Loading...
HomeMy WebLinkAboutPARKING GARAGE MAINTENANCE/2006PARKING GARAGE MAINTENANCE/ 2006 _~~-.N~ _~ (o_' f 4r K i ~ !~ V Qr0.~~ 1 ~l ,QUry"t~trut.l"l~-' e.. aoob -____ __ ...-_._~4SQL~~iQn~__-o_b_'~'___Se_~'!~-~--~-`~.~? ~~~c..~i~Qr,_~~or-.__-~~~~._~~~.~__ _ ~ ~!C~s.._7!"~_.II~~~_~i[r'!'~--o-~ Cors~-^~~C E _Q.S-~~ o~ COS-_-t-Q_r__ --- -_ --r -- -- -- ~ , ~----- ' __ - -_ _ lY~-s~~_ . _ ._ _ _ _.. _ __ - - -- _ ._t'_lu-_~~--~~.c' ~-. ca-~~_Q!r1._ J-- _to~ ©'~" _~j~~L'r'a~ _.£ '~7r~w___o'~ -- _ ~zr~3?-s_~L~___-t-s?r __.C~air____C~r~__ ~r~~~r_>-~.-~~___~~_Y_~~cnar~.-c-_._~'~'-_~"~~ - f-- a~ ~-' t`E B -lab ~~ i u ~~~ dry 0 6 ' S ~ CiQD rQU~ no nl Qf~,~._._S~! ~'-~ - __ _ _ _ _ _ __ f t -- _ ---- - - - _ ._ - .. _ -- . - -- __~~G~ _ o~_ _~k-~ ~! c _ -mot ecir4 _ _ - t r~o~- D~ ~ t? ~ ~4~-t^~_~ _ _ _- - 1_a - ~l~e - o b . _~-~.sQ~~-~~~n. _ _o ~ _- /~ 3 _ c~~ d.~-,a ~ _ - _C~ n~-~.~- ~.~%t c~. __ cc~c._-~~,o w'!-Z~!'~ __ -~c. _ _1~~0~ _~_ _ 5~_~--~ ~~ -~~ C.;--~ - C leY-k_ ~~,__ _c~"e~ _Q Cbr~~'c~'~- A.; h~na-1c~ ~r-~vJ e r~ '~ , - - r~J 4e 3 Prepared by: Chris O'Brien, Parking Manager, 410 E. Washington St., Iowa City, IA 52240 (319)356-5094 RESOLUTION NO.o~-2s .. RESOLUTION SETTING A PUBLIC HEARING ON THE PLANS & SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE 2006 PARKING GARAGE MAINTENANCE PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING SAID PLANS TO BE PUT ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA, that: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 28tH day of February, 2006, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the Director of Parking and Transit in the office of the City Clerk for public inspection. Passed and approved this 1'~th day of Fehr,~ar~ , 2006. MAYOR Attest: CIT LERK App,~oved by City Attorney's Office Resolution No. (16-28 Page 2 It was moved by Bailey and seconded by Vanderhoef the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x ~_ X X ~~ Bailey Champion Correia Elliott O'Donnell Vanderhoef Wilburn N a '~'1 W ~~ ~j 7~` ~ ~.../ ~~ 1 ~ ~ w DEPARTMENT OF PARKING AND TRANSPORTATION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE REPAIR AND PREVENTIVE MAINTENANCE OF THE CITY OF IOWA CITY PARKING GARAGES IOWA CITY, IOWA - I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. - SIGNED: ~~~~~~~it DATE: . ~: ~~ 0~2 -14-- 06 _ , D. Sw n, P.E., y ," i~77~ to eg. 0.1377~C$z .~~~ Ex iration 2007 3~'~~es°'~~~ . ~,~ CITY DF IOWA CITY TABLE OF CONTENTS Page Number TITLE SHEET a _ O ~' TABLE OF CONTENTS ~~ ~ ' ~" w Tl ~ ADVERTISEMENT FOR BIDS .................. C ~ , ,, .............................................................. >1 =-t~ a~ ~ NOTE TO BIDDERS ................................. . - `• .............................................................. ~~ ~ TI 1 ~ ~ N FORM OF PROPOSAL ............................. .............................................................. - w BID BOND ................................................. .............................................................. BB-1 FORM OF AGREEMENT .......................... .............................................................. AG-1 PERFORMANCE AND PAYMENT BOND .............................................................. PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) ................................................... CC-1 GENERAL CONDITIONS ........................................................................................ GC-1 SUPPLEMENTARY CONDITIONS ......................................................................... SC-1 SPECIAL CONDITIONS .......................................................................................... SP-1 SPECIFICATIONS No. of Pages DIVISION 1 -GENERAL REQUIREMENTS Section 01010 -Summary of Work .......................................................................................... 1-3 Section 01026 -Unit Prices .......................:............................................................................. 1-4 Section 01045 -Cutting & Patching ......................................................................................... 1-5 Section 01300 -Submittals ...................................................................................................... 1-8 Section 01400 -Quality Control Services ................................................................................. 1-4 Section 01500 -Temporary Facilities ....................................................................................... 1-9 Section 01600 -Materials &Equipment ................................................................................... 1-5 Section 01631 -Product Substitutions ..................................................................................... 1-4 Section 01700 -Project Close-Out ........................................................................................... 1-6 Section 01740 -Warranties & Bonds ....................................................................................... 1-3 DIVISION 2 - SITEWORK Section 02070 -Selective Demolition ....................................................................................... 1-5 - DIVISION 3 -CONCRETE Section 03200 -Concrete Reinforcement .........................................................................1-5 Section 03240 -Fibrous Reinforcement in Concrete ..........................................................1-3 - Section 03300 -Concrete Work ................................................................................... - Section 03320 -.Concrete Repair Using High-Strength, Fast-Setting Material .........................1-2 Section 03340 -Concrete Repairs Using Trowel-Applied Mortar ...........................................1-2 - Section 03390 -Concrete Repair Using Shotcrete ......................................................................1-4 DIVISION 5 -METALS Section 05120 -Miscellaneous Metals ........................................................................................1-5 DIVISION 7 -THERMAL & MOISTURE PROTECTION Section 07120 -Traffic Bearing, Waterproofing Membrane ......................................................1-11 Section 07140 -Clear Penetrating Concrete Sealers .................................................................1-5 Section 07900 -Sealants and Caulking ......................................................................................1-3 Section 07910 -Expansion Joint System ....................................................................................1-4 DIVISION 9 -FINISHES Section 09900 -Painting .............................................................................................1-9 _ .~~ N D "*'1 -~ W 1i f'~ ~ ; ~ 1 ; ~~ ~ '~ •~ N GrJ ADVERTISEMENT FOR BIDS REPAIR AND PREVENTIVE MAINTENANCE OF THE CITY OF IOWA CITY PARKING GARAGES Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 24th day of March, 2006, or at a later date and/or time as determined by the Director of Parking and Transit or designee, with notice of said later date and/or time to be published as required by law. Sealed proposals will be opened immediately thereafter by the City Clerk or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. APre-bid meeting will be held on the 14tH day of March, 2006 at 335 Iowa Avenue, Iowa City, Iowa, at a time yet to be scheduled. Pro- posals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 18th day of April, 2006, or at such later time and place as may be scheduled. Please see the Form of Proposal for a detailed description of what the Project will involve, but briefly the following: -Structural repair work such as partial and full depth concrete slab replacement and vertical and overhead concrete repairs -Routing and caulking floor slab cracks -Surface protection treatments such as installation and/or replacement of expansion joint seal, waterproofing membrane, clear penetrating sealer, various joint sealants -Miscellaneous repairs such as metal pan stair replacement and door frame cleaning and painting All work is to be done in strict compliance with the plans and specifications prepared by Desman Associates, 20 N. Clark St. 4th Floor, Chicago, IL 60602, which have heretofore been approved by the City Council, and are on file for public exami- nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the _ o O ° ~y-~ ~ ~ ~« ~ ~ ~~ ~~ c?o y, N W AF-1 faithful performance of the contract and mainte- - Hance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more - bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and - tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish - a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the - City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the - operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Five (5) year(s) from and after its completion - and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: August 21, 2006 - Specified Start Date: May 22, 2006 Liquidated Damages: $200.00 per day The plans, specifications and proposed contract - documents may be examined at the office of the City Clerk. Copies of said plans and specifications may be secured at the Office of the Parking _ Manager, 335 Iowa Avenue, Iowa City, Iowa, or at Desman Associates, 20 N. Clark St. 4`h Floor, Chicago, IL 60602, by bona fide bidders. A $45.00 non-refundable fee is required for each - set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Desman - Associates. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of -' minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of - Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other - parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). - The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, - unit prices and extended dollar amounts. By virtue of statutory authority., preference must be given to products and provisions grown and N 0 0 c '~'~ ~' ~ w 'T1 "" -_~ C'~ r cr+ f 1T1 ~~ z,,, p N w AF-2 coal produced within the State of Iowa, and to -- Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this _ Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. r Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK N °o ~~ ~ ~ m w "T~ ~ ~ C ~ C ~' N t AF-3 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to - award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on - projects with the City of Iowa City. 2. References shall be addressed to the Director of Parking and Transit and include the - name, address and phone number of the contact person, for City verification. 3. Bid submittals are: _ Envelope 1: Bid Bond Envelope 2: Form of Proposal _ O ~ O Q CT ~~ ~ ~, ~ ~ ~ 1 ~' ~. r rn ~, ~~ NB-1 FORM OF PROPOSAL _ REPAIR AND PREVENTIVE MAINTENANCE FOR THE CITY OF IOWA CITY PARKING GARAGES IOWA CITY, IOWA NOTICE TO BIDDERS: _ PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder N O Address of Bidder`rn ~__. ?~' --3 cz~ ___,_ TO: City Clerk ~ C~ a+ ~ City of Iowa City ~~-- Civic Center _... 410 E. Washington St. ~~ °° Iowa City, IA 52240 y~ N The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda ,and ,and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. 1. TOWER PLACE RAMP-TOTAL AMOUNT $ 2. CHAUNCEY SWAN RAMP-TOTAL AMOUNT $ 3. DUBUQUE STREET RAMP SUB-TOTAL AMOUNT $ 4. CAPITOL STREET RAMP-TOTAL AMOUNT $ 5. COURT STREET RAMP-TOTAL AMOUNT $ 6. TOTAL AMOUNT FOR BASE BID WORK $ FP-1 This Contract Amount is based on quantities as hereinafter listed for the restoration work and the cost - of all other items required for the completion of the work. All items of material, labor, supplies, or equipment that are not specifically enumerated for payment as separate items, but which are reasonably required to complete the work as shown on the drawings or as described in the specifications, are considered as subsidiary obligations of the Contractor. No separate measurement - or payment is made for them. Unit prices shall include all charges for overhead, profit, and insurance and shall be applied to net differences in the quantities. Should any mathematical errors be discovered in the preparation of these proposals, the correct extension of the bidder's unit price~es - the estimated quantity of work will be the basis for computing the true bid figure. -~ °. ~~ ~ ~ TOWER PLACE RAMP ~~ ~, - -~ , ~ , A. Unit Price for Base Contract (Work Installed) "~ ~ ~ '~,J - T1. Project Mobilization and Demobilization of the work in accordance with th ~ f~eduli~q requirements. This item also includes any general or special work permits, censes,c etc., if any, required to perform the repairs. - Maximum Amount ($5,000) LUMP SUM = $ T2. Partial depth removal and replacement (Ave. 3 inches) of unsound deteriorated - concrete on top surface of cast-in-place post-tensioned slabs in the Tower Place Ramp deck areas at locations shown on drawings or determined based on sounding or removal work determined with the assistance of the Engineer. Unit price shall include removal and disposal of materials, sawcutting along perimeter of repair area, surface - preparation, cleaning of all exposed steel components designated to remain, concrete placement, proper curing and routing and caulking of perimeter of repair areas. $ /SFx100SF=$ T3. Vertical and overhead concrete repairs in the Tower Place Ramp at locations shown on the drawings or determined based on sounding or removal work determined with - the assistance of the Engineer. Unit prices shall include removal and disposal of materials, surtace preparation and cleaning, formwork and concrete or shotcrete placement and curing. Assume average thickness of repair to be 3 inches. - $ /SFx40SF=$ PRODUCT PROPOSED = T4. Rout and caulk leaking floor cracks using atwo-component, urethane sealant as outlined in Section 07920. Also, remove existing and install new flexible joint seal at construction joints and other locations shown on drawings. Unit price includes - identification of crack locations or sealant removal, routing, cleaning, priming, caulking and protection of all completed work until cured. $ /LFx600LF=$ PRODUCT PROPOSED = - T5. Install a traffic grade Category B waterproofing membrane system in 3'-0" wide strips over the construction joints on all levels as shown on the Drawings in accordance with base bid specification requirements. Also, install new waterproofing membrane - at areas of ponded water as shown on the drawings or directed by the Engineer. Also, re-apply the waterproofing membrane top coat in areas shown on the drawings. Unit price shall include removal of existing sealant material from the - construction joints as directed by the Engineer. Shot-blast, sandblast or clean by FP-2 acceptable methods. a. Install new Waterproofing Membrane System$ /SF x 2,000 SF = $ b. Install top coat of W.P. Membrane System $ /SF x 1,200 SF = $ PRODUCT PROPOSED = T6. Miscellaneous Items and General