15
ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – PHASE II University of Maine at Augusta, Bangor Campus, Bangor, Maine Date: June 14, 2021 To: Prospective Bidders From: University of Maine System 5765 Service Building Orono, ME 04469-5765 __________________________________________________________________________________ This Addendum forms a part of the Contract Documents and modifies the original Bid Documents and Specifications dated June 17, 2021. Portions of the bid and contract documents not altered by this Addendum remain in full force. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject the Bidder to disqualification. This Addendum consists of the following: - Specification Changes - Drawing Changes - Non-Mandatory Pre-Bid Attendance List SPECIFICATION CHANGES 1. Section 00 01 00, Table of Contents, DELETE and REPLACE with the attached Section 00 01 00, Table of Contents 2. Section 00 01 15, List of Drawing Sheets DELETE and REPLACE with the attached Section 00 01 15, List of Drawing Sheets 3. Section 00 11 13, Advertisement for Bids, DELETE and REPLACE with the attached Section 00 11 13, Advertisement for Bids 4. Section 00 21 13, Instructions to Bidders, DELETE and REPLACE with the attached Section 00 21 13, Instructions to Bidders

ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – …

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – …

ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – PHASE II University of Maine at Augusta, Bangor Campus, Bangor, Maine Date: June 14, 2021 To: Prospective Bidders From: University of Maine System 5765 Service Building Orono, ME 04469-5765 __________________________________________________________________________________ This Addendum forms a part of the Contract Documents and modifies the original Bid Documents and Specifications dated June 17, 2021. Portions of the bid and contract documents not altered by this Addendum remain in full force. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject the Bidder to disqualification. This Addendum consists of the following:

- Specification Changes - Drawing Changes - Non-Mandatory Pre-Bid Attendance List

SPECIFICATION CHANGES

1. Section 00 01 00, Table of Contents, DELETE and REPLACE with the attached Section 00 01 00, Table of Contents

2. Section 00 01 15, List of Drawing Sheets DELETE and REPLACE with the attached Section 00 01 15, List of Drawing Sheets

3. Section 00 11 13, Advertisement for Bids, DELETE and REPLACE with the attached Section

00 11 13, Advertisement for Bids

4. Section 00 21 13, Instructions to Bidders, DELETE and REPLACE with the attached Section 00 21 13, Instructions to Bidders

Page 2: ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – …

5. Section 00 41 13, Bid Form, DELETE and REPLACE with the attached Section 00 41 13

Bid Form

6. Section 00 43 13, Bid Security Form, DELETE and REPLACE with the attached Section 00 43 13, Bid Security Form

7. Section 01 23 00, Alternates, DELETE and REPLACE with the attached Section 01 23 00, Alternates

DRAWING CHANGES

1. C102, Proposed Site Plan, DELETE and REPLACE with the attached C102 dated 6/11/21

2. C103, Proposed Site Plan, DELETE and REPLACE with the attached C103 dated 6/11/21

NON-MANDATORY PRE-BID ATTENDANCE LIST: There were no contractors present at the Non-Mandatory Pre-Bid

END OF ADDENDUM 01

Page 3: ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – …

UMA Bangor Campus Walkway Project – Phase II 00 01 10 – 1 Table of Contents

SECTION 00 01 10 TABLE OF CONTENTS

PROCUREMENT AND CONTRACTING REQUIREMENTS GROUP # of Pages DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS Introductory Information 00 01 01 Project Title Page 1 00 01 07 Seals Page 1 00 01 10 Table of Contents 2 00 01 15 List of Drawing Sheets 1 Procurement Requirements 00 11 13 Advertisement for Bids 2 00 21 13 Instructions to Bidders 2 00 41 13 Bid Form 2 00 43 13 Bid Security Form 1 Contracting Requirements 00 51 00 Notice of Award 1 00 52 13 Construction Contract Agreement Form 2 00 61 13.13 Performance Bond Form 1 00 61 13.16 Payment Bond Form 1 00 62 16 G715 Supplemental Attachment for ACORD Certificate of Insurance 1 00 62 16.10 Certificate of Liability Insurance (ACORD) 2 00 62 16.11 Commercial General Liability Coverage Form (ISO CG 00 01 12 04) 15 00 62 16.12 Additional Insured – Owners, Lessees or Contractors – Scheduled Person or Organization (ISO CG 20 10 07 04) 1 00 62 16.13 Additional Insured – Owners, Lessees or Contractors – Completed Operations (ISO CG 20 37 07 04) 1 00 62 16.14 Designated Location(s) General Aggregate Limit (ISO CG 25 04 03 97) 2 00 62 73 G703 Schedule of Values Form (Continuation Sheet) 1 00 62 76 G702 Application for Payment Form 1 00 62 76.13 Sales Tax Form 1 00 62 76.16 G707A Consent of Surety to Reduction in or Partial Release of Retainage Form 1 00 62 79 Stored Material Form 2 00 63 14 G716 Request for Information Form 1 00 63 33 G710 Architect’s Supplemental Instructions Form 1 00 63 46 G714 Construction Change Directive Form 1 00 63 57 G709 Work Changes Proposal Request Form 1 00 63 63 G701 Change Order Form 1 00 65 16 G704 Certificate of Substantial Completion Form 1 00 65 19 Certificate of Completion Form 1 00 65 19.13 G706 Contractor’s Affidavit of Payment of Debts and Claims Form 1 00 65 19.16 G706A Contractor’s Affidavit of Release of Liens Form 1 00 65 19.17 Waiver of Lien 1 00 65 19.18 Subcontractor/Supplier Conditional Release and Waiver of Lien 2 00 65 19.19 G707 Consent of Surety to Final Payment Form 1 00 72 00 A201 General Conditions of the Contract for Construction 43 00 73 00.11 Schedule of Liquidated Damages 1 00 73 16 A101 Exhibit A Insurance and Bonds 8 00 73 46 Wage Determination Schedule 1 SPECIFICATIONS GROUP GENERAL REQUIREMENTS SUBGROUP DIVISION 01 – GENERAL REQUIREMENTS 01 10 90 Reference Standards 2 01 11 00 Summary of Work 1 01 14 00 Work Restrictions 2 01 23 00 Alternates 1 01 29 00 Payment Procedures 4

