Contract, it is understood and agreed that Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse and Underground) coverage. If any coverage required is written on a claims-made form: BID NO: 2017-146-ZD CITYOF MIAMI BEACH x x:}h BEACH 21 4. The retroactive date must be shown, and must be before the date of the contract or the beginning of contract work. 5. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 6. If coverage is canceled or non-renewed, and not replaced with another claims- made policy form with a retroactive date prior to the contract effective date, the Contractor must purchase extended period coverage for a minimum of five (5) years after completion of the contract work. 7. A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk Management (or its designee) for review. 8. If the services involved lead-based paint or asbestos identification/ remediation, the Contractors Pollution Liability shall not contain lead-based paint or asbestos exclusions. If the services involve mold identification/remediation, the Contractors Pollution Liability shall not contain a mold exclusion and the definition of"Pollution" shall include microbial matter including mold. 8.4 Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII, unless otherwise acceptable to the City of Miami Beach Risk Management Office. 8.5 Verification of Coverage Contractor shall provide the required insurance certificates, endorsements or applicable policy language effecting coverage required by this Section. All certificates of insurance and endorsements are to be received prior to any work commencing. However, failure to obtain the required coverage prior to the work beginning shall not waive the Contractor's obligation to provide them. The City of Miami Beach reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. 8.6 Special Risks or Circumstances The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Certificate Holder: CITY OF MIAMI BEACH c/o PROCUREMENT DEPARTMENT 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 9. Labor and Materials: 9.1. 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 BID NO: 2017-146-ZD CITYOF MIAMI BEACH BEACH 22