Conditions: Perform any miscellaneous work noted on the drawings or in the specifications and not otherwise enumerated in the bid items including painting parking line striping, _ traffic control and temporary signage, supervision, general conditions, dust control, off-hours work, protection of newly installed materials until fully cured, performance of the work in multiple phases in each facility due to the need to minimize disruptions _ to on-going operations, and on-going as well as final clean up. LUMP SUM = _ N C7 tT SUB-TOTAL CONTRACT AMOUNT $ S ~ -*~ (Insert this amount on page FP-1 as item 1) ~'' ~ acv ~--~ rn _~~ y. CHAUNCEY SWAN RAMP ~~ B. Unit Price for Base Contract (Work Installed) D N .c- Q S1. Project Mobilizatiori and Demobilization of the work in accordance with the scheduling requirements. This item also includes any general or special work permits, licenses, etc., if any, required to perform the repairs. Maximum Amount ($5,000) LUMP SUM = $ S2. Partial depth removal and replacement (Ave. 3 inches) of unsound deteriorated concrete topping of pre-cast double tee slabs in the Chauncey Swan Ramp deck areas at locations shown on drawings or determined based on sounding or removal work determined with the assistance of the Engineer. Unit price shall include removal and disposal of materials, sawcutting along perimeter of repair area, surface preparation, cleaning of all exposed steel components designated to remain, concrete placement, proper curing and routing and caulking of perimeter of repair areas. $ /SFx50SF=$ S3. Vertical concrete repairs mainly to columns at locations shown on the drawings or determined based on sounding or removal work determined with the assistance of the - Engineer. Unit prices shall include removal and disposal of materials, surface preparation and cleaning, formwork and concrete or shotcrete placement and curing. Assume average thickness of repair to be 3 inches. $ /SFx40SF=$ PRODUCT PROPOSED = S4. Clean and re-caulk'h inch (ave.) control joints on the Roof Level and a portion of the Third Level using atwo-component, urethane sealant as outlined in Section 07900 and shown in Detail 6/R-3. Unit price includes sealant removal, routing, cleaning, priming, caulking and protection of all completed work until cured. $ /LF x 4,000 LF = $ FP-3 PRODUCT PROPOSED = S5. Replace joint sealant around the stair towers on the Roof Level with new system in accordance with base bid specification requirements as outlined in Section 07900. - Unit price includes sealant removal, routing, cleaning, priming, backer rod installation, caulking and protection of all completed work until cured. $ /LFx100LF=$ PRODUCT PROPOSED = S6. Replace the waterproofing membrane at crossover areas with a new traffic grade Category B waterproofing membrane as shown on the Drawings in accordance with base bid specification requirements. Also, install membrane over scaled locations shown on the drawings. Unit price shall include removal of existing material, shot- blast, sandblast or clean by acceptable methods. Any crack or joint needing to be routed and caulked in areas to be waterproofed shall be included in the waterproofing unit price. $ /SFx2,800SF=$ PRODUCT PROPOSED = S7. Shotblast, sandblast or water blast clean the concrete surfaces on the Roof and Third Levels with limits indicated on the Drawings, and install a clear, penetrating - sealer in accordance with base bid specification requirements. $ /SF x 40,000 SF = $ PRODUCT PROPOSED = _ N - SUB-TOTAL CONTRACT AMOUNT $ ~ °' (Insert this amount on page FP-1 as item 2) D~ ~ ~ ~ ~ ~ ~ DUBUQUE STREET RAMP ~- ` ~ ~ ~ ~~ - C. Unit Price for Base Contract (Work Installed) D rv r- D1. Project Mobilization and Demobilization of the work in accordance with the scheduling requirements. This item also includes any general or special work permits, licenses, - etc., if any, required to perform the repairs. Maximum Amount ($5,000) LUMP SUM = $ D2. Partial depth removal and replacement (Ave. 2 inches) of unsound deteriorated concrete on top surface of cast-in-place post-tensioned slabs on the 2"d Level of the Dubuque Street Ramp deck areas at locations shown on drawings or determined - based on sounding or removal work determined with the assistance of the Engineer. Unit price shall include removal and disposal of materials, sawcutting along perimeter of repair area, surface preparation, cleaning of all exposed steel components - designated to remain, concrete placement, proper curing and routing and caulking of perimeter of repair areas. $ /SFx2,800SF=$ D3. Full depth removal and replacement (Ave. 4 inches) of unsound deteriorated concrete of cast-in-place post-tensioned slabs in the Dubuque Street Ramp deck area at - locations determined based on removal work with the assistance of the Engineer. Unit FP-4 price shall include removal and disposal of material, cleaning of all exposed steel - components designated to remain, placement of new epoxy coated reinforcing steel if needed, splicing any new reinforcing steel to existing reinforcing steel where required, formwork, concrete placement, proper curing and routing and caulking of perimeter of - repair areas. $ /SFx150SF=$ D4. Vertical and overhead concrete repairs at locations shown on the drawings or determined based on sounding or removal work determined with the assistance of the Engineer. Unit prices shall include removal and disposal of materials, surface preparation and cleaning, formwork and concrete or shotcrete placement and curing. Assume average thickness of repair to be 2 inches. - $ /SFx200SF=$ PRODUCT PROPOSED = D5. Replace Expansion Joint Seal along column lines 1 and 9 on the 2"d Level with new system in accordance with base bid specification requirements. Unit price yasludes all required joint preparation (with the exception of repairs due to d minat~s) to achieve written acceptance by materials system manufacturer and ete~ installation. ~ ~ pD ~. ~ $ /LF x 1 ~~_ $,`r~11 PRODUCT PROPOSED = --< ~ ~ D6. Replace pre-mold Expansion Joint Seal around the stair towers on the~'d and~oof Levels with new system in accordance with base bid specification requirements. Unit price includes all required joint preparation to achieve written acceptance by materials system manufacturer and complete installation. $ /LFx150LF=$ PRODUCT PROPOSED = D7. Replace the waterproofing membrane on Level 2 with a new traffic grade Category B waterproofing membrane as shown on the Drawings in accordance with base bid specification requirements. Also, install an 8'-0" wide waterproofing membrane strip over ledger beams at cross-over locations on the Roof Level. Unit price shall include any removal of existing material, shot-blast, sandblast or clean by acceptable methods. Any crack needing to be routed and caulked in areas to be waterproofed shall be included in the waterproofing unit price. $ /SF x 39,000 SF = $ PRODUCT PROPOSED = D8. Replace exterior/interior joint sealants on wall faces and columns on Level 2 and Roof Level as designated by Engineer and as outlined in Section 07900. Unit price _ includes sealant removal, routing, cleaning, priming, caulking and protection of all completed work until cured. Unit price also includes backer rod installation where joint is wider than '/z inch. $ /LF x 2,000 LF = $ PRODUCT PROPOSED = FP-5 - D9. Rout and caulk leaking cracks using atwo-component, urethane sealant as outlined in Section 07900. Also, remove existing deteriorated sealant from control joints and install new flexible joint sealant. Unit price includes identification of crack locations _ or sealant removal, routing, cleaning, priming, caulking and protection of all completed work until cured. $ /LFx500LF=$ PRODUCT PROPOSED = D10. Remove existing, deteriorated reinforcing steel and install new epoxy-coated reinforcing bars at locations determined by the Engineer and as required for reinforcing of slabs. $ /LBx600L6=$ D11. Allowance for post-tensioning repairs. Means and methods including unit costs for the work must be submitted for review and approval prior to proceeding with any repair work. Any unused funds for this bid item will be credited to the Owner. ALLOWANCE = 25 000 D12. Miscellaneous Items and General Conditions: -' Perform any miscellaneous work noted on the drawings or in the specifications and not otherwise enumerated in the bid items including cleaning, priming and painting of metal door frames, painting of any new miscellaneous metals, painting parking line - striping, traffic control and temporary signage, supervision, general conditions, dust control, off-hours work, protection of newly installed materials until fully cured, performance of the work in multiple phases in each facility due to the need to - minimize disruptions to on-going operations, and on-going as well as final clean p. o LUMP SUM = $ ~C~ ~ - C7~ W ~ SUB-TOTAL CONTRACT AMOUNT $ ~ ["'" (Insert this amount on page FP-1 as item 3) ~ rn A ;"}"~ ~ a _ ~~ ~ CAPITOL STREET RAMP ~ r - D. Unit Price for Base Contract (Work Installed) C1. Project Mobilization and Demobilization of the work in accordance with the scheduling _ requirements. This item also includes any general or special work permits, licenses, etc., if any, required to perform the repairs. Maximum Amount ($5,000) LUMP SUM = $ C2. Partial depth removal and replacement (Ave. 3 inches) of unsound deteriorated concrete topping of pre-cast double tee slabs in the Capitol Street Ramp deck areas on Levels 2 and 3 at locations shown on drawings or determined based on sounding or removal work determined with the assistance of the Engineer. Unit price shall include removal and disposal of materials, sawcutting along perimeter of repair area, surface preparation, cleaning of all exposed steel components designated to remain, concrete placement, proper curing and routing and caulking of perimeter of repair areas. $ /SFx200SF=$ FP-6 C3. Vertical and overhead concrete repairs to double tee stems and sofFts of Levels 2 and -- 3 at locations shown on the drawings or determined based on sounding or removal work determined with the assistance of the Engineer. Unit prices shall include removal and disposal of materials, surface preparation and cleaning, formwork and concrete or shotcrete placement and curing. Assume average thickness of repair to be 3 inches. $ /SFx150SF=$ - PRODUCT PROPOSED = C4. Overhead weld connection concrete investigation/repair at locations shown on the drawings (soffit of Levels 2 and 3) in accordance with specification requirements. Unit price to include specifically sounding each location called out on the drawings for potential overhead concrete repair and verifying condition of the tee-to-tee weld connection. Unit price shall also include removal and disposal of materials, surface preparation, cleaning, priming and applying corrosion inhibitor to connection components, formwork and concrete or shotcrete placement, and curing. In case of weld connection requiring repair, see Alternate Bid Item 3. $ /EA x 400 EA = $ PRODUCT PROPOSED = C5. Replace the waterproofing membrane on Levels 2 and 3 with a new traffic grade Category B waterproofing membrane at locations described on the Drawings in accordance with base bid specification requirements. Also, replace membrane over concrete slab repairs at locations already waterproofed or as shown on the drawings. Unit price shall include any removal of existing material, shot-blast, sandblast or clean by acceptable methods. Any crack needing to be routed and caulked in areas to be waterproofed shall be included in the waterproofing unit price. $ /SF x 75,000 SF = $ PRODUCT PROPOSED = - C6. Replace Expansion Joint Seal along column line 5 on the 2"d Level and columbines 5 and 11 on the 3~d Level with new system in accordance with base biQ~pecifia~ion requirements. Unit price includes all required joint preparation (with tf~~ept#e~ of.~ - repairs due to delaminations) to achieve written acceptance by maten s ;~sterfl° ~ manufacturer and complete installation. ~~-, cr -~ r= cc------~~ ._ $ /LF x 530 LE ~ s r/ PRODUCT PROPOSED = ~~ .~- C7. Replace pre-mold Expansion Joint Seal around the stair towers on the 2"d and 3ra Levels with new system in accordance with base bid specification requirements. Unit price includes all required joint preparation to achieve written acceptance by - materials system manufacturer and complete installation. $ /LFx200LF=$ PRODUCT PROPOSED = C8. Remove existing deteriorated sealant from cove joints and minimum 1 inch control - joints on Levels 2 and 3 as determined by the Engineer and install new two- component, urethane sealant as outlined in Section 07900 and shown in Detail 6/R- 3. Unit price includes identification of sealant removal, routing, cleaning, priming, - caulking and protection of all completed work until cured. FP-7 $ /LF x 15,000 LF = $ PRODUCT PROPOSED = C9. Remove existing, deteriorated reinforcing steel and install new epoxy-coated reinforcing bars at locations determined by the Engineer and as required for reinforcing of slabs. $ /LB x 200 LB = $ _ C10. Full depth replacement of metal pan and concrete fill stairs in Stair Tower "C" at locations determined with the assistance of the Engineer. Unit price includes removal and disposal of existing material, cleaning adjacent areas, pan and concrete placement and proper concrete curing. LUMP SUM = - PRODUCT PROPOSED = C11. Reduce slope of concrete pour strip at cross-over locations (4 each level) on the 2"d and 3~d Levels as shown in the drawings, Detail 6/R-1, and in accordance with W specifications. LUMP SUM = C12. Miscellaneous Items and General Conditions: - Perform any miscellaneous work noted on the drawings or in the specifications and not otherwise enumerated in the bid items including painting of any new miscellaneous metals, painting parking line striping, traffic control and temporary - signage, supervision, general conditions, dust control, off-hours work, protection of newly installed materials until fully cured, performance of the work in multiple phases in each facility due to the need to minimize disruptions to on-going operations, and on-going as well as final clean up. -` LUMP SUM = _ ~ O ° SUB-TOTAL CONTRACT AMOUNT $ "^ - (Insert this amount on page FP-1 as item 4) ~~_ ~ ~ M r--- ~ ~ - COURT STREET RAMP ~~ ~ '~ E. Unit Price for Base Contract (Work Installed) D ~ U1. Perform all sealant work in the Court Street Transportation Center in accordance with the Drawing (1 page) titled Air Space Sealant prepared by OPN Architects. LUMP SUM = $ SUB-TOTAL CONTRACT AMOUNT (Insert this amount on page FP-1 as item 5) ALTERNATES $, The following Alternate Prices are to be submitted for work items that are not included in the General Contractor's base sum bid. These items may be added to the scope of the contract amount - (budget permitting) or, at the City's request, substituted in lieu of a similar work item that may be FP-8 included in the base bid amount. A1. Fast Cure Thin Membrane Top Coat Application - Replace the waterproofing membrane on the Ground Level of Tower Place Ramp with a new traffic grade Category C waterproofing membrane top coat (in lieu of Category B) at locations described on the Drawing T-2 in order to minimize traffic disruption at the only garage entrance. If this Alternate is accepted, you may deduct $ from the Tower Place General Conditions (Item T6) If this Alternate is accepted, the net additional cost to be added to base bid item TSb. will be as follows: $ /SFx1,200SF=$ PRODUCT PROPOSED = A2. Replace leaking Expansion Joint Seals along column line 4-5 on the 3~d level and column lines 12-13 on the 3~d 4th and 5th Levels with new system in accordance with -' base bid specification requirements. Unit price includes all required joint preparation (with the exception of repairs due to delaminations) to achieve written acceptance by materials system manufacturer and complete installation. If this Alternate is accepted, the additional cost to be added to the base bid total sum will be as follows: $ /LF x 480 LF = $ PRODUCT PROPOSED = A3. Repair weld connection in the case of failure as shown in Detail 3/R-3. Unit price to include removal of existing rebar, replacement with new bar, and re-welding a~ _ required. ~~ o~ rnw "'t~l $ /EA x 20 C~~ _ ~ ~ _ CONSTRUCTION TIME ~ m a The bidder agrees to complete work under this contract on or before August 20, 2006.