Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC18-075 FCI ConstructorsPRECONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT
FOR THE EAGLE COUNTY FACILITIES WORKSHOP
THIS AGREEMENT is entered into as of A_►�N �61ZW(by and between Eagle
County, a body corporate and politic ("OWNER") and FCI Constructors, Inc., a Colorado
corporation (hereinafter referred to as "FCI" or "Contractor").
WHEREAS, OWNER intends to design and construct an Eagle County Facilities Workshop that
will include an approximately 14,000 square foot one-story facility, with offices, a small
kitchen/breakroom, rest rooms, storage, and multiple types/styles of access doors in Gypsum,
Colorado ("the Project"); and
WHEREAS, the Architect for the Project is Menendez Architects,715 West Main Street, Suite
104, Aspen Colorado, 81611; and
WHEREAS, the OWNER seeks professional preconstruction services to facilitate and assist
with the design of the Project and final construction services to complete the facility as designed;
and
WHEREAS, Contractor represents to the OWNER that it is authorized to do business in the
state of Colorado, and that it has, by virtue of its capabilities of budgeting, cost estimating,
management, and personnel, the required technical and professional expertise to perform the
scope of Work set forth in Paragraph 2 hereunder.
NOW THEREFORE, OWNER and Contractor, for the consideration hereinafter set forth, agree
as follows:
1. Defmitions
1.1. "Agreement" or "Contract" means this written agreement.
1.2. "Architect" means "Engineer / Architect" for this Project is Menendez Architects or such
other professional architect, or group or association or professional corporation of such approved
professional architects, engineers and consultants, who have contracted with the OWNER to
accomplish the architectural and engineering services necessary to the Work.
1.3. "Change Order" means a written order to the CM/GC signed by the Board of County
Commissioners or the Project Manager and the CM/GC, issued after the execution of this
Agreement, authorizing a change in the Work, the method or manner of performance, or an
adjustment in the Guaranteed Maximum Price, Preconstruction Services, Construction Services, or
the Contract Time.
1.4. "CM/GC" means Construction Manager/General Contractor and for this Agreement shall
be interchangeable with Construction Manager -At-Risk "CM -A -R".
1.5. "Colorado Labor" means as provided in C.R.S. §8-17-101 et seq. as amended.
C18-075
1.6. "Completion Date" means the first date when all of the following have occurred: the date
that the Architect and Project Manager have certified that construction is completed in accordance
with the Contract Documents, the local jurisdiction has issued a Certificate of Occupancy, and the
date the OWNER can fully occupy or utilize the Work for the purpose for which it is intended.
1.7. "Construction Documents" means the drawings and specifications that set forth in detail
requirements for the construction of the Project. "100% Construction Documents" means 100%
Design Documents with further detailed drawings and sections for constructability and written
specifications for 100% ability to construct the project.
1.8. "Contingency" means the set percentage of the construction contract amount budgeted for
unforeseen emergencies or design shortfalls identified after the construction project commences.
1.9. "Contract Documents" means this Agreement, Amendments to this Agreement, Conditions
of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Notices
to Proceed, Change Orders, Addenda to the RFP issued prior to execution of this Agreement, if any,
and other documents as identified in Paragraph 12 of this Agreement.
1.10. "Cost" means the total cost of labor, materials, provisions, supplies, fees, tests, expenses,
bonds, equipment rentals, equipment purchases, insurance, supervision, engineering, clerical, and
accounting services, the value of the use of equipment, and reasonable estimates of other
administrative costs which may be reasonably apportioned to this Project to complete it in
accordance with this Contract.
1.11. "Direct Cost of Work" means the Cost without the CM/GC Fees set forth in Exhibit "C".
1.12 "Day" means calendar day unless specifically designated otherwise.
1.13. "Design Development" means the phase in which the Architect and other consultants
prepare the design development documents, from the approved schematic design, for submission to
the OWNER for its approval.
1.14. "Design Documents" means the drawings and other documents that fix and describe the
size and character of the entire project as to architectural, structural, mechanical, and electrical
systems, materials and such other elements of the Project as may be appropriate. "100% Design
Documents" means Design Documents that include grading, drainage, utility, irrigation, roadways,
field lighting, building architectural, structural, mechanical, electrical, plumbing and other
specifications necessary for a complete understanding of the scope of work for this Project."
1.15. "Drawings" means all drawings and specifications reviewed and accepted by the OWNER
which have been prepared by the Architect showing the Work to be done.
1.16. "Guaranteed Maximum Price" and "GMP" mean that maximum amount for which the
OWNER agrees to reimburse the total cost of the Work up to a prescribed ceiling amount.
1.17. "Notice to Proceed with Construction Services" means written notice from the Project
Manager to the CM/GC with direction to commence the Construction Services (as defined in
Paragraph 2.3 below), subject to the conditions of this Agreement.
1.18. The "Project" means the total design and construction of which the Work performed under
the Contract Documents is a part, and may include construction by the OWNER or by separate
Contractors.
1.19. "Project Manager" means the individual appointed by the OWNER to act as the OWNER's
representative. The Project is under the authority of the Eagle County Facilities Management
Department, the Director of which, or his designee, shall be OWNER's Project Manager with
Contractor with respect to the performance of the Work (hereinafter "Project Manager"). The Eagle
County Project Manager shall be authorized to sign change orders increasing the scope of work and
associated compensation within the budget constraints set for the Project. Change orders in excess
of the budgeted amount must be signed and approved by the Board of County Commissioners.
1.20. "Subcontractor" means a person, firm, corporation, or other entity supplying labor and
materials, or only labor, for the Work, under separate contact or agreement with the CM/GC or any
other subcontractor.
1.21. "Substantial Completion" (also "substantial completion") means the first date when all of
the following have occurred: the date that the Architect and Project Manager have certified that
construction is sufficiently complete in accordance with the Contract Documents such that OWNER
can occupy or utilize the Work for the purpose for which it is intended and the local jurisdiction has
issued a Temporary Certificate of Occupancy.
1.22. "Supplier" means any manufacturer, fabricator, distributor, material -man or vendor.
1.23. "Value Engineering" means the technical review and analysis of systems and materials
being considered in the design to produce the greatest value for the least cost, the object of which is
to achieve the optimum value for each construction dollar spent and keep the fiscal constraints set
forth throughout the Contract Documents.
1.24. "Work" means the Preconstruction Services (as defined in Section 2.1 below) and, if
Contractor is selected as the CM/CG, the Construction Services (as defined in Paragraph 2.3 below)
and all other services required by the Contract Documents, including all other labor, materials,
equipment and services provided or to be provided by the CM/GC to fulfill Contractor's obligations
under the Contract Documents. The Work may constitute the whole or a part of the Project.
2. Work
2.1. Preconstruction Services:
Contractor, shall perform those preconstruction services that are normally and
customarily provided during the planning and design phases of project of this nature, as more
fully described in Eagle County's Request for Qualifications and Short List Letter/Request for
Proposals for Preconstruction Services for the Eagle County Facilities Workshop, Gypsum
Colorado, attached hereto as Exhibit "A," and incorporated herein by this reference (the
"Preconstruction Services") and as identified in the CM/GC Fee Structure attached hereto as
Exhibit "C" and incorporated herein by this reference. The Preconstruction Services are
generally described as the follows:
A. Contractor will consult with, advise, assist and make recommendations to
the OWNER and Architect on all aspects of planning for the Project, including
review and validation of plans, cost estimates and schedules.
B. Contractor will designate a competent representative ("Preconstruction
Representative"), and any necessary assistance, all satisfactory to the Eagle
County Project Manager, to attend at least bi-weekly meetings, commencing
immediately and continuing throughout the design phase of the project, as
requested with the Architect and/or OWNER to advise and discuss the
preconstruction progress and respond to questions regarding the Project. As of
the date of execution of this Agreement, Contractor has designated Gabe Conner
its Preconstruction Representative. The Preconstruction Representative shall not
be changed except with the consent of the Eagle County Project Manager, which
consent shall not be unreasonably withheld.
C. Contractor will assist the Architect and OWNER at any point in the pre -
construction process to provide cost analysis comparisons of various materials,
products, or design options.
D. Contractor will provide Value Engineering services through technical
review and analysis of alternative designs, systems, and materials being
considered in the design to produce the greatest value for the least cost.
Contractor will provide cost estimates of the alternatives and evaluate the
alternatives on the basis of costs, time schedules, availability of labor and
materials, construction feasibility, warranties and projected life expectancy.
E. Contractor will make budget estimates based on the existing Design and
other available information. Contractor will review and refine subsequent
estimates with quantity take -off cost estimates in increasing detail as the
development of the plans and specifications proceeds, and will advise the
OWNER and the Architect if it appears that the targets for the Project budget
and/or completion will not be met.
F. After the 100% Design Development is determined by the OWNER and
Engineer and OWNER and Architect have approved 100% Design Documents,
Contractor will provide subcontractor prequalification and solicit subcontractor
pricing with the 100% Design Documents. Contractor will then compile final
pricing, to include hard bid subcontractor pricing, plus any other estimates and
projections, for a comprehensive final cost estimate which shall be presented to
the OWNER as a Guaranteed Maximum Price ("GMP"). Contractor will present
the GMP, a detailed budget and construction schedule within 21 calendar days of
the issue of the 100% Design Documents. The GMP, budget and construction
4
schedule must be approved by the Eagle County Project Manager and the
OWNER before the Design and Construction Documents are implemented. The
Construction Services may commence only upon the OWNER's issuance of a
Notice to Proceed with Construction Services.
G. Contractor will review plans and specifications with the Architect for
accuracy and completeness and endeavor to eliminate areas of conflict and
overlap in the work to be performed by the various subcontractors.
H. Contractor will assist the design team in making recommendations of
sequencing based on the project parameters for determining the most cost
effective construction sequence. Contractor will provide a preliminary critical
path schedule for the completion of the design phase, procurement of long lead
items and construction phase to acquire a Certificate of Occupancy by October,
2018.
I. Contractor will maintain an "Open Book" with the OWNER and agrees to
provide copies of all data, bids, estimates, takeoffs, and any other supporting
documentation generated for pricing, products, materials, and schedule analysis.
Some forms, formats and procedures may be construed as proprietary and
copyrighted material. Although available for review by the OWNER, said
materials such as estimating and project management information written,
developed and implemented by Contractor shall not become public information.
J. Contractor will assist the OWNER in obtaining Building Permits if
requested.
2.2. Issuance of Notice to Proceed with Construction Services:
A. If after completing Preconstruction Services, Contractor's proposed GMP,
detailed budget and construction schedule are accepted by the OWNER, then the
OWNER shall provide Contractor with a Notice to Proceed with Construction Services as
the Construction Manager/General Contractor ("CM/GC"). Any modifications to this
Agreement shall be recorded in writing as an addendum.
B. OWNER, in its sole discretion, may decide not to proceed with the Project or with
Contractor as the CM/GC, or OWNER may decide not to issue a Notice to Proceed with
Construction Services to Contractor for any reason or no reason at all. In the event
OWNER does not proceed with the Project or does not select Contractor as the CM/GC
prior to commencement of Construction Services, Contractor will be paid for
Preconstruction Services performed to that point, time and materials inclusive, in an
amount of Zero dollars ($0). This amount shall represent the total due to the Contractor
for Work performed.
C. Upon receipt of a Notice to Proceed with Construction Services, Contractor shall
carry out and develop the overall plans produced by the Architect that have been pre -
approved by the Eagle County Project Manager; establish procedures for coordination
5
between the Architect and Contractor's subcontractors with respect to all aspects of the
Construction Services and implement such procedures; and supervise and direct the work
of its subcontractors and coordinate the Work with the OWNER's objectives of cost, time
and quality, all in accordance with Section 2.3 herein.
2.3. Construction Services
In the event OWNER issues to Contractor, a Notice to Proceed with Construction Services, the
work and services to be provided shall include, but will not be limited to, the following
(hereinafter, the "Construction Services"):
A. Contractor shall furnish labor, materials, equipment and Construction Services (1)
which expeditiously, economically and properly complete the Project in the manner most
consistent with the OWNER's interests and objectives; and (2) in accordance with the
highest standards currently practiced by persons and entities performing comparable
labor and services on projects similar in size, complexity and cost in the State of
Colorado.
B. Supervision: Contractor shall supervise and direct the Construction Services, and
shall be solely responsible for all construction means, methods, techniques, sequences,
and procedures and shall coordinate all portions of the Work under this Agreement.
Contractor shall be responsible to OWNER for the acts and omissions of Contractor's
subcontractors, agents, employees and any other persons performing any of the Work or
furnishing materials under a contract with Contractor.
C. Meeting Attendance: Contractor shall meet regularly with the Architect and Eagle
County Project Manager to discuss progress, present material and information and respond
to questions regarding the Project. Contractor will be responsible for submitting to the
Eagle County Project Manager, within five working days, the minutes of all meetings
during the preconstruction and construction phases. Schedule and conduct weekly
progress meetings at which subcontractors, Architect, the Eagle County Project Manager,
and Contractor can discuss jointly such matters as progress, problems and scheduling.
D. Schedule: Within fifteen (15) working days of issuance of the 100% Design
Documents, Contractor shall prepare and submit a construction schedule for the
Construction Services which shall provide for the expeditious practicable execution of the
Construction Services. The schedule shall be consistent with the previously issued
schedules, not exceed time limits current under this Agreement and shall be related to the
entire Project to the extent required by this Agreement. The schedule for the performance
of the Work shall be a Critical Path Method system. Contractor shall provide a detailed
schedule for the operation of Contractor and subcontractors on the project, including
realistic activity sequences and durations, allocation of labor and materials, processing of
shop drawings and samples and delivery of products requiring long lead-time
procurement.
E. Project Construction Budget: Contractor shall review the project budget and
advise the Eagle County Project Manager if it appears that the Project Construction
C
Budget will not be met and make recommendations for corrective action. Contractor shall
develop and monitor an effective system of Project cost control; incorporated approved
changes as they occur; develop cash flow reports and forecasts as required; identify any
variance between actual and budgeted costs within project budgets; advise Architect and
Eagle County Project Manager whenever projected costs are expected to vary from the
projected budget and/or the Guaranteed Maximum Price, and continually monitor the cost
estimates to assure that the Work remains within the applicable budget of the Guaranteed
Maximum Price.
F. Coordination of Contract Documents: Contractor shall review the drawings and
specifications and recommend alternative solutions whenever design details affect
construction feasibility of schedules.
G. Plan Review: Contractor shall review plans and specifications with the Architect
and the Eagle County Project Manager so as to reduce areas of conflict and for
coordination, accuracy and completeness of the plans and specifications at the issue of the
construction documents.
H. Labor: Contractor shall arrange and provide all labor necessary to accomplish
and complete the Construction Services and analyze the types, quantity and availability of
appropriate categories of labor required for various phases of the Project.
I. Project Control: Contractor shall monitor the work of the subcontractors and
coordinate the work with the activities and responsibilities of the Eagle County Project
Manager and the Architect to complete the Project in accordance with the Construction
Documents and OWNER's objectives of cost, time and quality.
J. Organization: Contractor shall establish on-site organization and lines of
authority in order to carry out the overall plans of the Construction Documents.
K. Communication: Contractor shall establish procedures for coordination among
the Eagle County Project Manager, the Architect, subcontractors and Contractor with
respect to all aspects of the Project and implement such procedures.
L. Monitoring: Contractor shall provide regular monitoring of the schedule as
construction progresses; Identify potential variances with the scheduled completion dates;
Review schedule for Work not started or incomplete and recommend to the Eagle County
Project Manager and the Architect adjustments in the schedule to meet the Completion
Date; Provide summary reports of each monitoring and document all changes in schedule;
and Determine the adequacy of the subcontractors' personnel and equipment and the
availability of materials and supplies to meet the schedule.
M. Cost Control: Contractor shall develop and monitor an effective system of project
cost control, showing actual costs for activities in progress and estimates for uncompleted
tasks. Incorporate approved changes as they occur.
7
N. Permits and Fees: Contractor shall apply for a building permit for the Project.
OWNER will pay the direct cost for the building permit. Contractor shall secure all other
permits, including grading, mechanical and electrical permits applicable to subcontractor
work and any other special permits for permanent improvements not previously obtained
by the OWNER.
O. Staffing: Contractor shall keep on the Project at all times, during its progress,
Troy Reynolds, as project superintendent ("Superintendent"), and any necessary
assistants, including a Project Manager, all satisfactory to the Eagle County Project
Manager, to coordinate and provide general direction of the work and progress of the
subcontractors on the Project. Contractor's Superintendent or Project Manager shall not be
changed except with the consent of Eagle County's Project Manager, such consent to not
be unreasonably withheld. Contractor's Superintendent and Project Manager shall
represent Contractor and all direction given to it shall be as binding as if given to
Contractor.
P. Contractor shall provide full-time, qualified and efficient supervision of the Work,
using their best skill and attention. Contractor shall carefully study and compare all
drawings, specifications and other instructions and shall report to the Eagle County Project
Manager, and immediately correct any error, inconsistency or omission which it may
discover. Contractor shall inspect the work of the subcontractors at all stages and at final
completion and shall guard the OWNER against defects and deficiencies in such work.
Contractor shall be responsible to the OWNER for the acts and omissions of all its
Subcontractors, employees, agents and all other persons performing any of the Work or
furnishing materials under a contract, for which Contractor has supervisory or inspection
responsibility hereunder.
Q. Safety: Contractor shall be responsible for the safety of persons and property and
for compliance with all federal, state and local statutes roles, regulations and orders
applicable to the conduct of the Construction Services.
R. Shop Drawings and Samples: In collaboration with the Architect, Contractor shall
establish and implement procedures for expediting the processing and approval of shop
drawings and samples.
S. Reports and Project Site Documents: Contractor shall record the daily progress of
the Project in a daily log available to the OWNER and the Eagle County Project Manager.
Submit on a monthly basis written progress reports and summaries of meetings to the
Eagle County Project Manager, including information on the subcontractors' work, the
actual cost vs. budgeted cost, actual construction point vs. projected schedule point,
reasons for any discrepancies, the percentage of completion and the corrective actions to
obtain compliance with time and cost schedules.
T. Record Maintenance: Contractor shall maintain at the Project site, on a current
basis, records of all necessary contracts, shop drawings, samples, purchases, materials,
equipment, maintenance and operating manuals and instructions and any other documents
and revisions thereto which arise out of this Agreement or the Construction Services.
8
U. Project Completion: Contractor shall determine Project Completion of designated
portions of the Work and prepare for the Eagle County Project Manager a list of
incomplete or unsatisfactory items and a schedule for their completion.
3. Time of Performance:
3.1 Contractor shall begin the Preconstruction Services upon full execution of this
Agreement by both parties. Contractor shall complete its design review and budget review and
provide the OWNER with its GMP, a detailed budget and final construction schedule within 21
calendar days of the issue of the 100% Design Documents.
3.2. Contractor agrees that Construction Services shall commence within ten (10) days of
OWNER's issuance of a Notice to Proceed with Construction Services and all Construction
Services shall be substantially completed in accordance with the construction schedule approved
by the Project Manager. In no event shall the Completion Date be later than 215 calendar days
from issuance of the Notice to Proceed, absent written agreement for an extension of time in
accordance with Paragraph 4 below.
4. Liquidated Damages
4.1. OWNER and Contractor recognize that time is of the essence of this Agreement and that
the OWNER expects the Project to be substantially complete in accordance with the construction
schedule approved by the Project Manager. They also recognize the delays, expense, and
difficulties involved in proving a legal or arbitration preceding the actual loss suffered by the
OWNER if the Project is not substantially complete in accordance with the approved schedule.
Accordingly, instead of requiring such proof, the OWNER and Contractor agree that as
liquidated damages (but not as a penalty) for delay beyond the substantial completion date
indicated in the schedule approved by the OWNER Contractor shall pay the OWNER three
hundred dollars ($300.00) for each day that expires after the substantial completion date
indicated in the schedule approved by the OWNER, until the Project is complete.
4.2. If Contractor believes that a contract extension should be granted due to delays caused by
excusable, inclement weather, it may request a contract extension in writing from the Eagle
County Project Manager. The OWNER shall thereon grant an extension equal, in the OWNER's
reasonable opinion, in duration to the delay, if any, that was caused by the excusable, inclement
weather. Excusable, inclement weather is excessive snowfall, excessive rainfall, excessive
freezing temperatures or excessive wind conditions, the degree or duration of which varies in
excess of the average conditions expected, which is unusual for the particular time and place
where the work is to be performed, or which could not have been reasonably anticipated by
Contractor.
4.3. The completion dates as set forth in Paragraphs 4.1 and 4.2 above include a reasonable
time for the reviews and approvals required by this Agreement. Should Contractor be
unreasonably delayed by the failure of any person or entity to provide review or approval within
such reasonable time, Contractor may be entitled to an appropriate extension of time after a
written request for such extension has been submitted to and approved by the Eagle County
9
Project Manager in writing. No time extension will be granted unless a determination is made by
the OWNER, in its sole discretion that good cause exists for such extension.
4.4. All time extensions shall be made pursuant to Paragraph 7 of the General Conditions.
5. Compensation and Payment:
5.1. OWNER shall pay Contractor in accordance with Paragraph 5.8 below and Paragraph
18 of the General Conditions of Contract a contract price ("Contract Price") equal to the
CM/GC Fees (as set forth in Exhibit "C") plus the Direct Cost of the Work, subject to any
GMP established pursuant to Paragraph 5.6 hereof and any adjustments made in accordance
with the General Conditions of Contract. The funds appropriated for this Project will be equal
to or in excess of the GMP.
5.2. The OWNER shall pay Contractor Zero Dollars ($0) for Preconstruction Services
described in Paragraph 2. 1, subject to Paragraph 5.4 hereunder.
5.3. Additional Services, if requested by the OWNER and approved in writing in advance of
performance, that are determined by the OWNER not to be similar in nature as described in
Paragraph 2.1 through Paragraph 2.3 shall be paid to Contractor based on a GMP approved by
the OWNER in writing, which shall include construction costs (or "Direct Cost of Work") as
well as CM/CG fees that are in line with Contractor's CM/GC Fee Proposal Form for the Eagle
County Facilities Workshop, Gypsum, Colorado, dated January 10, 2018, attached hereto as
Exhibit `B" and incorporated herein by this reference. The Eagle County Project Manager shall
have authority to execute amendments and modifications to this Agreement within the
parameters of the appropriated funds for this Project.
5.4. Notwithstanding the foregoing, neither party represents that the Project will be
constructed or that Contractor will be the CM/GC in the event of Construction on this Project. It
is agreed that in the event Contractor is selected for Construction Services the Construction
Services Fee will be established at six percent, (6.0%) of the direct cost, inclusive of the
Preconstruction Services Costs, bonds, insurance and Contingency for the Project.
5.4.1. Construction Services Fee. Contractor's Construction Services Fee shall include all
overhead and profit. Overhead shall include Contractor's off site costs, including, but not
limited to, those for scheduling, estimating and support of the project. This amount is to include
the Cost for key personnel and other off site office staff. Profit means before tax profit. On-site
costs of construction will be considered a part of the costs of the work and these costs are not to
be included in the fee. Costs to be included in the Construction Services Fee shall include only
those services and other items identified under the CM/GC Basic Fee column in the CM/GC
Fee Structure attached hereto as Exhibit "C."
5.4.2. Adjustments in Construction Services Fee for additions or other changes that are
directed by the OWNER to increase the scope of Work and related construction costs shall only
be made as follows:
10
A. After the initial GMP is accepted by the OWNER, the OWNER shall be entitled
to direct additions or other changes that increase the scope of Work and the
construction cost up to an aggregate total of $100,000 without increasing the
Construction Services Fee.
B. Additions to or other changes that increase the scope of Work and construction
cost after $100,000 Change Order Mark-Up "Free Zone" shall be subject to a
Construction Services Fee of six percent, (6%) excluding bonds and insurance for
the additional work.
5.5. Abandonment or significant reduction in the scope or magnitude of the Project will not
result in a negotiated reduction of the Construction Services Fee. The Construction
Services Fee will be based on the GMP and will not be subject to reduction if the GMP
can be reduced through the efforts of Contractor via procurement efforts or other cost
saving construction methods.
5.6. Guaranteed Maximum Price. The GMP shall include all of the Contractor's
obligations to be performed pursuant to the terms of the Contract Documents and include the
Direct Cost of Work and the CM/GC Fees as listed below:
A. All items identified under "Preconstruction Fee," "CM/GC Basic Fee," "General
Conditions," and "Direct Cost of Work" in the CM/GC Fee Structure attached hereto
as Exhibit "C"
B. All items described in Contractor, CM/GC Fee Proposal Form, dated January 10,
2018, attached as Exhibit "B" to this Agreement,
C. All Preconstruction Services Fees, Construction Services Fees and Direct Cost of
Work charges shall include:
a. Actual wages paid for labor in the direct employ of Contractor in the
performance of the Work under applicable collective bargaining agreements, or
under a salary or wage agreed upon by Eagle County's Project Manager and
Contractor and including other benefits, if any, as may be payable with respect
thereto. If these wages are under applicable collective bargaining agreements the
termination date of such agreements must be included.
b. Actual salaries of Contractor's employees wherever stationed and in whatever
capacity employed.
c. Actual cost of pension contributions, hospitalization, vacations, medical
insurance, assessments or taxes for such items as unemployment compensation
and social security, insofar as such cost is based on wages, salaries or other
remuneration paid to employees of Contractor and included in the cost of the
Work.
11
d. The reasonable transportation, traveling and hotel expenses of Contractor or of
its officers or employees incurred in discharge of duties connected with the
Work.
e. Actual cost of all materials, supplies and equipment incorporated in the Work,
including costs of transportation thereof. Also includes any material in excess of
those actually installed but required to provide reasonable allowance for waste
and spoilage.
f. Actual payment made by Contractor to subcontractors for work performed
pursuant to contract under this Agreement.
g. Actual cost, including transportation and maintenance, of all materials, supplies,
equipment, temporary facilities and hand tools not owned by the workmen,
which are employed or consumed in performance of the Work and costs less
salvage value on such items used but not consumed which remain property of
Contractor.
h. Actual rental charge of all necessary machinery and equipment, exclusive of
hand tools, used at the site of the Work, whether rented from Contractor or
other, including installation, repairs and replacement, dismantling, removal,
costs of lubrication, transportation and delivery costs thereof, at rental charges
consistent with those prevailing in the area.
i. Cost of the premiums for all bonds and insurance which are required by the
Contract Documents.
j. Mechanical, Electrical and Plumbing Permit fees,
k. Minor expenses such as telegrams, long distance telephone calls, telephone
service at the site, expressive and similar petty cash items in connection with the
Work.
1. Cost of removal of all debris.
in. Cost incurred due to an emergency affecting the safety of person and property,
to the extent not compensated by insurance or otherwise.
n. Other costs incurred in the performance of the Work if and to the extent
approved in advance in writing by the Eagle County Project Manager.
o. All costs directly incurred in the performance of the Work and not included in
the Construction Services Fee.
p. Cost of construction support activities such as Work items included in the
condition of the contract and in the specifications unless they are provided by
contractors.
12
q. Legal costs, court costs and costs of mediation and arbitration reasonably arising
from CM/GC performance of the Work, provided such costs do not arise from
disputes between Owner and CM/GC. Such costs are part of Design -Builder's fee.
r. Costs incurred for contingency items, up to the total Contingency amount.
s. Wherever the Contract Documents state that CM/GC shall perform any Work
or incur any expense, it shall be understood to mean, in the absence of
specific language to the contrary in this Agreement, that the cost thereof shall be
included in the Cost of the Work payable by the Owner subject to the GMP. Costs
shall be actual costs paid by the CM/GC, less all discounts, rebates and
salvages.
t. Indirect costs (General Condition Fees).
u. Construction Services Fee, as set forth in Exhibit `B."
v. Two (2) sets of as -built drawings.
w. Three (3) complete bound sets of required operations and maintenance manuals
and instructions.
5.6.1. The GMP includes General Conditions/General Requirements. Contractor will submit
for review and acceptance by the OWNER an itemized breakdown of the General Conditions
Fees for the Project in accordance with CM/GC Fee Schedule Proposal, Special Instructions,
Exhibits C of this Agreement.
5.6.2 Review and Adjustment to GMP. After submission of the GMP proposal, Contractor
and OWNER shall meet to discuss and review the GMP. If OWNER has any comments
regarding the GMP, or finds any inconsistencies or inaccuracies in the information presented, it
shall promptly give written notice to Contractor of such comments or findings. If appropriate,
Contractor shall, upon receipt of OWNER's notice, make appropriate adjustments to the GMP.
5.6.3 Acceptance of GMP. The GMP may be negotiated between the parties. If OWNER
elects to accept the GMP or a negotiated version thereof, as determined by OWNER in its sole
discretion, the GMP and its basis shall be set forth in an amendment to this Agreement. In such
event, OWNER may, in its sole discretion, provide Contractor with a Notice to Proceed with
Construction Services with all or a portion of the remaining phases of the Work. With respect
to any Notice to Proceed with Construction Services identified in the Contract Documents,
OWNER, in its sole discretion, may decide not to issue a Notice to Proceed with respect to all
or any portion of the Work for any reason or no reason at all.
5.6.4 Failure to Accept the GMP. OWNER, in its sole discretion, may decide to accept or
reject the GMP proposal for any reason or no reason at all. In the event OWNER does not
accept the GMP proposal, then Contractor will be paid for the Work performed to date under
13
this Agreement. In the event the Work performed consists only of the Preconstruction Services
described in Paragraph 2. 1, above, Contractor will be paid Zero Dollars ($0).
5.6.5. Any project savings, below the GMP, resulting from bidding of subcontractors and other
costs of the work shall accrue to the OWNER.
5.7. The funds appropriated for this Project are equal to or in excess of the GMP.
Notwithstanding anything to the contrary contained in this Agreement, no charges shall be made
to the OWNER nor shall any payment be made to Contractor in excess of the above amounts for
any work done without the written approval of the OWNER in accordance with a budget adopted
by the Board of County Commissioners in accordance with the provisions of the Colorado
Revised Statutes.
5.8. Pursuant to the provisions of Section 24-91-103.6 C.R.S., and notwithstanding anything
to the contrary contained elsewhere in the Contract Documents, no Change Order or other form
of order or directive by OWNER, and no amendment to this Agreement, requiring additional
compensable Work to be performed which Work causes the aggregate amount payable under the
Agreement to exceed the amount appropriated for the original Agreement, shall be of any force
or effect unless accompanied by a written assurance by OWNER that lawful appropriations to
cover the costs of the additional Work have been made or unless such Work is covered under a
remedy -granting provision in the Agreement.
5.9. Payment Procedure for Preconstruction Services. The OWNER shall pay Contractor
Zero Dollars ($0) for Preconstruction Services described in Paragraph 2. 1, above.
5.9.1. Payment Procedure for Construction Services If Contractor is selected as the
CM/GC, Contractor shall submit applications for payment and back-up material (e.g.
Subcontractor's invoices, vender statements and receipts) as shall be reasonably required in
accordance with the General Conditions. Applications for payment must be provided on AIA
forms G702 and G703 in written or electronic form. These applications shall indicate the
percentage of completion of each portion of the Construction Services as of the end of the
period covered by the application for payment. Applications for Payment will be processed as
provided in the General Conditions.
5.9.2. PROGRESS PAYMENTS: The OWNER shall make monthly progress payments on
account of the Contract Price on the basis of Contractor's Applications for Construction
Agreement Payments, as provided below. All progress payments will be on the basis of the
progress of the Work. The OWNER shall have the right to request and inspect supporting
documentation for progress payments, including but not limited to receipts and invoices
evidencing payments of charges associated with the Work.
Prior to Completion, progress payments will be in an amount equal to:
Ninety-five percent of the calculated value of Work completed and materials and equipment not
yet incorporated in the Work but delivered and suitably stored, less in each case the aggregate of
payments previously made. The withheld percentage of the Contract Price may be retained until
the Work is completed satisfactorily and finally accepted by the OWNER as provided for herein.
14
5.9.3. FINAL PAYMENT: Except as provided by Paragraph 5.10 of this Agreement, within
sixty (60) days of completion and acceptance of the Work by the OWNER in accordance with
Section 17 of this Agreement and Paragraphs 20 and 21 of the General Conditions, the OWNER
shall pay the remainder of the Contract Price. The final payment shall not be made until after
final settlement of this Agreement has been duly advertised at least ten days prior to such final
payment by publication of notice thereof at least twice in a public newspaper of general
circulation published in Eagle County, and the Board of County Commissioners has held a
public hearing, thereupon and complied with C.R.S. §38-26-107. Final payment shall be made in
accordance with the requirements of the aforesaid statute.
5.10 The OWNER may withhold from any payments due to Contractor, to such extent as
may be necessary to protect the OWNER from loss, because of defective work or material not
remedied or the failure of Contractor to carry out the Scope of Work in accordance with this
Agreement.
5.11. Contractor shall maintain comprehensive, complete and accurate records and accounts of
its performance relating to this Agreement for a period of three (3) years following termination
or expiration of this Agreement, which period shall be extended at the OWNER's reasonable
request. The OWNER shall have the right within such period to inspect such books, records and
documents upon demand, with reasonable notice and at a reasonable time.
6. Independent Contractor:
It is expressly acknowledged and understood by the parties hereto that nothing contained in this
Agreement shall result in, or be construed as establishing, an employment relationship.
Contractor shall be, and shall perform as, an independent contractor. No technician, agent,
subcontractor, employee, or servant of Contractor shall be, or shall be deemed to be, the
employee, agent or servant of OWNER. Contractor shall be solely and entirely responsible for
its acts and for the acts of its technicians, agents, employees, and servants during the
performance of this Agreement. Contractor shall not represent, act, purport to act or be deemed
the agent, representative, employee or servant of OWNER.
7. No Assignment:
The parties to this Agreement recognize that in entering into this Agreement, OWNER is relying
upon the resources, skill and reputation of Contractor. Therefore, Contractor may not assign its
interest in the Agreement, including the assignment of any rights or delegation of any obligations
provided therein, without the prior written consent of OWNER, which consent OWNER may
withhold at its sole discretion. Except as so provided, this Agreement shall be binding on and
inure to the benefit of the parties hereto, and their respective successors and assigns, and shall
not be deemed to be for the benefit of or enforceable by any third party. Unless specifically
stated to the contrary in any written consent to an assignment, no assignment will release or
discharge the assignor from any duty or responsibility under the Agreement.
15
8. Subcontracts:
8.1. All portions of the Work that Contractor does not perform with its own forces shall be
performed under subcontracts by Subcontractors prequalified by Contractor.
8.2. All subcontracts will be between Contractor and the Subcontractors.
8.3. Contractor shall be responsible to OWNER for the acts and omissions of its agents,
employees, suppliers, Subcontractors performing work under a contract with Contractor and such
Subcontractors' lower -tier subcontractors, agents and employees.
8.4. By an appropriate written agreement, Contractor shall require the Subcontractor to the
extent of the Work to be performed by the Subcontractor, to be bound to Contractor by the terms
of the Contract Documents and to assume toward Contractor all the obligation and responsibility
which Contractor, by the Contract Documents, assumes toward OWNER. Said agreement shall
preserve and protect the rights of OWNER under the Contract Documents with respect to the
Work to be performed by the Subcontractor so that the subcontracting thereof will not prejudice
such rights. Contractor shall require each Subcontractor to enter into similar agreements with its
subcontractors. Contractor shall make available to each proposed Subcontractor, prior to the
execution of the subcontract, copies of the Contract Documents to which the Subcontractor will
be bound. Each Subcontractor shall similarly make copies of such Documents to its
subcontractors.
8.5. Each subcontract and material purchase order is hereby assigned to OWNER by
Contractor provided that (a) assignment is effective only after termination of the Contract by
OWNER for cause and only for those subcontract agreements which OWNER accepts by
notifying the Subcontractor and Contractor in writing; and (b) assignment is subject to the prior
rights of the surety, if any, obligated under the bond relating to the Project. Each subcontract and
material purchase order shall include this assignment.
8.6. Nothing contained in the Contract Documents shall be deemed to create any contractual
relationship between any Subcontractor of any tier and OWNER.
9. Insurance•
9.1 At all times during the term of this Agreement, Contractor and its Subcontractors shall
maintain the insurance as set forth in Paragraph 14 of the General Conditions:
9.2. Certificates of Insurance acceptable to OWNER, evidencing the above required amounts
shall be filed with the OWNER with respect to the Contractor and subcontractor prior to
commencement of the Work.
10. Indemnification:
The Contractor shall indemnify and hold harmless OWNER, its officers, agents and employees
(referred to collectively for purposes of this Paragraph 10 as "OWNER") against any losses,
claims, damages or liabilities for which OWNER may become subject to insofar as any such
16
losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are
based upon any performance or nonperformance by Contractor or any of its Subcontractors
hereunder; and Contractor shall reimburse OWNER for reasonable attorney fees and costs, legal
and other expenses incurred by OWNER in connection with investigating or defending any such
loss, claim, damage, liability or action. This indemnification shall not apply to claims by third
parties against OWNER to the extent that OWNER is liable to such third party for such claims
without regard to the involvement of the Contractor. This paragraph shall survive expiration or
termination hereof.
11. Contractor Representations:
11.1. Contractor expressly recognizes that this Project must be completed within the time and
fiscal constraints set forth throughout this Agreement.
11.2. Contractor further represents to OWNER that, by executing this Agreement, it has been
informed of and has reviewed the goals of the Project; the design of the Architect; the time
schedule as well as fiscal constraints of the Project; all of the Exhibits and documents attached to
this Agreement, and incorporated herein by reference; and, all of the services to be provided by
Contractor pursuant to the Contract Documents. Based upon this review and analysis, Contractor
represents to OWNER that it will provide all of the necessary services and perform all of the
Work within the requirements of the Contract Documents.
11.3. Contractor shall perform the Scope of Work in a skillful, professional and competent
manner and in accordance with the standards of care, skill, and diligence applicable to other
contractors performing this type of work.
11.4. Contractor shall be responsible for the completeness and accuracy of the Work and shall
correct, at its sole expense, all errors and omissions therein. The fact that OWNER has accepted
or approved the Work shall not relieve Contractor of any if its responsibilities under this
Agreement.
11.5 Contractor acknowledges it is Contractor's responsibility to review all design and
construction documents relating to constructability and potential conflicts. The purpose of this
review is to minimize change orders due to conflicts in the Construction Documents to the
greatest extent possible.
12. Contract Documents
The Contract Documents which comprise the entire Agreement are made a part hereof and
consist of the following:
12.1. This Agreement.
12.2. The General Conditions attached to this Agreement.
12.3. Exhibit A: Request for Qualifications dated, November 27, 2017; Short List
Letter/Request for Proposal dated January 10, 2018.
17
12.4 Exhibit B: CM/GC Fee Proposal Form dated January 10, 2018
12.5 Exhibit C: CM/GC Fee Structure
12.6 Exhibit D: Insurance certificate
12.7 Preliminary Design Drawings dated 11-15-17 by Menendez Architects.
12.8 Addenda, clarifications or attachments to the above, deemed reasonable and necessary by
OWNER and the CM/GC.
There are currently no Contract Documents other than those listed above in this Article 12.
Thereafter, the Contract Documents may only be altered, amended, or repealed by an executed,
written Change Order or other amendment to this Agreement. In the event a change order or
amendment to the Contract Documents is agreed to by the parties, the same shall be in writing
and executed by both parties. Signature by OWNER may be made by OWNER's project
manager, so long as such change orders and amendments are within the budget constraints set for
the project. Change orders or Amendments in excess of the budgeted amount must be approved
by the Board of County Commissioners with additional funding appropriation allocated to the
Project.
The intent of the Contract Documents is to include all items, components and services necessary
for the proper execution and completion of all the Work outlined in Paragraph 2 of this
Agreement. The Contract Documents are complementary, and what is required by any one shall
be as binding as if required by all. Words and abbreviations which have well known technical or
trade meanings are used in the Contract Documents in accordance with such recognized
meanings. The Contract Documents are listed above in order of priority. If a conflict exists in
the terms of any of the Contract Documents, the document with a higher priority shall control.
13. Notices:
Any notice required under this Agreement shall be personally delivered, mailed in the United
States mail, first class postage prepaid, or sent via electronic mail ("e-mail") provided an original
is also promptly delivered to the appropriate party at the following addresses:
OWNER: Eagle County Project Management
Kristin Degenhardt, Project Coordinator
Eagle, Colorado 81631
kristin.degenhardt@eaglecounty.us
(970) 328-3457 (p)
18
and a copy to: Eagle County Attorney
P.O. Box 850
Eagle, Colorado 81631
atty@eaglecounty.us
CONTRACTOR: FCI Constructors, Inc.
Gabe Conner, Project Manager
PO Box 1767
Grand Junction, CO 81502
Notices shall be deemed given on the date of delivery; on the date an e-mail is transmitted and
confirmed received or, if transmitted after normal business hours, on the next business day after
transmission, provided that a paper copy is mailed the same date; or three days after the date of
deposit, first class postage prepaid, in an official depositary of the U.S. Postal Service.
14. Termination:
14.1. Notwithstanding Paragraph 14.2 hereunder, this Agreement may be terminated at any
time in whole or in part, by OWNER for its convenience. Any such termination shall be effected
by delivery to Contractor of a written notice of termination specifying the date upon which
termination becomes effective. Upon termination, Contractor shall deliver to OWNER all
drawings, illustrations, text, data, redlined drawings and other documents entirely or partially
completed, whether in electronic form or otherwise, together will all material supplied to
Contractor by OWNER, and shall further comply with Section 28 of the General Conditions.
These documents must be provided to OWNER in a usable format. In such event, Contractor
shall be compensated for all work completed up to the date of termination. Final payment will
be due within thirty (30) days after Contractor has delivered the last of the documents or records
due the OWNER.
14.2. If either party defaults or Contractor neglects to carry out the Work in accordance with
this Agreement and fails within a ten (10) day period after receipt of written notice from the
other party to correct such default or neglect with diligence and promptness, the other party may,
without prejudice to other remedies, terminate this Agreement. If Contractor fails to correct such
deficiencies after timely notification by OWNER, OWNER may in addition to or as an
alternative to termination correct such deficiencies and deduct the cost of correction from
payments due Contractor. OWNER may recover the reasonable costs of correcting deficiencies
in an amount not exceeding that specified in the Agreement.
14.3. Upon the termination of this Agreement, Contractor agrees to deliver to OWNER such
information and items which, if this Agreement had been completed, would have been required
to be furnished to OWNER, including completed or partially completed plans, drawings, red-
lined drawings and other pertinent information, in an electronic form or otherwise, in a format
usable by OWNER.
15. Drawings and Specifications
19
15.1. OWNERSHIP AND USE OF DOCUMENTS — All drawings, specifications, and copies
thereof furnished by the OWNER are and shall remain the property of OWNER. They are to be
used only with respect to this Project and are not to be used on any other project. With the
exception of one contract set for each party to this Agreement, such documents are to be returned
or suitably accounted for to the OWNER on request at the completion of the Work. Submission
or distribution to meet official regulatory requirements or for other purposes in connection with
the Project is not to be construed as publication in derogation of the OWNER's common law
copyright or other reserved rights.
15.2. INTERPRETATIONS - The Architect may be asked to render interpretations consistent
with the intent of, and reasonably inferable from the Contract Documents, consisting of
additional instructions by means of drawings or otherwise necessary for the proper execution or
progress of the Work, in accordance with agreed upon time limits and otherwise so as to cause
no unreasonable delay. Contractor may make written request to the Architect of such
interpretations and decisions. Contractor shall comply with the Architect interpretations and
such interpretation shall be incorporated into this Agreement, subject to OWNER's review and
final determination in those instances deemed necessary by OWNER.
16. Substantial Completion of the Work
16.1.1. When Contractor considers that the Work or a designated portion thereof is complete and
ready for its intended use, Contractor shall, in writing to Owner and Engineers, certify that the
Work (or portion thereof) is substantially complete, and request that Engineer issue a certificate
of substantial completion.
16.1.2. Within ten (10) days after receipt of Contractor's notice of completion of the Work,
OWNER, Architect and Contractor shall make an inspection of the Work to determine whether
the Work has been substantially completed in accordance with the Contract Documents and to
prepare a punch list. If the Work has not been completed to the required stage, the parties shall
cease the inspection and an appropriate change order shall be issued deducting from the
payments then or thereafter due Contractor all costs associated with such premature inspection,
including compensation for the Architects additional services, if made necessary thereby. If the
payments then or thereafter due Contractor are not sufficient to cover such amount, Contractor
shall pay the difference to OWNER. If however, the Work has been completed to the required
stage, a punch list shall be prepared by Architect and/or OWNER and consist of those items
listed by Contractor to be completed or corrected as supplemented by those items observed and
noted during the inspection. The required number of copies of the punch list will be
countersigned by the Eagle County Project Manager or other authorized OWNER representative
and the Architect and will then be transmitted to Contractor. The failure to include any items on
such list shall not alter the responsibility of Contractor to complete all Work in accordance with
the Contract Documents.
16.2. RIGHT OF EARLY OCCUPANCY
16.2.1. The OWNER shall have the right to take possession of and to use any completed or
partially completed portions of the Work, even if the time for Completion of the Work or such
20
portions of the Work has not expired and even if the Work has not been finally accepted. Such
possession and use shall not constitute an acceptance of such portions of the Work.
16.2.2. If the OWNER elects to take possession of and to use any completed or partially
completed portions of the Work prior to the time for Completion of the Work or portion thereof,
prior to any such possession or use, an inspection shall be made by the local jurisdiction, the
Project Manager and Contractor. Any and all areas so occupied will be subject to a final
inspection when the Contractor complies with Article 16.1.
16.2.3. At the time of the inspection made pursuant to paragraph 16.2.2., the parties shall also
agree upon the responsibilities of the OWNER and Contractor for security, maintenance, heat,
utilities, property insurance premiums, and damage to the Work. If Contractor can also
satisfactorily demonstrate to the OWNER any actual cost for warranties for the period prior to
the date of Notice of Acceptance, the OWNER shall reimburse Contractor for that portion of
such cost attributable to the portion of the Work occupied by the OWNER for the period of time
of such occupancy. In the event Contractor believes there will be an additional cost associated
with completion of the Work while the OWNER occupies the Work in whole or in part,
Contractor shall advise the OWNER of all such cost at or before the time of the inspection and
an agreement shall be reached on the responsibilities of the OWNER and Contractor therefor. If
Contractor fails or refuses to furnish such cost information as required, Contractor hereby waives
any and all rights to assert any claim therefor at any time thereafter
17. Final Completion, Acceptance, and Final Payment
17.1. Following OWNER's issuance of the Certificate of Substantial Completion of the Work
or designated portion thereof, and Contractor's completion of the work on the punch list
established pursuant to paragraph 16.1.2. as may have been supplemented, Contractor shall
forward to OWNER a written notice that the Work is ready for final inspection and acceptance,
and shall also forward to OWNER a final application for payment. Upon receipt, OWNER and
Architect will promptly make such inspection. When the OWNER and the Architect find the
Work acceptable under the Contract Documents, the Architect will issue a Certificate of Final
Completion. This Certificate will constitute a representation that, to the best of the Architect's
knowledge, information and belief, and on the basis of observations and inspections, the Work
has been completed in accordance with the terms and conditions of the Contract Documents.
17.2. NOTICE OF ACCEPTANCE — When the Architect has issued its Certificate of Final
Completion, Contractor has fully performed all of its obligations under the Contract Documents
and the same is acceptable to the OWNER, a Notice of Acceptance shall be issued by OWNER,
which shall establish the acceptance of the Work.
17.3. SETTLEMENT
17.3.1. OWNER shall not authorize final payment until all items on the punch list have been
completed, the Architect issues its Certificate of Final Completion, the Notice of Acceptance is
issued, and the Notice of Contractor's Final Settlement Date is published and at least 30 days
have expired with no claims filed.
21
4 7.3.2. Before OWNER may advertise, Contractor shall:
Deliver to the Architect for review by the Architect and deliver to OWNER:
a. All guaranties and warranties;
b. Confirmation that sales taxes from which OWNER is exempt
have not been paid;
C. Three (3) complete bound sets of required operations and
maintenance manuals and instructions;
d. Two (2) sets of as -built drawings;
e. To the extent not already furnished, one copy of all corrected Shop
Drawings;
£ Satisfactory evidence that all payroll, material bills, and other
indebtedness connected with the Work have been paid or otherwise
satisfied;
g. A complete and final waiver and/or release of any and all lien
rights and liens from each subcontractor of all tiers, materialmen,
supplier, manufacturer and dealer for all labor, equipment and
material used or furnished by each on the Work;
h. Consent of the surety to final payment;
i. Any other documents required to be furnished by the Contract
Documents.
2. Demonstrate to the operating personnel of OWNER the proper operation and
maintenance of all equipment installed or furnished under the Contract Documents.
17.3.3. Upon completion of the foregoing, the Contractor's Settlement shall be advertised in
accordance with Colorado law. On the date of final settlement thus advertised, and after the
Contractor has submitted a written notice to OWNER that no claims have been filed, final
payment and settlement shall be made in full.
17.3.4. If any unpaid claim for labor, materials, rental machinery, tools, supplies, or equipment is
filed before payment in full of all sums due Contractor, OWNER shall withhold from Contractor
sufficient funds to insure the payment of such claim, until the same shall have been paid or
withdrawn, such payment or withdrawal to be evidence by filing a receipt in full or an order for
withdrawal signed by the claimant or its duly authorized agent or assignee.
17.3.5. The making of final payment, after the Date of the Notice of Contract Settlement of the
Project, shall constitute a waiver of all Claims by OWNER except those arising from:
22
or
1. Unsettled Claims;
2. Faulty or defective work appearing after Completion of the Work;
3. Failure of the Work to comply with the requirements of the Contract Documents;
4. Terms of any warranties or special warranties required by the Contract
Documents.
17.3.6. The acceptance of final payment, after the Date of the Notice of Contractor
Settlement of the Project, shall constitute a waiver of all Claims by Contractor except those
previously made in writing and separately identified by Contractor as unsettled in the final
Project Application for Payment.
17.3.7. All provisions of the Contract Documents including without limitation those
establishing obligations and procedures, shall remain in full force and effect notwithstanding the
making or acceptance of final payments.
18. Warranties
18.1.1. Contractor warrants to OWNER that all work, materials and equipment furnished
under the Contract Documents will be of good quality, free from faults and defects and in
conformance with the Contract Documents. All work, materials or equipment not conforming to
these requirements, including substitutions not properly approved and authorized, may be
considered defective. If required OWNER, Contractor shall furnish satisfactory evidence as to
the kind and quality of materials and equipment. This warranty is not limited by the provisions
of paragraph 18.1.2.
18.1.2. The CM/GC shall warrant and guarantee the Work for a period of two (2) years
from the date of the Notice of Acceptance of the Work. If, within two years after the Notice of
Acceptance, or within such longer period of time as may be prescribed by the terms of any
applicable special warranty required by the Contract Documents, if any of the Work is found to
be defective or not in accordance with the Contract Documents, Contractor shall correct it
promptly after receipt of a written notice from the OWNER to do so unless the OWNER has
previously given Contractor a written acceptance of such condition. This obligation shall survive
both final payment for the Work or designated portion thereof and termination of this
Agreement. The OWNER shall give such notice promptly after discovery of the condition and in
any event no later than two years after the issuance of the Notice of Acceptance.
18.1.3. In case of work performed for which other warranties are required by the Contract
Documents, Contractor shall secure the required warranties and deliver the same to OWNER in
accordance with paragraph 17.3.2. These warranties shall not in any way lessen Contractor's
responsibilities under the Contract Documents. Whenever guarantees or warranties are required
by the Contract Documents for a longer period of that one year, such longer period shall govern.
23
18.1.4. The establishment of the time periods noted in paragraph 18.1.2., or, such longer
period of time as may be prescribed by law or by the terms of any warranty required by the
Contract Documents, related only to the specific obligation of Contractor to correct the Work,
and has no relationship to the time within which Contractor's obligation to comply with the
Contract Documents may be sought to be enforced, nor the time within which proceedings may
be commenced to establish Contractor's liability with respect to Contractor's obligations other
than specifically to correct the Work.
18.2. GUARANTY INSPECTIONS AFTER COMPLETION
18.2.1. OWNER and Contractor together shall make at least two (2) complete inspections of the
Work after the issuance of the Notice of Acceptance. One such inspection, the "Twelve -Month
Guaranty Inspection," shall be made approximately twelve (12) months after the issuance of the
Notice of Acceptance and another inspection, the "Twenty Third -Month Guaranty Inspection,"
shall be made approximately twenty-three (23) months after the issuance of the Notice of
Acceptance. OWNER shall schedule and so notify all parties concerned, including the local
jurisdiction, of these inspections.
18.2.2. Written lists and reports of these inspections shall be made by the Contractor and
forwarded to OWNER and all of the other participants within ten (10) days after the completion
of each inspection. Contractor shall immediately initiate such remedial work as may be
necessary to correct any deficiencies or defective Work shown by these reports, and shall
promptly complete all such remedial Work in a manner satisfactory to the Engineer and
OWNER.
18.2.3. If the Contractor fails to promptly correct all deficiencies and effects shown by any
report, the OWNER may do so after giving Contractor ten (10) days written notice of its
intention to do so and the OWNER shall be entitled to collect from Contractor and its surety all
costs and expenses incurred by it in correcting such deficiencies and defects, as well as all
damages directly resulting from such deficiencies and defects.
19. Claims for Additional Costs and Damages
19.1. CLAIMS FOR ADDITIONAL COST
19.1.1. If Contractor makes a claim for an increase in the GMP, Contractor shall give OWNER
its written notice of claim thereof within fifteen (15) days or such other time period as may be
specifically set forth elsewhere in this Agreement, whichever is the lesser, after the occurrence of
the event giving rise to such claim and in all cases before proceeding to execute the Work, except
in an emergency endangering life or property, in which case, Contractor shall proceed as
necessary to prevent such threat. No such claim shall be valid unless so made. Any approved
change in the GMP resulting from such claim shall be authorized by Change Order.
19.2. INJURY TO PERSON OR DAMAGE TO PROPERTY — Should Contractor to this
Agreement suffer injury or damage to person or property because of any act or omission of
OWNER or of any of OWNER's employees, agents, or others for whose acts such party is
24
legally liable, Notice of Claim shall be made in writing to such OWNER within sixty (60) days
after the first observance of such injury or damage.
19.3. RIGHTS AND REMEDIES
19.3.1. The duties and obligations imposed by the Contract Documents and the rights and
remedies available thereunder shall be in addition to, and not a limitation of, any duties,
obligations, rights or remedies otherwise imposed or available by law.
19.3.2. No action or failure to act by OWNER shall constitute a waiver of any right or duty
afforded under the Contract Documents nor shall any such action or failure to act constitute an
approval or acquiescence in any breach thereunder, except as may be specifically agreed in
writing. Nothing herein shall waive or be deemed a waiver of OWNER'S governmental
privileges and immunities under federal or state law.
20. Miscellaneous:
20.1. The Project is under the authority of the Eagle County Project Management
Department, the Director of which, or his/her designee shall be OWNER's liaison with
Contractor with respect to the performance of the Work.
20.2. Contractor shall not discriminate against any employee or applicant for employment to be
employed in the performance of this Agreement on the basis of race, color, religion, national
origin, sex, sexual orientation, ancestry, physical handicap, age, political affiliation or family
responsibility.
20.3. The making, execution and delivery of this Agreement by the parties hereto have not
been induced by any prior or contemporaneous representation, statement, warranty or agreement
as to any matter other than those herein expressed. This Agreement embodies the entire
understanding and agreement of the parties, and there are no further or other agreements or
understandings, written or oral, in effect between them relating to the subject matter hereof. This
Agreement may not be amended, including by any modification of, deletion from or addition to
the Work, except by a written document of equal formality executed by both parties hereto.
20.4. This Agreement shall be governed by and construed in accordance with the internal laws
of the State of Colorado, without reference to choice of law rules. The parties agree that venue
in any action to enforce or interpret this Agreement shall be in the District Court in the 5th
District for the State of Colorado.
20.5. This Agreement does not and shall not be deemed to confer upon or grant to any third
party any right enforceable at law or equity arising out of any term, covenant, or condition herein
or the breach thereof.
25
20.6. The invalidity or unenforceability of any particular provision of this Agreement shall not
affect the other provisions hereof, and this Agreement shall be construed as if such invalid or
unenforceable provision was omitted.
20.7. Time is of the essence and the parties agree to notify the other if they become aware that
any condition will significantly delay performance.
20.8. Neither party will be responsible for delays or lack of performance resulting from events
beyond the reasonable control of that party. Such events include, but are not limited to, acts of
God, weather conditions, fire, third party strikes, third party lock -outs, and other labor
disruptions, material shortages, riots, and acts of war.
20.9. All tracings, plans, specifications, estimates, reports, date and miscellaneous items,
including electronic data, purported to contribute to the completeness of the Project, the Project
or the Work shall be delivered to and become the property of OWNER, upon OWNER's request.
However, all estimating and project management information written, developed and
implemented by Contractor shall be available for review by OWNER, but shall not become
public information or available for use by any entity other than Contractor.
20.10. Basic survey notes, sketches, computations and other data prepared hereunder shall be
made available to OWNER, upon request and become property of the OWNER.
20.11. The Architect, OWNER, Project Manager and all other representatives of the OWNER
shall at all times have access to the Project site to view the progress of the Work, wherever it is
in preparation and progress. The CM/GC shall provide any necessary safety equipment, and safe
and reasonable facilities for such access so that the Architect, Project Manager and OWNER's
representatives may exercise their rights and perform their functions under the Contract
Documents.
21. Prohibitions on Public Contracts for Services:
21.1 If Contractor has any employees or subcontractors, Contractor shall comply with C.R.S. §
8-17.5-101, et seq., regarding Illegal Aliens — Public Contracts for Services, and this Contract.
By execution of this Contract, Contractor certifies that it does not knowingly employ or contract
with an illegal alien who will perform under this Contract and that Contractor will participate in
the E -verify Program or other Department of Labor and Employment program ("Department
Program") in order to confirm the eligibility of all employees who are newly hired for
employment to perform work under this Contract.
21.1.1. Contractor shall not:
(i) Knowingly employ or contract with an illegal alien to perform work under
this contract for services; or
(ii) Enter into a contract with a subcontractor that fails to certify to the
Contractor/Consultant that the subcontractor shall not knowingly employ
26
or contract with an illegal alien to perform work under the public contract
for services.
21.1.2. Contractor has confirmed the employment eligibility of all employees who are newly
hired for employment to perform work under this Contract through participation in the E -verify
Program or Department Program, as administered by the United States Department of Homeland
Security. Information on applying for the E -verify program can be found at:
https://www.uscis.gov/e-verify
21.1.3. The Contractor shall not use either the E -verify program or other Department Program
procedures to undertake pre-employment screening of job applicants while the public contract
for services is being performed.
21.1.4. If the Contractor obtains actual knowledge that a subcontractor performing work under
the public contract for services knowingly employs or contracts with an illegal alien, the
Contractor shall be required to:
(i) Notify the subcontractor and OWNER within three days that the
Contractor has actual knowledge that the subcontractor is employing or
contracting with an illegal alien; and
(ii) Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to subparagraph (i) of the paragraph
(D) the subcontractor does not stop employing or contracting with the
illegal alien; except that the Contractor shall not terminate the contract
with the subcontractor if during such three days the subcontractor provides
information to establish that the subcontractor has not knowingly
employed or contracted with an illegal alien.
21.1.5. The Contractor shall comply with any reasonable request by the Department of Labor and
Employment made in the course of an investigation that the department is undertaking pursuant
to its authority established in C.R.S. § 8-17.5-102(5).
21.1.6. If a Contractor violates these prohibitions, OWNER may terminate the contract for a
breach of the contract. If the contract is so terminated specifically for a breach of this provision
of this Contract, the Contractor shall be liable for actual and consequential damages to OWNER
as required by law.
21.1.7. OWNER will notify the office of the Colorado Secretary of State if Contractor violates
this provision of this Contract and OWNER terminates the Contract for such breach.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year
first above written.
COUNTY OF EAGLE, STATE OF COLORADO,
By and Through Its BOARD OF COUNTY
27
COMMISSIONERS
i
�--�.
1 'By:
Y Kathy andler-Henry, Chair
Attest:
By:
Regina O'Brien, Clerk to the Board
CONTRACTOR:
FCI Constructors, Inc.
By•
2,4-Ha-a-s-
Vice
Si« LureShane President
Title
STATE OF COLORADO )
) SS.
COUNTY OF Mesa )
The foregoing instrument was acknowledged before me by Shane Haas
this 121% day of March , 2018.
My commission expires
5/25/2021
WAYNETTA K. KIRCNOFF
NOTARY PUBLIC
STATE OF COLORADO
NOTARY ID #20014016493
My Commission Expires May 25, 2021
Not4 Oublic
r �
28
GENERAL CONDITIONS TO PRECONSTRUCTION AND CONSTRUCTION
AGREEMENT
1. Contractor shall provide and pay for labor, materials, equipment, tools, licenses,
transportation, and other facilities and services necessary for proper execution and completion of
the Work.
2. If Contractor fails to obtain the tax exemption(s) applicable to public works projects from
sales, consumer, use and similar taxes, Contractor shall pay the same. OWNER will cooperate
with Contractor to obtain tax exemption for this Project.
3. Contractor shall be responsible for having taken steps reasonably necessary to ascertain
the nature and location of the Work, and the general and local conditions which can affect the
Work or the cost thereof. Any failure by Contractor to do so will not relieve it from
responsibility for successfully performing the Work without additional expense to OWNER.
OWNER assumes no responsibility for any understanding or representations concerning
conditions made by any of its officers, employees or agents prior to the execution of this
Agreement, unless such understanding or representations are expressly stated in the Agreement.
4. Before commencing activities, Contractor shall: (1) take field measurements and verify
field conditions; (2) carefully compare this and other information known to Contractor with the
Agreement; and (3) promptly report errors, inconsistencies or omissions discovered to OWNER.
5. Contractor shall supervise and direct the Work, using Contractor's best skill and attention.
Contractor shall be solely responsible for and have control over construction means, methods,
techniques, sequences and procedures, and for coordinating all portions of the Work.
6. Contractor, as soon as practicable, shall furnish in writing to OWNER the names of
subcontractors and suppliers for each portion of the Work.
7. No charge shall be made by Contractor for hindrances or delays from any cause whatever
during the progress of any portion of the Work, unless such hindrance or delay is caused in
whole or in part by acts or omissions within the control of OWNER or outside the control of
Contractor, e.g., weather. In any event, OWNER may grant an extension of time for the
completion of the Work, provided it is satisfied that delays or hindrances were due to causes
outside Contractor's control, e.g., weather, or to acts of omission or commission by OWNER,
provided that such extensions of time shall in no instance exceed the time actually lost to
Contractor by reason of such causes, and provided further that Contractor shall have given
OWNER immediate (as reasonably determined by the circumstances, but not exceeding seven
(7) calendar days) notice in writing of the cause of the detention or delay.
8. Contractor shall deliver, handle, store and install materials in accordance with
manufacturers' instructions.
9. Contractor warrants to OWNER that: (1) materials and equipment furnished under the
Agreement will be new and of good quality; (2) the Work will be free from defects not inherent
29
in the quality required or permitted; and (3) the Work will conform to the requirements of the
Agreement.
10. Contractor shall comply with and give notices required by all federal, state and local
laws, statutes, ordinances, building codes, rules and regulations applicable to the Work. If
Contractor performs Work knowing it to be contrary to laws, statutes, ordinances, building
codes, rules or regulations without notice to OWNER, Contractor shall assume full responsibility
for such Work and shall bear the attributable costs. Contractor shall promptly notify OWNER in
writing of any conflicts that Contractor discovers between the specifications for the Work and
such governmental laws, rules and regulations.
11. Contractor shall keep the premises and surrounding area free from accumulation of debris
and trash related to the Work.
12. Performance and Material and Payment Bonds. Contractor shall furnish performance
bond and a separate labor and material payment bond on forms acceptable to OWNER, each in
an amount at least equal to the Contract Price as security for the faithful performance and
payment of all Contractor's obligations under the Contract Documents. In the event of any
Change Order resulting in the performance of additional work in connection with the Project, the
amounts of such bonds shall be increased by an amount equal to the cost of such additional work
or materials or fixtures to be incorporated in the Project. Copies of the bonds shall be provided
to OWNER and shall be made payable to OWNER. These bonds shall remain in effect at least
until one year after the date of final payment, except as otherwise provided by law. All bonds
shall be executed by such sureties as (a) are licensed to conduct business in the state where the
project is located, and (b) are named in the current list of "Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as
published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury
Department. All bonds signed by an agent must be accompanied by a certified copy of the
authority to act. If the surety on any bond furnished by Contractor is declared bankrupt, or
becomes insolvent, or its right to do business is terminated in any state where any part of the
project is located, or it ceases to meet the requirements of clauses (a) and (b) of the preceding
paragraph, Contractor shall within five (5) days thereafter substitute another bond and surety,
both of which shall be acceptable to OWNER.
13. Contractor shall be solely responsible for the protection of the Work and material.
Contractor shall have no claim against OWNER because of any damage or loss to the Work
(except that caused by negligence of OWNER or those for whom OWNER is responsible), and
shall be responsible for the complete restoration of damaged Work to its original condition. In
the event Contractor's Work is damaged by another party, not under its supervision or control,
Contractor shall make its claim directly with the party involved. If a conflict or disagreement
develops between Contractor and another party concerning the responsibility for damage or loss
to Contractor's Work, such conflict shall not be cause for delay in Contractor's restoration of the
damaged Work.
30
14. Contractor's Insurance:
A. Contractor shall purchase and maintain such insurance as will protect it from
claims set forth below which may arise out of or result from Contractor's operations
under the Agreement, whether such operations be by itself, or by any of its
subcontractors, or by anyone directly or indirectly employed by any of them, or by
anyone for whose acts any of them may be liable. All such insurance shall remain in
effect until final payment, and at all times thereafter when Contractor may be correcting,
removing, or replacing defective Work. In addition, Contractor shall maintain such
completed operations insurance for at least one year after final payment.
B. Insurance coverages shall be as follows:
Claims under Workmen's Compensation, disability benefits, and other similar employee
benefit acts, with coverage and in amounts as required by the laws of the State of
Colorado;
Claims for damage because of bodily injury, occupational sickness or disease, or death of
its employees, and claims insured by usual personal injury liability coverage;
Claims for damage because of bodily injury, sickness or disease, or death of any person
other than its employees, and claims insured by usual personal injury liability coverage;
and
Claims for damages because of injury to or destruction of tangible property, including
loss of use resulting therefrom.
Contractor's Liability Insurance issued to and covering the liability for damage imposed
by law upon Contractor and each subcontractor with respect to all Work performed by
them under this Agreement.
Contractor's Protective Liability Insurance issued to and covering the liability for
damages imposed by law upon Contractor and each subcontractor with respect to all
Work under this Agreement performed for Contractor by subcontractors.
Completed Operations Liability Insurance issued to and covering the liability for damage
imposed by law upon Contractor and each subcontractor arising between the date of final
cessation of the Work, and the date of final acceptance thereof out of that part of the
Work performed by each.
Comprehensive Automobile Insurance shall be carried in the amount of
$500,000/$1,000,000 for bodily injury and $500,000 for property damage, each
occurrence. All liability and property damage insurance required hereunder shall be
Comprehensive General and Automobile Bodily Injury and Property Damage form of
policy.
31
Comprehensive Risk Policy Option: In lieu of the several policies specified for
Contractor's Liability Insurance, a comprehensive liability and property damage
insurance policy inclusive of all the insurance and requirements herein set forth, subject
to the approval of the OWNER, will be permissible.
Insurance covering claims for damages to persons or property required by the preceding
paragraph shall be in the following minimum amounts:
Bodily Injury Liability:
Each Person: $1,000,000
Each Accident or Occurrence: $2,000,000
Property Damage Liability:
Each Accident or Occurrence: $1,000,000
Aggregate: $2,000,000
Insurance shall be placed jointly in the names of the OWNER, Contractor, and any and
all others obliged by contract with the OWNER to do Work on this project, and, at the
OWNER's option, any other person or persons whom the OWNER deems to have an
insurable interest in said property, or any part thereof, payable as their several interests
may appear. Any proceeds obtained from insurance provided for by this paragraph
shall be paid to and held by the OWNER as trustee. The OWNER shall have the right to
withhold payment of such proceeds until such time as the Work destroyed or damaged
and covered by such insurance shall be reconstructed and shall pay such proceeds on an
installment basis similar to that provided for by progress payments covering the original
Work.