Page 4: ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – …

UMA Bangor Campus Walkway Project – Phase II 00 01 10 – 2 Table of Contents

01 33 00 Submittal Procedures 2 01 56 00 Temporary Facilities and Control 2 01 57 00 Traffic Control 2 01 77 00 Closeout Procedures 2 DIVISION 02 Not Used DIVISION 03 – CONCRETE 03 30 00 Cast-in-Place Concrete 3 DIVISION 04 through DIVISION 19 Not Used FACILITY SERVICES SUBGROUP DIVISION 20 through DIVISION 25 Not Used DIVISION 26 26 60 00 Exterior Lighting 3 SITE AND INFRASTRUCTURE SUBGROUP DIVISION 31 – EARTHWORK 31 22 13 Rough Grading 4 31 23 16 Excavation 3 31 23 23 Backfill 7 31 25 13 Erosion Controls 2 31 38 00 Geotextiles 3 DIVISION 32 – EXTERIOR IMPROVEMENTS 32 12 16 Asphalt Paving 4 32 17 26 Tactile Warning Surfacing 3 32 91 19 Landscape Grading 3 32 92 19 Seeding 5 32 92 10 Turf Grasses DIVISIONS 33 through 39 Not Used PROCESS EQUIPMENT SUBGROUP – Not Used

END OF SECTION 00 01 10

Page 5: ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – …

UMA Bangor Campus Walkway Project – Phase II 00 01 15 – 1 List of Drawing Sheets

SECTION 00 01 15 LIST OF DRAWING SHEETS

C101 Overall Site Plan, dated 04/09/2021, revised 05/24/2021 C102 Proposed Site Plan, dated 04/09/2021 revised 05/24/2021, revised 06/11/2021 C103 Proposed Site Plan, dated 04/09/2021, revised 05/24/2021, revised 06/11/2021 C501 Details, dated 04/09/2021, revised 05/24/2021

END OF SECTION 00 01 15

Page 6: ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – …

UMA Bangor Campus Walkway Project – Phase II 00 11 13 – 1 Advertisement for Bids

SECTION 00 11 13 ADVERTISEMENT FOR BIDS

Bids for: UMA BANGOR CAMPUS WALKWAY PROJECT - PHASE II Shall be submitted electronically to [email protected] With the following Email Subject Line: UMA Bangor Campus Walkway Project – Phase II Bids will be received until 2:00pm on Thursday, June 17, 2021, at which time Bids will be opened and read aloud via Zoom. Bid opening attendance is available via PC, Mac, Linux, iOS or Android at: https://maine.zoom.us/j/82133896316?pwd=dC94MzFsN21yVldrY3ZCNFQxMkFXZz09 Password: 658303 Or via telephone US: +1 312 626 6799 Meeting ID: 821 3389 6316 Bids received after the stated time will not be considered and will be returned unopened. Electronic bid submission must be accompanied by a copy of a satisfactory Bid Bond for 5% of the Bid (checks will not be accepted) which shall be in conformity with the form of Bond contained in Section 00 43 13 of the Specifications. Upon determination of the apparent low bidder, the University will contact the low bidder and request an original hard copy of the bid bond be delivered within 72 hours. The University reserves the right to waive all formalities and reject any or all bids or to accept any bids. Scholarships, donations or gifts to the University will not be considered in the evaluation of responses. Electronic Bid Submission Requirements: A SIGNED virus-free electronic bid form must be submitted as follows:

• The bid and bid bond must be submitted electronically as a single PDF file to the email address shown above.

• Electronic submission must be received by the required Date/Time reflected above. The successful Bidder will be required to furnish a 100% Performance Bond and a 100% Payment Bond to cover the execution of the Contract which shall be in conformity with the form of Bonds contained in Sections 00 61 13.13 and 00 61 13.16, respectively, of the Specifications and shall be for the Contract amount. Bidders may attend a non-mandatory pre-bid meeting on Tuesday, June 8, 2021. Attendees are to meet at the in the parking lot at Eastport Hall, adjacent to the project site. Face covering required, social distancing required, and completion of COVID-19 safety form required (available at page 2 of specification 00 14 00, Work Restrictions). The form will be collected to assure compliance. Copies of plans and specifications will not be available at the pre-bid meeting. Acquiring or reviewing plans and specifications prior to the meeting is advised. Project Summary: The project consists of sidewalk & curbing installation as shown in the contract documents along Texas Ave in Bangor, Maine. Work also includes the modification & expansion of the existing parking lot adjacent to Eastport Hall. The electronic documents (.pdf) may be examined and downloaded at the following site: https://www.uma.edu/compliance/capital-construction-projects/ Any questions related to the plans and specifications must be submitted prior to 4pm on Thursday, June 10, 2021, via email to Joshua Burke, Project Manager; [email protected] ; 207-951-2506. In complying with the letter and spirit of applicable laws and pursuing its own goal of diversity, the University of Maine System shall not discriminate on the grounds of race, color, religion, sex, sexual orientation, including transgender status or gender expression, national origin, citizenship status, age, disability, genetic information, or veterans status in employment, education, and all other areas of the University System. The University

Page 7: ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – …

UMA Bangor Campus Walkway Project – Phase II 00 11 13 – 2 Advertisement for Bids

provides reasonable accommodations to qualified individuals with disabilities upon request. General contractors, subcontractors, and product suppliers bidding on this project must subscribe and adhere to same. UNIVERSITY OF MAINE SYSTEM by and through UNIVERSITY OF MAINE AT AUGUSTA Buster Neel Interim Chief Business Officer

END OF SECTION 00 11 13

Page 8: ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – …

UMA Bangor Campus Walkway Project, Phase II 00 21 13 – 1 Instructions to Bidders

SECTION 00 21 13 INSTRUCTIONS TO BIDDERS

1. At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the plans and contract documents, including all addenda. The failure or omission of any bidder to receive or examine any form, instrument, or document shall not relieve any bidder from any obligation in respect to the bid. The Owner reserves the right to accept or reject any or all bids as may best serve the interests of the University of Maine System.