~Gt~ bidQ~r _ agrees to commence work on May 22, 2006. ~ GENERAL - The bidder shall, before submitting his Proposal, carefully examine the Contract Documents. He shall inspect in detail the site of the proposed work and familiarize himself with all the local conditions affecting The Work and the detailed requirements of construction. If his Proposal is accepted, he will _ be responsible for all errors in his Proposal resulting from his failure or neglect to comply with these instructions or errors in judgment arising from said inspections of the work site and examination of the Contract Documents. The Engineer and/or the City will, in no case, be responsible for any losses or change in Contractor's anticipated profits resulting from such failure or neglect. If the bidder finds any language in the Contract Documents inconsistent, vague or difficult to understand or interpret, for any reason, he shall request clarification in writing from the Engineer, not less than 10 working days prior to the scheduled date for receipt of Proposals, and the Engineer shall issue a written response thereto in writing to all bidders known to the City. Unless the bidder seeks clarification in accordance with this paragraph, he will be deemed to have waived his rights, if any he had, to object to said Contract language as vague or misleading for any reason. FP-9 When the Plans and Special Conditions include information pertaining to surface observations, - material testing and other preliminary investigations, such information represents only the opinion of the Engineer as to the location, character, or quantity of the materials encountered and is only included for the convenience of the bidder. The City/Engineer assumes no responsibility whatever in respect to the sufficiency or accuracy of the information, and there is no guarantee, either expressed or implied, - that the conditions indicated are representative of those existing throughout The Work, or that unanticipated developments may not occur. Said information shall not be considered by the parties as a basis for the Contract award amount. The successful bidder shall coordinate construction operations - through the office of the Building Management. The bidder. agrees that adequate time was allowed the bidder to inspect all work sites and, unless express written request has been made therefore, the Engineer/City will be presumed to have supplied '- the bidder all the information and access required to adequately complete the Proposal. The estimated quantities of work to be done and materials to be furnished under these Specifications - are given in the Proposal. All quantities are to be considered as approximate and are to be used only for comparison of bids. The unit and lump sum prices to be tendered by the bidders are to be for the scheduled quantities as they may be increased or decreased. Payments will be made to the Contractor only for the actual quantities of work performed and materials furnished in accordance with - the Plans and Specifications. The scheduled quantities of work to be done and materials to be furnished may each be increased or - diminished or entirely deleted. Such changes may become necessary for the best interest of the project due to circumstances not known at the time the Contract was entered into or arising thereafter. In the event, in the sole judgment of the Engineer or its representative, such changes become necessary, the unit and lump sum prices set forth in the Proposal and embodied in the Contract shall - remain valid. Any extra work beyond the scheduled quantities requiring additional cost to the City shall be approved by the City prior to taking such action. Claims for extra work which have not been - authorized in writing by the City and approved by the Engineer will be rejected and the Contractor shall not be entitled to payment thereof. _ N O O g O'er _ ~~ ~ ~ C7 ~ - -- ~'~ ~ rn ~ ~. _ ~z ~ ~~ D rv FP-10 The names of those persons, firms, companies or other parties with whom we intend to enter into _ a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. _ The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: o ~~ r i Title: - % ~ -i-! ~. rn Address: ~-, ~ ~ f'! ~..,. Phone: Contact: FP-11 BID BOND as Principal, and , .- as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of _ Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind _ our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Project. N NOW, THEREFORE, ~ ~ ~ -*~ ~ =-~ ~ -T-I (a) If said Bid shall be rejected, or in the alternate, ~---~ ~ ~=-~ C? cry f (b) If said Bid shall be accepted and the Principal shall execute and cfeli~ a a~ntra~ in the form specified, and the Principal shall then furnish a bond fmt~ PriT~ipa faithful performance of said Project, and for the payment of all per ns performing labor or furnishing materials in connection therewith, and shall in mother r~,pects perform the Project, as agreed to by the City's acceptance of said Bid, _ then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. _ By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within - which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20_ Witness Witness (Seal) Principal By (Title) (Seal) Surety By (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of 20_, for the Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts whi ch are incorporated herein by reference: a. Addenda Numbers ; "Standard Specifications for Highway and Bridge Constr~tion," b 3Q-ie s of . ~ Q, 2001, Iowa Department of Transportation, as amended; ,,~ ~ -~-+ -~ rn --- t_._.. c. Plans; ~ ~ i--n d. Specifications and Supplementary Conditions; m ~ = ~ ~ e. Advertisement for Bids; ~' N-i f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): - 4. Payments are to be made to the Contractor in accordance with the supp~ementary N Conditions. 0 - ~ C~ ,~; ~~ ~ ~ - DATED this day of , 2~~i'"-. ~' `'~i ` ~ ~c ~~ N - ~ Contractor ~ --~ - By By - (Title) Mayor - ATTEST: ATTEST: (Title) - City Clerk (Company Official) Approved By: City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND as - (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and _ (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ )for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, j~tly and O ~ severally. ~n _ ~. ~ ~ n ~_ Q, ~' i WHEREAS, Contractor has, as of ,entered into ~ ~ ~, (°~ - (date) ~ ~ °~ ~^ written Agreement with Owner for Project; and ~ ~ - WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by - ,which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. - NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond - shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- - tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even - though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient PB-1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of ~) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in - accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- - tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are - apart of this bond to the same extent as if it were expressly set out herein. O ° ~C7 -*'+ - SIGNED AND SEALED THIS DAY OF ~-, ~ °D ~ _ ,-- 20 ~ ~ ~ ~ _ ~ ~ ~ ~~. IN THE PRESENCE OF: D ~ rv J (Principal) - Witness (Title) - (Surety) - Witness (Title) - (Street) - (City, State, Zip) _ (Phone) PB-2 Contract Compliance Program O ~ ~ N d C C7'+ ~l ~y, Y Iii' rn ~ ~~ ~ ~' N -.J CITY OF IOWA CITY SECTION I -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure - that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. - 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. - Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. O ~ C~ ~ ~ ~ -. ~ -~~~' ~ °' f ~~ ~ n~ V CC-1 SECTION II - ASSURANCE OF COMPLIANCE - The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sew.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can prQ~le ass~ance in obtaining the necessary posters. ~~--~ m C~ ~ rn ~ ~~~ ~ ~~ ~ ~ ~~ N cc-2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date O N O O ~_ T1 r` ~ rn ~_ 3> N ..,s CC-3 SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post _ it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the - use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. - 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of - administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. - 3. INSTRUCT STAFF 0 a°r ~ ~ Your staff should be aware of and be required to abide by your Equal Employment undq prog~n. All employees authorized to hire, supervise, promote, or discharge employees or are i~go">bed it~sucl~"actions - should be trained and required to comply with your policy and the current equal s~{~c~yment op~r unity laws. ~ J ~ cu -- 4. RECRUITMENT ~ ~ (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of--mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC-4 ~r _~ ~~` ~`~~ •O City of ~~ C~ Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. U a ° ~ ~ --- C~1 ~ ~ ~~ ~ ~ CC-5 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: 2-3-1: Employment; Exceptions 2-3-2: Public Accommodation; Exceptions 2-3-3: Credit Transactions; Exceptions 2-3-4: Education 2-3-5: Aiding Or Abetting; Retaliation; Intimidation 2-3-1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof. to directly or indirectly adver- tise or in any other manner indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment of membership be- cause of age, color, creed. disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, class'rfy, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It shall be unlawful #or any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. O. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for ail job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. it shall be unlawful for any person to solicit or require as a condition of employment of any employee„c,~r pro- O O ~~ ~ ..r. ~ ~ .~+`y ~ ~ ~ rn ~` ~ ~ ~ # Y rv ~~...~ E. IOWA ~i ltJ' CC-6 2-3-t 2-3-1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply ff the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired Immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94-3647. 11-8-1994) es7 Iowa City 2. An employer or empioyment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The empioyment of individuals for work within the home of the employer if the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational q~lification shall be interpreted narro~y. (Ord. 94-3647, 11-8-1994 ~C'~ '~ ~ °~° ~ ~_ ~ r- ~m 3 ~ ~~ ~ ~ ~ ~ -.J CC-7 GENERAL CONDITIONS - Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended, shall apply except as amended in the Supplementary Conditions. _ O ~ 0 _ ~~ ~ ~ ~ '"i'1 ~ ~ ~ = ``r-, ~" ~;~. ca ~ N CD GC-1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance ,~.> S-4 Supervision and Superintendence O S-5 Concerning Subcontractors, Suppliers and Others ~~ '*~- ~ ~ S-6 Compliance with OSHA Regulations ?~' =; ~ w ,.._. om S-7 Employment Practices C7 a, 't S-8 Contract Compliance Program (Anti-Discrimination Requirements) ~n S-9 Measurement and Payment „_.,, ~' '~~ S-10 Taxes q? S-11 Construction Stakes y. ~ Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ARCHITECT or ENGINEER" shall mean Desman Associates, A division of Desman Inc. for the purposes of all relative contract documentation. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as _ amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. SC-1 - A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for - the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: _ Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 - Automobile Liability Combined Single Limit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. N O 0 GT ~ ~~ "i'1 CU ~~ ~' m ~~ D N L'A SC-2 In addition, the Contractor shall be required to comply with the following provisions with _ respect to insurance coverage: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in - the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage - amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. - 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the - City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible orself-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. .The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's _ acceptance of the work, Contractor agrees to immediately notify the City of such event. - b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the _ same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. o O - 5. The City reserves the right to waive any of the insurance requirements he~iro~ed. The City also reserves the right to reject Contractor's insurance if not ' mplA&hce'T'~ with the requirements herein provided, and on that basis to either award ntrect toj= - the next low bidder, or declare a default and pursue any and all remed' ~aila~J„e tom the City. ~ ~ a co - ~' ~ co SC-3 6. In the event that any of the policies of insurance or insurance coverage identified on _ Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such - losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and - withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. W Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: _ Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTORshall ~nish documentation of all efforts to recruit MBE's. ~ ~ ~ --~ ~ ~ ~ ~~ _ ~~ ~, N QJ SC-4 S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: - The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to _ the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. S-7 EMPLOYMENT PRACTICES. - Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: _ To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such _ person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, - religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREOMENTS~ For all contracts of $25,000 or more, the Contractor shall abide by the requireme~SCaf th~,C' itysn Contract Compliance Program, which is included with these Specifications beginning~n~age~£C-1.