C. Certificates of Insurance: Certificates of Insurance acceptable to OWNER shall
be filed with OWNER with respect to each contractor and subcontractor prior to
commencement of the Work. These Certificates shall contain provisions naming
OWNER and other public -agency property owners as an additional insured under
Contractor's insurance, as more fully required by the General Conditions herein, and that
coverage afforded under the policies will not be canceled until at least thirty days prior
written notice has been given OWNER. Contractor and its subcontractors shall not
permit any of its subcontractors to start Work until all required insurance have been
obtained and certificates with the proper endorsements have been filed with OWNER.
Failure of Contractor to comply with the foregoing insurance requirements shall in no
way waive OWNER's rights hereunder.
15. OWNER, at its option, may purchase and maintain such liability insurance as will protect
it against claims which may arise from operations under this contract. Purchasing and
maintaining such insurance, however, will not relieve Contractor from purchasing and
maintaining the insurance hereinbefore specified.
16. Before permitting any of its subcontractors to perform any Work under this contract,
Contractor shall either (a) require each of its subcontractors to procure and maintain during the
life of its subcontracts, Subcontractor's General Liability and Property Damage Insurance of the
32
types and in the amounts as may be applicable to its Work, which type and amounts shall be
subject to the approval of OWNER, or (b) insure the activities of its subcontractors in its own
policy. Subcontractor's limits of liability shall not be less than $1,000,000 per
occurrence/$2,000,000 aggregate.
17. The Contractor shall indemnify and hold harmless OWNER, and any of its officers,
agents and employees against any losses, claims, damages or liabilities for which OWNER may
become subject to insofar as any such losses, claims, damages or liabilities arise out of, directly
or indirectly, this Agreement, or are based upon any performance or nonperformance by
Contractor or any of its Subcontractors hereunder; and Contractor shall reimburse OWNER for
reasonable attorney fees and costs, legal and other expenses incurred by OWNER in connection
with investigating or defending any such loss, claim, damage, liability or action. This
indemnification shall not apply to claims by third parties against OWNER to the extent that
OWNER is liable to such third party for such claims without regard to the involvement of the
Contractor. This paragraph shall survive expiration or termination hereof.
18. Progress Payments:
Not more often than once a month, Contractor shall submit to OWNER an application for
payment filled out and signed by Contractor covering the work completed as of the date
of the application, and accompanied by such supporting documentation as OWNER may
reasonably require. If payment is requested on the basis of materials and equipment not
incorporated in the work, but delivered and suitably stored at the site or at another
location agreed to in writing, the application for payment shall also be accompanied by
such data, satisfactory to OWNER, as will establish OWNER's title to the material and
equipment, and protect OWNER's interest therein, including applicable insurance. Each
subsequent application for payment shall include an affidavit of Contractor stating that all
previous progress payments received on account of the work have been applied to
discharge in full all of Contractor's obligations reflected in prior applications for
payment. The amount of retention with respect to progress payments will be as stipulated
in the Agreement.
OWNER will, within ten days after receipt of each application for payment, either
indicate in writing a recommendation of payment, or return the application to Contractor
indicating in writing its reasons for refusing to recommend payment. In the latter case,
Contractor may make the necessary corrections and resubmit the application. OWNER
shall, within ten days of recommendation of payment, pay Contractor the amount
recommended.
19. Contractor warrants and guarantees that title to all work, materials, and equipment
covered by any application for payment, whether incorporated in the project or not, will pass to
OWNER at the time of payment free and clear of all liens, claims, security interests, and
encumbrances (in these General Conditions referred to as "Liens").
20. Final Payment:
33
A. Upon written notice from Contractor that the work is complete, OWNER will
make a final inspection with Contractor, and will notify Contractor in writing of all
particulars in which this inspection reveals that the work is incomplete or defective.
Contractor shall immediately take such measures as are necessary to remedy such
deficiencies.
B. After Contractor has completed all such corrections to the satisfaction of
OWNER, and delivered all maintenance and operating instructions, guarantees, bonds,
certificates of inspection, Contractor may make application for final payment following
the procedure for progress payments. The final application for payment shall be
accompanied by all documentation called for in the contract documents, and such other
data and schedules as OWNER may reasonably require, together with complete and
legally effective releases or waivers (satisfactory to OWNER) of all liens arising out of,
or filed in connection with the work. In lieu thereof, and as approved by OWNER,
Contractor may furnish receipts or releases in full; an affidavit of Contractor that the
releases and receipts include all labor, services, material, and equipment for which lien
could be filed, and that all payrolls, material, and equipment bills, and other indebtedness
connected with the work, for which OWNER or its property might in any way be
responsible, have been paid or otherwise satisfied; and consent of the surety, if any, to
final payment. If any subcontractor, manufacturer, fabricator, supplier, or distributor fails
to furnish a release or receipt in full, Contractor may furnish a bond or other collateral
satisfactory to OWNER to indemnify OWNER against any lien.
21. Final payment shall not become due until Contractor submits to OWNER releases and
waivers of liens, and data establishing payment or satisfaction of obligations, such as receipts,
claims, security interests or encumbrances arising out of the Work. Final payment is subject to
the Final Settlement requirements and time periods set forth in C.R.S. §38-26-107.
21.1 OWNER shall not authorize final payment until all items on the punch list have been
completed, the Engineer issues its Final Certificate of Completion, the Notice of
Acceptance is issued, and the Notice of Contractor's Final Settlement Date is published
and at least 30 days have expired with no claims filed.
21.2. Before OWNER may advertise, Contractor shall:
A. Deliver to the Eagle County Project Manager for review:
1. All guaranties and warranties;
2. A letter confirming that sales taxes from which the OWNER is exempt
have not been paid;
3. Three (3) complete bound sets of required operations and maintenance
manuals and instructions;
4. Two (2) sets of as -built drawings;
34
5. To the extent not already furnished, one copy of all corrected Shop
Drawings;
6. Satisfactory evidence that all payroll, material bills, and other
indebtedness connected with the Work have been paid or otherwise
satisfied or will be paid evidenced by the provision of conditional lien
release waivers;
7. A complete and final waiver and/or release of any and all lien rights
and liens from each subcontractor of all tiers, material, men, supplier,
manufacturer and dealer for all labor, equipment and material used or
furnished by each on the Work which may be in the form of a conditional
lien release waiver conditioned upon final payment by the OWNER;
8. Consent of the surety to final payment; and
9. Any other documents required to be furnished by the Contract
Documents.
B. Demonstrate to the operating personnel of the OWNER the proper operation and
maintenance of all equipment.
21.3. Upon completion of the foregoing, Contractor's Settlement shall be advertised in
accordance with Colorado law. On the date of final settlement thus advertised, and after
Contractor has submitted a written notice that no claims have been filed, final payment
and settlement shall be made in full.
21.4. Pursuant to C.R.S. §38-26-107, if any unpaid claim for labor, materials, rental machinery,
tools, supplies, or equipment is filed before payment in full of all sums due Contractor,
OWNER shall withhold from Contractor sufficient funds to insure the payment of such
claim, until the same shall have been paid or withdrawn, such payment or withdrawal to
be evidenced by filing a receipt in full or an order for withdrawal signed by the claimant
or its duly authorized agent or assignee.
21.5. The making of final payment, after the Date of the Notice of Contractor Settlement of the
Project, shall constitute a waiver of all claims by OWNER except those arising from:
A. Unsettled Claims;
B. Faulty or defective work appearing after Completion of the Work;
C. Failure of the Work to comply with the requirements of the Contract
Documents; or
D. Terms of any warranties or special warranties required by the Contract
Documents.
35
21.6. The acceptance of final payment, after the Date of the Notice of Contractor Settlement of
the Project, shall constitute a waiver of all claims by Contractor except those previously
made in writing and separately identified by Contractor as unsettled in the final Project
Application for Payment.
21.7. All provisions of the Contract Documents including without limitation those establishing
obligations and procedures, shall remain in full force and effect notwithstanding the
making or acceptance of final payment.
22. Contractor's obligation to perform and complete the Work in accordance with the
contract documents shall be absolute. Neither the recommendation of any progress or final
payment nor the payment by OWNER to Contractor under the Contract Documents, nor any use
or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by
OWNER, nor any failure to do so, nor any correction of defective Work by OWNER shall
constitute an acceptance of Work not in accordance with the contract documents or a release of
Contractor's obligation to perform the Work in accordance with the contract documents.
23. Any work in accordance with the Contract Documents that OWNER finds improper,
Contractor will correct said work in a timely manner so as not to delay completion of the project.
24. If Contractor defaults or neglects to carry out the Work in accordance with the
Agreement and fails within a ten (10) day period after receipt of written notice from OWNER to
correct such default or neglect with diligence and promptness, OWNER may, without prejudice
to other remedies, correct such deficiencies and Contractor shall be responsible for the cost of
such correction.
25. Contractor shall be responsible for initiating, maintaining and supervising all safety
precautions and programs, including all those required by law in connection with performance of
the Agreement. Contractor shall promptly remedy damage and loss to property caused in whole
or in part by Contractor, or by anyone for whose acts Contractor may be liable.
26. Contractor shall promptly correct Work rejected by OWNER as failing to conform to the
requirements of the Agreement and Contractor shall bear the cost of correcting such rejected
Work.
27. Contractor warrants and guarantees to OWNER that all Work will be in accordance with
the Contract Documents and will not be defective. Prompt notice of all defects shall be given to
Contractor. If, within two years after the Notice of Acceptance, or such longer period of time
as may be prescribed by law, prescribed by the terms of any applicable warranty given by a
materials supplier or required by or a part of the Agreement, any Work is found to be defective,
Contractor shall promptly, without cost to OWNER, and in accordance with OWNER's written
instructions, either correct such defective Work, or, if it has been rejected by OWNER, remove it
from the site, and replace it with non -defective work. If Contractor does not promptly comply
with the terms of such instructions, or in an emergency where delay would cause serious risk of
loss or damage, OWNER may have the defective Work corrected or the rejected Work removed
36
and replaced, and all direct and indirect costs of such removal and replacement, including
compensation for additional professional services, shall be paid by Contractor.
28. The performance of the Work may be terminated at any time in whole, or from time to
time in part, by OWNER for its convenience. Any such termination shall be effected by delivery
to Contractor of a written notice ("Notice of Termination") specifying the extent to which
performance of the Work is terminated and the date upon which termination becomes effective.
After receipt of a Notice of Termination, and except as otherwise directed by OWNER,
Contractor shall, in good faith, and to the best of its ability, do all things necessary, in the light of
such notice and of such requests in implementation thereof as OWNER may make, to assure the
efficient, proper closeout of the terminated Work (including the protection of OWNER's
property). Among other things, Contractor shall, except as otherwise directed or approved by
OWNER:
A. stop the Work on the date and to the extent specified in the Notice of
Termination;
B. place no further orders or subcontracts for services, equipment or materials except as
may be necessary for completion of such portion of the Work as is not terminated;
C. terminate all orders and subcontracts to the extent that they relate to the performance of
Work terminated by the Notice of Termination;
D. assign to OWNER, in the manner and to the extent directed by it, all of the right, title
and interest of Contractor under the orders or subcontracts so terminated, in which case
OWNER shall have the right to settle or pay any or all claims arising out of the
termination of such orders and subcontracts;
E. with the approval of OWNER, settle all outstanding liabilities and all claims arising out
of such termination or orders and subcontracts; and
F. deliver to OWNER, when and as directed by OWNER, all documents and all property
which, if the Work had been completed, Contractor would be required to account for or
deliver to OWNER, and transfer title to such property to OWNER to the extent not
already transferred.
In the event of such termination, Contractor shall be entitled to payment for the work performed
prior to the termination date, all direct costs associated with the work up to the termination date
and the Construction Services Fee for the work performed prior to the termination date at the rate
identified in Article 5 of the Agreement.
29. Contractor acknowledges that for public works financed in whole or in part by funds of
the state of Colorado and/or OWNER, and pursuant to section Title 8-17-101, C.R.S.
(1973) Colorado labor shall be employed to perform the Work in the extent of not less
than eighty percent (80%) of each type or class of labor in the several classifications of
skilled and common labor employed in the Work. For purposes of this provision,
37
"Colorado labor" means "any person who is a resident of the state of Colorado at the time
of employment, without discrimination as to race, color, creed, sex, age, or religion
except when sex or age is a bona fide occupational qualification.
30. Contractor agrees to comply with the letter and spirit of the Colorado Anti -discrimination
Act of 1957, as amended, and other applicable laws respecting discrimination and unfair
employment practices. Pursuant thereto, the following provision shall be contained in all
OWNER contracts or subcontracts: during the performance of this Contract, Contractor
agrees as follows:
A. Contractor will not discriminate against any employee or applicant for employment
because of race, creed, color, national origin, sex, marital status, religion, ancestry,
mental or physical disability, sexual orientation, or age. Contractor will take
affirmative action to insure that applicants are employed and that employees are treated
during employment, without regard to the above mentioned characteristics. Such action
shall include, but not be limited to, the following: employment, upgrading, demotion or
transfer, recruitment or recruitment advertising; lay-offs or terminations; rates of pay or
other forms of compensation; and selection for training, including apprenticeship.
Contractor agrees to post in conspicuous places, available to employees and applicants
for employment, notices to be provided by the contracting officer setting forth
provisions of this non-discrimination clause.
B. Contractor will, in all solicitations or advertisements for employees placed by or on
behalf of Contractor, state that all qualified applicants will receive consideration for
employment without regard to race, creed, color, national origin, sex, marital status,
religion, ancestry, mental or physical disability, or age.
32. Colorado Statutes do not provide for any right of lien against public buildings. In lieu
thereof, Title 38-26-107 et seq. C.R.S., as amended, provides adequate relief for any
claimant having furnished labor, materials, rental machinery, tools, equipment or services
toward construction of the particular public work in that final payment may not be made
to a Contractor until all such creditors have been put on notice by publication in the
public press of such pending payment and given opportunity to stop payment to
Contractor in the amount of such claims.
38
EXHIBIT A
Request for Qualifications dated, November 27, 2017
Short List Letter/Request for Proposal dated January 10, 2018
39
NOTICE
REQUEST FOR QUALIFICATIONS
CONSTRUCTION SERVICES
FOR
EAGLE COUNTY FACILITIES SHOP
GYPSUM, COLORADO
Eagle, Colorado November 27, 2017
Eagle County is soliciting statements of qualifications and experience from Construction
Manager/General Contractors for construction services for the construction of a new
Eagle County Facilities Workshop, located in Gypsum, Colorado (the "Project"). The
proposed Project will involve the construction of an approximately 14,000 square foot
one-story facility, with offices, a small kitchen/breakroom, rest rooms, storage, and
multiple types/styles of access doors. This Request for Qualifications ("RFQ") will be
non-exclusive. Eagle County reserves the right to contract with other third parties.
Only those respondents who are shortlisted as part of the statement of qualification
evaluation process described in paragraph 13 of the Instructions to Respondents will be
included in a subsequent request for proposal ("RFP") process for the construction
services for the Project, which will include a request for a Guaranteed Maximum Price
("GMP"), detailed budget and a construction schedule. Following evaluation of the
proposals received by the County in response to the RFP, the successful respondent will
be given the first right to negotiate an agreement acceptable to the County. In the event
that an agreement satisfactory to the County cannot be reached, the County may enter
into negotiations with one or more of the remaining respondents. The successful
respondent shall commence work only after execution of an acceptable agreement and
approval of insurance certificates and notice to proceed given by the County. More
information regarding the RFP process will be provided to the shortlisted respondents.
Final selection of a successful respondent will be based on an evaluation of factors
including, but not limited to, general approach to the project, experience, schedule and
budget constraints, practices and procedures, familiarity with Eagle County, and legal
issues.
Statements of qualifications must be received by U.S. mail at Eagle County
Government, Project Management Department Attn: Josh Miller PO Box 850, Eagle,
CO 81631 or by FedEx, UPS, DHL, or hand delivered to Eagle County Government,
Project Management Department Attn: Josh Miller 3289 Cooley Mesa Road, Gypsum,
CO 81637 or emailed to josh.miller@eaglecounty.us before 3:30 p.m., MDT, on
December 5, 2017. Any statement of qualifications received after this time will not be
considered and will be returned to the respondent unopened unless good cause is shown
as determined by Eagle County in its sole discretion.
The Request for Qualifications document may be obtained from the Project Management
Department during the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday. The
complete document is also available at www.ea leg county.us Follow the link at the very
bottom of the Home Page, "RFPs / RFQs". Contact the Project Management Department
at (970) 328-8780 for further information.
W
REQUEST FOR QUALIFICATIONS
INSTRUCTIONS TO RESPONDENTS
1. Eagle County, Colorado (the "County" or "Owner") will receive statements of
qualifications at the Eagle County Project Management Office, attention
Josh Miller, Construction Manager, 3289 Cooley Mesa Road Gypsum, CO
81637, or P.O. Box 850 Eagle, CO 81631, or emailed to
josh.miller@eaglecounty.us until 3:30 PM, local time, December 5t", 2017.
Any statement of qualifications received after this time will be considered non-
responsive and returned unopened.
2. Any question, interpretation or clarification regarding this Request for
Qualifications ("RFQ") is required five (5) calendar days prior to the due date.
Responses, if any, will be issued by addenda posted to
http://www.eaglecounty.us. All questions regarding this RFQ or these
instructions must be in writing and submitted to Josh Miller, Construction
Manager. Questions may be faxed to (970) 328-3539 or emailed to
josh.miller@eaglecounty.us. Please call to verify receipt of your questions. No
additional questions will be accepted after the date and time referenced above
unless good cause is shown as determined by Eagle County in its sole discretion.
Oral interpretations shall be of no force and effect.
3. Please provide four (4) hard copies and one CD or email containing a PDF
version of your firm's statement of qualifications. Please include the name,
address and phone number of the firm's submitting project personnel.
4. Eagle County reserves the right, in its sole discretion, to reject any and all
statements of qualifications submitted in response to this RFQ, to waive or not
waive informalities or irregularities in the statements of qualifications received or
in RFQ procedures. Eagle County also reserves the right to re -advertise, or to
otherwise provide the services as determined by Eagle County to be in its best
interest, and to accept any portion of the statement of qualifications deemed to be
in the best interests of Eagle County. , Eagle County may also choose to discard
all statements of qualifications and re -issue another RFQ.
5. Eagle County may, in its sole discretion, modify or amend any and all provisions
of these instructions or the RFQ. If it becomes necessary to revise any part of the
RFQ, addenda will be provided through posting at http://www.ea2lecounty.us
Eagle County reserves the right to extend the RFQ submittal date or to postpone
the selection of the most qualified respondent(s) or award of an agreement.
6. All statements of qualifications will be reviewed by a selection committee and
any other review as determined to be necessary. Respondents may be asked to
supplement their initial statements of qualifications with additional written
material. Eagle County may short-list respondents based upon an evaluation of the
3
written submittals. Eagle County may arrange for in-person interviews with the
short-listed respondents for a detailed presentation.
7. Respondents are encouraged to clearly identify any proprietary or confidential
data or information submitted with the statement of qualifications. Regardless of
whether or not so marked, Eagle County will endeavor to keep that information
confidential, separate and apart from the statement of qualifications.
Notwithstanding the foregoing, respondent acknowledges that Eagle County may
be required to release the information in accordance with the Colorado Open
Records Act or order of the court.
8. Eagle County will not pay for any information requested herein, nor is it liable for
any costs incurred by the respondent in connection with its response to this RFQ.
9. No telephone or oral statements of qualifications will be accepted.
10. Statements of Qualifications must be clearly identified on the front of the
envelope by RFQ title. Responsibility for timely submittal of statements of
qualifications lies solely with the respondent. Statements received after the
closing time specified will not be considered unless good cause is shown as
determined by Eagle County in its sole discretion.
11. Respondent(s) who submit a statement of qualifications are responsible for
becoming fully informed regarding all circumstances, information, laws and any
other matters that might, in any way, affect the respondent's role and
responsibilities. Any failure to become fully knowledgeable shall be at the
respondent's sole risk. Eagle County assumes no responsibility for any
interpretations made by respondents on the basis of information provided in this
RFQ or through any other source.
12. All respondents must include a fully executed Statement of Qualifications
Submittal Form with their statement of qualifications.
13. All statement of qualifications will be reviewed by the Eagle County selection
committee and any others as determined to be necessary. Firms may be asked to
supplement their initial statements of qualifications with additional written
material. Eagle County selection committee will short list firms based upon an
evaluation of the written submittals after considering the qualifications,
experience and capabilities of each responded to provide the construction
services, respondent's familiarity with Eagle County and any other factors the
County may consider as determined by Eagle County in its sole discretion. Eagle
County may request in-person interviews with each firm short listed. Upon
completion of the evaluation, each member of the selection committee will
individually fill out a decision matrix. The firms achieving the highest scores on
the decision matrix will become the final short list of two or more firms. Eagle
al
County shall not supply the decision matrix forms to respondents but will supply
the final ranking.
14. Only those respondents who are shortlisted as part of the statement of
qualification evaluation process described in paragraph 13 above will be included
in a subsequent request for proposal ("RFP") process for the construction
services, which will include a request for a Guaranteed Maximum Price, detailed
budget and a construction schedule. Following evaluation of the proposals
received by Eagle County in response to the RFP, the successful respondent will
be given the first right to negotiate an agreement acceptable to the County. In the
event that an agreement satisfactory to the County cannot be reached, the County
may enter into negotiations with one or more of the remaining respondents. The
successful respondent shall commence work only after execution of an acceptable
agreement and approval of insurance certificates and notice to proceed given by
the County. The successful respondent will perform all of the work or services in
compliance with the negotiated agreement. More information regarding the RFP
process will be provided to the shortlisted respondents.
15. This RFQ is not intended to completely define the process for the selection of the
successful responded to perform the construction services or the contractual
relationship to be entered into with the successful respondent(s).
5
REQUEST FOR QUALIFICATIONS
STATEMENT OF QUALIFICATIONS SUBMITTAL FORM
THIS FORM MUST BE SUBMITTED WITH YOUR STATEMENT OF
QUALIFICATIONS
TO: Eagle County, Colorado
500 Broadway
Post Office Box 850
Eagle, CO 81631
Re: New Facilities Workshop
The undersigned, having examined the Instructions to Respondents and any and all
documents related to the above referenced RFQ:
(a) agrees to comply with all conditions, requirements, and instructions of the
Request for Qualifications as stated or implied therein;
(b) Acknowledges the right of Eagle County, Colorado in its sole discretion to
reject any or all statements of qualifications submitted, and that an award may
be made even though not the lowest cost or a short list of respondents may be
identified;
(c) Acknowledges and agrees that the discretion of Eagle County, Colorado in
selection of the successful respondent(s) shall be final, not subject to review
or attack; and
(d) Acknowledges that this statement of qualifications is made with full
knowledge of the foregoing and full agreement thereto.
By submission of this statement of qualifications and signature below, the respondent
acknowledges that he has the authority to sign this form and bind the company named
below. The respondent further acknowledges that Eagle County, Colorado has the right to
make any inquiry or investigation it deems appropriate to substantiate or supplement
information contained in the statement of qualifications and related documents, and
authorizes release to Eagle County of any and all information sought in such inquiry or
investigation.
Company Name:
Title of Respondent:
Signature of Respondent:
Con
REQUEST FOR QUALIFICATIONS
I. PROJECT DESCRIPTION
The project consists of the construction of a new Facilities Workshop in Gypsum
Colorado (the "Project"). The proposed Project will involve construction of an
approximately 14,000 square foot one story facility, with offices, a small
kitchen/breakroom, rest rooms, storage, and multiple types/styles of access doors.
II. OBJECTIVE OF THIS REQUEST
Eagle County is soliciting statements of qualifications and experience from Construction
Manager/General Contractors for construction services for the construction of a new Eagle
County Facilities Workshop, located in Gypsum, Colorado (the "Project"). The objective of
this RFQ/RFP process is to form a productive and effective relationship between the
County, the design team and the successful Construction Manager/General Contractor
(CM/CG).
Only those respondents who are shortlisted as part of the statement of qualification
evaluation process described in paragraph 13 of the Instructions to Respondents will be
included in a subsequent RFP process for the construction services, which will include a
request for a GMP, detailed budget and a construction schedule. Following evaluation of
the proposals received by the County in response to the RFP, the successful respondent will
be given the first right to negotiate an agreement acceptable to the County. In the event
that an agreement satisfactory to the County cannot be reached, the County may enter into
negotiations with one or more of the remaining respondents. The successful respondent
shall commence work only after execution of an acceptable agreement and approval of
insurance certificates and notice to proceed given by the County. The successful
respondent will perform all of the work or services in compliance with the negotiated
agreement.
Notwithstanding the foregoing, the County does not represent that the Project will be
constructed or that the successful respondent will be the Construction Manager/General
Contracting firm in the event of construction of the Project. Eagle County, in its sole
discretion, may decide not to proceed with the Project, or with the successful respondent(s)
as the CM/GC, or Eagle County may decide not to issue a Notice to Proceed with
construction services for any reason or no reason at all.
General information is provided by this RFQ to prospective firms concerning the Project
and the awarding of the agreement for construction services for the Project. This RFQ
document is not intended to completely define the selection process or the contractual
relationship to be entered into by Eagle County and the successful respondent.
7
III. SELECTION CRITERIA
Respondents should address each of the evaluation criteria listed below and provide
specific examples of projects they have undertaken that demonstrate their qualifications:
These criteria are not listed in any order of evaluation priority and are a non -exhaustive list.
The County may seek additional information or perform further investigations as it deems
necessary. The relative importance of each criterion is identified on a scale of 1 to 4, with
4 being of the highest importance.
A. General Approach to the Project: Provide a narrative or other form to explain your
firm's intended approach to the overall Project. Identify who will be directly
involved with the Project and how much time each person will be available to meet
with the Project team. Describe the roles of each member of your proposed team.
Relative Importance 2.
B. Experience: Each firm will be evaluated based on its overall experience providing
construction services for similar projects, experience with construction practices
and procedures in Eagle County, Colorado and mountain environments.
Evaluation of experience will include the following:
1. Resumes of the proposed members of the project management team who will be
committed to the Project for construction services. Resumes must include a
description of the person's qualifications and past experience with similar
projects. Relative Importance 4.
C. Schedule and Budget Constraints: Identify your firm's ability to undertake and
complete the Project in a timely manner. The construction services will commence
upon execution of an agreement anticipated by January 2018 . The goal is to
commence construction by April 2018 and substantial completion by October
2018. Relative Importance 3.
D. Practices and Procedures: Describe your firm's construction project management
approach; quality control and assurance procedures; safety record and program;
and any other pertinent factors as deemed appropriate for a project of this scope.
Relative Importance 1.
E. Familiarity with Eagle Counter Provide a narrative describing your firm's
familiarity with Eagle County. Relative Importance 4.
F. Legal Issues: Are any lawsuits; Federal, State, or Local tax liens; or any potential
claims or liabilities pending against your firm, your team members, or the officers
of the team firms at this time? If yes, please explain. Please disclose any and all
claims in the past 5 years. Relative Importance 3.
G.
IV. METHOD OF AWARD
The statements of qualifications will be evaluated as described in paragraph 13 of
the Instructions to Respondents. Only those respondents who are shortlisted as part
of this evaluation process will be included in a subsequent RFP process for the
construction services, which will include a request for a GMP, detailed budget and a
construction schedule.
Final selection of a successful respondent will be based on an evaluation of factors
including, but not limited to, general approach to the project, experience, schedule
and budget constraints, practices and procedures, familiarity with Eagle County, and
legal issues.
Following evaluation of the proposals received by the County in response to the
RFP, the successful respondent will be given the first right to negotiate an agreement
acceptable to the County. In the event that an agreement satisfactory to the County
cannot be reached, the County may enter into negotiations with one or more of the
remaining respondents. The successful respondent shall commence work only after
execution of an acceptable agreement and approval of insurance certificates and
notice to proceed given by the County. The successful respondent will perform all
of the work or services in compliance with the negotiated agreement.
H. INSURANCE REQUIREMENTS
Prior to the commencement of performance, the successful firm shall furnish to
Eagle County a certificate of insurance for workers' compensation, automobile
coverage and general liability, with limits of not less than $2,000,000.
L PROPOSAL MEETING/INQUIRIES
There will be no required pre -proposal meetings. Interested firms may visit the
Project site to view the location during normal business hours.
Any question, interpretation or clarification regarding this RFQ is required five
(5) calendar days prior to the due date. Responses, if any, will be issued by
addenda posted to http://www.eaglecounty.us. All questions regarding this RFQ
or these instructions must be in writing and submitted to Josh Miller,
Construction Manager by fax to (970) 328-3539 or by email to
Josh.miller@eaglecounty.us. Please call to verify receipt of your questions. No
additional questions will be accepted after the date and time referenced above
unless good cause is shown as determined by Eagle County in its sole discretion.
Oral interpretations shall be of no force and effect.
I
J. SUBMISSION CRITERIA:
Interested firms should submit statements of qualification as follows:
1. Four (4) copies of the statement of qualifications fully addressing the selection
criteria including name, address, and phone number of the firm's submitting
project personnel.
2. One CD or email containing a PDF version of statement of qualifications.
Statement of Qualifications shall be addressed to:
Mail: Eagle County Project Management Department
ATTN: Josh Miller
PO Box 850
Eagle, CO 81631-0850
FedEx, UPS, DHL: Eagle County Project Management Department
ATTN: Josh Miller
3289 Cooley Mesa Road
Gypsum, CO 81637
Email: josh.miller&eaglecounty.us
All statements of qualification shall be received by December 5th, 2017 at 3:30pm.
Statements of qualification may be sent via US Mail, FedEx, UPS, DHL, hand delivered,
or emailed. Faxed statements of qualifications will not be accepted. Any statement of
qualifications received after this time will not be considered and will be returned to the
respondent unopened unless good cause is shown as determined by Eagle County in its
sole discretion.
10
Project Managment
Department
Phone: (970) 328-8880
FAX: (970) 328-3539
EAGLE COUNTY
January 10, 2018
Re.- Eagle County Facilities Workshop
Dear: FCI Constructors, Inc. Attn: Shane Haas
Eagle County
P.O. Box 850
Eagle, CO 81631
3289 Cooley Mesa Road
Gypsum, CO 81637
Congratulations! We are pleased to inform you that subsequent to your submittal to the County your firm
has been "short-listed" for further consideration in the solicitation process for the selection of a contractor
to provide Preconstruction/Construction services for the proposed Facilities Workshop.
We require that you submit the information requested on the form provided - Exhibit B - by 3 pm, January
24th. You may submit these via Mail, email, or facsimile at any of the following addresses.
PO Box 850
Eagle, Colorado 81631-0850
3289 Cooley Mesa Road
Gypsum, CO 81637
970.328.8780 voice
970.328.3539 facsimile
Kristin. Degenhardt(a)eaglecounty.us
To commence this process we have included a set of the most up to date set of design documents for the
project. We need pricing based on the present plan set and feedback on constructability. This process
needs to commence as the very first step in the preconstruction services.
To fully understand the Construction Services and General Conditions component of the proposal we
need to understand what is included in these percentages. The exhibits included will assist in
understanding these components. Please complete the form Exhibit B on fees.
Please call Kristin Degenhardt (970.328.8780) with any questions, and thank you for your continued
interest in this Project.
Sincerely,
G�6u�t-
Kristin Degenhardt, Project Manager
Project Management Department
CM/GC FEE & SCHEDULE REQUEST FOR PROPOSAL
SPECIAL INSTRUCTIONS
Eagle County Facilities Workshop
Gypsum, Colorado
Eagle County (the "County" or "Owner") solicited statements of qualification for the selection of a
contractor to provide Preconstruction/Construction services for a new Facilities Workshop for the Eagle
County Facilities Maintenance Department. Your firm has been short-listed for further consideration in the
solicitation process.
This is the request for proposal ("RFP") phase of the solicitation process. The RFP process includes
submission of a proposal by the short-listed respondents which will include profit and other overhead
costs based on a predetermined cost of work and schedule. Following evaluation of the proposals
received by the County, the successful respondent will be given the first right to negotiate an Agreement
acceptable to the County. In the event that an agreement satisfactory to the County cannot be reached,
the County may enter into negotiations with one or more of the remaining respondents.
The County reserves the right, in its sole discretion, to reject any and all proposals submitted in response
to this RFP, and to waive or not waive informalities or irregularities in proposals received, or RFP
procedures. The County also reserves the right to provide the services as determined by the County to be
in its best interest, and to accept any portion of a proposal deemed to be in the best interests of the
County to do so. The County may also choose to disregard all proposals and issue another RFP or RFQ.
The County may, at its sole discretion, modify or amend any and all provisions of this RFP. If it becomes
necessary to revise any part of the RFP, addenda will be provided through posting at
http://www.eaglecounty.us. The County reserves the right to extend the RFP submittal date or to
postpone selection of the most qualified respondent(s).
Final selection of a successful respondent will be based on an evaluation of factors including, but not
limited to, general approach to the project, experience, schedule and budget constraints, practices and
procedures, familiarity with Eagle County, and legal issues.
The successful respondent shall commence work only after execution of an agreement acceptable to
Eagle County, approval of insurance certificates and a notice to proceed is given by the County.
1. PROJECT DESCRIPTION
Eagle County Facilities Maintenance Department is constructing a new Facilities Workshop (the
"Project" or "Workshop" or "facility"). The proposed Workshop will be an approximately 14,000
square foot one-story facility, with offices, a small kitchen/breakroom, rest rooms, workshop area,
vehicle storage/maintenance area, storage, and multiple types/styles of access doors. We have
selected Alliance Steel, Inc. to perform the engineering and shop drawings. New pavement areas
will be constructed adjacent to the facility.
The Design Development Documents for the facility are provided in Exhibit A.
Construction of the new Facilities Workshop may include, but not be limited to the following:
1. Enclosed Vehicle Storage, approximately 9,000sf.
2. Accessory and Administration Office, approximately 2,000sf.
3. Workshop Area, approximately 1,000sf.
4. Tools and Parts Storage, approximately 2,000sf.
5. Sitework and associated utilities for the building, approximately 20,000 sf.
The Design Development Plans and Soils Report are provided in Exhibit A
The committed funds budgeted for design, construction and all associated soft costs are
$2,000,000. For the purposes of this RFP assume the direct construction cost of this Project, which
includes supplying the PEMB, to be $1,600,000. The fees included in Exhibit B will be added on top
of the direct costs.
2. GENERAL SCOPE OF CM/GC SERVICES
The Construction Manager/General Contractor's ("CM/GC") services during the Pre -Construction
Services include, but are not limited to, cost estimating, value engineering, cash flow projections,
scheduling, logistical planning, constructability analysis, bid package administration, bidding of
trade contracts, and the submittal of a Guaranteed Maximum Price (GMP) proposal for the
construction work for the Project.
The CM/GC's services during the Construction Services phase include, but are not limited to,
construction management, administration, field supervision, coordinating subcontractors,
maintaining quality, meeting schedules and providing the general conditions work for the Project.
Generally, all trade contracts shall be competitively bid and assigned to the CM/GC's contract;
however, when circumstances warrant it, the CM/GC may be allowed to self -perform work that it
traditionally performs with its own forces, as long as the cost is acceptable to the County.
3. PRE -CONSTRUCTION SERVICES MAXIMUM FEE
The CM/GC shall participate in the continuing design process as an integral member of the Project
Team and shall perform Pre -Construction services that, in general, shall include but not be limited
to the following:
Attend all necessary work sessions with the Owner and Engineer/Architect to gather and distribute
information on the Project as required.
In conjunction with the Owner and the Engineer/Architect, immediately identify the Project
requirements and prepare a total Project budget that properly allocates construction costs and "soft"
costs for the various elements of the work intended for the Project.
Develop and continue to refine a comprehensive Project Schedule. Identify, set decision dates, and
make recommendations to the Owner and the Engineer/Architect on procurement of long -lead
delivery items. Update and monitor the Project Schedule with the Owner and the
Engineer/Architect regularly to identify deviations and changes. Prepare a detailed approach to
phasing of the work, mobilization, logistics, quality control and safety for review and approval by the
Owner and Engineer/Architect.
Provide value engineering and life -cycle costing for all materials, equipment and systems mutually
agreed upon to determine the best possible value to the Owner. Conduct formal value engineering
work sessions with the Owner and the Engineer/Architect, and recommend design detail
alternatives.
Prepare and monitor estimates of the construction cost during finalization of the design
development phase based on detailed quantity surveys of the Drawings and Specifications. Advise
the Owner and the Engineer/Architect if it appears that the construction budget will not be met, and
make recommendations for corrective action. Prepare and update with each cost estimate a
reconciliation report comparing the cost estimate with the approved budget, accompanied with an
updated construction billing and cash flow forecast.
Review the drawings and specifications as they are being prepared, and recommend alternate
solutions whenever design details affect budget, schedule, constructability, and consistency with
local and traditional trade practice.
Recommend a strategy for bid packaging the drawings and specifications relative to the Project
approach and other pertinent considerations. Administrate the various bid packages for the Project
All Subcontractor and Contract Supplier bids shall be open book and shared in the entirety with the
Owner and the Engineer/Architect. The steel building supplier, Alliance Steel, Inc. was solicited by
the Architect for design integration and Shop Drawing for direct procurement to the Architect to
finalize the design and accelerate the schedule. The material supply and erection of the PEMB will
be a subcontract to the CM/GC.
Prepare and submit a final Guaranteed Maximum Price (GMP) Proposal for the Owner's optional
acceptance reflecting the entire cost, scope of work and the quality intent of the Project before any
construction funds are committed. The GMP Proposal shall be supplemented with a complete and
detailed breakdown of costs in an open book sharing of pricing information for the entire Project. All
construction costs must be clearly defined and included in the GMP Proposal, and as such,
allowances for work scope will not be allowed unless specifically approved by the Owner as
appropriate. The CM/GC's proposed "self -performed work" shall be documented in the GMP
Proposal with a detailed, quantified and unit priced cost estimate. If the CM/GC's proposed GMP,
detailed budget and construction schedule are accepted by the County, then the County will provide
the CM/GC with a Notice to Proceed with Construction Services as the CM/GC for the Project.
Owner, in its sole discretion, may decide to accept or reject the GMP Proposal for any reason or no
reason at all.
Assist the Owner and the Engineer/Architect as necessary in interfacing with the Town of Gypsum
Building Department and other authorities having jurisdiction over the Project in order to obtain the
building permit(s) on a timely basis for the construction activities
The Pre -Construction Services Maximum Fee shall be stated on the CM/GC Fee Proposal Form
("Exhibit B", Item 1) and shall include the preceding scope and any other items identified on Exhibit
C for Pre -Construction Services.
Compensation for expenses in connection with the Pre -Construction Services shall be included in
the total CM/GC Maximum Fee ("Exhibit B", Item 1), and shall be paid in one lump sum with the first
construction pay application. In the event the Project or the CM/GC's services are cancelled or
terminated for any reason whatsoever, the CM/GC shall be reimbursed for actual verifiable costs
incurred during Preconstruction Services phase up to the amount stated in the Fee Proposal.
4. GENERAL CONDITIONS FEE
The General Conditions Fee shall be based off the ("Exhibit C") CM/GC Fee Structure column titled
General Conditions. It is specifically intended that all General Conditions costs, CM/GC's field
management and overhead costs shall be included in the General Conditions Total Fee. All
General Conditions and General Requirements for the Project with the exception of the cranes &
hoisting shall be provided and performed by the CM/GC as identified in this Exhibit. It is intended
that this fee will be based upon the information provided by Exhibit A and the Schedule duration
identified in Item 7. Schedule noted below. At time of pricing for the GMP by the selected CM/GC
the General Conditions Fee will be reviewed and compared to the proposed schedule duration. If
the total duration of the Project is proposed to be substantially different that the duration used for
this pricing then negotiations may occur between the Owner and the CM/GC for an adjustment in
the General Conditions Total Fee. Assigning any of these costs to Divisions 2 through 16 direct
costs is not acceptable. Cost reimbursement will not be allowed for General Conditions or General
Requirements unless specifically provided in the "CM/GC FEE STRUCTURE." The General
Conditions Total Fee shall be stated on the CM/GC Fee Proposal Form ("Exhibit B", Item 2).
5. CONSTRUCTION SERVICES FEE
The CM/GC's Construction Services Fixed Fee shall be based in strict accordance with the attached
document Exhibit C titled "CM/GC FEE STRUCTURE." This document shall be attached to the
formal agreement as an Exhibit. All items checked in the second column identified as "CM/GC
Basic Fee" shall be included without exception in Construction Services Fixed Fee. The
Construction Services Fixed Fee shall be stated on the CM/GC Fee & Proposal Form ("Exhibit B",
Item 3).
This Fee will not be subject to reduction through the efforts of the Engineer/Architect via design
refinement, or by the CM/GC via value engineering, procurement and construction efforts.
Abandonment or a significant reduction in the scope or magnitude of the Project would result in a
negotiated reduction of the Fee.
6. CONSTRUCTION CHANGE ORDER MARK-UP
For Owner directed changes to the scope of the work, the CM/GC shall propose a Percentage Fee
for additive change orders to the GMP Contract amount. Deductive change orders will be credited
only the cost of the work. The Construction Change Order Mark-up shall be stated on the CM/GC
Fee Proposal Form ("Exhibit B". Item 4).
The Owner and the CM/GC shall mutually negotiate the subcontractor and contract supplier change
order mark-ups with the various trades after bids have been received.
Specify on the CM/GC Fee & Schedule Proposal Form ("Exhibit B", Item 5), the direct cost "free
zone" dollar amount (if any) on Owner directed changes for which CM/GC change order mark-up
would be exempt.
7. SCHEDULE
The final Project schedule is not certain at this time; however, it is the Owner's intent to select the
successful respondent by February 1, 2018, and to commence Pre -Construction Services
immediately upon execution of an agreement satisfactory to the County. It is anticipated that
Construction Services will commence approximately April 16, 2018 and all components of the
Project will be completed by November, 2018. There may be opportunities to improve on this
schedule with team efforts during preconstruction services. For the purpose of this RFP, assume
construction will start April 16, 2018 and finish November 2, 2018.
8. BIDDING & CONSTRUCTION CONTINGENCY
The CM/GC's contingency shall be used to cover costs of unforeseen job conditions, omissions of
the estimate (with the exception of subcontracted work), and discrepancies between subcontractor
and supplier scopes of work, which are properly reimbursable as Cost of the Work but are not the
basis for a change order. The CM/GC's contingency shall be used with the Owner's concurrence
only, which shall not be unreasonably withheld. Requests for the use of the contingency shall be
submitted by the Construction Firm within ten (10) days of the event caused such Cost of Work to
be incurred, or as soon as the need is apparent. The contingency shall not be used for repairing or
replacement of the Work due to the Construction Firm's negligence. The balance of the
Contingency which has not been expended for the Project according to the procedures set forth
herein shall be refunded entirely to the benefit of the Owner, upon final invoicing. The CM/GC Firm
shall also provide the Owner documented status of the contingency amount on a monthly basis with
each payment application.
Specify on the Construction Services Fee Proposal Form ("Exhibit B" Item 6), the percentage rate
for contingency that you propose to be applied to your GMP.
9. ADDITIONAL PROPOSAL RESPONSE REQUIREMENTS
a) Provide an organization chart graphically indicating how your firm would staff and structure the
proposed team (both in the field and in the office) during the Pre -Construction and Construction
phases.
b) Specify on the CM/GC Fee Proposal Form ("Exhibit B", Item 7), the percentage rate that you
propose for umbrella and general liability insurance.
c) Specify on the CM/GC Fee Proposal Form ("Exhibit B", Item 8), the percentage rate that you
propose for builder's risk insurance.
d) Specify on the CM/GC Fee Proposal Form ("Exhibit B", Item 9), the percentage rate that you
propose for performance and payment bond.
e) Provide a list of the trades that you propose to perform with your own forces on this Project.
Disclose and explain any additional mark-up for overhead, profit, fee or other margin you would
propose or commonly apply to self -performed labor and materials. Specify this mark-up on the
CM/GC Fee Proposal Form ("Exhibit B", Item 10).
f) Indicate in your Proposal response how small tools, equipment rental or other similar costs in
connection with the CM/GC's "self -performed work" are determined and are proposed to be
billed to the Project.
g) Provide a detailed line -item cost breakdown of your proposed Construction Services Fixed Fee
that clearly illustrates the intent of the CM/GC Fee Structure is entirely included and sufficient for
the Project.
10. CONSTRUCTION CONTRACT
The formal agreement will be in the form of Eagle County's, Standard Form of Agreement Between
Owner and Contractor where the basis of payment is the Cost of the Work Plus a Fee with a
negotiated Guaranteed Maximum Price", with such modifications and additions as are mutually
agreeable to the Owner and the successful respondent. A preliminary template may be provided
upon request from Eagle County's Attorney's Office.
In addition, the Contract Documents will include without limitation:
a) The Request for Qualifications Document.
b) This CM/GC Fee Proposal Special Instructions Document.
c) Exhibit A.
d) Exhibit B.
e) The Plans and Specifications as investigated in the Design / Build investigation. (C.D.)
f) Addenda, clarifications or attachments to the above, deemed reasonable and necessary by
the Owner and CM/GC Firm.
g) The Construction Firm's final Guaranteed Maximum Price Proposal once accepted by the
Owner.
11. EXCEPTIONS
Note any and all exceptions or qualifications to these Special Instructions and conditions of the
Contract for Construction contemplated for the Project.
END
CM / GC FEE PROPOSAL FORM
Eagle County Facilities Workshop
Gypsum, Colorado
January 10, 2018
RESPONDENT (FIRM NAME)
The respondent acknowledges and agrees that the above stated fees, mark-ups and schedule (as
may be subsequently modified by negotiation) shall become conditions of the Contract Agreement.
Description
Proposal
1)
Pre -Construction Services Maximum Fees
$
2)
General Conditions Total Fee
$
3)
Construction Services Fixed Percentage Fee
4)
Construction Change Order Mark-Up Percentage Fee
5)
Change Order Mark-Up "Free Zone"
$
6)
CM/GC's Contingency Rate
7)
Umbrella & General Liability Insurance Rate
%
8)
Builder's Risk Insurance Rate
9)
Performance & Payment Bond Rate
%
10) Self -Performed Work Administrative Mark-up
%
The respondent acknowledges and agrees that the above stated fees, mark-ups and schedule (as
may be subsequently modified by negotiation) shall become conditions of the Contract Agreement.
Page 1 of 7
"EXHIBIT C"
CM/GC FEE STRUCTURE
Eagle County Facilities Workshop
Colorado
1/10/18
v
M
0m
;
-n
0
�o
0.
-n
"
v
3m
n
;
;F
0
N
v
o
c
Gypsum,
G
W
F
W
m
�
I
(D
z n
° 3
o N
z
n
PRE -CONSTRUCTION SERVICES
A.
PROJECT MANAGEMENT
1.
Engineer/Architect Consultant Selection
x
2.
Civil Consultant Selection
x
3.
Structural Consultant Selection
x
4.
Mechanical Consultant Selection
x
5.
Electrical Consultant Selection
x
6.
Special Consultant Selection
x
7.
Review Design Concepts
x
x
8.
Develop Bid Packages
x
x
9.
Site Use Recommendations
x
x
10.
Material Selection Recommendations
x
x
11.
Building Systems Recommendations
x
x
12.
Building Equipment Recommendations Movable
x
x
x
13.
Building Equipment Recommendations Fixed
x
x
x
14.
Coordinate Owner -Supplied Fixed Equipment
x
x
x
15.
Coordinate Owner -Supplied Movable Equipment
x
x
16.
Construction Feasibility Recommendations
x
17.
Construction Scheduling Recommendations
x
18.
Life Cycle C sting Analysis
x
19.
Informal Value Engineering
x
20.
Formal Value Engineering
x
21.
Energy Use Analysis & Recommendations
x
x
22.
Labor Availability Review (Subcontractors)
x
23.
Material Availability Review
x
24.
Equipment Availability Review
x
25.
Subcontractor Availability Review
x
26.
Construction Logistical & Execution Plan
x
B.
PROJECT COST CONTROL
1.
Total Project Cost Budget
x
x
x
2.
Construction Cost Budget
x
3.
Schematic Design Cost Estimate
x
4.
Guaranteed Maximum Price Cost Estimate
x
5. GMP Proposal
x
6.
Bid Package Estimates
x
7.
Construction Cash Flow Projections (Monthly)
x
x
8.
Material Surveys & Trade Contractor Estimates
x
9.
Set -Up Cost Accounting
x
10.
Set -Up Reporting Methods
x
11.
Set -Up Payment Procedure
x
12.
Set -Up Change Order Procedure
x
13.
Prepare Change Order Cost Estimates
x
Correctness of Quantities & Prices of All COs
x
FVerif
Continued Project Cost Monitoring
x
Page 1 of 7
C. PROJECT SCHEDULING
1. Preconstruction Activity Schedule Bar Chart
x
2. Construction Activity Schedule CPM Set -Up
x
3. Const Activity Schedule w/ Milestones CPM Updates)
x
4. Shop Drawing & Submittal Schedule / Procedure
x
5. Mock -Up Schedule & Procedure
x
6. Short -Interval Schedules
x
7. Occupancy Schedules
x
D. SUBCONTRACTOR SELECTION / PURCHASING
1. Set Prequalification Criteria
x
2. Recommend Subcontractor Selection Methods
x
3. Recommend Subcontractor Award Methods
x
4. Develop Subcontractor Interest
x
5. Prepare Bidding Schedules
x
6. Issue Plans, Specifications & Addenda
x
7. Receive Bids
x
8. Analyze Bids
x
9. Recommend Award
x
10. Determine Local Manpower Availability
x
11. Prepare Subcontracts & Supplier Contracts
x
12. Prepare Change Orders
x
13. Verify Correctness of Quantities & Prices of All CO's
x
14. Coordinate Owner -Supplied Fixed Equipment
x
E. CONTRACT DOCUMENT COORDINATION
1. Constructability Review & Recommendations
x
2. Responsibility For Temporary Facilities
x
3. Review For Jurisdictional Overlap
x
4. Review For Inclusion of All Work
x
5. Review For Adequately Phased Construction
x
6. Identify Long -Lead Items
x
7. Identify Commodity Shortages
x
8. Review For Installation of Owner Supplied Fixed Equip
x
9. Apply For Building Permits
x
10. Obtain Building Permits
x
Page 2 of 7
CONSTRUCTION SERVICES
F. GENERAL CONTRACTOR OFF-SITE STAFF & SERVICES
1. Corporate Executives
x
x
2. Principal In Charge
x
x
3. Project Executive
x
x
4. Operations Manager
x
x
5. Construction Manager
x
x
6. Project Manager
x
x
7. Project Engineer
x
x
8. Mechanical & Electrical Coordinator
x
x
9. Safety Manager / Field Audit
x
x
10. EEO Officer
x
x
11. Human Resources
x
x
12. Secretarial
x
x
13. Project Estimating
x
x
14. Project Accounting
x
x
15. Project Data Processing
x
x
16. Project Scheduling
x
x
17. Project Purchasing
x
x
18. Basic Legal Services
x
x
19. Home Office Operating Expenses
x
x
20. Benefits for Above Personnel
x
x
21. Vacations for Above Personnel
x
x
22. Bonuses for Above Personnel If An
x
x
G. GENERAL CONTRACTOR ON-SITE STAFF & SERVICES
1. Project Manager(s)
x
2. Project Su erintendent s
x
3. Assistant Superintendent(s) If needed
x
4. Project Engineer(s) If needed
x
5. Field Engineer(s)
x
6. Mechanical & Electrical Coordinators
x
7. Quality Control Engineer As Required)
x
8. Project Assistant / Clerk / Typist As Required)
x
9. Safety Engineer As Required)
x
10. Field Accounting
x
11. Data Processing
x
12. Field Engineering & Layout
x
13. Registered Surveyor As Required)
x
14. Ground Transportation As Required)
x
15. Airline Transportation As Required)
x
16. Meals & Lodging As Required)
x
17. Personnel Moving & Relocation Expense
x
18. Personnel Subsistence Costs
x
20. Benefits for Above Personnel
x
x
21. Vacations for Above Personnel
x
x
22. Bonuses for Above Personnel If An
x
Page 3 of 7
H. QUALITY CONTROL / WARRANTY
1. Implement & Submit Construction Quality Control Plan
x
2. Quality Control Inspection
x x
x
3. Field Inspector
x
x
4. Inspector's Transportation
x
x
x
5. Inspector's Equipment
x
x
x
6. Testing & Inspections
x x
7. Special Inspection & Testing Consultants
x
x
8. Concrete Testing
x x
x
9. Masonry Testing
x
10. Compaction Testing
x x
x
11. Field Welding & AISC Bolted Connection Testing
x
x
12. Soils Investigations / Geotechnical Reports
x
13. Environmental Testing
x
14. Environmental Inspection
x
15. Environmental Cleanup Coordination / Govt Document
x x
x
16. Project Progress Photographs
x
x
x
17. Warranty Inspections Coordination
x
x
x
18. Air & Water Balancing
x
19. Operator On -Site Training
x
20. Prepare Operation Manuals
x
21. Prepare Maintenance Manuals
x
22. Prepare Preventive Maintenance Manual
x
23. Drua Testing & Screening Field Personnel)
x
24. Warranty Service Cost Reserves
x
25. Prepare Punch Lists
x
x
26. Approve Punch Lists
x
x
I. TEMPORARY FACILITIES
I.ITemporary Field Office Facility
x
2. Field Office Furniture & Equipment
x
3. Field Office Copiers
x
4. Field Office Fax Machine(s)
x
5. Field Office Computer(s) & Software
x
6. Field Office Supplies
x
7. CM/GC's Storage Trailers / Sheds
x
8. Field Office Equipment Maintenance & Repairs
x
9. Engineer/Architect Temporary Office
x
10. Project Sin
x
11. Directional / Warning Signs
x
12. Bulletin Boards
x
13. Potable Drinking Water / Ice / Cups
x
14. Temporary Toilets / Sanitary Sewer
x
15. Temporary Construction Fencing / Silt Fencing
x
16. Barricades
x
17. Covered Walkways
x
18. Safety Equipment
x
19. First Aid Station & Supplies
x
20. Handrails / Toe Boards / Opening Protection
x
21. Safety Nets
x
22. Temporary Stairs (Temp Office or Project Site)
x
23. Fire Extinguishers
x
24. Flagman / Traffic Control
x
25. Job Hauling Charges
x
Page 4 of 7
J. TEMPORARY UTILITIES
1. Temp Telephone Install Equipment & Monthly Fee
x
2. Telephone Expense (Long Distance Charges)
x
3. Telephone Expense Internet Charges)
x
4. Cellular Phone Charges
x
5. Design / Engr Telephone Charges Local Calls)
x
6. Temporary Electrical Service / Distribution
x
7. Temporary Electrical Wiring & Lighting
x
8. Light bulbs & Temp Electrical Maintenance
x
9. Electrical Power Consumption Expense
x
10. Temporary Water Service / Distribution
x
11. Temporary Water Consumption Expense
x
12. Temporary Gas Service / Distribution
x
13. Temporary Gas Service Consumption Expense
x
K. CLEAN-UP
1. Daily Clean -Up
x
2. Final Clean -Up
x
3. Final Glass Cleaning
x
4. Debris Hauling/Removal
x
5. Trash Chutes
x
6. Trash Dumpsters
x
7. Dump Permits & Fees
x
8. Dust Control
x
L. WEATHER PROTECTION / TEMPORARY HEATINC
1. Remove Snow & Ice Site
x
2. Remove Snow & Ice (Buildings)
x
3. Temporary Enclosures (Buildings)
x
4. Temporary Weather Protection for Sub Trades
x
5. Temporary Heating Equipment for Sub Trades
x
6. Temporary Field Office Heating Energy Cost
x
7. Fuel Cost for Heating (Building Construction)
x
8. Permanent Heat System Filter Replacement
x
9. Maintenance Cost Permanent Heat System)
x
10. Warrant Cost Permanent Heat System)
x
11. Temporary Heat Ener / Fuel(Building Construction)
x
M. ON-SITE EQUIPMENT/ HOISTING
1. Automobile(s) & Fuel
x
2. Pick -Up Trucks & Fuel
x
3. Tires & Maintenance Cost for CM/GC Equipment
x
4. Hoisting Equipment & Fuel
x
5. Mobile Cranes
x
6. Material/Personnel Hoists
x
7. Crane & Hoist Operators
x
8. Temporary Elevator Cab Protection
x
9. Temporary Elevator Maintenance Charges
x
10. 2 -Way Radio Equipment
x
N. SMALL TOOLS & EXPENDABLE SUPPLIES
1. Small Tools CM/GC's Only)
x
2. Expendable Supplies CM/GC's Only)
x
Page 5 of 7
O.
ECO BUILD REQUIREMENTS
1.
MR2.1 Const Waste Management, Salvage or Rec cle 500%
x
2.
MR2.2 Const Waste Management, Salvage Additional 25%
x
3.
MR5.1 Local/Regional Materials, 20% Manufactured Locall
x
4.
MR5.2 Local/Regional Materials, 10% Harvested Locally
x
5.
IAQ3.1 Construction IAQ Management Plan, Const
x
6.
IAQ4.1 Low -Emitting Materials, Adhesives & Sealants
x
7.
IAQ4.2 Low -Emitting Materials, Paints
x
8.
IAQ4.3 Low -Emitting Materials, Carpet
x
9.
IAQ4.4 Low -Emitting Materials, Composite Wood
x
P.
DOCUMENT REPRODUCTION / PRINTING
1.
Cost StudyDrawings & Specifications
x x
2.
Bid Package Drawings & Specifications
x x
3.
Construction Drawings & Specifications (30 Sets Max.)
x
4.
Subcontractor/ Supplier Prequalification Forms
x x
5. Bidding Instructions
x x x x
6.
Postage & Express Delivery Costs
x x x x
7.
Subcontract & Supplier Contract Agreement Forms
x x
8.
Shop Drawing Reproduction
x
9.
Printing & Duplication Expense (Miscellaneous)
x x
10. As -Built Documents (Mark-ups & Recording)
x
11.
As -Built Documents (Computer Aided Drafting)
x
12. As -Built Documents (Printing)
x
13.
Maintenance Manuals From Subs
x
14.
Operation Manuals (From Subs)
x
15.
Estimating Forms
x x
16.
Schedule Report Forms
x x
17. Accounting Forms
x x
18.
Field Reporting Forms
x
19.
Cost Reporting Forms
x
20.
Special Forms
x x
Q.
INSURANCE & BONDS
1.
Builder's Risk Insurance
x
2.
Builder's Risk Deductible
x
3.
Special Insurance - Earthquake
x
4.
Special Insurance - Fire
x
5. Special Insurance - Flood
x
6.
Special Insurance - Machinery & Equipment
x x
7.
General Liability Insurance
x
8.
Umbrella Liability Insurance
x
9.
Excess Liability Insurance
x
10.
Completed Products Insurance
x
11.
Professional Liability Insurance
x
12. Workman's Compensation Insurance CM/GC's Only)
x x x
13.
FICA / Medicare Insurance (CM/GC's Only)
x x x
14.
Federal Unemployment Insurance CM/GC's Only)
x x x
15.
State Unemployment Insurance CM/GC's Only)
x x x
16.
Performance Bond
x
17.
Payment Bond
x
18.
Subcontractor & Supplier Bonds
x
191 Bid Bond
x
Page 6 of 7
R. PERMITS & FEES
1. Foundation Permit
x
2. Superstructure Permit
x
3. Building Permit (General)
x
4. Mechanical Building Permit
x
5. Electrical Building Permit
x
6. Plan Check Fees
x
7. Street Use Permit
x
8. Curb & Gutter Permit
x
9. Sidewalk Permit
x
10. Landscape Permit
x
11. Street/ Curb Design Charge
x
12. Sign Permits
x
13. Site Drainage Study SWMP Application
x
14. Site Drainage Permit SWMP Fee
x
15. Utility Development Fees
x
16. Plant Investment Fees
x
17. Electrical Primary Construction Fee
x
18. Water Service Construction Fee
x
19. Gas Service Construction Fee
x
20. Water Tap Inspection Fee
x
21. Sanitary Tap Inspection Fee
x
22. Storm Tap Inspection Fee
x
23. Special Tap Fees
x
24. Contractor's Licenses
x
25. Zoning Fees
x
26. Construction Equipment Licenses
x
27. Construction Equipment Permits
x
S. OTHER COSTS
1. Sales & Use Taxes EXEMPT
x
2. Construction Labor Costs
x
3. Construction Material Costs
x
4. Construction Equipment Costs
x
5. Cost of Design & Engineering
x
6. A/E Cost for Bid Packages
x
7. Preliminary Soils Investigation
x
8. Title / Development Cost
x
9. Land Costs
x
10. Financing / Interest Cost
x
11. Interim Financing Costs
x
12. Building Operation After Move -In
x
13. Building Maintenance After Move -In
x
14. FF&E Coordination Services
x
15. Owner Moving Transition Manual
x
16. Owner Moving Costs
x
17 Guaranteed Maximum Price Proposal
x
18 Weekly Project Team & Subcontractor Meetings
x
x
19 Weekly Project Meeting Minutes & Distribution
x
x
Page 7 of 7
E
o
_o Zz
o Q_ X� 111 lli J j
V N D V/ w F Z Z C' 111
t/1 U H O O
V °' Z O Zw-A 0
U W Q u
LLI
@Q z z�watntn MU)W m'' °
2 Q o�F �aaoQoo z 3 0 LL
W c =
w aal�_aczz p O 5 ;16-,
a
WW woo�WXW(j)MQ o I I V—
o m
\ ZZZ
ti
a
N Q �o°vw1w11mm000wtn 3 Z c11 W
LU O W U C) n C) C) C) C) C) 0 0 0 0 w 0
r Q r
0 W W W W W W W W W W W W z
U o
=Z } tntntn�tntntntntntncnp���Q _
Z tll— w OOOWO0oo J J J— n[ ° W v °
W a X W0 > aaa Jaaaa 0000 J -j Jo[wQQ
Z oo v� W �j D otffffwOLOLoLOL����Inww0 Q
o� Q Pro W asa-ocaaaa333—z 000 ►v v �;
Z 00 �m�400000000�0000 m
3 00 OOO�cvtvcncn����ul000 a, � �W O ) o Qj
0 0 3 a°', t
0 Fi Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q
�I
61 E w
.g w
z °
Q wN ►U $0 d
UrIOO} w Z U a, w
L° W
w� LL�Z > z �° LL
O
-uWrnZ
S lIl U w d z
z wcri L� z
QlI1c0��A oL �t90 6Q Y
O�'J O ���a OAC
U N Z O z O_ W
w pduU)�G WXOUr'aU U~1
z�z0JQ W z0 O �Q z >-
U , a -6)%Z o>C ovcmo6) aZ Ul
of w�n� �;O Ul a
Q F Q r W U tIl Q Q r W U a
w ��
U Np °
U1 u-4 d
_ U 11
r.
a Z
O m0 � °I)t
at w
O ~ w d j Oz0 zLW
llJ kb
Z 00 ts)0 W m
> � 3 °> Q�
Q Z W O w w l� Q Q til o
W m w D S Urn O m w W r OL o m
z z41 W 111 V/ -O = l9 Ul d ►i w
w W O §� z� EOL
U O w z u OL W bl Ci W° m j W
a ►Y Oc0 j a W t9 w -AO O 0 C ° ui U) Ul Q r ►L >
W W W lmg1-UU W QQ �� 6} V d
D°OWcpro oo[ z �TWcq@��
p �° W
coOm vU1 r— 0
!� L1J Of OWOLLI0 LQ W W
z bum(b1 6z a v�o� 6z 3
o W?°��W° � Q°QV-w8 OL
LL
0
Z O U1 z
>� ro z _w
J Z
°m0� � 0
Z w O Ul E U tJl
oL d D co Z W O tY
WJ►z00r Oa* u W
j U bl oC U v 0 J Y
_Z Q x O O -p U Z
O r°ALL O z0U 3v Q oC
p[ Ot o O LL a
111 D Zdd z W c O W W U rn r
U~lvtatl0 Qp Z_ iUz—<co oU QQ ZO oW—[
LL
Dw`� °°� °md 6 1166 ow Ulm Q v U
W O00 U 0000 rnU W °ZmmO mCO j U O� J d oar[ Q
Z wmw Z�Z�-az -1 D�z�_ Z a w w Q 111 p
OIQQ�pQU WNw () 3a w ° u1 Z
►Maul t~Jl wOU w �`rn �wu z(j) U~-1 0U Q 0U Q
Z
0 tpf) O O O
_z
0 o w w w w w F> O OW [] W O
0° Ot W or Z z U) Yo m °Q0) Qpm 3 z z d
o LL � o u > u cn ,co zo w� wQ °o °o J _� 0
w 0 a< Z Z Z H U
C) wQ O O z ON O�w W0L =w O O a roc J� Z 'U Q o[
o�
1i cn u o u D mm �� cn� (J)w 3 3 O a� atn ►� oc m o
w (1)
Ld
Q IIII - D 00
p (D '
3 =1111 W00
O
_ ►L IIII = o°
T o =1111 °004
Cl ..
ofZ - - oz - - - - - j - - - - - - - - - - - - - -
�o ,Wnn w J)Z �z (Y w 3
Ud z 111° Z° _zm z z oL
0 °o W W> az ���. Ute.-. �D Ow O zO z oc
oo (�11 O�W Z� Oozo Zzo mkb dw �L O� o S
ww vl F Or �d HU�UI ��� z >� oL� �U U) ~
hoc W W 0) w z 3 w= �n w= t(1 oc w 0 p Q > p > °[
U 0� O lwl)Z(I wW QUZ11= W11= Hm Wtall 3� OwLZ o z
z
O Y
W w w a
0 m u w 3
W N � ~+
Wo U
IU Z —
W �t _
Uo- - - - - - - - - W- -
W � wo
m z (I1 _ W
O uw v TL
w W ww ww pw W w U = w
C() U Co U Cocci Z= Cl) = QL m oL p oC w co tIl
o zo p zz W Z JW w ZZ OO oZ �O Z 300 3 LLQ Z
u�i ZO �w Qw Jw QW O Jw oL> dw OLU tY DU p �v
O W w= w W w= LL w W w= ~ J J S O O z Z O 0 O O
(A Z U) ►11 to oc 0(f) oc ° to z W w to 0 z 0 3 Z 3 oc Z at oc ►U
W zo
OU w x x x
O
°o� x Q x X x
WQx owc
-� O
oUc U
a o0
O w
~ U W
z
z w Y
ot Q m o cJl
w a D w
ff
z °L w m a 00
wQ U W O w
0) OL
esP ul A
U IE r O Z Q Z
Z (j)l a U
W 0
= O w U
Z l= U1 W
w z Ul J q W 8' puailc°
ww w g 8
ww w o ~ LL
a
�O $
O N
z p D z
3 w Z �se�
a
w 0 O J oL O wav
O
az w w uai OZ D r3 �?
z S ° = Ua w N©,
co
vl z Q ° J OU' w 0 w
W o W d w w= U de sl c
(J) t- oma[ Ulr 19
Q ►L Z d d tti m a
o
O U Q O °iY LL 'F8 �g
111 OLL O Q W
Z a v 0 °z� ( �W J
J ° p m Q O Q W r
z z W J U ry�ae� 9 W
LL - m
° d O w Z° (� 0
Z i( ° O Z 1 V� Z Y L H vq E� V
W0 z k ui J U S _ d Va ky Rd y ,ally 3d a o VBII y Rd VBlltiy valley
Fd Z J Dz U �� Z p. m
Z U S w (_ °eisj Y n_ v
V p c a IUsllu
(W Zm w �[ Q k'Mr J LOLr.4 ?9LILA mR eia k806
V z (J) w D" 0 OLWL< °
T > m0 t11� ►La
O O Q 11wy' .2MS1 2nd 51 2naSi
W Z = W W z W
ot
O ~�� bbl Sl S Rengeuiew Dr
J L11 S w W d� J
lIl w z anmhln w
JZ ° ma nt��(} z0 w a y
0 O U Z V ° llC. d
w ° O O Z O R Gu1c11 Rd '+ m LL
3 w Q O S W Z
° JZ W Q<
J oL o- Iia
Oot ff ~ �O CO CO� O� W yks
O
Uo a w <Z z a
-m w p -1 -1° o z a -
LL
d° z dw dz �� 9 s[� W �I
Q = O O O O 5 �ar�
OW Z of z
�ot v z V-° 00 y -Z °
of �d w wC
�0 30 0 �Q t-_ =w CO
of -A J OX OLL oot0 J
Um dr d uw UO din d
0
I
M
V
Q
E
0
A�
W
0
0
U
�^ U
OV�LU
Uz oU
C)
Ft
U00) 0 A
cc c_0 cz
ccz-00>,
�rEC)
�O=•U��
m2I+ LUU-
dc�c�c��c�c�
�cccwcc
0000 O O
z CZV
(� cz cz c: cz cz
iia)a)0+r a)0
0 +- c
M
-am MI.c)I-�Lf)M
TT T T T T
�00000o
Q N N N N N N
0
0 0
!__1
=
O
O
(D T
O
V
LL
Q
ccz
N
cc
0
U) m
ao
Z
U1
IL
.. 0) CZ
ON.�2C'3�
CLO -0
7 M =
+r cn
= m0
Ota)
i
-0'- o
n
O = N
0 w
N 0 N
a
D
a
w
J
a
NLY
0
OL
ct
V -
l Ll
m
W
kb
~
V
_ �
0 a
U
Z
Z
Z(wn
^:
\J
v
L
L
■ \
ll
OW
LN
o
Z
`�
Z
C�� °�
ti
U
Z
Z
002
0
Q
a0°
a
w
LLI
NJL
�
LL
J
LO 0
W
0
I
M
V
Q
E
0
A�
W
0
0
U
�^ U
OV�LU
Uz oU
C)
Ft
U00) 0 A
cc c_0 cz
ccz-00>,
�rEC)
�O=•U��
m2I+ LUU-
dc�c�c��c�c�
�cccwcc
0000 O O
z CZV
(� cz cz c: cz cz
iia)a)0+r a)0
0 +- c
M
-am MI.c)I-�Lf)M
TT T T T T
�00000o
Q N N N N N N
o 0
(13 T T
E AI N
O O O
� 0
C 0
F= CO CIO
U) U)
0 0
c co c13
0 cz cz
0 0
CO = U) U)
r O 0 N
� �
00 �~
Lf)0-0-0- 0
CO) (1) a) a> cz
._��0-0 .Sac0000m00m0=
O�mmm r. 70 02222222
Q 0 E o 0 0 o 0 0 o
o�
Q�ZZZ000 r—
O.04 0 II
II II
c 0 U)
_ U)
00 II vH2E cm II II cz =cz
r— 0= II r I I co M U -w }, LL >cz — O) I I I I
W"i"j-0-0LL N O)2 ct .S 0 c
�0cc06 czVD•E-w -00�0�0"'--
O r r (Z O- c (� i s
NOcncnm }'Om�},Oc�0
0) c c c vm•�U)mmZz 0 0
_v�a)a)a)�—_Lo>`o>`UU
a) a) a) N N 2 cz E.2 -c:.2
70 oycO,E0��4)6o
OC=mmm 0aHii�Lxu 's wx �Li0C
j
U)
0-
D D
O
U
c
cz
U 0
0E
0
O s
0
U (
�co
`v r
CY)Q
�
Z
5
y C) Q
AN
N@')L N
= 0
0M
Oi
V 0 -c
00-0
a N .i= LL
LL CL LL
i
_O
N
0
0
Ln
_O
i
as
a
g4l
C)
0
O
(Un
V
Z
0
N
_O
M
O
i
O
a
m
_
O
�
■1
O
a)
O
Q 0 0 0
cn000
cncn
4-1O M M 't
U)
O 0 0 0
�^222
cm LO LO AO
/= LO II II II
W -0 r r
MLL(nm
Q Q Q
co
°0000
a
V
_
ca
CL
0QQ`z Q
Oca
= U
N U U 0 U
0000
T LO co
as
CL cm
0r000
rNr
M0���
�TLLLLLL II
O A Lo r r cz
r J
cc
= r 0 r
J 0 II II Q
C Orr II U
cC ;0— LL U) m U
CL= 0
0�000P-
C>_". " "0
0C.)003 —
u
a
Cn
=
O
O
(D T
O
V
LL
Q
ccz
N
cc
0
U) m
U
sz CZ
0
N O �
.. 0) CZ
ON.�2C'3�
CLO -0
7 M =
+r cn
= m0
Ota)
i
-0'- o
'00 cn
=NZ)2mLL
O = N
N 0 N
a�rc\iC6
o 0
(13 T T
E AI N
O O O
� 0
C 0
F= CO CIO
U) U)
0 0
c co c13
0 cz cz
0 0
CO = U) U)
r O 0 N
� �
00 �~
Lf)0-0-0- 0
CO) (1) a) a> cz
._��0-0 .Sac0000m00m0=
O�mmm r. 70 02222222
Q 0 E o 0 0 o 0 0 o
o�
Q�ZZZ000 r—
O.04 0 II
II II
c 0 U)
_ U)
00 II vH2E cm II II cz =cz
r— 0= II r I I co M U -w }, LL >cz — O) I I I I
W"i"j-0-0LL N O)2 ct .S 0 c
�0cc06 czVD•E-w -00�0�0"'--
O r r (Z O- c (� i s
NOcncnm }'Om�},Oc�0
0) c c c vm•�U)mmZz 0 0
_v�a)a)a)�—_Lo>`o>`UU
a) a) a) N N 2 cz E.2 -c:.2
70 oycO,E0��4)6o
OC=mmm 0aHii�Lxu 's wx �Li0C
j
U)
0-
D D
O
U
c
cz
U 0
0E
0
O s
0
U (
�co
`v r
CY)Q
�
Z
5
y C) Q
AN
N@')L N
= 0
0M
Oi
V 0 -c
00-0
a N .i= LL
LL CL LL
i
_O
N
0
0
Ln
_O
i
as
a
g4l
C)
0
O
(Un
V
Z
0
N
_O
M
O
i
O
a
m
_
O
�
■1
O
a)
O
Q 0 0 0
cn000
cncn
4-1O M M 't
U)
O 0 0 0
�^222
cm LO LO AO
/= LO II II II
W -0 r r
MLL(nm
Q Q Q
co
°0000
a
V
_
ca
CL
0QQ`z Q
Oca
= U
N U U 0 U
0000
T LO co
as
CL cm
0r000
rNr
M0���
�TLLLLLL II
O A Lo r r cz
r J
cc
= r 0 r
J 0 II II Q
C Orr II U
cC ;0— LL U) m U
CL= 0
0�000P-
C>_". " "0
0C.)003 —
u
a
O
W
O
^
LO
M N
.r-'.'