2. Subject to the University System’s right, reserved herein, to accept or reject any or all bids, the General

Contractor will be selected on the basis of the sum of the lowest base bid, plus such of the alternates as the University System desires to use.

3. The University System is exempt from the payment of Federal Excise Taxes on articles not for resale and

the Federal Transportation Tax on all shipments. The Contractor shall quote less these taxes. Upon application, exemption certificates will be furnished when required.

4. No proposal may be withdrawn during a period of thirty (30) calendar days immediately following the

opening thereof. 5. No contract may be assigned, sublet or transferred without the written consent of the University of Maine

System. 6. All individuals not residents of this State must comply with the provisions of 14 MRSA §704-A. 7. The successful bidder, or bidders, will be required to furnish 100% Contract Bonds to cover the execution

of the contract, in accordance with the AIA Document A101 - 2017 Exhibit A and Article 11 of the AIA Document A201 – 2017 General Conditions of the Contract for Construction.

8. Contractors may be required to furnish a statement of their business experience, record of accomplishments,

and financial responsibility, at the discretion of the University System. 9. The base bid shall be based on the materials, methods, equipment and products, as specified. 10. Bidders shall submit the bid on the Bid Form provided in the Specifications, Section 00 41 13. 11. Any materials, methods, equipment and products not herein specified, but worthy of consideration by any

General or Subcontractor, may be introduced by a separate letter attached to the regular bid. The Bidder shall state the cost comparison with the specified materials, methods, equipment and products, and the reason for the suggested substitution. It shall be understood by all bidders that the attached letter proposing substitutions shall not be used to determine the low bidder and that all bids are based on specified products.

12. Telegraphic or facsimile proposals will not be considered, but modification of proposals already submitted

will be considered if received prior to the hour set for receipt of proposals. If the telegram or facsimile discloses the amount of the proposal, the proposal will be declared invalid. The bidder bears full responsibility to assure that the correction is delivered to the proper location and within the time required.

13. Where a bidder wishes a product to be considered an “approved equal” for bidding purposes, the product,

along with all supporting documentation, shall be submitted to the architect for review a minimum of 10 calendar days prior to the bid opening date or the file bid due date, if file bids are required on the project. Products which are determined to be an “approved equal” for bidding purposes shall be listed in an addendum issued so as to be received by bidders no less than 72 hours prior to the bid date or the file bid due date if file bids are required.

14. Where the Bid Form requires the tabulation of subcontractors other than “File Bidders,” the Bidder shall

list the name of the firm the bidder intends to use in the event the bidder receives the contract award. 15. Bidders may appeal the award decision by submitting a written protest to the University of Maine System

Page 9: ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – …

UMA Bangor Campus Walkway Project, Phase II 00 21 13 – 2 Instructions to Bidders

Chief Facilities and General Services Officer within five (5) business days of the date of the award notice (Notice of Award) with a copy of the protest to the successful bidder. The protest must contain a statement of the basis for the challenge.

END OF SECTION 00 21 13

Page 10: ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – …

SECTION 00 41 13

UMA Bangor Campus Walkway Project – Phase II 00 41 13 – 1 Bid Form

BID FORM – SHORT FORM

BIDDER:

Physical/Street Address

City, State ZIP University of Maine System Carolyn McDonough Director of Capital Planning & Project Management

5765 Service Building, Room 117 Orono, ME 04469-5765

Having carefully examined the form of contract, general conditions and plans and specifications contained therein for

UMA BANGOR CAMPUS WALKWAY PROJECT – PHASE II, as well as the premises and conditions affecting the

work, we the undersigned propose to furnish all labor, equipment and materials necessary for

and reasonably incidental to the construction and completion of this contract for the sum of

Dollars ($ ). Alternate prices as follows: Alternate A Replace all proposed concrete curb with Granite curb per detail $ Alternate B Overlay existing Eastport Hall asphalt parking lot per detail $ This proposal includes the cost of 100% Performance Bond plus 100% Payment Bond. The receipt of the following addenda to plans and specifications is hereby acknowledged: ADDENDUM # DATED ADDENDUM # DATED

ADDENDUM # DATED ADDENDUM # DATED Any material or materials not specified in the bidding document but worthy of consideration may be introduced by the bidder by a separate letter attached to this Bid. A cost comparison must be included giving the comparison with the Material specified and the reason for the suggested substitution. The basic bid shall be as specified. The undersigned agrees, if this Bid is accepted to sign a contract and deliver it, along with the bonds and affidavits for all insurance specified within twelve (12) calendar days after the date of notification of such acceptance, except if the 12th day falls on a Saturday, Sunday or holiday, then the conditions will be fulfilled if the required documents are received before 12 o’clock noon on the day following the holiday, or the Monday following the Saturday or Sunday, and as a guarantee thereof, herewith submits a bid bond as required. The undersigned agrees, if awarded the Contract, to complete the work on or before August 20, 2021. The undersigned also agrees, if awarded the Contract, that no more than 80% of the contract amount will be sublet to other contractors.

Page 11: ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – …

SECTION 00 41 13

UMA Bangor Campus Walkway Project – Phase II 00 41 13 – 2 Bid Form

Signed (by individual authorized to sign contract) By (printed name & title) Phone PO Box (if applicable) Email NOTE: If bidder is a corporation, write State of Incorporation, and if a partnership, give full names of all partners.

END OF SECTION 00 41 13

Page 12: ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – …

SECTION 00 43 13

UMA Bangor Campus Walkway Project – Phase II 00 43 13 – 1 Bid Security Form

BID SECURITY FORM KNOW ALL BY THESE PRESENTS, THAT WE, the undersigned, as PRINCIPAL

, and

as SURETY, are hereby held and firmly bound unto the Treasurer

of the UNIVERSITY OF MAINE SYSTEM in the penal sum of

for the payment of which, well and truly to

be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and

assigns, signed this day of , 20 .