--- ~ ~ S-9 MEASUREMENT AND PAYMENT. ~. ~ ~ a Section 01025, Measurement and Payment, contained in Division 1 of these specifi ~s dines all pay items and methods of measurement. The provisions of this section v supe ~ de applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with local law as outlined in 1109.07 of the IDOT Standard Specifications. The City of Iowa City does not issue tax exemption certificates to preclude the payment of sales tax. Prior to project acceptance by the City Council, the Contractor shall submit to the Engineer a statement of taxes paid, including all information required by the State of Iowa for reimbursement of taxes. The City will reimburse Contractor for taxes approved and reimbursed by the State of Iowa. Reimbursement to the Contractor will occur within 30 days of the City receiving reimbursement from the State. Tax statements submitted after the project has been accepted by the City Council will not be accepted or reimbursed. SC-5 S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: - The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re-staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. ~. ~ r.~ o o L.n ~~ ~ am"' ~ ~ C ~ = ~---~-} L,.J ~~ N ~ ~ SC-6 SPECIAL CONDITIONS The following conditions are considered unique to this project and, where there may be a conflict with requirements elsewhere in this project manual, the special conditions will govern. 1. In the Tower Place and Dubuque Street Ramp appropriate precautions must be taken prior to cutting, coring and removal of any concrete in order to avoid cutting or damaging the PT - strands. 2. The building will pay for temporary electricity and water use needed by the contractor. The - contractor is responsible to pay for any modifications to the existing service as needed for his use of these utilities. 3. No temporary facilities other than those for use by the contractor are required to be provided. 4. The Contractor's hours of operation must abide with the Code of Ordinances of The City of _ Iowa City regarding any restrictions the city might have on construction hours and/or noise. While it is the responsibility of the Contractor to verify these ordinances, the City reportedly has a noise ordinance that begins at 10:OOpm. 5. Any and all work in the Tower Place Ramp at the main entrance that would disrupt traffic must be scheduled on Saturdays after 4pm and on Sundays. 6. If any discrepancies exist between the City of Iowa City's front-end documents and Division 1 through 9 in the specifications, the City's documents govern. _ O ~ ° ~ ~ n ~ ~Tl rn ~' 3 ~ ~ fA ~. N CO SP-1 SPECIFICATIONS ~~ ~~ ~~ _ r.,., ~~ ?~' 0 N c» -_ DIVISION 1 GENERAL REQUIREMENTS o N a ~"~ v~'o TI ~t~-" ~ ~ ~ 3 %~ W N ~ CA City of Iowa City Parking Garages Project No. 50-04242 SECTION 01010 ~' O ° SUMMARY OF WORK ~~ ~ --~ PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and General provisions of Supplementary Conditions and Division _ this Section. 1.02 INTENT OF PLANS AND SPECIFICATIONS --- z„ ~~.- i a4 the Contract, including 3~eneri~`' and Specification Sections, apply to work of A. The intent of the Plans and Specifications is to describe The Work which the Contractor undertakes to do, in full compliance with the Contract, and it is understood that the Contractor will furnish, unless otherwise provided in the Contract, all materials, machinery, equipment, tools, supplies, transportation, labor, and all other incidentals necessary to the satisfactory prosecution and completion of the Work. The Plans and Specifications are complementary, and what is called for by either is as binding as if called for by both. B. The Special Conditions shall control where in conflict with the Standard - Specifications. However, such portions of the Standard Specifications not in conflict or not rendered meaningless by the Special provisions shall remain in full force and effect and be binding on the parties hereto. C. In the event the Contractor discovers any error or discrepancy in the Contract Documents, he shall immediately call upon the Engineer for his decision. The Engineer shall then make such corrections and interpretations as may be deemed necessary for the fulfillment of the intent of the Specifications, Special Provisions, Plans and other Contract Documents, as construed by him and his decision shall be final. 1.03 SUMMARY OF WORK A. General Mobilization: This work consists of all labor, materials, tools and equipment required for setting-up general plant, storage/staging areas and facilities required by State Laws and City Ordinances; and the general mobilization of equipment required for the completion of the work shown on the Contract Documents. The cost of this item shall include all permits and fees required to perform the project, unless otherwise noted in the Contract Documents, and all expenses for the de-mobilization after the work has been completed. If a building permit is required, it will be the contractor's responsibility to get the necessary permit to perform the repair work, unless noted otherwise in the documents. This work shall also include the following items: SUMMARY OF WORK 01010!1 - City of Iowa City Parking Garages Project No. 50-04242 Reviewing existing electrical plans, if available, and existing conditions for each phase of the work to identify the likelihood of embedded conduits/wiring in the floor slabs. All existing mechanical and electrical services shall be maintained/restored - by the Contractor for all work areas. Provide effective ventilation system to safely remove all dust and hazardous fumes generated from the concrete demolition and any surface treatment applications. Protection of overhead fire protection system to be maintained in-place, if any. Protection of existing overhead mechanical and electrical systems, if any, to be maintained in-place. Removal of loose overhead concrete from the structural concrete members in the structure prior to the start of any demolition work. Coordinate and assist the security and property management personnel in respect to the security of commercial spaces during the repair work. Electricity (power) and water required for the completion of the work shall be furnished by the Owner at existing fixtures or outlets. (The Owner will not provide any temporary pipes, cables, etc.) The contractor shall provide temporary lighting - in the work areas, as required, during the restoration work. If the existing capacity is insufficient for the contractor's use, the contractor is responsible for supplementing existing capacity as needed. Structural repair work such as partial and full depth concrete slab replacement and vertical and overhead concrete repairs. _ U ° Surface waterproofing treatments such as replacement of expansii~.~~ints~ als, replacement and installation of waterproofing membrane, applic~'ativ~ olearT'! penetrating surface sealer, routing and caulking floor cracks, r~l~em~t o~ various joint sealants. ~ ~ (~ _ a B. Miscellaneous Items: This work consists of items not otherw ~peq~ally indicated or shown on the plans, but which are ancillary to the speied sc~e of work. This work shall also include the following: °0 The contractor shall furnish, install, maintain, relocate and remove all signs, barricades, cones, warning lights, and other safety control devices and temporary signage required for the proper execution of the project. The Engineer and the Owner shall review the safety control device placement before work begins and also prior to the beginning of work on any subsequent construction stages. Any deficiencies in the location or arrangement of devices shall be corrected by the contractor before starting work. _ 2. The miscellaneous work shall include the repairs to the non-functioning electrical/mechanical systems caused by the contractor's construction activities, for the entire work areas. The contractor shall submit to the SUMMARY OF WORK 01010/2 _ City of Iowa City Parking Garages Project No. 50-04242 - Owner/Engineer the documentation of all existing non-functioning electrical/mechanical systems in the entire work areas. This documentation should be based on the contractor's condition survey performed immediately - prior to the scheduled mobilization. The contractor shall not start the mobilization until the Owner approves the submittal. - 3. The miscellaneous work shall also include the dismantling of any existing mechanical, fire protection and electrical installations in the repair areas in order to perform the overhead repairs to the deck soffit, as required. The _ temporarily dismantled installations shall be reinstalled immediately after the repairs are completed. - At other locations of repair areas, the contractor shall provide adequate protection systems, as required, for the existing mechanical, plumbing and electrical installations to remain in-place. '- 4. The miscellaneous work specifically mentioned on the plans but not otherwise mentioned above includes replacements of metal door frame, metal pan and concrete stair replacement, and speedbump/crossover - reconstruction. PART 2 -PRODUCTS (Not Applicable) PART 3 -EXECUTION (Not Applicable) - END OF SECTION O N Q O ~ _ ^ ~ / "~'1 W ~ ~ ~- -^ t ~m' ~ _ 9. a `~ ~ ~ ~ ca - ~ ~ cA SUMMARY OF WORK 01010/3 City of Iowa City Parking Garages Project No. 50-04242 SECTION 01026 UNIT PRICES 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 specifies administrative and procedural requirements for unit prices. 1 A unit price is an amount proposed by Bidders and stated on the Bid Form as a price per unit of measurement for materials and/or services that will be added to or deducted from the Contract Sum by Change Order in the event the estimated quantities of Work required by the Contract Documents are increased or decreased. 2 Unit prices include all necessary labor, materials, equipment and incidentals, overhead, profit and applicable taxes. 3. Refer to individual Specification Sections for construction activities requiring the establishment of unit prices. Methods of measurement and payment for unit prices are specified in those Sections. B. Schedule: A "Unit Price Schedule" is included at the end of this Section. Specification Sections referenced in the Schedule contain requirements for materials and methods described under each unit price. 1. The Owner reserves the right to reject the Contractor's measurement of work-in-place that involves use of established unit prices, and to have this i Work measured by an independent surveyor acceptable to-i<qe ConB~ctor at the Owner's expense. C~~ rn _ ~ _~ -Tl PART 2 -PRODUCTS (Not Applicable). ~ ~ Q' I~ rn ~ ~ PART 3 -EXECUTION ~ ~ °-`~ y rV m 3.01 UNIT PRICE SCHEDULE: A Unit prices for all items are as shown in the Bid Forms shall be considered an _ ~ integral part of this Section. 3.02 PAYMENT FOR EXTRA WORK: UNIT PRICES 01026/1 - City of Iowa City Parking Garages Project No. 50-04242 A Extra work which results from any of the changes as specified and for which no unit price is provided in the Contract, shall not be started until receipt of a written authorization or work order from the Owner, which authorization shall state the items of work to be performed and the method of payment for each item. The Contractor shall not 6e entitled to payment for work performed without such authorization. B If it is practicable to pay for Extra Work on the unit price, or lump sum basis, a fair and equitable sum shall be fixed by agreement of the parties and shown in an _ Extra Work Order Agreement. Work to be performed directly by the Contractor should be submitted showing a detailed breakdown of labor and material costs to which a 15 percent markup should be added for overhead and profit. C Work to be performed by the subcontractor should be submitted showing a detailed breakdown of labor and materials by the subcontractor to which a five - percent markup should be added by the Contractor for overhead and profit. D When the Owner deems it impracticable to handle any Extra Work on the unit price - or lump sum basis, or if agreement of the parties cannot be reached, the work may be ordered done and paid for on a Force Account basis, as follows: 1) Labor: The Contractor will be paid the actual amount of wages for all labor and foremen who are actually engaged in such work, to which cost shall be added 10 percent of the sum of such wages. A foreman shall not be used when there are less than three laborers employed, except with th~Lritten consent of the Engineer. O~ C„ ~ 2) Welfare and Pension Fund: The Contractor will recei"ve~fhe ;btu additional amount of contributions paid for regular and unif ealt~'an welfare benefits, pension fund benefits or other benefits c>~~nrhigb~ 10~ percent shall be added, when such amounts are require ~oll~tive bargaining agreement or other employment contract general~ica~ to the class of labor employed on the Work. A - 3) Insurance and Tax: The Contractor will receive the actual cost or increase in cost of Contractor's Public Liability and Property Damage insurance, Workmen's Compensation tax, and Social Security tax required for Force _ Account work. The Contractor shall furnish satisfactory evidence of the cost or rates paid for such insurance and tax. 4) Materials: The Contractor will receive the actual cost for all materials, including freight charges as shown by the original paid invoices, which become an integral part of the finished work, to which shall be added 10 percent of the sum thereof. The Contractor will be reimbursed for any materials used in the construction of such work as sheeting, falsework, form lumber, etc., which -- are not an integral part of the finished work. The amount of reimbursement shall be agreed upon in writing before such work is begun, UNIT PRICES 01026/2 _ City of Iowa City Parking Garages Project No. 50-04242 - and no percent shall be added. The salvage value of such materials shall be taken into consideration in the reimbursement agreed upon. 5) Eauipment: For any machinery or special equipment (other than small tools), the use of which has been authorized