U N
V)
w
>1
>110 N N_0 OU
C/-)-0 U ' U C� • -� 0 O -0 �' L- E
U cn O . -
0 V)C- LN O O U
-f-j N -� J -0 -+-' U w 0= Q)N N 0
1
L U U N �•- (n C Oy=
0
z °' V,0� app O a_'_'
U N -4-W C---'_0 0
>1-0 Q �- = N--1 L- -+-j - E O U U
W�O �E: z o +,� �o�Ea� :3n cn
U00 �0 �� _0 Q) <� tO< c—
0 0L-- k -0 CD
Ld
0 -1
cn L- r o
(f)�00
2 • p / 1- N w 0 C) ` n
I� o
-J ►'`� > W N
~oU-0
O � p >
0w
U - L-
-0 +�-� :3 UN :3O U)
•C: U) -0 0 0'>
O +J E +E 0 0 4J L� QO
U
a�z`NnU U p Q•— z0c +J
�E o -0- ��0 O:Uop0O o
U 0 L-= U) O
L -
ON E 0� 0 •• O J 0- O 0- c1q E Q 0 O +., N
OL O O � OU •— Q cn .. w 0 0
z z 0NU) 0 a fid- 0 '� 0 (� E >,� Q) 0-0
0_ +, cn 0 0 ~ w � +J w > o Q) rn
F— 0 0-0 a� .. Oz p� ~ (n �o m O L- > c-� >,>,L -Q)
U E Z N >� � z O •- 0 ♦, cn L- Q) E U 0
O O 4-' 0'— z� � O' — O 0 cn � 0 z
w >,
U Jw.ow o �C: o m °•° w° Q ��.�a°� cn�a�
V) U _ _ •O to +J I— a� o
W Q� O- 0 � -1J Q Q 0 U O> .gip W •� � -�� U O U w C:
O W O O N O p I- +, U W O- O
J w U (n � Q W 0 Z U >, � .- > E
o' C- W n I U J O o �' X O F- .� O 0 L- O U N
W O E (n o o ^ >� ^Q) �p ^� ^ ^� O - 0 N�
J J Q O U z N . _ -�-� t� W d' -�-� CO O 00 - U) U +J CO
LtN
Oo0
Q of N
U
Ld
0
(C08 *MOO*Z�)
3Al�Ja S3-inr
^
N 0
aU N p^
Q r...' Of wLLJ
OCJf —
QNN Q W>
0- N CU U 00
LLJ �NI�
I 0 .
Z D ,� J o
Dz� 00
0 I V
M --a Z Q O: J 0
0 m J
WI
I
u- orf S00 07 16 E 966.91
\ o
• NI
i 00
N
\ w 00
• O
0�0w
O �/ �! 00 ..
�d o N
\ << ! N
wi �
"yo �� N 0
00
00 ()
\ O o
N 00 c m
00 Z Q
Z Q 00 U CO
m \00 5 N
w � o O Z �
00 O
�U-16 N Zzr�j
� N \ 0 — V)I o�0 0 C)�OJ
z z n W -�
\ Q
w -i
Q
D1
Z 00
C-4 <N00°1358"W 961.16' ^ m --•:C.
Z LO Jro=0o
< n C, N
/ 1
o f �" J w ( Z 0.
U0 __j m�
U _1
V) ZUFw—w
� U
Cl- w o V)
0 � w
J —
w p
�U U)
U)
U � �
�
o
0 �
O
U�U)
O
E O -0
0 o �
^
O
Q• I-...
J Q r."
W
Doo
Of ' N
Q N
m N
U
W
Of
z Q -
.Om
LLJ
w
" L` _ 30' UTILITY EASEMENT _o _ _ _ S00°07'1 CE_966.91'
(REC. 712446 0
i
• t�
\ W CO
m�
� rn
co
\ w LO
CL
0 of
O =w
O �> wS0001 1'33"E 809.20'
w100' DRAINAGE EASEMENT o 00 z
0- � (REC. 712446 � ''�� ���
w Q O
U 0- rn Ix a) .
> m�c'Ln
n�� 00v LO � ���2 3�
Lij
O 00"
LCL_ E
N o -j
-------------
-------------------'
T=
O
NAWMOW-W 00 Z:
M 00'
°•«,�"�
LO Jill
X X X
O 0
\
00
0 0 0 5904 LO
\()re W LLj W 0 00 J
~�Ljj
Qw� w0) 0-0 v' �o w m z
C) � o � � >- a. 0 m ai 00 > Q .. o
Z Q�(n 0-� CO Z` —
> W LO — 0
0W U .. m J « m
CY)
m ��C) W
U >w 0 J �
\, Q n = W \
�Oof z >LO
\ Z
W > w
4t�— N — 0 Lj- 4'0'0 Z 14- —J
•s > -w
\ W z n A
x \.
V)'
\ \
x X X ,
ry
ui
4
�!
I
'� w v1 -m Q \`�'� of
Q w _111,;rt -" I ,g�. � vim. � 7
0 ��,co
Ld
� rn
LLILO
1 w ,-� F-_,� ����, o owl/
2> o
J
w
z LO
Li
Z00- .w
x w cn
ma m
Lu
00 0
LO ry
i GNU
Q
00CLLO LdU
wQ............
C)o o ao oLLI �,o (JJ"����t�,,� o � e r
<N x < 00, U)
j
LLI
X` e 0)
W C� x
V)
w' Z
C) OfZ
-J
Lij < D
J
Ix co
/ iia
LLI LO
LLJ
'CIN
W O �O 4 Q
W N Si a� = J T CF)� -'-� � _
C;
JaiV)
� /�o� x0" LO ..., 3:: Q
ry
ovl y I � /
o
0
o
o f
o u�F
x
l
Ini
orf
4ft
()OCI_ �`" -�- -�--- � ��""�`�4---. = � � --`"� 20' UTILITY EASEMENT
(REC. 712446 )
N00013-58�W 961.1
•s✓�� *�t'1I
In U �'.
1t
0
3:: u)
0
o
J
F—W �
ZZ�
=)5w
�� LO
0
J
D X
Q
0- W '
>- �
IT
c� �.. X
W
Q
0
Z
�
�
0
W
Z
�
U
OV--
fa'�RQ_
J —
w p
�U U)
U)
U � �
�
o
0 �
O
U�U)
O
E O -0
0 o �
^
O
Q• I-...
J Q r."
W
Doo
Of ' N
Q N
m N
U
W
Of
z Q -
.Om
LLJ
w
" L` _ 30' UTILITY EASEMENT _o _ _ _ S00°07'1 CE_966.91'
(REC. 712446 0
i
• t�
\ W CO
m�
� rn
co
\ w LO
CL
0 of
O =w
O �> wS0001 1'33"E 809.20'
w100' DRAINAGE EASEMENT o 00 z
0- � (REC. 712446 � ''�� ���
w Q O
U 0- rn Ix a) .
> m�c'Ln
n�� 00v LO � ���2 3�
Lij
O 00"
LCL_ E
N o -j
-------------
-------------------'
T=
O
NAWMOW-W 00 Z:
M 00'
°•«,�"�
LO Jill
X X X
O 0
\
00
0 0 0 5904 LO
\()re W LLj W 0 00 J
~�Ljj
Qw� w0) 0-0 v' �o w m z
C) � o � � >- a. 0 m ai 00 > Q .. o
Z Q�(n 0-� CO Z` —
> W LO — 0
0W U .. m J « m
CY)
m ��C) W
U >w 0 J �
\, Q n = W \
�Oof z >LO
\ Z
W > w
4t�— N — 0 Lj- 4'0'0 Z 14- —J
•s > -w
\ W z n A
x \.
V)'
\ \
x X X ,
ry
ui
4
�!
I
'� w v1 -m Q \`�'� of
Q w _111,;rt -" I ,g�. � vim. � 7
0 ��,co
Ld
� rn
LLILO
1 w ,-� F-_,� ����, o owl/
2> o
J
w
z LO
Li
Z00- .w
x w cn
ma m
Lu
00 0
LO ry
i GNU
Q
00CLLO LdU
wQ............
C)o o ao oLLI �,o (JJ"����t�,,� o � e r
<N x < 00, U)
j
LLI
X` e 0)
W C� x
V)
w' Z
C) OfZ
-J
Lij < D
J
Ix co
/ iia
LLI LO
LLJ
'CIN
W O �O 4 Q
W N Si a� = J T CF)� -'-� � _
C;
JaiV)
� /�o� x0" LO ..., 3:: Q
ry
ovl y I � /
o
0
o
o f
o u�F
x
l
Ini
orf
4ft
()OCI_ �`" -�- -�--- � ��""�`�4---. = � � --`"� 20' UTILITY EASEMENT
(REC. 712446 )
N00013-58�W 961.1
•s✓�� *�t'1I
In U �'.
1t
0
3:: u)
0
o
J
F—W �
ZZ�
=)5w
�� LO
0
J
D X
Q
0- W '
>- �
IT
c� �.. X
>q
0
Cd
OwF
a W U v
d.aWS
UWPbio
cd
o
�Ow�
fes, U u
a0��
0pW>1
c�
�zc
a�F
N
0
Q)
_ L-
O 0
U) >, E
U U U 0
00EE�
Ec-
Q 0
> U C
._ 3r.
E�W00
.-
0 -0 �
a)�
V) N > 0
D L— D�
cn O
U .n `
p , — Q)
>1 U -f-j N
O . C:
O
� U -+-j
O U :3 U
0� �
�
L- U U
0-0 0 0-0
U > >�
O U O O
C: C) c: o
moo•- o
C o -
O U)
L- L-
Q) - -
-
N --a O
U Cf) U U
Q U U
.. -0 O
0-0 n
W
O O
0 4- O
U =
Z U a U +i
6MP•Od01 - 690L 1\A&UnS\6MP\a*uDua}ulcW A}unoo 816c3 - 690L l\s1*0Jd\(6ul"Qul6u3 ulo.JDM) xogdo.jd\ :3 :DNimvHa
0
o
X
�O
o
Q)
o
v
v
(N
CN
IT
LLQ
W
Q
0
Z
�
�
0
W
Z
�
U
OV--
N
'r-
qr-
00
O
N
><
0
OC)
0
N;T
<
D
d
0
�
d0
a
ry
z
d7
Q)
_ L-
O 0
U) >, E
U U U 0
00EE�
Ec-
Q 0
> U C
._ 3r.
E�W00
.-
0 -0 �
a)�
V) N > 0
D L— D�
cn O
U .n `
p , — Q)
>1 U -f-j N
O . C:
O
� U -+-j
O U :3 U
0� �
�
L- U U
0-0 0 0-0
U > >�
O U O O
C: C) c: o
moo•- o
C o -
O U)
L- L-
Q) - -
-
N --a O
U Cf) U U
Q U U
.. -0 O
0-0 n
W
O O
0 4- O
U =
Z U a U +i
6MP•Od01 - 690L 1\A&UnS\6MP\a*uDua}ulcW A}unoo 816c3 - 690L l\s1*0Jd\(6ul"Qul6u3 ulo.JDM) xogdo.jd\ :3 :DNimvHa
0
o
0
�O
Q)
o
v
v
Z
o
W
Q
0
Z
�
�
0
W
Z
�
Q)
_ L-
O 0
U) >, E
U U U 0
00EE�
Ec-
Q 0
> U C
._ 3r.
E�W00
.-
0 -0 �
a)�
V) N > 0
D L— D�
cn O
U .n `
p , — Q)
>1 U -f-j N
O . C:
O
� U -+-j
O U :3 U
0� �
�
L- U U
0-0 0 0-0
U > >�
O U O O
C: C) c: o
moo•- o
C o -
O U)
L- L-
Q) - -
-
N --a O
U Cf) U U
Q U U
.. -0 O
0-0 n
W
O O
0 4- O
U =
Z U a U +i
6MP•Od01 - 690L 1\A&UnS\6MP\a*uDua}ulcW A}unoo 816c3 - 690L l\s1*0Jd\(6ul"Qul6u3 ulo.JDM) xogdo.jd\ :3 :DNimvHa
0
O
@
m
Q)
o
v
v
Z
Q)
_ L-
O 0
U) >, E
U U U 0
00EE�
Ec-
Q 0
> U C
._ 3r.
E�W00
.-
0 -0 �
a)�
V) N > 0
D L— D�
cn O
U .n `
p , — Q)
>1 U -f-j N
O . C:
O
� U -+-j
O U :3 U
0� �
�
L- U U
0-0 0 0-0
U > >�
O U O O
C: C) c: o
moo•- o
C o -
O U)
L- L-
Q) - -
-
N --a O
U Cf) U U
Q U U
.. -0 O
0-0 n
W
O O
0 4- O
U =
Z U a U +i
6MP•Od01 - 690L 1\A&UnS\6MP\a*uDua}ulcW A}unoo 816c3 - 690L l\s1*0Jd\(6ul"Qul6u3 ulo.JDM) xogdo.jd\ :3 :DNimvHa
0
Ix
@
0
0
U
:2
<
D
ry
z
0
w
Q
0
w
o
wLLJ
J
w
w
J
x
00
�
<
;
z
J
z
z
a-
cn
oQaQ
LLJ
<
LJ
r-)
ry
r)
z
w�wzz�
�
Q
�
oQ�w
�
o
if
3:
U)
V)
Q)
_ L-
O 0
U) >, E
U U U 0
00EE�
Ec-
Q 0
> U C
._ 3r.
E�W00
.-
0 -0 �
a)�
V) N > 0
D L— D�
cn O
U .n `
p , — Q)
>1 U -f-j N
O . C:
O
� U -+-j
O U :3 U
0� �
�
L- U U
0-0 0 0-0
U > >�
O U O O
C: C) c: o
moo•- o
C o -
O U)
L- L-
Q) - -
-
N --a O
U Cf) U U
Q U U
.. -0 O
0-0 n
W
O O
0 4- O
U =
Z U a U +i
6MP•Od01 - 690L 1\A&UnS\6MP\a*uDua}ulcW A}unoo 816c3 - 690L l\s1*0Jd\(6ul"Qul6u3 ulo.JDM) xogdo.jd\ :3 :DNimvHa
F—�-1
O
0
YMO
cd
0
0
U
0
N
bL
l:i
cd
Lr)
b �
EMM4 �
6144, o
oo EMM4
7=0
rMM4
cd
Lr)
z
O
m
m
U
()
W
0
Q
U
LLI
0
Lo
N
0
Lo
U N
W Q �
Up O
Q N
N
�N
U
W
ry
OCN
< eftO
Q
C4
p
ti
V
�
�
00
N
O
�
N
Q)
O
-U
Q) (1)
00)
I
-0
Q) 0 Q)
O
N
Q)
Q)
0 O E
�
Q
OA S
O
��
d7
��
•.
�-
-U O
O
N
Q)�
a)���v,v;
U
'al
p
O ,f
�V
O
U
U O
04,Q)
W p
U
Q
_
.
WC) U
O
O
% •9•
�
U
U
N
LX
••,�•G�5
�\j
� � O
>o
4-j_0L
U
4+ U
U
•�
pRo
LLJ
o
0 � 3:
-U
C/) ry
-�
C
L-0
°
-0
W �N(�
U
Q
N
�7-��C)
U� U
rn
z-+
U
-� O .. U 0
0-)O
Q ON
O
0
-+-
m p +J
W - W
�
•
X
•O.�L
N
z�-
LC)
(1) _0
�•-
Q- Y)
�
m-�
U
p
Q O
N
p U
0- _0+'
��
�
n cz°
�.:
.O
-
no
}-�
C
Op
-o
E
L-�
oa)Q
>
�
o-
U4
�
pE o
O
Q) L Q)
cn p
� 4) U ~
m U
oxQ)
U)�
�U
C:
cn
q)
_
Q)
0 -0�
0�W��
1 O
Q
F -j
p
�E c D
N
E O -
UO
CN
Q
U
p
Q . 9
4 -W
O -
i- (n
U
O JU-
O
_
O
Q O C-
>
E L�
U � 4- U
_0 N
..
U O " V
W
(�
�O
�-E
m
-�N
I- O -,
p�L-
U 4
N
0U
p O
p
.EN
CL Cf) U
z
N U4-
U
-U E D-+- U
0
Lo
N
0
Lo
U N
W Q �
Up O
Q N
N
�N
U
W
ry
I V1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
s s s
I
I
a
o
m
w
I
I
I
I
I
I
I
I
1
I
I
I
I
I
- ------------------ ------ ---------------------
�o
wkn
U
OCN
< eftO
Q
C4
• r"'q
ti
V
�
�
00
N
O
�
N
I V1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
s s s
I
I
a
o
m
w
I
I
I
I
I
I
I
I
1
I
I
I
I
I
- ------------------ ------ ---------------------
�o
wkn
U
Q)
L-
0
�co�E
UQ) U U N
Q) E
C: E �
N C: O
._
Q) U C
E U U O
p =
U o stn
Q) c -
V) Q) > O
L +�
:3 U ,v
4✓ Q) Q)
� � U
C-
4---1 U �
-0 Q) U) Q) -�
04- 4— U
L- U Q)
O -0-U-0
U L-
>1 >1
C:> C�
O U O U
+�.0 o
U� O O
OL -
U +— -U U
U U) U Q)
Q U to
- U
0-0 U
.. >,
U C: c
�O-� 4-1 U
U4— U�
Z U U U -+-�
6MP•Od01 — 6901-1\j("JnS\6MP\aououa}ulnri.(}unoo aJ6o3 — 6901-1\SI*0.'d\(6ul.'aaul6u3 ul*JcW) xogdojd\6uljooulbu3 ul:DJDM\sJasn\ :0 :ONIMyaa
OCN
Q
C4
N
Cfl
ti
LL
�
�
00
N
O
�
N
><
0
0
00
Nit
00)
I
O
O
O
^
�
Q
0-)
O
d7
Q)
L-
0
�co�E
UQ) U U N
Q) E
C: E �
N C: O
._
Q) U C
E U U O
p =
U o stn
Q) c -
V) Q) > O
L +�
:3 U ,v
4✓ Q) Q)
� � U
C-
4---1 U �
-0 Q) U) Q) -�
04- 4— U
L- U Q)
O -0-U-0
U L-
>1 >1
C:> C�
O U O U
+�.0 o
U� O O
OL -
U +— -U U
U U) U Q)
Q U to
- U
0-0 U
.. >,
U C: c
�O-� 4-1 U
U4— U�
Z U U U -+-�
6MP•Od01 — 6901-1\j("JnS\6MP\aououa}ulnri.(}unoo aJ6o3 — 6901-1\SI*0.'d\(6ul.'aaul6u3 ul*JcW) xogdojd\6uljooulbu3 ul:DJDM\sJasn\ :0 :ONIMyaa
GIRL
�LZO-9�L—OL6
GIRL � o w811!1
OGV�JMoO NOAV1-1Lo Z90L X08 '0'd 0, " = Cj
GIRL - N�
I'I'I rJl�iI�i��I�IrJI�i� I�I�ZIVI/�i
wi
Nd-1d 9NIdd80 Jl8 SNOISIA32J 31VG ON 0 U)
I ,
I ,
O
F---;
z'
C;
U
U
rn w \ , , , , LIQ;
A-I I Oo � ,� ; z,
y Ld
�Lna
Q��
LL m o
\ ;(A
I
1 \�
\�
I
I
- - - - -
I
I
I \I
' I
I
I \
I ,
LU
�- - - - - - - Z - - - -
' U
C�
I M Z I,-
M 0 �
Do J co U
CD mo
co
I , O
I
� � O
0
0
W o
M
O
I W' O CV O
O Lo W
U "00
U o
O m
I
Z �" 1
J
po
LoW
[If-
Wm . .
I
(DD
M Z M Ot U rn
I M M co O m
00 J 00 W M M ti ~
//�� , O
0) C) �J O0) R� �i z
z_ U O
U I w
D U
z Q ,
o w a
J i LLIZ
D _ _j w
m D Lei~ �,
I m m Z_
O
N CKj;
LIQ I rsj LLI 0
LI(� O
I O �
(3) I M 0
00
z � '
I O w
' z'
' O''
N
W'
W a,
I Z Q'
U�
O U,
U 01
I Z O Q,
Z M J
I �M
J 00
co
00
co
I M
I CD i
Lo
_ _ ; 115'-0"
I - -
O
,
l LANDSCAPE ZONE o
N l
�
I i
,
M �
I p �
I O m 00
� U
i
LO C) O i
M
I L
I
i
I
i
I '
I
I
I
i
I
I
I
O
O
I w ULu
m O rI
H
0 cn ,m ,
1 ;Z
Q � ,
O
H
.Q
OW
I
I '
I
I
I
I
I ,
I
i
i
I
I �
O
� I
I
6wp•44o-£0-ONI(IVH-£60LL\6Mp\aououelulory Ajuno0 916o3 - 690LL\:d :5NNAV80
E
o 0
U �
U �
O
a N O
O
(n o U
C
r C N
W
N
(,J3 a
2
6G E
Q
W
Z 7
Z 00
LULO 0
°'ai
3
U h
O
♦
1 �
i 1 �
♦
I
1 ,
I
1 - 0
1 ♦ `�� o
� � O
h
1
I
� I
1
1
I
1
I
1
1
N
I
.:
Z
z
O
O
Q
N
W
n n
luul
'U
Z
Q
F—
X
O
z
Z
O
O
a
O
=
m
Z
z
U
z
O
W
O
a0
Q
z
oot
z
a
0
0
cv
m
I
♦
1 �
i 1 �
♦
I
1 ,
I
1 - 0
1 ♦ `�� o
� � O
h
1
I
� I
1
1
I
1
I
1
1
N
I
.:
Z
O
Q
'U
Z
F—
X
X
W
I
LLOL
�
O
.l
N
i
O
i
�
r
_- _
�
r
r
r
I
r�
�
� I
O
�
r ,
N
o ri,
M 858Lo00N
l
0
0
,O -SL
W
.......................................
........................................
I ......... I ............................
........................................
z
J
D:
r l�
O _z
. ;;;;.. .
w
........................................
♦
♦
♦
♦
♦
♦
0
J
m
Z
x
w
.:
Z
O
Q
'U
Z
F—
X
X
W
M 858Lo00N
l
0
0
,O -SL
W
.......................................
........................................
I ......... I ............................
........................................
z
J
D:
r l�
O _z
. ;;;;.. .
w
........................................
♦
♦
♦
♦
♦
♦
0
J
m
Z
x
w
VI
W C)
U w
LLL
O
Z~
0 O
U =
rW
V �[
vW
3
C
�0
Z
a
w
.:
Z
J;
m
Z
F
N
X
W
VI
W C)
U w
LLL
O
Z~
0 O
U =
rW
V �[
vW
3
C
�0
Z
a
w
.:
J;
m'
Z
H;
W;
VI
W C)
U w
LLL
O
Z~
0 O
U =
rW
V �[
vW
3
C
�0
Z
a
w
E
o
v z
S L O
0
z Q o Z
V zz �� a m r a o3c U iU
= Q W oo T o n W Z w oLL
v J v L1
�� 3 0 z ° m z w� O DL
a� w�� Z, J z U a m W Z°
\ _ C��o Zcll �O
N o Z Qw� 0o `° w o Z Jo \ Z
LV w(1) Ow W(Y w p O p O Or r O O - O
D zo[ wa D m = ~ p� OL
W ZZZ Uel �° LL z
Z �, ZZZ zw Ulp � p � ►�-� U � J
z ,L X00 �� w0 j ? m Q �� ti U LL
Z E N goo V-� w ° > w� O o w � j
LO 0 �t-I- ff� Qo o u w
rr 1��
o QOO w pw Q O z Z w w ro w V Q[ Q
l O D U Z c0 O 3 U °U Q t�(1 O � W 0 v
h° 3
° �i cri 111 O r m O a C
m
J
O 2
a
N
N
1
0
E
o10 Q w J LL J w = Q z
O Jw JE Z
0 0
a o z IL
0dD 3 z,nizaJZpzz�mp?zzvoWO � w Z
N a Qpo O wl9Q��QOIO�T�gW aki 3
V J Q OC�m oc 0z�")Ma-wpmm Z<ffzuzO-JQO OJ O
Lu
a w w w oc Mz } MaW J p J O[ w J U Q
LU i rn w F -0z wUlppz zOwN3 S zOQwO m J LU
H CEJ Q VI w 0 Pw- w m� W J�0 OLZ ow0� Q W US=U
Ul SSW Owp0�11zpu zz1dW�uiuJwm~w � Q ti LLUl n- 0
V g w z QEF a w>0007)wwp�zpQoOc��Q�wOm►L w O Q
> _ ~ m �wocz►i0000�0>�Q�t\1 OF _3O U U
E O O m W�� w �mQQO�»o[wOCwzSWZU1Q�w0[ d V I Z~ LL
Q v Z N �() OL J) tiuuw°cV-o0~=L(j) w U-
-1 F-
N O w~= U �1k Q -j w0003wzu0uwu-wuwz O F \ Q
W Q OF -D z—�uw=zzzp,d0zZ00S��� o[ Q Q Z Q
o d Q =<30 o Owo oF-o0ozo�zQgWQ�QoZ f �O U;
Z �, 111 a� ON 0) a — ►=oo?:UuFFF MMO<Z W S
W w- WJ p�CtU) z znuoopzzu wpj�QZu►L J o 0) DE
�' U 0[
,, Oukb w Oz F w<zJLLWWzwOOlmFQO}w0z�0�-►� 0 O
p 0z NOJ WF-JMOF WW uzz Q��p� O O W w
W ocDf ul z�0� p o[Ql�wuzo[o[���Ov6pQOwQr� O � - � J
m
c L.� I--
Qw j3WO =3 3Wo°uo33uu�wv��JW���U �Z \1 n
G O J J-1 UOOOD=F-�Qp � W Z� v LL
O F z F O J OD UlJ O OL F- W Q�l�U1mO-
w0 w0 QOOz Qw zWOO uzzzF—Ooc>OS WWDV x 00 az Q
� 3 �U hoc 1�0o[Q 0m U1�u? QUIUlQU13ZKL—ff UlocOUlUI w u0 p vW ,,
V h
�0
.i
I
�0
Ilo
Z
__jW
U
C)
W
U
W
1Lm
WW
LU
m
E
o
O0
E
Z
_
O
(J1
Z
o
O
W
V p
>
-1
nn
N
VLLI
1�
Ind
E
a
N �
�O
Z
c~11
r
W
0
U�
U
Z°�
COZ
z
06
(OL
LL
WLO
l�
�'
v
0
LL
W
w
v
l�
v w
ho
a
c
�0
Ilo
Z
__jW
U
C)
W
U
W
1Lm
WW
LU
m
8/C
AL O
m O
z� � O
U O w
V- LU
WOw
1
O
E
o o
r
Q~Q Z
LLi
Q
(Il }
WIL
=
o[ O
T
3
W�
3
O0
Z
=
O
VI
Oo
V-�
aN N
Q
~
L
U
I I
a
� Iq
O
Z
W
r
O
Q
Z
Co��
Z
�
00a
OO
°
w
JL
in
_
� �'
LL�
cW
G
�
w
cNi `n
N
oO[
Q
i
C
8/C
AL O
m O
z� � O
U O w
V- LU
WOw
1
O
w
Q~Q Z
LLi
Q
(Il }
WIL
=
o[ O
T
3
W�
3
zZ
Q ~ W
w J
Q
°�
1
w
w
IU �
p w
0
w
�
1
O
w
OZ
z
o[ O
0 w
W
W�
t-
�
1
O
w
OZ
o[ O
0 w
W
W�
t-
m O
�O
O �
� w
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1 I
I I
I
I
I I
I I
I I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.J
z
LO
1
Li
RM a
u
O t
V
Q
NN
N
N
C:
N
0
Q
O
s;
v
v
c
,
,
1
1
,
1
1
1
l
1
1
i
E
o
r
u
�
(�
w
of
([ J
zQ
m O
w
3�
_1
o
`� W
OC
W
lll}
=
JQ
O w
LL
Tgh
V
U
H
LLI
CL)
c Q
::EC H
U
V-
r
<
�// I
L
O
■O--
W
V
E
V
J
Q
W
w
O
LY
Q
�
O
r
OU
Q
U
Z
COZ
�'
_
LiL
LLItiLL
V-
cW
W
G
o
O
O
'Z
a
G!
iU
V
QW
3
-,u
V h
>
Q
C
VI
c
,
,
1
1
,
1
1
1
l
1
1
i
V-
_
�
O
w
of
([ J
zQ
m O
w
3�
o
`� W
OC
W
lll}
=
JQ
O w
LL
Tgh
c
,
,
1
1
,
1
1
1
l
1
1
i
I
I
I
� I
� I
I
I
I
I
� I
I
I
I
I
� I
I
I
I
I
� I
N I
I
N I
I
I
kb
N
Fit
z
l�
w
w
w
T'
w
u
9/rd /--,ZZ
„O -,9l
�O
C
O
El
g
0
C
�
El.
I
I
I
� I
� I
I
I
I
I
� I
I
I
I
I
� I
I
I
I
I
� I
N I
I
N I
I
I
kb
N
Fit
z
l�
w
w
w
T'
w
u
9/rd /--,ZZ
„O -,9l
�O
O
o
g
0
�
w
F�W
r
J I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4 I
I
I
I
I
I
I
I
I
W I
w I
I
17- I
UI
O
w I
U_ I
2 I
w
> I
I
I
I
I
I
I
I
I
I
I
I
z
O
nn�nn�
L/ U
O
a0
0
z
„9/E L -ZZ
„O -,9l
O
o
g
0
�
w
�W
= o.
U1,p w• Q N.O
O J O O J
w w
I
m
W
m
FE
Ed
t'A I - ZZ
E
� p
o
O
V �
O
O
s �
O
V
Q O
W
oc r
N O
—ccc V
w
� c
LLI V
N N
Q
:�ja
2
g
Ind
E5
\
N
N
�
0
C
Z
W
Z06
Lll�LLILO 0
0N
o�
Ol j
V �>
°:
FE
Ed
t'A I - ZZ
� p
O
m
O
W
oc r
I V-
w
U
I
n
W C)
L ca
U LLI
LL�}
V-
Z~
O0
U =
W
U�
1W O
0 3
e
Z
V—
U
W
I
Z
O
V—
U
W
cll
a
I
ami
0 f
a
N
N
0
1
m
0
E
o
V �
z
N
0
OE
U
a
N O
O
v�
H
@ Q
N
�
O
N
0
�
0
W
Z
06
a o
LL
W
v
LO o
o
O
z
V �
n
W C)
L ca
U LLI
LL�}
V-
Z~
O0
U =
W
U�
1W O
0 3
e
Z
V—
U
W
I
Z
O
V—
U
W
cll
a
I
ami
0 f
a
N
N
0
1
m
0
I
Z
O
V—
U
W
cll
CJ
Na
u
0 2
a
E
o
V
z
N
0
OE
U
a
N O
O
c
v�
H
Q
@Ind
E5
�a
E
N
�
O
N
LLI
C
o
Z
`�
Cod
W
Z
�
IN
aLL
W
v
LO o
o
O
>�
z
V �
I
Z
O
V—
U
W
cll
CJ
Na
u
0 2
a
(D--- - - -
I
Z
O
V—
U
W
cll
I
I
E
77- / \ fi - - - - - - 11 fT - - - - - - - - - - - - - - - - - - 71
JI IIII II
/ \ II IIII II
II IIII II
/ \ II IIII II
/ \ II IIII II
II IIII II
II IIII II
II IIII II
\ / II IIII II
II IIII II
\ / II IIII II
\ / II IIII II
I
\ / LL - - - - - - ��- u - - - - - - - - - - - - - - - - - - 11
n 7 n
/ II 1y
a
II II
u u
n n
o
II � U II
O0
`0
O
W
U
Q
Cl� (
H
@J
T,
Ind
Q
W
c
x
J2,
O
z
Z
a0O
LL
w�
W
v
Ln .0
w
v
O
O
W
O
U�
vW
t
3
a
c
I
I
�0
I
77- / \ fi - - - - - - 11 fT - - - - - - - - - - - - - - - - - - 71
JI IIII II
/ \ II IIII II
II IIII II
/ \ II IIII II
/ \ II IIII II
II IIII II
II IIII II
II IIII II
\ / II IIII II
II IIII II
\ / II IIII II
\ / II IIII II
I
\ / LL - - - - - - ��- u - - - - - - - - - - - - - - - - - - 11
n 7 n
/ II 1y
a
II II
u u
n n
II II -
II-
\
\ II ✓II
u u
n
W n
\ I I
II � U II
�0
I
LL
—10 °
E
W
S
o
VO
S
V �
0
py
W
O
\1I
0
�
0
V
N O
O
ct
ot
U
Ci
U
O
m
Z
p[
U
y
ClInd
H
@ Q
(1(
J
LL
w
°
V
O
ct
►n
Q
O
citoc
z
LL W
a
w
W
zw
J
r�
Zw
>
O
z
m
w
W
OO
z�,
OL
W
W
:
C
lJ1
ID)
v
LO o
w
Ul
Q
o �
O
Ol
Q
V �
iv�T
Z(J)
A
of
°:
i
LL
—10 °
w w
0 t -
W
S
ct
VO
S
Z
0
py
W
0
LL
ct
0
�
0
°
ot z
ct
ot
O LL
W W
O pZ
m 30
U
O
m
Z
p[
U
UlNZ
_z
LL
°
LL
W
J
LL
w
°
0
O
ct
►n
Q
O
citoc
z
LL W
a
w
p
zw
J�
Zw
>
O
z
m
w
FU
?Ul
OO
N
wW
W
:
C
lJ1
ID)
w
Ul
Q
LJl
Q
3 w
iv�T
Z(J)
A
of
OZ
i
3
d
Z
Z
I<—
LL W
mZ
Fd
��
md�d
ot
l9
Dw
i
l9
OD
�p
wj
wj
(J)
19
ww
cn
LL mZ
mat
Co
cn
T
?UUl
LL
—10 °
w w
0 t -
W
S
ct
VO
Q W
wO
Z
W
W S
py
W
Ul p
LL
ct
0
LL
W
0
°
ot z
ct
ot
O LL
W W
O pZ
m 30
Z
O
m
z
p[
�OW
UlNZ
w
d O
3
nu
d
3
M
LL
°oc
O ?
owc
(J)o
►n
Q
Z�
y
z
LL W
a
��
°°
�W�
cV
>
oL
wQU
in �>O
m�
LLZ
w
FU
?Ul
LL
—10 °
w w
0 t -
W
oL
w
Z W LL
ot
Q W
wO
Z v<
Q
oc
~Ci
Ul p
O U
W ato
z
� O
U
0)ce
N Q
�
In
FY W
W
O LL
W W
_
m
W co CO O
LL J
LY
O
ot
w
r
x
w
i
0
w
X
W
w
U
iii
m
w w
0 t -
r
w
O
a
(j)
O U
w
°L
3 0
Ul p
O U
O o[
W w
O
CD Z
z
wO a
p
z
Q g
a�
Qof o
Z
Q � 0�[
OC) z
ofW
�ffD
UlNZ
3 °
0
w
X
W
w
U
iii
m
LL
r
g
O
a
(j)
citw w
w
°L
w
w m
LL�
w
�O
Q
ly
U1
o�
p >-z
�O
Aa oc
�
�F
0 o
w
wo
g�
ofW
�ffD
UlNZ
w
Qty
0
Ow
O ?
owc
Z
ct
U
w O
a
Ln°
cV
>
oL
Z
a
w
q
y
W
J
U
39
w
U
Z
a
w
Z
a
w
q
y
W
J
U
y
w
Q
U
m
N
w
U
Z
a
w
Z
a
w
Z
a
w
q
y
W
J
U
e
LU
w
Q
U
e
w
U
m
1
Z
a
w
Z
a
w
Z Z Z
cYl
W
J
Q
U
N
e
w
Q
U
m
m
LL
t�Jl
otO
< U p
Y: L<L
citw w
w
� 4) ot
w m
LL�
�O
Q
cYl
U1
Z Ow U
p >-z
�O
Aa oc
�
�F
m
Qpm d
w
vz
g�
ofW
�ffD
UlNZ
Z
LllmQ
Z
a
w
Z
a
w
q
y
W
J
U
y
w
Q
U
m
N
w
U
Z
a
w
Z
a
w
Z
a
w
q
y
W
J
U
e
LU
w
Q
U
e
w
U
m
1
Z
a
w
Z
a
w
Z Z Z
cYl
W
J
Q
U
N
e
w
Q
U
m
m
cYlLU
cYl
cYl
E
o 10
O0 O
0
cn
V-
0 J
H LL
@J Q 2fn V �+ N a
ca rz)
3 ON
a �� �� m r
w
LNtn
LU
LO 0
LU C14
Q) OL LLI
11� LL
ot
01 3 U
o 3
0 a
w
w= w LI a W= z w Q w
J J tl�l� v w U �m W J J J v w J J Z W 30O
z z ° ° W I p 0� ° J z z z O ° IL z z d T W
Q Q OpC� N z W Opt ap Q /(� Q J N z Q Q 111w LL 3 Opt Doc
J U Ot w Oft U w N � J v, J ctt U m Oft U J U = QQ W -A w k5 J
Q W Y J w J a y lIl x D Q Q Q Q W J Q D T O[ o l� W o � p Q
3 o �z oln zw >Ln Qz �w o w 3 3 LL off I >Om LnJ 3 d� 3LL o z 3z z u z3
Q u U m� �U W z Ov `°D I -Q U U Q W Q ww _ _ °L �U zz W d = v wp JZ a NQ w� `° z CD
0 p DJ p �Q �p DJ JaUI o D � w D p �Q v O u0 V- �ot Otw D O
w w J w D zQ �J �a ot-A z Ow w W w w o w � J D wa Fa z �J
Y m Q m Z m Q Q J m Z Y Y Q m ~ Z m Q (n LL O
a O J Q = �Q QJ °u ~J �m Lll-A z J o[ a w o[ z Q aJ �v a ot m mLn �o Q �Ct ymJ z aD�
O LL Q a J za uQ 3 QQ Z� �Ua a Q IL O O o IL uQ �3 O LL Q �� 3Q z W m= _zQ z O O��
w o opt IoW De o �ctt gQoW °wA oft o w w o moot s w C D cit 0 io °w o o~ Y� wLLD
I— w Q w Li Oo w= U1Q J= D Q Q w x x w QW � Q w Q D_ p XO�
ui0_ �Q = O x x O O = Q x O w = w coo Oof O O J
w ° 3 LnU4) =� � zc11 cn� Lnu4) vin3 3 � U w � w o U = � �� zc11 � w U z � _ �u =a 3 D D3 Q� � � w�ltl
_Z _Z _Z
N N ot N
V. 0.
a a oc a ot
o<
W (n W (n w (n w u�
LU LU LU W DI I LL�
zct = a a
w Z _ O WIHS „�/l J 30 O O d WIHs z/l 0 z 3 OO O
J = U
lfl (1) u u (�� u p O[ p O u O n
TL
C) (�\ nl UJ ~ (�\ nl U J (�\ m zUl ~Om m nl
z LIl v W J O v W O w v W Q� a W J O W O W
z0 Z u Qt -F z Z Z �)� Z Dzz um� D D u
Oz — `� IL (J) O — p azo — Fu owa o,
>_
�� oc zlQ9Q Of �QU oc Dw T a a of
�Q O JQU � O � Df zLL Df
O
z LL z O Z---- w
w `
z z z z z
CIL a w
W > WT WT > W w Q
w �p O �p LY O Ln
Qm W u w a Qm Qw w Qm w U w Qm IL O~
J L j tIl V- LL D � ~ m W D J w tIl � J 1- (Il W a J J Z W
w w d O m O U w W a LL of w w U) O w to of a D ►►� w �' Q
z Z D� of ~ U C) � l9 O Q z z 0� z D� D a a Q z W oat
Q z O LL w Ul O o � a O O Q z O cfl w Q tIl O O W W z dd
a = ct N ,,� a of w� p of m a = a� V- N a of � a O 0 a = ui
J U a W Z Z m Of of W W W a W J U a W Z Ul (� J Z of W Of V- J J U ~ Of
J w O CIL O w w _ Ln Ot l9 J OC W O Of ate. J p w w Ul J J a z
3 d uz w > w� = vz pmw w _ 3 v LL > Q LL v v z 3 LL o z
> > Of Q O a a a Q O �U
Q m� = 3 Q m� oc Y J a m� m pz Q O Y oc
J = w O cn w 0 3 Q z LL _ z w O In w z 3 3 0
Q J U m� O If pz D 'U adJd p v CIL J O �U Q p J aJ z m J LL of wp Jz a
D U O DJ O W v -F z DQ Nz wot D D ~ D D oQ V- BOJ ~ w od D W O O ~ D D m a� w< Ln
w w J zQ Ln �J Lnz O z z= J� w ((�1 w w l9 m z OL w z z J ��J w w l9 Q
ot COca �m D am I �o� w �m }m ZU az O "• of a w CO Q �m a -A a �m - zU z «pot V/ a o�c w m Q (j) o) �o
o O d Q oc zQ QQ J z m zQ a� Q� a o O w Q zQ QQ pD zQ z QJ O pz� o o w Q �Q 3Q w
t- a z U� zz o a p►Lw Jot Q D J oc z U� �z z Of Jo[ ��U LL D J =ot p =
W D D a DOa z �O FWD w D w D LIl a QO ma WO �O W W W D LIl a Q m0 J
lli p (I� m a Ui lI� O W
J Q W Q Q J W D W D Q J W U 111 W J w Q J W D W F D J W W I W a I- J w J J LLLLLLIff
x O w = w woo J = Jw g wOo QQ� �p JW x O J z W w0� J Q= xw J u�Oo LIi �p O x0� x O J = W ao0 OOf
w U S F- S LIIULII Q 11 O QLIILII LIl o)uv1 LLmp m� LL 1: z O w U O F- LIIULII Q �� O W CO Q UIULII Ul Ulm w F -(l O w U O F- Sa 3
C)
Z Z Z Z
— — '7 � a
w wut
W li- W
x
I _ w
Z Z Z Z rLl
LL LL LL LL
O O O O
a W W 111 ° ° W a
z Z �L
o z 3 �L o
3 ��bds z 3
0 o wlHs z/� p Oz O
z O m O m o z wills ..z/� m O m m
Lit Lll m Lit Lll Q ui
z - �.nn Q D D �.nn Q z _ �(� Q D D �n Q ZO (O� Q
QVI VI Oz V/ '7 O1 �U
LL
z C)
~u ~u a
� a a a o �Q a o �Q
ZLL o z� z"
LU ^,
z
z - - - - - - z
0
OmtQ w a O
LL w
wm W D LL a
v �C9 a O Q fy LL
W w
O wD a opt m W cl LL W a I
W W O a D W D
OL = W ~ Ot W Ul D of 111 a
3 WW o z o o W o o
J m w J m w J
z= w 0 ZJ W ZJ W LL
CID w �`� zo QQz oLL
m a� W Qfy QOL ~Q u~
z p W D J m J J U O t O f) J U o O
Z W D w J WD J O w C J O
W ° ddb (o Jw o wq o o � w� O o
Ln LL m 'U Ln � LL z w Ul Ul s D O w tIl Ul = D O
_ Ll Ll
-- --
X O X O _ X _Z
w C) z w� I W= W W
T
O
0o Z o Z 03 03
Z(j) l=n O � O a a
LL
�o �o
o� �o �o Wo wo vo wo vo
F U u Z u /(� a z Z a z Z _ u
Of v ,
�m U _------ U m m � m m
Q W LIl W 111 111 111 1. -, 111
Za Q Q D D Q Q Q
I (1 u (j) v ref\ v v v
v m m �JJ m m m
� a o
o o M m
`' , (� w m W
z z
w w fy o
W Q 5 D
o0—c O v Q a J 17- a Q D j
Qz W w z J m U w O
w1=11 w Q ,u O Qowc �W w ww l9 QOt
o Q l9
�z LLD W LLp z W ZLL w J Of UlQ J LY J
w onto w 0-1Q �ZQ d L~nQ w z 3 z wows w J wD
LJ=ly ci OOct � ofu w � Q o O a<Q � w owt w o w �
Ow p�<- O < Qozc O O a b w Qo a O w0
w w 30 W w Q � ot 3� d w
o Q ct
oo a o un o Q 3 a O 0w 3 Q W
a D Y- J 0 w Z J
w W D� w D got w V-
D = x W D W D D = W w Ul w p W = D
O � W Ul O LL O O Ul z 1L U V O
D
W
k W
of J
zffW W
Ln z =oz Z i
°ct ZZ W
�
Z
Vim° = U ��
Z Z Zz O
—U Zz W
w o C
Q
= w — W
�� �o a Wp
LL a zo Wo[
n1 W nl I o > �1 Zot N r nl n nl
w w D W U Ln ui (j) Q
> LL - - - - - - - - - - - -Dwz
a �oo> woo W Lf)o� O Lf'-zZ--------------- - - - - -- — Ln
W Q ad > J Z O
z V-- fmmu� 000 �U=1
r Q �WQOUI Wo w IN
W
a a a D W
LL Dr°wW <� zz N
oot l�9 cunD'UpUQ
Af
Ld Zz Q
o U
D a� �� LL Z
w0 o� Q
O p �Omf Q Qz zLL D
w U W I- w > Q Q O J 0
w of oa-cQ Q�m� Q �a Xa U v Q LLot
U w V- V- mQOu ~ pW w� z a a o0cw
W w a a 0 W D W J O
ty CID
CID a m OW a- IL = Qu LI1�~ a w OD
ot ot w WM oflyLU0 z 3 00 Wz0 cn m
Q Q wa>" > Qu oc�� w Qm W�
> > Q UN zOw� J Fp �= a�p cn
w a J w�
z z O w w~OD O w 0 DAw N~0 O O Oz
Ln Ln u Ln m cl of (1 of m Qo IL r m u m o u�
� V
CID
F
�[ I W
z a6. I �1
Z Z
Q — Q - 0 3 Z QLU
t,z „z a a
� z
�� /�� co
�0)0 o
,n��,, W g%goj--1--1-—I-�—j
(V
E
z
~
Q
p
_z
<Qz
Q
p
Q
-
w
U)
O
�
O
-
O
F
d
O
N
w
U)
o 0
Ol-Z
Z
`
�0
z
N
0
U
bl
a
N O
O
n)
N
O
C
Ly
p
r
C N
N
0
O
N
O
(V
l9
O
Q
E
N
� O
W
� O
z
N
��
LU
'
O
Z
00
a L
W
LO a
(V
(V
0. 3
N
O
N
O
V h
N
O
N
O
o
w
(V
W
�
O
U
z
~
Q
p
_z
<Qz
Q
p
Q
-
w
U)
O
�
O
-
O
F
d
O
N
w
U)
O
Q
O
-
O
P
Q
O
m
w
U)
Ol-Z
Z
n)
N
FUO
O
bl
lI)
n)
N
O
N
O
Ly
p
N
0
N
0
N
0
O
N
O
(V
l9
O
N
QO
W
in
bl
61
O
QO
W
O
O
(V
(V
N
O
N
O
N
O
N
O
N
O
N
O
w
(V
N
Q
Q
Q
Q
Q
Q
l9
c�1
O
O
O
O
N
Kz
Z
Z
N
000000
Ln
Z
N
Ln
N
.
Z
N
L.
l�9
W
Q
Q
H
Z
U
Q
U
Q
N
0
c�
W
cV
U
U
W
J
Q
J
Q
J
Q
J
Q
0 0Z
z
z
W
Z
w
~
~
C
0
C)
p
Q
p
Q
Q
Q
Q
z
Q
z
vi
0'
U
U
U
Q
U
mm0►n
Q
U
U
U
~
u
°l�
~
IE
2
%
w
oc
w
LUiU
w
w
tY
l7
w
w
O
=
0
0
0
0
0
0
W
O
O
O
a
LL
2
3
LUvi
Om(1)
6)
0
LU
m
m
m
m
m
m
m
m
m
m
m
m
m
U)
W
U)
Q
O
m
Ck0D
m
m
o
o
z
Q
Q
Q
�
_
'i
mmm
w
w
w
to
J
wJ
O jy
z000333
J
J
J
W
W
W
Q
Q
Q
W
0
S
Y
z
3
N
m
to
L9
C
Q3
a °L
m
o
p
p
p
p
p
0
p
p
p
p
p
p
p
0
p
p
°
Q
m
F
m
F
m
F
m
F
m
m
F
m
F
m
F
m
H
m
F
m
F
m
F
m
H
m
F
m
F
m
F
m
H
U
w
�
° a
°
O
p 0)
Q
0
p
p
0
0
p
p
0
J]
0
p
0
0
p
0
0
0
o[
u=i
W
=
m
H
m
F
m
F
m
F
m
H
m
F
m
F
m
F
m
H
m
F
m
F
m
F
m
H
m
F
m
F
m
F
m
H
of LI)
W
J
w J
> w
°o
N
V-�
1���1���
z_
_z
_z
0
p
(<I -s
Q
Q
aaaaaaaa
Q
Q
Q
Q
Q
Q
Q
w
w
Z
LJ.I
LL
�z
Q
2
W
L"°
_ p O
V
''
F-'
F-
Y-
'
F-
T-
y
F-
F-
T-
F
p
p
J w U
V,
'
'
2
'
22
'
SSSSSSSSww
wo
LL
°
O2
a
a
a
a
a
a
N
a
a
a
s
N
N
I- p
w Q p
Z
O
LL
wwwwww
p
Ad
LL
431
1
Ad
LL
Ad
IL
,
,
'
O
O
o[ w Q =
a W a
o
LLL
IILL
ILL
ILL
LLLL
ILL
Z
Q
ILL
QQ
� J w w
Q°t- �>
LJl
to
V O
N
wJi3o Sz
Q
Lv
O
w
iU
w
l9
w
l�
w
i0
w
W
w
O
l9
w
W
w
p
=
l9
w
l�
w
p
p
p
O
O
to W W p H N
� 3
�
�
Q
wW
W
W
W
W
W
W
J
J
° O W
a
to
W
l�U W 2 w
z°o°og
Y
ro�o�o
�
-��--��
p
p
w d„
�z
u
2
Ln
►n
mLnmmmmmmmmmmmmm
00�
zz
w G j Q
Z
Q p p 2 z w
u w w f- I
=00000000000000000
m
xzz3 �o
W
o�romrorooiororoiororiororororo
W��p zp
p o 3
of
w w w - S
> >
000000000000000000
W a
Sew 3°
O
_
orominmroo�ommmmmmmm
m
a
3002 op
uu()
W W D
z 0 0 JIL p Z
a
0
J]
p
0
J]
p
0
0
p
p
p
p
LL ow[ ow[ w D
LL
ILmILww
wwwwwwwwQw
O0�0 m J
a a Q z z
x 2 2 IL 0 O O
ldw
l
LU
_ = z w w
dw'0
dw'Ud
dw'U
d9
'WO
w s
oC
0
of
0
of
0
of
0
oC
0
a
o0o
a
a
w w 0 J]
w o o w w w
0
N
w
to
W
to
W
Ll)
W
LJl
W
O
N
2
to
2
tl)
S
lJ)
U)
of
to
oL
LJ)
a
�
'
N
'
uuoc
Ul ot � g
° p (J D
U
U
U
U
U
J
ot
Q
M
���
w
w
tu
U
W�
Lf LUi 6 0 0 Lfl m�
OW
J>>>>>°333000000ww
W
W
W
W°
O
O
O
D
U
U
J
J
a
tL
Z
Z
{V w (J) V- Z Z
cv
QcoipuiL'L'U
wwwwwww ~
co
0°
Z
(V
W
�
O
U
z
~
Q
p
_z
<Qz
Q
p
Q
-
w
U)
O
�
O
-
O
F
d
O
N
w
U)
O
Q
O
-
O
P
Q
O
m
w
U)
Ol-Z
Z
n)
N
FUO
O
bl
lI)
n)
N
O
N
O
Ly
p
N
0
N
0
N
0
(V
N
(V
l9
O
N
in
bl
61
O
O
O
O
(V
(V
N
O
N
O
N
O
N
O
N
O
N
O
(V
N
Q
Q
Q
Q
Q
Q
l9
c�1
N
Kz
LV
0
N
000000
Ln
N
9
N
Ln
N
.
N
.
N
L.
l�9
W
Q
Q
Q
Q
Q
N
0
c�
cV
W
C
vi
0'
mm0►n
2
l7
=
0
0
0
0
0
0
W
O
O
O
LL
LUvi
Om(1)
6)
U)
�
U)
O
m
Ck0D
m
m
z
Q
Q
Q
'i
mmm
w
w
w
z000333
J
J
J
W
W
W
Q
Q
Q
W
0
Y
z
3
N
m
to
L9
C
z
W
C
(V
..O".OL
Z R -g Z
Ol-Z
Z
n)
N
FUO
O
bl
lI)
n)
n1
(V
O
m
(V
�
(V
N
(V
l9
O
N
N
O
(V
(V
cv
C
O
(V
N
m
O
l9
c�1
N
Kz
l�9
N
0
c�
cV
(V
..O".OL
Z R -g Z
Ol-Z
Z
n)
(V
FUO
m
n)
bl
lI)
n)
(V
O
m
(V
�
(V
(V
O
N
N
O
(V
cv
O
N
O
c�1
(V
m
3
0
0
z
Eli
N
3
0
0
z
9
9
Fol
W
VI
wC)
L ca
U w
LLL
O
z ~
00
U =
W
O�
vW O
3
c
..O".OL
(V
n)
W
m
n)
bl
lI)
(V
O
m
(V
�
m
3
0
0
z
Eli
N
3
0
0
z
9
9
Fol
W
VI
wC)
L ca
U w
LLL
O
z ~
00
U =
W
O�
vW O
3
c
1
N
7
G.
W
OL
w
LL
19
19
O
(V
n)
W
1
N
7
G.
W
OL
w
LL
19
19
O
(V
Cn
W
1
N
7
G.
W
OL
w
LL
19
19
(V
W
N
l9
O �
N
lI)
1
N
7
G.
W
OL
w
LL
19
19
W
U
(i
E
o 0
N �
U �
H
2.