The condition of the above obligation is such that whereas the Principal has submitted to UNIVERSITY OF MAINE SYSTEM, BY AND THROUGH THE UNIVERSITY OF MAINE AT AUGUSTA, a certain proposal, attached hereto and hereby made a part hereof, to enter into a contract in writing for the UMA BANGOR CAMPUS WALKWAY PROJECT – PHASE II. NOW THEREFORE, (a) If said proposal shall be rejected, or, in the alternate (b) If said proposal shall be accepted and the Principal shall execute and deliver a contract in the form of

contract attached hereto (properly completed in accordance with said proposal) and shall furnish a bond for faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said proposal, then this obligation shall be void, otherwise the same shall remain in force and effect: It being expressly understood and agreed that the liability of the surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated.

The Surety, for value received, hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the principal may accept such proposal: and said Surety does hereby waive notice of any such extension. In the event suit is brought upon this bond by the Treasurer of the UNIVERSITY OF MAINE SYSTEM, Surety shall pay reasonable attorneys’ fees and costs incurred by the Treasurer of the UNIVERSITY OF MAINE SYSTEM in such suit. IN WITNESS WHEREOF, the Principal and Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set above. PRINCIPAL: By: L.S. SURETY: SURETY ADDRESS: By: L.S.

**DO NOT ALTER LANGUAGE**

END OF SECTION 00 43 13

Page 13: ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – …

UMA Bangor Campus Walkway Project, Phase II 01 23 00 – 1 Alternates

SECTION 01 23 00 ALTERNATES

PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and other Division 1 Specification Sections apply to this Section. 1.02 SUMMARY A. This Section includes administrative and procedural requirements for alternates. PART 2 PRODUCTS - (Not Used) PART 3 EXECUTION 3.01 SCHEDULE OF ALTERNATES

A. Replace all proposed concrete curb with granite curb per detail. B. Overlay existing Eastport Hall asphalt parking lot per detail.

END OF SECTION 01 23 00

Page 14: ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – …

WV

D

TEXAS AVENUE

PROPOSED CROSSWALKSIGNS(2) W11-2(2) W16-7P

PROPOSED CROSSWALKSIGNS(2) W11-2(2) W16-7P

SF

5.0'

5.0'

TRANSITION TOEXISTING SIDEWALK,DO NOT EXCEED ADASLOPE REQUIREMENTS

PROPOSEDCURB

ESPLANADE, INSTALL4" OF LOAM AND SOD

PROPOSEDTIP DOWN

PROPOSED CROSSWALK,BY OTHERS (N.I.C.)

PROPOSED TIP DOWN

PROPOSEDSIDEWALK

PROPOSED SIDEWALK ANDCURB, NEW CURB PLACEMENTSHALL MATCH EXISTING

PROPOSED CURB

PROPOSED 2'x5' CASTIRON DETECTABLEWARNING SURFACE

PROPOSED CROSSWALK,BY OTHERS (N.I.C.)

REMOVE EXISTINGCURBING AND INSTALLPAVEMENT AS SHOWN

PARKING STALLRE-STRIPING BYOTHERS (N.I.C.)

EXISTING PARKING LOT MARKINGSTO BE PAINTED OVER W/ BLACKPAINT BY OTHERS (N.I.C.)

PROPOSED TIP DOWNPROPOSED TIP DOWN

8.0'

PROPOSEDSIDEWALK AND CURB

PROPOSED TIP DOWN

PROPOSED CURBEDAND PAVED ISLAND

5.0'

PROPOSEDSIDEWALK, CURBINGAND TIP DOWN

REMOVE EXISTING PAVEMENTAND RE-VEGETATE W/ 4" LOAMAND SOD

18.0'8.0'

7.5'

18

PROPOSEDSIDEWALK, CURBINGAND TIP DOWN

INSTALL TEMPORARYHAYBALE PROTECTION ORSILT SOCK, REFER TO DETAIL

INSTALL TEMPORARY SILTSACK, REFER TO DETAIL

REMOVE NEXT FULL SECTION OFEXISTING CURB. INSTALL NEW CURB TOMATCH REVEAL OF EXISTING, TYPICALAT ALL LIMITS OF NEW CURBING

REMOVE EXISTINGISLAND AND PAVEMENT

REMOVE EXISTINGPAVEMENT ANDRE-VEGETATE W/ 4"LOAM, SEED, ANDMULCH (388 SF)

REMOVE EXISTINGPAVEMENT ANDRE-VEGETATE W/ 4"LOAM AND SOD (1980 SF)

PROPOSED 2'x5' CASTIRON DETECTABLEWARNING SURFACE

PROPOSED 2'x5' CASTIRON DETECTABLEWARNING SURFACE

PROPOSED 2'x5' CASTIRON DETECTABLEWARNING SURFACE

EXISTING UTILITYPOLE TO REMAIN

REPLACE FRAME AND INSTALLSOLID COVER ON EXISTINGCATCH BASIN, MODIFY CATCHBASIN INLET AS SHOWN ON THETYPICAL CURB INLET CATCHBASIN DETAIL ON SHEET C501

EXISTING BUSSTOP SHELTER

UG

U

UGU

UGU

PROPOSED 15'WALKWAY LIGHT TOMATCH EXISITNG

1.5%

PROPOSED CROSSWALK,BY OTHERS (N.I.C.)

PROPOSED CROSSWALK,BY OTHERS (N.I.C.)

1.5%

28.0'

R396.7'

SAW CUT PAVEMENT AROUND EXISTINGISLAND AND REMOVE. FOR AREASOUTSIDE OF THE PROPOSED ISLAND,RE-PAVE IN ACCORDANCE W/ THETYPICAL PARKING LOT BUILDUP DETAIL

R15.0'

R3.0'

R10.0'

R8.0'

R10.0'

R12.0'

WV

WV

D

TEXAS AVENUE

SF

SF

SF

SF

SF

SF

SF

SF

SF

SF

SF

SF

SF

SF

SF

SF SF SF SF SF SF SF SF SF SF SF SF SF SF SF SFSF

SFSF

SFSF

SF

EXISTING PARKING LOT MARKINGSTO BE PAINTED OVER W/ BLACKPAINT BY OTHERS (N.I.C.)