by the Engineer, the Contractor will be paid as following: a) For his own equipment, he will be paid by the monthly rate in accordance with the latest edition of Means Construction Cost Data. _ b) For rental equipment, he will be paid for the actual invoice amount as shown by the original paid invoices. The equipment shall be of a type and size reasonably required to complete the Extra Work. Compensation will not be allowed for transportation to or from The Work or for the time required for setting up and removing the - equipment from The Work or for equipment of a type, size or condition unsuitable for The Work. 3.03 CANCELED ITEMS: A It shall be in the sole judgment and sole discretion of the Engineer or its _ representatives to cancel or alter any or all portions of the Contract due to circumstances either unknown at the time of bidding or arising after the Contract was entered into. Should such actions result in elimination or non-completion of any portion of the Contract, payment shall be made as follows: 1) For the canceled work completed by the Contractor, payment shall be made to the Contractor for the actual number of units or items completed at the Contract unit or lump sum prices. For canceled work partially completed by the Contractor, payment shall be made to the Contractor for the partially completed units or items as specified in Payment for Extra Work. 2) For materials obtained by the Contractor for the unfinished _ (uncompleted) portions of the canceled work, that have been inspected, tested and accepted by the Engineer, and that ham not been incorporated in the canceled work, payment sl'~I be m°~le to _ the Contractor for the actual costs for all such matte inc~iing freight charges, as shown by the original paid invo~es~- to t~ich~ shall be added 10 percent of the sums thereof. ~e at~als,j""- _ when so paid for by the Owner, shall become the pity of~the~ Owner. ~ ~ cs~ 3.04 PARTIAL PAYMENTS: ~ ~ A The Engineer shall review the Contractor's pay request for materials in-place and completed, the amount of work performed, and the value thereof, at the Contract - Unit Prices. From the amount so determined there shall be deducted ten percent to be retained until after the completion of the entire work to the satisfaction of the UNIT PRICES 0102613 City of Iowa City Parking Garages Project No. 50-04242 Engineer, and the balance certified to the Owner for payment. Notwithstanding the above, after 50 percent or more of the work is completed, the Engineer may certify the remaining partial payments or some of them without any further retention, provided that satisfactory progress is being made in accordance with the Contract requirements and continues to be made, and provided that the amount retained shall not be less than five percent of the total adjusted Contract Price. B. If stored matter is lost or damaged prior to incorporation in The Work, the materials shall be replaced or satisfactory repaired at the Contractor's expense. Where payment is made for materials in storage and not yet incorporated into The Work, the Contractor shall provide to the Owner, satisfactory evidence of insurance against loss by damage or disappearance. The Contractor shall pay and be responsible for cost of storage, if any, of said materials. 3.05 ADJUSTMENT OF UNIT PRICES BASED ON ACTUAL QUANTITIES PERFORMED: A. For unit price bid items, the quantities as listed in the schedule of bid items are estimates only. The Contractor will be required to complete the work specified in accordance with the Contract and at the quoted unit prices, whether quantities greater or less than the estimated amounts are involved. Should the actual quantity of a unit price pay item vary from the original estimate, the following adjustments to the unit prices shall be made: 1) When the actual quantity of a unit price pay item is less than 75 percent of the original bid estimate, the Contract will be paid an amount equal to the actual quantity times the original unit price plus 10 percent of the difference between this amount and the original estimated quantity times the r~ginal unit price for that particular item.©rz~ ~ --} ~ `Tl 2) When the actual quantity of a unit price pay item is gre~r~thart-120 j'" percent of the original bid estimate (based upon prior appr ICfb exceed ('C1 this quantity by the Owner and Engineer) the Contractor will ~~d fot~he actual work performed in excess of the 120 percent of th~~inal~id estimate at an adjusted unit price of 0.90 times the original uniterice. ~e first 120 percent of the bid estimate quantity will be paid at the~Figinal aRit price. B. The foregoing provisions shall be instituted only after it can be accurately determined that the actual contract sum for the project (exclusive of all change orders unrelated to the original scope of work) will be greater than or less than the original contract sum by more than 5 percent. Until such time that this determination can be made, the Contractor will be paid at his base unit price for actual quantities of work performed. No associated adjustments will be made to lump sum items within the original contract sum due to changes in the actual quantities of unit price items and the Contractor shall not be entitled to an adjusted compensation for unit price items that are deleted in their entirety from the actual scope of work performed. END OF SECTION UNIT PRICES 01026/4 City of Iowa City Parking Garages Project No. 50-04242 SECTION 01045 CUTTING AND PATCHING PART1- 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 specifies administrative and procedural, requirements for cutting and patching. B. Refer to other Sections for specific requirements and limitations applicable to cutting and patching individual parts of the Work. v 1. Requirements of this Section apply to existing plumbir~and e~trical installations. ~ ~ ~ ~ C. Demolition of selected portions of the building for alterations Q. ~clud~ti ir~ Section "Selective Demolition." ~ ~, 1.03 SUBMITTALS: ~~ N y' ~O A. Cutting and Patching Proposal: Where approval of procedures for cutting and patching is required before proceeding, submit a proposal describing procedures well in advance of the time cutting and patching will be performed and request approval to proceed. Include the following information, as applicable, in the proposal: 1. Describe the extent of cutting and patching required and how it is to be performed; indicate why it cannot be avoided. 2. Describe anticipated results in terms of changes to existing construction; - include changes to structural elements and operating components as well as changes in the building's appearance and other significant visual elements. 3. List products to be used and firms or entities that will perform Work. 4. Indicate dates when cutting and patching is to be performed. _ 5. List utilities that will be disturbed or affected, including those that will be relocated and those that will be temporarily out-of-service. Indicate how long service will be disrupted. CUTTING AND PATCHING 01045/1 City of Iowa City Parking Garages Project No. 50-04242 6. Where cutting and patching involves addition of reinforcement to structural elements, submit details and engineering calculations to show how - reinforcement is integrated with the original structure. 7. Approval by the Consultant to proceed with cutting and patching does not waive the Consultant's right to later require complete removal and replacement of a part of the Work found to be unsatisfactory. 1.04 QUALITY ASSURANCE: A. Requirements for Structural Work: Do not cut and patch structural elements in a manner that would reduce their load-carrying capacity or load-deflection ratio. 1. Obtain approval of the cutting and patching proposal before cutting and patching the following structural elements: a. Foundation construction. N b. Bearing and retaining walls. ~~ ~ c. Structural concrete. 7> ~ ~ rt d. Structural steel. ~ e. Lintels. i d f ~ ~ f. ram ng. Timber and primary woo ~ a g. Structural decking. j ~ "~'`' ~ h. Stair systems. ~' E" i. Miscellaneous structural metals. . n j. Exterior curtain wall construction. k. Equipment supports. I. Piping, ductwork, vessels and equipment. B. Operational and Safety Limitations: Do not cut and patch operating elements or safety related components in a manner that would result in reducing their capacity to perform as intended, or result in increased maintenance, or decreased operational life or safety. - 1. Obtain approval of the cutting and patching proposal before cutting and patching the following operating elements or safety related systems: a. Shoring, bracing, and sheeting. b. Primary operational systems and equipment. c. Air or smoke barriers. d. Water, moisture, or vapor barriers. e. Membranes and flashings. f. Fire protection systems. g. Noise and vibration control elements and systems. h. Control systems. i. Communication systems. j. Conveying systems. k. Electrical wiring systems. CUTTING AND PATCHING 01045/2 City of Iowa City Parking Garages Project No. 50-04242 - C. Visual Requirements: Do not cut and patch construction exposed on the exterior or in occupied spaces, in a manner that would, in the Consultant's opinion, reduce the building's aesthetic qualities, or result in visual evidence of cutting and - patching. Remove and replace Work cut and patched in a visually unsatisfactory manner. 1. If possible retain the original installer or fabricator to cut and patch the following categories of exposed Work, or if it is not possible to engage the original installer or fabricator, engage another recognized experienced and specialized firm: a. b. c. d. e. f. 9• h. k. I. m n. o. p• PART 2 -PRODUCTS 2.01 MATERIALS: Processed concrete finishes. Stonework and stone masonry. Ornamental metal. Matched-veneer woodwork. Preformed metal panels. Window wall system. Stucco and ornamental plaster. Acoustical ceilings. Terrazzo. Finished wood flooring. Fluid-applied flooring. Carpeting. Aggregate wall coating. Wall covering. Swimming pool finishes. HVAC enclosures, cabinets or covers. O 0 ~. C7 ~'~ C7 '~' ~ ~ ~ rn ~ ~ ~• ~ ~~ ao ~ N A. Use materials that are identical to existing materials. If identical materials are not available or cannot be used where exposed surfaces are involved, use materials that match existing adjacent surfaces to the fullest extent possible with regard to visual effect. Use materials whose installed performance will equal or surpass that of existing materials. PART 3 -EXECUTION 3.01 INSPECTION: A. Before cutting existing surfaces, examine surfaces to be cut and patched and conditions under which cutting and patching is to be performed. Take corrective action before proceeding, if unsafe or unsatisfactory conditions are encountered. 1. Before proceeding, meet at the site with parties involved in cutting and _ patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. CUTTING AND PATCHING 01045/3 - City of Iowa City Parking Garages Project No. 50-04242 3.02 PREPARATION: A. Temporary Support: Provide temporary support of Work to be cut. B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of the Project that might be exposed during cutting and patching operations. C. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Take all precautions necessary to avoid cutting existing pipe, conduit or ductwork _ serving the building, but scheduled to be removed or relocated until prc~ions have been made to bypass them. O -n ~'~ ~ - 3.03 PERFORMANCE ~ -G ~: Q, ~ A. General: Employ skilled workmen to perform cutting and patchingcee¢.wit - cutting and patching at the earliest feasible time and complete withq~~laya ~ ~ c» 1. Cut existing construction to provide for installation of other cDrnponeR~ or _ performance of other construction activities and the subsequent fitting and patching required to restore surfaces to their original condition. _ B. Cuttin :Cut existing construction using methods least likely to damage elements to be retained or adjoining construction. Where possible review proposed procedures with the original installer; comply with the 'original installer's recommendations. 1. In general, where cutting is required use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut holes _ and slots neatly to size required with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. To avoid marring existing finished surfaces, cut or drill from the exposed or finished side into concealed surfaces. 3. Cut through concrete and masonry using a cutting machine such as a carborundum saw or diamond core drill. 4. Comply with requirements of applicable Sections of Division-2 where cutting and patching requires excavating and backfilling. _ 5. By-pass utility services such as pipe or conduit, before cutting, where services are shown or required to be removed, relocated or abandoned. Cut-off pipe or conduit in walls or partitions to be removed. Cap, valve or plug and seal the remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after by-passing and cutting. CUTTING AND PATCHING 01045/4 - City of Iowa City Parking Garages Project No. 50-04242 - C. Patchin Patch with durable seams that are as invisible as possible. Comply with specified tolerances. - 1. Where feasible, inspect and test patched areas to demonstrate integrity of the installation. 2. Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. 3. Where removal of walls or partitions extends one finished area into another, patch and repair floor and wall surfaces in the new space to provide an even surface of uniform color and appearance. Remove existing floor and wall coverings and replace with new materials, if necessary to achieve uniform color and appearance. a. Where patching occurs in a smooth painted surface, extend final paint coat over entire unbroken containing the patch, after the patched area has received primer and second coat. 4. Patch, repair or rehang existing ceilings as necessary to provide an even plane surface of uniform appearance. 3.04 CLEANING A. Thoroughly clean areas and spaces where cutting and patching is performed or used as access. Remove completely paint, mortar, oils, putty and items of similar nature. Thoroughly clean piping, conduit and similar features before painting or _ other finishing is applied. Restore damaged pipe covering to its original condition. N Q O END OF SECTION `z C7 ~'' ~ -'' ~ ~ r ~_ ~~ ~~ rn f ~~ ~ ~ ~ N CUTTING AND PATCHING 01045/5 City of Iowa City Parking Garages - Project No. 50-04242 SECTION 01300 SUBMITTALS 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 specifies administrative and procedural requirements for submittals required for performance of the Work, including; 1. Contractor's construction schedule. 2. Submittal schedule. 3. Daily construction reports. 4. Shop Drawings. 