N O
z
(n
o V
C
V
C C
W
Z
z
W
Q
E
�
LN
O
gu 11
z
N
��
LU
'
Z
00
a°LL
W
LO a
W
w
J
W
w
W
w
01O
W
w
V h
W
w
W
O
W
U
(i
IA
H
W
z
U)
U)
W
Z
z
W
0
J
5
J
O
61
W
w
J
W
w
W
w
W
w
W
w
W
W
W
w
W
W
►�a
D
�a
00
W
_z
W
W
W
_z
W
W
z_
W
z_
Z
I
W
_z
W
z_
W
z_
W
_z
w
w
_
�nd�n�n�ncn�nd�ncn�n�n
V
z
W
J
LL
z
z
z
z
z
z
z
z
z
z
z
z
w
LLI oL
U
g�
U
W
z
w O
IL LL
U
U
C
U
Z
—
z
—
w
W
z
w
p V-
o
x
x
w
o
X
X
X
ao
Z
_
V
°
0
w
d
W
�
Ww
o
D
O
U
S
0
0
to
Wo
°
0
mCa
r
w
i
J
CO
U1
U1
V
l09
N
O
Ch
k99
k99
k99
z
u W
m S
l9
OL
J
LU
W
Q
iy
CtU
U
W
W
z
z
J
n-
w
of
0li)
w
oc
w
oc
0
w
of
0
w
oc
0li)
w
oc
w
oc
0
w
oc
0
w
oc
0
W
U
V
V)
1
z
w
tuz
w
w
3
3
w
w
W
w
w
w
W
W
U
w v
U
al
O
°°
U
6)(A
U
U
a)�
U
U
U
�
V
O
J
�
Q
og��ggg�gg�g
Z
W
ot
LA
m
In
W
~
W
~
of
�-41
C
W
z
W
LU
tyo
0
�3
v
U
_
G
0
W
W l9
U w U
0
LL
V
W
W
S
O
F
Z
OL
m
m
oL
m
m
oL
m
m
U
U
oL
m
m
W
oL
m
m
oL
m
m
oL
m
m
oL
m
m
oL
m
m
ot �m
IL N p
MQ
W
z
a 061
z
w
W
a
W
LL
U
p
30)
p
3N
�
J
W
0
Z
J
S
o
lllol
g
Q
lY
oU
O
o~[
W
ca(1
LL'UZ
a
ct
O
W
oc
of
oc
dW
Wo�o�o�
-41 z
ot
Wo3
Z
z
z
z
z
z
z
o<
w
N
z
ld1:
W
�
O p o
U
wtLi-
LL
6
6JE
k -)-J
��
z
W
z
J_
o zdU dOw
W
d
oc
oc
oc
oc
oc
oc
oc
oc
C
Z
Q
w
J
0
W l9Zr
w J Z U O
W
J
0
U
W
J
0
W
J
0
W
J
0
W
J
0
N
N
N
N
Z J U Z
N
O
w
J
w
J
w
J
w
J
w
J
w
J
w
J
w
J
w
J
w
J
w
J
w
J
0000000000000
aaJ
oc dd
Jz o W
W
W
IL
m S O[ J W
3333330003
�000000000000
(V
~ W z kb
Z IoW
�
p
p
p
p
p
p
d
d
d
p
a
Ft
m Q o[QUl
\
LU
LL
V
W
0
Z
d
O
w
W
0
Z
d
O
w
J
U-
o r Oz�
IL oL
-
-
-
-
N
n
(14
(v
r ~Z
O
w
J
w
J
w
J
W
J
w
J
w
J
w
J
o--
O cll w
U Z WZQ
z
z
z
z
z
z
z
z
z Q W
CLO
LL
Qaaaaaa
;a
z IL J
� Oma
v~i
toU)toU)
00000000
9�9U
p
z ~ LL u1
W
e Q fQN oCW
Z U U W O Z z
W
Z w �a� VO
C
0 0 =oz Jo
w U dUdo[� F�
J otwW W
°m333333333
QQo to
H
p
p
p
p
p
p
p
p
p
Z O ~ZZ Dd
WF
ood oot
Z U U O w
W
I
V- LLIZU ��
Z O
N
— �
= 0 a-�i°o
W
Z
_z
_zz_z__z_zz
Z m�W Qw
=LL
d
aaaaaaa
d
d
d
d
d
d,
IE0Z< wo
V
3W
N
w =
1: W U Z
0 r ��W r�
Z p d a m O d
w w J) r p =
J Z z
N
w w w
� Q
Z
J
m3333333
°mm
o
o< z QUd w
°o OQo dQ
,n
r
p
p
p
p
p
p
p
F
F
U z Ul S r J Ul
w d zrp
Qw
o3�
C) Q
O
U j w F
Ul w w r of
�>
O
z
z
z
z
z
z
z
z
o W v
~ m o 3 lY J J
as
aaaaa
a
O Wwo~
�
� U z�< oz
�z
w
z ►- O o rp
zNu
0 o Qo
U
t--- O W w 0
D3con
Q O =�� w
w
z OAU °�
��
U
p
H
0
>:&
p
p
p
0
°m3
H
p
D =zLL
w a wmz zQ
DE -1 M00 dw
U d z
Q 3 r w�
0z>
N LL t- Z w t d
W
r
r
r
r
r
r
r
W
ky
etO w JO Od
LL
Z
Q
Z
Q
Z
Q
Z
a
Z
Q
Z
Q
Z
Q
QF Y- J CY N
Q J d J 1
=
,
,
,
v pz_Z
w aL
O
z d ra
z
= z in
w w r0
'U d JE
QWpUj
o W mpSIOQ Q°o=�°o
E
E (n W
a wWzaf�_z
°m
w d �OLL-JiU
r
COB
r
COB0WZ
r
p
p
p
p
333
p
p
p
J 3 dw�
d N U W w
~ W= u)x LL
a m
>�o
a LL%JW
p 3z
z J J -p N d
0 3 Ci w a-
w x zUlr(oc
LLI
N
Q W ..W<WW
m
>
;
;
>
>
>
>
D U w d z
O
U) w NdWcl - O
W °L `n0DI
W
m
O ° wU �o�c
W
W
W
U D F o Z W W
U
U
U
o d wJ Jap
LL z0a-
0
U
0
U
o
U
W
W
W
W
wou=03
W
W
W
z
W
�l
In
w
w
w
W
0 Q CY W w d a0
J
Q Z J +i
z 3
►►►wWWQdQQ
Ul
Ul
Ul
(1).
a
H
F
U
u
u
U
TL
o � U} m p Z
z a m Q Z W
W
O
p w , °LcDl1Q
a a ��W�aa
Q0
oC
l9
OL
p cv r J � �
J
0
O
u
d
oL d
d Q ca V- c d
W
J
w
J
0
(J)
dl
p
W
,
r
r
W
LL
W
Ct
JQ
}
z
d
W Q d- W w S p
Q J Q ,-1 U J V- o
O
O
z=
U
J
0
0
g
U
w
J
W
J~
U
E
LL
w�
S
U
w
wcx�U1-
d W d W J x o w W� 0
U�3�P!+aoc�n3
>
0
3
o
0
0
z
Wowo�:
wwwwww
zzzzzzzzzz
0
N
0
m
0
0
w
0
O
0
r
0
0
bl
0
0
L4
H
Z - - - Cn l9 — bl
W
W
U
(i
IA
H
W
z
U)
U)
W
0
W
0
J
O
61
J
O
61
W
w
J
W
w
W
w
W
w
W
w
W
W
W
w
W
w
W
w
►�a
D
�a
00
W
_z
Z
f
W
z_
W
_z
W
W
z_
W
z_
Z
I
W
_z
W
z_
W
z_
W
_z
w
w
_
�nd�n�n�ncn�nd�ncn�n�n
V
z
W
J
LL
z
z
z
z
z
z
z
z
z
z
z
z
U
g�
U
W
z
U
U
C
U
w
W
z
w
o
x
x
w
o
X
X
X
ao
Z
_
V
°
0
w
d
W
�
Ww
o
D
O
U
to
0
0
to
Wo
°
0
mCa
r
w
i
J
CO
CO
lk9
V
l09
N
O
Ch
k99
k99
k99
z
l9
OL
J
LU
W
Q
iy
CtU
U
W
W
z
J
n-
w
of
0li)
w
oc
w
oc
0
w
of
0
w
oc
0li)
w
oc
w
oc
0fi)
w
oc
w
oc
0
w
oc
0
W
U
V
V)
1
z
w
tuz
w
w
w
w
w
w
W
w
w
w
W
W
U
p
U
al
O
°°
U
6)(A
U
U
a)�
U
U
U
�
V
O
J
�
Q
og��ggg�gg�g
Z
W
ot
m
In
of
C
W
LU
tyo
0
�3
W
_
G
0
W
0
LL
V
W
S
F
Z
OL
m
m
oL
m
m
oL
m
m
oL
m
m
oL
m
m
oL
m
m
W
oL
m
m
oL
m
m
oL
m
m
oL
m
m
oL
m
m
MQ
W
W
U
(i
z
W
N
U)
U)
0
W
2
2
O
U
J
O
61
J
O
61
W
w
W
w
W
w
W
w
W
w
W
w
W
W
W
w
W
w
W
w
►�a
D
�a
00
W
_z
Z
f
W
z_
W
_z
W
_z
W
z_
W
z_
Z
I
W
_z
W
z_
W
z_
W
_z
w
w
_
�nd�n�n�ncn�nd�ncn�n�n
W
J
z������������
LL
z
z
z
z
z
z
z
z
z
z
z
z
z
U
U
U
U
w
W
z
w
o
x
x
X,-
o
X
X
X
ao
_
V
°
0
w
o
o
o
to
0
0
0
o�
_
L
=
i
J
CO
CO
lk9
l09
l09
Ca
CD
Ch
k99
k99
k99
Ca
0(j)
W
oc
w
of
0li)
w
oc
w
oc
0
w
of
0
w
oc
0li)
w
oc
w
oc
0fi)
w
oc
w
oc
0
w
oc
0
W
U
V
V)
1
z
w
W
w
w
w
w
w
w
W
w
w
w
W
W
U
p
U
al
U
a)
U
m
U
6)(A
U
U
a)�
U
U
U
�
U
U
�
U
0)
og��ggg�gg�g
Z
C
W
_
_
G
O
0
O
V
S
S
F
Z
OL
m
m
oL
m
m
oL
m
m
oL
m
m
oL
m
m
oL
m
m
oL
m
m
oL
m
m
oL
m
m
oL
m
m
oL
m
m
oL
m
m
MQ
W
z
z
w
W
a
W
LL
p
30)
p
3N
�
J
W
0
Z
J
S
o
lllol
g
Q
lY
oU
O
o~[
W
ca(1
oc
m
a
ct
O
W
oc
of
oc
dW
Wo�o�o�
a
wM��
m
FJE
0
l9
l=9
l9
l_T
o<
w
N
ld_T
ld1:
W
W
U
wtLi-
6
6
6JE
k -)-J
��
z
�
m
d
oc
oc
oc
oc
oc
oc
oc
oc
C
Z
Q
w
J
0
W
J
0
W
J
0
W
J
0
W
J
0
W
J
0
W
J
0
W
J
0
N
N
N
N
N
N
O
w
J
w
J
w
J
w
J
w
J
w
J
w
J
w
J
w
J
w
J
w
J
w
J
0000000000000
W
W
Z
�000000000000
W
C
a
W
U
(i
N
U)
U)
W
2
2
O
U
J
O
61
J
O
61
►�a
�a
00
w
w
w
w
z
U
U
U
U
w
w
w
w
LU
o�
_
L
=
i
J
i
J
L
=
L
=
i
J
i
J
V
V)
1
z
w
�`
o
U
6-
c0
,
lf1
'
om►niq
&
U
41
,
lf1
V
Z
_
_
0
S
S
w
W
LL
�
J
W
0
Z
J
S
o
lllol
g
Q
lY
oU
Z
J
S
o
lQ(1
g
Q
lY
oU
L
W
z
�
m
V
LL
oc
oc
oc
oc
oc
oc
oc
oc
C
Z
Q
w
J
0
W
J
0
W
J
0
W
J
0
W
J
0
W
J
0
W
J
0
W
J
0
'L
W
W
Z
a
a
\
LU
LL
V
W
0
Z
d
O
w
W
0
Z
d
O
w
J
U-
-
-
-
-
N
n
(14
(v
O
w
J
w
J
w
J
W
J
w
J
w
J
w
J
W
J
00000000
CLO
toU)toU)
00000000
9�9U
W
C
W
U
(i
WOO - I eA-O a e - MMM
U
w
O
M98-8VZ-OZ6 :auoydalal
OZ98 `opeao100 `uonb `t,[Z OIS`�Z'8 9 QMH Sfl �080V `68 8 X08 Od
O
co
CD
U
To
UQ�3U
sIeuoissa,Joad paIipaaooy w14DD1 ql!m 801110 UV
saoinaaS ufiisaa fiuilyfii-1 '8 leoia1001�1 leoiueyoaW
Z
ti
w
�
I
m
Z
z
• z
slualinsuoo buijaauibuEi lainloaliuoab
9(1 8 39V?JOiS/dOHSN�JOAA
w
Qof
U
U)i
� W U W
w
o
O
w
w
�U)o
O
U)
o
DZ
J
J
w
w
O
O
m
SD111 � 10V=l JPO N f O 0 3 � Obi
a
U
T �'
m
zZ
a
w
�
N
LL
LL
U)
z
Q
0-
Q
C)
LDL
W
o
LL
LL
o
�
0
Z
w
0
w
J
Z
O�
Z W
O
Cn J
-iQ
m vii
2 w
Cn ZJ
J F-
< 0
L Z
Z Q
0
w
V
J
Q
U
z
TZQ
U
w
2
z
O
Q
U
H
U
w
n
U)
Q
U_
z
Q
2
U
w
O�� w Q Q Cnil Fl F
� � � � I IBJ cam.
w
Z_
Q
ml -
LL
Oz
LL
Q Oz Z
F- CL 0 O W
C1 ? d d? ¢ Z z Z
=Q-' �0W�-RDLU LU mm Z O z
� J O(D O
W S W O
� � al
H W' O LL LL H Z Z U J 0 J
>� LU
- H F- W Of Q Q 0 0 w LL LL W z O TwO W W > > J >
~ F- J J � � 00 Z OEZ Z Z > J W EL LU 0 0 _ }
Z Z w w z W LL
WWF -z Q Q 0 O X Z z m X O � Y Q U
J J Q Q 0� 0 F- F- Z U W D Q W F- > Z W
W W 2 S Z Z Q Q Q W W W W W d W W W J W O ? W Q Q 0 F-
2 2 U U w 00� CY 0 2 d E E w w E E E M LL M W m U m m LL m
2
LLe
U
X I I Nry N O N LLI III N
LLQ LLC , U) LLQ
LLJ
U Y U Y 2 Y U Y
w w LL U w w
Z z Z Z
ry
O
Q
LLI
J
> > W
J J ry
W
> w w W >r W
Q
z CO CO U > > > d w w
J J J m�
�
F- F- F Q Q F-- O
O O O z O W W
(if
D U U U z w w Q D D
Z Of
U) } } } W w U U)
4 o cn z a w w
Wz
z0
J Z
H
DO
U
O�
UW
W 2
Cn U)
LU
LU
O
W
111111/111l 1 1 f 1
w 2 7 -- YTS
iiI I T T T4 4
L�J
U
w
O
O
Z
;
w
�
I
Q
Qof
U
U)i
p
p
O
w
W
Q
~
D
m
DZ
J
J
w
w
O
O
m
D
=
zZ
~
U)
LL
LL
U)
z
Q
0-
2
C)
LDL
W
o
LL
LL
o WHA
Of
D
z
W
�
2
Q
Q
z
O W
Z
Z Z3:0
Ow
Lij
W-
w
L
w�
Ln
cWn
H
O
�
D
U)
D
�
D
z
¢ O
U)
Q
w
C j
w
Cn
g
F
U
W
J
J
W
w
CO
D
W
g
Lou
H
U>
U
W —
<C,
H
H
H
oJJ
w
(D
LL
W
Q
Q
W
W
W
J
W W' Z)
Q¢
J
F -
Q¢
U)
E
C�
Of
O
w
o
c
w
c~n
U
YO
Ow
m
O— o
w
O z
O O
J
cn
D
z}
X
J
J
z
ly
LL
w
}
J
z
Of
LL
0
02
2
O
(n
Q
Q
of
O
Q
w
0 m
of
0 D
F- H
d
d
Q
2
D
H
f1
d
d
D
H
Z
Q
fl
D
H
Z
Q
0�
W
CO
z
—
W
W
H
Z
z
Q 0 W
D W
D
X
W
D
D
W
ii
D
W
CY
2
W
O
Q
2 J
O
w
WW(f)U
LL
O�� w Q Q Cnil Fl F
� � � � I IBJ cam.
w
Z_
Q
ml -
LL
Oz
LL
Q Oz Z
F- CL 0 O W
C1 ? d d? ¢ Z z Z
=Q-' �0W�-RDLU LU mm Z O z
� J O(D O
W S W O
� � al
H W' O LL LL H Z Z U J 0 J
>� LU
- H F- W Of Q Q 0 0 w LL LL W z O TwO W W > > J >
~ F- J J � � 00 Z OEZ Z Z > J W EL LU 0 0 _ }
Z Z w w z W LL
WWF -z Q Q 0 O X Z z m X O � Y Q U
J J Q Q 0� 0 F- F- Z U W D Q W F- > Z W
W W 2 S Z Z Q Q Q W W W W W d W W W J W O ? W Q Q 0 F-
2 2 U U w 00� CY 0 2 d E E w w E E E M LL M W m U m m LL m
2
LLe
U
X I I Nry N O N LLI III N
LLQ LLC , U) LLQ
LLJ
U Y U Y 2 Y U Y
w w LL U w w
Z z Z Z
ry
O
Q
LLI
J
> > W
J J ry
W
> w w W >r W
Q
z CO CO U > > > d w w
J J J m�
�
F- F- F Q Q F-- O
O O O z O W W
(if
D U U U z w w Q D D
Z Of
U) } } } W w U U)
4 o cn z a w w
Wz
z0
J Z
H
DO
U
O�
UW
W 2
Cn U)
LU
LU
O
W
111111/111l 1 1 f 1
w 2 7 -- YTS
iiI I T T T4 4
L�J
U
w
Z
;
w
D
O
I
Q
Q
U
U)i
p
p
O
w
W
Q
~
D
m
DZ
J
J
w
ry
O
m
D
=
zZ
~
U)
LL
LL
U)
LLi
w _
Q
w
Z
>
>Z
>
LDL
W
o
LL
LL
o WHA
O
0
D
U
0
W
�
w
o
Z Z3:0
Ow
Z
L
Ln
W
H
W
W U U
�
D
U)
D
�
D
D
D
~
U)
Q
w
C j
w
Cn
C7
�
F
U
z Q D
0-1
> w )
H
H
H
w
w
Q
w
Wo
Z u� O
O
O
O
O
o
}
J
z
x
J
z
ofD
U)
Z)
D
O
O� U F- p
U
U
U
w
H
a.
H
�
2
D D Cn z
W
W
W
O
D
W
D
W
D
X
O
H 0 — N
Cn
Cn
Cn
0�
Cn
CY
Cn
C�
O
w
0
O�� w Q Q Cnil Fl F
� � � � I IBJ cam.
w
Z_
Q
ml -
LL
Oz
LL
Q Oz Z
F- CL 0 O W
C1 ? d d? ¢ Z z Z
=Q-' �0W�-RDLU LU mm Z O z
� J O(D O
W S W O
� � al
H W' O LL LL H Z Z U J 0 J
>� LU
- H F- W Of Q Q 0 0 w LL LL W z O TwO W W > > J >
~ F- J J � � 00 Z OEZ Z Z > J W EL LU 0 0 _ }
Z Z w w z W LL
WWF -z Q Q 0 O X Z z m X O � Y Q U
J J Q Q 0� 0 F- F- Z U W D Q W F- > Z W
W W 2 S Z Z Q Q Q W W W W W d W W W J W O ? W Q Q 0 F-
2 2 U U w 00� CY 0 2 d E E w w E E E M LL M W m U m m LL m
2
LLe
U
X I I Nry N O N LLI III N
LLQ LLC , U) LLQ
LLJ
U Y U Y 2 Y U Y
w w LL U w w
Z z Z Z
ry
O
Q
LLI
J
> > W
J J ry
W
> w w W >r W
Q
z CO CO U > > > d w w
J J J m�
�
F- F- F Q Q F-- O
O O O z O W W
(if
D U U U z w w Q D D
Z Of
U) } } } W w U U)
4 o cn z a w w
Wz
z0
J Z
H
DO
U
O�
UW
W 2
Cn U)
LU
LU
O
W
111111/111l 1 1 f 1
w 2 7 -- YTS
iiI I T T T4 4
L�J
WOO - I eA-O a e - MMM
W
J
Z
W
w
U
Z
�
�
J
O
O
O
o
O
a
O
U
J
J
Cl)
M98-8VZ-OZ6 :auoydalal
OZ98 `opeao100 `uonb `t?[Z OIS `tZ'8 9 AMH sn MOV `68V8 X08 Od
O
�
V
m
>
T
r
LU
W
O
O
O
O
0
U
C�
U
W
�
O
sleuoissaJoad paIipaaooy w14DD1 ql!m 801110 UV
saoinaaS ufiisaa fiuilyfii-1 '8 leoia1001�1 leoiueyoaW
w
W
W
W U
LU
o
�
O
� O
p❑
¢
p❑
p
Q
h U
�
y
LL
U
U
U
tt
• W
Z
slualinsuoo buijaauibuEi lainloaliuoab
❑
9(1 8 3Ob?JOOS/dOHSTIOM
z �
W
W
U
U)
LL
L
L17
O
L
Q
w
Z
o 1
d U
W U
�
W
W
W
W
w
O
U)
U)
o
o
y
� W
�
N
DZ
DZ
�,
ti W
H W
D
�
N a
wU
Q
N
I
J
Z
J
Q Z
� Z
zY
O
Q
N
N
N
N
SDUISIOV=l AiNnO 0 3 � Obi
a
w
3
C/)o
a
j
Y
�
(A
aC)�
o
O
O
0
�
Q
W �
d �
w
W
a
d
(f)
o
W
w
�
�
O
O
O
O
Y
U
U
CO
�
LU
�
>-U
F5
❑O
D O
O O
❑O
>
>
r
�
O
O
Z
O
F—
c,)
(r LU LLI
Vi
O
U
O
O
Z
t
Z
Q
Cl) LU
CO
LL a
w
w
o LL
LU
K
O
U w
Y z J
o�
U
W O J
� LL
W
Q m
Z �
O LL �
f-- LU
W �
z �n
Z Z
O J
N
tt m
a J �
O
z
N � e�
o
N ?
Z i e
z�
� J
0
w
N
Q LL m
W � � N
F-
�
J
w a
W a
w �
U
�w o
w�Of
Z �
w '
(^ F N
Z06
0 .
o a a o
ZNOr �
� U rU/�
W m
Z Za �n
O N U
U ��
O
W
J oz
Z o N
Uz
N O y
LL Q
aO a
y
W �
U
5 w �
w ¢ ?
N Z
j O
LL U
K
W p
J �
U W
� � e
W �
KF
F v
H
Z Q 7
� � U
Z
W
> NN
LL
W
O �
w
O
U W
O
Y J �
O Q
W U
LL
LU
Q m
Z �
� W
� N
O W
~ m
w�
Z (n
Z w
O z
U �
� m �
W v �
0 � N
Z �
� j M
z
0
U1 Z �
Z �
w =
� Z I�
M
J
❑ J
Z � N
� w '�
O J
W
Q � M
ti a
U N
U_
W� N O
� = m
J "
=w = `
w a �
0 � o
N
W a
Vw
Q_ ¢o
W ~ �
Z
w ,
Z�
� 2' � W J
♦� O a a O
U) O H �
� U �
Www=
m m O
U cn � co
LL
00
CD
LO Lf)
LL
LO LO
00
W
J
Z
W
w
U
Z
�
�
J
O
O
O
o
O
a
O
U
J
J
Cl)
x
X
Oz
O
�
V
❑ U
o
>
T
r
LU
W
O
O
O
O
0
U
C�
Y
o
Q
Z
�
O
O
O
w
W
W
W U
LU
�
�
O
� O
p❑
¢
p❑
p
Q
h U
�
y
LL
U
U
LL
U
U
tt
� Z
Z
❑
❑
U
z �
W
W
U
U)
LL
L
L17
O
�J_
K O
O
U
U
U
U
d U
W U
�
W
W
W
W
v
o Z
O
N
y
� W
�
N
DZ
DZ
O
O
ti W
H W
D
�
Q
Q
J
I
J
Z
J
Q Z
� Z
zY
O
Q
N
N
N
N
W
Z
p 0
oo
N
t�
a
j
Y
�
(A
o
o
O
O
0
�
Q
W �
d �
w
W
a
d
(f)
W
w
�
�
O
O
O
O
Y
U
U
CO
�
LU
�
>-U
F5
❑O
D O
O O
❑O
>
>
r
�
O
O
O
O
� J
� W
�
H
U
Z
Z
W �
CO
c9 W
O w
H
¢ r
o z
�Z
N
�
f�
U
J
U
c�
C�
c�
C�
Y
Y
Q w
a w
=
2
T
W
W
w tt
w�
w
m a
Q
Q
Cl)
�
tt
tt
w �
C)
0
❑
0
❑
rn
m
W
W
w
W
W
W
w
W
W
W
w
N
f�
N �
F
z
Z
Z
z
w�
cn�
O
O
O
O
�
�
o �
O �
U
U
W
U
U
co
U
U
U
U
Oz0
0 Z
1'
OU
� Q
Y
�U
� Q
h
H
�i
Q
W
d m
'm
tt
tt
� m
LL fL
Y
Y
N
y
o�
w�
wJ¢
p
a
a
tt
0
O
0
O
D K
w
U
U
��
N w
5 w
� r
-i
w
J
w
w
o
o
�
w
W
W
w
a z
d�
z
�
ti
� m
K m
w V
d—
T
D U
❑�
o
�
W
W
J
J
� Z Z
�zz
�
u�
N
�n
N
ry
N
O
o�
� J
U) o
w � Z
O
O
T
(A
0
o
3
3
W
�
�
O
o
O
0
o
f�
J�_
J
Z
TW
Z
z Q
�
M
O
i
�
U
U
o�
V
o
O
�_
m
O
z
Z J �
W
W
H
O a
�
0
=
=
w
w
U
U
w
w
�
W
VLL�
V
�
i
=
Y
J
Q
�z
O
O
O
� O
o
�
W
N
N
C)
C)
W
w
O
z
�
�
W
w
w
w
W
Vz
� �
O
O
U
�
Q
o
r
Q
U
O
a
QW
Q
U
w
W Z
w z
2
�
w
U
od o
OW
W
� rt
�
�
�
W
J
�
r
�w
U
5
U
w O
o¢
W
Q Z
�~
a w
w
U
Z J
Q
� O
p
z ZO
� U
❑
F-
Z
C7
C7
w
W
W �
�
O
O
Z
O O
z
� J
0
J
� �
V
0
� �
w O
O
W
w
w
w
� H
U
U
U
U
H v
H
r
w
Z Q
� �
�
U
LL
00
CD
LO Lf)
LL
LO LO
00
W
J
Z
W
w
U
Z
�
�
J
O
O
O
o
O
a
O
U
J
J
Cl)
x
X
Oz
O
�
V
❑ U
o
>
T
r
LU
W
O
O
O
O
0
U
C�
Y
o
Q
Z
�
O
O
O
w
W
W
W U
LU
�
�
O
� O
p❑
¢
p❑
p
Q
h U
�
y
LL
U
U
LL
U
U
tt
� Z
Z
❑
❑
U
z �
W
W
U
U)
LL
L
L17
O
�J_
K O
O
U
U
U
U
d U
W U
�
W
W
W
W
v
o Z
O
N
y
� W
�
N
DZ
DZ
O
O
ti W
H W
D
�
Q
Q
J
I
J
Z
J
Q Z
� Z
zY
O
Q
N
N
N
N
W
Z
p 0
oo
N
t�
a
j
Y
�
(A
o
o
O
O
0
�
Q
W �
d �
w
W
a
d
(f)
W
w
�
�
O
O
O
O
Y
U
U
CO
�
LU
�
>-U
F5
❑O
D O
O O
❑O
>
>
r
�
O
O
O
O
� J
� W
�
H
U
Z
Z
W �
CO
c9 W
O w
H
¢ r
o z
�Z
N
�
f�
U
J
U
c�
C�
c�
C�
Y
Y
Q w
a w
=
2
T
W
W
w tt
w�
w
m a
Q
Q
Cl)
�
tt
tt
w �
C)
0
❑
0
❑
rn
m
W
W
w
W
W
W
w
W
W
W
w
N
f�
N �
F
z
Z
Z
z
w�
cn�
O
O
O
O
�
�
o �
O �
U
U
W
U
U
co
U
U
U
U
Oz0
0 Z
1'
OU
� Q
Y
�U
� Q
h
H
�i
Q
W
d m
'm
tt
tt
� m
LL fL
Y
Y
N
y
o�
w�
wJ¢
p
a
a
tt
0
O
0
O
D K
w
U
U
��
N w
5 w
� r
-i
w
J
w
w
o
o
�
w
W
W
w
a z
d�
z
�
ti
� m
K m
w V
d—
T
D U
❑�
o
�
W
W
J
J
� Z Z
�zz
�
u�
N
�n
N
ry
N
O
o�
� J
U) o
w � Z
O
O
T
(A
0
o
3
3
W
�
�
O
o
O
0
o
f�
J�_
J
� w
owe
TW
Z
c0
O U
O
O U
O
i
�
LL
�
U
o�
U
o�
o
O
J
=
z
Z J �
W
W
W W
Z
Z
=
=
w
w
U
U
w
w
�
a0
O
VLL�
V
�
i
=
Y
W
W
Q
N
=
O
O
O
O
O
W
N
N
C)
C)
W
w
Q
z
�
�
W
w
w
w
W
K
� W
� �
O
o
W o
Z
V
�
>
o
r
N
o�
ao
QW
Q
U
�
w LL
W Z
w z
2
�
Z
zF
J
od o
OW
W
� rt
�
�
�
� O
� O
�
Z
U
�Q
r
�w
F
� J
U
U
o¢
awe
a
a
�~
a w
w
� w
� �
Q
W
p
z ZO
❑
❑
F-
Z
C7
C7
w
W
� U
O
O
Z
a
O O
z
z
0
J
J
J
0
0
W
w
W
w
w
w
U
U
U
U
m
w
a
Q
N
�
Z
Z
rn
�
a
�
�
�
m
O
w
a
�
�
�
H
w
w
X
0
N
K
z ,�
LO
z ,�
LO
z ti
Q W
m
Y co
J
Y M
LL
W
W
� U
O
�
rn
rn
w o
W �
�
�
O U�-
z
J
Z 3
Z Q
�
Z
Z
QZm
�W�
Z W J
M
Q o
ao
J
J
a
0
0
LL O
O
O
a
0
0
a
y
0-1
a
Z
z
z
z
a
a
N
m
t�
U
J
�
J
U
�
J
U
a
� �
H �
ti
H W
F
H
Z
z
¢
Q
m
m
z
Z
O
F-
W
N
W
cn
LO
LO
LO D
co
W
J
U
Z
�
�
J
O
O
O
o
O
a
O
U
J
J
Cl)
x
X
Oz
O
�
❑ U
o
>
T
r
z
O
O
O
O
0
U
C�
Y
o
Q
Z
�
O
C
�
�
w
W
W
W U
LU
�
�
O
� O
p❑
¢
p❑
p
Q
h U
�
y
O
LU
W m
IL
tt
� Z
Z
p
U
z �
z �
LU O
❑ O
U
U
U)
_
S
F
LU O
O
�J_
K O
O
O
d U
W U
�
�
K
v
o Z
O
Y
Y
� W
� W
�
N
Z
�
O
O
ti W
H W
D
�
ti W
H W
D
�
F
J
I
J
Z
J
Q Z
� Z
zY
O
Q
Z
Z
W
I
=
W
Z
p 0
oo
p 0
�o
D
a
j
O
N
z
o
Y
Y
�
Q
W �
d �
w
W
a
d
(f)
°w
==
w 2
w =
Y
Y
U
U
CO
�
LU
�
>-U
F5
❑O
D O
O O
❑O
>
>
r
�
O
U S�
Z >i
W >
� J
� W
�
� J
� W
�
H
U
Z
Z
W �
CO
c9 W
O w
H
¢ r
o z
�Z
¢ r
H
o z
�Z
Cl)
co
J
U
W ❑
W �
Y
Y
¢ w
Q w
Y
Y
Q w
a w
=
2
T
W
W
w tt
w�
w
m a
m w
r
�
�
Cl)
�
Q O
w �
w �
C)
0
0
w
w
�
�
rn
m
�
�
tt
W
W
w
U
N �
N �
F
W
W
V
V
w�
cn�
cn�
�
�
�
o �
O �
U
U
W
U
U
co
W
W
Oz0
0 Z
1'
OU
� Q
Y
�U
� Q
h
H
�i
Q
W
d m
'm
d a
a Q
� m
LL fL
� m
LL fL
Y
Y
�
Z
o�
w�
wJ¢
p
a
a
tt
F
Q
D K
D K
w
O
w
��
N w
5 w
� r
5 W
� r
W
r
o
o
�
N N
��
a z
d z
a z
d�
z
�
ti
� m
K m
w V
d—
T
o
o
�
a
a
x
o
�
�
N
N
ry
N
(fl
m
U) o
w � Z
O
O
T
(A
0
o
\
LL
W J (n
w w
a
Q
a
O
�
O U
O U
o
W
W
J�_
J
� w
owe
M
c0
a0
N
J
O W E
o
�
N
o
O
o
O
J
=
z
Z J �
�
0�0
N
U
J
w
W
=
=
w
w
U
U
w
w
�
a0
O
5
5
K
U
U w
d
i
=
Y
W
W
Q
N
=
O
O
O
O
O
X
�
r
N
N
o°�
O �
w
W
�z
a
z
�
c�v
w
N
L:
�
o
W o
Z
V
�
>
o
r
0
�
0
�
0
r
U �
Uig
U
�-�
�` lu
o�
D U
Z Q
� r
2
�
Z
zF
J
LL
y
�
� O
� O
�
Z
U
U
LL
F
� J
U
U
Zw
ZJ
J
a
a
�~
a w
w
�
�
w
W
W
Q
W
p
M
04
N
LL
w
LLJ
w
W
U
�
�
'tea
w Q
W
Z
a
No
0
0
0
(%�
N
�
o
0
0
0
Uw
j
w
w
w
a
m
a
Q
� w
��
�
rn
rn
�
�
�
m
O
O
rn
X
0
z ,�
LO
z ,�
LO
z ti
Q W
Y co
J
Y M
LL
W
W
� U
O
�
rn
rn
O
�
O U�-
Z 3
Z Q
�
Z
Z
QZm
�W�
Z W J
M
J
J
a
0
0
O
O
a
0
0
a
y
0-1
a
Z
z
z
z
a
a
r
�
J
�
J
U
�
J
U
J
2i
U
U
z
Z
O
Z
�
W
N
W
Z
Vd
U
J
O
J
O
O
J
J O
a
O
O
w
W
W
O
�n
o
w
w
W
J
(n
N
O
O
i�
(n
W
zc~n
m�
m�
U
U
75;
� �
� Q
�<
� Q
�¢
Cl)
w
w¢
c7�
W
W
�lWl
� W
Z�
Z W
(W9 W
W
w
W
w
c�
O
W
w
c�
U
Ir
w
� O
�
o
o
�
�
� Z
Q°� W
0
U
Z M
U
Z �`"�
w ❑
O �
O a
Qa
Q
7 �
� �
y�
YO�
Qo
�Z N
Qo
YO�
U n
a LL
a LL
U N
r
H
O
O
Z F
Z�
�
�
r
t�
N
m
M
�n
M
�
LL
W
LL
W
w
Li
w
W
Li
W
w
Z
W
J
U
Z
�
�
J
O
O
�
Q
O
U
LU
W
�
Cl)
T
U
O
�
❑ U
o
d
C�1
T
r
0 op
m
w
W
N
Y
Yfg�
0
U
�
O
O
Y
U
U >
F--
�
O
C
�
�
w
W
W
W U
O
�
�
�
O
� O
S
S
>
h U
¢ m
y
x U'
= U
LU
W m
IL
tt
� Z
Z
O
O
�
Z
Z
LU O
❑ O
U
U
U)
5
�J_
K O
O
O
d U
W U
� � y
UJ
W � m
d m
O
ry
K
v
o Z
O
N
�
z
j
�
N
Z
�
Z
Z
O
O
D
�
F
J
m
�
Z
z
coo
zY
O
Q
Z
Z
W
I
=
ry
N
r
Z
D
a
j
O
�
z
o
J
0
N
_
(f)
°w
Q
=
U
�
CO
�
a
d
o
e
U
U
>
>
r
W
W
tt
Z
v�
H
U
Z
Z
2
=
Q
Q
w
�
LL
Cl)
co
J
U
r
W
W
w
wW
�
�
T
W
W
w
a
Q
J
J
� N
J
��
LL
Cl)
�
-
Q
O
0
0
w
w
�
�
rn
m
�
�
W
W
w
U
Z
z
w
=
o
W
W
V
V
U
�
d
a m
o
m
rr��
Vr
(n
�
�
o �
O �
U
U
W
U
U
co
W
W
�
"
z
�=
o
Vz
V
Q
W
d m
'm
o
QW
Q
Z �
��
�
Z
O�
8�
�
Q
Q
a
a
tt
F
Q
�
U
�
w
O
w
o
❑
1,
1�
a
a
_
�
a
Cl) �
z
o
o
�
F
�
Q
0
O
0
4 g
d �
rn
V♦
m
m
W
=
�
I�
a
a
x
o
O
O
m
OJO
Q �
� lei
�
W�nou
W
U) o
w � Z
O U
O U
T
(A
0
o
\
LL
0
a
Q
a
O
�
O U
O U
o
z
Z
o
O
�
0
�
�
�
Z
O
0
U
NZ
W
2
W�w
U
J
W��
o
O
a
J
W
W
�
Lf)
�
0�0
N
U
J
w
W
=
=
w
w
U
U
w
w
�
a0
O
5
5
K
U
U w
d
i
=
Y
�
N
U �
U W
U W
a
X
LL O
�
�
ro
O
X
�
r
N
N
o°�
O �
w
W
�z
a
z
�
c�v
� J
N
L:
�
o
W o
Z
�o
LL O
w o
W
W
w
Z
Q Z
LL�
w�
m�
coK
�
�
�
U �
Uig
H
�-�
�` lu
o�
D U
Z Q
� r
2
�
Z
zF
J
LL
Z
U-
Z
W
LU
J
W
� r
J
Q
Q
�
�
a
Cl)
w
LU
❑w
d
C�1
T
r
C)
�
w
W
CO
LL
W
�
O
O
Y
x
Y
�
O
w
O
O
�
�
F
S
S
>
O
¢ m
y
F--
LU
W m
IL
tt
�
N
O
O
Z
O
Z
Z
U
U
U)
a
Z
Z
O
O
O
F
rn
u)
Z
z
K
z
Z
W
i
=
W
Z
W
Z
U
U
Z
�
Z
D
�
F
J
Q
Q
=
?
coo
zY
O
Q
❑
=
r
Z
D
a
j
O
O w
O W
V
�
>
K
V
N
N
C)
U
°w
W
-i
U
�
CO
o
N
N
e
�
I.V
W
w�
W
W
J�
LL
LL
Z
v�
Z
Z
2
=
Q
Q
w
�
LL
Cl)
co
z
w O
� O
W
W
D
T
T
a
Q
a
U
D �
m
F-- �
�
of
m
M
-
Q
O
Z
Z�
U
2�
F
w
U
Z
z
w
a �
o
W
W
g�
Z_
�o
Z
w
U �
U �
U �
U �
U
U
W
J N
JN
�- N
co
�
�
O
o
1
� U
�O
� U
�o
� U
rcO
�
�
W
Q
F-- a
d
w
�z
w =
w Z
O�
8�
O�
S�
Q
Q
a
rQ
'n
V
V
F
Q
�
U
�
w
O
w
o
❑
a
a
a
_
�
a
Q
O
�
r
w�
W
O
0
4 g
d �
rn
V♦
m
m
W
=
_a
O U
O w
U
o
o
O
a
�
W�nou
W
U) o
w � Z
0(.)
�
�
r`
(A
0
o
\
H
a
Q
a
O
�
a
a
z
Z
o
O
�
0
�
�
�
Q
Q
Y
Y
W
2
W�w
U
U
O
O
�
W��
Q �
OQ�
Cl)
O
�
Lf)
�
0�0
N
C�9
J
w
W
=
=
r
U
U
5
5
a0
O
�v
W
i
=
Y
w m
a
_
X
3
U W
U W
a
X
<v
X
�
�
ro
O
X
�
r
N
N
w �
w
� O
�
Z
N
N
z
�
c�v
� J
N
L:
LL�
� O
� �
o
W o
Z
C) ��n
��ZWJdWWoZOYOWJZOUUYO
z¢
W
w
Z
Q Z
LL�
w�
m�
coK
�
�
�
H
t (9
T
�-�
�` lu
o�
D U
Z Q
� r
2
�
Z
U-
Z
LU
J
�
� r
Q
Q
�
�
a
Cl)
w
LU
❑w
�
O
T
r
C)
�
LL
W
w
w
W
W
x
Y
�
O
O
O
�
F
S
S
>
O
y
F--
W
tt
�
N
Z
O
U
U
U
a
O
O
F
K
K
Y
W
Z
W
Z
U
U
Y
y
�
Z
Z
F
Z
� � Cl)
a m
w
zY
O
Q
�
Z
D
D
Z
Z �
7
O w
O W
tt m
� J
W �
W
�
r
....
V
N
N
°w
W
W
W
w
N
�
o
N
N
z
Z
0
O_
2
U
Z
v�
Z
Z
2
=
�v
N
z
w O
� O
D
D
T
T
a
Q
a
�
QQ
o
�
r
a
a
2�
F
w
U
� U
� U
U
W
W
z
LL
g�
g�
g�
Z
w
U �
U �
U �
U �
U
U
W
J N
JN
�- N
co
J
w w
wa}
� U
�O
� U
�o
� U
rcO
�
�
W
Q LL
F-- a
d
F
O�
8�
O�
S�
O
8�
Q
a
w
� v
�
U
�
w
O
w
W�
W
W
�
a
Q
O
�
V
V
w�
W
o
O
r
rn
V♦
w
W
=
_a
c`ni
w
W
W
� a IL
O
a
�
W�nou
W
U) o
w � Z
N
�
o
o
r
0
�
(A
0
o
\
�
K
a
Q
N
a
a
o
o
0
�
�
�
w
U
W
2
W�w
T
O
W��
Q �
OQ�
O U
O U
�
Lf)
�
0�0
N
C�9
J
LU¢L JJ �
a
e�
r
r
�
N
�v
tt
W m
a
w m
a
_
X
3
U W
U W
a
X
<v
X
�
�
0o
FQ
O
X
�
r
N
N
m
COO
Z
N
N
Z
2
�
c�v
w
W
U
N
L:
5
w w
w
C) ��n
��ZWJdWWoZOYOWJZOUUYO
z¢
jzw:
LL�
w�
m�
coK
�
�
�
0
0
�-�
�` lu
o�
D U
U
r
r
`�
ti
Z
O
O
� O
� O
�
Z
U
U
LL
F
� J
U
U
a
a
a
a
a
a
�~
a w
w
�
�
w
W
W
w
W
W
w
W
W
2 u�i
W o
J
N
fw/1
N
W
W
w
LLJ
w
W
U
�
�
'tea
w Q
W
O
o
;a
D
�
Q ❑
(n
Y�
J �
Uiil
z m
z cn
K F-
�
�a
O
p
Uw
j
w
a
m
K
LL
w �
w �
�z
� Z
W
~ w
N
o
0
z ,�
LO
z ,�
LO
z ti
Q W
Y co
J
Y M
LL
Y M
LL
� W
� W
K W
� W
� W
� W
Z 3
Z Q
�
Z
Z
QZm
�W�
Z W J
M
J
J
J
w
ll�
LL
LO
Z
�
� r
Q
�
�
a
Cl)
w
LU
❑w
�
O
x
�
x
Y
�
O
O
W
F
Y
O
y
F--
W
tt
�
N
Z
O
U
J
�
a
O 3
O �
J
F
CO �
m �
Y
U
U
� z_
�
tt
JWHZWmWoOZZ=WimNWMD�oW2HwaZMoo�w0WWzOJ
F
Z
� � Cl)
a m
LO
N
zY
O
Q
�
Z
W
J W
W
Z
Z �
7
O w
O W
tt m
� J
W �
W
�
r
....
V
O
O
°w
z
Z
N
W
w
N
�
o
N
N
z
Z
0
O_
2
U
Z
v�
Z
Z
2
=
�v
N
z
w O
� O
o
�
W
T
T
a
Q
a
�
QQ
o
�
r
a
a
N
2�
F
w
LL
Q �
Q F
a
U
W
W
W
N N
U N
w
J
W
W
Z
N
N
p 3
W
U
W�y
W
J N
JN
�- N
co
Z
8�
p�
VY
Z
Z
co
W
Q LL
F-- a
d
� =
J v
�
J
c�
a
w
� v
�
U
o�
O v
w
O
w
W
�
a
Q
OZ
Q m
a
o
W
W
Q
m
Z �
Z �
M
>
>
W
=
_a
c`ni
��
y
O
a
�
� w
WOoW
0
o
Q
U) �
W Z
O
a
Q
N
a
=
o
o
0
�
�
�
w
U
W
2
W�w
T
WOW��z❑Z��HZQZ�
O
Q �
m
O U
O U
O
U
U
N
0
06
�
N
O
O
tt
W m
a
w m
a
w�
¢z
U W
U W
W
W
O
�
�
0o
FQ
O
Q
0
W
U
a�n
d
c!)O
�rc
J�
Z
U
W a
wa
Z
2
�
c�v
w
W
U
LL
L:
5
w w
w
C) ��n
��ZWJdWWoZOYOWJZOUUYO
z¢
jzw:
0
Z
�
� r
Q
�
m
Cl)
�
�
❑w
LU
x
Y
�
O
a
d
ui
ui
W
N
U
y
W
H W
J LL
W
Y
O
O w
C)~
�w
5
5
J
�
U �
O 3
O �
J
W
W W
CO �
m �
U
J U
U
U
� z_
�
(7
yo
c=i� O
J
YZ j
}
�
_z
zY
O
Q
Y
Y
W
J W
F--�
Z �
Z
Z �
7
O w
O W
tt m
� J
W �
W
�
r
....
V
O
O
O �
z
Z
N
W
w
N
�
j
�
N
N
z
Z
0
O_
�
in
�
z
Z
Z
Z
2
=
�v
N
z
w O
� O
o
�
J
T
a
Q
=
�
D
❑
2
r
a
a
N
LL
Q �
Q F
Q F
Q �
U
W
W
W
N N
U N
Q
Q
J
W
W
�
� U
LL N
N
N
p 3
W
U
W�y
W
J N
JN
�- N
co
Z
8�
p�
W
Z
Z
Z
W
Z
LL
F-- a
d
� =
o
2
J
c�
a
LL
�
U
o�
O v
w
O
w
a
Q
OZ
Z
a
o
W
W
Q
m
Z �
Z �
M
>
>
W
=
_a
c`ni
��
y
>
>
a
Qa
a
Q
U) �
W Z
o
o
a
Q
V
a
=
o
o
0
�
�
�
NQ
s
T
O
Q �
m
O U
O U
U
U
U
U
0
O U
U
F-
�
N
O
O
w
�
J
W m
a
w m
a
w�
O�
U W
U W
W
W
O
�
�
0o
FQ
O
Q
0
W
U
a�n
d
c!)O
�rc
J�
o N
o �
U
W a
wa
Q
Z
Z
c�v
w
W
U
W
W
i
=
f4
U)
cno
5
w w
w
C) ��n
tt
J
LL�
w�
m�
coK
�
U
U
V O
� O
rc
Uw
ro (9
��
'arc
= O
�-�
�` lu
o�
D U
Q
Q
ga
V a
o
U
� O
� O
�
Z
U
U
LL
F
� J
c�
0
O
Q D
�o
i
�
�~
a w
w
0
om
o�
w �
0
0
�
�
2 u�i
W o
W c�
F
z a
Z
=
LO
D Ln
04
LL LL
00
m
Cl)
W
W
W
J
J
� z_
�
�
_z
Y
Y
F--�
Z �
Z
Z �
7
O
O
W
w
� F--
�
� W
� W
�
w O
O
w O
� O
� U
� U
LL
Q �
Q F
Q F
Q �
LL
LL
LL
U
p 3
O 3
U
U
U
Z
8�
p�
S�
p�
Z
Z
Z
Z
LL
F-- a
d
� w
5 a
Z
LL
�
LL
Z
LL
LL
O �
o�
O �
o�
w
w
w
a
Q
OZ
OZ
a
a
a
J
J
>
>
Z U
U
Z U
U
>
>
>
>
>
>
U
NQ
U
U
U
U
0
O
Z m
M
Cl)
W m
a
w m
a
w�
O�
W
W
W
W
QZ
Q
0o
FQ
W
U�
O
a0
W
U
d
W
U
a�n
d
c!)O
�rc
J�
U
W�
wd
U
W a
wa
Z
Z
c�v
yo
U)
(A
0- (n
��
U)cno
f4
U)
cno
¢w
C.) U)
C) ��n
J
LL�
w�
m�
U�
J O
V O
J�
rc
V O
� O
rc
Uw
ro (9
��
'arc
wcn
LL IL
D U
oLL
�-�
�` lu
o�
D U
Q
Q
ga
V a
o
U
�°
�
LL
V
V
�U
a
a~
a W
w
�
�~
a w
w
0
om
o�
o
o
0
0
ZJ
0
O
o
O
cn
y
aw
Qw
2
U
V
LL
W
Z �
Joa
5W
Q W
Z
Z
QZm
�W�
Z W J
O
O
>a
� Q
a
Q
H
r
a
Q
_
�-
oLL
J
J O
a
Q Z �
Z
Z
zz�
� W
W
W
W
'�
'�
W
0
� j
U
�
o
o
�
�
0
0
O
U O
Qa
Q
�
a
O
O
O U
o
�
o
O~
OU
N
U
o
0
0
°
0
0
0
0
0
U
O
z
z
� O
� y
w�
U W
U W
0
0
0
0
�
�
d
�a
W
J
w
a
O
O
O
O
O
O
T
V
w
a
w
� w LL
O N LL
O N
�
O
O
�
O
In
� m 4
J
�
p
�
Y
r
W
N
W
—
LL
�
w
W
�
3
°
�
�'
Y
�
J
�
J
Q
LL
W
LL
LL
O
O
O
O
O
O
g
�
LL
O
�'
U
U
U
U
0
0
0
0
0
0
F2
WOO - I eA-O a e - MMM
M98-8VZ-OZ6 :auoydalal
vi
OZ98 `opeao100 `uonb `t,[Z OIS `tZ'8 9 AMH sn MOV `68V8 X08 Od
co m
U
o
Q _I
sleuoissaJoad p811paaooy w14DD1 ql!m 801110 UV
saoinaaS ufiisaa fiuilyfii-1'8 leoia1001�1 leolueyoaA
o
slualinsuoo buijaauibuEi jajnjoajiuoabw
9(1�0 39V?JOiS/dOHISN�JOAA
�+
v
C�1 0
w
O
U)
(n
o
0
w12
M
SDUI�IOVJ JEnovEi
a
w
ui
Q
N
U
3
U
o
Qo�
o
U z
W � W
J LL
z Q} O H o z O 0
=Z) -Z �� of
m H �m W O� �j OX�z
�0D �J J W W 2QCnJ ~ W Co
JAZ Oz Q z WCn Qz m U UQC1J
o zZO WI_ W 0 j u~i mQ OQF� Q 0-0Wg � a
JUW Y Ur LL cW OWO� Cn F- W U� D
J Z H W '<
0
W
O QY� ��> o z wow �~ ZUOf0 H Q�pZ CM J W LL C�
=Qz (E52 LL, �_ cnw Q a_ --
QO = �W w
W �Z }m W U Cn QO JJ� W >H> U�fn---- �i
� U w 0 S W W D = m 02-
U) m > 2 W W DU' J N I I m J
J W LJ O I I � 2 yn7i
Q Qz OQ= WJ2> 0W Q� Q�Cn �UUWZ F -g 3: w�J0` Z = DO 0W0� Z zQU� o� o�o2 W O Q N ' N
U-� 0 OZ J Oz �� ��W H OWZ� I I — �� �� � x ��-
0 W S IUJ Q H� LLQ U0}OZ U F- I rT
N N N N
z O H z 2 o = _- _ 0 z W F Q O Q a t- d '
Ill .�� O_>> U) o� �� W��w 0��� ' I ' O
< DJ I -O fn W > W'
J W J>w0 ' I
U)
Q Q W U U X Z > Z W O F Q LL J J Z H> 0 ' I IL)
VJ w a ZQQ 0_ m =� _W = Q� Q Z<Z_ j
Z 0 =� H J �O �Q JOUR w WU�O I I
ZF- W O Q w LL' m� U� Q�zz aQz2U
O W , Z w Y 0 Z z J J � w Z O m (_)
D O
Z �UIm� OWw w =D Qg J�UJ Q �Oopwp�j I I I dX
D> J J W Cn Q J O Q W J J Z i 0 Z I I I I LO N O
J �w)z U2Z O W LL
rn �U � W C7 W J�LQi W Q�� Jw I Q /
Q O DO OX O w- / .--------
vwi C) 00 0w �W �� ��00z� Q U��co '
O— J W— Z J Q H �_ O W J Z 0 Q ' /TO Q
W D ZCO�� zmL OQ d �W �o DW0Q(D o WF -X / °° _ Cno Q
z 0 zWHW LLJW ofZ Cn Ow 0 J CnWU5U _j 0CnQQ~� Cn0 i00 x II = O
J JZOH J2H JO J J= JU JZQ(�2 O JOJDD I / ON I obO� [cy) �� MN III U
W Q QD00 Qcn0 QU Q Q� QZ QDZWH U QJU2EO , / I �X co w `aIt 0
Lf) CO f� 00 d7 r
I W m _ _
I D O' N 6 N ~
Z U)
I LLL O X� X 0 W
0 ()() N� ��
M
L CD
i O C:'!e O
I / N
I /
I X
/ n1AF
- -FE
- N
/ Q
I /fx
O O O O W r
I _ x
I / TQ x O
_0 / O N w D 0s m
I
X
o I w ``' w m �
/ CN
x U)� V♦
� / w O C LL
cn
I � / W it 0 ` N o0
I a J O
I / F O uj
I
' / d x v� X Q
/ ? N N I ON N / w
X
/ W Q
Q Q '
cn v
Cnx N O
LO
N
U)
WLU
Q
Ow_6 6, _
z
LLJ
Q
W Of
Q I
O 0
a
V)
I
W C/' I
J
W No I
= X X W I
co 00
V
-i
I
0
0
I
-C
� I
C 0
o I
6
I
L U
U
- - - --
F-
- Ln
/
/-------------------`-`- 0
I '
I
1 I
I
I
LL I I I
O
z I I
I
I -
I
Q II I
I
co I I
I - - - - - - - - - - - - - - - - - --
0.
0O
U I
a I
o I I o
> I
I
I
O F-
W '
LLryJ
I
I
I
\ - - - _ _ - - - - _ - - -----------
Li - _ - - �— -- -I
I
I CCN
IT
I
I
I
� o o
I
I
I
I
I
I
I
I
I
I
� I
I
I
a ,
I
I
o '
O
-------------
cn \ I '
I o
a I
I I w 0
I
I
I I I I
I I r \\ I I
I I • •
-
I I
O O O O I
L - - - - J.
WOO - I eA-O a e - MMM
LLI
?
0
Z
z
0
cn
LU
Q
z
OQO�
W
O
~
D
C)
J
Q
of a
LU
J z
w?Z a�
Q Q J
J�OZ O?
Z Z H w~ Lu
JLU JAW
=Qz ��>_
U) LLQO
��_U OLLJXO
QQ� �J�
�w: cnw0
U�Ln OQZ
CI ~= cn U J
zQ~ zcn�
j J� O= ff
JQ � V O X
w W Q Q
owa z��
OU�o
}zw Y�Q
W CnmQ 0~ o
�>J� 3:
(n >�QO W Q
= Z =Oz
O�Y� pUw
WOO QW
F- U) zm�
ZwF- W LL _j W
J Z D J= H
Q=o0 QcnO
N M
m
J
J
2
Y
p
z
=
O
�
Z
O
v
z
Z
O
H
U
�w
,�
�J
OQ
0V
J O
QU
V
UJ
W
Z
>
Z
w
>
=
J
Q
c>n
>
O
m
w
�
W
o
w
D
0
fn
J
Q
In
�
U
O
LU
wo
Z W
�O
OZ
_—
��
Z=
�0
muj cn
JJ
=
Cn (n
Y�
OX
�w
L)
�w
0
J=
Q�
CO
Q�
�m
W
W
m Q
w=
�W
wLU o
QI-
�=
L�
w Q
_�
O p
z�
O D
W
�Q
Zcn
(nw
Qa
DQ
YQe
O�
��
Uw
�o
0
J U
Qz
f�
O
w Ql�i
dZH
2 Q U J
QZ§00
U p 0 LLIU)
zF-
zu�Q
co Lou
J
aw�Q
owo=
��W�
U} Z
ZwQ
(n o
W> w
Q LL J J
2 m Q
J�Uccn
=pzz
�ZOco
wcnU J
J>QQw
� )U
O=J�w
J�°°ZJ
a0cnJJ
��wQ�
U) W U>(�
J Z Q o=
Q�zwP
00
w
U
Q
W
=
Z
O
(0-)
p
J
Z
Q
a
cn
U
Q
J
J
w
Q
z
o
d'
O
U
�
w
F o z 0
=X�U) LLI O
moa-
w _~
UQQ-
� O W w
J�z�
Qpaz m
�W
=w�a
W
~ VU W
?QQ� r ------------------------------------
p WZ:o:) i
U a Q I
Uo0~
cn
0 LOL I
< U � I
Z Z w
wU�00
aQco 2 z_wU I
:0�� W I
W NQIt mU I
w Qz
mz> WLL
<W 3:
u��QY I
>p<w0 ,tt
w��00� '
fnQQHH I
J Q J D� I
QoJU�o
'
I
U
z
W
ID
M98-8VL-OL6 :auoydala_L
OZ9[8 `opeao100 `uonb `t,[Z aIS `t,Z'8 9 AMH sn �080V `68V8 Xo8 Od
w
LL -
C'
z
O
_
F
M
Z
O
O
I O
Z
1
--------------------
--------------------------
I
' _
_
4
sleuoissaJoad paIipaaoob w14DD1 ql!m 801110 ub
saoinaaS ufiisaa fiuilyfii-1 '8 leoia1001�1 leolueyoaA
I
'
I
Z
O
'
M--� -
• z
sluelinsuoo buijaauibu� leinloaliuoab
9(1�0 39V�JOiS/dOHSN�JOAA
I
w
Lij
LL �
I
G
M M
O a
o U
N o
CDI
w
o
U)
U)
o
0
I
-
w12
-
I�IOVJ JEnovEi
w
U
3
USDU
o
ui
Q
N
Qo�
M
O
o
I
I
I
/�
/1
W
O
Z
J
Q
W
Z
�Wn
V
LLI
?
0
Z
z
0
cn
LU
Q
z
OQO�
W
O
~
D
C)
J
Q
of a
LU
J z
w?Z a�
Q Q J
J�OZ O?
Z Z H w~ Lu
JLU JAW
=Qz ��>_
U) LLQO
��_U OLLJXO
QQ� �J�
�w: cnw0
U�Ln OQZ
CI ~= cn U J
zQ~ zcn�
j J� O= ff
JQ � V O X
w W Q Q
owa z��
OU�o
}zw Y�Q
W CnmQ 0~ o
�>J� 3:
(n >�QO W Q
= Z =Oz
O�Y� pUw
WOO QW
F- U) zm�
ZwF- W LL _j W
J Z D J= H
Q=o0 QcnO
N M
m
J
J
2
Y
p
z
=
O
�
Z
O
v
z
Z
O
H
U
�w
,�
�J
OQ
0V
J O
QU
V
UJ
W
Z
>
Z
w
>
=
J
Q
c>n
>
O
m
w
�
W
o
w
D
0
fn
J
Q
In
�
U
O
LU
wo
Z W
�O
OZ
_—
��
Z=
�0
muj cn
JJ
=
Cn (n
Y�
OX
�w
L)
�w
0
J=
Q�
CO
Q�
�m
W
W
m Q
w=
�W
wLU o
QI-
�=
L�
w Q
_�
O p
z�
O D
W
�Q
Zcn
(nw
Qa
DQ
YQe
O�
��
Uw
�o
0
J U
Qz
f�
O
w Ql�i
dZH
2 Q U J
QZ§00
U p 0 LLIU)
zF-
zu�Q
co Lou
J
aw�Q
owo=
��W�
U} Z
ZwQ
(n o
W> w
Q LL J J
2 m Q
J�Uccn
=pzz
�ZOco
wcnU J
J>QQw
� )U
O=J�w
J�°°ZJ
a0cnJJ
��wQ�
U) W U>(�
J Z Q o=
Q�zwP
00
w
U
Q
W
=
Z
O
(0-)
p
J
Z
Q
a
cn
U
Q
J
J
w
Q
z
o
d'
O
U
�
w
F o z 0
=X�U) LLI O
moa-
w _~
UQQ-
� O W w
J�z�
Qpaz m
�W
=w�a
W
~ VU W
?QQ� r ------------------------------------
p WZ:o:) i
U a Q I
Uo0~
cn
0 LOL I
< U � I
Z Z w
wU�00
aQco 2 z_wU I
:0�� W I
W NQIt mU I
w Qz
mz> WLL
<W 3:
u��QY I
>p<w0 ,tt
w��00� '
fnQQHH I
J Q J D� I
QoJU�o
'
I
U
z
W
ID
w
LL -
C'
z
O
_
F
M
Z
O
O
I O
Z
1
--------------------
--------------------------
I
' _
I
'
I
Z
O
'
Q
Z
'
'
Qj
I
Lij
LL �
I
G
M M
I
CDI
I
-
-
Z
-
-
I
I
I
I
M
O
I
I
I
I
I
/1 LLJ
O
Z
J
Q
W
W
U)000
Of
a.
J
Q
F-
Z
>Z
0
�(n
O
Y
w
Oz
0 0
(D F-
�J
\<
wco
= Z_
LLcn
��
BIW
D
<U
ZU-
Z
w
w2
Y W
U ry
Z Z
W
U O Iii Q
w p=)z
z Oz
w =��
O 3: _ �
O
2 <wz
� Z
Z_ O
W
QwQ
w U)<W>
W_>
w(/)o
m Q m
z�Q
Q Q LL
= caws
� U w
v~j �ZU
= OOfz
= ) LL
XZ zo
J> Luh W
�0 Qo0
Z� R E 3-
(D U - F - Q
I
I
Lli'
'
i
�
I
i
I ,
'
I
I
'
I
I
I
I
-
-
O
Z
W
I
I
I '
I
I
I
I
I
I
I
'
I
w
I
'
N
I
'LU
I
I
I
4
-
Q
I
I
,
I
I
I
I
I
I
- - - - - - - - - - - - - - - - - - - - - - - - - - - - -
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
O
I
I
Z
I
I
I
N
W
U
0
N
W
I
Z
'
QII
�
I
I
I
I
I
J M I
'
w
J
U
�
Q
— -
'
I
I
I
I
I
I
-
-
-------
- - -------
- - - -
- -
-
-
I
I
I
------- - -------------
- - -
-
I
I
I
I
I
LL
I
I
O
I
I
I
O
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-
I
I
I
I
I
I
I
'
�
-
-
-
-
- - - - - - -
- - - - -
- -
--
-
I
I
I
I
- ----
- ------ - - - -
- - - -
-
w
I
I
I
I
I
I
I
I
I
I
i
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
- -
- -
- - ------
------ ------
-- -
- - -
I
I
I
I
I
I
I
I
I
I
I
I
I
------ ------
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-------------
-----------
--------31itl2i--
-----------------------------------
I
I
I
I
I
I
I
---------------
----311dH------------------------------
-------------------
WOO- IeA-Oae-MMM
OZ99-8VL-OL6 :auoydelei
N
L
OL
+
0
�
O
M
O
o
-Q
= LLI
D
SfU�
o
LU LL
❑
O p � O
Ciwzm
O
❑❑UO
W O❑
LL
Y
WF
W>
O
LLI
� n
�/!
JY
z
OZ99 mopeao100 muony mt,�Z OIS mtZ'8 9 AMH sn MOV'62t,9 X09 Od
sleuoissaload paIlpaaooy (133 ql!m 001:40 uy
J
O
QJ
Q�Q
0
LU
F
O
WUO>
Cod❑
VO
> ('D
00=
O a Um
U
W
mn
Q Q
U W
O z
w
saoinaaS u61sad 6upoll )3 leoia}oal3 mleoiueuogN
=0�❑
��<Q
Q❑wLLCY
W O
Q W
O
�LL0
m
��z
Q
WLL=o
Z
O
F
s uel'nsuo 5uaaaul6u 'aan oa l ofe
Co LLI
Z) U
18 39VJOiS/dOHSN�AOAA
z
U)
w
�
Q
O
U J
0
H
O
w
w
O
W Z W U[YOwowW
W
oOC
WUQ�Zwaw_(�°2UQF-W
O
J�00
O
0
ZWiz»�>OC�LLJ
o
O
m
_
Ifl
W(D❑
_
�O .
LU
z
WOw�
a,w�0owS31iFlIOVJ
�aN
010
Q£�
C:,
AiNnoo ErlovEi
N�Lal/
T
Of
0
O
Z
OF
j�
F-
O
z
x
m
U
U)
m
O
Q
Q
0
�
o
�
O
W
Q
W
o
Loi
o a) m
m
70
°__ U E�'U
10 ° �_
-0 m6 E Q 0 U (6 i C
CC, o= a) a) T U Q c F9
_ � m
�' �oL o `o
C O a' a) -m3 -0
a) a m
o_,a) 3 c Q m ° mn m
C U Ca U C_ U C O U
y
Qnca) Qo 0 �
O- 0 c
(a C Q U U U
ca
a0 — O a) to l i (n — (V 0 0
L Q N Ca O T ma g -a
a mu)O
w 7 0•�
- E g Co
O 0U O co a) 0 O a) OL w p ,O a)
i U L Q N =
0
Ho, U ° L Q >
(a i a) c U °_ w Q (a
o U 0 m� m (E E�� c�
ma❑������
U icq— N i E i
(a O U u N Y
o O3:F
Ca W o c U o U) U
0 •c U g� 0 L M a)) m `� a) o>
W ❑ co U C
z 3 U Tia QW
ma ca o0� m L� `�
E ca 0 aa)) 0 9 � E c
o0 QCO 7 m 0003
co E U L o x a) U m � E a) mn L m
co > a) C C U O a)
U mea c U O O a) a) — U 7
Q Z Q
Z O
a�
N 0 U
cn U O O
Ca — O L
E L C
C
x O NLL 0 (a
cm 0 Q Q 3 a c`vi H >_ U a E o 0
cm uima 0 U)+�+ L L - Q (a -a Q O U O O CL ma O
Ca m m �� ai mrom o'o 00 0o c�> E. cn E
mn c) ° c m a) c) _) O L O U
O ma O O E _ U �_ O m �1\ O Q .: CO O L7 'a N � c ma U 0 L � O� �
E o ,UO., .- � o � � mn 3 � � � VJ � c°)i m � H c � o '3 N � � � � m ca � in `) 0 ° a) a°i
o� `�° 3� �� ami ° Co s� a)� �Q> coc°)i� �� o`�- °j° �mnm� mo� Ea)
U L a) (C:,) i a LID -O a 0 U° i i a O >, a (a U O" Ca -a E T Ca :� fa °' 4? m6
° Caca Q ai _0 0 - I� ° tm o a) 0 w- CU = - U) m ° n - m� a"i w `� 0
E° `� °z C) .2) ° ° °) `n °a) 0> Cao °'C° �°� z �'c)o �o `o�E�
NE� �= o� a� 8�x oma ��� �� ��� =o
Cc)- 0 o E o E. Y a mn s= m c o m U W p u) °) �' m-0 c a) v°i Q u'
U U� �� �U) 0 � a) c ccai� ms=ui �• EmnJ m a)ai a co:)
Qmn� =_a) ��.�. mom° ° 0
(a SZ a) O U U N L mn U U O 3 ^1 (a — U � ma i OL N U U 4) 7 a L Q a) E >
m E E Q -0 0 E v m° a) W c [L ca 0 ca c c U > m �_ 0 ca = a) E° m
_ �0 99�z�� �� m 0 _Q o� LI Q �_ o ro U E❑LQ -0 o ��°o �� E baE n' � �
O L U -0 O O L a) N N U a 0 a 0 0 N Q o co: O ZO a)
U >i N a) — ;� LL O Q (a O O a) a Q N ,� O U a0 = O O E= a) (a E 'a C .� U .5
m6 m1 — 3 LL U N L U N U L° O N> co
E m U -a ca Q C -a _ O N o
U 0 E o �� 3 m mnQ ci o Qo ° m° m QY > 0 0 �� o rn cn o g ca ° Q� °) E a)
U0 m = _ 0 in e� a) 0 0 L °� o o is a) E o 3 T 0 ° �_ w E `� a m U) m°a m
m �° ° .3 a) F � a .0 °- ° U w - > > .S -a ui O - U E 0 m ° E s E
> U LL D O >= L U W X co � H' "a > _ f6 i a s 0_ (a N a CU U O 0 0 a. E a)
a) m N v° o o 3 a) 3 U ai x E m° a) _ s= cn
p ° °) Q Z O 3° aim CD -a) o L o m 0 U°° 3 U a) E ca - L7 a) E D ° 0 a -°i E cO
s= U mn m= a? E m - LT m° o o Q o m 0 mn � a) c U Ca . o rn m° _� ca v o ma
Q .��,° 'oC� L J sa) _a a� o g� c mcaa) ca _ (un) o -mao
Q" 3 U C O 7 a a) U U 'a Q Q L Ca C N (a CU C ma L (a C U i �' O O U a Q a a) a f6 C Q O
U a) CLO mn M LD O mn a) m ma O a) U mn m C� ° U o .Q a- Q o a U m a Q o c 0 U ._ O U °
O .E c O E> E mn > o a U Q ate) m Z v - ma ° m _> o o c E o Y m
U s U E O __.tea) mLa > ma Q - m e 92 Dao ao 3:) w 9�co m �� 3� o -
H O N O N N C Ca O a) O a O > ma U — O ❑ U ma 2 ❑ U E ma w (a fa O
�U U a a ❑ 0- Q CL 0)d cp cn a) U Q > J- LU W e L L s= +, Q — c E j 2� p v°i —L Z $
J LU W }+ O L O L a) 'O m a - .� U U m= — C6 ) O
W Q m U ❑ Li LL: Q w Q 20 2 Q ❑° c a) O c � 8 0 0 ° o c .o c aa)
s ca T7 ca mn 0-.0 _ a mn ° a) mT o c m 0 c s= U
2 0 m 5 vi ai o n a m 7 n c`ai ° a) .S �) c axi .S a) m
L6 r6 ° p ma O U U O co a a) L N O a) a
(D Lo E is s E I9 U co - QU o 3 o U 3 U U m Q ° U
❑ Q a. Q Q Q U
Q CC] U ❑ Ld LL. U
T �
g
O N ° u U
m a O L a U
U O O a) i� U z 0 O
Y U i 0 a) -a � CU ca o m U
-a O U -� ,� U O ca N M ,L O
O Q? L C L L C O
3 a) ca O co U o -a Q m O m 0 �= w c
u) Q E o a s= ° E co L _0 0 a) 0ui o m c m � m a o m
O Cn a ° U c x U) ca c`0 c � ma 3 � a) � � 0 � > Ca H C a) ° E >
0 0 3 m C6 E 0 �.LP � �.L L a 0) ca fl X mn �U a`vi QQO "0 00 °�
T O U C c) O N y� -0 a E i 0 C O C O Q Z 'Mo° 0 0
ax) mo 0 ui c _Lu ° E a, ca °) c c u)) o CU E Ca o 0) = m o .o x
.2_ a) ° 0) 0 Un o m > oN -0 Q a) o- 8U) �# _ o ° Lo
�0 33 a) a 0 LE O ° mn8� 0) Amo a�iZ o aia) M�
m o=_ n3 0 �- °0 _0 3° o o c mn ° o L c U) -o EZ0 ° ��.�)� = -
° a C E a) a) a) U L i ` `1 CU _O w U — CU O m c a1 dj i0 i C CU m= U
N a _° O a) i i 7 U C ma (� -OC N fn _0 LL O U Co i O
_ ca o .� 0 0° s= E m O =g_ m co c ° _Us 3 LL a) O a) .3
i a) -° cn U C 0 0 L 3 a) o ° mn ` � 2 U U m mn E
o O a Ca ma s= N a O a -a _ 0 >+ N U N a) J -a a) O
LJ O O U 'a N L7 � a = Q U � a) CU .� Q "a Q — W � cn •` -a �
ca co
U c c o c 0 C:o ._ ° 0 mn a) - Q m 70 6 LL Q a) o CL =
1) 0
°° c° .X ° 0 m n LL o .7co co a) co° c o o mn mn H X m mn o mn co
N cn ,E N •� a) O a) o 0) 'X y? Y -a ._+ ❑ .S U U U
O U O :� N U U U - a) U C O ° a U m E U Z 0
c c U m U Q a) m a o L ° m cn Y W c' f c ❑ Z c 2 U
a L a) c ma a) T L a) (a c L
C-�°�� o vi ° ° �c�a 0 > E o E °c 3 c �a)o ❑ z>.�°) U 0 >o=O a)�
°�mn w a> U) �� m cn =>w 8 a) �= a) 0� O mLE ❑ mn �� U<)E mnHE Q�
a) Y m .O+ .� ❑ -a •� > C a) mn Q U W _z3 o i a) co 0) m8� L ma �� E c mw 5 �-a� ° U r-' U 0 a) o Z co U x� N°C mL
E .3 3 mn o c`a m ° c .� '3 (2 cCa) m- E m ca _U ❑ o w Q ) cpa W U 2) -0
co (6 T a) a) O (6 U C O O L CoC (6 i a W co L Z U — a) a U a) O co
Ca mn c m o T o E E v 0 0 Co U O cn ° LU c Q ° o co L 3 c ��' ca 0 a°i E°
U i 0 0_ O a) a) U L N N N -a _ � T C _ Z U Lco o = O a Q � Q -
•E o U C U U Ca U C a) >0
U C U (a CU co i O T U (a ❑ Ca O Z E— (6 a) c6 ❑ ~ 7 .i (a X
o° 3 T 0 ° 0m oa > - ° s= a) g zmo °° �� Q O z U 3:,o
a� a)19
�� 3 m m a .� a" o a mn o 0 .� o Ca ° c ° L Q' 0° c Q o f Q❑ a) �m 7] s=
LL -0 W °? c E v a E a) Q E c� a� S >' cLa c E c H co o Qc 3�> o �c�i Q Q m a� m o
LU m c)� 3 0° ° E m m`a a) a°i E a.� o o ax) m QUH co� a U U Oz o o� m U'�
v o U a) a U a) a c
OE U)cE E�>� E m EQE o o E �0�0 0 �> E C� zUUUrnin=��
co 0° .w? U .o -a co co U axi LL U c�a E 0- U (j a) m° H O CL Co W •° ° Q U Q m LU OU Q m
Q N Cfi mr; m; mb 6
W LU w c=j K U = H
U) 0O CLLU Z
O J LUOf � U~ O m Cl) 2 LU
U
U Of W Q O Of w W ~ U U
Cl) U LL J 2
'OrLL 0 U¢ W z Z m K L LUOF W O U W Z Z of Lu o W w F U
o' L o U o § LL U ¢ O 0 w O w LL z= F U � F z z
O Q U O ¢ F W D O lUi LL ~ H Y F ~ F Y JO ¢ O U U w � 0 2E < W O D
C� �-' U F I ¢ = F F¢ O U w w 0 O U -W, LL F J F w W W J 2 F 2 a W
LL U' Z F ¢ Z Z F U ~ K Z U LL Z ~ F W p U U U U U U ¢ O w
www> o F�°a z °o�oo LD° z z � of 0 0 0 U w o' P 2<° U z Q U m ~ w n o� o o w z
Ll
z=_= U Z = J= J O z W F 0 W W LL O Z = O = F F E W O } } U U O of O ULIU W U Y Z F U
pf 2i
O LL LL~= U W O D U Z O U Z_ Z( z U w O Z U O OF W O F W W Cf z Z Q Z w ~ �_ Ef w ¢O Cf Of
= F
W W W O12f Z LL K W 2 z F 0 m K cl�W U W U Z W J J J Z ¢ w w Q- U Y Y W w Lu F U ° LL J Z ~ Z O F z ° m O U F Of
° ¢
OOO��LLwwzOOUF=F2LLU LU ¢ago ¢¢¢ CO of Y � F z z o Y 0 D O> LL O w � z w z O m c=i >> O 0
m m m D J O J w� o' w O O J w z Z z w Of O LL w w w w¢ w 0 0¢ U Q O 2 Z o- }� U mn U�¢ F c� U z H a 0 U F 0
¢¢¢¢¢UwwOOO zzzao »>3F2O F o' o' o' J O= = w a a F w W O F i o D jr w¢ L¢ i � o
U } LL LL LL ¢ U F U LL = 0 U U U U L F U Z Y U W U LL U U F 2 2 O LL U F U' U ¢
O U } o
> U LL U' J= U U z LL U U J U U LL (� O LL LL 2 W ¢ ¢ X. \� • • • • LLO `e/O� :1 ~ O �J LL m ® F❑ © O H
LL LL 2 Z F W Z F J LL Z u
m¢¢¢¢¢UwwC�OC��zzzLL0a�a�X� ¢ ¢ o O of ¢
¢ m- U o
I
N
L
OL
+
0
�
O
M
O
o
-Q
= LLI
D
SfU�
o
LU LL
❑
O p � O
Ciwzm
O
❑❑UO
W O❑
LL
Y
WF
W>
O
LLI
� n
�/!