PROPOSED TIP DOWN

PROPOSEDSIDEWALK AND CURB

PROPOSED TIP DOWN

PROPOSED CURBEDAND PAVED ISLAND

5.0'

PROPOSEDSIDEWALK, CURBINGAND TIP DOWN OVERLAY EXISTING

8.5' SIDEWALK

REMOVE EXISTING PAVEMENTAND RE-VEGETATE W/ 4" LOAMAND SOD

18.0'8.0'

7.5'24.0'

18.0'18.0'

24.0'18.0'

18.0'

198.0'

22

4

34

36

18

24.0'

9.0'TYP.

INSTALL TEMPORARY SILTSACK, REFER TO DETAIL

INSTALL TEMPORARYHAYBALE PROTECTION ORSILT SOCK, REFER TO DETAIL

INSTALL TEMPORARY SILTFENCE, REFER TO DETAIL

EXISTING PAVEMENT TO REMAIN

REMOVE EXISTINGISLAND AND PAVEMENT

24.0'

REMOVE EXISTINGPAVEMENT ANDRE-VEGETATE W/ 4"LOAM, SEED, ANDMULCH (388 SF)

REMOVE EXISTINGPAVEMENT ANDRE-VEGETATE W/ 4"LOAM AND SOD (1980 SF)

PROPOSED NEWPAVEMENT (4205 SF),SEE TYPICAL PARKINGLOT BUILD-UP DETAIL

EXISTING PARKINGLOT TO BERE-STRIPED BYOTHERS (N.I.C.)

EXISTING UTILITYPOLE TO REMAIN

EASTPORT HALL

PROPOSED PARKINGLOT PAVEMENTMARKINGS BY OTHERS(N.I.C.)

SAW CUT PAVEMENTAROUND EXISTING ISLANDAND REMOVE, SEE TYPICALPARKING LOT BUILD-UPDETAIL. PAVE FLUSH W/PARKING LOT17

5

174176

UG

UUGU

UGU

UGU

UGU

UGU

UGU

UGUPROPOSED 15' WALKWAY LIGHTTO MATCH EXISTING,COORDINATE NEW CONCRETEBASE W/ PROPOSED LIGHTS.CONTRACTOR TO PROVIDELIGHT BASE ANDUNDERGROUND UTILITY

NEW 3/4" C PVC W/ (2)#12 W/G CONNECT TOEXISTING JUNCTIONBOX, RUN TIGHT TOROOF OVERHANG, BYOTHERS (N.I.C.)

VERIFY CONDITIONAND SIZE OF WIRE

EXISTING PANEL "B"CIRCUIT 6, NEWLIGHTING CONTROL24HR/7D/W, 120V, BYOTHERS (N.I.C.)

PROPOSED 15'WALKWAY LIGHT TOMATCH EXISITNG

PROPOSED CROSSWALK,BY OTHERS (N.I.C.)

PROPOSED CROSSWALK,BY OTHERS (N.I.C.)

1.5%

28.0'

R396.7'

SAW CUT PAVEMENT AROUND EXISTINGISLAND AND REMOVE. FOR AREASOUTSIDE OF THE PROPOSED ISLAND,RE-PAVE IN ACCORDANCE W/ THETYPICAL PARKING LOT BUILDUP DETAIL

SAW CUT PAVEMENT AROUND EXISTINGISLAND AND REMOVE. FOR AREASOUTSIDE OF THE PROPOSED ISLAND,RE-PAVE IN ACCORDANCE W/ THETYPICAL PARKING LOT BUILDUP DETAIL

SAW CUT PAVEMENT AROUNDEXISTING ISLAND AND REMOVE,SEE TYPICAL PARKING LOTBUILD-UP DETAIL. PAVE FLUSHW/ PARKING LOT

CONTRACTOR TO PROVIDE ANDINSTALL THE LIGHT BASES ANDUNDERGROUND UTILITYCONDUITS IN LOCATIONS SHOWN.THE OWNER WILL PROVIDE LIGHTFIXURES, PULL WIRE, ANDPERFORM THE CONNECTION

24.0'

R15.0'

R3.0'

R10.0'

R8.0'

R10.0'

CURB RADII SHALLBE 5' UNLESSOTHERWISE NOTED

EXISTING PARKINGLOT MARKINGS TOBE PAINTED OVERW/ BLACK PAINTBY OTHERS (N.I.C.)

DESCRIPTION BY CHK.DATE

DRAWING ISSUE STATUS

REV.

ISSUED FOR CONSTRUCTION

1 2021.05.24 PER CLIENT REVIEW BLQ SMT

2 2021.06.11 PER ADDENDUM #1 BLQ JAD

2

1 inch = ft.( IN FEET )

GRAPHIC SCALE020 10 20 40 60

20

HALEY WARDENGINEERING ENVIRONMENTAL SURVEYING

WWW.HALEYWARD.COMOne Merchants Plaza, Suite 701

Bangor, Maine 04401207.989.4824

415 Lisbon Street, Suite 200Lewiston, Maine 04240207.795.600963 Dublin Street, Suite 2Machias, Maine 04654207.255.3270549 Main StreetPresque Isle, Maine 04769207.764.8412146 Main Street, Suite 300Saco, Maine 04072207.283.915144 Main StreetWaterville, Maine 04901207.680.2202

1234567

1234567

PROJECT

TITLE

DATE SCALE

DRAWN BY DESIGNED BY CHECKED BY

PROJECT No.

DRAWING No. REV.

A

B

C

D

A

B

C

D

FILE

LO

CAT

ION

: P:\1

0021

-UN

IVER

SITY

OF

MAI

NE\

015-

BAN

GO

R W

ALKW

AYS

PH2-

SMT\

02-C

AD_D

RAW

ING

S\C

IVIL

\DSG

N_D

WG

S\10

021.