5. Product Data. 6. Samples. B. Administrative Submittals: Refer to other Division-1 Sectio ns and other Contract Documents for requirements for administrative submittals. Such submittals,,, - include, but are not limited to: ~ 1. Permits. y ~ -n ~ ~,. "" _ 2. Applications for payment. C7 C7 = ~ ~ ' "~'1 3. Performance and payment bonds. -3 - ~'~' ~ 4. Insurance certificates. ~ = a _ 5. List of Subcontractors. ~~ ~ C. The Schedule of Values submittal is included in Section "A pplications~3r s~ ~ Payment." D. Inspection and test reports are included in Section "Quality Control Services." 1.03 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal sufficiently in advance of performance of related construction activities to avoid delay. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals and related activities that require sequential activity. 2. .Coordinate transmittal of different types of submittals for related elements of the Work so processing will not be delayed by the need to review submittals concurrently for coordination. _ a. The Consultant reserves the right to withhold action on a submittal SUBMITTALS 01300/1 City of Iowa City Parking Garages Project No. 50-04242 requiring coordination with other submittals until related submittals are received. 3. Processing: Allow sufficient review time so that installation will not be delayed as a result of the time required to process submittals, including time for re-submittals. a. Allow two weeks for initial review. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. The Consultant will promptly advise the Contractor when a submittal being processed must be delayed for coordination. b. If an intermediate submittal is necessary, process the same as the initial submittal. c. Allow two weeks for reprocessing each submittal. d. No extension of Contract Time will be authorized because of failure to transmit submittals to the Consultant sufficiently in advance of the Work to permit processing. B. Submittal Preparation: Place a permanent label or title block on each submittal for identification. Indicate the name of the entity that prepared each submittal on the label or title block. 1. Provide a space approximately 4" x 5" on the label or beside the title block on Shop Drawings to record the Contractor's review and approval markings and the action taken. _ N 2. Include the following information on the label for processing~i~ecd~ing action taken. ~,. ~ ~ --n r a. Project name. ~-~ ~ Q' ~ b. Date. ~ 3 _ c. Name and address of Consultant. ~~ ~ d. Name and address of Contractor. e. Name and address of subcontractor. ~' r`' ~n _ f. Name and address of supplier. g. Name of manufacturer. h. Number and title of appropriate Specification Section. i. Drawing number and detail references, as appropriate. C. Submittal Transmittal: Package each submittal appropriately for transmittal and handling. Transmit each submittal from Contractor to Consultant using a transmittal form. Submittals received from sources other than the Contractor will be returned without action. - 1. On the transmittal, record relevant information and requests for data. On the form, or separate sheet, record deviations from Contract Document requirements, including minor variations and limitations. Include _ Contractor's certification that information complies with Contract Document requirements. 2. Transmittal Form: Use AIA Document G 810. SUBMITTALS 01300/2 City of Iowa City Parking Garages Project No. 50-04242 1.04 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Phasing: Provide notations on the schedule to show how the sequence of the _ Work is affected by requirements for phased completion to permit Work by separate Contractors and partial occupancy by the Owner prior to Substantial Completion. B. Work Stages: Indicate important stages of construction for each major portion of the Work, including testing and installation. C. Distribution: Following response to the initial submittal, print and distribute copies to the Consultant, Owner, subcontractors, and other parties required to comply - with scheduled dates. Post copies in the Project meeting room and temporary field office. _ 1. When revisions are made, distribute to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in construction activities. 1.05 SUBMITTAL SCHEDULE A. After development and acceptance of the Contractor's construction schedule, prepare a complete schedule of submittals. Submit the schedule within 10 days of the date required for establishment of the Contractor's construction schedule. 1. Coordinate submittal schedule with the list of subcontracts, schedule of values and the list of products as well as the Contractor's construction schedule. N_ 2. Prepare the schedule in chronological order; include submi~ls req~d during the first 90 days of construction. Provide the followir~ib„~rm~on: ~ -- a. Scheduled date for the first submittal. ~ ~ cr ~ - f b. Related Section number. m v c. Submittal category. ~ s d. Name of subcontractor. ~~ a? e. Description of the part of the Work covered. y ~ f. Scheduled date for re-submittal. g. Scheduled date the Consultant's final release or approval. B. Distribution: Following response to initial submittal, print and distribute copies to the Consultant's, Owner, subcontractors, and other parties required to comply with submittal dates indicated. Post copies in the Project meeting room and field office. 1. When revisions are made, distribute to the same parties and post in the same locations. Delete parties from distribution when they have completed __ their assigned portion of the Work and are no longer involved in construction activities. _ C. Schedule Updating: Revise the schedule after each meeting or activity, where SUBMITTALS 01300/3 City of Iowa City Parking Garages Project No. 50-04242 revisions have been recognized or made. Issue the updated schedule concurrently with report of each meeting. 1.06 DAILY CONSTRUCTION REPORTS A. Prepare a daily construction report, recording the following information concerning events at the site; and submit duplicate copies to the Consultant at weekly intervals: 1. List of subcontractors at the site. _ 2. Approximate count of personnel at the site. 3. High and low temperatures, general weather conditions. 4. Accidents and unusual events. ~.,, _ 5. Meetings and significant decisions. 6. Stoppages, delays, shortages, losses. ~n ~ ~ 7. Meter readings and similar recordings. ~ ' 8. Emergency procedures. ~ -"' ~' ~ _ 9. Orders and requests of governing authorities. rT1 ~~_._ 10. Change Orders received, implemented. to ~ (~ 11. Services connected, disconnected. j ~ ~ _ 12. Equipment or system tests and start-ups. ~ 13. Partial Completions, occupancies. 14. Substantial Completions authorized. 1.07 SHOP DRAWINGS - A. Submit newly prepared information, drawn to accurate scale. Highlight, encircle, or otherwise indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard information prepared without specific reference to t he Project is not considered Shop Drawings. B. Shop Drawings include fabrication and installation drawings, setting diagrams, schedules, patterns, templates and similar drawings. Include the following information: 1. Dimensions. 2. Identification of products and materials included. 3. Compliance with specified standards. 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement. 6. Sheet Size: Except for templates, patterns and similar full- size Drawings, submit Shop Drawings on sheets at least 8-1/2" x 11" but no larger than 36" x 48". 7. Initial Submittal: Submit one correctable translucent reproducible print and one blue- or black-line print for the Consultant's review; the reproducible print will be returned. 8. Initial Submittal: Submit 2 blue- or black-line prints for the Consultant's review; one will be returned. 9. Final Submittal: Submit 3 blue- or black-line prints; submit 5 prints where required for maintenance manuals. 2 prints will be retained; the remainder will be returned. SUBMITTALS 01300/4 City of Iowa City Parking Garages Project No. 50-04242 10. Final Submittal: Submit 3 blue- or black-line prints and 2 additional prints '- where required for maintenance manuals, plus the number of prints needed by the Consultant for distribution. 2 prints will be retained; the remainder returned. a. One of the prints returned shall be marked-up and maintained as a "Record Document." 11. Do not use Shop Drawings without an appropriate final stamp indicating action taken in connection with construction. C. Coordination drawings are a special type of Shop Drawing that show the relationship and integration of different construction elements that require careful coordination during fabrication or installation to fit in the space provided or function as intended. 1. Preparation of coordination Drawings is specified in section "Project Coordination" and may include components previously shown in detail on Shop Drawings or Product Data. 2. Submit coordination Drawings for integration of different construction elements. Show sequences and relationships of separate components to avoid conflicts in use of space. 1.08 PRODUCT DATA A. Collect Product Data into a single submittal for each element of construction or system. Product Data includes printed information such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing-in diagrams and templates, standard wiring diagrams and performance curves. Where Product Data must be specially prepared because standard printed data is not suitable for use, submit as "Shop Drawings." N _ ~_ 1. Mark each copy to show applicable choices and options. prir~d Product Data includes information on several products, som hic~,`are "'T'1 not required, mark copies to indicate the applicable informat~ag. ncl ~ ~-= the following information: ~n ~' a ~ a. Manufacturer's printed recommendations. ~ ~ ~ b. Compliance with recognized trade association standai~s. c. Compliance with recognized testing agency standards ~ d. Application of testing agency labels and seals. e. Notation of dimensions verified by field measurement. f. Notation of coordination requirements. 2. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed. 3. Preliminary Submittal: Submit a preliminary single-copy of Product Data where selection of options is required. 4. Submittals: Submit 2 copies of each required submittal; submit 4 copies where required for maintenance manuals. The Consultant will retain one, SUBMITTALS 01300/5 City of Iowa City Parking Garages - Project No. 50-04242 and will return the other marked with action taken and corrections or modifications required. a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. 5. Distribution: Furnish copies of final submittal to installers, subcontractors, suppliers, manufacturers, fabricators, and others required for performance of construction activities. Show distribution on transmittal forms. - a. Do not proceed with installation until an applicable copy of Product Data applicable is in the installer's possession. b. Do not permit use of unmarked copies of Product Data in connection with construction. 1.09 SAMPLES - A. Submit full-size, fully fabricated Samples cured and finished as specified and physically identical with the material or product proposed. Samples include partial sections of manufactured or fabricated components, cuts or containers of - materials, color range sets, and swatches showing color, texture and pattern. 1. Mount, display, or package Samples in the manner specified to facilitate review of qualities indicated. Prepare Samples to match the Consultant's Sample. Include the following: Q a. Generic description of the Sample. ~ ~ ~ -i'1 b. Sample source. n -- ~--- c. Product name or name of manufacturer. ~C1 °' ~ d. Compliance with recognized standards. ~ 3 e. Availability and delivery time. ~~ o4 2. Submit Samples for review of kind, color, pattern, and texture,~r a fina~b check of these characteristics with other elements, and for a comparison of these characteristics between the final submittal and the actual component as delivered and installed. a. Where variation in color, pattern, texture or other characteristics are inherent in the material or product represented, submit multiple - units (not less than 3), that show approximate limits of the variations. b. Refer to other Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation and similar construction characteristics. c. Refer to other Sections for Samples to be returned to the _ Contractor for incorporation in the Work. Such Samples must be undamaged at time of use. On the transmittal, indicate special requests regarding disposition of Sample submittals. SUBMITTALS 01300/6 City of Iowa City Parking Garages Project No. 50-04242 3. Preliminary submittals: Where Samples are for selection of color, pattern, texture or similar characteristics from a range of standard choices, submit a full set of choices for the material or product. a. Preliminary submittals will be reviewed and returned with the Consultant's mark indicating selection and other action. 4. Submittals: Except for Samples illustrating assembly details, workmanship, fabrication techniques, connections, operation and similar characteristics, submit 3 sets; one will be returned marked with the action taken. 5. Maintain sets of Samples, as returned, at the Project site, for quality comparisons throughout the course of construction. a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal.. b. Sample sets may be used to obtain final acceptance of the construction associated with each set. - B. Distribution of Samples: Prepare and distribute additional sets to subcontractors, manufacturers, fabricators, suppliers, installers, and others as required for performance of the Work. Show distribution on transmittal forms. 1. Field Samples specified in individual Sections are special types of Samples. Field Samples are full-size examples erected on sib to ill~$rate finishes, coatings, or finish materials and to establish the st and by°rhich the Work will be judged. ~ ~ --~ -~ _ a. Comply with submittal requirements to the fullest ext ~ssihde. ~..~~ Process transmittal forms to provide a record of activ' ~ _,,,, Q 3 1.10 ARCHITECT/ENGINEER'S ACTION ~~ °•° - ~. N A. Except for submittals for record, information or similar purposes, where action and return is required or requested, the Consultant will review each submittal, mark to - indicate action taken, and return promptly. Compliance with specified characteristics is the Contractor's responsibility. B. Action Stamp: The Consultant will stamp each submittal with a uniform, self- explanatory action stamp. The stamp will be appropriately marked, as follows, to indicate the action taken: 1. Final Unrestricted Release: Where submittals are marked "Accepted," that _ part of the Work covered by the submittal may proceed provided it complies with requirements of the Contract Documents; final acceptance will depend upon that compliance. 