JY
�O❑p
J
JOU
QQ U
�wz�
❑ C Y Q W
Owwz
Q w Z O
J
O
QJ
Q�Q
0
LU
F
O
WUO>
Cod❑
VO
> ('D
00=
O a Um
Z LU W~
z
�2
JQ�
�dQQ
(n((nm
OOQ
J
=0�❑
��<Q
Q❑wLLCY
W O
Q W
O
�LL0
m
��z
Q
WLL=o
Z
O
F
O
Co LLI
Z) U
Q}
zapQ�Q(Q
0
z
U)
a m (= N
��10
O
Q
O
U J
0
H
O
w
w
O
W Z W U[YOwowW
W
Of
C�
WUQ�Zwaw_(�°2UQF-W
O
J�00
O
0
ZWiz»�>OC�LLJ
LU
O
m
_
Ifl
W(D❑
_
�O .
LU
z
O
I.,,�
LU
J
z
Q£�
C:,
O
Y
ir
0 U
O
Z F
>J
>
Of
0
O
Z
OF
CL
F-
O
z
x
m
U
U)
m
O
a
o
�
O
W
Q
W
1
J
J
Q
(LU
V
U
O
LL
z
O
(D.0Of
F
Q
w
U
J
J
Z
F
F
O
W
Z
D
i
O
o
z
o
°
C~ F
F U= O
W
Jo(D
OOfCL
w
w
¢
W
W
J
U
O
¢
J
z
U-
(L
LLI
J
LU
U
z
U
U
LL
Z
=
O
OJ
LL
Z
J
F
D'
F
W
=
Cl. Cl)
Cl)
F
W
=
U
=
F
W
0Z
J
W
¢
d
~
ir
O
2
z
J
F
J
z
J
❑
°
=
F
X
LL
F
x
>-W
F 0
¢
U
=
D
U
LL'
U
F
Z
0
W
F
=
ro
J
U
¢
w
U
C)
LL
O
LL
W
U
F
F
�'
W
U
x
OU
LL
W mp
Z
F
U
w
W
g
U'
W
w
J
w
Of
O
W
o
C3
U
F
=
U'
J
m
LD
z= F
O F
W
LL
LL
F
F
_
F
_
O
}
°
W
U
W
O
z
Lu
w
2 m N M 7 Y II mn
co II II II 11 II II
U
U
O
z
0_
¢
U
W
L)L
U
mn
J
F x U
LL
of
J
¢
O
U
x
LL
U
J U N M 7 2 Y F m
w
F
-j
U
w
LL
¢
U
U
W
=
LL
O WLU
m
U
m z U ¢
UW
O=
O
O W U
F
¢
2W
¢
m
LL
W
J
LL
LL
LL
CL
x
j =
¢
LL
000©
O
F
JU
Z
0
U
LL
W U U
0
U
2
O¢
2
Z
0
J F
K
O
U
z
w
o
=
o
-j
=
0
w
0
w
W
H
m
z
Z
w 0
Z
O
m
w
U)
2
w
U)
w
a
z
mn
2
0=
m
C7
w
J
LL
X
LL
a
D
Q
0
CO
0
=
¢
0'
OJ
°
Y
U
J
O
m
U
Q
U
d
W
J
U
2 W
W
U
U
W¢
J
U
w
K
F
X
¢
=
J
¢
J
O
U W
O F
J
w�
W
d
D
O
w
d
z
O
w
O w
w
U
of
?:
of
U
1
U
LL
F
�
m
m U
U
w
0
0
LL
U
0
m
F
2
U F
F
W
J
Q
z
J
o
05
®I��
�®�]d��o46(fl)El
V
E)E
w
Q
Q
I
N
L
OL
+
0
�
O
M
O
o
-Q
= LLI
D
SfU�
o
LU LL
❑
O p � O
Ciwzm
O
❑❑UO
W O❑
°�o
❑
U >O LL
w0Cr❑
I LU >
UCO
Uj — Z Or
ZWULL
W❑ E Q
WF
W>
O
LLI
� n
�/!
JY
�O❑p
J
JOU
QQ U
�wz�
❑ C Y Q W
Owwz
Q w Z O
J
O
QJ
Q�Q
❑_�
WUO>
Cod❑
VO
> ('D
00=
O a Um
Z LU W~
J
W
�2
JQ�
�dQQ
(n((nm
OOQ
J
=0�❑
��<Q
Q❑wLLCY
W O
Q W
O
�LL0
QQQ�
0
Q¢mLL
LL❑ Z
��z
Q
WLL=o
Z
O
F
O
Co LLI
Z) U
Q}
zapQ�Q(Q
0
U U J
LL
a m (= N
��10
O
Q
O
U J
0
H
O
QHQU
U=Of 0�ZCYUCY
W Z W U[YOwowW
W
Of
C�
WUQ�Zwaw_(�°2UQF-W
O
J�00
O
0
ZWiz»�>OC�LLJ
LU
O
m
_
Ifl
W(D❑
_
�O .
O
O
I.,,�
o
(vl
Q£�
C:,
O
Y
ir
0 U
O
Z F
p
Of
0
O
Z
OF
F-
O
z
x
U
U)
m
O
a
o
�
U F
(/)
2
W
Q
W
1
F
J
Q
J
j
JU
O
LL
LL
J U U J
Z ¢O
F
Q
U
Z
U
J
J
Z
F
z
W
i
O
LL
Z
U
C~ F
F U= O
OOfCL
w
w
OU
O
¢
z
(L
O
2=_ O l> LL
20
z
U
O
cfl
LL
=
O
z
J
J
F
m=
¢ F c Q U F
=
F
U
Q
=
W
J
ir
O
2
J
2w
z
w¢
~.
z
=
F
W
U
U
F
Z
w
U
F
J
w
z
o'
H
U
U (n
a U U Z LL x
O
O
F
U
w
F
�'
OU
z
O
m
w}}_ 0 U
mn
g
w
Of
o
U
D
LL 0 W F
w
Z
=
OF
U
2
D
}
Q
j
°
Z
U 0' J
U
Z
Z
2 m N M 7 Y II mn
co II II II 11 II II
2
J
W
mn
=
O
_
W
W
=
O
mn
W
d
J
U
m=
J
¢
U
O w m
G_ F J°
U
U
U
U
J U N M 7 2 Y F m
E
U
LL
LL
H
_
F
f]
U
LL
Z
O
U>
U
m z U ¢
rn
000OMO@ODob
000©
O
0
_
xsYw O z
wQ=_ Oz Q
LLI
LL
m ¢ X W Q LL
Z F- Z m W LU J O 0 O
00 =) 2 F w0 LLmb
W ~�OD O O W J J i< W
U— O W m ¢ Q Q¢ ❑
o �U2Z } z ❑ �= F -w O
eo UU�� 0 ❑ W LL LU CY ULU LU LU LU z Zz( Q
U QCYQ� O ' Cn U Z z ~J NJJ¢
- m Z 0-
Z W W W UCL ZLLWz
~ i� C iR LL O (nmWQO =JPO
J J Z O LL � D 0 0
W UW=OzQ>=>mUm
LL-(nz�V00❑Zo-
Q �2UJ0-Cp2z�CY
(.,ou).9t ~��wU)�QUQQW
W 20U�UZF OJ(n
W J
O ❑
z�Q Q= w O - D F-
U z o0mF- 0U�ow=
W (nZ< OWOZF(n(.D
�UwO�O�wvOz
C = w U O Z zO� U LL w Z
066wzwLL0z>o0P0
5 �002Q0LLZ02
00
L Z Z 04 m v mn
U)
Z
Q
J
LL
O
O
J
LL
CY
W
0-
U) U)
W_
H
H
Z
Q
D
O
z0
L) z
v�
Q
°� 00
J �
HO
am
LLI
= Q
(D
OJ
U O
z
U
�- Z
H Z =
U 0,
�0=
LLF -i
J D ❑
co U LU
❑ J
W m
C) Q
LLJ W W
= U J
U Q 0-
C, 0
L?O
O❑QLu
o m m
H Q Ow
WJ
W
co z
U LL
❑w O
� m
U �
Q
F-
F- H
(D
Z)
U
0
4t
LLI
Q U)
LU
w
N
L
OL
+
0
�
O
M
O
o
-Q
= LLI
D
SfU�
o
LU LL
❑
O p � O
Ciwzm
O
❑❑UO
W O❑
°�o
❑
U >O LL
w0Cr❑
I LU >
UCO
Uj — Z Or
ZWULL
W❑ E Q
WF
W>
O
LLI
� n
�/!
JY
�O❑p
J
JOU
QQ U
�wz�
❑ C Y Q W
Owwz
Q w Z O
gwLLU
W F F
CrOz(n
= 0 z Q
O
QJ
Q�Q
❑_�
WUO>
Cod❑
VO
> ('D
00=
O a Um
Z LU W~
J
W
�2
JQ�
�dQQ
(n((nm
OOQ
J
=0�❑
��<Q
Q❑wLLCY
W O
Q W
O
�LL0
QQQ�
0
Q¢mLL
LL❑ Z
��z
O z U
0��`�
WLL=o
Z
O
F
O
Co LLI
Z) U
Q}
zapQ�Q(Q
0
U U J
LL
a m (= N
��10
O
Q
O
U J
U w w
W Ci W
LL= H
Lou
QHQU
U=Of 0�ZCYUCY
W Z W U[YOwowW
W
QZ
❑C�Z�Z,
WUQ�Zwaw_(�°2UQF-W
F �
J�00
O
0
ZWiz»�>OC�LLJ
LU
W Z W MMZ�Ii
LLCrDCrF-<W0Z
m
_
Ifl
W(D❑
_
�O .
. .
J Z
? WcnQP
I.,,�
U)
Z
Q
J
LL
O
O
J
LL
CY
W
0-
U) U)
W_
H
H
Z
Q
D
O
z0
L) z
v�
Q
°� 00
J �
HO
am
LLI
= Q
(D
OJ
U O
z
U
�- Z
H Z =
U 0,
�0=
LLF -i
J D ❑
co U LU
❑ J
W m
C) Q
LLJ W W
= U J
U Q 0-
C, 0
L?O
O❑QLu
o m m
H Q Ow
WJ
W
co z
U LL
❑w O
� m
U �
Q
F-
F- H
(D
Z)
U
0
4t
LLI
Q U)
LU
w
N
L
OL
+
0
�
O
M
O
o
0
J
0
O U) CL'
N
z
O
LLI
O
LU
C5=
O
_j
J J
> Z
O
O
Q�Q
Ow
W
wJ
CYH>
mU
J W
a
¢
�ZX
��
W
Q W
W
Ohm
Q
OCYH
z U Z
3
Um
Q Z
C L Q
D U
W O
LU
U Q
Co LLI
Z) U
Q
? m
Q J
Q
O
❑
LU
� �
QC
E
F �
Q
LU LLJ
Z) d
U £i
_
Ifl
L
O75 L
Ln
C1i
Ln
C1i
0
OWCLO
o
(vl
Q£�
C:,
J W Q W LLJ
❑
�QZ CDw QZco OZ� ❑ Z 0 z =J
W W
vw) o a Q W O F A N m vU Q LL H
Q�� ❑W ma W 2�(n Z�W Lu co U) Lli❑WN N �w OWZ
0 U U o ❑ z
Wiz° a�z0 ~�o� voU�� z z0 Fn
Q-U CYZW � ��� ui~Qw Q _U LLm
2=W w��� W W D(o CY0— JCpZ 00 U) JH02
❑HF}mM ❑QOM OLLUQ}v �J JO CYOwU
❑Z_w LL 00 �J Jc) Zz<3:< m ❑Z_CL2
U❑ Z 04 = 2? Z 0 c) 0 Q W 0 o(D z w 3 H O=
❑mQ N0 a\o U0❑N 23:UUz ULLQ WOWz
OUcn �LU
ZN� ��❑C� zC? wW z0D� c°❑OQ ~0zm
CLL
O U) —0om H��Z W W O��❑ z�UCY OwO�
<�� D�nm- -Uza Oag0co0 ��CYZ ~❑mn
�LU -zLL F -Z_3: Yw-O UUgmZU H[r�- zzzQ
0 U_ W LL � Z D J Z= U) F- W Z W J
❑ Z J ❑ U` 2 z= O W Q- O❑ W Qj-= z
Ua2ww�Oz� wOwZ2 ❑z❑0� 4z0� J
F-
>- LU
U❑ZHUU mW WO wwwQ 2jm0❑ W
~Q❑QLL�of c)=z -i
F-
LU
LU =�NZ �aLLQ J W OCL W W (D ON~CL �_Q�LL W
Q❑zLL HU2- ��U� QF— 0-<Z Y==❑ ❑ 0 cn
�ZOZ WQzmh O❑WLL} < �VUgm JCYUO WJWO H
W QU- LLO U� U2W U) Z) �ODQ F- -i
Z
w� 0=Z �� O zwm J J F- 4LLJO F --i o
�QZD O��wU?mQU ~}Q���U v�LLg c}nc~nc}n� Co
=Q'O� �� pp�aoJ W W =(n=- W �J LL
dE __= W Z W W m
CYQ - Z O�OO����mQ OOOLLJmOQ W ,a.,LLz} OUF OU�
O 2 Q 0 o J 2 w o o 2 U W W Z O U- 2 W O cn Q U` J W- W J 0
CO W LL O Q W�� O�� (n Z z� w F- W 2 Q F U z OF Q� U-� J
N�LL oz �Z�(iZ2a0F oL-Owzcn�U - w, gz=❑mow=w0 Q
SOLL
-j z(=jz W NOLLJ¢ W ZF-0Z)Z Q > V>CLOLLZLL= W pp
~ ISO � w� c~n ¢ D F- w W aa' =�� w o w > ❑w Q g 0 m 0 0 W
}Ucn LL W❑.2���� H� WOLL2EJ Q�JYwz zz2 N
m�E= JUUVoQWO J Z3: F-ZW 2M=)F- nQF O U
WU�W �O�CYQmW W W a J W❑ZzH- Oc�o�Um�QF❑❑ }
�Ooz (f)0 mUa. x❑== 2QLL(-)3: �zw0z�J�zW Z
QU't J cnww�UDwcnH �UzUOCJ OQ>QOJQJOQ Q
wmDz �m20-jW Z ��Qa�ZQ >00Uw0D�DU_ i
Q JO J (A W JUZ(7<w0 2 W Z 00
CLLLUU H MCL�QOLU �OOW Q U
3= C)= a w� Z 2 m CY 0- W ~ U❑ = a W o W Q 0= LL 2 a U i
rl(n=(n Q2QU 0E-0 N W F -2F- - M-0�❑JHOF-CLQ M
W
CL
IL
CY
W
Q
0
J
O
U
U
J
J
Q
W
2E
0)
�
+' L
CJ S
H
N
L
OL
+
0
�
O
M
O
o
0
�
N
z
0
C5=
O
O
O
O
O
U Q
-vQ
W
°6WEo
oz
J
UW❑
�ZX
��
W
>�W
M >
�Z m
�Lou =
H
3
s= ..
o £
U £i
_
Ifl
L
O75 L
Ln
C1i
Ln
C1i
0
L
v
o
(vl
Q£�
C:,
p
(U
dQ
x
a
N�
V
W
z
J
W
z
0
1
W
coJ
U
W
J
Q
U
U
O
Z
W
J
Q
U
(n
O
F
O
Z
Ng= W
D CL
z
W w
W Q
U -i
O
C U
U 5� --I =
,It
LU
W of
LL
LL
Q
[L k
N �
(DJ, M
zw
w
mm
Q
Q
❑
W
J WW
Z o z
0
W
z
0
nZ
W
J
`W
1
z
z
0
w
O
U
z
0
F—
U
F—
U) U)
z
0
U
w
0
LL
F-
0
z
1
0
z
U)
LU
w
0
0
w
Q
J
Z
W
z
0
O
z
T
i
�
Of Z LL
U Q
-vQ
W
°6WEo
oz
J
UW❑
�ZX
��
W
>�W
M >
�Z m
�Lou =
H
of
U � Z
Ng= W
D CL
z
W w
W Q
U -i
O
C U
U 5� --I =
,It
LU
W of
LL
LL
Q
[L k
N �
(DJ, M
zw
w
mm
Q
Q
❑
W
J WW
Z o z
0
W
z
0
nZ
W
J
`W
1
z
z
0
w
O
U
z
0
F—
U
F—
U) U)
z
0
U
w
0
LL
F-
0
z
1
0
z
U)
LU
w
0
0
w
Q
J
Z
WOO- IeA-Oae-MMM
vi
OZ58-8VL-OL6 :auoydalal
eaoIo `uond t, � ZaIS tZ '8 9 (nnHSn 80 68t,8xo8 Od
O
O
O
UOZ9L8`o
W
W
W
sleuoissaload paIlpaaooy w (133 ql!m 001:40 uy
`leoiueuoaW
0
0
CO
0
CO
z
saoinaaS u61sad 6upoll '8 leoia}oa13
�
LU
w
w
~ ~ Q
`�
• z
s uensuo 6uiaaaui6u aan oa i oj
�� �� �.ue
41839V�JOiS/dOHSN�AOAA
LU
Z)�
?
'Wo
44 -
U)
o0
U
Na
❑
I
❑
❑
w
S31iFlIOVJ AErlovEi
o
>, V�
m
OaW v1
=
=
=
W
Q
Q
N
M p
o
w
Q
Z
0
F—
U
Z
J
JQ FW � M ` �
N
W m c?� JUS
W C)f w
J W U w
W J p w O
Z Q z w CO
d Z H CO
ih Q �cW
J � W . U
Q �LLJ U EH
U
U ? W
� Z
LO w Q O
J WQ�
' 2 Z LL
Wo 020
ch (D
Q L z � § O
U w
g O w m�Hw Z
LO
LOCl) ? U U
�_ Q Q z 1
W � UXU)<
Z
�QO0
z ° w Q
il�0 U)Jz0
LL LU w m co
z 2 > O O H
0 LU J Q o C.� w ° z"�
LO CY) Q QaoY(D
H H W H
OOOcoQ
WZ Z Z m
0
J J J J J J
W W W W W W�
� c� c� c� c� c� c�
V z J W' � W' W' W' W' 2
z 0
00000
m O =� H H H H H H J Q U
� O cn cn cn cn cn cn � W a w
00 O � � (n J J J J J J O� W
= O O w Q Q O � � � U
p N �[7 0 W � p W W W W W W X� �� H O O ui � Cl)
CO ❑ U�>>> >>> W m= (n Q= ❑= 2 U= (n �
Q lf) I� M O M
❑ CO
U N N M O � N O Q
w0 w o
z Q co �
O O O O C:,
O O
W O� Q d m M N N to N N N ❑
Q
j O (O O O O (O
J Cl) Iuj
— O O
p ❑ N N Co
Q 07 N N O O OO O W ZQ � N� �
d7 N � N Z m
�' co wi O J ❑
Y 0 0 0 0 Cl Cl 0 Cl Cl 0 0 0 0 o w Q
M N N N N N N N N N N M � co co CO ()
Q ❑ Z
d r N N N N N D❑
U w
J � W❑
O N V (O OO CC
N V (0 00 O N V CO OO O N � J
W U N V CO 00 r r N N N N N M M co co M Vq W' p
Z O z
W
� r M lf� I� O M lf) � O Cl) Ln � O (� Z
Q U r Ce) LO ICL
- d7 r r N N N N N M Cl) co co M� cn
a w = w Q
(7 � ❑ O co O O �co��
� 0 ❑ 0 LU LO
W V � co O
Y 0 0 0 0 0 0 0 0 0 00 0 00 0 0 0 0 0 0 � O U
m N N N N N N N N N N N N N N N N N N N N 2 U W
H W Z
❑ � Z
� O
U � 000 � o collo collo o � O U LO
W w
W � (n
Q o 0 0 0 0 0 o O Q
❑
d m � � � � M M M
J 0 0 0 0 0
❑ 00 � O NLO
W � Cl) N
O � � d- � M
Q o o aoo 0 0 � � U r v r �
O O O M Cl) z
Q � Z
� U O
U
w ❑ U U U U � �
U� Q z w w w w p � D
QoW❑ UUUUUUU 0000 � O z
W o w w w w w w w w Q Q Q Q Q � F�
f— ❑ W � � � � U U U J Z W
w r� Q O a w a w a a a w OO OO OO OO � U w p J Q
� CD M LU [if Of
W LU LU
LL
22
bD
LO
P 0000000
I
O
O
O
0
0
CO
0
CO
z
�
LU
w
w
�
?
Z
O
❑
❑
❑
w
=
=
=
M p
�
_
Q
C9
J ❑
C9
J ❑
C7
J ❑
Q�
W
W
W
W
Y
W
Y
Y
W
W
W
W
W
W
W
W
W
W
��
�QUUUUUUUUUUUUU
= o o Y
p
cn
W
w
>
w
>
w
>
Q�
Q
Q
Q
Q
Q
Q
Q
Q
Q>
Z
Q
> Z
> Z
N Lf7 O
U
❑
O=
O=
O
O=
W
O
W
W
(n
d
(n
d��
U
(n
(n
d��
(n
(n
U
d
(n
d�
U
(n
(n
a
r N r
M
QN co O
O
r
� �
w
O
m
❑
Z
U
o
0
0
0
0
0
0
�
Q
w
"'
v
v
o
zQcii
�
�
V
X
X
M
w
ZOQU=
o
o
�n
L
W�� Q
Z
Q
�
�
x
x
x
O
�
v
�
X
M
O
w
�
z
c�
m
co
O
X
❑
Q
�-
❑
N
N
N
N
M
N
N
m
ZO
U
N
� `O
F
O
O
O
O
W
O
O
O
O
W O
J
Q
N
N
N
N
O
Nm�w
N
N
N
N
❑Z M (D LO
Q
J w
O
O
>
O
O
�
�
N
X
� O
co
O
O
O
O
m
�
Q
W
❑ U
m
m
N
N
H
W
�
Q
Q
Q
w
N
N
N
N
¢
w u�,
w o
w v
w rn
1D
w
w
o
w uLL
w o
Q�
z Y
N
J M
J
J
J�
J N
U
Q
J
W
U
N
V
❑ Q
00
O
r
N
V
(O
OD
r
O
N
N
N
V
N
CO
N
OO
N
O
CO
N
CO
V
M
(O
M
F Co
W
N
V
U
�
❑
❑
O
O
�
U
Cl)
Lo
I�
d1
r
M
M
Ln
�
Z=
M
Q LL
Q w
¢ LL
Q w
Q
Q
O
�
r
� cwi
=
uJ
U
❑ LL
Z ¢
❑ LL
Z ¢
❑ LL
Z ¢
❑ LL
Z ¢
LL
w
J LL
¢
�JJ
U
N
N
W Q
� w
V
N
d
LLJ
�
> N
�
d'
d
d�
d�
d�
U
U
>
d'
�
W
U
w
❑ N OD O O O
�
❑ W
W �
_
J
Q
� M �
m
¢ � Z
LO
LO
Lr)
� `' ❑
Z
N
N
N
N
N
N��
W Q
�
LO
N_
LO
N_
m
N_
m >j
CO d'
Z J �
U J Z
7
a
�
D
D
Z
2
Y
o o
O ma❑
J
z
Z
❑
m
O
oo
N�
00
� LL
Z
N �_
O
O
O
❑
�
o
M
~�
oo
�
L1J Co W
oo
N❑
N
O J
p
p
�
W
J
W
J
M
Q�
�
O
>��
W Z�
N >
� m
O
M
N
V
U
� H
J
J
J
O
(4 ¢
U
U` O
m�
m
m
m
W
W
O
S❑
O
W W Z
O
W
W � W
Z LL
Z
W
0
0
ZO
0
Z Q W
❑
�
m
0
M
w H m
~
�
Q
= z W
O
Z
F ¢ U
Q
N
Q
¢
Q
�
Q
Q
Q
�
O
��
LLU L
❑
Z
Z
Z
U
Z
Z
Z
�
Q
❑ O�
❑
J
O
O
O
Q
O
O
O
J
Q
z
Q
�
O w
rC
Co
D
r
J
r
J
r
J
m
r
J
r
J
rLL
J
J
O
w Z U
�
O
U
Q
�
�
oo
�
U W io
U r N
¢ r w
O
O
� w >
O
z
❑
Z
Y W �
Q � Z
p
W
�
O
U
p
¢
Cl)
� U U
U) ❑
d > �
O
O
o w
�
LL
w
�
= a te
¢ a,
�
w
�
LL
�
CO o
=
J
J
Z
J
=
(7
S
CD
W
❑
J
Z
O � �
J
F es❑
w
C)
�
❑
❑
W
J
J
w
�
�
Z
w 0
�
��
F
W
W
J
CO
(n Z
Z
❑
�
Q U K
r
Q
J
r�
O
w
�
W
_=
Z W
� p J Q
w Q
O
Q
�
� �
Q
�
z
O
�
�
�
(7
(7
❑
p H U U
O
`w
�O
❑
w o
co
O
L-2
w
w x
�
w
Q Q
Q Q QU
W W��
z
�
(n
U
(n
�
W
�
M
Z U L-
'If � co
W
W
W
W
�
w
W
W
W
W
U W J
I U W
U
HI—
0-
U
raw
p
D
U
U
U�
W�������
U
❑ U � w== Q
00
cn
J U
—
Z O
U U-
C)
�
�
_
_
_
=www
����
QQQQQQQQQ
w
❑�
w
W
W
W
W
O
O
O
W
Q Q Q
J U` � Z Z
� (n
Z LLI
U
(n
fn
(n
fn
(n
(n
(n
=
cnc�c�cncncncncncn
J
U
J
U
J
U
J
U
W
W
W
U
❑ U � W = = Q
0 0❑
�
W
W
W
W
W
W
2
2
2
2
H
H
H
Q
Q J O
�� O
W
O
O
O
O
O
O
O������
w
w
w
w
X
X
X
w
O Q o 0 W W� p
d W�
❑
U
U
U
U
U
U>
>>>
W
I
O
O
O
0
0
CO
0
CO
z
�
LU
w
w
�
?
Z
O
❑
❑
❑
w
=
=
=
M p
�
_
Q
C9
J ❑
C9
J ❑
C7
J ❑
Q�
W
W
W
W
Y
W
Y
Y
W
W
W
W
W
W
W
W
W
W
��
�QUUUUUUUUUUUUU
= o o Y
p
cn
W
w
>
w
>
w
>
Q�
Q
Q
Q
Q
Q
Q
Q
Q
Q>
Z
Q
> Z
> Z
N Lf7 O
U
❑
O=
O=
O
O=
W
O
W
W
(n
d
(n
d��
U
(n
(n
d��
(n
(n
U
d
(n
d�
U
(n
(n
a
r N r
M
QN co O
O
r
� �
w
O
m
❑
Z
U
o
0
0
0
0
0
0
�
Q
w
"'
v
v
o
zQcii
�
�
V
X
X
M
w
ZOQU=
o
o
�n
L
W�� Q
Z
Q
�
�
x
x
x
O
�
v
�
X
M
O
w
�
z
c�
m
co
O
X
❑
Q
�-
❑
N
N
N
N
M
N
N
m
ZO
U
N
� `O
F
O
O
O
O
W
O
O
O
O
W O
J
Q
N
N
N
N
O
Nm�w
N
N
N
N
❑Z M (D LO
Q
J w
O
O
>
O
O
�
�
N
X
� O
co
O
O
O
O
m
�
Q
W
❑ U
m
m
N
N
H
W
�
Q
Q
Q
w
N
N
N
N
¢
w u�,
w o
w v
w rn
1D
w
w
o
w uLL
w o
Q�
z Y
N
J M
J
J
J�
J N
U
Q
J
W
U
N
V
❑ Q
00
O
r
N
V
(O
OD
r
O
N
N
N
V
N
CO
N
OO
N
O
CO
N
CO
V
M
(O
M
F Co
W
N
V
U
�
❑
❑
O
O
�
U
Cl)
Lo
I�
d1
r
M
M
Ln
�
Z=
M
Q LL
Q w
¢ LL
Q w
Q
Q
O
�
r
� cwi
=
uJ
U
❑ LL
Z ¢
❑ LL
Z ¢
❑ LL
Z ¢
❑ LL
Z ¢
LL
w
J LL
¢
�JJ
U
N
N
W Q
� w
V
N
d
LLJ
�
> N
�
d'
d
d�
d�
d�
U
U
>
d'
�
W
U
w
❑ N OD O O O
�
❑ W
W �
_
J
Q
� M �
m
¢ � Z
LO
LO
Lr)
� `' ❑
Z
N
N
N
N
N
N��
W Q
�
LO
N_
LO
N_
m
N_
m >j
CO d'
Z J �
U J Z
7
a
�
D
D
Z
2
Y
o o
O ma❑
J
z
Z
❑
m
O
oo
N�
00
� LL
Z
N �_
O
O
O
❑
�
o
M
~�
oo
�
L1J Co W
oo
N❑
N
O J
p
p
�
W
J
W
J
M
Q�
�
O
>��
W Z�
N >
� m
O
M
N
V
U
� H
J
J
J
O
(4 ¢
U
U` O
m�
m
m
m
W
W
O
S❑
O
W W Z
O
W
W � W
Z LL
Z
W
0
0
ZO
0
Z Q W
❑
�
m
0
M
w H m
~
�
Q
= z W
O
Z
F ¢ U
Q
N
Q
¢
Q
�
Q
Q
Q
�
O
��
LLU L
❑
Z
Z
Z
U
Z
Z
Z
�
Q
❑ O�
❑
J
O
O
O
Q
O
O
O
J
Q
z
Q
�
O w
rC
Co
D
r
J
r
J
r
J
m
r
J
r
J
rLL
J
J
O
w Z U
�
O
U
Q
�
�
oo
�
U W io
U r N
¢ r w
O
O
� w >
O
z
❑
Z
Y W �
Q � Z
p
W
�
O
U
p
¢
Cl)
� U U
U) ❑
d > �
O
O
o w
�
LL
w
�
= a te
¢ a,
�
w
�
LL
�
CO o
=
J
J
Z
J
=
(7
S
CD
W
❑
J
Z
O � �
J
F es❑
w
C)
�
❑
❑
W
J
J
w
�
�
Z
w 0
�
��
F
W
W
J
CO
(n Z
Z
❑
�
Q U K
r
Q
J
r�
O
w
�
W
_=
Z W
� p J Q
w Q
O
Q
�
� �
Q
�
z
O
�
�
�
(7
(7
❑
p H U U
O
`w
�O
❑
w o
co
O
L-2
w
w x
�
w
Q Q
Q Q QU
W W��
z
�
(n
U
(n
�
W
�
M
Z U L-
'If � co
W
W
W
W
�
w
W
W
W
W
U W J
I U W
U
W
0-
U
raw
p
❑
U
UUUUUUU
U
❑ U � w== Q
00
cn
JUQrN
C)
�
Z
pU
QQQQQQQQQ
Lll W Y
Q Jrn =UUU�
����
W
W
��cnww
ii��
l W U
w=
=
cnc�c�cncncncncncn
O H m
I
0
0
0
�
Z
O
❑
❑
❑
w
M p
�
Q
Q
Q
Q�
W
W
W
W
W
W
W
W
W
W
W
W
W
��
�QUUUUUUUUUUUUU
= o o Y
p
cn
W
w
>
w
>
w
>
Q�
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
N Lf7 O
U
❑
O=
O=
O=
W
z
O
d��
(n
U
(n
d
(n
d��
U
(n
(n
d��
(n
(n
U
d
(n
d�
U
(n
(n
a
r N r
M
QN co O
� �
O
O
❑
Z
U
o
0
0
0
0
0
0
�
w0
w
o
zQcii
�
ZOQU=
o
o
�n
W�� Q
d
m
O
O
M
O
O
O
O
❑
Q
O CO O CO
� `O
❑Z M (D LO
Q
O
O
O
O
�
N
co
O
O
O
O
�
W
m
N
N
N
M
N
N
N
N
Q�
�
J
W
U
N
V
CO
00
O
r
N
V
(O
OD
r
O
N
N
N
V
N
CO
N
OO
N
O
CO
N
CO
V
M
(O
M
CO
CO
O
V
N
V
Q
�
U
Lo
I�
d1
r
M
M
Ln
�
O
M
M��
M
M
M
O
M
r
co
r
r
N
N
N
N
N
V
d
�
N
N
Q
❑ N OD O O O
�
� M �
m
M
U
N
N
N
N
N
N��
Z
Z
oo
�
oo
O
U
O
N
O
O
O
W
cn
0
0
0
❑
�
m
0
M
�
�
O
N
O
O
O
� 000 O O
0
W (O Cl) N N
O
O
� (O �
Q
�
�
oo
�
U r N
O
O
O
z
Q � Z
p
� U U
U) ❑
� W
U�Qzp
w
�
�
O � �
�o�❑
w
Q�
�
Q a �cn
I- =) w
�
r
Q
J
r�
O
w
�
W
_=
Z W
� p J Q
w Q
Z
�
z
p H U U
O
°�
O
L-2
Z
Q Q QU
W W��
z
�
d
W
�
M
W�
�
W
W
W
W
W
W
W
W
W
W
U W J
�� LLj
U
W
0-
U
raw
p
❑
U
UUUUUUU
U
❑ U � w== Q
00
cn
JUQrN
C)
Z
pU
QQQQQQQQQ
Q Jrn =UUU�
����
❑
��cnww
ii��
w=
=
cnc�c�cncncncncncn
� Uo ���Y�
LUOQ-j!eA-O2e'MMM
07,58-8-VL-OL6 :auoydalal
8`o eaoIo `uonb-V � Za}S -VZ 'S 9(nHSn 080 68-V8xo8 Od
CID
U
_
o
SleuoiSSaJoad palipaaoob wJ_4�A1 ulinn aoiJj0 ub
SaoinaaS UBISaa 6uilgbq '8 leoialoal3 `leoiueuoaW
sluelinsuoo 5uaaauibu Iaan oa i oaVOCY10
o
12
w
OU)
CO
o
x
^ w
w
U
M
S31iFlIOVJ AErlovEi
a
w
o
o
u i
Q
N
QoN
o
J
U U zU W
� m U L W
W O
(D a
�z w
�H §o >z �o
L L J J > 0 J U- F
O m J Q
Z C♦l O a� �F-
F-
m rr r oCL
w
LU
m �
2
z
W
J - -
W z '
J O o� J J o � •
Q M W W W Q V 0
U � Z Z 1 Q (� O
J
0 Q Q
I O p H W Q N>
a
FI
LU
i �Uch D�� � Q>O I C7
U) a. W I I pN 0
I
W Z
LL
I I O
w 0 I o 1 i
06 U I I I
W ILL> I I I
0 m ` - - - -
W IF'
�Q 1LU W t z z To O
Z U— J J I d) _
Wr Wr��� b b o b
I L4vj
�' �� a Z
�o ry
o a I L`
LU
Q N o w
db— db—
°_ - NMLU —
pwp o p El wrQ J N 1 N 'L LL LL cli
d o
0 J z _ a z I�
O Q Q W QCT-E4-Q� M '�
'1JEU2 2 J Q
U)
N I �� c/) 0 0 0 0 lL
V ! LL I
J w w I
C)
Q Ip
-o • QU QUN •
_ LU � i O W
w� wo w LL -
(D I�
0 I�
z wo o I SZ � J J O
U � I 0
cn w D W
LU i _ I�
. J � J
J i
H W I
DQ w Ya
W O Y ° U
LU L� LQ� 0 0 10
0 m z IOC
N w ch — - - a )
Z Q o 0(=)14 m
J � J
Q� N U o O � o 0
QZJ N ~v)
LU Q 7 W Q N C,4 W I I W
LU O ~ z 2 a W N O O 2 Q Q
C 1 I��
LU fn G� — S N Ch 0 I H
Z VJ0� U(D caw a
�Z EY C) w:�i o a `�' IQU)
W QQ� C) 4t N O N O J 1 w�
2
Z w o , LL O
I
¢W W I<
N w Q 1
W W W� W� U� => ' I=U)
(%I 1 W
O 1 a D
IQ(D
C o I I pQ
co
Q O I
Q 1
IIN O o
� U
- —� - - - 5 -- LCA
Eo;
- - - - - - - - - - - - - - - - - -Q -
' I
I
li
I
I Q
W
I
I N W O
----------- 0 > O
1 NOo
1 I
------------------- ---
0
\ / 1
I
I
D
I
I
I
I
I
I
0
r
----------- - -------- ------ — - — - — -
LLI
D
I
I
I
I
Q 1
I
I
I
D � D 1
O D
N I
I
W 1
J
U_ I
= 1
LL
I
I
I
I
I
I
I
J =-�p I
a a 1
I
------------- ------- - ------ ------
I
I
1
a a '
I
I
I
I
I
I
I
I
I
o a �
I
r)
I
' I
I
I
I
a � 1
I
I
I
I
o �
I
I
I
D D �
1
I
. . I
1
I
D '
I
I
I
I
I
� 1
r I
I
I
L I I
o
o I I 1
V) --- U) ; I
I
I I Q) I �
cC)I t o I
I
I I c u I
I
a D 1
I ao� 1 +� a I
I aLaLJ0 I + I Ow0 I
I N= I I CD = I
I W 1 ++ I w I
I >I >
Q I
I 0 I 0 b
I
_ _ .-_� _ _ _ _ _ _ _ I _ _ _ — _ _ _ _ _ _ _ _ — -
0 • 0 •I a LL I
S
L
WOO- IeA-Oae-MMM
I I
_
0
C)
OZ99-8VL-OL6 :auoydelal
eaoIo `uond t, � ZaIS tZ '8 9 (nnHSn 80 68t,8xo8 Od
UOZ9L8`o
_
o
sleuoissaload paIlpaaooy vu(133� ul!m 001:40 uy
`IeoiueuoaW
m
i
O z
saoinaaS u61sad 6upoll '8 leoploa13
M--� -
•
s uensuo 6uiaaaul6u aan1oa l oj
t. "I V
OCY10 39VJOiS/dOHSN AOM
U
w
cn
�l �
FSI M
o
12
w
U)
o
o
x
a w
a
�I11l1 VJ AiNn �� bE
No�
Ll
w
O
m �
`
N
Q
N
Q
0
C�
o
0
I I U
U
m C) w
U O O CD I m
' I 2
C
0
Q
C
C
O
dgg
I IL)
I I
I I Q J Q J
LL I 1 LL LL
LL-
Flowl
�[I
I'll I ISI L
2
LL
w
(.D
Q
CK
O
(n
N
J
QO
W
Q
N
J
LL O
O
H
L
I
b
I I
_
0
C)
w
C'
Q
O
N p
W
J
U_
LU
n
O-L O
I
-------------------0- O
�J U
- n
fi
II�
=- =C=j-
--------------------------
I I
' I I
I I
I I
I I
I I
I I
I I
I I
I I
' I I
I b
I C7 I (7
I I
I I
I I
I I
I
O O =
)O O I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
D I
I
I
n I
I
I
Oz
FF
---------
�— -- �- j--�
SECTION 133419 - METAL BUILDING SYSTEMS — Revised 11-28-17
PART 1 GENERAL
1.1 SUMMARY
A. Section includes pre-engineered, shop fabricated structural steel building frame; metal
wall and sloped roof system including soffits; metal wall panels and trim; roof panels and
trim; metal building accessories. The section covers the design, material, fabrication and
shipment of metal building systems.
1.2 REFERENCES
A. AISC - American Institute of Steel Construction:
B. AISI — American Iron and Steel Institute.
C. AWS — American Welding Society.
D. ASTM International:
1. ASTM A36 — Standard Specification for Carbon Structural Steel.
2. ASTM A123 - Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and
Steel Products.
3. ASTM A 15 3 - Specification for Zinc Coating (Hot Dip) on Iron and steel
Hardware.
4. ASTM A307 - Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile
Strength.
5. ASTM A325 - Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi
Minimum Tensile Strength.
6. ASTM A463 - Specification for Steel Sheet, Aluminum -Coated, by the Hot -Dip
Process.
7. ASTM A475 - Specification for Zinc -Coated Steel Wire Strand.
8. ASTM A490 - Specification for Heat Treated Steel Structural Bolts, 150 ksi
Minimum Tensile Strength.
9. ASTM A500 - Cold -Formed Welded and Seamless Carbon Steel Structural
Tubing in Rounds and Shapes.
10. ASTM A501 - Specification for Hot -Formed Welded and Seamless Carbon Steel
Structural Tubing.
11. ASTM A529 - Standard Specification for High -Strength Carbon -Manganese
Steel of Structural Quality.
12. ASTM A572 - Standard Specification for High -Strength Low -Alloy Columbium -
Vanadium Structural Steel.
13. ASTM A653 - Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -
Iron Alloy -Coated (Galvanized) by the Hot -Dip Process
14. ASTM A792 - Standard Specification for Steel Sheet, 55 Percent Aluminum -
Zinc Alloy -Coated by the Hot -Dip Process.
15. ASTM A992 - Standard Specification for Structural Steel Shapes.
Eagle County Facilities Workshop/Storage Building Metal Building Systems
133419-1
1.3
16. ASTM A1011 - Standard Specification for Steel, Sheet and Strip, Hot- Rolled,
Carbon, Structural, High -Strength Low -Alloy, High -Strength Low -Alloy with
Improved Formability, and Ultra -High Strength.
17. ASTM E283 - Standard Test Method for Determining the Rate of Air Leakage
Through Exterior Windows, Curtain Walls, and Doors Under Specified Pressure
Differences Across the Specimen.
18. ASTM E331 - Standard Test Method for Water Penetration of Exterior Windows,
Skylights, Doors, and Curtain Walls by Uniform Static Air Pressure Difference.
19. ASTM E1514 - Specification for Structural Standing Seam Steel Roof panel
Systems.
20. ASTM E 1592 - Test method for Structural Performance of Sheet Metal Roof and
Siding Systems by Uniform Static Air Pressure Difference.
21. ASTM E 1646 - Test Method for Water Penetration of Exterior Metal Roof Panel
Systems by Uniform Static Air Pressure Difference.
22. ASTM E 1680 - Test Method of Rate of Air Leakage through Exterior metal Roof
Panel Systems.
23. UL 580 — Tests for Uplift Resistance of Roof Assemblies.
E. MBMA — Metal Building Manufacturer's Association.
F. IAS — International Accreditation Service.
G. LGSI — Light Gauge Steel Institute.
H. American Welding Society:
1. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive
Examination.
2. AWS D1.1 - Structural Welding Code - Steel.
I. Green Seal:
1. GC -03 - Anti -Corrosive Paints.
J. National Fire Protection Association:
1. NFPA 255 - Standard Method of Test of Surface Burning Characteristics of
Building Materials.
K. SSPC: The Society for Protective Coatings:
1. SSPC - Steel Structures Painting Manual.
2. SSPC Paint 20 - Zinc -Rich Primers (Type I - Inorganic and Type II - Organic)
DESIGN REQUIREMENTS
A. General:
1. The Metal Building Manufacturer's registered professional engineer shall
coordinate with the project architect and structural engineer and provide a fully,
and reliable, engineered design with shop drawings (as described in 1.5.13) within
six (6) weeks of receiving a notice to proceed or issuance of purchase order from
the architect. Reliable information regarding base plate and anchor bolt layout and
Eagle County Facilities Workshop/Storage Building Metal Building Systems
133419-2
reactions shall be delivered to the architect within four (4) weeks of receiving a
notice to proceed or issuance of purchase order.
2. The building shall be designed by the Manufacturer as a complete system.
Members and connections not indicated on the drawings shall be the
responsibility of the Manufacturer and/or Contractor. All components of the
system shall be supplied or specified by the same manufacturer.
3. The building manufacturer will use standards, specifications, recommendations,
findings and/or interpretations of professionally recognized groups such as AISC,
IAS, AISI, AWS, ASTM, MBMA, Federal Specifications, and unpublished
research by MBMA as the basis for establishing design, drafting, fabrication, and
quality criteria, practices, and tolerances. The Manufacturer's design, drafting,
fabrication and quality criteria, practices, and tolerances shall govern, unless
specifically countermanded by the contract documents.
4. Design structural mill sections and welded up plate sections in accordance with
the applicable sections, relating to design requirements and allowable stresses, of
the American Institute of Steel Construction's (AISC) "Specification for the
Design, Fabrication and Erection of Structural Steel for Buildings", ASD method
or LRFD method.
The ligh-gauge, cold -formed, steel structural members and coverings shall be
designed in accordance with the applicable sections, relating to design
requirements and allowable stresses, of the American Iron and Steel Institute
(AISI) "Specifications for the Design of Cold -Formed Steel Structural
Members".
B. Design Code: Design load application shall be in accordance with 2015 IBC code.
C. Dead Loads: The dead load shall be the weight of the Metal Building System and as
determined by the system manufacturer.
D. Collateral Loads: The collateral load shall be 10 psf. Collateral loads shall not be applied
to the roof panels.
E. Live Loads: The building system shall be capable of supporting a minimum uniform live
load of 20 psf.
F. Snow Loads: The design roof snow load shall be 45 psf based on Pg=59 psf; Ce=1.0;
Ct=1.1; Is= 1.0 and 0.7 for roof.
G. Wind Loads: The design wind speed for the metal building system shall be 3 -second gust
Vult=115 mph (Vasd=90mph), Exposure B; I=1.0.
H. Seismic Loads: Seismic load shall be determined based upon Site Class D; Sds=0.315g;
Shc=0.127g; I=1.0.
I. Deflection requirements shall be in accordance with the applicable provisions of the
AISC Steel Design Guide Series 3 — Serviceability Design Considerations for Low -Rise
Building.
Eagle County Facilities Workshop/Storage Building Metal Building Systems
133419-3
1.4
1.5
Permit movement of components without buckling, failure of joint seals, undue stress on
fasteners or other detrimental effects, when subject to temperature range expected for site
location.
K. Size and fabricate wall and roof systems free of distortion or defects detrimental to
appearance or performance.
L. Design roof structure and roof panel fastening for use of continuous snow retention
devices (S-5 Snow Retention System or equivalent). Snow retention system shall be a
Delegated Design service to be provided by the snow retention manufacturer
manufacturer. The metal building manufacturer shall be responsible for considering the
connection of snow retention devices to roof panels and connection of roof panels to the
structure, and the design the roofing system accordingly.
M. A 1 -inch thick thermal block will be used on all roof purlins. Wall girts will have a 1/8"
thick thermal tape. Design roof and wall systems to account for the thermal block
including, but not limited to:
1. Decrease in resistance to purlin rotation.
2. Fastener rotation and fatigue.
PERFORMANCE REQUIREMENTS
A. Conform to 2015 IBC code for submission of design calculations, reviewed shop and
erection drawings, and as required for acquiring permits.
B. Cooperate with regulatory agency or authority and provide data as requested authority
having jurisdiction.
SUBMITTALS
A. Product Data: Manufacturer's data sheets on each product to be used, including:
1. Preparation instructions and recommendations.
2. Storage and handling requirements and recommendations.
3. Installation methods.
B. Shop Drawings: Indicate assembly dimensions, locations of structural members,
connections, attachments, openings, and loads; wall and roof system dimensions, general
construction details, anchorages and method of anchorage, method or installation;
framing anchor bolt settings, sizes, and locations from datum, and foundation loads;
indicate welded connections with AWS A2.4 welding symbols; provide professional seal
and signature.
C. Submit anchor bolt placement plan and column reactions in advance of erection
drawings.
D. Samples: Submit one sample of metal panels for each color selected, 12x12 inch in size
illustrating color and texture of finish.
E. Bill of Materials: Bills of material shall be furnished.
Eagle County Facilities Workshop/Storage Building Metal Building Systems
133419-4
F. Welder's Certifications: Certification of welder qualifications shall be furnished as
specified by the Project Engineer
1.6 CLOSEOUT SUBMITTALS
A. Project Record Documents: Record actual locations of concealed components and
utilities.
1.7 QUALITY ASSURANCE
A. Perform Work in accordance with AISC S335, AISC S342L, AISC S344L, IAS AC472
and MBMA Low Rise Building Systems Manual.
1.8 QUALIFICATIONS
A. Manufacturer: The company manufacturing the products specified in this Section shall
have a minimum of five (5) years documented experience in the manufacture of steel
building systems. The manufacturing company shall be accredited under the International
Accreditation Service AC472 Program.
B. Erector: All products listed in this section are to be installed by a single installer with a
minimum of five (5) years demonstrated experience in installing products of the same
type and scope as specified.
C. Design structural components, develop shop drawings, and perform shop and site work
under direct supervision of Professional Engineer experienced in design of this Work and
licensed at Project location.
1.9 PRE -INSTALLATION MEETINGS
A. Convene minimum one week prior to commencing work of this section.
1.10 DELIVERY, STORAGE, AND HANDLING
A. Store products in manufacturer's unopened packaging until ready for installation. Long
term storage is NOT recommended.
1.11 WARRANTY
A. At project closeout, provide to Owner or Owners Representative an executed copy of the
manufacturer's standard limited warranty against manufacturing defect, outlining its
terms, conditions, and exclusions from coverage.
PART 2 PRODUCTS
2.1 PRE-ENGINEERED BUILDINGS
A. Manufacturers:
Eagle County Facilities Workshop/Storage Building Metal Building Systems
133419-5
To be determined.
2.2 MATERIALS
A. Primary Framing Steel:
1. Steel for hot rolled shapes must conform to the requirements of ASTM
Specifications A 36 or A 992, with minimum yield of 36 or 50 ksi.
2. Steel for built-up sections must conform to the requirements of ASTM A1011, A
529, A 572 or A 36 as applicable, with minimum yield of 42, 46, 50, or 55 ksi as
indicated by the design requirements.
3. Pipe must conform to the requirements of ASTM A 53 Grade B with a minimum
yield strength of 35 ksi.
4. Round Tube must conform to the requirements of ASTM A 500 Grade B with a
minimum yield strength of 42 ksi.
5. Square and Rectangular Tube must conform to the requirements of ASTM A 500
Grade B with a minimum yield strength of 46 ksi.
6. Steel for Cold -Formed endwall "C" sections must conform to the requirements of
ASTM A 1011 Grade 55, or ASTM A 653 Grade 50 with a minimum yield
strength of 55 ksi.
7. X -bracing as required by the purchase order will conform to ASTM A 36 for rod
and angle bracing or ASTM A 475 for cable bracing
B. Secondary Framing Steel:
1. Steel used to form purlins, girts and eave struts must meet the requirements of
ASTM A 1011 Grade 55, or ASTM A 653 Grade 50 with a minimum yield of 55
ksi.
C. Panels:
1. UL -580 Class 90, roll -formed acrylic coated Galvalume or pre -painted
Galvalume.
D. Finish:
1. Finish: Signature 300, fluoropolymer low -gloss coating system, produced with
KYNAR 500 or HYLAR 5000 resin or Signature 200, siliconized polyester
carrying a 25 year warranty. Architect may select either Signature 300 or
Signature 200 finished panels depending on color options.
E. Through -fastened panels:
1. 50 percent minimum aluminum -zinc alloy- coating and conform to ASTM A 792
with a minimum yield of 50 ksi.
F. Clips:
1. All clips shall have factory -applied mastic and designed so that movement
between the panel and the clip doe not occur.
G. Sealant and Closures:
1. Sidelaps: Factory applied, hot melt, foamable mastic - Q41A.
2. Endlaps, Eave, Ridge Assembly, and Gable Flashings: Field applied 100% solids
butyl -based elastomeric tape sealant, furnished in roll form or pre-cut to length.
Eagle County Facilities Workshop/Storage Building Metal Building Systems
133419-6
2.3
2.4
2.5
3. Outside Closures: Manufactured from the same materials as the roof panels.
4. Inside Closures: 18 -gauge Galvalume or galvanized coated metal.
COMPONENTS — PRIMARY FRAMING
A. Rigid Frame Clear Span: Primary frames shall be a welded rigid frame design, clear span
type, with asymmetrical gable roof and pinned base columns. Columns shall be either
tapered or straight. Girts shall be by-pass type. If required, column bases may be fixed in
lieu of pinned. End wall (Grid 13) on east end of building may be designed as End Frame.
Frame on Grid 9 may be designed as Rigid Frame Multi -Span. End wall (Grid 2) on west
end of building must be designed as Rigid Frame Clear Span for possible future
expansion of building.
B. Finish: Red Oxide Primer.
COMPONENTS — SECONDARY FRAMING
A. Purlins and Girts: Purlins and girts shall be cold -formed "Z" sections with stiffened
flanges. Flange stiffeners shall be sized to comply with the requirements of the latest
edition of AISI and LGSI. Purlin and girt flanges shall be unequal in width to allow for
easier nesting during erection. They shall be pre -punched at the factory to provide for
field bolting to the rigid frames. They shall be simple or continuous span as required by
design. Connection bolts will install through the purlin webs, not purlin flanges.
B. Purlin Spacing: Design 3-, 4-, 5- or 6 -foot purlin spacing to match standard insulation
widths.
C. Brace Clips: Locate flange brace attachments on the bottom of the purlin for ease of
installation of the continuous vapor retarder.
D. Base Channel: Use `C' girts at the foundation.
E. Base Framing: Base members shall be cold -formed channels.
F. Finish: Red Oxide Primer.
COMPONENTS - ROOF PANELS
A. Standing Seam Panel: Shall be equivalent of MBCI Batten -Lok HS style panel with
concealed fastening system.
1. Gauge: 24.
2. Dimensions: 16 inches wide x 2 inches deep.
3. Finish: Signature 300, fluoropolymer low -gloss coating system, produced with
KYNAR 500 or HYLAR 5000 resin or Signature 200 carrying a 25 year
warranty in a non -custom color (exact color to be determined by architect). .
Architect may select either Signature 300 or Signature 200 finished panels
depending on color options.
Eagle County Facilities Workshop/Storage Building Metal Building Systems
133419-7
2.6
2.7
2.8
COMPONENTS - WALL PANELS
A. Exterior Wall Panel shall be equivalent of MBCI 7.2 through -fastened panel with ribs at
f7.2" on -center.
1. Gauge: 24.
2. Dimensions: 36 inches wide x 1 1/2 inches deep.
3. Finish: Signature 300, or equivalent, fluoropolymer low -gloss coating system,
produced with KYNAR 500 or HYLAR 5000 resin carrying a 25 year warranty
in non -custom color (exact color to be determined by architect).
B. Overhang Soffit Panels: Shall be equivalent of MBCI Artisan Series L12 concealed
fastener panel with flat pan.
1. Gauge: 24.
2. Dimensions: 12 inches wide x 1 inch deep.
3. Finish: Signature 300, or equivalent, fluoropolymer low -gloss coating system,
produced with KYNAR 500 or HYLAR 5000 resin carrying a 25 year warranty
in non -custom color (exact color to be determined by architect).
C. Pipe Flashings: Aluminum base with EPDM boot. The base flange must bend to form a
seal with surface irregularities or roof pitch.
D. Insulation: See Section 072116.
E. Joint Seal Gaskets and Closure Strips: Manufacturer's standard type, same profile as
panels.
F. Sealant: Manufacturer's standard type, non -staining.
G. Trim, Closure Pieces, Caps, Flashings, Facias Infills: 24 gauge sheet steel in matching
color; brake formed to required profiles. Flashing and/or trim shall be furnished at eaves,
rake, corners, base, framed openings, and wherever necessary to seal against the weather
and provide a finished appearance.
H. Eave gutter and downspout in matching color (gutter to roof eave, downspout to wall
panel). Gutters shall be box -shaped with face profile shaped to match rake trim.
Downspouts shall be rectangular -shaped, and shall have a 45 -degree elbow at the bottom.
Gutter and downspout shall be properly sized for area of roof served and rainfall
intensity.
COMPONENTS - METAL DOORS AND FRAMES
A. See Section 08110.
COMPONENTS - OVERHEAD DOORS
A. See Section 08360.
Eagle County Facilities Workshop/Storage Building Metal Building Systems
133419-8
2.9 COMPONENTS - WINDOWS
A. See Section 08505.
2.10 FABRICATION -FRAMING
A. General:
1. Shop fabricate all framing members for field bolted assembly. The surfaces of
the bolted connections must be smooth and free from burrs or distortions.
2. Shop connections must conform to the manufacturer's standard design practices
as defined in this section. Certification of welder qualifications will be furnished
when required and specified in advance.
3. All framing members must carry an identifying mark.
4. Fabricate members in accordance with AISC Specification for plate, bar, tube, or
rolled structural shapes
B. Primary Framing:
1. Plates, Stiffeners and Related Members.: Factory weld base plates, splice plates,
cap plates, and stiffeners into place on the structural members.
2. Bolt Holes and Related Machining: Shop fabricate base plates, splices and
flanges to include bolt connection holes. Shop fabricate webs to include bracing
holes.
3. Secondary structural connections (purlins and girts) to be ordinary bolted
connections, which may include welded clips.
4. Manufacturer is responsible for all welding inspection in accordance with the
manufacturer's AISC - MB category and IAS certifications.
C. Zee Purlins: Fabricate purlins from cold -formed "Z" sections with stiffened flanges. Size
flange stiffeners to comply with the requirements of the latest edition of AISI.
D. Girts: Girts must be simple or continuous span as required by design.
E. Bracing:
1. Diagonal Bracing will be furnished to length and equipped with hillside washers
and nuts at each end. It may consist of rods threaded each end or galvanized
cable with suitable threaded end anchors. If load requirements so dictate, bracing
may be of structural angle and/or pipe, bolted in place.
2. When diagonal bracing is not permitted in the sidewall, a rigid frame type portal
or fixed base column will be used.
3. The compression flange of all primary framing must be braced laterally with
angles connecting to the bottoms chords of purlins or to the webs of girts so that
the flange compressive stress is within allowable limits for any combination of
loading.
F. Anchor Bolts: Formed with bent shank, assembled with template for casting into
concrete.
G. Provide framing for door, window, and louver openings.
Eagle County Facilities Workshop/Storage Building Metal Building Systems
133419-9
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify foundation, floor slab, mechanical and electrical utilities, and placed anchors are
in correct position.
B. Do not begin installation until substrates have been properly prepared.
3.2 PREPARATION
A. Clean surfaces thoroughly prior to installation.
B. Prepare surfaces using the methods recommended by the manufacturer for achieving the
best result for the substrate under the project conditions.
3.3 ERECTION - FRAMING
A. Erect framing in accordance with AISC Specification and in accordance with
manufacturer's instructions.
B. Provide for erection and wind loads. Provide temporary bracing to maintain structure
plumb and in alignment until completion of erection and installation of permanent
bracing.
C. Set column base plates with non -shrink grout to achieve full plate bearing.
D. Do not field cut or alter structural members without approval of Engineer.
E. After erection, prime welds, abrasions, and surfaces not shop primed.
3.4 ERECTION - WALL AND ROOFING SYSTEMS
A. Fasten cladding system to structural supports, aligned level and plumb.
B. Sealer tape to be installed continuously at all side laps and end laps.
C. Side lap fasteners to be spaced 16" o.c. maximum.
D. Closures factory formed to the panel profile to be field installed where necessary to
weathertight the panel system.
E. Panels are to be square with building and aligned using marks at the eaves, ridge, and
base. Corrugations of roof panels at ridge to align with corrugations on opposite side of
the ridge.
F. Use exposed fasteners. Do not over or under torque fasteners.
G. Install sealant and gaskets to prevent weather penetration.
Eagle County Facilities Workshop/Storage Building Metal Building Systems
133419-10
3.5 ERECTION - ACCESSORIES
A. Install door frames, doors, overhead doors, windows and glass, and louvers.
B. Seal wall and roof accessories watertight and weather tight with sealant.
END OF SECTION
Eagle County Facilities Workshop/Storage Building Metal Building Systems
133419-11
LOLED'"
Always the Right Choice!
DESCRIPTION
Project
Catalog #
L-Grid2 is an LED troffer luminaire designed for installation in 2 -foot by 2 -foot conventional suspend-
ed grid ceilings for new construction or retrofit projects. Featuring superior, evenly dispersed lighting
that sets the standard in performance for solid state ceiling luminaires, L-Grid2 can also significantly
reduce the number of fixtures needed to light a given area. Custom fixture and power supply kit
design allows for quick and easy installation, reducing costly labor time. The superior thermal design
will extend both the life of the fixture and power supply. And by still emitting 70% of the original light
output after more than 173,000 hours*, L-Grid2 will last many years without the need for costly
replacement or maintenance.
FEATURES
• Phenomenal light output using only 45 Watts
• Sealed, type Non -IC fixture
• Class 2 compliant design (low voltage, limited power)
• L70 lifetime of more than 173,000 hours"
• Fixture dimmable via Mark 7 (0-10V) dimming interface
• 5 -year warranty
CERTIFICATION
• UL Listed (UL 1598, file #: E344008)
• DesignLights Consortium qualified
• NSF approved
• CEC approved
• C -Tick certified
• LM -79 available
FIXTURE ORDERING INFORMATION
Fv H.- (.TR9-99-Sn-n
GTR2
22
Dimensions (in)
0
Series
Size
Color Temp (K)
Diffuser
GTR2
22 2' x 2'
35 3500K
0 Standard
PUB
UNV4
40 4000K
50 5000K
POWER SUPPLY INFORMATION
u 4L us NSF m C
LWED N300fi3
001L= ca � Uo2
Troffer Luminaire
2' x 2' Troffer, Medium Flux
45 W / 4250 Lumens
ENERGY DATA
CCT (IQ
Input Voltage (VAC)
System Level Power (Vu)**
Delivered Lumens (Lm)
System Efficacy (LmPM**
Color Rendering Index
L70 Calculated Life (Hrs)*
L85 Calculated Life (Hrs)*
Operating Temp (°C)
3500 4000/5000
120-277
45
4000
89
80 min
173,000
79,000
-30 to 50
120-277
45
4250
94
80 min
173,000
79,000
-30 to 50
US LED product 'Lifetimes'refer only to the LED light engine, not the
power souroe, and are based on the Illuminating Engineering Society's
TM21 methodology based on 25°C177°F ambient temperature. The lifetimes
are solely meant to be a guide for expected LED degradation and not a
warranty or predictive of their actual life, which can be affected by ambient
temperatures and other factors.
'* Measured at 277VAC
SPECIFICATIONS
Dimensions (in)
Series
Type
Drive
Net weight
15 lbs
Current
PUB
UNV2
1670
PUB
UNV4
1670 - Battery Backup
u 4L us NSF m C
LWED N300fi3
001L= ca � Uo2
Troffer Luminaire
2' x 2' Troffer, Medium Flux
45 W / 4250 Lumens
ENERGY DATA
CCT (IQ
Input Voltage (VAC)
System Level Power (Vu)**
Delivered Lumens (Lm)
System Efficacy (LmPM**
Color Rendering Index
L70 Calculated Life (Hrs)*
L85 Calculated Life (Hrs)*
Operating Temp (°C)
3500 4000/5000
120-277
45
4000
89
80 min
173,000
79,000
-30 to 50
120-277
45
4250
94
80 min
173,000
79,000
-30 to 50
US LED product 'Lifetimes'refer only to the LED light engine, not the
power souroe, and are based on the Illuminating Engineering Society's
TM21 methodology based on 25°C177°F ambient temperature. The lifetimes
are solely meant to be a guide for expected LED degradation and not a
warranty or predictive of their actual life, which can be affected by ambient
temperatures and other factors.
'* Measured at 277VAC
SPECIFICATIONS
Dimensions (in)
23.7 x 23.7 x 3.8
Units/carton
1
Net weight
15 lbs
Environmental Rating
Dry
0
Specifications and dimensions subject to change without notice. DATASHEET 05.30.2014
& L/THOVIA L/GHT/NG°
FEATURES & SPECIFICATIONS
INTENDED USE
Combination emergency lighting unit and exit. Suitable for illuminating the path of egress and for marking
the means of egress in accordance with Life Safety Code NFPA 101. Certain airborne contaminants
can diminish the integrity of acrylic and/or polycarbonate. Click here for Acrylic -Polycarbonate
Compatibility table for suitable uses.
CONSTRUCTION
Injection -molded, flame-retardant, high -impact, thermoplastic housing with snap -fit design components
for easy installation. Universal J -box pattern. Universal chevrons are easily removed for directional indication.
Fully assembled single face with extra faceplate for easy field -conversion to double face. Track and swivel
arrangement permits full range of lamp adjustment.
Letters 6' high with 3/4" stroke, with 100 ft viewing distance rating, based on UL924 standards.
OPTICS
The typical life ofthe LED lamp is 10 years. Two 1W LED lamps for emergency light.
ELECTRICAL
Dual -voltage input 120Vor277VAC; 9.6Voutput. Emergencycombo provided with testswitch, status indica-
torand rechargeable battery. Maintenance -free nickel -cadmium battery provides 90 minutes of emergency
power. High output (HO) option provides up to 3W of LED remote capacity.
INSTALLATION
Top, back or end mounting capability (canopy included).
LISTINGS
UL Listed. Meets UL 924, NFPA 101, NFPA 70 -NEC and OSHA illumination standards. Indoor damp location
32°F to 122°F (0°C to 50°C) listed standard.
WARRANTY
2 -year limited warranty. (Battery is prorated.) Complete warranty terms located at
www.acuitybrands.com/CustomerResources/Terms and conditions.as xx
All life safety equipment, including emergency lighting for path of egress must be maintained, serviced, and
tested in accordance with all National Fire Protection Association (NFPA) and local codes. Failure to perform the
required maintenance, service, ortesting could jeopardize the safety of occupants and will void all warranties.
NOTE: Actual performance may differ as a result of end-user environment and application.
All values are design or typical values, measured under laboratory conditions at 25°(.
Specifications subject to change without notice.
ORDERING INFORMATION
Catalog
Number
Notes
M
Contractor Select
LED Exit/Unit Combos
EXIT'
ECR LED
20" 4-1n^
(so.a) (11.4),1
1i
9.
(22.9) O T> O 8"
<EXITf20.3)
1
tri
(30.5) Z^
All dimensions are inches (centimeters). (5.2)
Shipping weight: 3.61bs. (1.6 kgs.).
ECR LED HO M6 784231874561 Red, high output 120/277 3.8 108 6
ECG LED HO M6 784231874615 Green, high output 120/277 3.2 108 6
Accessories: Order as separate catalog number.
ELAWG3
Standard
Catalog
Supply
Input
Pallet
Carton
Number
Description Voltage
Wattage
Qty.
Qty.
ECR LED M6 784231874516
Red 120/277
3.8
108
6
ECG LED M6 784231874592
Green 120/277
3.2
108
6
ECR LED HO M6 784231874561 Red, high output 120/277 3.8 108 6
ECG LED HO M6 784231874615 Green, high output 120/277 3.2 108 6
I'A L/THON/A LIGHT/NG°
AnS-McuityBrands Company
Notes
1 See spec sheet ELA-WG.
2 See spec sheet LED -Remote Lamps.
3 Only available with HO option.
LED -EXIT -UNITS -COMBOS
CONTRACTOR SELECT / EMERGENCY: One Lithonia Way Conyers, GA 30012 Phone: 800.334.8694 www.lithonia.com 0 2011-2017 Acuity Brands Lighting, Inc. All rights reserved. Rev. 02/28/17
Accessories: Order as separate catalog number.