015-

C-S

P.D

WG

, 202

1.06

.14,

8:5

2 AM

CERTIFICATE OF AUTHORIZATION No.

UNIVERSITY OF MAINE AUGUSTA

UMA BANGOR WALKWAY PROJECT-PHASE IITEXAS AVENUE, BANGOR, MAINE

PROPOSED SITE PLAN

2021.04.09 1"=20'

BLQ BLQ/JAD SMT

10021.015

C102C.O.A. No.

MATCHLINE A MATCHLINE A

MATCHLINE A MATCHLINE A

MATCHLINE B

MATCHLINE B

BASE BID:ALL PROPOSED CURBING SHALL BE SLIP FORMCONCRETE

BID ALTERNATIVE 1:ALL PROPOSED CURBING SHALL BE GRANITE

BID ALTERNATIVE 2:OVERLAY PARKING LOT WITH 1 1/2" OF 9.5mmBITUMINOUS ASPHALT PAVEMENT.

1

1

1

6/14/2021

Page 15: ADDENDUM 01 UMA BANGOR CAMPUS WALKWAY PROJECT – …

E

EPROPOSED TIP DOWN

PROPOSED 2'x5' CASTIRON DETECTABLEWARNING STRIP

PROPOSED SIDEWALK AND CURBING,FACE OF CURB SHALL BE 24' CLEARFROM FACE OF EXISTING CURBING ONOPPOSITE SIDE TO ALLOW FOR (2) 12'TRAVEL LANES. REMOVE EXISTING LANEMARKINGS AND RE-STRIPE AS SHOWN

5.0'

EXISTING PARKING LOT MARKINGSTO BE PAINTED OVER W/ BLACKPAINT BY OTHERS (N.I.C.)

PROPOSED 5'SIDEWALK, CURBINGAND TIP DOWNS

PROPOSED CROSSWALK,BY OTHERS (N.I.C.)

PROPOSED STRIPING,BY OTHERS (N.I.C.)

PROPOSEDTIP DOWN

PROPOSEDSIDEWALK, CURBINGAND TIP DOWN

REPLACE FRAME AND INSTALLSOLID COVER ON EXISTINGCATCH BASIN, MODIFY CATCHBASIN INLET AS SHOWN ON THETYPICAL CURB INLET CATCHBASIN DETAIL ON SHEET C501

PROPOSED CROSSWALKSIGNS(2) W11-2(2) W16-7P

12.0' 12.0'5.0'

24.0' MIN.

24' MIN.

INSTALL TEMPORARY SILTSACK, REFER TO DETAIL

INSTALL TEMPORARYHAYBALE PROTECTION ORSILT SOCK, REFER TO DETAIL

EXISTING BUS STOPSHELTER TO REMAIN

EXISTING TREETO REMAIN, TYP.

EXISTING SIGNTO REMAIN

R18'

REPLACE PORTIONOF EXISTINGSIDEWALK

EXISTINGHYDRANT TOREMAIN

EASTPORT HALL

REPLACE FRAME AND INSTALLSOLID COVER ON EXISTINGCATCH BASIN, MODIFY CATCHBASIN INLET AS SHOWN ON THETYPICAL CURB INLET CATCHBASIN DETAIL ON SHEET C501

REMOVE EXISTINGPAVEMENT ANDINSTALL NEWPAVEMENT TOEXISTING BUSSTOP SHELTER

UGU

UGUPROPOSED 15' WALKWAY LIGHTTO MATCH EXISTING,COORDINATE NEW CONCRETEBASE W/ PROPOSED LIGHTS.CONTRACTOR TO PROVIDELIGHT BASE ANDUNDERGROUND UTILITY

PROPOSED CROSSWALK,BY OTHERS (N.I.C.)

1.5%

1.5%

REMOVE EXISTINGCURBING

DESCRIPTION BY CHK.DATE

DRAWING ISSUE STATUS

REV.

ISSUED FOR CONSTRUCTION

1 2021.05.24 PER CLIENT REVIEW BLQ SMT

2 2021.06.11 PER ADDENDUM #1 BLQ JAD

2

1 inch = ft.( IN FEET )

GRAPHIC SCALE020 10 20 40 60

20

HALEY WARDENGINEERING ENVIRONMENTAL SURVEYING

WWW.HALEYWARD.COMOne Merchants Plaza, Suite 701

Bangor, Maine 04401207.989.4824

415 Lisbon Street, Suite 200Lewiston, Maine 04240207.795.600963 Dublin Street, Suite 2Machias, Maine 04654207.255.3270549 Main StreetPresque Isle, Maine 04769207.764.8412146 Main Street, Suite 300Saco, Maine 04072207.283.915144 Main StreetWaterville, Maine 04901207.680.2202

1234567

1234567

PROJECT

TITLE

DATE SCALE

DRAWN BY DESIGNED BY CHECKED BY

PROJECT No.

DRAWING No. REV.

A

B

C

D

A

B

C

D

FILE

LO

CAT

ION

: P:\1

0021

-UN

IVER

SITY

OF

MAI

NE\

015-

BAN

GO

R W

ALKW

AYS

PH2-

SMT\

02-C

AD_D

RAW

ING

S\C

IVIL

\DSG

N_D

WG

S\10

021.

015-

C-S

P.D

WG

, 202

1.06

.14,

8:5

2 AM

CERTIFICATE OF AUTHORIZATION No.

UNIVERSITY OF MAINE AUGUSTA

UMA BANGOR WALKWAY PROJECT-PHASE IITEXAS AVENUE, BANGOR, MAINE

PROPOSED SITE PLAN

2021.04.09 1"=20'

BLQ BLQ/JAD SMT

10021.015

C103C.O.A. No.

MATCHLINE B

EROSION CONTROL NOTES:1. ALL SEDIMENTATION AND EROSION CONTROL MEASURES SHALL BE IN ACCORDANCE WITH THE MAINE

EROSION AND SEDIMENTATION CONTROL BMPS, PUBLISHED BY THE BUREAU OF LAND AND WATERQUALITY, MAINE DEPARTMENT OF ENVIRONMENTAL PROTECTION, DATED MARCH 2003 (HEREINAFTERCALLED 2003 MAINE BMP HANDBOOK) AND THE MAINE DOT'S BEST MANAGEMENT PRACTICES FOREROSION & SEDIMENTATION CONTROL, LATEST EDITION.