2. Final-But-Restricted Release: When submittals are marked "Accepted as Noted," that part of the Work covered by the submittal may proceed provided it complies with notations or corrections on the submittal and SUBMITTALS 01300/7 City of Iowa City Parking Garages Project No. 50-04242 requirements of the Contract Documents; final acceptance will depend on that compliance. 3. Returned for Re-submittal: When submittal is marked "Not Accepted, Revise and Resubmit," do not proceed with that part of the Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal in accordance with the notations; resubmit without delay. Repeat if necessary to obtain a different action mark. a. Do not permit submittals marked "Not Accepted, Revise and Resubmit" to be used at the Project site, or elsewhere where Work is in progress. 4. Other Action: Where a submittal is primarily for information or record purposes, special processing or other activity, the submittal will be returned, marked "Action Not Required." PART 2 -PRODUCTS (Not Applicable). _ PART 3 -EXECUTION (Not Applicable). END OF SECTION o 0 ~~ ~ ~ ~' ~ ~ 3 ~ D N SUBMITTALS 01300/8 City of Iowa City Parking Garages Project No. 50-04242 SECTION 01400 QUALITY CONTROL SERVICES PART1-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 specifies administrative and procedural requirements for quality control services. B. Quality control services include inspections and tests and related actions including reports, performed by independent agencies, governing authorities, and the Contractor. They do not include contract enforcement activities performed by the Consultant. C. Inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with Contract Document requirements. - D. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. 1. Specific quality control requirements for individual construction activities are specified in the Sections that specify those activities. Those requirements, including inspections and tests, cover production of standard products as well as customized fabrication and installation procedures. 2. Inspections, test and related actions specified are not intended to wit the Contractor's quality control procedures that facilitate r~nplian~ with Contract Document requirements. ~~-~ -*~ 3. Requirements for the Contractor to provide quality control s~i~sr~ uir~ by the Consultant, Owner, or authorities having jurisdiction~i~not`fmite~ by provisions of this Section. ~ i ~~ 1.03 RESPONSIBILITIES ~, N ~n A. Contractor Responsibilities: The Contractor shall provide inspections, tests and similar quality control services, specified in individual Specification Sections and required by governing authorities, except where they are specifically indicated to be the Owner's responsibility, or are provided by another identified entity; these services include those specified to be performed by an independent agency and not by the Contractor. Costs for these services shall be included in the Contract Sum. QUALITY CONTROL SERVICES 01400/1 City of Iowa City Parking Garages Project No. 50-04242 The Contractor shall employ and pay an independent agency, to perform specified quality control services. 2. The Owner will engage and pay for the services of an independent agency to perform inspections and tests specified as the Owner's responsibilities. a. Where the Owner has engaged a testing agency or other entity for testing and inspection of a part of the Work, and if the Contractor is also required to engage an entity for the same or related element, the Contractor shall not employ the entity engaged by the Owner, unless otherwise agreed in writing with the Owner. 3. Retesting: The Contractor is responsible for retesting where results of _ required inspections, tests or similar services prove unsatisfactory and do not indicate compliance with Contract Document requirements, regardless of whether the original test was the Contractor's responsibility. -" a. Cost of retesting construction revised or replaced by the Contractor is the Contractor's responsibility, where required tests were performed on original construction. 4. Associated Services: The Contractor shall cooperate with agencies performing required inspections, tests and similar services and provide - reasonable auxiliary services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Auxiliary services required include but are not limited to: a. Providing access to the Work and furnishing labor and facilities necessary to facilitate inspections and tests. C3 °'' b. Taking adequate quantities of representative sam f rxateria~ ~ ~ t""'" that require testing or assisting the agency in takingles~r' ~- c. Providing facilities for storage and curing of tes~~iplss,, and=-+, delivery of samples to testing laboratories. ~ ~ ~ d. Providing the agency with a preliminary design mi~ropos~ for use for materials mixes that require control by the testing agency. e. Security and protection of samples and test equipment at the Project site. - B. Owner Responsibilities: The Owner will provide inspections, tests and similar quality control services specified to be performed by independent agencies and not by the Contractor, except where they are specifically indicated as the Contractor's _ responsibility or are provided by another identified entity. 1. The Owner will employ and pay for the services of an independent agency, _ .testing laboratory or other qualified firm to perform services which are the Owner's responsibility from the allowance set aside for testing in the contract sum. QUALITY CONTROL SERVICES 01400/2 City of Iowa City Parking Garages Project No. 50-04242 C. Duties of the Testing Agency: The independent testing agency engaged to - perform inspections, sampling and testing of materials and construction specified in individual Specification Sections shall cooperate with the Consultant and Contractor in performance of its duties, and shall provide qualified personnel to -- perform required inspections and tests. 1. The agency shall notify the Consultant and Contractor promptly of - irregularities or deficiencies observed in the Work during performance of its services. 2. The agency is not authorized to release, revoke, alter or enlarge requirements of the Contract Documents, or approve or accept any portion of the Work. 3. The agency shall not perform any duties of the Contractor. D. Coordination: The Contractor and each agency engaged to perform inspections, - tests and similar services shall coordinate the sequence of activities to accommodate required services with a minimum of delay. In addition the Contractor and each agency shall coordinate activities to avoid the necessity of - removing and replacing construction to accommodate inspections and tests. 1. The Contractor is responsible for scheduling times for inspections, tests, - taking samples and similar activities. 1.04 SUBMITTALS: A. The independent testing agency shall submit a certified written report of each inspection, test or similar service, to the Consultant, in duplicate, unless the Contractor is responsible for the service. If the Contractor is responsible for the service, submit a certified written report of each inspection, test or similar service through the Contractor, in duplicate. 1. Submit additional copies of each written report directly to the governing authority, when the authority so directs. "''v ".- °r 2. Report Data: Written reports of each inspection, test or~r~rijar ~vice,,,T,~ shall include, but not be limited to: 3' ~ a° .-- a. Date of issue. ~~ ~ b. Project title and number. ~' c. Name, address and telephone number of testing agen~ ~ c» d. Dates and locations of samples and tests or inspectior~ ~ e. Names of individuals making the inspection or test. f. Designation of the Work and test method. g. Identification of product and Specification Section. h. Complete inspection or test data. i. Test results and an interpretations of test results. j. Ambient conditions at the time of sample-taking and testing. k. Comments or professional opinion as to whether inspected or tested Work complies with Contract Document requirements. I. Name and signature of laboratory inspector. QUALITY CONTROL SERVICES 01400/3 City of Iowa City Parking Garages Project No. 50-04242 m. Recommendations on retesting. 1.05 QUALITY ASSURANCE A. Qualification for Service Agencies: Engage inspection and testing service agencies, including independent testing laboratories, which are prequalified as ~~ complying with Recommended Requirements for Independent Laboratory Qualification" by the American Council of Independent Laboratories, and which specialize in the types of inspections and tests to be performed. 1. Each independent inspection and testing agency engaged on the Project shall be authorized by authorities having jurisdiction to operate in the State in which the Project is located. PART 2 -PRODUCTS (Not Applicable) PART 3 -EXECUTION 3.01 REPAIR AND PROTECTION A. General: Upon completion of inspection, testing, sample-taking and similar services, repair damaged construction and restore substrates and finishes to eliminate deficiencies, including deficiencies in visual qualities of exposed finishes. Comply with Contract Document requirements for "Cutting and Patching." B. Protect construction exposed by or for quality control service activities, and protect repaired construction. C. Repair and protection is the Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing or similar services. END OF SECTION d C? 7> ~ -n u~'v ~ r~ ~ ~ _- G n-, ~ "' ~ ~ cp D N QUALITY CONTROL SERVICES 01400/4 City of Iowa City Parking Garages Project No. 50-04242 SECTION 01500 TEMPORARY FACILITIES 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 specifies requirements for temporary services and facilities, including utilities, construction and support facilities, security and protection. B. Temporary utilities required include but are not limited to: 1. Water service and distribution. 2. Temporary electric power and light. 3. Telephone service. C. Temporary construction and support facilities required include but are not limited to: -- 1. Temporary heat. 2. Field offices and storage sheds. 3. Sanitary facilities, including drinking water. 4. Temporary enclosures, including noise abatement to meet local ordinances. 5. Temporary Project identification signs and bulletin boards. _ 6. Waste disposal services. ~ 7. Rodent and pest control. O 8. Construction aids and miscellaneous services and facilities. ~n -''~ a '"fl y. ~ D. Securit y and protection facilities required include but are not limited tc~ Q, ['~ ~ r-- (~-1 1. - Temporary fire protection. _ ~ ~ '-~c 2. Barricades, warning signs, lights. i. ~ 3. Sidewalk bridge or enclosure fence for the site. ~ ~ 4. Environmental protection. 1.03 SUBMITTALS A. Temporary Utilities: Submit reports of tests, inspections, meter readings and similar procedures performed on temporary utilities. B. Implementation and Termination Schedule: Submit a schedule indicating implementation and termination of each temporary utility within 15 days of the date established for commencement of the Work. TEMPORARY FACILITIES 01500/1 City of Iowa City Parking Garages _ Project No. 50-04242 1.04 QUALITY ASSURANCE A. ReAUlations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction, including but not limited to: 1. Building Code requirements. 2. Health and safety regulations. - 3. Utility company regulations. 4. Police, Fire Department and Rescue Squad rules. 5. Environmental protection regulations. B. Standards: Comply with NFPA Code 241, "Building Construction and Demolition Operations", ANSI-A10 Series standards for "Safety Requirements for Construction and Demolition", and NECA Electrical Design Library "Temporary Electrical Facilities." 1. Refer to "Guidelines for Bid Conditions for Temporary Job Utilities and Services", prepared jointly by AGC and ASC, for industry recommendations. 2. Electrical Service: Comply with NEMA, NECA and UL standards and regulations for temporary electric service. Install service in compliance with National Electric Code (NFPA 70). C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.05 PROJECT CONDITIONS _ A. Temoorary Utilities: Prepare a schedule indicating dates for implementation and termination of each temporary utility. At the earliest feasible time, when acceptable to the Owner, change over from use of temporary service to use of the permanent service. B. Conditions of Use: Keep temporary services and facilities clean and ,peat in appearance. Operate in a safe and efficient manner. Take ecess~ fire prevention measures. Do not overload facilities, or permit them i~grfer~with progress. Do not allow hazardous dangerous or unsanitary cond ~ or ~Gblic nuisances to develop or persist on the site. ~ ~, 1~ _ ~+~ ~ PART 2 -PRODUCTS ~ ~ C~ ~~ - 2.01 MATERIALS ~ ~ A. General: Provide new materials; if acceptable to the Architect, undamaged previously _ used materials in serviceable condition may be used. Provide materials suitable for the use intended. B. Lumber and Plywood: 1. For job-built temporary offices, shops and sheds within the construction area, provide UL labeled, fire treated lumber and plywood for framing, TEMPORARY FACILITIES 01500/2 City of Iowa City Parking Garages Project No. 50-04242 sheathing and siding. 2. For signs and directory boards, provide exterior type, Grade B-B High Density Concrete Form Overlay Plywood conforming to PS-1, of sizes and thickness indicated. 3. For fences and vision barriers, provide exterior type, minimum 3/8" thick plywood. 4. For safety barriers, sidewalk bridges and similar uses, provide minimum 5/8" thick exterior plywood. C. Paint: Comply with requirements of Division-9 Section "Painting." 1. For job-built temporary offices, shops, sheds, fences and other exposed lumber and plywood, provide exterior grade acrylic-latex emulsion over exterior primer. 2. For sign panels and applying graphics, provide exterior grade alkyd gloss enamel over exterior primer. 3. For interior walls of temporary offices, provide two coats interior latex flat wall paint. D. Tarpaulins: Provide waterproof, fire-resistant, UL labeled tarpaulins with flame- spread rating of 15 or less. For temporary enclosures provide translucent nylon - reinforced laminated polyethylene or polyvinyl chloride fire retardant tarpaulin. 0 E. Water: Provide potable water approved by local health authorities. p F. Open-Mesh Fencing: Provide 11-gage, galvanized 2-inch, chain link~al~c few ing~ 6-feet high with galvanized barbed wire top strand and galvanized std ~e its, _ 1-1/2" I.D. for line posts and 2-1/2" I.D. for corner posts. 2.02 EQUIPMENT ~~ w ?