ELAWG3
Wireguard (back mount only)'
ELA LED M12
Single remote lam
ELA LED M12
Double remote lampz-'
ELA LED WP M12
Single, weather-proof remote lamp'-'
ELA LED TWPM12
Double, weather-proof remote lamp','
I'A L/THON/A LIGHT/NG°
AnS-McuityBrands Company
Notes
1 See spec sheet ELA-WG.
2 See spec sheet LED -Remote Lamps.
3 Only available with HO option.
LED -EXIT -UNITS -COMBOS
CONTRACTOR SELECT / EMERGENCY: One Lithonia Way Conyers, GA 30012 Phone: 800.334.8694 www.lithonia.com 0 2011-2017 Acuity Brands Lighting, Inc. All rights reserved. Rev. 02/28/17
OrA L/THON/A L/GHT/NG`
FEATURES & SPECIFICATIONS
INTENDED USE—Ideal one-for-one replacementofconventional HID and fluorescent high bay systems. Appli-
cations include warehousing, manufacturing, gymnasiums, and otherlarge indoorspaceswith mounting heights
upto60'.Certainairbornecontaminantscandiminishtheintegrityofacrylicand/orpolycarbonate.
Click here for Acrylic -Polycarbonate Compatibility table for suitable uses.
CONSTRUCTION —Lightweight aluminum heat sink designed to perform in ambient temperatures up to 55 °
(with lumen droop lessthan fluorescent due to precision thermal engineering for maximum naturally convective
cooling. Structural elements such as the channel and end caps are fabricated from steel for maximum rigidity.
Hard -tooled reflectors, utilizing reflective Alanod® MIRO-5® aluminum, for precise and repeatable photometry.
Semi -diffuse lens optional to provide glare control — may be inverted for gloss or matte side down. Wireguard
attachment points provided.
OPTICS— Narrow and wide distributions availableto meet both horizontal and vertical light level require-
ments. Reflectors feature precision -formed optics utilizing reflective Alanod® MIRO-5® aluminum to achieve
narrow distribution and white polyester powder coatto achieve wide distri bution. Semi -diffuse lensoptional
to provide glare control and LED protection.
ELECTRICAL — L95 at 60,000 hours (only 5% loss) with a predicted life of more than 100,000 hours. Utilizes
a 90°C case temperature driver for maximum life at high temperatures. 0.90 power factor and 10kA/10kV level
ofsurge protection is standard. Available as 120-277V or 347-480V input.
0-10V dimming standard for a dimming range of 100% to 10%; dimming source current is 150 microA.
WIRELESS NETWORKING — XPoint' Wireless technology creates a mesh network to ensure commu-
nication between fixtures, sensors and wall stations facility -wide. This option provides superior lighting
management capabilities including granular control, configuration and custom grouping for increased
energy savings.
INSTALLATION — Suitable for suspension by chain, cable, surface -mounting bracket, hook monopoint
or single (pendant) monopoint. Surface mounting not recommended without optional surface mounting
bracket. To maintain high ambient listing, fixture should be mounted at a minimum plenum height of24".
LISTINGS — CSA certified to US and Canadian safety standards. Damp location listed. Suitable for ambient
temperatures from -40°F (-40°C) to 131°F (55°C) when suspended 24" from ceiling. Patent pending.
DesignLights Consortium® (DLC) Premium qualified product and DLC qualified product. Not all versions of
this product may be DLC Premium qualified or DLC qualified. Please check the DLC Qualified Products List at
www.designlights.ora/QPL to confirm which versions are qualified.
WARRANTY— 5 -year limited warranty. Complete warranty terms located at:
www.acuitybrands.com/CustomerResources/Terms and conditions.asp
Note: Actual performance may differ as a result of end-user environment and application.
All values are design ortypical values, measured under laboratory conditions at 25 °C.
Specifications subject to change without notice.
INDUSTRIAL
Catalog
Number
Notes
Type
FIXTURE TYPE F
I'll•BEAM® LES
Unlensed (standard)
48-6UL pICTUrea
%i 4,Aa�E
Capable Luminaire
LED High Bay
IBL
Patent Pending
This item is an A+ capable luminaire, which has been designed and tested to provide
consistent color appearance and out-of-the-box control compatibility with simple
commissioning.
• All configurations of this luminaire meet the Acuity Brands'specification for
chromatic consistency
• This luminaire is part of an A+ Certified solution for Aight® or XPoint'" Wireless
control networks marked by a shaded background*
To learn more about A+, visit www.acuitybrands.com/aplus.
*See ordering tree for details
IBL
Page 1 of
IBL LED High Bay
+ A+ Capable options indicated
by this color background.
CEEMMMLLead times will vary depending on options selected. Consult with your sales representative. Example: I BL I 5L WD LP740
IBL
CS1WIMP
Straight plug, 120V1,1,21
CS3WIMP
Twist -lock, 120V 8.9.22
CS7WIMP
Straight plug, 277V1,1,11
CS11WIMP
Twist -lock, 277V 1,1,21
Series
Twist-lock347V','•22
L
600V SO white cord, no plug
Distribution
ens I Voltage
Color temperature
IBL
MSIIMP
12L 12,000 lumens
MS1360IMP
WD
Wide
(blank) Noshielding (blank) MVOLT;120-277V
LP735
70 CRI, 3500KCCT
15L 15,000 lumens
NO
Narrow
SD125 Semi -diffuse acrylic HVOLT 347V -480V
LP740
70 CRI, 4000KCCT
24L 24,000 lumens
120 120V
LP750
70 CRI, 5000KCCT
30L 30,000 lumens'
277 277V
LP835
80CR1,3500KCCT
48L 48,000 lumens'
LP840
80CRI, 4000K CCT
60L 60,000 lumens'
LP850
80 CRI, 5000KCCT
Opti
Finish
GLR
Internal fast -blow Cord sets:'
Controls:
(blank) Glosswhitewith
fuses' CS1W
Straight plug,
LCOZU
Aisle motion sensor, pre -wired '•" 1'
textured dark
OUTCTR
Wiring leads120V
pulled through
10
LCHOSZU
Aisle motion sensor, pre -wired; programmable dimming s
gray accents
DWH Gloss white
CS3W
backcenterof
Twist -lock,
120V o
LCPZU
Aisle motion sensor with photocell;prewired',',"
fixture
(S7W
Straight plug,
LAOZU
360° motion sensor, pre -wired 2,11,12
OCS
RELOC® OnePass*
2771111LAHOSZU
5' installed'
360° motion sensor, pre -wired; programmable dimming 1.11.12
IMP
Integrated modu- C511W
Twist -nock'
277V
LAPZU
360° motion sensorwith photocell, pre -wired'•»,,'
lar lu n5
p g CS25W
Twist -lock,
MSE360
360° motion sensor, embedded, high bay 2,12,1'
RRL
R ready
luminaire. See
347V11
MSE360LB
360° motion sensor, embedded, low bay"2s
page 5 for order- CS97W
Twist -lock,
MS16XADL DSCXADL 360° Xpoint wireless motion sensor with photoce ll2•11•'2
ing information a
480V10
LAMOSZU
360 motion sensor, dimming and switching photocell, pre -wired (T24 compliant) 2,»,,s
12412
IOTA emergency CS93W
600 SO white
cord, no plug
LCMOSZU
Aisle motion sensor, dimming and switching photocell, pre -wired (T24 compliant)
LED battery pack
for 32°F to 1041
(no voltage
nPP16D
nLight®switching/dimming module',,"
'
WC to 40°C)
required)
nMSI
nLight®, aisle motion sensor, pre -wired 2•12.15
ambients'
nMS136O
nLight®,360° motion sensor, pre -wired 2.12.16
WGX
Standard wire8
nMSID
nLight®, aisle motion sensor w/dimming, pre -wired 2,11,11
guard, installed
nMS1360D
nLight®,360°motion sensorw/dimming, pre -wired s•"'$
XPW
XPoint'' wireless 0-10Vrelay '"
Accessories: Orderasseparatecatalog numb
er.
Mounting:
IBAC120 M20 Aircraft cable 10' with hook (one pair)
IBAC240 M20 Aircraft cable 20' with hook (one pair)
IBHMP Hook monopoint
ZACVH Aircraft 1C'Vhanger (one pair)
20
IBLPMP Pendant monopoint splice box, includes side covers for use with 12-30L
IBLPMPHB Pendant monopoint splice box, includes side covers (3/4" hub)for use with 12-30L
IBLPMP48 Pendant monopoint splice box, includes side covers for use with 48L and 60L
IBLPMPHB48 Pendant monopoint splice box, includes side covers (3/4" hub) for use with 48L and 60L
HC36 Hanger chain, 36" (one pair) 11
THUN Tong hanger bracket (order 2 per fixture) 1,21
Cord sets and sensors for IMP option:
CS1WIMP
Straight plug, 120V1,1,21
CS3WIMP
Twist -lock, 120V 8.9.22
CS7WIMP
Straight plug, 277V1,1,11
CS11WIMP
Twist -lock, 277V 1,1,21
CS25WIMP
Twist-lock347V','•22
CS93WIMP
600V SO white cord, no plug
(no voltage required) 8.12
CS97WIMP
Twist-Iock48OV1,1,1
MSIIMP
Aislesensors,2z
MS1360IMP
360' sensor
Field -installable door and lens assemblies:
DLIBLSDI25 Semi -diffuse acrylic lens for use
12-30L
DLIBL48SD125 Semi -diffuse acrylic lens for use
with 48L and 60L
Wire guards:
WGIBL Wire guard for use with 12-30L8
WGIBL48 Wire guard for use with 48L
and 60L 8
See footnotes on next page.
INDUSTRIAL IBL
Page 2 of 8
IBL LED High Bay
Notes
1 Fixtures more than 24" wide can interfere with the operation of some fire sprinkler systems. Verify specific
installation requirements with local fire official and insurance carrier. Emergency battery packs are not
available with 48L or 60L.
2 Specify voltage.
3 Not available with 347 voltage.
4 Must befacto ry-installed.
5 Must have"IMP" power cord to power fixture.
6 Requires RelocRRLcompatiblecable topower fixture.
7 Must specify voltage. 120V or 277V on I y. Not available with cordsetw/plug or OUTCTRoption. Not avail-
able with 48L or 60L lumen packages.
8 SD125 lens option recommended when wire guard is used.
9 All cord sets are 18/3, 6, white.
10 Cord sets are voltage specific. Specify voltage. Other configurations available. Consultfactory.
11 Other configurations available, see page four for additional options.
12 Sensors are rated for 14°F( -10°C) to 122°F(50°C) operation.
13 Not available with battery pack. Not field installable.
14 Available 120 or 277V only. Not for use with THUN.
15 nMSl option utilizes a nPP16 and a nCMB 50, CAT5e cable also included. Available 120 or277Vonly.
16 nMS1360 option utilizes a nPP16 and a nCMB 6, CATSe cable also included. Available 120 or277Vonly.
17 nMSlD option utilizes a nPP16D and a nCMB 50, CAT5e (able also included. Available 120 or 277V only.
18 nMS1360D option utilizes a nPP16D and a nCMB 6, CAT5e cable also included. Available 120 or277Vonly.
19 XPW option utilizes XPA CMRBO.
20 Not for use with 48L or 60L.
21 95°F (35°C) maximum ambient temperature when using the THU N. Not for use with N PP16D.
22 Must have IMP option on fixture.
DIMENSIONS
Dimensions may vary with options or accessories.
24L and 30L utilize two drivers wired inboard/outboard
48L and 60L (notshown) utilize four drivers wired inboard/outboard
2-15/16
(7.6)
12L -30L
12L, 24L and 48L lumen packages 15L, 30L and 60L lumen packages
To create the 12L, 24L and 48L lumen packages, the PCBA (LED board) is depopulated from the endcaps
inward. The first LED is 5-1/2" from the end capon those units, compared to 1-1/8" on the 151, 30L and
60L product.
and 30L HAS 12L and
OWS OFLEDs 2ROWS
48L AND 60L (NOT sr
HAVE 8 ROWS OF L
22-9/16
157.3)
2-9/16
6.5)
2-7/8
(7.31
0
0
0
0
0
+ + 1-112 — O O+
13.8) —11
15-7/8
(49.3)
3-1/16
(7.6)
0 0
45-1/8
o
(114.6)
12L -30L
INDUSTRIAL
12L and 15L utilize one driver
Shown with optional pendant monopoint.
1-1/16
(2.7) 2-1/8
2-15/16 15.41
7.4
48L -60L
45-1/8
(114.6)
o
0
0
0
0
o— — — — — — O .— — — — —• O.O
'—,— — —•—•— •=•—,— — —,—
31-5/1(
(79.5)
o
o
48L -60L
IBL
Page 3 of 8
IBL LED High Bay
OPERATIONAL DATA
Lumen
Ambient rating
Ambientrating
50,000
Delivered lumens
Delivered lumens
Lumen
Lumen
277V
347V 480V
12L
Distribution
95
98
multiplier @1047(40°C)
multiplier @1047(40°C)
package
(120V -277V)
(347V/480V)
2-1amp T51-10
70CRI5000K
80CRI5000K
122
126
125
45 (114.3)
15-3/4 (40.0)
3-1/4(8.3)
12.5 lbs. (5.7 kg)
4-lampT8, 250W HID
ambient temperature
ambient w/ SD125 lens kit
192
40°F to 131°F
-407 to 1047
ND
12,492
10,862
0.97
0.88
12 L
(-40°( to 55°()
(-40°C to 40°C)
WD
12,968
11,276
0.97
0.88
17.5 lbs. (7.9 kg)
40°F to 1311
-40°F to 1041
ND
15,897
13,824
0.97
0.87
15L
(-40°( to 55°O
(-40°C to 40°C)
WD
16,500
14,352
0.97
0.87
480
407 to 1317
-40°F to 1047
ND
24,983
21,725
0.97
0.88
24L
(-40°C to 55°C)
(-40°C to 40°C)
WD
25,938
22,554
0.97
0.88
401 to 1311
-401 to 1041
ND
31,798
27,650
0.97
0.87
30L
(-40°C to 55°C)
(-40°C to 40°C)
WD
33,012
28,706
0.97
0.87
401 to 131°F
-40°F to 104°F
ND
49,975
43,082
0.97
0.88
48L
(-40°C to 55°O
(-40°C to 40°C)
WD
51,876
45,110
0.97
0.87
407 to 1317
-40°F to 104°F
ND
63,594
55,300
0.97
0.87
60 L
(-40°C to 55°C)
(-40°C to 40°C)
WD
66,025
57,413
0.97
0.87
CHARACTERISTICS
Lumen
package
1 0 10,000
Wattage
50,000
Length Width Depth
Dimensions are shown in inches (centimeters)
unless otherwise noted.
Weight
without Lens
(Lens kit adds
approx.71bs.)
Comparable light source
120V
277V
347V 480V
12L
100
95
98
97
45 (114.3)
15-3/4 (40.0)
3-1/4(8.3)
12.51bs. (5.7 kg)
2-1amp T51-10
15L
125
122
126
125
45 (114.3)
15-3/4 (40.0)
3-1/4(8.3)
12.5 lbs. (5.7 kg)
4-lampT8, 250W HID
24L
197
192
198
197
45 (114.3)
15-3/4 (40.0)
3-1/4(8.3)
17.5 lbs. (7.9 kg)
4 -lamp T51-10, 6-lampT8, 400W HID
30L
245
241
248
246
45 (114.3)
15-3/4 (40.0)
3-1/4(8.3)
17.5 lbs. (7.9 kg)
6 -lamp T51-10, 8 -lamp T8
48L
394
388
400
396
45 (114.3)
31-1/3 (79.5)
3-1/4(8.3)
35 lbs. (15.9 kg)
8-IampT5H0, 750 HID
60L
489
471
485
480
45 (114.3)
31-1/3 (79.5)
3-1/4(8.3)
35 lbs. (15.9 kg)
10-IampT51-10,1000W HID
PROJECTED LUMEN MAINTENANCE
Operating hours
1 0 10,000
20,000 25,000 35,000
50,000
60,000 75,000
100,000
Lumen maintenance factor
I 1 0.98
0.98 0.97 0.96
0.96
0.95 0.94
0.93
LUMENS VS. AMBIENT TEMPERATURE
Ambient °C
Ambient °F
Lumen multiplier
0
32
1.02
5
41
1.015
10
50
1.01
15
59
1.008
20
68
1.005
25
77
1
30
86
0.995
35
95
0.985
40
104
0.98
45
113
0.97
50
122
0.965
55
131
0.96
PHOTOMETRICS
See www.lithonia.com.
INDUSTRIAL IBL
Page 4 of 8
IBL LED High Bay
LSXR - Fixture Mount Sensor (see www.sensorswitch.com for additional information)
Four interchangeable lenses.
Integrated mounting bracket drops lens down 3" from chase nipple.
Single or dual relayversions— designed with robust protection from the harsh switching requirements of T5 and LED loads.
Photocell and 0-10VDC dimming options.
No PIR field calibration or sensitivity adjustments required.
LSXR configuration
Comparable CMRB sensor
Old style sensor nomenclature
For shortest lead times use one of the following LSXR configurations
LCOZU
CMRB 50
MSI
LCHOSZU
CMRB50D
MSID
LCPZU
CMRB 50 P
MSIPED
LAOZU
CMRB 6
MS1360
LAHOSZU
CMRB6D
MS1360D
LAPZU
CMRB 6 P
MS1360PED
SELECTIONS BELOW WILL EXTEND ORDER LEAD TIME.
CONSULTYOUR SALES REPRESENTATIVE FOR DETAILS.
SINGLE RELAY
r M r r Mr Lead times will vary depending on options selected. Consult with your sales representative. Example: LAHOSZU
DUAL RELAY (Available with 120, 277, and 347V only)
r r M r Z ' r Lead times will vary depending on options selected. Consult with your sales representative. Example: LA2KZU
Operating mode
Temp/Humidity
Default time delay
L LSXR passive infrared
A High mount, 360°
2 Dual relay
1 None
Z None
Series
Lens o tior
Dimming/Photocell
0
None'
Max.
0
dim level
1OVDC
Min.
S
dim level
Minimum dimming
Temp/Humidity
Z None
Defaulttime
1
delay
30 seconds
L LSXR passive
A High mount, 360°
infrared indoor
B Low mount, 360°
H
High/low occupancy operation
9
9 VDC
level of ballast
T Low
D
2.5 minutes
occupancy sensor
C High mountaisleway
P
Switching photocell(on/off)
8
8 VDC
1
1 VDC
temperature
p
X
5 minutes
V 15 minutes
M
Dimming and switching
7
7 VDC
2
2 VDC
R
7.5 minutes
Y 30 minutes
photocell
3
3 VDC
U
10 minutes (with minimum
G
Dimming and switching
4
4 VDC
15 minutes on time)
photocell with high/low
5
5 VDC
V
15 minutes
occupancy operation
6
6VDC
W
20 minutes
Y
30 minutes
DUAL RELAY (Available with 120, 277, and 347V only)
r r M r Z ' r Lead times will vary depending on options selected. Consult with your sales representative. Example: LA2KZU
Example: LENS 50 J100
Replacement lenses: Orderos separate catalog number.
Series Lenstvoe Package quantity
Lens 6 High mount 360° U Unit
10 Low mount 360° 110 10 -pack
50 High mountaisleway J100 100 -pack
INDUSTRIAL
Notes
1 Dimming level fields not required when this option is chosen.
IBL
Page 5 of 8
Operating mode
Temp/Humidity
Default time delay
L LSXR passive infrared
A High mount, 360°
2 Dual relay
1 None
Z None
1 30 seconds
indoor occupancy sensor
B Low mount, 360°
K Alternating off relays (promotes even lamp wear)
T Lowtemperature
D 2.5 minutes
C High mountaisleway
0 Alternating off relaysw/photocell
X 5minutes
P Switching photocell(on/off)
R 7.5 minutes
E Photocell on/off (pole 1 only)
U 10 minutes (with minimum
F Photocell on/off- both poles (dual set -point)
15 minutes on time)
V 15 minutes
W 20 minutes
Y 30 minutes
Example: LENS 50 J100
Replacement lenses: Orderos separate catalog number.
Series Lenstvoe Package quantity
Lens 6 High mount 360° U Unit
10 Low mount 360° 110 10 -pack
50 High mountaisleway J100 100 -pack
INDUSTRIAL
Notes
1 Dimming level fields not required when this option is chosen.
IBL
Page 5 of 8
IBL LED High Bay
LSXR COVERAGE PATTERNS
HIGH MOUNT 3600 LENS (#6)
• Best choice for 15 to 45 ft (4.57 to 13.72 m)
mounting heights
• 15 to 20 ft (4.57 to 6.10 m) radial coverage
overlaps area lit by a typical high bay fixture LOW VIEW
• Excellent detection of large motion (e.g. walk- oft o m
ing) up to a 35 ft (10.76 m) mounting height
• Excellent detection of extra large motion (e.g.
forklifts) up to a 45 ft (13.72 m) mounting 15 4.6
height 6 3 0m 3 6
20 10 0 ft 10 20
HIGH MOUNT AISLEWAY LENS (#50)
• Provides a bi-directional coverage pattern
ideal for warehouse racking
• 1.2x mounting height equals approximate
detection range in either direction
• Typical 40 ft (12.19 m) mounting detects
50 ft (15.24 m) in either direction
• Superior aisleway coverage compared to a
masked 3600 lens
LOW MOUNT 3600 LENS (#10)
SIDE VIEW
Oft Om
10 3
20 6
30 9.1
40 12.2
15.2 7.6 0 m 7.6 15.2
50 25 0 ft 25 50
HIGH VIEW
Om Oft
4.6 15
9.1 30
13.7 145
9.1 6 3 Om 3 6 9.1
30 20 10 Oft 10 20 30
• Best choice for large motion detection (e.g. 85 28
walking)
• 360° conical shaped pattern SIDE VIEW TOP VIEW 4.3 14
• Provides -24 ft (7.32 m) radial coverage oft Om
(2000 ftZ) when mounted at 9 ft (2.74 m) 0 m 0 ft
• 7 to 15 ft (2.13 to 4.57 m) mounting heights
provide 16 to 36 ft (4.88 to 10.97 m) radial 9 27
8.5 6.4 4.3 2.1 0 m 2.1 4.3 6.4 8.5 4.3 14
coverage
• Detection range improves when walking 28 21 14 7 Oft 7 14 21 28 8.5 28
across beams compared to into beams
INDUSTRIAL IBL
Page 6 of 8
IBL LED High Bay
IMP - Integrated Modular Plug
The integrated modular plug (IMP) option allows the installer to plug and playa multitude of accessories.
Cord sets connect quickly to any fixture with IMP option.
IMP accessories include occupancy sensors, photocells, X -point relays.
IMP compatible sensors
IMP compatible sensors'
CSIWIMP
Straight plug, 120V
CS3WIMP
Twist -lock, 120V
CS7WIMP
Straight plug, 277V
CSI1WIMP
Twist -lock, 277V
CS25WIMP
Twist -lock, 347V
CS93WIMP
600VSEOOWwhite cord, noplug
CS97WIMP
Twist -lock, 480V
IMP compatible sensors
MSIIMP
Aisle sensor
MS1360IMP
360°sensor
RRL - RELOC°-Ready Luminaire
RRL connectors can be used with Quick -Flex®, System 820 and OnePass® systems.
Load side of connector factory installed to luminaire.
4 -pole mating connector with push -in terminations allows for simple installation.
Touch -safe design on both halves meets UL/CSA requirement.
Wiping contact design allows safe disconnect under load.
Notes
1 Cord set required forfixture operation. All cord sets are 18/3, 6'white..
r M r r r Lead times will vary depending on options selected. Consult with your sales representative. Example: RRLA
Series Wiring instructions
RRL RELOC®-ready luminaire A Hot conductor wired to position #1 (phase A)
B Hot conductorwired to position #2 (phase B)
C Hot conductorwired to position #3 (phase ()'
AB Outboard hot conductor wired to position #1 (phase A), inboard hot
conductor wired to position #2 (phase B)
Compatible RELOC' Cables for Ind ustrial Luminaires (shipped and ordered separately)
OCs OCU OD
AE Hot conductor wired to position #1 (phase A), hot conductor #2 wired to posi-
tion #2 (phase B) 2
ABE Hot conductor wired to position #1 (phase A), hot conductor #2 wired to posi-
tion #2 (phase B), inverter conductor wired to position #3 (phase C)'•'
(12S Hot conductor in position #1 (phase A), low voltage conductor#1 in position
#2,low voltage conductor #2 in position #3''
1
Notes
1 C, ABE, and C12S options are not used with Quick -Flex QFC,
QSFC, QPT, and QD.
2 AE and ABE commercial fixtures should disconnect the TSPLbe-
DC PT fore unplugging the RRL so it does not go into discharge mode.
3 (1 2S option is used with the OnePass OD and 820 SSC, PT, and
DC for 0-10V/DALI applications.
INDUSTRIAL IBL
Page 7 of 8
IBL LED High Bay
OPTIONS AND ACCESSORIES
The I -BEAM LED fixture offers numerous options for almost every electrical and optical component, including along list of field -installable accessories.
REFLECTORS
Wide distribution is formed with 93%
reflective white paint. Narrow distribution is
formed with Alanod® MIRO®.
WIRE GUARD (external)
Field- or factory -installed. Protects light
engine from impact. Mounting hardware
included.
Factory -installed option:
WGX
Field -installed options:
WGIBL
WGIBL48
EMBEDDED OCCUPANCY SENSOR
Factory installed Sensor Switch® SFR30
(MSE360) or SFR7 (MSE360LB) placed in
the channel cover which reduces the risk of
sensor damage compared to non -embedded
sensors. Recommended mounting height for
MSE360 is over 15'and MSE360LB under 15'.
Factory -installed option:
MSE360
MSE360LB
SURFACE MOUNT BRACKET
Rigidly attach I -BEAM LED to a hard ceiling.
Can be placed anywhere along fixture.
Order as:
THUN (not for use in ambient temperatures
exceeding 951(35°Q, or on the 40L or 60L)
CORD SETS
Available in several lengths with or without
molded plug. White is standard.
For available options, see ordering
information on page 1.
IA L/THON/A L/GHT/NG�
INDUSTRIAL: One Lithonia Way, Conyers, GA 30012 Phone: 800-315-4963 Fax: 770-929-8789 www.lithonia.com
INTEGRATED ELECTRICAL OPTIONS
Channel sized to accept emergency components, surge
protector, fusing and embedded sensors.
DIFFUSER
Field- or factory -installed. Available in semi -diffuse
acrylic. Mounting hardware included.
Factory -installed option:
SD125
Field -installed option:
DLIBLSD125
DLIBL48 SD125
PENDANT MONOPOINT BRACKET
Accepts 3/4° rigid conduit for single -point mounting.
The bracket can be adjusted to help counterbalance
fixture to offset weight variance from end to end.
Order as:
IBLPMP
IBLPMPHB
IBLPMP48
IBLPMPHB48
HANGERS
Several lengths of aircraft cables and chains available;
with or withoutV-hooks.
Order as:
IBAC120 M20
IBHMP
For others, see accessories on page 1.
INTEGRATED MODULAR PLUG (IMP)
Must be factory -installed and allows for field
installation ofvarious modular accessories including
cordsets, motion sensors, photocells and LC&D
X -point' relays. Fixture must be ordered with IMP
option. Requires IMP power cord to operate fixtures.
IBL
© 2012-2017 Acuity Brands Lighting, Inc. All rights reserved. Rev. 07/03/17
Page 8 of 8
OrA L/THON/A L/GHT/NG`
FEATURES & SPECIFICATIONS
INTENDED USE—Ideal one-for-one replacementofconventional HID and fluorescent high bay systems. Appli-
cations include warehousing, manufacturing, gymnasiums, and otherlarge indoorspaceswith mounting heights
upto60'.Certainairbornecontaminantscandiminishtheintegrityofacrylicand/orpolycarbonate.
Click here for Acrylic -Polycarbonate Compatibility table for suitable uses.
CONSTRUCTION —Lightweight aluminum heat sink designed to perform in ambient temperatures up to 55 °
(with lumen droop lessthan fluorescent due to precision thermal engineering for maximum naturally convective
cooling. Structural elements such as the channel and end caps are fabricated from steel for maximum rigidity.
Hard -tooled reflectors, utilizing reflective Alanod® MIRO-5® aluminum, for precise and repeatable photometry.
Semi -diffuse lens optional to provide glare control — may be inverted for gloss or matte side down. Wireguard
attachment points provided.
OPTICS— Narrow and wide distributions availableto meet both horizontal and vertical light level require-
ments. Reflectors feature precision -formed optics utilizing reflective Alanod® MIRO-5® aluminum to achieve
narrow distribution and white polyester powder coatto achieve wide distri bution. Semi -diffuse lensoptional
to provide glare control and LED protection.
ELECTRICAL — L95 at 60,000 hours (only 5% loss) with a predicted life of more than 100,000 hours. Utilizes
a 90°C case temperature driver for maximum life at high temperatures. 0.90 power factor and 10kA/10kV level
ofsurge protection is standard. Available as 120-277V or 347-480V input.
0-10V dimming standard for a dimming range of 100% to 10%; dimming source current is 150 microA.
WIRELESS NETWORKING — XPoint' Wireless technology creates a mesh network to ensure commu-
nication between fixtures, sensors and wall stations facility -wide. This option provides superior lighting
management capabilities including granular control, configuration and custom grouping for increased
energy savings.
INSTALLATION — Suitable for suspension by chain, cable, surface -mounting bracket, hook monopoint
or single (pendant) monopoint. Surface mounting not recommended without optional surface mounting
bracket. To maintain high ambient listing, fixture should be mounted at a minimum plenum height of24".
LISTINGS — CSA certified to US and Canadian safety standards. Damp location listed. Suitable for ambient
temperatures from -40°F (-40°C) to 131°F (55°C) when suspended 24" from ceiling. Patent pending.
DesignLights Consortium® (DLC) Premium qualified product and DLC qualified product. Not all versions of
this product may be DLC Premium qualified or DLC qualified. Please check the DLC Qualified Products List at
www.designlights.ora/QPL to confirm which versions are qualified.
WARRANTY— 5 -year limited warranty. Complete warranty terms located at:
www.acuitybrands.com/CustomerResources/Terms and conditions.asp
Note: Actual performance may differ as a result of end-user environment and application.
All values are design ortypical values, measured under laboratory conditions at 25 °C.
Specifications subject to change without notice.
INDUSTRIAL
Catalog
Number
Notes
Type
FIXTURE TYPE F
I'll•BEAM® LES
Unlensed (standard)
48-6UL pICTUrea
%i 4,Aa�E
Capable Luminaire
LED High Bay
IBL
Patent Pending
This item is an A+ capable luminaire, which has been designed and tested to provide
consistent color appearance and out-of-the-box control compatibility with simple
commissioning.
• All configurations of this luminaire meet the Acuity Brands'specification for
chromatic consistency
• This luminaire is part of an A+ Certified solution for Aight® or XPoint'" Wireless
control networks marked by a shaded background*
To learn more about A+, visit www.acuitybrands.com/aplus.
*See ordering tree for details
IBL
Page 1 of
IBL LED High Bay
+ A+ Capable options indicated
by this color background.
CEEMMMLLead times will vary depending on options selected. Consult with your sales representative. Example: I BL I 5L WD LP740
IBL
CS1WIMP
Straight plug, 120V1,1,21
CS3WIMP
Twist -lock, 120V 8.9.22
CS7WIMP
Straight plug, 277V1,1,11
CS11WIMP
Twist -lock, 277V 1,1,21
Series
Twist-lock347V','•22
L
600V SO white cord, no plug
Distribution
ens I Voltage
Color temperature
IBL
MSIIMP
12L 12,000 lumens
MS1360IMP
WD
Wide
(blank) Noshielding (blank) MVOLT;120-277V
LP735
70 CRI, 3500KCCT
15L 15,000 lumens
NO
Narrow
SD125 Semi -diffuse acrylic HVOLT 347V -480V
LP740
70 CRI, 4000KCCT
24L 24,000 lumens
120 120V
LP750
70 CRI, 5000KCCT
30L 30,000 lumens'
277 277V
LP835
80CR1,3500KCCT
48L 48,000 lumens'
LP840
80CRI, 4000K CCT
60L 60,000 lumens'
LP850
80 CRI, 5000KCCT
Opti
Finish
GLR
Internal fast -blow Cord sets:'
Controls:
(blank) Glosswhitewith
fuses' CS1W
Straight plug,
LCOZU
Aisle motion sensor, pre -wired '•" 1'
textured dark
OUTCTR
Wiring leads120V
pulled through
10
LCHOSZU
Aisle motion sensor, pre -wired; programmable dimming s
gray accents
DWH Gloss white
CS3W
backcenterof
Twist -lock,
120V o
LCPZU
Aisle motion sensor with photocell;prewired',',"
fixture
(S7W
Straight plug,
LAOZU
360° motion sensor, pre -wired 2,11,12
OCS
RELOC® OnePass*
2771111LAHOSZU
5' installed'
360° motion sensor, pre -wired; programmable dimming 1.11.12
IMP
Integrated modu- C511W
Twist -nock'
277V
LAPZU
360° motion sensorwith photocell, pre -wired'•»,,'
lar lu n5
p g CS25W
Twist -lock,
MSE360
360° motion sensor, embedded, high bay 2,12,1'
RRL
R ready
luminaire. See
347V11
MSE360LB
360° motion sensor, embedded, low bay"2s
page 5 for order- CS97W
Twist -lock,
MS16XADL DSCXADL 360° Xpoint wireless motion sensor with photoce ll2•11•'2
ing information a
480V10
LAMOSZU
360 motion sensor, dimming and switching photocell, pre -wired (T24 compliant) 2,»,,s
12412
IOTA emergency CS93W
600 SO white
cord, no plug
LCMOSZU
Aisle motion sensor, dimming and switching photocell, pre -wired (T24 compliant)
LED battery pack
for 32°F to 1041
(no voltage
nPP16D
nLight®switching/dimming module',,"
'
WC to 40°C)
required)
nMSI
nLight®, aisle motion sensor, pre -wired 2•12.15
ambients'
nMS136O
nLight®,360° motion sensor, pre -wired 2.12.16
WGX
Standard wire8
nMSID
nLight®, aisle motion sensor w/dimming, pre -wired 2,11,11
guard, installed
nMS1360D
nLight®,360°motion sensorw/dimming, pre -wired s•"'$
XPW
XPoint'' wireless 0-10Vrelay '"
Accessories: Orderasseparatecatalog numb
er.
Mounting:
IBAC120 M20 Aircraft cable 10' with hook (one pair)
IBAC240 M20 Aircraft cable 20' with hook (one pair)
IBHMP Hook monopoint
ZACVH Aircraft 1C'Vhanger (one pair)
20
IBLPMP Pendant monopoint splice box, includes side covers for use with 12-30L
IBLPMPHB Pendant monopoint splice box, includes side covers (3/4" hub)for use with 12-30L
IBLPMP48 Pendant monopoint splice box, includes side covers for use with 48L and 60L
IBLPMPHB48 Pendant monopoint splice box, includes side covers (3/4" hub) for use with 48L and 60L
HC36 Hanger chain, 36" (one pair) 11
THUN Tong hanger bracket (order 2 per fixture) 1,21
Cord sets and sensors for IMP option:
CS1WIMP
Straight plug, 120V1,1,21
CS3WIMP
Twist -lock, 120V 8.9.22
CS7WIMP
Straight plug, 277V1,1,11
CS11WIMP
Twist -lock, 277V 1,1,21
CS25WIMP
Twist-lock347V','•22
CS93WIMP
600V SO white cord, no plug
(no voltage required) 8.12
CS97WIMP
Twist-Iock48OV1,1,1
MSIIMP
Aislesensors,2z
MS1360IMP
360' sensor
Field -installable door and lens assemblies:
DLIBLSDI25 Semi -diffuse acrylic lens for use
12-30L
DLIBL48SD125 Semi -diffuse acrylic lens for use
with 48L and 60L
Wire guards:
WGIBL Wire guard for use with 12-30L8
WGIBL48 Wire guard for use with 48L
and 60L 8
See footnotes on next page.
INDUSTRIAL IBL
Page 2 of 8
IBL LED High Bay
Notes
1 Fixtures more than 24" wide can interfere with the operation of some fire sprinkler systems. Verify specific
installation requirements with local fire official and insurance carrier. Emergency battery packs are not
available with 48L or 60L.
2 Specify voltage.
3 Not available with 347 voltage.
4 Must befacto ry-installed.
5 Must have"IMP" power cord to power fixture.
6 Requires RelocRRLcompatiblecable topower fixture.
7 Must specify voltage. 120V or 277V on I y. Not available with cordsetw/plug or OUTCTRoption. Not avail-
able with 48L or 60L lumen packages.
8 SD125 lens option recommended when wire guard is used.
9 All cord sets are 18/3, 6, white.
10 Cord sets are voltage specific. Specify voltage. Other configurations available. Consultfactory.
11 Other configurations available, see page four for additional options.
12 Sensors are rated for 14°F( -10°C) to 122°F(50°C) operation.
13 Not available with battery pack. Not field installable.
14 Available 120 or 277V only. Not for use with THUN.
15 nMSl option utilizes a nPP16 and a nCMB 50, CAT5e cable also included. Available 120 or277Vonly.
16 nMS1360 option utilizes a nPP16 and a nCMB 6, CATSe cable also included. Available 120 or277Vonly.
17 nMSlD option utilizes a nPP16D and a nCMB 50, CAT5e (able also included. Available 120 or 277V only.
18 nMS1360D option utilizes a nPP16D and a nCMB 6, CAT5e cable also included. Available 120 or277Vonly.
19 XPW option utilizes XPA CMRBO.
20 Not for use with 48L or 60L.
21 95°F (35°C) maximum ambient temperature when using the THU N. Not for use with N PP16D.
22 Must have IMP option on fixture.
DIMENSIONS
Dimensions may vary with options or accessories.
24L and 30L utilize two drivers wired inboard/outboard
48L and 60L (notshown) utilize four drivers wired inboard/outboard
2-15/16
(7.6)
12L -30L
12L, 24L and 48L lumen packages 15L, 30L and 60L lumen packages
To create the 12L, 24L and 48L lumen packages, the PCBA (LED board) is depopulated from the endcaps
inward. The first LED is 5-1/2" from the end capon those units, compared to 1-1/8" on the 151, 30L and
60L product.
and 30L HAS 12L and
OWS OFLEDs 2ROWS
48L AND 60L (NOT sr
HAVE 8 ROWS OF L
22-9/16
157.3)
2-9/16
6.5)
2-7/8
(7.31
0
0
0
0
0
+ + 1-112 — O O+
13.8) —11
15-7/8
(49.3)
3-1/16
(7.6)
0 0
45-1/8
o
(114.6)
12L -30L
INDUSTRIAL
12L and 15L utilize one driver
Shown with optional pendant monopoint.
1-1/16
(2.7) 2-1/8
2-15/16 15.41
7.4
48L -60L
45-1/8
(114.6)
o
0
0
0
0
o— — — — — — O .— — — — —• O.O
'—,— — —•—•— •=•—,— — —,—
31-5/1(
(79.5)
o
o
48L -60L
IBL
Page 3 of 8
IBL LED High Bay
OPERATIONAL DATA
Lumen
Ambient rating
Ambientrating
50,000
Delivered lumens
Delivered lumens
Lumen
Lumen
277V
347V 480V
12L
Distribution
95
98
multiplier @1047(40°C)
multiplier @1047(40°C)
package
(120V -277V)
(347V/480V)
2-1amp T51-10
70CRI5000K
80CRI5000K
122
126
125
45 (114.3)
15-3/4 (40.0)
3-1/4(8.3)
12.5 lbs. (5.7 kg)
4-lampT8, 250W HID
ambient temperature
ambient w/ SD125 lens kit
192
40°F to 131°F
-407 to 1047
ND
12,492
10,862
0.97
0.88
12 L
(-40°( to 55°()
(-40°C to 40°C)
WD
12,968
11,276
0.97
0.88
17.5 lbs. (7.9 kg)
40°F to 1311
-40°F to 1041
ND
15,897
13,824
0.97
0.87
15L
(-40°( to 55°O
(-40°C to 40°C)
WD
16,500
14,352
0.97
0.87
480
407 to 1317
-40°F to 1047
ND
24,983
21,725
0.97
0.88
24L
(-40°C to 55°C)
(-40°C to 40°C)
WD
25,938
22,554
0.97
0.88
401 to 1311
-401 to 1041
ND
31,798
27,650
0.97
0.87
30L
(-40°C to 55°C)
(-40°C to 40°C)
WD
33,012
28,706
0.97
0.87
401 to 131°F
-40°F to 104°F
ND
49,975
43,082
0.97
0.88
48L
(-40°C to 55°O
(-40°C to 40°C)
WD
51,876
45,110
0.97
0.87
407 to 1317
-40°F to 104°F
ND
63,594
55,300
0.97
0.87
60 L
(-40°C to 55°C)
(-40°C to 40°C)
WD
66,025
57,413
0.97
0.87
CHARACTERISTICS
Lumen
package
1 0 10,000
Wattage
50,000
Length Width Depth
Dimensions are shown in inches (centimeters)
unless otherwise noted.
Weight
without Lens
(Lens kit adds
approx.71bs.)
Comparable light source
120V
277V
347V 480V
12L
100
95
98
97
45 (114.3)
15-3/4 (40.0)
3-1/4(8.3)
12.51bs. (5.7 kg)
2-1amp T51-10
15L
125
122
126
125
45 (114.3)
15-3/4 (40.0)
3-1/4(8.3)
12.5 lbs. (5.7 kg)
4-lampT8, 250W HID
24L
197
192
198
197
45 (114.3)
15-3/4 (40.0)
3-1/4(8.3)
17.5 lbs. (7.9 kg)
4 -lamp T51-10, 6-lampT8, 400W HID
30L
245
241
248
246
45 (114.3)
15-3/4 (40.0)
3-1/4(8.3)
17.5 lbs. (7.9 kg)
6 -lamp T51-10, 8 -lamp T8
48L
394
388
400
396
45 (114.3)
31-1/3 (79.5)
3-1/4(8.3)
35 lbs. (15.9 kg)
8-IampT5H0, 750 HID
60L
489
471
485
480
45 (114.3)
31-1/3 (79.5)
3-1/4(8.3)
35 lbs. (15.9 kg)
10-IampT51-10,1000W HID
PROJECTED LUMEN MAINTENANCE
Operating hours
1 0 10,000
20,000 25,000 35,000
50,000
60,000 75,000
100,000
Lumen maintenance factor
I 1 0.98
0.98 0.97 0.96
0.96
0.95 0.94
0.93
LUMENS VS. AMBIENT TEMPERATURE
Ambient °C
Ambient °F
Lumen multiplier
0
32
1.02
5
41
1.015
10
50
1.01
15
59
1.008
20
68
1.005
25
77
1
30
86
0.995
35
95
0.985
40
104
0.98
45
113
0.97
50
122
0.965
55
131
0.96
PHOTOMETRICS
See www.lithonia.com.
INDUSTRIAL IBL
Page 4 of 8
IBL LED High Bay
LSXR - Fixture Mount Sensor (see www.sensorswitch.com for additional information)
Four interchangeable lenses.
Integrated mounting bracket drops lens down 3" from chase nipple.
Single or dual relayversions— designed with robust protection from the harsh switching requirements of T5 and LED loads.
Photocell and 0-10VDC dimming options.
No PIR field calibration or sensitivity adjustments required.
LSXR configuration
Comparable CMRB sensor
Old style sensor nomenclature
For shortest lead times use one of the following LSXR configurations
LCOZU
CMRB 50
MSI
LCHOSZU
CMRB50D
MSID
LCPZU
CMRB 50 P
MSIPED
LAOZU
CMRB 6
MS1360
LAHOSZU
CMRB6D
MS1360D
LAPZU
CMRB 6 P
MS1360PED
SELECTIONS BELOW WILL EXTEND ORDER LEAD TIME.
CONSULTYOUR SALES REPRESENTATIVE FOR DETAILS.
SINGLE RELAY
r M r r Mr Lead times will vary depending on options selected. Consult with your sales representative. Example: LAHOSZU
DUAL RELAY (Available with 120, 277, and 347V only)
r r M r Z ' r Lead times will vary depending on options selected. Consult with your sales representative. Example: LA2KZU
Operating mode
Temp/Humidity
Default time delay
L LSXR passive infrared
A High mount, 360°
2 Dual relay
1 None
Z None
Series
Lens o tior
Dimming/Photocell
0
None'
Max.
0
dim level
1OVDC
Min.
S
dim level
Minimum dimming
Temp/Humidity
Z None
Defaulttime
1
delay
30 seconds
L LSXR passive
A High mount, 360°
infrared indoor
B Low mount, 360°
H
High/low occupancy operation
9
9 VDC
level of ballast
T Low
D
2.5 minutes
occupancy sensor
C High mountaisleway
P
Switching photocell(on/off)
8
8 VDC
1
1 VDC
temperature
p
X
5 minutes
V 15 minutes
M
Dimming and switching
7
7 VDC
2
2 VDC
R
7.5 minutes
Y 30 minutes
photocell
3
3 VDC
U
10 minutes (with minimum
G
Dimming and switching
4
4 VDC
15 minutes on time)
photocell with high/low
5
5 VDC
V
15 minutes
occupancy operation
6
6VDC
W
20 minutes
Y
30 minutes
DUAL RELAY (Available with 120, 277, and 347V only)
r r M r Z ' r Lead times will vary depending on options selected. Consult with your sales representative. Example: LA2KZU
Example: LENS 50 J100
Replacement lenses: Orderos separate catalog number.
Series Lenstvoe Package quantity
Lens 6 High mount 360° U Unit
10 Low mount 360° 110 10 -pack
50 High mountaisleway J100 100 -pack
INDUSTRIAL
Notes
1 Dimming level fields not required when this option is chosen.
IBL
Page 5 of 8
Operating mode
Temp/Humidity
Default time delay
L LSXR passive infrared
A High mount, 360°
2 Dual relay
1 None
Z None
1 30 seconds
indoor occupancy sensor
B Low mount, 360°
K Alternating off relays (promotes even lamp wear)
T Lowtemperature
D 2.5 minutes
C High mountaisleway
0 Alternating off relaysw/photocell
X 5minutes
P Switching photocell(on/off)
R 7.5 minutes
E Photocell on/off (pole 1 only)
U 10 minutes (with minimum
F Photocell on/off- both poles (dual set -point)
15 minutes on time)
V 15 minutes
W 20 minutes
Y 30 minutes
Example: LENS 50 J100
Replacement lenses: Orderos separate catalog number.
Series Lenstvoe Package quantity
Lens 6 High mount 360° U Unit
10 Low mount 360° 110 10 -pack
50 High mountaisleway J100 100 -pack
INDUSTRIAL
Notes
1 Dimming level fields not required when this option is chosen.
IBL
Page 5 of 8
IBL LED High Bay
LSXR COVERAGE PATTERNS
HIGH MOUNT 3600 LENS (#6)
• Best choice for 15 to 45 ft (4.57 to 13.72 m)
mounting heights
• 15 to 20 ft (4.57 to 6.10 m) radial coverage
overlaps area lit by a typical high bay fixture LOW VIEW
• Excellent detection of large motion (e.g. walk- oft o m
ing) up to a 35 ft (10.76 m) mounting height
• Excellent detection of extra large motion (e.g.
forklifts) up to a 45 ft (13.72 m) mounting 15 4.6
height 6 3 0m 3 6
20 10 0 ft 10 20
HIGH MOUNT AISLEWAY LENS (#50)
• Provides a bi-directional coverage pattern
ideal for warehouse racking
• 1.2x mounting height equals approximate
detection range in either direction
• Typical 40 ft (12.19 m) mounting detects
50 ft (15.24 m) in either direction
• Superior aisleway coverage compared to a
masked 3600 lens
LOW MOUNT 3600 LENS (#10)
SIDE VIEW
Oft Om
10 3
20 6
30 9.1
40 12.2
15.2 7.6 0 m 7.6 15.2
50 25 0 ft 25 50
HIGH VIEW
Om Oft
4.6 15
9.1 30
13.7 145
9.1 6 3 Om 3 6 9.1
30 20 10 Oft 10 20 30
• Best choice for large motion detection (e.g. 85 28
walking)
• 360° conical shaped pattern SIDE VIEW TOP VIEW 4.3 14
• Provides -24 ft (7.32 m) radial coverage oft Om
(2000 ftZ) when mounted at 9 ft (2.74 m) 0 m 0 ft
• 7 to 15 ft (2.13 to 4.57 m) mounting heights
provide 16 to 36 ft (4.88 to 10.97 m) radial 9 27
8.5 6.4 4.3 2.1 0 m 2.1 4.3 6.4 8.5 4.3 14
coverage
• Detection range improves when walking 28 21 14 7 Oft 7 14 21 28 8.5 28
across beams compared to into beams
INDUSTRIAL IBL
Page 6 of 8
IBL LED High Bay
IMP - Integrated Modular Plug
The integrated modular plug (IMP) option allows the installer to plug and playa multitude of accessories.
Cord sets connect quickly to any fixture with IMP option.
IMP accessories include occupancy sensors, photocells, X -point relays.
IMP compatible sensors
IMP compatible sensors'
CSIWIMP
Straight plug, 120V
CS3WIMP
Twist -lock, 120V
CS7WIMP
Straight plug, 277V
CSI1WIMP
Twist -lock, 277V
CS25WIMP
Twist -lock, 347V
CS93WIMP
600VSEOOWwhite cord, noplug
CS97WIMP
Twist -lock, 480V
IMP compatible sensors
MSIIMP
Aisle sensor
MS1360IMP
360°sensor
RRL - RELOC°-Ready Luminaire
RRL connectors can be used with Quick -Flex®, System 820 and OnePass® systems.
Load side of connector factory installed to luminaire.
4 -pole mating connector with push -in terminations allows for simple installation.
Touch -safe design on both halves meets UL/CSA requirement.
Wiping contact design allows safe disconnect under load.
Notes
1 Cord set required forfixture operation. All cord sets are 18/3, 6'white..
r M r r r Lead times will vary depending on options selected. Consult with your sales representative. Example: RRLA
Series Wiring instructions
RRL RELOC®-ready luminaire A Hot conductor wired to position #1 (phase A)
B Hot conductorwired to position #2 (phase B)
C Hot conductorwired to position #3 (phase ()'
AB Outboard hot conductor wired to position #1 (phase A), inboard hot
conductor wired to position #2 (phase B)
Compatible RELOC' Cables for Ind ustrial Luminaires (shipped and ordered separately)
OCs OCU OD
AE Hot conductor wired to position #1 (phase A), hot conductor #2 wired to posi-
tion #2 (phase B) 2
ABE Hot conductor wired to position #1 (phase A), hot conductor #2 wired to posi-
tion #2 (phase B), inverter conductor wired to position #3 (phase C)'•'
(12S Hot conductor in position #1 (phase A), low voltage conductor#1 in position
#2,low voltage conductor #2 in position #3''
1
Notes
1 C, ABE, and C12S options are not used with Quick -Flex QFC,
QSFC, QPT, and QD.
2 AE and ABE commercial fixtures should disconnect the TSPLbe-
DC PT fore unplugging the RRL so it does not go into discharge mode.
3 (1 2S option is used with the OnePass OD and 820 SSC, PT, and
DC for 0-10V/DALI applications.
INDUSTRIAL IBL
Page 7 of 8
IBL LED High Bay
OPTIONS AND ACCESSORIES
The I -BEAM LED fixture offers numerous options for almost every electrical and optical component, including along list of field -installable accessories.
REFLECTORS
Wide distribution is formed with 93%
reflective white paint. Narrow distribution is
formed with Alanod® MIRO®.
WIRE GUARD (external)
Field- or factory -installed. Protects light
engine from impact. Mounting hardware
included.
Factory -installed option:
WGX
Field -installed options:
WGIBL
WGIBL48
EMBEDDED OCCUPANCY SENSOR
Factory installed Sensor Switch® SFR30
(MSE360) or SFR7 (MSE360LB) placed in
the channel cover which reduces the risk of
sensor damage compared to non -embedded
sensors. Recommended mounting height for
MSE360 is over 15'and MSE360LB under 15'.
Factory -installed option:
MSE360
MSE360LB
SURFACE MOUNT BRACKET
Rigidly attach I -BEAM LED to a hard ceiling.
Can be placed anywhere along fixture.
Order as:
THUN (not for use in ambient temperatures
exceeding 951(35°Q, or on the 40L or 60L)
CORD SETS
Available in several lengths with or without
molded plug. White is standard.
For available options, see ordering
information on page 1.
IA L/THON/A L/GHT/NG�
INDUSTRIAL: One Lithonia Way, Conyers, GA 30012 Phone: 800-315-4963 Fax: 770-929-8789 www.lithonia.com
INTEGRATED ELECTRICAL OPTIONS
Channel sized to accept emergency components, surge
protector, fusing and embedded sensors.
DIFFUSER
Field- or factory -installed. Available in semi -diffuse
acrylic. Mounting hardware included.
Factory -installed option:
SD125
Field -installed option:
DLIBLSD125
DLIBL48 SD125
PENDANT MONOPOINT BRACKET
Accepts 3/4° rigid conduit for single -point mounting.
The bracket can be adjusted to help counterbalance
fixture to offset weight variance from end to end.
Order as:
IBLPMP
IBLPMPHB
IBLPMP48
IBLPMPHB48
HANGERS
Several lengths of aircraft cables and chains available;
with or withoutV-hooks.
Order as:
IBAC120 M20
IBHMP
For others, see accessories on page 1.
INTEGRATED MODULAR PLUG (IMP)
Must be factory -installed and allows for field
installation ofvarious modular accessories including
cordsets, motion sensors, photocells and LC&D
X -point' relays. Fixture must be ordered with IMP
option. Requires IMP power cord to operate fixtures.
IBL
© 2012-2017 Acuity Brands Lighting, Inc. All rights reserved. Rev. 07/03/17
Page 8 of 8
OrA L/THON/A L/GHT/NG`
FEATURES & SPECIFICATIONS
INTENDED USE—Ideal one-for-one replacementofconventional HID and fluorescent high bay systems. Appli-
cations include warehousing, manufacturing, gymnasiums, and otherlarge indoorspaceswith mounting heights
upto60'.Certainairbornecontaminantscandiminishtheintegrityofacrylicand/orpolycarbonate.
Click here for Acrylic -Polycarbonate Compatibility table for suitable uses.
CONSTRUCTION —Lightweight aluminum heat sink designed to perform in ambient temperatures up to 55 °
(with lumen droop lessthan fluorescent due to precision thermal engineering for maximum naturally convective
cooling. Structural elements such as the channel and end caps are fabricated from steel for maximum rigidity.
Hard -tooled reflectors, utilizing reflective Alanod® MIRO-5® aluminum, for precise and repeatable photometry.
Semi -diffuse lens optional to provide glare control — may be inverted for gloss or matte side down. Wireguard
attachment points provided.
OPTICS— Narrow and wide distributions availableto meet both horizontal and vertical light level require-
ments. Reflectors feature precision -formed optics utilizing reflective Alanod® MIRO-5® aluminum to achieve
narrow distribution and white polyester powder coatto achieve wide distri bution. Semi -diffuse lensoptional
to provide glare control and LED protection.
ELECTRICAL — L95 at 60,000 hours (only 5% loss) with a predicted life of more than 100,000 hours. Utilizes
a 90°C case temperature driver for maximum life at high temperatures. 0.90 power factor and 10kA/10kV level
ofsurge protection is standard. Available as 120-277V or 347-480V input.
0-10V dimming standard for a dimming range of 100% to 10%; dimming source current is 150 microA.
WIRELESS NETWORKING — XPoint' Wireless technology creates a mesh network to ensure commu-
nication between fixtures, sensors and wall stations facility -wide. This option provides superior lighting
management capabilities including granular control, configuration and custom grouping for increased
energy savings.
INSTALLATION — Suitable for suspension by chain, cable, surface -mounting bracket, hook monopoint
or single (pendant) monopoint. Surface mounting not recommended without optional surface mounting
bracket. To maintain high ambient listing, fixture should be mounted at a minimum plenum height of24".
LISTINGS — CSA certified to US and Canadian safety standards. Damp location listed. Suitable for ambient
temperatures from -40°F (-40°C) to 131°F (55°C) when suspended 24" from ceiling. Patent pending.
DesignLights Consortium® (DLC) Premium qualified product and DLC qualified product. Not all versions of
this product may be DLC Premium qualified or DLC qualified. Please check the DLC Qualified Products List at
www.designlights.ora/QPL to confirm which versions are qualified.
WARRANTY— 5 -year limited warranty. Complete warranty terms located at:
www.acuitybrands.com/CustomerResources/Terms and conditions.asp
Note: Actual performance may differ as a result of end-user environment and application.
All values are design ortypical values, measured under laboratory conditions at 25 °C.
Specifications subject to change without notice.
INDUSTRIAL
Catalog
Number
Notes
Type
FIXTURE TYPE F
I'll•BEAM® LES
Unlensed (standard)
48-6UL pICTUrea
%i 4,Aa�E
Capable Luminaire
LED High Bay
IBL
Patent Pending
This item is an A+ capable luminaire, which has been designed and tested to provide
consistent color appearance and out-of-the-box control compatibility with simple
commissioning.
• All configurations of this luminaire meet the Acuity Brands'specification for
chromatic consistency
• This luminaire is part of an A+ Certified solution for Aight® or XPoint'" Wireless
control networks marked by a shaded background*
To learn more about A+, visit www.acuitybrands.com/aplus.
*See ordering tree for details
IBL
Page 1 of
IBL LED High Bay
+ A+ Capable options indicated
by this color background.
CEEMMMLLead times will vary depending on options selected. Consult with your sales representative. Example: I BL I 5L WD LP740
IBL
CS1WIMP
Straight plug, 120V1,1,21
CS3WIMP
Twist -lock, 120V 8.9.22
CS7WIMP
Straight plug, 277V1,1,11
CS11WIMP
Twist -lock, 277V 1,1,21
Series
Twist-lock347V','•22
L
600V SO white cord, no plug
Distribution
ens I Voltage
Color temperature
IBL
MSIIMP
12L 12,000 lumens
MS1360IMP
WD
Wide
(blank) Noshielding (blank) MVOLT;120-277V
LP735
70 CRI, 3500KCCT
15L 15,000 lumens
NO
Narrow
SD125 Semi -diffuse acrylic HVOLT 347V -480V
LP740
70 CRI, 4000KCCT
24L 24,000 lumens
120 120V
LP750
70 CRI, 5000KCCT
30L 30,000 lumens'
277 277V
LP835
80CR1,3500KCCT
48L 48,000 lumens'
LP840
80CRI, 4000K CCT
60L 60,000 lumens'
LP850
80 CRI, 5000KCCT
Opti
Finish
GLR
Internal fast -blow Cord sets:'
Controls:
(blank) Glosswhitewith
fuses' CS1W
Straight plug,
LCOZU
Aisle motion sensor, pre -wired '•" 1'
textured dark
OUTCTR
Wiring leads120V
pulled through
10
LCHOSZU
Aisle motion sensor, pre -wired; programmable dimming s
gray accents
DWH Gloss white
CS3W
backcenterof
Twist -lock,
120V o
LCPZU
Aisle motion sensor with photocell;prewired',',"
fixture
(S7W
Straight plug,
LAOZU
360° motion sensor, pre -wired 2,11,12
OCS
RELOC® OnePass*
2771111LAHOSZU
5' installed'
360° motion sensor, pre -wired; programmable dimming 1.11.12
IMP
Integrated modu- C511W
Twist -nock'
277V
LAPZU
360° motion sensorwith photocell, pre -wired'•»,,'
lar lu n5
p g CS25W
Twist -lock,
MSE360
360° motion sensor, embedded, high bay 2,12,1'
RRL
R ready
luminaire. See
347V11
MSE360LB
360° motion sensor, embedded, low bay"2s
page 5 for order- CS97W
Twist -lock,
MS16XADL DSCXADL 360° Xpoint wireless motion sensor with photoce ll2•11•'2
ing information a
480V10
LAMOSZU
360 motion sensor, dimming and switching photocell, pre -wired (T24 compliant) 2,»,,s
12412
IOTA emergency CS93W
600 SO white
cord, no plug
LCMOSZU
Aisle motion sensor, dimming and switching photocell, pre -wired (T24 compliant)
LED battery pack
for 32°F to 1041
(no voltage
nPP16D
nLight®switching/dimming module',,"
'
WC to 40°C)
required)
nMSI
nLight®, aisle motion sensor, pre -wired 2•12.15
ambients'
nMS136O
nLight®,360° motion sensor, pre -wired 2.12.16
WGX
Standard wire8
nMSID
nLight®, aisle motion sensor w/dimming, pre -wired 2,11,11
guard, installed
nMS1360D
nLight®,360°motion sensorw/dimming, pre -wired s•"'$
XPW
XPoint'' wireless 0-10Vrelay '"
Accessories: Orderasseparatecatalog numb
er.
Mounting:
IBAC120 M20 Aircraft cable 10' with hook (one pair)
IBAC240 M20 Aircraft cable 20' with hook (one pair)
IBHMP Hook monopoint
ZACVH Aircraft 1C'Vhanger (one pair)
20
IBLPMP Pendant monopoint splice box, includes side covers for use with 12-30L
IBLPMPHB Pendant monopoint splice box, includes side covers (3/4" hub)for use with 12-30L
IBLPMP48 Pendant monopoint splice box, includes side covers for use with 48L and 60L
IBLPMPHB48 Pendant monopoint splice box, includes side covers (3/4" hub) for use with 48L and 60L
HC36 Hanger chain, 36" (one pair) 11
THUN Tong hanger bracket (order 2 per fixture) 1,21
Cord sets and sensors for IMP option:
CS1WIMP
Straight plug, 120V1,1,21
CS3WIMP
Twist -lock, 120V 8.9.22
CS7WIMP
Straight plug, 277V1,1,11
CS11WIMP
Twist -lock, 277V 1,1,21
CS25WIMP
Twist-lock347V','•22
CS93WIMP
600V SO white cord, no plug
(no voltage required) 8.12
CS97WIMP
Twist-Iock48OV1,1,1
MSIIMP
Aislesensors,2z
MS1360IMP
360' sensor
Field -installable door and lens assemblies:
DLIBLSDI25 Semi -diffuse acrylic lens for use
12-30L
DLIBL48SD125 Semi -diffuse acrylic lens for use
with 48L and 60L
Wire guards:
WGIBL Wire guard for use with 12-30L8
WGIBL48 Wire guard for use with 48L
and 60L 8
See footnotes on next page.
INDUSTRIAL IBL
Page 2 of 8
IBL LED High Bay
Notes
1 Fixtures more than 24" wide can interfere with the operation of some fire sprinkler systems. Verify specific
installation requirements with local fire official and insurance carrier. Emergency battery packs are not
available with 48L or 60L.
2 Specify voltage.
3 Not available with 347 voltage.
4 Must befacto ry-installed.
5 Must have"IMP" power cord to power fixture.
6 Requires RelocRRLcompatiblecable topower fixture.
7 Must specify voltage. 120V or 277V on I y. Not available with cordsetw/plug or OUTCTRoption. Not avail-
able with 48L or 60L lumen packages.
8 SD125 lens option recommended when wire guard is used.
9 All cord sets are 18/3, 6, white.
10 Cord sets are voltage specific. Specify voltage. Other configurations available. Consultfactory.
11 Other configurations available, see page four for additional options.
12 Sensors are rated for 14°F( -10°C) to 122°F(50°C) operation.
13 Not available with battery pack. Not field installable.
14 Available 120 or 277V only. Not for use with THUN.
15 nMSl option utilizes a nPP16 and a nCMB 50, CAT5e cable also included. Available 120 or277Vonly.
16 nMS1360 option utilizes a nPP16 and a nCMB 6, CATSe cable also included. Available 120 or277Vonly.
17 nMSlD option utilizes a nPP16D and a nCMB 50, CAT5e (able also included. Available 120 or 277V only.
18 nMS1360D option utilizes a nPP16D and a nCMB 6, CAT5e cable also included. Available 120 or277Vonly.
19 XPW option utilizes XPA CMRBO.
20 Not for use with 48L or 60L.
21 95°F (35°C) maximum ambient temperature when using the THU N. Not for use with N PP16D.
22 Must have IMP option on fixture.
DIMENSIONS
Dimensions may vary with options or accessories.
24L and 30L utilize two drivers wired inboard/outboard
48L and 60L (notshown) utilize four drivers wired inboard/outboard
2-15/16
(7.6)
12L -30L
12L, 24L and 48L lumen packages 15L, 30L and 60L lumen packages
To create the 12L, 24L and 48L lumen packages, the PCBA (LED board) is depopulated from the endcaps
inward. The first LED is 5-1/2" from the end capon those units, compared to 1-1/8" on the 151, 30L and
60L product.
and 30L HAS 12L and
OWS OFLEDs 2ROWS
48L AND 60L (NOT sr
HAVE 8 ROWS OF L
22-9/16
157.3)
2-9/16
6.5)
2-7/8
(7.31
0
0
0
0
0
+ + 1-112 — O O+
13.8) —11
15-7/8
(49.3)
3-1/16
(7.6)
0 0
45-1/8
o
(114.6)
12L -30L
INDUSTRIAL
12L and 15L utilize one driver
Shown with optional pendant monopoint.
1-1/16
(2.7) 2-1/8
2-15/16 15.41
7.4
48L -60L
45-1/8
(114.6)
o
0
0
0
0
o— — — — — — O .— — — — —• O.O
'—,— — —•—•— •=•—,— — —,—
31-5/1(
(79.5)
o
o
48L -60L
IBL
Page 3 of 8
IBL LED High Bay
OPERATIONAL DATA
Lumen
Ambient rating
Ambientrating
50,000
Delivered lumens
Delivered lumens
Lumen
Lumen
277V
347V 480V
12L
Distribution
95
98
multiplier @1047(40°C)
multiplier @1047(40°C)
package
(120V -277V)
(347V/480V)
2-1amp T51-10
70CRI5000K
80CRI5000K
122
126
125
45 (114.3)
15-3/4 (40.0)
3-1/4(8.3)
12.5 lbs. (5.7 kg)
4-lampT8, 250W HID
ambient temperature
ambient w/ SD125 lens kit
192
40°F to 131°F
-407 to 1047
ND
12,492
10,862
0.97
0.88
12 L
(-40°( to 55°()
(-40°C to 40°C)
WD
12,968
11,276
0.97
0.88
17.5 lbs. (7.9 kg)
40°F to 1311
-40°F to 1041
ND
15,897
13,824
0.97
0.87
15L
(-40°( to 55°O
(-40°C to 40°C)
WD
16,500
14,352
0.97
0.87
480
407 to 1317
-40°F to 1047
ND
24,983
21,725
0.97
0.88
24L
(-40°C to 55°C)
(-40°C to 40°C)
WD
25,938
22,554
0.97
0.88
401 to 1311
-401 to 1041
ND
31,798
27,650
0.97
0.87
30L
(-40°C to 55°C)
(-40°C to 40°C)
WD
33,012
28,706
0.97
0.87
401 to 131°F
-40°F to 104°F
ND
49,975
43,082
0.97
0.88
48L
(-40°C to 55°O
(-40°C to 40°C)
WD
51,876
45,110
0.97
0.87
407 to 1317
-40°F to 104°F
ND
63,594
55,300
0.97
0.87
60 L
(-40°C to 55°C)
(-40°C to 40°C)
WD
66,025
57,413
0.97
0.87
CHARACTERISTICS
Lumen
package
1 0 10,000
Wattage
50,000
Length Width Depth
Dimensions are shown in inches (centimeters)
unless otherwise noted.
Weight
without Lens
(Lens kit adds
approx.71bs.)