2. SILT FENCE WILL BE INSPECTED, REPLACED AND/OR REPAIRED IMMEDIATELY FOLLOWING ANYSIGNIFICANT RAINFALL OR SNOW MELT OR LOSS OF SERVICEABILITY DUE TO SEDIMENTACCUMULATION. AT A MINIMUM, ALL EROSION CONTROL DEVICES WILL BE OBSERVED WEEKLY.

3. DURING THE CONSTRUCTION PHASE, INTERCEPTED SEDIMENT WILL BE RETURNED TO THE SITE ANDREGRADED ONTO OPEN AREAS.

4. SEDIMENT CONTROL DEVICES SHALL REMAIN IN PLACE AND BE MAINTAINED BY THE CONTRACTORUNTIL AREAS UPSLOPE ARE STABILIZED BY A SUITABLE GROWTH OF GRASS. ONCE A SUITABLEGROWTH OF GRASS HAS BEEN OBTAINED, ALL TEMPORARY EROSION CONTROL ITEMS SHALL BEREMOVED BY THE CONTRACTOR. ANY SEDIMENT DEPOSITS REMAINING IN PLACE AFTER THEY AREREMOVED SHALL BE DRESSED TO CONFORM WITH THE EXISTING GRADE, PREPARED, SEEDED, ANDMULCHED IMMEDIATELY.

5. ALL DISTURBED AREAS SHALL BE SEEDED AND MULCHED. LAWN AREAS SHALL BE SEEDED WITH MDOT717.03, METHOD NUMBER 1: PARK MIXTURE. MULCH SHALL BE CLEAN HAY, WOOD FIBER, JUTE NETTING,CHEESE CLOTH, BURLAP, OR ASPHALT EMULSION (ASTM D977 GRADE SS-1) AS APPROPRIATE, MUSTMEET REQUIREMENTS OF MDOT SECTION 619.

6. A SUITABLE BINDER SUCH AS CURASOL OR TERRTACK WILL BE USED ON THE HAY MULCH FOR WINDCONTROL.

7. IF FINAL SEEDING OF DISTURBED AREAS IS NOT COMPLETED BY SEPTEMBER 15th OF THE YEAR OFCONSTRUCTION, THEN ON THAT DATE THESE AREAS WILL BE GRADED AND SEEDED WITH WINTER RYEAT THE RATE OF 112 POUNDS PER ACRE OR 3 POUNDS PER 1000 SQUARE FEET. THE RYE SEEDING WILLBE PRECEDED BY AN APPLICATION OF 3 TONS OF LIME AND 800 LBS. OF 10-20-20 FERTILIZER OR ITSEQUIVALENT. MULCH WILL BE APPLIED AT A RATE OF 90 POUNDS PER 1000 SQUARE FEET.

8. IF THE RYE SEEDING CANNOT BE COMPLETED BY OCTOBER 1st OR IF THE RYE DOES NOT MAKEADEQUATE GROWTH BY DECEMBER 1st, THEN ON THOSE DATES, HAY MULCH WILL BE APPLIED AT 150POUNDS PER 1000 SQUARE FEET.

9. INTERIOR SILT FENCES ALONG CONTOUR DIVIDING FLAT AND STEEP SLOPES, AREAS WITH DIFFERENTDISTURBANCE SCHEDULES, AROUND TEMPORARY STOCKPILES OR IN OTHER UNSPECIFIED POSSIBLECIRCUMSTANCES SHOULD BE CONSIDERED BY THE CONTRACTOR. THE INTENT OF SUCH INTERIOR SILTFENCES IS TO LIMIT SEDIMENT TRANSPORT WITHIN THE SITE TOWARD THE PROTECTED CATCH BASININLETS TO MINIMIZE SEDIMENT REMOVAL REQUIRED BY THE EROSION CONTROL NOTE 9 PROTECTIONSAND EXTEND LIFE OF SUCH DEVICES.

GENERAL CONSTRUCTION NOTES1. THIS PROJECT GENERALLY CONSISTS OF THE CONSTRUCTION AND REPLACEMENT OF BITUMINOUS SIDEWALKS

AND CURBS, CATCH BASIN MODIFICATIONS, AND PARKING LOT EXPANSION.

2. THE CONTRACTOR SHALL COORDINATE ALL WORK WITH THE CLIENT, CITY OF BANGOR, AND UTILITY COMPANIES,DIG SAFE, EMERGENCY SERVICES, OR THE MAINE DEPARTMENT OF TRANSPORTATION AS REQUIRED.CONTRACTOR SHALL NOTIFY ALL UTILITIES PRIOR TO COMMENCING WORK TO ALL SUFFICIENT TIME TO LOCATEAND MARK THE LOCATION OF ALL BURIED UTILITIES. CONTRACTOR SHALL ALSO CONTACT DIG SAFE, TELEPHONE888.DIG.SAFE. REPAIR OF ANY DAMAGED UTILITY WILL BE INCIDENTAL TO THIS PROJECT.

3. THE CONTRACTOR SHALL NOTIFY THE OWNER AND ENGINEER IN WRITING OF ANY CONDITION OF OCCURRENCETHAT REPRESENTS A CHANGE IN PROJECT SCOPE. VERBAL NOTIFICATION IS REQUIRED PRIOR TO PROCEEDINGWITH THE WORK OF THE PROJECT AND WRITTEN NOTIFICATION MUST BE PROVIDED. REQUESTS FOR FEEADJUSTMENTS WILL NOT BE CONSIDERED UNLESS PROPER NOTICE IS GIVEN.

4. THE CONTRACTOR SHALL PROVIDE ALL LABOR, EQUIPMENT, AND MATERIALS AS REQUIRED TO PERFORM THEWORK AS INDICATED ON THE DRAWINGS AND IN THE SPECIFICATIONS. ALL WORK SHALL BE COMPLETED INACCORDANCE WITH THE APPLICABLE FEDERAL, STATE, AND LOCAL CODES.

5. CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL NECESSARY CONSTRUCTION PERMITS. PERMIT APPLICATIONSSHALL BE SUBMITTED WITH ADEQUATE TIME SO AS NOT TO DELAY CONSTRUCTION.

6. THE CONTRACTOR SHALL SUPERVISE AND INSPECT THE WORK OF THIS PROJECT IN AN EFFICIENT ANDCOMPETENT MANNER. THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR THE MEANS, METHODS,TECHNIQUES, SEQUENCES, AND PROCEDURES USED TO COMPLETE THE WORK. THE CONTRACTOR SHALL BERESPONSIBLE FOR ENSURING THE WORK IS IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. AREPRESENTATIVE OF THE GENERAL CONTRACTOR SHALL BE PRESENT DURING ALL PHASES OF THE WORK.

7. SAFETY IS THE RESPONSIBILITY OF THE CONTRACTOR. PERFORM ALL WORK IN ACCORDANCE WITH SAFETYSTANDARDS OF APPLICABLE LAWS AND CONSTRUCTION CODES.

8. THE LOCATIONS OF ALL PROPERTY LINES AND RIGHT OF WAYS ARE APPROXIMATE.

9. IN THE EVENT THAT PROPERTY MONUMENTS ARE DISTURBED BY CONSTRUCTION, THE CONTRACTOR SHALL BERESPONSIBLE FOR HAVING THOSE MONUMENTS RESET AT HIS EXPENSE BY A LICENSED LAND SURVEYOR,APPROVED BY THE ENGINEER.

10. LAYOUT OF THE PROJECT IS THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE APPROVED BY THEENGINEER. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL GRADE AND LAYOUT CONTROL. LAYOUT SHOULD BEPERFORMED WITH SURVEY EQUIPMENT AND OVERSEEN BY A LICENSED LAND SURVEYOR.

11. THE CONTRACTOR SHALL UTILIZE APPROPRIATE SIGNAGE, GATES, BARRIERS, FENCES, ETC AND OTHERAPPROPRIATE SAFETY MEASURES TO PROTECT THE PUBLIC. NO TRENCH SHALL BE LEFT OPEN DURINGNON-WORKING HOURS.

12. HOURS FOR THE PROJECT SHALL BE MONDAY THROUGH FRIDAY, FROM 7:00 AM TO 7:00 PM, UNLESS OTHERWISEAUTHORIZED BY THE OWNER.

13. ANY WASTE LEAVING THE SITE SHALL BE DISPOSED OF IN A LEGAL MANNER.

14. RESTORE ALL AREAS DISTURBED BY CONSTRUCTION TO ORIGINAL CONDITION, UNLESS NOTED OTHERWISE.RESTORATION OF ROADS, CURBS, PARKING SURFACES, LAWNS ETC. SHALL BE INCIDENTAL TO THE PROJECT.

15. WHENEVER POSSIBLE, EXISTING PLANTINGS SHALL BE PRESERVED BY WHATEVER METHOD NECESSARYINCLUDING TRANSPLANTING AND/OR TEMPORARY RELOCATION

16. CONTRACTOR SHALL MAINTAIN TRAFFIC IN A SAFE MANNER AT ALL TIMES DURING CONSTRUCTION.

17. EXISTING FACILITIES AND IMPROVEMENTS (TREES, LIGHT POLES, SIGNS, FENCES, ETC.) SHALL BE REMOVED ANDREPLACED OR PROTECTED AS REQUIRED DURING CONSTRUCTION. THE ASSOCIATED COSTS ARE INCIDENTAL TOTHE PROJECT..

18. ALL JOINTS BETWEEN EXISTING AND PROPOSED HOT BITUMINOUS PAVEMENT SHALL BE TO A CLEAN VERTICALFACE FULL DEPTH OF THE PAVEMENT LIFT TO BE PLACED. TACK SHALL BE APPLIED BETWEEN ALL LAYERS.

19. ANY NECESSARY CLEANING OF EXISTING PAVEMENT PRIOR TO PAVING SHALL BE INCIDENTAL TO THE RELATEDPAVING ITEMS.

20. LOAM SHALL BE PLACED TO A NOMINAL DEPTH OF 4 INCHES IN LAWN AREAS.

SILT FENCE DETAILN.T.S.

1. KEY FABRIC IN A 6"x6" TRENCH W/ BACKFILL AND COMPACT.

2. SILT FENCE SHALL BE A 3' FENCE WITH A MINIMUM GRABSTRENGTH OF 120 LBS.

WOODEN STAKE TYP.

FILTER FABRIC

BACKFILLED ANDCOMPACTED6"x6" TRENCH

EXISTINGGROUND

SPACING 6'-0" O.C.

NOTES:

GEOTEXTILEADAPTER SKIRT

REMOVAL STRAP

CATCH BASIN GRATE

SEDIMENTACCUMULATION

NOTES:

1. CATCH BASIN PROTECTION TO BE"SILTSTACK" BY ACF ENVIRONMENTALOR APPROVED EQUAL.

2. INSPECT INSERT AFTER EACHRAINFALL EVENT. MAINTAIN ASREQUIRED.

3. SEDIMENT WITHIN INSERT SHALL BEEMPTIED WHEN 1/2 FULL.

OVERFLOW(TO BY PASSPEAK STORMVOLUMES)

SEDIMENT SACK INLET PROTECTION DETAILN.T.S. (MAY BE USED AS AN ALTERNATE TO HAY BALES)

BASE BID:ALL PROPOSED CURBING SHALL BE SLIP FORMCONCRETE

BID ALTERNATIVE 1:ALL PROPOSED CURBING SHALL BE GRANITE

BID ALTERNATIVE 2:OVERLAY PARKING LOT WITH 1 1/2" OF 9.5mmBITUMINOUS ASPHALT PAVEMENT.

1

6/14/2021

AutoCAD SHX Text
S
AutoCAD SHX Text
S