Comparable light source
120V
277V
347V 480V
12L
100
95
98
97
45 (114.3)
15-3/4 (40.0)
3-1/4(8.3)
12.51bs. (5.7 kg)
2-1amp T51-10
15L
125
122
126
125
45 (114.3)
15-3/4 (40.0)
3-1/4(8.3)
12.5 lbs. (5.7 kg)
4-lampT8, 250W HID
24L
197
192
198
197
45 (114.3)
15-3/4 (40.0)
3-1/4(8.3)
17.5 lbs. (7.9 kg)
4 -lamp T51-10, 6-lampT8, 400W HID
30L
245
241
248
246
45 (114.3)
15-3/4 (40.0)
3-1/4(8.3)
17.5 lbs. (7.9 kg)
6 -lamp T51-10, 8 -lamp T8
48L
394
388
400
396
45 (114.3)
31-1/3 (79.5)
3-1/4(8.3)
35 lbs. (15.9 kg)
8-IampT5H0, 750 HID
60L
489
471
485
480
45 (114.3)
31-1/3 (79.5)
3-1/4(8.3)
35 lbs. (15.9 kg)
10-IampT51-10,1000W HID
PROJECTED LUMEN MAINTENANCE
Operating hours
1 0 10,000
20,000 25,000 35,000
50,000
60,000 75,000
100,000
Lumen maintenance factor
I 1 0.98
0.98 0.97 0.96
0.96
0.95 0.94
0.93
LUMENS VS. AMBIENT TEMPERATURE
Ambient °C
Ambient °F
Lumen multiplier
0
32
1.02
5
41
1.015
10
50
1.01
15
59
1.008
20
68
1.005
25
77
1
30
86
0.995
35
95
0.985
40
104
0.98
45
113
0.97
50
122
0.965
55
131
0.96
PHOTOMETRICS
See www.lithonia.com.
INDUSTRIAL IBL
Page 4 of 8
IBL LED High Bay
LSXR - Fixture Mount Sensor (see www.sensorswitch.com for additional information)
Four interchangeable lenses.
Integrated mounting bracket drops lens down 3" from chase nipple.
Single or dual relayversions— designed with robust protection from the harsh switching requirements of T5 and LED loads.
Photocell and 0-10VDC dimming options.
No PIR field calibration or sensitivity adjustments required.
LSXR configuration
Comparable CMRB sensor
Old style sensor nomenclature
For shortest lead times use one of the following LSXR configurations
LCOZU
CMRB 50
MSI
LCHOSZU
CMRB50D
MSID
LCPZU
CMRB 50 P
MSIPED
LAOZU
CMRB 6
MS1360
LAHOSZU
CMRB6D
MS1360D
LAPZU
CMRB 6 P
MS1360PED
SELECTIONS BELOW WILL EXTEND ORDER LEAD TIME.
CONSULTYOUR SALES REPRESENTATIVE FOR DETAILS.
SINGLE RELAY
r M r r Mr Lead times will vary depending on options selected. Consult with your sales representative. Example: LAHOSZU
DUAL RELAY (Available with 120, 277, and 347V only)
r r M r Z ' r Lead times will vary depending on options selected. Consult with your sales representative. Example: LA2KZU
Operating mode
Temp/Humidity
Default time delay
L LSXR passive infrared
A High mount, 360°
2 Dual relay
1 None
Z None
Series
Lens o tior
Dimming/Photocell
0
None'
Max.
0
dim level
1OVDC
Min.
S
dim level
Minimum dimming
Temp/Humidity
Z None
Defaulttime
1
delay
30 seconds
L LSXR passive
A High mount, 360°
infrared indoor
B Low mount, 360°
H
High/low occupancy operation
9
9 VDC
level of ballast
T Low
D
2.5 minutes
occupancy sensor
C High mountaisleway
P
Switching photocell(on/off)
8
8 VDC
1
1 VDC
temperature
p
X
5 minutes
V 15 minutes
M
Dimming and switching
7
7 VDC
2
2 VDC
R
7.5 minutes
Y 30 minutes
photocell
3
3 VDC
U
10 minutes (with minimum
G
Dimming and switching
4
4 VDC
15 minutes on time)
photocell with high/low
5
5 VDC
V
15 minutes
occupancy operation
6
6VDC
W
20 minutes
Y
30 minutes
DUAL RELAY (Available with 120, 277, and 347V only)
r r M r Z ' r Lead times will vary depending on options selected. Consult with your sales representative. Example: LA2KZU
Example: LENS 50 J100
Replacement lenses: Orderos separate catalog number.
Series Lenstvoe Package quantity
Lens 6 High mount 360° U Unit
10 Low mount 360° 110 10 -pack
50 High mountaisleway J100 100 -pack
INDUSTRIAL
Notes
1 Dimming level fields not required when this option is chosen.
IBL
Page 5 of 8
Operating mode
Temp/Humidity
Default time delay
L LSXR passive infrared
A High mount, 360°
2 Dual relay
1 None
Z None
1 30 seconds
indoor occupancy sensor
B Low mount, 360°
K Alternating off relays (promotes even lamp wear)
T Lowtemperature
D 2.5 minutes
C High mountaisleway
0 Alternating off relaysw/photocell
X 5minutes
P Switching photocell(on/off)
R 7.5 minutes
E Photocell on/off (pole 1 only)
U 10 minutes (with minimum
F Photocell on/off- both poles (dual set -point)
15 minutes on time)
V 15 minutes
W 20 minutes
Y 30 minutes
Example: LENS 50 J100
Replacement lenses: Orderos separate catalog number.
Series Lenstvoe Package quantity
Lens 6 High mount 360° U Unit
10 Low mount 360° 110 10 -pack
50 High mountaisleway J100 100 -pack
INDUSTRIAL
Notes
1 Dimming level fields not required when this option is chosen.
IBL
Page 5 of 8
IBL LED High Bay
LSXR COVERAGE PATTERNS
HIGH MOUNT 3600 LENS (#6)
• Best choice for 15 to 45 ft (4.57 to 13.72 m)
mounting heights
• 15 to 20 ft (4.57 to 6.10 m) radial coverage
overlaps area lit by a typical high bay fixture LOW VIEW
• Excellent detection of large motion (e.g. walk- oft o m
ing) up to a 35 ft (10.76 m) mounting height
• Excellent detection of extra large motion (e.g.
forklifts) up to a 45 ft (13.72 m) mounting 15 4.6
height 6 3 0m 3 6
20 10 0 ft 10 20
HIGH MOUNT AISLEWAY LENS (#50)
• Provides a bi-directional coverage pattern
ideal for warehouse racking
• 1.2x mounting height equals approximate
detection range in either direction
• Typical 40 ft (12.19 m) mounting detects
50 ft (15.24 m) in either direction
• Superior aisleway coverage compared to a
masked 3600 lens
LOW MOUNT 3600 LENS (#10)
SIDE VIEW
Oft Om
10 3
20 6
30 9.1
40 12.2
15.2 7.6 0 m 7.6 15.2
50 25 0 ft 25 50
HIGH VIEW
Om Oft
4.6 15
9.1 30
13.7 145
9.1 6 3 Om 3 6 9.1
30 20 10 Oft 10 20 30
• Best choice for large motion detection (e.g. 85 28
walking)
• 360° conical shaped pattern SIDE VIEW TOP VIEW 4.3 14
• Provides -24 ft (7.32 m) radial coverage oft Om
(2000 ftZ) when mounted at 9 ft (2.74 m) 0 m 0 ft
• 7 to 15 ft (2.13 to 4.57 m) mounting heights
provide 16 to 36 ft (4.88 to 10.97 m) radial 9 27
8.5 6.4 4.3 2.1 0 m 2.1 4.3 6.4 8.5 4.3 14
coverage
• Detection range improves when walking 28 21 14 7 Oft 7 14 21 28 8.5 28
across beams compared to into beams
INDUSTRIAL IBL
Page 6 of 8
IBL LED High Bay
IMP - Integrated Modular Plug
The integrated modular plug (IMP) option allows the installer to plug and playa multitude of accessories.
Cord sets connect quickly to any fixture with IMP option.
IMP accessories include occupancy sensors, photocells, X -point relays.
IMP compatible sensors
IMP compatible sensors'
CSIWIMP
Straight plug, 120V
CS3WIMP
Twist -lock, 120V
CS7WIMP
Straight plug, 277V
CSI1WIMP
Twist -lock, 277V
CS25WIMP
Twist -lock, 347V
CS93WIMP
600VSEOOWwhite cord, noplug
CS97WIMP
Twist -lock, 480V
IMP compatible sensors
MSIIMP
Aisle sensor
MS1360IMP
360°sensor
RRL - RELOC°-Ready Luminaire
RRL connectors can be used with Quick -Flex®, System 820 and OnePass® systems.
Load side of connector factory installed to luminaire.
4 -pole mating connector with push -in terminations allows for simple installation.
Touch -safe design on both halves meets UL/CSA requirement.
Wiping contact design allows safe disconnect under load.
Notes
1 Cord set required forfixture operation. All cord sets are 18/3, 6'white..
r M r r r Lead times will vary depending on options selected. Consult with your sales representative. Example: RRLA
Series Wiring instructions
RRL RELOC®-ready luminaire A Hot conductor wired to position #1 (phase A)
B Hot conductorwired to position #2 (phase B)
C Hot conductorwired to position #3 (phase ()'
AB Outboard hot conductor wired to position #1 (phase A), inboard hot
conductor wired to position #2 (phase B)
Compatible RELOC' Cables for Ind ustrial Luminaires (shipped and ordered separately)
OCs OCU OD
AE Hot conductor wired to position #1 (phase A), hot conductor #2 wired to posi-
tion #2 (phase B) 2
ABE Hot conductor wired to position #1 (phase A), hot conductor #2 wired to posi-
tion #2 (phase B), inverter conductor wired to position #3 (phase C)'•'
(12S Hot conductor in position #1 (phase A), low voltage conductor#1 in position
#2,low voltage conductor #2 in position #3''
1
Notes
1 C, ABE, and C12S options are not used with Quick -Flex QFC,
QSFC, QPT, and QD.
2 AE and ABE commercial fixtures should disconnect the TSPLbe-
DC PT fore unplugging the RRL so it does not go into discharge mode.
3 (1 2S option is used with the OnePass OD and 820 SSC, PT, and
DC for 0-10V/DALI applications.
INDUSTRIAL IBL
Page 7 of 8
IBL LED High Bay
OPTIONS AND ACCESSORIES
The I -BEAM LED fixture offers numerous options for almost every electrical and optical component, including along list of field -installable accessories.
REFLECTORS
Wide distribution is formed with 93%
reflective white paint. Narrow distribution is
formed with Alanod® MIRO®.
WIRE GUARD (external)
Field- or factory -installed. Protects light
engine from impact. Mounting hardware
included.
Factory -installed option:
WGX
Field -installed options:
WGIBL
WGIBL48
EMBEDDED OCCUPANCY SENSOR
Factory installed Sensor Switch® SFR30
(MSE360) or SFR7 (MSE360LB) placed in
the channel cover which reduces the risk of
sensor damage compared to non -embedded
sensors. Recommended mounting height for
MSE360 is over 15'and MSE360LB under 15'.
Factory -installed option:
MSE360
MSE360LB
SURFACE MOUNT BRACKET
Rigidly attach I -BEAM LED to a hard ceiling.
Can be placed anywhere along fixture.
Order as:
THUN (not for use in ambient temperatures
exceeding 951(35°Q, or on the 40L or 60L)
CORD SETS
Available in several lengths with or without
molded plug. White is standard.
For available options, see ordering
information on page 1.
IA L/THON/A L/GHT/NG�
INDUSTRIAL: One Lithonia Way, Conyers, GA 30012 Phone: 800-315-4963 Fax: 770-929-8789 www.lithonia.com
INTEGRATED ELECTRICAL OPTIONS
Channel sized to accept emergency components, surge
protector, fusing and embedded sensors.
DIFFUSER
Field- or factory -installed. Available in semi -diffuse
acrylic. Mounting hardware included.
Factory -installed option:
SD125
Field -installed option:
DLIBLSD125
DLIBL48 SD125
PENDANT MONOPOINT BRACKET
Accepts 3/4° rigid conduit for single -point mounting.
The bracket can be adjusted to help counterbalance
fixture to offset weight variance from end to end.
Order as:
IBLPMP
IBLPMPHB
IBLPMP48
IBLPMPHB48
HANGERS
Several lengths of aircraft cables and chains available;
with or withoutV-hooks.
Order as:
IBAC120 M20
IBHMP
For others, see accessories on page 1.
INTEGRATED MODULAR PLUG (IMP)
Must be factory -installed and allows for field
installation ofvarious modular accessories including
cordsets, motion sensors, photocells and LC&D
X -point' relays. Fixture must be ordered with IMP
option. Requires IMP power cord to operate fixtures.
IBL
© 2012-2017 Acuity Brands Lighting, Inc. All rights reserved. Rev. 07/03/17
Page 8 of 8
Basic 6 TECHNICAL
SPECIFICATIONS
If you're on a budget and don't want the bells and whistles of Powerfoil'8
or Powerfoil®X3.0, Basic 6 is the fan for you.
MADE TO MOVE AIR, PLAIN AND SIMPLE
• Airfoils - Six patented aluminum airfoils (mill finish).
• Winglets - Powerfoil winglets eliminate wind noise (safety yellow).
• Motor and Gearbox - Industrial -grade motor and gearbox feature
inline helical -cut gears for efficient, durable, and reliable operation;
lubricated for life with synthetic oil.
• Hub System - Machine -cut precision components for uniform load
distribution.
• Controller - Onboard NEMA 4X VFD eliminates RFI and EMI noise;
wall -mounted keypad allows floor level control of all fan functions.
• Mounting Options - Standard upper mount installs to I -beams and
angle iron; optional kits allow for mounting to large I -beams, solid
beams, Z -purlins, and pitched roofs.
• Safety Features - Airfoil retainers, hub retainer clips, safety cables,
Grade 8 bolts, fire relay (must be wired if required by local code).
• Colors - Standard colors for Basic 6 are silver and yellow. Want
something different? You can individualize your fan with one of our 11
classic color upgrades, or work with our design consultants to create
a shade that's all your own.
• Accessories - SmartSense automatically adjusts fan speed. See the
SmartSense spec sheet for details.
Onboard VFD Aerodynamic Winglet Design
' Weight does not include mount or a#ension tube.
' Measure the distance from the tip of the winglet to the telling or major obstruction.
' Fans are sound tested at maximum speed In .laboratory environment. Actual results in field conditions may vary due to ,,no reflecting surfaces and en nanmental c,ndItI,n,.
45 in.
(1143 mm)
28 in. 24 in.
(711 mm) (610 mm)
e Ery �s
Intertek
ce,nn•d m ui 507 and -.2.z
A
Pictured with 1 -ft (305 -mm) extension tube
Wall -Mounted Keypad
I� Height: 3.4 in. (86.4 mm)
®® Width: 2.2 in. (55.9 mm)
®® Depth: 0.72 in. (18.3 mm)
®®
Lead anres may vary.
See full warranty far --go )nfurmatlon.
Specifications subject to change without notice.
Technical Specifications
Diameter (A) Weight' Max speed
Airfoil clearances'
Input power and required breaker
Motor horsepower
Sound at max speed'
8 ft (2.4 m)124 Ib (56.2 kg) 191 RPM
2 ft (0.6 m) on sides
4 ft (1.2 m) below ceiling
100-125 VAC, 50/60 Hz,10, 15 A
200-240 VAC, 50/60 Hz, 10, 15 A
200-240 VAC, 50/60 Hz, 3 0,10 A
400-480 VAC, 50/60 Hz, 3 0,10 A
575-600 VAC, 50/60 Hz, 3 0,10 A
1.0 hp
(0.75 kW)
10 ft (3 m) 135 Ib (61.2 kg) 148 RPM
12 ft (3.6 m) 185 Ib (83.9 kg) 135 RPM
2 ft (0.6 m) on sides
5 ft (1.5 m) below ceiling
200-240 VAC, 50/60 Hz, 10, 25 A
200-240 VAC, 50/60 Hz, 3 0,15 A
400-480 VAC, 50/60 Hz, 3 0,10 A
575-600 VAC, 50/60 Hz, 3 0,10 A
1.5 hp
(1.1 kW)
< 55 dBA
14 ft (4.3 m) 192 Ib (87.1 kg) 110 RPM
16 ft (4.9 m) 204 Ib (92.5 kg) 98 RPM
2 ft (0.6 m) on sides
6 ft (1.8 m) below ceiling
2.0 hp
(1.5 kW)
18 ft (5.5 m) 210 Ib (95.2 kg) 86 RPM
20 ft (6.1 m) 217 Ib (98.4 kg) 76 RPM
2 ft (0.6 m) on sides
7 ft (2.1 m) below ceiling
24 ft (7.3 m) 231 Ib (104.8 kg) 61 RPM
' Weight does not include mount or a#ension tube.
' Measure the distance from the tip of the winglet to the telling or major obstruction.
' Fans are sound tested at maximum speed In .laboratory environment. Actual results in field conditions may vary due to ,,no reflecting surfaces and en nanmental c,ndItI,n,.
45 in.
(1143 mm)
28 in. 24 in.
(711 mm) (610 mm)
e Ery �s
Intertek
ce,nn•d m ui 507 and -.2.z
A
Pictured with 1 -ft (305 -mm) extension tube
Wall -Mounted Keypad
I� Height: 3.4 in. (86.4 mm)
®® Width: 2.2 in. (55.9 mm)
®® Depth: 0.72 in. (18.3 mm)
®®
Lead anres may vary.
See full warranty far --go )nfurmatlon.
Specifications subject to change without notice.
$'A L/THON/A L/GHT/NG-
FEATURES & SPECIFICATIONS
INTENDED USE
Provides maintenance -free general illumination for outdoor use in residential and commercial applications
such as retail, education, multi -unit housing and storage. Ideal for lighting building facades, parking
areas, walkways, garages, loading areas and any other outdoor space requiring reliable security lighting.
CONSTRUCTION
Sturdy weather -resistant aluminum housing with a dark bronzefinish.
High performance LEDs are powered by an MVOLT driver providing 2720 and 3970 delivered lumens at
5000K.100,000 hours LED lifespan based on IESNA LM -80-08 results and calculated per IESNA TM -21-11
methodology. Fixture is maintenance -free.
Rated for outdoor installations -40°C minimum ambient.
Adjustable Dusk -to -Dawn, photocell standard automatically turns light on at dusk and off at dawn for
convenience and energy savings.
Photocell can be disabled by rotating the photocell cover.
OPTICS
Precision -molded acrylic lenses provide optimal luminaire spacing with Type 3 distribution.
Nighttime Friendly' full cutoff above 90' angle, standard.
INSTALLATION
Wall orarm mount (mounting arm sold separately).
All mounting hardware included.
LISTINGS
UL Certified to US safety standards. C -UL Certified to Canadian safety standards. Wet location listed.
Tested in accordance with IESNA LM -79 and LM -80 standards. DLC qualified product.
WARRANTY
5 -year limited warranty. Complete warramyterms located at
www.acuitybrands.com/CustomerResources/Terms and conditions.as xx
Actual performance may differ as a result of end-user environment and application.
All values are design or typical values, measured under laboratory conditions at 25 X.
NOTE: Specifications are subject to change without notice.
Catalog
Number
Notes
IType FIXTURE TYPE CC
Outdoor General Purpose
OLW
LED WALL PACK
UE DS �igjlitin}g.
NIGHfTIME� lighting
FRIENDLY LISTED �e
Co 1,t,,twlth LEED®gods
&Green Gl2`7 dten
for light pollution r.d.d,o,
Specifications
All dimensions are inches (centimeters)
2-5/8 2-3/16
(6.7) 15.61
14-7/8 9-7/8
(37.8) (25.1)
91111L Forshortest lead times, configure products using bolded options. Example: OLW 23
OLW
Series
Lumens/ Color temperature (CCT)
Voltage
Features
Finish
OLW LED Wall Light
23 2720 delivered lumens /SOOOKI
(blank) MVOLT(120V-277V)
(blank) Photocell included
(blank) DDB Dark Bronze
31 3970 delivered lumens / 5000KI
Accessories: Order as separate catalog number.
OMA 18 DDB U 18"Steel mounting arm
Notes
1 Correlated ColorTemperature (CCT) shown is nominal per ANSI C78,377-2008.
COMMERCIAL OUTDOOR OLW
OLW LED Wall Light
PHOTOMETRICS
Full photometric data report available within 2 weeks from request. Consult factory.
Tested in accordance with IESNA LM -79 and LM -80 standards.
) DI
Lithuria Lighting
fWhorlsLighting
Ming facts -
Light Output (Lumens)
2716
Watts
32.8
Lumens per Watt (Efficacy)
82
Color Accuracy
68
Color Rendering Index (CRI)
68
Light Color 1
2700K 3000K 4500K
65001K
NII results are according to IESNA LM -79-2008: Appmved Method lorlhe Elechical and
Pholomahlc Tessng of Solld-Slate Lghlirg. The U.S. Department of Energy (DOE) ven8es
product tell data old results.
Visit www.lightingfacts.com for the Label Reference Guide.
Registration Number NJSM.ZCWOMN (1/2]12014)
Visit www.lightingfects.com for the Label Reference Guide.
Model Number: OLW 23 (UPGRADE 12/0512013)
Type: Luminaire- Area/Roadway
) DI
Lithuria Lighting
Wing freacts-
Light Output (Lumens)
3967
Watts
45.1
Lumens per Watt (Efficacy)
87
Color Accuracy
68
Calor Rendering Index (CRI)
2700K 3000K 4500K
6500K
All results are according to IESNA LM -79-2008: Approved Method /or the Elechical end
Photometric Testing of Solid -State Lighting. The US. Department of Enegy (DOE) vent
predud test data and results.
Visit www.lightingfects.com for the Label Reference Guide.
Registration Number NJSM.B6101S (11242014)
Model Number: OLW 31 IUpersde: 121520131
Type: Luminaire - Area/Roadway
IA L/THON/A L/GHT/NG° OLW
An sr,McuityBrands Company
COMMERCIAL OUTDOOR: One Lithonia Way, Conyers, GA 30012 Phone: 800-279-8041 Fax: 770-860-3903 www.lithonia.com © 2011-2015 Acuity Brands Lighting, Inc. All rights reserved. Rev. 08/11/15
L=1 ILLUMINATION
VF150 Series - 8701 Trim
RECESSED ROUND BEVELED ACCENT 1 -LIGHT
PROJECT TYPE CATALOG NUMBER
Measurements in () are metric equivalents.
8701 ROUND BEVELED TRIMMED ACCENT - The VF150 Series is a large aperture, high
efficiency family of products that meet and exceed the needs of today's lighting designers
and specifiers that are seeking performance. Formed of die-cast aluminum.
04.00" 04.50"
(102) (114)
3.00" (76) Ball Catch
Retainers
75 (19) � ^,
TRIM ORDERING INFO
TRIM SERIES
TRIM FIINISH
OPTIONS
8701
Mw White
CL Clear lay -in lens
MB Black
DL Diffused lay -in lens
XX Custom
5.00" Round Beveled Accent
SHCL Shower rated
Die -Cast Aluminum
Clear lay -in lens
Trimmed
SHDL Shower rated
Diffused lay -in lens
Example: 8701 -MW -DL
(Shown with IcnS)
Specifications
ROUND BEVELED TRIMMED ACCENT
• Fixed or adjustable light output application
• 5.00" round die-cast aluminum
• 3.00" round large aperture
• .75" bevel regress
• .25" face trim
• Ball catch retainer for easy trim insertion
and removal
• Safety cable included
• Powder coat finish
oValuD M
T I Dimming Curve
n
3000K OCT 2000K
LF Illumination's new VAIUDIMTM warm dimming allows the features of warm
bri dimming technology to be installed in fixtures and price points once thought impossible.
J The small footprint LED COB design uses many of our standard subassembly components C �®
and is compatible with virtually all standard dimming protocols currently available. V
c us
0 _Mv��The LED itself maintains 95CRI typ (92CRI min) across the usable CCT range of 3000K
to 2000K and dims down to around 2% visible light output. ValuDIMTM comes in three ,
ValuDIMTM standard beam spread offerings of 17° narrow, 25° medium and 38° wide.
Limited
02016 LF ILLUMINATION LLC HEADQUARTERS Telephone: 818-885-1335
We reserve the right to change or 9200 Deering Avenue Toll Free: 855-885-1335 www.ifillumination.com
rev: 101016
withdraw specifications without prior notice. Chatsworth CA 91311 Fax: 818-576-1335
L=1 ILLUMINATION
Measurements in () are metric equivalents.
Butterfly
Bracket6.65" (169) Tie down
� Tabs
3.61" ° ° 4.61
1
(92) 17)
Adjustable Accommodates
Plaster Frame 04.00" i 1/2", 5/8", 3/4" & 1.0"
\ (102) Ceiling Thickness
O 8.65„
(220)
Integral Power Supply
& Wiring Compartment
(HVR-1 AA -T)
MINI SIZED HOUSING
(FD) Fixed Downlight Only
Specifications
VF150 Series Housings
ROUND FIXED AND ADJUSTABLE RECESSED DOWNLIGHT
360°
Butterfly � Rotation Tie down
Bracket t 9.40"(239) Tabs
O
5.40" Oo 6.40"
(137) (163)
d
Adjustable Accommodates
Plaster Frame E/ 1/2", 5/8", 3/4" & 1.0"
ao° Tilt Ceiling Thickness
04.00"
(102) 10.88"
(276)
Integral Power Supply J
& Wiring Compartment -
(HVR-1 BA -T)
SMALL SIZED HOUSING
(AD) Adjustable Downlight
(FD) Fixed Downlight (Also available)
ROUND TRIMMED HOUSING
MOUNTING
• Housing of all steel construction
• Butterfly brackets for commercial installation in drywall, wood, stone,
• Adjustable plaster frame
acoustic tile, or other ceiling types
• Black powder coat finish
• Perforated plate adjusts for 1/2", 5/8", 3/4" & 7/8" ceiling thickness
• Ceiling Cut-out - 04.13"
• Includes heavy-duty L-BarSTv` hanger bar system for residential
ELECTRICAL
installation
• Field -replaceable integral LED driver
LABELS
• Electrical wiring compartment integrated into housing
• Suitable for damp location, except when ordered with shower trim -
construction
Suitable for wet location
• Internal thermal protection
• IC rated / Air -Tight / Title 24 Compliant
• Easy maintenance access through ceiling opening
• Rated for through -branch wiring
• Dimmable
® V �® �
TRIM ORDERING INFO
Limited c us
SERIES LED MODULE
AND INFORMATION
CRI/COLOR
HVR-1 AA -T BRIDGELUX
8027 80CRI / 2700K Bridgelux / CREE BRIDGELUX FD D1 Phase Dimming 1 120V IC
Mini Round Trimmed 11L 11 W LED / 8251m nom.
8030 80CRI / 3000K Bridgelux / CREE
N Narrow 20° Fixed (120V only) U 120-277V Insulated Ceiling
New Construction Housing 16L 16W LED / 11001m nom.
8035 80CRI / 3500K Bridgelux / CREE
M Medium 28° AD D2 0-10V Dimming
8040 80CRI / 4000K Bridgelux / CREE
W Wide 40° Adjustable* D3 Lutron Hi-lume-* EM
9027 90CRI / 2700K Bridgelux Only
V Very Wide 74° Forward Phase Remotely Mounted
HVR-1 BA -T
9030 90CRI / 3000K Bridgelux Only
(120V only) Emergency LED Inverter
Small Round
9727 97CRI / 2700K Bridgelux Only
* HVR-1 BA -T D4 Lutron Hi-lume-,*
Trimmed CREE
9730 97CRI / 3000K Bridgelux Only
CREE Small housing Ecosystem- &
New Construction Housing 09C 09W LED / 9001m nom.
9527 95CRI / 2700K CREE Only
N Narrow 16° only 3 wire (1 %)
14C 14W LED / 12001m nom.
9530 95CRI / 3000K CREE Only
M Medium 28° DE Lutron Hi-lume-,*
20C 20W LED / 16001m nom.-
9535 95CRI / 3500K CREE Only
W Wide 42° Ecosystem -1 % with
28C 28W LED / 22001m nom.*
9540 95CRI / 4000K CREE Only
V Very Wide 73° Soft -On, Fade -to -Black,
*HVR-1 BA -T Small housing only
Black finish is standard ValuDIMT"
9220 92CRI / 3000-2000K
VaIuDIMTM * Not available in HVR-IAA-T
15V 15W LED / 81 Olm nom.
Warm Dimming ValuDIM Only
N Narrow 17° mini housing
3000-2000K
M Medium 25°
Warm Dimming
W Wide 38°
Example: HVR-1 BA -T 14C -8027 -N -FD -D1 -1 -IC
02016 LF ILLUMINATION LLC
HEADQUARTERS
Telephone: 818-885-1335
We reserve the right to change or
9200 Deering Avenue
Toll Free: 855-885-1335
www.ifillumination.com
rev: 101016
withdraw specifications without prior notice.
Chatsworth CA 91311
Fax: 818-576-1335
L=1 ILLUMINATION OPTICAL ACCESSORIES
VF100 / VF150 /Turret /Sleeve
Other filters, colored glass, dichroics & micro -lenses available upon request
02015 LF ILLUMINATION LLC HEADQUARTERS Telephone: 818-885-1335
We reserve the right to change or 9200 Deering Avenue Toll Free: 855-885-1335 www.ifillumination.com
rev: 060915
withdraw specifications without prior notice. Chatsworth CA 91311 Fax: 818-576-1335
IflMIDM5�1E
ENGINEERING
Subsurface Exploration Program
Geotechnical Evaluation
Eagle County Facilities Shop
Gypsum, Colorado
Prepared For:
Menendez Architects PC
715 W. Main Street, Suite 104
Aspen, Colorado 81611
Attention: Mr. Luis Menendez
Job Number: 17-6006
November 10, 2017
GRAND COUNTY OFFICE PO Box 165 752 E. Agate Court #5 Granby, CO 80446 1 (970) 887-0531 1 www.groundeng.com
ENGLEWOOD COMMERCE CITY LOVELAND I GRANBY I GYPSUM
TABLE OF CONTENTS
Page
Purposeand Scope of Study......................................................................................
1
Proposed Construction................................................................................................
2
SiteConditions............................................................................................................
2
SubsurfaceExploration...............................................................................................
3
LaboratoryTesting......................................................................................................
4
Subsurface Conditions................................................................................................
4
SeismicClassification.....................................................................................................7
FoundationSystems Overview.....................................................................................8
FoundationSystem...................................................................................................
10
FloorSystem.............................................................................................................
12
ExteriorFlatwork.......................................................................................................
14
Lateral Earth Pressures.............................................................................................
17
WaterSoluble Sulfates..............................................................................................
18
SoilCorrosivity..........................................................................................................
19
ProjectEarthwork......................................................................................................
22
Excavation Information..............................................................................................
27
Utility Pipe Lateral Installation...................................................................................
28
SurfaceDrainage......................................................................................................
31
Closure......................................................................................................................
35
Locations of Test Holes....................................................................................
Figure 1
Logs of Test Holes...........................................................................................
Figure 2
Legendand Notes.............................................................................................
Figure 3
Summary of Laboratory Test Results................................................................
Table 1
Summary of Soil Corrosion Test Results..........................................................
Table 2
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
PURPOSE AND SCOPE OF STUDY
This report presents the results of a geotechnical evaluation performed by GROUND
Engineering Consultants, Inc. (GROUND) for Menendez Architects PC in support of
design of the proposed shop building to be constructed at the Eagle County
Maintenance Service Center located at the address of 3289 Cooley Mesa Road in
Gypsum, Colorado. Our study was conducted in general accordance with GROUND's
Proposal No. 1710-1718, dated October 4, 2017.
A field exploration program was conducted to obtain information on the subsurface
conditions. Material samples obtained during the subsurface exploration were tested in
the laboratory to provide data on the engineering characteristics of the on-site soils. The
results of the field exploration and laboratory testing are presented herein.
This report has been prepared to summarize the data obtained and to present our
findings and conclusions based on the proposed development/improvements and the
subsurface conditions encountered. Design parameters and a discussion of engineering
considerations related to the proposed improvements are included herein. This report
should be understood and utilized in its entirety; specific sections of the text, drawings,
graphs, tables, and other information contained within this report are intended to be
understood in the context of the entire report. This includes the Closure section of the
report which outlines important limitations on the information contained herein.
This report was prepared for design purposes of Menendez Architects PC based on our
understanding of the proposed project at the time of preparation of this report. The data,
conclusions, opinions, and geotechnical parameters provided herein should not be
construed to be sufficient for other purposes, including the use by contractors, or any
other parties for any reason not specifically related to the design of the project.
Furthermore, the information provided in this report was based on the exploration and
testing methods described below. Deviations between what was reported herein and the
actual surface and/or subsurface conditions may exist, and in some cases those
deviations may be significant.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 1
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
PROPOSED CONSTRUCTION
We understand that proposed construction will consist of a new single -story, pre-
engineered metal building approximately 11,200 square feet in building footprint
(80'x140'). We assume associated underground utilities, and new entrances/exits will
also be constructed.
Based on site observations and provided preliminary topography information, it appears
that minimal material cuts/fill up to approximately 2 feet may be necessary to facilitate
construction. These approximate cut/fill depths should be re-evaluated once final
grading plans are developed. If this information differs substantially from the project
plans, GROUND should be notified in writing to confirm or amend as necessary, the
information provided herein.
SITE CONDITIONS
At the time of our subsurface
exploration program, the site
generally existed as the existing
Eagle County Maintenance Service
Center including several buildings
and asphalt paved drive
lanes/parking areas with associated
drainage/detention improvements.
The immediate vicinity of the
proposed shop building consisted of
a gravel surfaced material stockpile
yard stockpiled with various materials. Vehicle parking, storage areas, and other
developments were located on site as well. The site was bounded by agricultural
development and public/residential development beyond to the north, Jules Drive to the
east, Cooley Mesa Road to the south, and recreational development to the west.
Short grasses/weeds as well as deciduous and evergreen trees were observed locally
within the project site. The site was relatively gently sloping with slopes up to
approximately 2 percent generally descending to the northeast.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 2
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
SUBSURFACE EXPLORATION
The subsurface exploration for the project was conducted on October 20`", 2017. Two
(2) test holes were drilled with a truck -mounted drill rig advancing continuous flight auger
equipment to evaluate the subsurface conditions as well as to retrieve soil samples for
laboratory testing and analysis. These test holes were drilled within/adjacent to the
approximate proposed building footprint. The test holes were drilled to depths ranging
from approximately 14 to 17 feet below existing grades. Test holes were advanced to
their termination depths (practical drill rig refusal) to evaluate the subsurface conditions
as well as to retrieve samples for laboratory testing and analysis. Where practical drill
rig refusal was initially encountered, the test hole locations were offset with the deepest
advancement being indicated on the drill logs. Additionally, it should be noted that the
sampling tube is relatively small in diameter when compared to the in-place materials'
size. The 2 -inch diameter (or smaller) sampling apparatus inherently cannot sample
undisturbed cobble and boulder materials due to their larger sizes. It should be
understood that the samples obtained during drilling operations likely are not
representative of the larger sized earth materials that may be encountered during
construction. Material sizes and descriptions are largely interpreted and estimated
based on drilling advancement rates and other observations during the drilling
operations. Additional exploration utilizing alternate methods, such as air percussion
drilling or test pits, should be considered if more information is requested. A
representative of GROUND directed the subsurface exploration, logged the test holes in
the field, and prepared the soil samples for transport to our laboratory.
Samples of the subsurface materials were retrieved with a 2 -inch I.D. California liner
sampler and a 1% -inch I.D. Standard Penetration Test sampler. The samplers were
driven into the substrata with blows from a 140 -pound hammer falling 30 inches. This
procedure is similar to the Standard Penetration Test described by ASTM Method
D1586. Penetration resistance values, when properly evaluated, indicate the relative
density or consistency of soils. Disturbed samples from returned cuttings were also
obtained from some of the test holes. Depths at which the samples were obtained and
associated penetration resistance values are shown on the test hole logs.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 3
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
The approximate locations of the test holes are shown in Figure 1. Logs of the
exploratory test holes are presented in Figure 2. Explanatory notes and a legend are
provided in Figure 3.
LABORATORY TESTING
Samples retrieved from our test holes were examined and visually classified in the
laboratory by the project engineer. Laboratory testing of soil samples obtained from the
subject site included standard property tests, such as natural moisture contents, dry unit
weights, grain size analyses, and Atterberg limits. Water-soluble sulfate, corrosivity,
unconfined compressive strength and direct shear tests were completed on selected
samples of the soils, as well. Laboratory tests were performed in general accordance
with applicable ASTM protocols. As previously discussed, the laboratory results
presented in this report represent the retrieved earth samples. They should not be
anticipated to be representative of the actual sizes/compositions of the subsurface
materials due to drilling techniques and employed sampling apparatuses. Results of the
laboratory testing program are summarized in Tables 1 and 2.
SUBSURFACE CONDITIONS
Regional Geology
Published geologic maps, e.g., Tweto (1979)' depict the site as underlain by
Phanerozoic, Cenozoic, and Quanternary gravels and alluviums (Qg). These deposits
are interpreted to include sand, gravels, cobbles, boulders, silt, and clay. These
materials are underlain by the Pennsylvanian Eagle Valley Evaporite (Pee). This
formation is generally composed of gypsum, anhydrite, and interbedded siltstone with
minor amounts of dolomite. It includes thick halite (salt) deposits locally.
Geologic Hazards
Soluble Mineral Dissolution and Sinkholes Gypsum, halite and other minerals in the
Eagle Valley Evaporite (and the Eagle Valley Formation) and portions of the Maroon
Formation mapped nearby are vulnerable to dissolution in groundwater. The resultant
Tweto, Ogden, 1979, Geologic Map of Colorado, United States Geological Survey Special Geologic Map,
Scale 1:500,000.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 4
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
voids have propagated to the ground surface resulting in `sink holes.' Sink holes of
various ages have been mapped along the Eagle, Colorado, and Roaring Fork River
valleys, as well as along the tributaries (Gypsum Creek for example) to those rivers.
Sink holes appear to have developed with the greatest frequency where the Eagle Valley
Evaporite is overlain in the shallow subsurface by stream gravels.
Therefore, the risk of sink hole development at or near the site of the subject building
must be considered at least moderate. The likelihood of development of a sink hole at a
given location, however, is difficult to forecast. Additional geotechnical drilling and
geophysical studies attempting to locate nascent sink holes in the near surface have
been unreliable, in our experience.
Also, the risks at the location of the proposed building are interpreted to be no greater
than at most nearby sites in Gypsum. The existing development on site as well as the
surrounding area all have been constructed and utilized despite the similar risk.
Geotechnical measures to mitigate the risk of structural damage from sink hole
development — such as a deep, geo-textile-reinforced, remedial fill sections — are
relatively expensive and are somewhat un -proven in their effectiveness. Therefore, if
Menendez Architects PC or the owner can accept the risk of sink hole development, the
improvements may be constructed without measures to mitigate that specific risk.
GROUND will be available to discuss this risk in more detail.
Expansive Soils Swelling clayey soils and bedrock change volume in response to
changes in moisture content that can occur seasonally, or in response to changes in
land use, including development. Expansion potentials vary with moisture contents,
density, and details of the clay chemistry and mineralogy. The swell potential in any
particular area can vary markedly both laterally and vertically due to the complex
interbedding of the site soil and bedrock materials. Moisture changes also occur
erratically, resulting in conditions that cannot always be predicted.
The shallow earth materials underlying the site included clays, sands and gravels.
Sands and gravels, in our experience, exhibit significant swell potentials only
occasionally. Laboratory testing of samples of the on-site materials encountered in the
project test holes did not indicate a potential for swell (See Table 1). However, swells
may be associated with the site soils in localized areas.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 5
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
Collapsible Soils Certain surficial deposits in the Eagle Valley area, typically alluvial fan
materials are known to be susceptible to local hydro -consolidation or "collapse." Hydro -
consolidation consists of a significant volume loss due to re -structuring of the constituent
grains of the soil to a more compact arrangement upon wetting. The local soils,
generally, are coarse, stream -laid materials, not alluvial fan deposits.
Laboratory testing of samples of the on-site materials encountered in the project test
holes indicated a potential for consolidation (See Table 1). A consolidation of
approximately 1.8 percent was measured at a surcharge load of approximately 500 psf.
However, greater consolidation potentials may be associated with the site soils in
localized areas.
Subsurface Conditions
The subsurface conditions encountered in the test holes generally consisted of
approximately 2 inches of gravel materials at the surface, underlain by sands and
gravels, including interpreted cobbles and boulders, extending to the test hole
termination depths.
While not obviously apparent, complete delineation (composition, thickness, lateral
extent) and/or determination of the presence of any potentially existing man-made fill
materials were not included in this scope of service at this time. If this is important to the
Contractor, he should perform additional subsurface exploration by excavating test pits
to further evaluate the presence of fill.
Sand and Gravels were somewhat silty/clayey and consisted of fine to coarse sands
and gravels including interpreted cobbles and boulders. Larger boulders (based on
experience in the area) could be present as well. They were low to moderately plastic,
loose to very dense, slightly moist to moist and red to brown in color. Cobble/boulder
sizes were interpreted by GROUND via conditions encountered during drilling. These
are estimates only.
As referenced previously, coarse gravel, cobbles, and boulders are not well represented
in samples obtained from small diameter test holes. At this site, therefore, it should be
anticipated that gravel, cobbles, and boulders should be expected to be present in the
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 6
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
subsurface materials. This limitation also applies to comparatively sized fragments of
potential construction debris.
Groundwater was not obviously encountered in the test holes at the time of drilling.
The test holes were backfilled immediately following drilling operations due to safety.
Groundwater levels should also be expected to fluctuate, and likely rise, in response to
annual and longer-term cycles of precipitation, irrigation, snow melt, surface drainage,
land use, and the development of transient, perched water conditions. It has been our
experience that surface and groundwater levels fluctuate greatly in mountainous areas,
primarily due to seasonal conditions such as spring runoff. These conditions are often
highly variable and difficult to predict. Although these conditions generally exist for 1 to
3 months annually, their impact on design can be significant. In Eagle County,
Colorado, it is common during construction to encounter dry conditions in the Fall and
wet conditions in the Spring with relative groundwater fluctuations of 10 feet or more.
This is particularly critical for foundation and deep utility excavations, cut slopes, culvert
sizing, and for development adjacent to intermittently dry streams or rivers.
Furthermore, if development has not established positive surface drainage, particularly
prior to temporary winter shutdown procedures, other components of partial and
complete development are compromised. Proper drainage measures should be taken
during and after construction. The Contractor and the Project Team should consider
these complex conditions prior to commencing construction.
Swell and Consolidation Testing of samples of the on-site materials encountered in
the project test holes indicated a potential for consolidation (See Table 1). A
consolidation of approximately 1.8 percent was measured at a surcharge load of
approximately 500 psf.
SEISMIC CLASSIFICATION
According to the 2015 International Building Code° (Section 1613 Earthquake Loads),
"Every structure, and portion thereof, including nonstructural components that are
permanently attached to structures and their supports and attachments, shall be
designed and constructed to resist the effects of earthquake motions in accordance with
ASCE 7, excluding Chapter 14 and Appendix 11A. The seismic design category for a
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 7
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
structure is permitted to be determined in accordance with Section 1613 (2015 IBC) or
ASCE 7." Exceptions to this are further noted in Section 1613.
Utilizing the USGS's Seismic Design Maps Tool
(htti)://geohazards.usgs.gov/designmaps/us/al)plication.php) and site latitude/longitude
coordinates of 39.640615 and —106.943772 (obtained from Google Earth), respectively,
the project area is indicated to possess an SDS value of 0.315 and an SDS value of 0.127.
Per 2015 IBC, Section 1613.5.2 Site class definitions, "Based on the site soil properties,
the site shall be classified as Site Class A, B, C, D, E or F in accordance with Chapter 20
of ASCE 7. Where the soil properties are not known in sufficient detail to determine the
site class, Site Class D shall be used unless the building official or geotechnical data
determines that Site Class E or F soil is likely to be present at the site".
Based on the soil conditions encountered in the test holes drilled on the site, our review
of applicable geologic maps, as well as our experience within the Project site vicinity,
GROUND estimates that a Site Class D (estimate this using the 2015 IBC guidelines)
according to the 2015 IBC classification (Table 1613.5.2) could be anticipated for
seismic foundation design. This parameter was estimated utilizing the above -referenced
table as well as extrapolation of data beyond the deepest depth explored. Actual shear
wave velocity testing/analysis and/or exploration to 100 feet was not performed. In the
event the Client desires to potentially utilize Site Class C for design, according to the
2015 IBC, actual downhole seismic shear wave velocity testing and/or exploration to
subsurface depths of at least 100 feet, should be performed. In the absence of
additional subsurface exploration/analysis, a Site Class D should be utilized for design.
FOUNDATION SYSTEMS OVERVIEW
As stated, based on correspondence with the project team, we understand that a new
single -story, pre-engineered metal building is planned for construction. Based on site
observations and provided preliminary topography information, it appears that minimal
material cuts/fill up to approximately 2 feet may be necessary to facilitate construction.
Additionally a potential for consolidation appears to be present in the overburden
materials.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 8
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
For the least risk of post -construction movement (approximately 1/2 inch), a deep
foundation system consisting of straight -shaft drilled piers or other deep system (driven
piles) advanced into the underlying bedrock with a structural floor system would be
utilized. However, due to the anticipated depth of bedrock (greater than approximately
17 feet below existing grades) and assumed difficult drilling/driving conditions, a drilled
pier/driven pile system may not be feasible for this project. In the event a deep
foundation system is desired, GROUND should be contacted and further exploration is
anticipated be necessary.
As an alternate (but not equal in performance) system, a shallow foundation consisting
of spread footings or mat may be utilized for the proposed structure provided it bears on
properly prepared, native earth materials. A "leveling course" consisting of a minimum of
12 inches of roadbase or other approved granular material should be utilized to facilitate
fine grading for subgrade materials. Boulders encountered near the bearing elevations
of foundations requiring removal to facilitate construction should be removed and
replaced with "controlled low strength material" (CLSM), i.e., a lean, sand -cement slurry,
"flowable fill," or similar material to the full depth of boulder removal. Utilizing this option
as well as other applicable suggestions provided in this report, GROUND anticipates
potential movements on the order of approximately 1 inch and differential movements on
the order of '/2 inch over a distance of 40 feet. Realized movements may be more or
less; movements exceeding 1 inch should be expected locally, as well as the associated
building distress.
Inadequate site drainage and/or ineffective fill processing will result in an increase in the
movement estimate provided. In addition, realized movements may be more or less
depending on the subsurface materials present and the overall site drainage after
construction is completed and landscape irrigation commences. In the event the earth
materials supporting the proposed structure's foundation and floor systems experiences
moisture infiltration, post -construction movements in excess of these provided herein,
should be anticipated.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 9
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
FOUNDATION SYSTEM
Shallow Foundation
The Geotechnical Criteria below should be observed for a shallow foundation system.
1) Footings should bear on a properly prepared "leveling course" as discussed in
the Geotechnical Considerations for Design section of this report.
2) Footings/mat slabs bearing on prepared native materials may be designed for an
allowable soil bearing pressure (Q) of 2,000 psf under drained conditions.
These values may be increased by 1/3 for transient loads such as wind or seismic
loading. Based on this allowable soil bearing pressure, we anticipate post -
construction vertical movements of approximately 1 inch. These estimates are
based on anticipated footing widths.
3) The estimated 1 inch of likely, post -construction settlement associated with this
allowable soil bearing pressure is based on an assumption of effective site
drainage. If foundation soils are subjected to an increase/fluctuation in moisture
content, the effective bearing capacity will be reduced and greater post -
construction movements than those estimated above may result.
4) In order to reduce differential settlements between footings or along continuous
footings, footing loads should be as uniform as possible. Differentially loaded
footings will settle differentially. Similarly, differential fill thicknesses beneath
footings will result in increased differential settlements.
5) Foundations should have a minimum dimension of 18 or more inches for
continuous footings and 24 or more inches for isolated pad footings. Actual
dimensions, however, should be determined by the Structural Engineer, based
on the design loads.
6) Foundations should be provided with adequate soil cover above their bearing
elevation for frost protection. Foundations should be placed at a bearing depth 4
or more feet below the lowest adjacent exterior finish grades.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 10
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
7) Continuous foundation walls should be reinforced top and bottom to span an
unsupported length of at least 10 feet. This minimum length is provided in the
event a portion of the footing subgrade is disturbed due to installation of a utility
conduit, existence of a current conduit, building remodel, etc.
8) Geotechnical parameters for lateral resistance to foundation loads are provided
in the Lateral Earth Pressures section of this report.
9) Connections of all types must be flexible and/or adjustable to accommodate the
anticipated, post -construction movements of the structure.
Shallow Foundation Construction
10) The contractor should take adequate care when making excavations not to
compromise the bearing or lateral support for nearby improvements.
11) Footing excavation bottoms may expose loose, organic, or otherwise deleterious
materials, including debris. Firm materials may become disturbed by the
excavation process. All such unsuitable materials should be excavated and the
foundations deepened.
12) Foundation -supporting soils may be disturbed or deform excessively under the
wheel loads of heavy construction vehicles as the excavations approach footing
bearing levels. Construction equipment should be as light as possible to limit
development of this condition. The movement of vehicles over proposed
foundation areas should be restricted.
13) All foundation subgrade should be compacted with a vibratory plate compactor
prior to placement of concrete.
14) Fill placed against the sides of the footings should be properly compacted in
accordance with the Project Earthwork section of this report.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 11
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
FLOOR SYSTEM
Slab -on -Grade Floors
Geotechnical Parameters for Slab -on -Grade Floors
1) Lightly loaded slabs should be placed on properly prepared "leveling course" as
discussed in the Foundation/Floor System Overview section.
Considerations for fill placement and compaction are provided in the Project
Earthwork section of this report
2) An allowable subgrade vertical modulus (K) of 100 pci may be utilized for lightly
loaded slabs supported by the on-site materials. This value is for a 1 -foot x 1 -foot
plate; it should be adjusted for slab dimension.
3) The prepared surface on which the slabs will be cast should be observed by the
Geotechnical Engineer prior to placement of reinforcement. Exposed loose, soft,
or otherwise unsuitable subgrade materials should be excavated to competent
materials and properly replaced. Additional gravel may be necessary to achieve
proper grades.
4) Slabs should be separated from all bearing walls, columns, and footings with slip
joints, which allow unrestrained vertical movement. Slabs should not bear on or
be structurally connected to footings or other foundation elements.
5) Joints should be observed periodically, particularly during the first several years
after construction. Slab movement can cause previously free -slipping joints to
bind. Measures should be taken to assure that slab isolation is maintained in
order to reduce the likelihood of damage to walls and other interior improvements.
6) Interior partitions (if applicable) resting on floor/concrete slabs should be provided
with slip joints so that if the slabs move, the movement cannot be transmitted to
the upper structure. This detail is also important for wallboards and door frames.
A slip joint, which will allow at least 2 or more inches of vertical movement, is
recommended. If slip joints are placed at the tops of walls, in the event that the
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 12
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
slabs move, it is likely that the wall will show signs of distress, especially where
the slabs meet the exterior wall.
7) Concrete slabs -on -grade should be placed on properly prepared subgrade. They
should also be constructed and cured according to applicable
standards and be provided with properly designed and constructed control joints.
The design and construction of such joints should account for cracking as a result
of shrinkage, tension, and loading; curling; as well as proposed slab use. Joint
layout based on the slab design may require more frequent, additional, or deeper
joints, and should also be based on the ultimate use and configuration of the
slabs. Areas where slabs consist of interior corners or curves (at column
blockouts or around corners) or where slabs have high length to width ratios, high
degree of slopes, thickness transitions, high traffic loads, or other unique features
should be carefully considered. The improper placement or construction of
control joints will increase the potential for slab cracking. ACI, AASHTO, and
other industry groups provide many guidelines for proper design and construction
of concrete slabs -on -grade and the associated jointing. Additionally, cracks will
develop in floor slabs.
8) Slabs should be adequately reinforced. Structural considerations for slab
thickness, jointing, and steel reinforcement in floor slabs should be developed by
the Structural Engineer. Placement of slab reinforcement continuously through
the control joint alignments will tend to increase the effective size of concrete
panels and reduce the effectiveness of control joints.
9) All plumbing lines should be carefully tested before operation. Where plumbing
lines enter through the floor, a positive bond break should be provided. Flexible
connections allowing 2 or more inches of vertical movement should be provided
for slab -bearing mechanical equipment. Greater movements may occur locally.
10) Moisture can be introduced into a slab subgrade during construction and
additional moisture will be released from the slab concrete as it cures. Placement
of a properly compacted layer of free -draining gravel, 4 or more inches in
thickness, beneath the slabs should be performed. This layer will help distribute
floor slab loadings, ease construction, reduce capillary moisture rise, and aid in
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 13
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
drainage. The free -draining gravel should contain less than 5 percent material
passing the No. 200 Sieve, more than 50 percent retained on the No. 4 Sieve,
and a maximum particle size of 2 inches.
11) The Client/Project Team should review the American Concrete Institute's (ACI)
Sections 301/302/360 for additional guidance regarding slab on grade design and
construction. Vapor Barriers should meet applicable performance standards as
stated in ASTM E 1745.
Slab movements are directly related to the increases in moisture contents to the
underlying soils after construction is completed. The precautions and parameters
itemized above will not prevent the movement of floor slabs if the underlying materials
are subjected to moisture fluctuations. However, these steps will reduce the damage if
such movement occurs.
EXTERIOR FLATWORK
Proper design, drainage, construction, and maintenance of the areas between individual
buildings and parking/driveway areas are critical to the satisfactory performance of the
project. Sidewalks, entranceway slabs and roofs, fountains, raised planters and other
highly visible improvements commonly are installed within these zones, and distress in
or near these improvements is common. Commonly, soil preparation in these areas
receives little attention because they fall between the building and pavement (which are
typically built with heavy equipment). Subsequent landscaping and hardscape
installation often is performed by multiple sub -contractors with light or hand equipment,
and over -excavation / soil processing is not performed. The design team, contractor,
and pertinent subcontractors should take particular care with regard to proper subgrade
preparation around the structure exteriors.
Exterior flatwork and other hardscaping placed on the soils encountered on-site may
experience post -construction movements due to volume change of the subsurface soils
and the relatively light loads that they impose. Both vertical and lateral soil movements
can be anticipated as the soils experience volume change as the moisture content
varies. Distress to rigid hardscaping likely will result. The following measures will help
to reduce damages to these improvements.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 14
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
In order to reduce the potential for post -construction movement based on our analysis,
and provided the owner understands the risks identified above, we believe that subgrade
under exterior flatwork or other (non -building) site improvements could be scarified to a
depth of 12 or more inches. Greater overexcavation depths (i.e. 3 to 5 or more feet)
may result in greater long term performance but at greater initial cost. The excavated
soil should be replaced as properly moisture -conditioned and compacted fill as outlined
in the Project Earthwork section of this report. Distress to flatwork should be anticipated.
Prior to placement of flatwork, a proof roll should be performed to identify areas that
exhibit instability and deflection. The soils in these areas should be removed and
replaced with properly compacted fill or stabilized.
Flatwork should be provided with effective control joints. Increasing the frequency of
joints may improve performance. ACI parameters should be followed regarding
construction and/or control joints. Based on our experience, concrete sidewalks are
often approximately 4 inches in thickness. Actual thicknesses should be based on
project design or governing municipal standards.
In no case should exterior flatwork extend to under any portion of the structure where
there is less than 3 inches of clearance between the flatwork and any element of the
structure. Exterior flatwork in contact with brick, rock facades, or any other element of
the structure can cause damage to the structure if the flatwork experiences movements.
As discussed in the Surface Drainage section of this report, proper drainage also should
be maintained after completion of the project, and re-established as necessary. In no
case should water be allowed to pond on or near any of the site improvements or a
reduction in performance should be anticipated.
Concrete Scaling Climatic conditions in the project area including relatively low
humidity, large temperature changes and repeated freeze — thaw cycles, make it likely
that project sidewalks and other exterior concrete will experience surficial scaling or
spalling. The likelihood of concrete scaling can be increased by poor workmanship
during construction, such as `over -finishing' the surfaces. In addition, the use of de-icing
salts on exterior concrete flatwork, particularly during the first winter after construction,
will increase the likelihood of scaling. Even use of de-icing salts on nearby roadways,
from where vehicle traffic can transfer them to newly placed concrete, can be sufficient
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 15
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
to induce scaling. Typical quality control / quality assurance tests that are performed
during construction for concrete strength, air content, etc., do not provide information
with regard to the properties and conditions that give rise to scaling.
We understand that some municipalities require removal and replacement of concrete
that exhibits scaling, even if the material was within specification and placed correctly.
The contractor should be aware of the local requirements and be prepared to take
measures to reduce the potential for scaling and/or replace concrete that scales.
In GROUND's experience, the measures below can be beneficial for reducing the
likelihood of concrete scaling. It must be understood, however, that because of the other
factors involved, including weather conditions and workmanship, surface damage to
concrete can develop, even where all of these measures were followed.
1) Maintaining a maximum water/cement ratio of 0.45 by weight for exterior
concrete mixes.
2) Include Type F fly ash in exterior concrete mixes as 20 percent of the
cementitious material.
3) Specify a minimum, 28 -day, compressive strength of 4,500 psi for all exterior
concrete.
4) Including `fibermesh' in the concrete mix also may be beneficial for reducing
surficial scaling.
5) Cure the concrete effectively at uniform temperature and humidity. This
commonly will require fogging, blanketing and/or tenting, depending on the
weather conditions. As long as 3 to 4 weeks of curing may be required, and
possibly more.
6) Avoid placement of concrete during cold weather so that it is not exposed to
freeze -thaw cycling before it is fully cured.
7) Avoid the use of de-icing salts on given reaches of flatwork through the first
winter after construction.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 16
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
We understand that commonly it may not be practical to implement some of these
measures for reducing scaling due to safety considerations, project scheduling, etc. In
such cases, additional costs for flatwork maintenance or reconstruction should be
incorporated into project budgets.
Frost and Ice Considerations Nearly all soils other than relatively coarse, clean,
granular materials are susceptible to loss of density if allowed to become saturated and
exposed to freezing temperatures and repeated freeze — thaw cycling. The formation of
ice in the underlying soils can result in heaving of pavements, flatwork, and other
hardscaping ("frost heave") in sustained cold weather up to 2 inches or more. This
heaving can develop relatively rapidly. A portion of this movement typically is recovered
when the soils thaw, but due to loss of soil density, some degree of displacement will
remain. This can result even where the subgrade soils were prepared properly.
Where hardscape movements are a design concern, e.g., at doorways, replacement of
the subgrade soils with 3 or more feet of clean, coarse sand or gravel should be
considered or supporting the element on foundations similar to the structure and
spanning over avoid. Detailed information in this regard can be provided upon request.
It should be noted that where such open graded granular soils are placed, water can
infiltrate and accumulate in the subsurface relatively easily, which can lead to increased
settlement from factors unrelated to ice formation. Therefore, where a section of open
graded granular soils are placed, a local underdrain system should be provided to
discharge collected water. GROUND will be available to discuss these concerns upon
request.
LATERAL EARTH PRESSURES
Structures which are laterally supported and can be expected to undergo only a limited
amount of deflection should be designed for "at -rest" lateral earth pressures. The
cantilevered retaining structures will be designed to deflect sufficiently to mobilize the full
active earth pressure condition, and may be designed for "active" lateral earth pressures.
"Passive" earth pressures may be applied in front of the structural embedment to resist
driving forces.
The at -rest, active, and passive earth pressures in terms of equivalent fluid unit weight
for the on-site backfill and CDOT Class 1 structure backfill are summarized on the table
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 17
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
below. Base friction may be combined with passive earth pressure if the foundation is in
a drained condition. The values for the on-site material in the upper 10 feet provided in
the table below were approximated utilizing an estimated unit weight of 115 pcf and a phi
angle of 25 degrees.
Lateral Earth Pressures (Equivalent Fluid Unit Weights)
If the selected on-site soil meets the criteria for CDOT Class 1 structure backfill as
indicated in the Project Earthwork section of this report, the lateral earth pressures for
CDOT Class 1 structure backfill as shown on the above table may be used. To realize
the lower equivalent fluid unit weight, the selected structure backfill should be placed
behind the wall to a minimum distance equal to the retained wall height.
The lateral earth pressures indicated above are for a horizontal upper backfill slope. The
additional loading of an upward sloping backfill as well as loads from traffic, stockpiled
materials, etc., should be included in the wall/shoring design. GROUND can provide the
adjusted lateral earth pressures when the additional loading conditions and site grading
are clearly defined.
WATER-SOLUBLE SULFATES
The concentrations of water-soluble sulfates measured in selected samples obtained
from the test holes ranged from approximately 0.04 to 0.05 percent (Table 2). Such
concentrations of water-soluble sulfates represent a negligible environment for sulfate
attack on concrete exposed to these materials. Degrees of attack are based on the
scale of `negligible,' `moderate,' `severe' and `very severe' as described in the "Design
and Control of Concrete Mixtures," published by the Portland Cement Association
(PCA). The Colorado Department of Transportation (CDOT) utilizes a corresponding
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 18
Water
At -Rest
Active
Passive
Friction
Material Type
Condition
*0
(pcf)
(pcf)
Coefficient
On -Site
Drained
66
47
240
0.31
Materials
Structure Backfill
Drained
55
35
400
0.45
(CDOT Class 1)
If the selected on-site soil meets the criteria for CDOT Class 1 structure backfill as
indicated in the Project Earthwork section of this report, the lateral earth pressures for
CDOT Class 1 structure backfill as shown on the above table may be used. To realize
the lower equivalent fluid unit weight, the selected structure backfill should be placed
behind the wall to a minimum distance equal to the retained wall height.
The lateral earth pressures indicated above are for a horizontal upper backfill slope. The
additional loading of an upward sloping backfill as well as loads from traffic, stockpiled
materials, etc., should be included in the wall/shoring design. GROUND can provide the
adjusted lateral earth pressures when the additional loading conditions and site grading
are clearly defined.
WATER-SOLUBLE SULFATES
The concentrations of water-soluble sulfates measured in selected samples obtained
from the test holes ranged from approximately 0.04 to 0.05 percent (Table 2). Such
concentrations of water-soluble sulfates represent a negligible environment for sulfate
attack on concrete exposed to these materials. Degrees of attack are based on the
scale of `negligible,' `moderate,' `severe' and `very severe' as described in the "Design
and Control of Concrete Mixtures," published by the Portland Cement Association
(PCA). The Colorado Department of Transportation (CDOT) utilizes a corresponding
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 18
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
scale with 4 classes of severity of sulfate exposure (Class 0 to Class 3) as described in
the published table below.
REQUIREMENTS TO PROTECT AGAINST DAMAGE TO
CONCRETE BY SULFATE ATTACK FROM EXTERNAL SOURCES OF SULFATE
Severity of
Water -Soluble
Sulfate (SO4)
Water
Cementitious
Sulfate
Sulfate (SO4)
In Water
Cementitious
Material
Exposure
In Dry Soil
(ppm)
Ratio
Requirements
(%)
(maximum)
Class 0
0.00 to 0.10
0 to 150
0.45
Class 0
Class 1
0.11 to 0.20
151 to 1500
0.45
Class 1
Class 2
0.21 to 2.00
1501 to 10,000
0.45
Class 2
Class 3
2.01 or greater
10,001 or greater
0.40
Class 3
Based on these data, no special, sulfate -resistant cement need be used in project
concrete. However, the project team should still consider the use of sulfate resistant
concrete mixtures due to the local pervasiveness of sulfate minerals.
SOIL CORROSIVITY
The degree of risk for corrosion of metals in contact with soils commonly is considered to
be in two categories: corrosion in undisturbed soils and corrosion in disturbed soils. The
potential for corrosion in undisturbed soil is generally low, regardless of soil types and
conditions, because it is limited by the amount of oxygen that is available to create an
electrolytic cell. In disturbed soils, the potential for corrosion typically is higher, but is
strongly affected by soil conditions for a variety of reasons but primarily soil chemistry.
A corrosivity analysis was performed to provide a general assessment of the potential for
corrosion of ferrous metals installed in contact with earth materials at the site, based on
the conditions existing at the time of GROUND's evaluation. Soil chemistry and physical
property data including pH, oxidation-reduction (redox) potential, sulfides, and moisture
content were obtained. Test results are summarized on Table 2.
Soil Resistivity In order to assess the "worst case" for mitigation planning, a sample of
material retrieved from the test holes was tested for resistivity in the laboratory, after
being saturated with water, rather than in the field. Resistivity also varies inversely with
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 19
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
temperature. Therefore, the laboratory measurements were made at a controlled
temperature.
Measurements of electrical resistivity indicated a value of approximately 3,833 ohm -
centimeters in a sample of the site earth materials.
pH Where pH is less than 4.0, soil serves as an electrolyte; the pH range of about 6.5 to
7.5 indicates soil conditions that are optimum for sulfate reduction. In the pH range
above 8.5, soils are generally high in dissolved salts, yielding a low soil resistivity2.
Testing indicated pH values ranging from approximately 8.2 to 8.3.
Reduction -Oxidation testing indicated re-dox potentials of about -99 and -106 millivolts.
A low potential typically creates a more corrosive environment.
Sulfide Reactivity testing indicated "positive" results in the site soils. The presence of
sulfides in the soils suggests a more corrosive environment.
The American Water Works Association (AWWA) has developed a point system scale
used to predict corrosivity. The scale is intended for protection of ductile iron pipe but is
valuable for project steel selection. When the scale equals 10 points or higher,
protective measures for ductile iron pipe are indicated. The AWWA scale is presented
below. The soil characteristics refer to the conditions at and above pipe installation
depth.
We anticipate that drainage at the site after construction will be good. Therefore, based
on the values obtained for the soil parameters, the overburden soils do not appear to
comprise a corrosive environment for metals (at least 8'/2 points).
If additional information is needed regarding soil corrosivity, an American Water Works
Association or a Corrosion Engineer should be contacted. It should be noted, however,
that changes to the site conditions during construction, such as the import of other soils,
or the intended or unintended introduction of off-site water, might alter corrosion
potentials significantly.
2 American Water Works Association ANSI/AWWA C105/A21.5-05 Standard.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 20
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
Table A.1 Soil -test Evaluation 3
Soil Characteristic / Value Points
Resistivity
<1,500 ohm-cm.............................................................................................
10
1,500 to 1,800 ohm-cm................................................................................
8
1,800 to 2,100 ohm-cm.................................................................................
5
2,100 to 2,500 ohm-cm..................................................................................
2
2,500 to 3,000 ohm-cm..................................................................................
1
>3,000 ohm-cm...................................................................................
0
pH
0 to 2.0............................................................................................................
5
2.0 to 4.0.........................................................................................................
3
4.0 to 6.5.........................................................................................................
0
6.5 to 7.5.........................................................................................................
0
7.5 to 8.5.........................................................................................................
0
>8.5..........................................................................................................
3
Redox Potential
< 0 (negative values).......................................................................................
5
0to+50 mV....................................................................................................
4
+50 to +100 mV...............................................................................................
3'/2
> +100 mV...............................................................................................
0
Sulfide Content
Positive............................................................................................................
3'/2
Trace................................................................................................................
2
Negative...........................................................................................................
0
Moisture
Poor drainage, continuously wet......................................................................
2
Fair drainage, generally moist.......................................................................
1
Gooddrainage, generally dry ........................................................................
0
If sulfides are present and low or negative redox -potential
results (< 50 mV) are
obtained, add three points for this range.
" American Water Works Association ANSI/AWWA C105/A21.5-05 Standard.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 21
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
PROJECT EARTHWORK
The following information is for private improvements; public roadways or utilities
should be constructed in accordance with applicable municipal / agency
standards.
General Considerations: Site grading should be performed as early as possible in the
construction sequence to allow settlement of fills and surcharged ground to be realized
to the greatest extent prior to subsequent construction.
Prior to earthwork construction, existing asphalt/concrete, vegetation and other
deleterious materials should be removed and disposed of off-site. Relic underground
utilities should be abandoned in accordance with applicable regulations, removed as
necessary, and properly capped.
Remnant foundation elements should be entirely removed and the resultant excavation
properly backfilled beneath the structure.
Topsoil present on-site should not be incorporated into ordinary fills. Instead, topsoil
should be stockpiled during initial grading operations for placement in areas to be
landscaped or for other approved uses.
Tree trunks and roots may be present within, under, or adjacent to the proposed
structure footprint. The Contractor should take care to assure that all tree roots and
organic materials, if present, are removed prior to placement of fill or foundation/floor
slab elements. Relatively deep excavations may be required to accomplish proper
removal of roots and organic materials. The Geotechnical Engineer should be retained
to observe the removal process and the subsequent fill placement.
Existing Fill Soils: Man-made fill was not obviously encountered during drilling
operations on-site. Actual contents and composition of any potential man-made fill
materials are not known; therefore, if encountered, some of the excavated man-made fill
materials may not be suitable for replacement as backfill. Existing fill soils, if present,
should be evaluated on a case-by-case basis regarding possible re -use.
Use of Existing Native Soils: Overburden soils that are free of trash, organic material,
construction debris, and other deleterious materials are suitable, in general, for
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 22
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
placement as compacted fill. Organic materials should not be incorporated into project
fills.
Fragments of rock, cobbles, and inert construction debris (e.g., concrete or asphalt)
larger than 6 inches in maximum dimension will require special handling and/or
placement to be incorporated into project fills. In general, such materials should be
placed as deeply as possible in the project fills. A Geotechnical Engineer should be
consulted regarding appropriate information for usage of such materials on a case-by-
case basis when such materials have been identified during earthwork. Standard
parameters that likely will be generally applicable can be found in Section 203 of the
current CDOT Standard Specifications for Road and Bridge Construction.
Imported Fill Materials: If it is necessary to import material to the site, the imported
soils should be free of organic material, and other deleterious materials. Imported
material should consist of soils that have less than 50 percent passing the No. 200
Sieve and should have a plasticity index of less than 10. Representative samples of
the materials proposed for import should be tested and approved prior to transport to the
site.
Fill Platform Preparation: Prior to filling, the top 12 inches of in-place materials on
which fill soils will be placed should be scarified, moisture conditioned and properly
compacted in accordance with the parameters below to provide a uniform base for fill
placement. If over -excavation is to be performed, then these parameters for subgrade
preparation are for the subgrade below the bottom of the specified over -excavation
depth.
If surfaces to receive fill expose loose, wet, soft, or otherwise deleterious material,
additional material should be excavated, or other measures taken to establish a firm
platform for filling. The surfaces to receive fill must be effectively stable prior to
placement of fill.
Boulders encountered near the bearing elevations of foundations or other improvements
requiring removal to facilitate construction should be removed and replaced with
"controlled low strength material" (CLSM), i.e., a lean, sand -cement slurry, "flowable fill,"
or similar material to the full depth of boulder removal.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 23
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
We suggest that CLSM used as subgrade materials beneath foundations exhibit a 28 -
day unconfined compressive strength of at least 250 psi.
Fill Placement: Fill materials should be thoroughly mixed to achieve a uniform moisture
content, placed in uniform lifts not exceeding 8 inches in loose thickness, and properly
compacted.
• Soils that classify as GP, GW, GM, GC, SP, SW, SM, or SC in accordance with
the USCS classification system (granular materials) should be compacted to 95
or more percent of the maximum modified Proctor dry density at moisture
contents within 2 percent of optimum moisture content as determined by ASTM
D1557.
• Soils that classify as ML, MH, CL, or CH should be compacted to 95 or more
percent of the maximum standard Proctor density beneath structures and 95
percent or more elsewhere at moisture contents from 1 percent below to 3
percent above the optimum moisture content as determined by ASTM D698.
It may be necessary to rework the fill materials more than once by adjusting moisture
and replacing the materials, in order to achieve the specified compaction and moisture
criteria.
No fill materials should be placed, worked, rolled while they are frozen, thawing, or
during poor/inclement weather conditions.
Care should be taken with regard to achieving and maintaining proper moisture contents
during placement and compaction. Materials that are not properly moisture conditioned
may exhibit significant pumping, rutting, and deflection at moisture contents near
optimum and above. The contractor should be prepared to handle soils of this type,
including the use of chemical stabilization, if necessary.
Compaction areas should be kept separate, and no lift should be covered by another
until relative compaction and moisture content within the specified ranges are obtained.
Use of Squeegee Relatively uniformly graded fine gravel or coarse sand, i.e.,
"squeegee," or similar materials commonly are proposed for backfilling foundation
excavations, utility trenches (excluding approved pipe bedding), and other areas where
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 24
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
employing compaction equipment is difficult. In general, this procedure should not be
followed for the following reasons:
Although commonly considered "self -compacting," uniformly graded granular materials
require densification after placement, typically by vibration. The equipment to densify
these materials is not available on many job -sites.
Even when properly densified, uniformly graded granular materials are permeable and
allow water to reach and collect in the lower portions of the excavations backfilled with
those materials. This leads to wetting of the underlying soils and resultant potential loss
of bearing support as well as increased local heave or settlement.
Wherever possible, excavations should be backfilled with approved, on-site soils placed
as properly compacted fill. Where this is not feasible, use of "Controlled Low Strength
Material" (CLSM), i.e., a lean, sand -cement slurry ("flowable fill") or a similar material for
backfilling should be considered.
Where "squeegee" or similar materials are proposed for use by the Contractor, the
design team should be notified by means of a Request for Information (RFI), so that the
proposed use can be considered on a case-by-case basis. Where "squeegee" meets
the project requirements for pipe bedding material, however, it is acceptable for that use.
Settlements Settlements will occur in filled ground, typically on the order of 1 to 2
percent of the fill depth. For a 3 -foot fill, for example, that corresponds to a total
settlement of about '/2 to % of an inch. If fill placement is performed properly and is
tightly controlled, in GROUND's experience the majority (on the order of 60 to 80
percent) of that settlement typically will take place during earthwork construction,
provided the contractor achieves the compaction levels indicated herein. The remaining
potential settlements likely will take several months or longer to be realized, and may be
exacerbated if these fills are subjected to changes in moisture content.
Cut and Filled Slopes: Permanent site slopes supported by on-site soils up to 10 feet
in height should be constructed no steeper than 3 (H) to 1 (V). However, due to the
unique and mountainous project location, these slopes will likely exceed this. It is
GROUND's opinion that slope -stability analysis be performed to further evaluate
permanent slopes. Minor raveling or surficial sloughing should be anticipated on slopes
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 25
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
cut at this angle until vegetation is well re-established. Surface drainage should be
designed to direct water away from slope faces.
Wet Subgrade Preparation: The following subgrade preparation parameters and
considerations should be utilized where soft, wet, and unstable subgrade conditions are
encountered:
a. In areas where apparently stable conditions are found, the subgrade
should be proof -rolled.
b. Pockets of weak or pumping soils should be excavated and replaced with
pre -approved coarse granular fill (pit run) or road base. The depth of
over -excavation could be on the order of 1 to 3 feet or more to provide a
stable surface.
c. In cases where placement of coarse aggregate fill does not result in
stable conditions, it will be necessary to place a woven geotextile, Mirafi°
HP370 or equivalent, fabric placed below the coarse aggregate fill.
d. The surface of the subgrade should be leveled prior to geosynthetic
reinforcement placement. Very weak or pumping soils should be
excavated and replaced with granular fill or road base for best
performance. The geosynthetic reinforcement should be placed directly
on the prepared subgrade. Placement should be performed according to
manufacturer's recommendations.
e. The geosynthetic rolls should be overlapped in accordance with
manufacturer's recommendations.
f. Geosythetic reinforcement will be disturbed under the wheel loads of
heavy construction vehicles, especially track type vehicles, therefore no
vehicle traffic should be allowed over the geosynthetic reinforcement until
8 or more inches of soil has been placed over.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 26
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
EXCAVATION INFORMATION
The test holes for the subsurface exploration were excavated to the depths indicated by
means of truck -mounted drill rig advancing continuous flight drilling equipment. The
contractor should anticipate that relatively large volumes of gravels, cobbles, and
boulders are likely to be present in the native soils. The contractor should be prepared
to handle these large and potentially awkward materials. Conventional heavy-duty
excavation equipment in good working condition will be necessary, at a minimum, and it
may be necessary to use specialized rock -breaking equipment in localized areas.
Temporary Excavations and Personnel Safety Excavations in which personnel will
be working must comply with all applicable OSHA Standards and Regulations,
particularly CFR 29 Part 1926, OSHA Standards -Excavations, adopted March 5, 1990.
The contractor's "responsible person" should evaluate the soil exposed in the
excavations as part of the contractor's safety procedures. GROUND has provided the
information in this report solely as a service to the Client and is not assuming
responsibility for construction site safety or the contractor's activities.
The contractor should take care when making excavations not to compromise the
bearing or lateral support for any adjacent, existing improvements.
Temporary, un -shored excavation slopes up to 10 feet in height, in general, should be
cut no steeper than 11/2:1 (horizontal : vertical) in the on-site soils in the absence of
seepage. Some surface sloughing may occur on the slope faces at these angles.
Should site constraints prohibit the use of the above -indicated slope angle, temporary
shoring should be used. GROUND is available to perform shoring design upon request.
Groundwater and Surface Water Groundwater was not obviously encountered in the
test holes at the time of drilling. Based on our experience, groundwater levels can
fluctuate by 10 feet or more seasonally in the area. Therefore, properly designed and
installed temporary de -watering systems could be required during utility installation and
backfill and during foundation system construction. The de -watering system(s) should
be designed for the contractor by a qualified engineer.
Relatively large volumes of groundwater will flow into open construction excavations
advanced below the water table where the soils are not de -watered. Water volumes will
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 27
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
increase with the depth and area of excavation. Initial draw -down will yield significantly
higher water volumes per unit time than after a steady state condition is approached.
De -watering systems that employ relatively deep draw -down at relatively few locations
also will produce significantly more water.
Estimates of the water volumes to be anticipated, e.g., for de -watering system design,
will require testing for hydraulic conductivity and other characteristics. Temporary de-
watering systems at the site should be designed by an experienced engineer. An
environmental consultant should be retained to assess the water with regard to
temporary discharge.
Where seepage or flowing groundwater is encountered in project excavations, the
slopes should be flattened as necessary to maintain stability or a geotechnical engineer
should be retained to evaluate the conditions. The risk of slope instability will be
significantly increased in areas of seepage along excavation slopes.
The contractor should take pro -active measures to control surface waters during
construction and maintain good surface drainage conditions to direct waters away from
excavations and into appropriate drainage structures. A properly designed drainage
swale should be provided at the tops of the excavation slopes. In no case should water
be allowed to pond near project excavations.
Temporary slopes should also be protected against erosion. Erosion along the slopes
will result in sloughing and could lead to a slope failure.
UTILITY LATERAL INSTALLATION
Pipe Support The bearing capacity of the site soils appeared adequate, in general, for
support of anticipated utility lines. The pipe + contents are less dense than the soils
which will be displaced for installation. Therefore, GROUND anticipates no significant
pipe settlements in these materials where properly bedded.
Excavation bottoms may expose soft, loose, or otherwise deleterious materials, including
debris. Firm materials may be disturbed by the excavation process. All such unsuitable
materials should be excavated and replaced with properly compacted fill. Areas allowed
to pond water will require excavation and replacement with properly compacted fill. The
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 28
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
contractor should take particular care to ensure adequate support near pipe joints which
are less tolerant of extensional strains.
Where thrust blocks are needed, they may be designed using the parameters provided
in the Lateral Earth Pressures section of this report.
Trench Backfilling Some settlement of compacted soil trench backfill materials should
be anticipated, even where all the backfill is placed and compacted correctly. Typical
settlements are on the order of 1 to 2 percent of fill thickness. However, the need to
compact to the lowest portion of the backfill must be balanced against the need to
protect the pipe from damage from the compaction process. Some thickness of backfill
may need to be placed at compaction levels lower than specified (or smaller compaction
equipment used together with thinner lifts) to avoid damaging the pipe. Protecting the
pipe in this manner can result in somewhat greater surface settlements. Therefore,
although other alternatives may be available, the following options are presented for
consideration:
Controlled Low Strength Material Because of these limitations, we suggest backfilling
the entire depth of the trench (both bedding and common backfill zones) with "controlled
low strength material" (CLSM), i.e., a lean, sand -cement slurry, "flowable fill," or similar
material along all trench alignment reaches with low tolerances for surface settlements.
We suggest that CLSM used as pipe bedding and trench backfill exhibit a 28 -day
unconfined compressive strength between 50 to 150 psi so that re -excavation is not
unusually difficult.
Placement of the CLSM in several lifts or other measures likely will be necessary to
avoid `floating' the pipe. Measures also should be taken to maintain pipe alignment
during CLSM placement.
Compacted Soil Backfilling Where compacted soil backfilling is employed, using the site
soils or similar materials as backfill, the risk of backfill settlements entailed in the
selection of this higher risk alternative must be anticipated and accepted by you
We anticipate that the on-site soils excavated from trenches will be suitable, in general,
for use as common trench backfill within the above-described limitations. Backfill soils
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 29
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
should be free of vegetation, organic debris and other deleterious materials. Fragments
of rock, cobbles, and inert construction debris (e.g., concrete or asphalt) coarser than 3
inches in maximum dimension should not be incorporated into trench backfills.
If it is necessary to import material for use as backfill, the imported soils should be free
of vegetation, organic debris, and other deleterious materials and meet the criteria for
imported soils provided in the Project Earthwork section of this report.
Criteria for fill placement and compaction are provided in the Project Earthwork section
of this report. Note that where pipes are bedded, the bottom of the trench need not be
scarified and re -compacted.
Pipe Bedding Pipe bedding materials, placement and compaction should meet the
specifications of the pipe manufacturer and applicable municipal standards. Bedding
should be brought up uniformly on both sides of the pipe to reduce differential loadings.
As discussed above, we suggest the use of CLSM or similar material in lieu of granular
bedding and compacted soil backfill where the tolerance for surface settlement is low.
(Placement of CLSM as bedding to at least 12 inches above the pipe can protect the
pipe and assist construction of a well -compacted conventional backfill although possibly
at an increased cost relative to the use of conventional bedding.)
If a granular bedding material is specified, it is our opinion that with regard to potential
migration of fines into the pipe bedding, design and installation follow ASTM D2321,
Appendix X1.8. If the granular bedding does not meet filter criteria for the enclosing
soils, then non -woven filter fabric (e.g., Mirafio 140N, or the equivalent) should be placed
around the bedding to reduce migration of fines into the bedding which can result in
severe, local surface settlements. Where this protection is not provided, settlements can
develop/continue several months or years after completion of the project. In addition,
clay or concrete cut-off walls should be installed to interrupt the granular bedding section
to reduce the rates and volumes of water transmitted along the sewer alignment which
can contribute to migration of fines.
If granular bedding is specified, the contractor should not anticipate that significant
volumes of the shallow site soils will be suitable for that use. Materials proposed for use
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 30
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
as pipe bedding should be tested for suitability prior to use. Imported materials should
be tested and approved by a geotechnical engineer prior to transport to the site.
SURFACE DRAINAGE
The site soils are relatively stable with regard to moisture content — volume relationships
at their existing moisture contents. Other than the anticipated, post -placement
settlement of fills, post -construction soil movement will result primarily from the
introduction of water into the soil underlying the proposed structure, hardscaping, and
pavements. Based on the site surface and subsurface conditions encountered in this
study, we do not anticipate a rise in the local water table sufficient to approach
foundation or floor elevations. Therefore, wetting of the site soils likely will result from
infiltrating surface waters (precipitation, irrigation, etc.), and water flowing along
constructed pathways such as bedding in utility pipe trenches.
The following drainage measures should be incorporated as part of project design and
during construction. The facility should be observed periodically to evaluate the surface
drainage and identify areas where drainage is ineffective. Routine maintenance of site
drainage should be undertaken throughout the design life of the project. If these
measures are not implemented and maintained effectively, the movement estimates
provided in this report could be exceeded.
1) Wetting or drying of the foundation excavations should be avoided during and
after construction as well as throughout the improvements' design life. Permitting
increases/variations in moisture to the adjacent or supporting soils may result in
a decrease in bearing capacity and an increase in volume change of the
underlying soils, and increased total and/or differential movements.
2) Positive surface drainage measures should be provided and maintained to
reduce water infiltration into foundation soils.
The ground surface surrounding the exterior of each structure should be sloped
to drain away from the foundation in all directions. A minimum slope of 12 inches
in the first 10 feet should be incorporated in the areas not covered with pavement
or concrete slabs, or a minimum 3 percent in the first 10 feet in the areas covered
with pavement or concrete slabs. Reducing the slopes to comply with ADA
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 31
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
requirements may be necessary by other design professionals but may entail an
increased potential for moisture infiltration and subsequent volume change of the
underlying soils and resultant distress.
In no case should water be allowed to pond near or adjacent to foundation
elements, hardscaping, utility trench alignments, etc.
3) Drainage should be established and maintained to direct water away from
sidewalks and other hardscaping as well as utility trench alignments. Where the
ground surface does not convey water away readily, additional post -construction
movements and distress should be anticipated.
4) In GROUND's experience, it is common during construction that in areas of
partially completed paving or hardscaping, bare soil behind curbs and gutters,
and utility trenches, water is allowed to pond after rain or snow -melt events.
Wetting of the subgrade can result in loss of subgrade support and increased
settlements / increased heave. By the time final grading has been completed,
significant volumes of water can already have entered the subgrade, leading to
subsequent distress and failures. The contractor should maintain effective site
drainage throughout construction so that water is directed into appropriate
drainage structures.
5) On some sites, slopes may descend toward structures locally. Such slopes can
be created during grading even on comparatively flat sites. In such cases, even
where the slopes as described above are implemented effectively, water may
flow toward and beneath a structure or other site improvements with resultant
additional, post -construction movements. Where the final site configuration
includes graded or retained slopes descending toward the improvements,
surface drainage swales and/or interceptor drains should be installed between
the improvements and the slope.
Where irrigation is applied on or above slopes, drainage structures commonly are
needed near the toe -of -slope to prevent on-going or recurrent wet conditions.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 32
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
6) Roof downspouts and drains should discharge well beyond the perimeter of the
structure foundations (minimum 10 feet) and backfill zones and be provided with
positive conveyance off-site for collected waters.
7) Based on our experience with similar facilities, the project may include
landscaping/watering near site improvements. Irrigation water — both that
applied to landscaped areas and over -spray — is a significant cause of distress to
improvements. To reduce the potential for such distress, vegetation requiring
watering should be located 10 or more feet from building perimeters, flatwork, or
other improvements. Irrigation sprinkler heads should be deployed so that
applied water is not introduced near or into foundation/subgrade soils.
Landscape irrigation should be limited to the minimum quantities necessary to
sustain healthy plant growth.
8) Use of drip irrigation systems can be beneficial for reducing over -spray beyond
planters. Drip irrigation can also be beneficial for reducing the amounts of water
introduced to foundation/subgrade soils, but only if the total volumes of applied
water are controlled with regard to limiting that introduction. Controlling rates of
moisture increase beneath the foundations, floors, and other improvements
should take higher priority than minimizing landscape plant losses.
Where plantings are desired within 10 feet of a structure, it is GROUND's opinion
that the plants be placed in water -tight planters, constructed either in -ground or
above -grade, to reduce moisture infiltration in the surrounding subgrade soils.
Planters should be provided with positive drainage and landscape underdrains.
As an alternative involving a limited increase in risk, the use of water -tight
planters may be replaced by local shallow underdrains beneath the planter beds.
Colorado Geological Survey — Special Publication 43 provides additional
guidelines for landscaping and reducing the amount of water that infiltrates into
the ground.
GROUND understands many municipalities require landscaping within 10 feet of
building perimeters. Provided that positive, effective surface drainage is initially
implemented and maintained throughout the life of the facility and the Owner
understands and accepts the risks associated with this requirement, vegetation
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 33
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
that requires little to no watering may be located within 10 feet of the building
perimeter.
9) Inspections must be made by facility representatives to make sure that the
landscape irrigation is functioning properly throughout operation and that excess
moisture is not applied.
10) Plastic membranes should not be used to cover the ground surface adjacent to
the building as soil moisture tends to increase beneath these membranes.
Perforated "weed barrier" membranes that allow ready evaporation from the
underlying soils may be used.
Cobbles or other materials that tend to act as baffles and restrict surface flow
should not be used to cover the ground surface near the foundations.
11) Maintenance as described herein may include complete removal anc
replacement of site improvements in order to maintain effective surface drainage.
12) We understand detention ponds are commonly incorporated into drainage
design. When a detention pond fills, the rate of release of the water is controlled
and water is retained in the pond for a period of time. Where in -ground storm
sewers direct surface water to the pond, the granular pipe bedding also can
direct shallow groundwater or infiltrating surface water toward the pond. Thus,
detention ponds can become locations of enhanced and concentrated infiltration
into the subsurface, leading to wetting of foundation soils in the vicinity with
consequent heave or settlement. Therefore, unless the pond is clearly down -
gradient from the proposed buildings and other structures that would be
adversely affected by wetting of the subgrade soils, including off-site
improvements, the detention pond should be provided with an effective, low
permeability liner. In addition, cut-off walls and/or drainage provisions should be
provided for the bedding materials surrounding storm sewer lines flowing to the
pond.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 34
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
CLOSURE
Geotechnical Review The author of this report or a GROUND principal should be
retained to review project plans and specifications to evaluate whether they comply with
the intent of the measures discussed in this report. The review should be requested in
writing.
The geotechnical conclusions and parameters presented in this report are contingent
upon observation and testing of project earthwork by representatives of GROUND. If
another geotechnical consultant is selected to provide materials testing, then that
consultant must assume all responsibility for the geotechnical aspects of the project by
concurring in writing with the parameters in this report, or by providing alternative
parameters.
Materials Testing Menendez Architects PC or the owner should consider retaining a
geotechnical engineer to perform materials testing during construction. The
performance of such testing or lack thereof, however, in no way alleviates the burden of
the contractor or subcontractor from constructing in a manner that conforms to
applicable project documents and industry standards. The contractor or pertinent
subcontractor is ultimately responsible for managing the quality of his work; furthermore,
testing by the geotechnical engineer does not preclude the contractor from obtaining or
providing whatever services that he deems necessary to complete the project in
accordance with applicable documents.
Limitations This report has been prepared for Menendez Architects PC as it pertains to
design of the proposed building to be constructed at the Eagle County Maintenance
Service Center as described herein. It should not be assumed to contain sufficient
information for other parties or other purposes. The Client has agreed to the terms,
conditions, and liability limitations outlined in our proposal between Menendez Architects
PC and GROUND. Reliance upon our report is not granted to any other potential owner,
contractor, or lender. Requests for third -party reliance should be directed to GROUND
in writing; granting reliance by GROUND is not guaranteed.
In addition, GROUND has assumed that project construction will commence by
Spring/Summer 2018. Any changes in project plans or schedule should be brought to
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 35
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
the attention of a geotechnical engineer, in order that the geotechnical conclusions in
this report may be re-evaluated and, as necessary, modified.
The geotechnical conclusions in this report were based on subsurface information from a
limited number of exploration points, as shown in Figure 1, as well as the means and
methods described herein. Subsurface conditions were interpolated between and
extrapolated beyond these locations. It is not possible to guarantee the subsurface
conditions are as indicated in this report. Actual conditions exposed during construction
may differ from those encountered during site exploration. In addition, a contractor who
obtains information from this report for development of his scope of work or cost
estimates does so solely at his own risk and may find the geotechnical information in this
report to be inadequate for his purposes or find the geotechnical conditions described
herein to be at variance with his experience in the greater project area. The contractor
should obtain the additional geotechnical information that is necessary to develop his
workscope and cost estimates with sufficient precision. This includes, but is not limited
to, information regarding excavation conditions, earth material usage, current depths to
groundwater, etc. Because of the necessarily limited nature of the subsurface
exploration performed for this study, the contractor should be allowed to evaluate the
site using test pits or other means to obtain additional subsurface information to prepare
his bid.
If during construction, surface, soil, bedrock, or groundwater conditions appear to be at
variance with those described herein, a geotechnical engineer should be retained at
once, so that our conclusions for this site may be re-evaluated in a timely manner and
dependent aspects of project design can be modified, as necessary.
The materials present on-site are stable at their natural moisture content, but may
change volume or lose bearing capacity or stability with changes in moisture content.
Performance of the proposed structure and pavement will depend on implementation of
the conclusions and information in this report and on proper maintenance after
construction is completed. Because water is a significant cause of volume change in
soils and rock, allowing moisture infiltration may result in movements, some of which will
exceed estimates provided herein and should therefore be expected by Menendez
Architects PC.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 36
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
ALL DEVELOPMENT CONTAINS INHERENT RISKS. It is important that ALL aspects
of this report, as well as the estimated performance (and limitations with any such
estimations) of proposed improvements are understood by Menendez Architects PC.
Utilizing the geotechnical parameters and measures herein for planning, design, and/or
construction constitutes understanding and acceptance of the conclusions with regard to
risk and other information provided herein, associated improvement performance, as
well as the limitations inherent within such estimates. Ensuring correct interpretation of
the contents of this report by others is not the responsibility of GROUND. If any
information referred to herein is not well understood, it is imperative that Menendez
Architects PC or the owner contact the author or a GROUND principal immediately. We
will be available to meet to discuss the risks and remedial approaches presented in this
report, as well as other potential approaches, upon request.
This report was prepared in accordance with generally accepted soil and foundation
engineering practice in the project area at the date of preparation. Current applicable
codes may contain criteria regarding performance of structures and/or site
improvements which may differ from those provided herein. Our office should be
contacted regarding any apparent disparity.
GROUND makes no warranties, either expressed or implied, as to the professional data,
opinions or conclusions contained herein. Because of numerous considerations that are
beyond GROUND's control, the economic or technical performance of the project cannot
be guaranteed in any respect.
This document, together with the concepts and conclusions presented herein, as an
instrument of service, is intended only for the specific purpose and client for which it was
prepared. Re -use of, or improper reliance on this document without written authorization
and adaption by GROUND Engineering Consultants, Inc., shall be without liability to
GROUND Engineering Consultants, Inc.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 37
Subsurface Exploration Program
Eagle County Facilities Shop
Gypsum, Colorado
GROUND appreciates the opportunity to complete this portion of the project and
welcomes the opportunity to provide Menendez Architects PC or the owner with a
proposal for construction observation and materials testing.
Sincerely,
GROUND Engineering Consultants, Inc.
Eric C. Mocko, P.E. Reviewed by Jason A. Smith, REM, P.E.
Job No. 17-6006 Ground Engineering Consultants, Inc. Page 38
C
O
LU
U
O
O
ca
N
E
X
O
O
L
Q
Q
J
At�I•'
1 S �a
.a
m
L
Cl)
LU
00
N
wr O
W
O
lWi
J
At�I•'
1 S �a
.a
w
Cl)
Test Hole
Test Hole
1
2
0
2" GS
2" GS
8/12
5
50/4
20-50/6
10
50/6
N
50/0
15
8-50/6
20
GROUND
ENSONEE99ONG CONS LTRNTs
LOGS OF TEST HOLES
JOB NO.: 17-6006
FIGURE: 2
CADFILE NAME:6006LOG.DWG
LEGEND:
90 Gravel Surface
go
Sand and Gravels: Silty/clayey and consisted of fine to coarse sands and gravels including interpreted
cobbles and boulders. Larger boulders (based on experience in the area) could be encountered as well.
They were low to moderately plastic, loose to very dense, slightly moist to moist and red to brown in
color.
Drive sample, 2 -inch I.D. California liner sample Drive sample, 1-3/8 inch I.D. standard sample
23/12 Drive sample blow count, indicates 23 blows of a 140 -pound hammer falling 30 inches were
required to drive the sampler 12 inches.
Practical Rig Refusal
NOTES:
1) Test holes were drilled on 10/20/2017 with 4 -inch diameter continuous flight augers.
2) Locations of the test holes were measured approximately by pacing from features shown on the site plan
provided.
3) Elevations of the test holes were not measured and the logs of the test holes are drawn to depth.
4) The test hole locations and elevations should be considered accurate only to the degree implied by the
method used.
5) The lines between materials shown on the test hole logs represent the approximate boundaries between
material types and the transitions may be gradual.
6) Groundwater was not encountered during drilling. Ground water levels can fluctuate seasonally and in
response to landscape irrigation.
7) The material descriptions on this legend are for general classification purposes only. See the full text of this
report for descriptions of the site materials and related information.
8) All test holes were immediately backfilled upon completion of drilling, unless otherwise specified in this
report.
�
Cl)
LU
3
zz *
M2 <
w
LL
2
\
>
(D
CL\
*
\
<
@
_
�
o
©
/
7
/
)
)
\
#
CO
®
j
7\
4
�
\
\
U)
o
a$§
\ \
g
-Z/
>
m
_
CL
_
_
7
\
7
&2
U
CD
5)
2/e§
@
/a
2
= Q
E�2
=
r
z
3m
�a
�
k2
I
\
\
R
2i
2 o
q>
a-
)
c
=
o
r
e
o
o
m
)
p
\
m
§
m\
cn
/
@
7
\
{
_
0
2 7
g
w=
CD
}
/
.
§
„
-�r
2,
2 y
f
r
r>
a
f®
])J�
�
r
�
)
/
\
6
r
2
k 7=
r
r
\
In
/
06
/2
/
=ZH[
a
m
§
N
H
J
W
W
r^ F -
v Z
Z O
N fn
W LU J
Z Q O
� U
C7 J
Z p
LU cn
LL
O
Q
O
O
0
Z
0
J
W
Q
H
A
0 o
U
0
N
d
m
U)
c
c6
U)
y - 0
V
wCl)w
U'
J
cZ.
U
UM
U
U)
U)
C)
C7
Nc
N O
d
(h
.r
d
>
>
r
C
cn
cn
co U
d
o -�
o
C)
0
=
N
Cl?
CL
00
00
_d N
\
l�C 7 JT o°
O
O
`p �-
O
O
0
0
s
CL
a)LO
0
J
N
Z
y
~ =
O
O
0
Z
0
DOCUMENT 004123
BID FORM
1.1 BID INFORMATION
A. Bidder: Alliance Steel, Inc.
B. Project Name: Eagle Facilities Workshop/Storage Building
C. Project Location: 3289 Cooley Mesa Road, Gypsum, Colorado.
D. Owner: Eagle County.
E. Architect: Menendez Architects P.C.
1.2 OFFER
The undersigned Bidder, having carefully examined the Procurement and Contracting
Requirements, Drawings, Specifications, and all subsequent Addenda, as prepared by Menendez
Architects P.C., and being familiar with all conditions and requirements of the Work, hereby
agrees to enter into a Contract to furnish all engineering, material, and services, necessary to
furnish the pre-engineered metal building for the above-named Project.
The Stipulated Sum to Architect of the Cost of the engineering and shop drawings will be:
Fourteen thousand four hundred and fifteen dollars ($14,415.00), in lawful money of the United
States of America.
The Stipulated Sum to Client of the Cost of the pre-engineered metal building will be:
One hundred twenty-nine thousand & seven hundred sixty dollars ($129,760.00), in lawful
money of the United States of America.
No taxes are included in the Bid Sum.
1.3 ACCEPTANCE
This offer shall be open to acceptance for sixty days from the bid closing date.
If this bid is accepted by the Architect within the time period stated above, we will:
Execute the Agreement on or about seven (7) days after Notice of Award
1.4 CONTRACT TIME
If this bid is accepted, we will:
Eagle Facilities Workshop/Storage Bldg. Bid Form
004123-1
Furnish reliable information regarding all base plate and anchor bolt layouts and reactions
to the architect within 35 calendar days from order to proceed.
Furnish all engineering and shop drawings to the architect within 42 calendar days from
order to proceed.
1.5 ACKNOWLEDGEMENT OF ADDENDA
The following Addenda have been received. The modifications to the Contract Documents noted
therein have been considered and all costs thereto are included in the Bid Sum.
Addendum #1, Dated 11/28/17
Addendum #2, Dated ...................
1.6 SUBMISSION OF BID
A. Respectfully submitted this 29th day of November 2017
B. Submitted By: Alliance StqQ Inc.
C. Authorized Signature:
�r
D. Signed By: Robert Milford
E. Title: Sales -------
F.
"F. Witnessed By:
G.
By: Jennifer Miladt-�
4/j
H.
Title: Contract & AR Manager
I.
Street Address: 3333 South Council Road.
009002443
_,• 13#21
J.
City, State, Zip: Oklahoma City, OK 73179.9�,''A(Ig_L��0.•r;�0`r
P````te.
K.
Phone: (800) 624-1579.
��n►0iu %
L. License No.: 09002443
END OF DOCUMENT
Eagle Facilities Workshop/Storage Bldg. Bid Form
004123-2
EXHIBIT B
CM/GC PROPOSAL FORM DATED JANUARY 10, 2018
40
"Exhibit B"
CM / GC FEE PROPOSAL FORM
Eagle County Facilities Workshop
Gypsum, Colorado
RESPONDENT (FIRM NAME)
January 10, 2018
FCI CONSTRUCTORS INC
The respondent acknowledges and agrees that the above stated fees, mark-ups and schedule (as
may be subsequently modified by negotiation) shall become conditions of the Contract Agreement.
Description
Proposal
1)
Pre -Construction Services Maximum Fees
$
INCLUDED
2)
General Conditions Total Fee
$
142,932
3)
Construction Services Fixed Percentage Fee
6.00
o
�o
4)
Construction Change Order Mark-Up Percentage Fee
6
%
5)
Change Order Mark-Up "Free Zone"
$
100,000
6)
CM/GC's Contingency Rate
3
%
7)
Umbrella & General Liability Insurance Rate
0.6
%
8)
Builder's Risk Insurance Rate
0.024
9)
Performance & Payment Bond Rate
0.65
10) Self -Performed Work Administrative Mark-up
6
%
The respondent acknowledges and agrees that the above stated fees, mark-ups and schedule (as
may be subsequently modified by negotiation) shall become conditions of the Contract Agreement.
Eagle County Facilities Shop Project Team
FCI CONSTRUCTORS, INC.
PRESIDENT
Shane Haas
PRE -CONSTRUCTION MANAGER
EvanWalton
FCI CONSTRUCTORS
EAGLE COUNTY FACILITIES SHOP, JANUARY 23, 2018
EXECUTIVE VICE PRESIDENT CORPORATE SAFETY DIRECTOR
Shane Haas Michael Saks
PROJECT MANAGER
Gabe Conner
SUPERINTENDENT
Troy Reynolds
PROJECT ENGINEER
Amy Rice
Eagle County Facilities Workshop - Request For Proposal
SELF PERFORMED WORK
Ultimately, the decisions on whether or not to self -perform work reside with consideration of two questions:
1) Can FCI perform the work at a lower cost?
2) Can FCI improve the schedule by self -performing?
If we compete for trade work, we will solicit subcontractor bids and formally submit our own pricing. Based on cost, schedule, and
past performance, we will recommend the best value to the District for award.
We have the ability to provide labor for the following:
• Layout and Surveying
• Waste Management
• Selective Demolition
• Miscellaneous Site Amenities
SMALL TOOLS POLICY
• Miscellaneous Excavations
• Concrete
• Rough Carpentry
• Flooring
• Dampproofing
• Sealants
• Door/Frames/Hardware
• Specialties Installation
• Equipment Installation
FCI will provide to the project a full stock of most commonly used small tools (tools worth less than $1,000; drills, saws, screw guns,
brooms, wheel barrows, shovels, etc). These tools will be furnished at no cost to the project, but should one need replaced, it will be
a direct cost to the project. Consumables such as drill bits, saw blades, powder actuated loads, winter fuel fittings, oxygen, acetylene,
etc. will be a direct cost to the project. FCI specialty tools & tools over $1,000 in value will be rented to the project at a rate at least
10% less than any available rental source (see attached FCI Constructors, Inc. Standardized Rental Rates). Tool rent is only to be
charged for the time the tool is in use and reasonably required on the job site. FCI tool rental is subject to owner's audit at any time.
O
O
s
N
i
N
O
U
LUL
IL
O
N
Y
O
cn
LU
J_
U
a
LL
F-
z
D
O
U
LU
J
O
a
LU
C)
z
O
H
0
z
O
U
J
w
z
w
0
O
O
LO
00
O O N
O
O
O
O
O
O
O
O
O
O
O
O
O
LES
N
fl- O r
O
O
O
C7
0
00
00
B
O
O
M
i
O
i i
O
CS)
Cl)
I- O O
00
M
O
O
O
Lf')
M
r
I-�
O
O
N
O
O
LC)
M O O
O
O
O
O
O
N
O
r
M
O
O
M
O
O
O
N O N
(fl
N
00
M
LC)
O
LE)
00
O
LC)
O
OA
J
O
LC)
�I-
N
N r r
r
N
tt
N
O
M
r
C0
LO
N
Q
r
r
O
El}
Eli
El} Eli
El}
Eli
H}
63 6q 6'3
63
6'3
63
6'3
63
69-
H?
69-
Eli
f!?
Eli
69
z
O
O
O
O
O
LU
C)C)
C)0
O
O
N
�
O
O
ti
m
M
M
O
m
Q
J
Efi
69
61) 69
61)
69
Ef?
03 V), H3
V),
03
V),
03
El}
6a
69-
64
E1Y
El}
E1Y
60
O
O
O
O
O
O
O
O
O
O
O
LO
C0
(fl
LOC)
CD
N
O
vi
00
co
J
El}
Eli
El} 61)
El}
Eli
H}
Eli H} 64
69
64
69
69
63
63
69
63
69
64
69
60-
C)
O
O O
O
O
O
O
O
O O
O
O
O
LO
0 0
O
O
w
O
N
()
04
r
r r
ER
a_
El}
Eli
El} Eli
Ef?
69
61)
61Y 60- 61Y
69
69
H?
63
H?
61)
ffl
63
63
H?
63
0
0
0
0 0
0
0
0
0
0
0
0
0
0
0
0
0
0 0
0
0
0
0
0
0
0
0
0
pp
"
"
o
0
0
0 , 0
0
0
o
0
o
O
'
'
'
0
0
O
D
0
0
0
0 U')
0
0
0
0
0
LC)
0
0
O
Cn
O
O
Lfl
M N
CD
N
00
M
LC)
r
LC)
O
r
LC)
N
r
r
N
CD
CD
LC)
CD
a__
r
D
0
LU
60-
Eli
60- Eli
El}
Eli
H}
Eli H} 64
64
69
69
69
63
63
69
63
69
64
69
60-
C)
0
0
0
Il-
O
O
O
0
0
0
0
(D
O
O
O
0
0
0
0
CO
LO
O
O
LU
Or
ON
LC)
LO
O)
U
000
ItO
N
J
J
J
J J
r
N
F-
F-
F- F --
co
07
U)
07
U) U)
60
69
60- 63
z
z
z
z 6,)- Z
64
64
69
6'3
6'3
63
69
E
6'3
'
6'>
LO
00
O CO N
O
O
O
O
r
X
LC)
N
f- O LC)
00
00
f-
00
OM
O
Cf-- (D
�
M
O
M
N
J
N
r
r
N
r
r
Q
r
0'
LU
Q
0
0
0 m CD
O
O
O
OLOJ
O
O
O Cb N
O
M
O
O
O
O
LO
O N 00
O
O
O
O
N
Q
r-
M
M CF) 00
C0
N
00
1 -
CN
r
r
M
r
r
W
r
Q
60-
Eli
60- 64
El}
Eli
60-
Eli 64 64
64
69
69
69
63
63
69
63
6'3
63
6'3
Eli
LU
U
OO
O
LC)
O 00
O 4r�:
O
O
O
00
O
O
O
O
61)
69
Ef? 69
61,
El}
El}
El} 69 K3,
El}
El?
El}
El?
El}
6a
6S
H?
69
El}
El?
Y
Y
Y Y
U)
0
0
0 0 0 0
0 0
0 0
O
00
O
Y
O
D
3:
�:
3: 3:
-1
2
2
2 2 2
2
2
2
2
2
2
2
2
23:
2
O
r
CD
CD
CD CD CD
CD
CD
CD
CD
CD
CO
CD
CO
(D
N
(D
N
z
Q
D
0
LU
�.
V.
�.
.QI
W:
Q. z
w
z
Z.
W.
Z.
��J
Z
w
0
w
Q. w
g
w
z
Q,N
z
�,
W :
W
CD
z
w
12.
C'l.
U.�
��H
�Qw�
c)
w
W.y.w
.w
O;U
a�
Z
y
z
Q
U
z
z
CL co
J
z
z
O
��
��d
w
U
O�z
W
;2
~�w�wp0n-�
Q
j
w 2
W
w
.z
LU
.�
;LL
��
D LUG—
pQw
�LU
��
OLU
w
�w
LU
a- a -w
'�
.�
.w
.°�U)
z
w
,U
.w
J
a)
cUn
O
C7
.m
LL
O
g Q
a
2
2
2
'Y
ALL
�2
m
z
'i
w
0�
w z
.O
LL
F-
w w0�
0
0
w
w
D
. U
. LL
Q
.O
D
w
0
00
IL
cn
LL w
.2
0 U)
0
U
U
F-
F-
0
.I
.O U)
._
U)
w
�
U
w
t
LL
-----------------
cc,
C
0
E
N
C
CL
3
ID
(1)dm
°
•°
_
-�
N
C
ca
m
C
a
0) a
C
m
j
rn
C
V In
m
4
O
pE
y1 C7
m
N
T
T
T
T
z
C
•N+
N
C
t6
a�
U
109
U
�s
�
CO
cD
o
Q
LU
CO
N
O
M
g
6
N
O
v
(D
O
N
N
N
O
co
O
u7
co
8
N
N
CN
N
O
N
----------------------------------�--------
N
N
O
M
(D
O
M
ao
O
N
-----------------'-----------------------------------
N N
O O
co o0
co
O
-------
m
U
a0
a0
W
W
W
ap
O
ap
O
ap
O
ap
a0
W
O
U) Ct$ Cr3 d
a0
W
W
O
ap
O
O
C>
O
ap
C C
C
C
a ' 'la
r
r
r
fn
i
i
ll
i
U)
i
T
T
- - - - - -
- - - - - - - -
-- - - -- _
a
o
� -
Q-
omh
m
d1
m
L
L
L
L
L
m cu
co
ma
N
N
N
U)=
n
a
a
a
a
a
as m
N N
N
N
O
O
~
O
-
N
--------------------------------------------'I
O
O
O
O
O
-----------------------------------------
O
-
-
-
N
L �; a
E
----------------
N
N
Cl)
O
-
-
-
N
0): Q; 2
ra:a
a 2'
<D --
---
-- - -
- - --
- - - -
--
--------
-----
-------
----------
O'
2
w
N------------
�
------------------
-----o
----------------------a
--------------a-o
---------------
-----------------
Z,
'ca
---T--
_______
_�;____________�
- -
7
_m- ___________
;
->-
--�I-
-------------------------
---------------------
m�
m
O
LU
T
>
a
W
o
-0 a inl a
c in
Ld
=
(n
rn
y
o
0
-- ----------
•
--------a
°;
— c
-W
E E
p'
_ g-
oca
"
N
Lo ��
U;
-D-
J
-----------------------------------
-----------------
Q
cu
O.
(3V
O
= $
m L
L
O_:
Ly
Q
E
O
fn
N
=°-------
W C/)
a
- ------
-
- -- ----------------
------------------------------------
---------------------
o
3
m
o
—
v
�,
._
-
------------------
----------------
U
U
a
LL
O
U
O
(L
0
V
(O
OV O
(n
O W
7
------------------------------------
O O O
O W
7 7
W
7
---------------------------------------------------------
O W N W O O N
11 7 U) 7 N
O " O O O
(D
O O O
CO O O O
t
LL
0I(0Ico NICD I0 IN 1p1�1"IN N Ic'I"I9I"tI�I°° ILO INI— ILO "INILO "ILO I�I-1"I1I"I()1-I"1` 10
cc,
�
v
0
E
N
C
CL
3
ID
(1)dm
°
•°
_
-�
N
C
ca
m
C
a
0) a
C
m
j
rn
C
V In
m
4
O
pE
y1 C7
m
N
T
T
T
T
C
C
•N+
N
C
t6
a�
U
109
U
�s
�
CO
cD
U
Q
fD
O
CO
N
O
M
g
6
N
O
v
(D
O
N
N
N
O
co
O
CD
O
u7
W
N
N
CN
N
O
N
M
N
N
O
M
(D
O
M
ao
O
N
N
N
N N
O O
co o0
co
O
CO
a0
W
a0
a0
W
W
W
ap
O
ap
O
ap
O
ap
a0
W
O
W
a0
W
W
O
ap
O
O
ap
O
ap
C C
C
C
r
r
r
fn
i
i
ll
i
U)
i
T
T
T
T
T
C
C
C
m
d1
m
L
L
L
L
L
m cu
co
ma
N
N
N
n
a
a
a
a
a
N N
N
N
O
O
O
O
-
N
O
O
O
O
O
O
O
O
-
-
-
N
N
N
N
N
Cl)
O
-
-
-
N
0I(0Ico NICD I0 IN 1p1�1"IN N Ic'I"I9I"tI�I°° ILO INI— ILO "INILO "ILO I�I-1"I1I"I()1-I"1` 10
0
�
v
0
E
N
C
CL
3
ID
(1)dm
°
•°
_
-�
N
E
d
m
C
a
0) a
C
m
j
rn
C
V In
m
4
O
pE
y1 C7
m
N
T-0
N
N
Q
a
1ICCI
2
N
•N+
N
D-
t6
a�
U
U
a
U
€N€
LU
U
Q
N
>
7
o
W
o
6
-05
e
v
O
o
a
a a
a
pC
0
LLL]]]
°�
4p5
E
N
C
°
a
4
N
C
x�x
a
1ICCI
N
G
N
$U
@
Q
N
>
7
o
W
o
g
-05
e
C7
LC
7
pC
0
LLL]]]
°�
4p5
E
(0
CC77
N
N
f0
@
L
O
W
O
•O
C
01
G
D1
C
N
C(ryp
3
H
a((pp
CC
N.1
J
U
C)
sM
CL
w
LL
a
2
fn
(i
ll
7
U)
fn
a
V
U)
V
a'
EXHIBIT C
CM/GC FEE STRUCTURE
41
"EXHIBIT C"
CM/GC FEE STRUCTURE
Eagle County Facilities Workshop
Gypsum, Colorado
:?
CD 0
o
;
-n
N
n
0
00
T.
_nCD
0
CD
vm
n
aN
v W
m
,�. 0
o M
O
W
m
�'
I
S
n
z 0
° 3
0
o '
M
z
PRE -CONSTRUCTION SERVICES
A. I PROJECT MANAGEMENT
1. Engineer/Architect Consultant Selection
x
2. Civil Consultant Selection
x
3. Structural Consultant Selection
x
4. Mechanical Consultant Selection
x
5. Electrical Consultant Selection
x
6. Special Consultant Selection
x
7. Review Design Concepts
x
x
8. Develop Bid Packages
x
x
9. Site Use Recommendations
x
x
10. Material Selection Recommendations
x
x
11. Building Systems Recommendations
x
x
12. Building Equipment Recommendations Movable
x
x
x
13. Building Equipment Recommendations (Fixed)
x
x
x
14. Coordinate Owner -Supplied Fixed Equipment
x
x
x
15. Coordinate Owner -Supplied Movable Equipment
x
x
16. Construction Feasibility Recommendations
x
17. Construction Scheduling Recommendations
x
18. Life Cycle osting Analysis
x
19. Informal Value Engineering
x
20. Formal Value Engineering
x
21. Energy Use Analysis & Recommendations
x
x
22. Labor Availability Review Subcontractors
x
23. Material Availability Review
x
24. Equipment Availabili Review
x
25. Subcontractor Availability Review
x
26. Construction Logistical & Execution Plan
x
B. PROJECT COST CONTROL
1. Total Project Cost Budget
x
x
x
2. Construction Cost Budget
x
3. Schematic Design Cost Estimate
x
4. Guaranteed Maximum Price Cost Estimate
x
5. GMP Proposal
x
6. Bid Package Estimates
x
7. Construction Cash Flow Projections (Monthly)
x
x
8. Material Surveys & Trade Contractor Estimates
x
9. Set -Up Cost Accounting
x
10. Set -Up Reporting Methods
x
11. Set -Up Payment Procedure
x
12. Set -Up Change Order Procedure
x
13. Prepare Change Order Cost Estimates
x
14. IVerify Correctness of Quantities & Prices of All COs
x
15. 1 Continued Project Cost Monitoring
x
Page 1 of 7
C. PROJECT SCHEDULING
1. Preconstruction Activity Schedule (Bar Chart)
x
2. Construction Activity Schedule CPM Set -Up)
x
3. Const Activity Schedule w/ Milestones (CPM Updates)
x
4. Shop Drawing & Submittal Schedule / Procedure
x
5. Mock -Up Schedule & Procedure
x
6. Short -Interval Schedules
x
7. Occupancy Schedules
x
D. SUBCONTRACTOR SELECTION/ PURCHASING
1. Set Prequalification Criteria
x
2. Recommend Subcontractor Selection Methods
x
3. Recommend Subcontractor Award Methods
x
4. Develop Subcontractor Interest
x
5. Prepare Bidding Schedules
x
6. Issue Plans, Specifications & Addenda
x
7. Receive Bids
x
8. Analyze Bids
x
9. Recommend Award
x
10. Determine Local Manpower Availability
x
11. Prepare Subcontracts & Supplier Contracts
x
12. Prepare Change Orders
x
13. Verify Correctness of Quantities & Prices of All CO's
x
14. Coordinate Owner -Supplied Fixed Equipment
x
E. CONTRACT DOCUMENT COORDINATION
1. Constructability Review & Recommendations
x
2. Responsibility For Temporary Facilities
x
3. Review For Jurisdictional Overlap
x
4. Review For Inclusion of All Work
x
5. Review For Adequately Phased Construction
x
6. Identify Long -Lead Items
x
7. Identify Commodity Shortages
x
8. Review For Installation of Owner Supplied Fixed Equip
x
9. Apply For Building Permits
x
10. Obtain Building Permits
x
Page 2 of 7
Page 3 of 7
CONSTRUCTION SERVICES
F.
GENERAL CONTRACTOR OFF-SITE STAFF & SERVICES
1.
Corporate Executives
x x
2.
Principal In Charge
x x
3.
Project Executive
x x
4.
Operations Manager
x x
5.
Construction Manager
x x
6.
Project Manager
x x
7.
Project Engineer
x x
8.
Mechanical & Electrical Coordinator
x x
9.
Safety Manager/ Field Audit
x x
10.
EEO Officer
x x
11.
Human Resources
x x
12.
Secretarial
x x
13.
Project Estimating
x x
14.
Project Accounting
x x
15.
Project Data Processing
x x
16.
Project Scheduling
x x
17.
Project Purchasing
x x
18.
Basic Legal Services
x x
19.
Home Office Operating Expenses
x x
20.
Benefits for Above Personnel
x x
21.
Vacations for Above Personnel
x x
22.
Bonuses for Above Personnel (If Any)
x x
G.
GENERAL CONTRACTOR ON-SITE STAFF & SERVICES
1.
Project Manager(s)
x
2.
Project Superintendent(s)
x
3.
Assistant Superintendent(s) If needed
x
4.
Project Engineer(s) If needed
x
5.
Field Engineer(s)
x
6.
Mechanical & Electrical Coordinator(s)
x
7.
Quality Control Engineer (As Required)
x
8.
Project Assistant / Clerk / Typist (As Required)
x
9.
Safety Engineer (As Required)
x
10.
Field Accounting
x
11.
Data Processing
x
12.
Field Engineering & Layout
x
13.
Registered Surveyor (As Required)
x
14.
Ground Transportation (As Required)
x
15.
Airline Transportation (As Required)
x
16.
Meals & Lodging (As Required)
x
17.
Personnel Moving & Relocation Expense
x
18.
Personnel Subsistence Costs
x
20.
Benefits for Above Personnel
x
x
21.
Vacations for Above Personnel
x
x
22.
Bonuses for Above Personnel (If Any)
x
Page 3 of 7
H.
QUALITY CONTROL / WARRANTY
1.
Implement & Submit Construction Quality Control Plan
x
2.
Quality Control Inspection
x x
x
3.
Field Inspector
x
x
4.
Inspector's Transportation
x
x
x
5.
Inspector's Equipment
x
x
x
6.
Testing & Ins ections
x x
7.
Special Inspection & Testing Consultants
x
x
8.
Concrete Testing
x x
x
9.
Masonry Testing
x
10.
Compaction Testing
x x
x
11.
Field Welding & AISC Bolted Connection Testing
x
x
12.
Soils Investigations / Geotechnical Reports
x
13.
Environmental Testing
x
14.
Environmental Inspection
x
15.
Environmental Cleanup Coordination / Govt Document
x x
x
16.
Project Progress Photographs
x
x
x
17. Warranty Inspections Coordination
x
x
x
18. Air & Water Balancing
x
19.
Operator On -Site Training
x
20.
Prepare Operation Manuals
x
21.
Prepare Maintenance Manuals
x
22.
Prepare Preventive Maintenance Manual
x
23.
Drug Testing & Screening (Field Personnel)
x
24.
Warranty Service Cost Reserves
x
25.
Prepare Punch List(s)
x
x
26. Approve Punch Lists
x
x
I.
TEMPORARY FACILITIES
1.
Temporary Field Office Facility
x
2.
Field Office Furniture & Equipment
x
3.
Field Office Copier(s)
x
4.
Field Office Fax Machines
x
5.
Field Office Computer(s) & Software
x
6.
Field Office Supplies
x
7.
CM/GC's Storage Trailers / Sheds
x
8.
Field Office Equipment Maintenance & Repairs
x
9.
Engineer/Architect Temporary Office
x
10.
Project Sin
x
11.
Directional /Warning Signs
x
12.
Bulletin Boards
x
13.
Potable Drinking Water / Ice / Cups
x
14.
Temporary Toilets / Sanitary Sewer
x
15.
Temporary Construction Fencing / Silt Fencing
x
16.
Barricades
x
17.
Covered Walkways
x
18.
Safety Equipment
x
19.
First Aid Station & Supplies
x
20.
Handrails / Toe Boards / Opening Protection
x
21.
Safety Nets
x
22.
Temporary Stairs (Temp Office or Project Site
x
23.
Fire Extinguishers
x
24.
Flagman / Traffic Control
x
25.
Job Hauling Charges
x
Page 4 of 7
J. TEMPORARY UTILITIES
1. Temp Telephone Install Equipment & Monthly Fee
x
2. Telephone Expense (Long Distance Charges)
x
3. Telephone Expense (Internet Charges)
x
4. Cellular Phone Charges
x
5. Design / Engr Telephone Charges (Local Calls)
x
6. Temporary Electrical Service / Distribution
x
7. Temporary Electrical Wiring & Lighting
x
8. Light bulbs & Temp Electrical Maintenance
x
9. Electrical Power Consumption Expense
x
10. Temporary Water Service / Distribution
x
11. Temporary Water Consumption Expense
x
12. Temporary Gas Service / Distribution
x
13. Temporary Gas Service Consumption Expense
x
K. CLEAN-UP
1. Daily Clean -Up
x
2. Final Clean -Up
x
3. Final Glass Cleaning
x
4. Debris Hauling/Removal
x
5. Trash Chutes
x
6. Trash Dumpsters
x
7. Dump Permits & Fees
x
8. Dust Control
x
L. WEATHER PROTECTION /TEMPORARY HEATING
1. Remove Snow & Ice Site
x
2. Remove Snow & Ice (Buildings)
x
3. Temporary Enclosures (Buildings)
x
4. Temporary Weather Protection for Sub Trades
x
5. Temporary Heating Equipment for Sub Trades
x
6. Temporary Field Office Heating Energy Cost
x
7. Fuel Cost for Heating (Building Construction
x
8. Permanent Heat System Filter Replacement
x
9. Maintenance Cost Permanent Heat System)
x
10. Warranty Cost (Permanent Heat System)
x
11. Temporary Heat Energy/ Fuel(Building Construction
x
M. ON-SITE EQUIPMENT/ HOISTING
1. Automobile(s) & Fuel
x
2. Pick -Up Trucks & Fuel
x
3. Tires & Maintenance Cost for CM/GC Equipment
x
4. Hoisting Equipment & Fuel
x
5. Mobile Crane(s)
x
6. Material/Personnel Hoists
x
7. Crane & Hoist Operator(s)
x
8. Temporary Elevator Cab Protection
x
9. Temporary Elevator Maintenance Charges
x
10. 2 -Way Radio Equipment
x
N. SMALL TOOLS & EXPENDABLE SUPPLIES
1. Small Tools (CM/GC's Only)
x
2. Expendable Supplies CM/GC's Only)
x
Page 5of7
O. ECO BUILD REQUIREMENTS
1. MR2.1 Const Waste Management, Salvage or Recycle 50%
x
2. MR2.2 Const Waste Management, Salvage Additional 25%
x
3. MR5.1 Local/Regional Materials, 20% Manufactured Locally
x
4. MR5.2 Local/Regional Materials, 10% Harvested Locally
x
5. IAQ3.1 Construction IAQ Management Plan, Const
x
6. IAQ4.1 Low -Emitting Materials, Adhesives & Sealants
x
7. IAQ4.2 Low -Emitting Materials, Paints
x
8. IAQ4.3 Low -Emitting Materials, Carpet
x
9. IAQ4.4 Low -Emitting Materials, Composite Wood
x
P. DOCUMENT REPRODUCTION / PRINTING
1. Cost Stud Drawings & Specifications
x x
2. Bid Package Drawings & Specifications
x x
3. Construction Drawings & Specifications 30 Sets Max.
x
4. Subcontractor/ Supplier Prequalification Forms
x x
5. Bidding Instructions
x x x x
6. Postage & Express Delivery Costs
x x x x
7. Subcontract & Supplier Contract Agreement Forms
x x
8. Shop Drawing Reproduction
x
9. Printing & Duplication Expense Miscellaneous
x x
10. As -Built Documents (Mark-ups & Recording)
x
11. As -Built Documents (Computer Aided Drafting)
x
12. As -Built Documents (Printing)
x
13. Maintenance Manuals From Subs
x
14. Operation Manuals (From Subs)
x
15. Estimating Forms
x x
16. Schedule Report Forms
x x
17. Accounting Forms
x x
18. Field Reporting Forms
x
19. Cost Reporting Forms
x
20. Special Forms
x x
Q. INSURANCE & BONDS
1. Builder's Risk Insurance
x
2. Builder's Risk Deductible
x
3. Special Insurance - Earthquake
x
4. Special Insurance - Fire
x
5. Special Insurance - Flood
x
6. Special Insurance - Machinery & Equipment
x x
7. General Liability Insurance
x
8. Umbrella Liability Insurance
x
9. Excess Liability Insurance
x
10. Completed Products Insurance
x
11. Professional Liability Insurance
x
12. Workman's Compensation Insurance (CM/GC's Only)
x x x
13. FICA / Medicare Insurance CM/GC's Only)
x x x
14. Federal Unemployment Insurance (CM/GC's Only)
x x x
15. State Unemployment Insurance CM/GC's Only)
x x x
16. Performance Bond
x
17. Payment Bond
x
18. Subcontractor & Supplier Bonds
x
19 Bid Bond
x
Page 6 of 7
R. PERMITS & FEES
1. Foundation Permit
x
2. Superstructure Permit
x
3. Building Permit (General)
x
4. Mechanical Building Permit
x
5. Electrical Building Permit
x
6. Plan Check Fees
x
7. Street Use Permit
x
8. Curb & Gutter Permit
x
9. Sidewalk Permit
x
10. Landscape Permit
x
11. Street / Curb Design Charge
x
12. Sign Permits
x
13. Site Drainage Study SW MP Application
x
14. Site Drainage Permit SWMP Fee
x
15. Utility Development Fees
x
16. Plant Investment Fees
x
17. Electrical Primary Construction Fee
x
18. Water Service Construction Fee
x
19. Gas Service Construction Fee
x
20. Water Ta (Inspection) Fee
x
21. Sanitary Tap (Inspection) Fee
x
22. Storm Ta (Inspection) Fee
x
23. Special Tap Fees
x
24. Contractor's Licenses
x
25. Zoning Fees
x
26. Construction Equipment Licenses
x
27. Construction Equipment Permits
x
S. OTHER COSTS
1. Sales & Use Taxes EXEMPT
x
2. Construction Labor Costs
x
3. Construction Material Costs
x
4. Construction Equipment Costs
x
5. Cost of Design & Engineering
x
6. A/E Cost for Bid Packages
x
7. Prelimina Soils Investigation
x
8. Title / Development Cost
x
9. Land Costs
x
10. Financing / Interest Cost
x
11. Interim Financing Costs
x
12. Building Operation After Move -In
x
13. Building Maintenance After Move -In
x
14. FF&E Coordination Services
x
15. Owner Moving Transition Manual
x
16. Owner Moving Costs
x
17 Guaranteed Maximum Price Proposal
x
18 Weekly Project Team & Subcontractor Meetings
x x
1191Weekly Project Meeting Minutes & Distribution
x x
Page 7 of 7
EXHIBIT D
INSURANCE CERTIFICATE
42
Client#: 1082345
FCICON
ACORDTM CERTIFICATE OF LIABILITY INSURANCE
DATE (MYYYY)
MIDDIM/DD[ 2/14
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
USI Colorado, LLC Construction
P.O. Box 7050
Englewood, CO 80155
800 873-8500
NAME: Client Manager
PHONE 800 873-8500 FAX 303-831-5295
A/C, No, Ext : AIC, No
E-MAIL den.contractors@usi.com
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURER A: Arch Insurance Company
11150
INSURED
FCI Constructors, Inc.
PO Box 1767
INSURER B • Travelers Property Cas. Co. of America
25674
INSURER C:
PERSONAL & ADV INJURY $1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY PRO- LOC
OTHER:
Grand Junction, CO 81502
INSURER D:
$
INSURER E
AUTOMOBILE LIABILITY
X ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
X AUTOS ONLY X AUTOS ONLY
INSURER F:
X
ZACAT9242101
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDL
INSR
SUBR
WVD
POLICY NUMBER
POLICY EFF
MM/DD/YYYY
POLICY EXP
MM/DD/YYYY
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE � OCCUR
X
X
ZAGLB9220001
10/01/2017
10/01/2018
EACH OCCURRENCE $110001000
PREMISES ERENTED occcur ence $100,000
MED EXP (Any one person) $10,000
PERSONAL & ADV INJURY $1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY PRO- LOC
OTHER:
GENERAL AGGREGATE $2,000,000
PRODUCTS - COMP/OPAGG $2,000,000
$
A
AUTOMOBILE LIABILITY
X ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
X AUTOS ONLY X AUTOS ONLY
X
X
ZACAT9242101
10/01/2017
10/01/201
MBINED
(CEO, cidentSINGLE LIMIT $ 1s s OOO OOO
ac
BODILY INJURY (Per person) $
BODILY INJURY (Per accident) $
PROPERTY DAMAGE
Per accident $
B
X
UMBRELLA LIAB
EXCESS LIAB
X
OCCUR
CLAIMS -MADE
X
X
ZUP15P9635717NF
10/01/2017
10/01/2018
EACH OCCURRENCE s25,000,000
AGGREGATE s25,000,000
DED X RETENTION $0
$
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N
OFFICER/MEMBER EXCLUDED? N
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N / A
X
ZAWC19389201
10/01/2017
10/01/2018
X PER OTH-
E.L. EACH ACCIDENT $1,000,000
E.L. DISEASE - EA EMPLOYEE $1,000,000
E.L. DISEASE - POLICY LIMIT $1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
Re: Eagle County Facilities Workshop.
As required by written contract or written agreement, Eagle County, its associated or affiliated entities,
its successors and assigns, elected officials, employees, agents and volunteers are included as Additional
Insureds as respects General Liability and Auto Liability but only as respects work performed on behalf of
the named insured.
Eagle County
P.O. Box 850
Eagle, CO 81631
ACORD 25 (2016/03) 1 of 1
#S22502758/M21549072
a, w_..
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
© 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
SABBC
This page has been left blank intentionally.
POLICYNUMBER: ZAGLB922000I
COMMERCIALGEKERALLIABILITY
CG 2010 0704
THIS ENDOHSEMENTCHANGESTHE POLICY. PLEASEREAD11TCAFiEFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This andomement modifies insurance provided under The following.
COMMERCIAL.GENERALLIABILiTYCOVERAGE PART
SCHEDULE
Neme0fAddidonal Insured Person(s)
ALL PARTIES EXCEPT PARTTCTPANTS OF
CONTROLLED INSURANCE PROGRAMS,
WHERE REQUIRED BY A WRTTTEN
CONTRACT. THISINSURANCE IS PRI14ARY
AND NON-CONTRIBUTORY WITH ANY
OTHER INSURANCE WHERE THE WRITTEN
CONTRACT REQUTRES THAT THIS
INSURANCE BE PRTMARY AND NON-
CONTRIBUTORY. WHEN THE INSURANCE
-PROVIDED BY THIS ENDORSEMENT IS
PRIMARY AND NONCONTRIBUTORY, WE
WILL NOT SEEK ANY CONTRIBUTION
FROM ANY OTHER INSURANCE POLICY
AVAILABLE TO THE ADDITIONAL
INSURED ON WHICH THE ADDITIONAL
INSURED IS A NAMED INSURED.
A. Section 11-- Who Is An Insured Is amended to
Include as an additional Insured the person(s) or
organization(s) shorm In the Schedule, but only
with respect to liability tor'bodily Injury', 'properly
darrW or 'personal and advertising injury"
caused, In whole or In part. by.
1. Your acts or omissions; or
2. The acts or omissions of those acting an your
bahalt;
in the performance of your ongoing aperalions for
the additional Insured(s) at the locatlon(s) desig-
naled above.
CG 201007 04
ALI. LOCATIMIS WID PACUCCTS OF TIIE 1115UnS4
B. With respect to the Insurance afforded to these
additional insureds, ft following addillonal exclu-
sions apply:
This insurance does not apply to "boldly Ir;ury" or
`properly dartlagv" occurring aper.
1. All work. Including materials, parts or equip -
men[ furnished In connectlon with such work.
on the project (other than service, maintenance
or repairs) to be performed by or on behalf of
Ole additional Insured(s) at the location of Ole
covered operaliarlls has been completed; or
2 That portion of 'your work" out of which the
Injury or damage arises has been put to its in-
lended use by any person or organization
other than another contractor or subcontractor
engaged in performing operallons for a princi-
pal as a part of the same project.
0ISO Properties, Inc.. 2004
"ONOXWw
Page 1 of 1 Ct
POLICYNUMBEF ZAGLB9220001
COMMERCIALGENERALLIABIUtY
CG 20 3707 04
THIS ENDORSEMENTCHANGES THE POLICY. PLEASE READITCAREFIILLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modilles Insurance provided under the following.
COMMERCIAL.GF 49RALLIABILITYCOVERAGEPART
SCHEDULE
NanuOEAddltionst Inserted Persons)
ALL PARTIES WaERE REQUIRED BY A
WRITTEN CONTRACT. THIS INSURANCE
IS PRIMARY AND NOH -CONTRIBUTORY
WITH A14Y OTHER INSURANCE. WHERE THE
WRITTEN CONTRACT REQUIRES THAT
THIS INSURANCE BE PRIMARY AND NON-
CONTRTRUTORY. WHEN THF INSURANCE
PROVIDED BY THIS ENDORSEMENT IS
PRIMARY AND NON-CONTRIBUTORY, WE
WILT, NOT SEEK ANY CONTRIBUTION
FROM ANY OTHER INSURANCE POLICY
AVAILABLE TO THE ADDITIONAL
INSURED ON WHICH THE ADDITIONAL
INSURED IS A NAMED TNSURED.
Section 9 — Who Is An Insured Is amended to in -
chide as an additional Insured the person(s) or or-
ganization(s) shown In the Schedule, but only with
respect to Nobility for "bodily Injury' or "property
damage caused. In whole or In part, by your work"
at the location designated and descrtbed In the
schedule of this endorsement performed for that
additional Insured and Included In the producls-
compleled operations hazard
CG 20 3707 04
ALL LOCATIONS Atop PRo,7ECTs of ntr; t Ma SED
wl-1 be
DISO ProperLes, Int, 2005
4f5111UIM"
Page 1 of 1 0
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED — DESIGNATED PERSON OR ORGANIZATION
This endorsamenl modifies insurance provided under the following
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVl=RR4GE FORM
MOTOR CARRIER COVERAGE FORM
Name of Person(s) or Organic Ww(s):
ANY PER-QCN OR CRGANI7ATICN FCR WHCM YCU HAVE
SFECIFICALIY AGREED IN WRITING iC PRCVICE
ADBITZCNAL INSURED STATUS UNCER THIS POLICY.
With respect to Caverage provided by this endorsement, the provisions of the Coverage Form apply
unless modified by the awto ement.
Under Covered Autos Liability Coverage, the ftv is An Insumd provision is amended to Include as
an "insured' the palson(s) or oWnizetion(s) named In the Schedule above, bid only with rasped to their
legal liability for your ads or omimknz or ads or omissions of any person for whom Covered Auto
Liabtlily Coverage is afforded under this policy
All other lemic and conditions of this Pdicy remain unchanged,
Endorsement Number.
Policy Number: ZACAT9242101
Named Insumd: FCI CCNSIRUCTCRw, INC.
This endorsement is effective on the Inoeplfon dale of this Policy unless otherwise stated heroin:
Endorsement Effective Date: 10/01/2017
00 CAt O 00 1013 Page 1 of 1