~ _ A. General: Provide new equipment; if acceptable to the Consultant, undamaged, previously used equipment in serviceable condition may be used. Provide equipment suitable for use intended. B. Water Hoses: Provide 3/4" heavy-duty, abrasion-resistant, flexible rubber hoses 100 ft. long, with pressure rating greater than the maximum pressure of the water distribution system; provide adjustable shut-off nozzles at hose discharge. C. Electrical Outlets: Provide properly configured NEMA polarized outlets to prevent _ insertion of 110-120 volt plugs into higher voltage outlets. Provide receptacle outlets equipped with ground-fault circuit interrupters, reset button and pilot light, for connection of power tools and equipment. D. Electrical Power Cords: Provide grounded extension cords; use "hard-service" cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords, if single lengths will not reach areas TEMPORARY FACILITIES 01500/3 City of Iowa City Parking Garages - Project No. 50-04242 where construction activities are in progress. E. Lamps and Light Fixtures: Provide general service incandescent lamps of wattage required for adequate illumination. Provide guard cages or tempered glass - enclosures, where exposed to breakage. Provide exterior fixtures where exposed to moisture. F. Heating Units: Provide temporary heating units that have been tested and labeled by UL, FM or another recognized trade association related to the type of fuel being consumed. G. Temporary Offices: Provide prefabricated or mobile units or similar job-built construction with lockable entrances, operable windows and serviceable finishes. Provide heated and air- conditioned units on foundations adequate for normal loading. H. Temporary Toilet Units: Provide self-contained single-occupant toilet units of the - chemical, aerated recirculation, or combustion type, properly vented and fully enclosed with a glass fiber reinforced polyester shell or similar nonabsorbent material. First Aid Supplies: Comply with governing regulations. - J. Fire Extinguishers: Provide hand-carried, portable UL-rated, class "A" fire extinguishers for temporary offices and similar spaces. In other locations provide hand-carried, portable, UL-rated, class "ABC" dry chemical extinguishers, or a - combination of extinguishers of NFPA recommended classes for the exposers. .- °~ O 1. Comply with NFPA 10 and 241 for classification, extingui7ag~ ands ,_ size required by location and class of fire exposure. ~' .;,~ p° ---- PART 3 -EXECUTION ~~' z,. rn ~ C~ 3.01 INSTALLATION ~~ ~ w A. Use qualified personnel for installation of temporary facilities. Locate faci~es - where they will serve the Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. Do not remove until facilities are no longer needed, or are replaced by authorized use of completed permanent facilities. 3.02 TEMPORARY UTILITY INSTALLATION - A. General: Engage the appropriate local utility company to install temporary service or connect to existing service. Where the company provides only part of the service, provide the remainder with matching, compatible materials and equipment; comply with the company's recommendations. Arrange with the company and existing users for a time when service can be interrupted, where necessary, to make connections for temporary TEMPORARY FACILITIES 01500/4 City of Iowa City Parking Garages Project No. 50-04242 services. 2. Provide adequate capacity at each stage of construction. Prior to temporary utility availability, provide trucked-in services. 3. Obtain easements to bring temporary utilities to the site, where the Owner's easements cannot be used for that purpose. 4. Use Charges: Cost or use charges for temporary facilities are not chargeable to the Owner or Consultant, and will not be accepted as a basis of claims for a Change Order. B. Temporary Water Service: The contractor shall make arrangements with the _ Building Management for temporary water from existing sources at the facility. The Contractor shall be responsible for all hoses, connections, etc., required from the point of water source at the facility. C. Temporary Electric Power Service: The Contractor shall make all arrangements for and shall install and pay for the temporary electric service. The Contractor shall furnish, install and maintain all temporary and power facilities required by the work. Provide weatherproof, grounded electric power service and distribution system of sufficient size, capacity, and power characteristics during construction period. Include meters, transformers, overload protected disconnects, automatic ground- fault interrupters and main distribution switch gear. 1. Power Distribution System: Install wiring overhead, and rise vertically - where least exposed to damage. Where permitted, wiring circuits not exceeding 125 Volts, AC 20 ampere rating, and lighting circuits may be nonmetallic sheathed cable where overhead and exposed for surveillance. D. Temporary Lighting: 1. Install and operate temporary lighting that will fulfill security and protection requirements, without operating the entire system, a will ~gvide adequate illumination for construction operations and traffic~tion~', E. Temporary Telephones: Provide temporary telephone service fo~H<personne~ engaged in construction activities, throughout the construction I~~d. 4~i tal~~ telephone on a separate line for each temporary office and first aid shat ere an office has more than two occupants, install a telephone for edd nal occupant or pair of occupants. ~ •• w 0 1. At each telephone, post a list of important telephone numbers. F. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If sewers are not available or cannot be used, provide drainage ditches, dry wells, stabilization ponds and similar facilities. If neither sewers nor drainage facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off the site in a lawful manner. _ 1. Filter out excessive amounts of soil, construction debris, chemicals, oils TEMPORARY FACILITIES 01500/5 City of Iowa City Parking Garages Project No. 50-04242 and similar contaminants that might clog sewers or pollute waterways before discharge. 2. Connect temporary sewers to the municipal system as directed by the sewer department officials. 3. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. Following heavy use, restore normal conditions promptly. G. Provide earthen embankments and similar barriers in and around excavations and subgrade construction, sufficient to prevent flooding by runoff of storm water from heavy rains. 3.03 TEMPORARY CONSTRUCTION AND SUPPORT FACILITIES INSTALLATION A. Locate field offices, storage sheds, sanitary facilities and other temporary construction and support facilities for easy access at locations approved by the Owner. 1. Maintain temporary construction and support facilities until near Substantial Completion. Remove prior to Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to the Owner. B. Provide incombustible construction for offices, shops and sheds located within the construction area, or within 30 feet of building lines. Comply with requirements of NFPA 241. C. Temporary Heat: Provide temporary heat required by construcf activis, for curing or drying of completed installations or protection of insta ns ction from adverse effects of low temperatures or high humidity. Select qu~pnen that will not have a harmful effect on completed installations or ~4a~rt~ents~[eing'~ installed. Coordinate ventilation requirements to produce the amtsf"e~condition;~T1 required and minimize consumption of energy. ~ r-n ~~,~i D. Heating Facilities: Except where use of the permanent system i'~authorj~d, provide vented self-contained LP gas or fuel oil heaters with indi~dual she thermostatic control. 1. Use of gasoline-burning space heaters, open flame, or salamander type heating units is prohibited. E. Field Offices: Provide insulated, weathertight temporary offices of sufficient size to accommodate required office personnel at the Project site. Keep the office clean and orderly for use for small progress meetings. Furnish and equip offices as follows: 1. Furnish with a desk and chairs, a 4-drawer file cabinet, plan table and plan rack and a 6-shelf bookcase. 2. Equip with a water cooler and private toilet complete with water closet, lavatory and mirror-medicine cabinet unit. TEMPORARY FACILITIES 01500/6 City of Iowa City Parking Garages - Project No. 50-04242 - F. Storage and Fabrication Sheds: Install storage and fabrication sheds, sized, furnished and equipped to accommodate materials and equipment involved, including temporary utility service. Sheds may be open shelters or fully enclosed - spaces within the building or elsewhere on the site as approved by the Owner. G. Sanitary facilities include temporary toilets, wash facilities and drinking water - fixtures. Comply with regulations and health codes for the type, number, location, operation and maintenance of fixtures and facilities. Install where facilities will best serve the Project's needs. 1. Provide toilet tissue, paper towels, paper cups and similar disposable materials for each facility. Provide covered waste containers for used material. H. Toilets: Install self-contained toilet units. Shield toilets to ensure privacy. Use of pit-type privies will not be permitted. I. Drinking Water Facilities: Within temporary office, provide containerized tap-dispenser bottled-water type drinking water units, including paper supply. J. Temporary Enclosures: Provide temporary enclosure for protection of construction in progress and completed, from exposure, foul weather, other construction - operations and similar activities. 1. Where heat is needed and the permanent building enclosure is not - complete, provide temporary enclosures where there is no other provision for containment of heat. Coordinate enclosure with ventilating and material drying or curing requirements to avoid dangerous conditions and effects. 2. Install tarpaulins securely, with incombustible wood framing and other materials. Close openings of 25 square feet or less with plywood or similar materials. 3. Where temporary wood or plywood enclosure exceeds 100 square feet in area, use UL-labeled fire-retardant treated material for framing and main sheathing. K. Collection and Disposal of Waste: Collect waste from construction areas and elsewhere daily. Comply with requirements of NFPA 241 for rem~al of combustible waste material and debris. Enforce requirements stri Do r~ hold materials more than 7 days during normal weather or 3 days when p pture is expected to rise above 80 deg F (27 deg C). Handle hazardous, ergs, orT1 unsanitary waste materials separately from other waste by contained prc~erly.s--" Dispose of material in a lawful manner. ~ ~ v j"C-1 3.04 PROTECTION FACILITIES INSTALLATION ~ J~ m A. Temporary Fire Protection: ~' o Locate fire extinguishers where convenient and effective for their intended purpose, but not less than one extinguisher on each floor at or near each TEMPORARY FACILITIES 01500/7 City of Iowa City Parking Garages _ Project No. 50-04242 usable stairwell. 2. Store combustible materials in containers in fire-safe locations. 3. Maintain unobstructed access to fire extinguishers, fire hydrants, temporary fire protection facilities, stairways and other access routes for fighting fires. Prohibit smoking in hazardous fire exposure areas. 4. Provide supervision of welding operations, combustion type temporary heating units, and similar sources of fire ignition. B. Barricades, Warning Signs and Lights: Comply with standards and code requirements for erection of structurally adequate barricades. Paint with _ appropriate colors, graphics and warning signs to inform personnel and the public of the hazard being protected against. Where appropriate and needed provide lighting, including flashing red or amber lights. C. Security Enclosure and Lockup: 1. Storage: Where materials and equipment must be stored, and are of value _ or attractive for theft, provide a secure lockup. Enforce discipline in connection with the installation and release of material to minimize the opportunity for theft and vandalism. D. Environmental Protection: Provide protection, operate temporary facilities and conduct construction in ways and by methods that comply with environmental regulations, and minimize the possibility that air, waterways and subsoil might be contaminated or polluted, or that other undesirable effects might result. Avoid use of tools and equipment which produce harmful noise. Restrict use of noise making tools and equipment to hours that will minimize complaints from persons or firms near the site. 3.05 OPERATION, TERMINATION AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. Limit ava~bility of temporary facilities to essential and intended uses to minimize wa®e and a`~use. ~~ ~ ~ B. Maintenance: Maintain facilities in good operating condition until rert~ov~. PF~° ect--- from damage by freezing temperatures and similar elements. ~~ a- r 1. Maintain operation of temporary enclosures, heating, cool' ~un~ity control, ventilation and similar facilities on a 24-hour day a~i wire required to achieve indicated results and to avoid possibility of age. 2. Protection: Prevent water filled piping from freezing. C. Termination and Removal: Unless the Owner requests that it be maintained longer, remove each temporary facility when the need has ended, or when replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with the temporary facility. Repair damaged Work, clean exposed surfaces and replace construction that cannot be TEMPORARY FACILITIES 01500/8 City of Iowa City Parking Garages Project No. 50-04242 satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of the Contractor. 2. Where the area is intended for landscape development, remove soil and aggregate fill that does not comply with requirements for fill or subsoil in the area. Remove materials contaminated with substances which might impair growth of plant materials or lawns. Repair or replace street paving, curbs and sidewalks at the temporary entrances, as required by the governing authority. 3. At Substantial Completion, clean and renovate permanent facilities that have been used during the construction period, including but not limited to: a. Replace air filters and clean inside of ductwork and housings. b. Replace significantly worn parts and parts that have been subject to unusual operating conditions. END OF SECTION 0 N 0 O "rt T Q~ 1 1 r--- f ~ ~ ~~ ~ w 0 TEMPORARY FACILITIES 01500/9 City of Iowa City Parking Garages Project No. 50-04242 SECTION 01600 MATERIALS AND EQUIPMENT 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 specifies administrative and procedural requirements governing the Contractor's selection of products for use in the Project. B. The Contractor's Construction Schedule and the Schedule of Submittals are included under Section "Submittals." C. Standards: Refer to Section "Reference Standards and Definitions" for applicability of industry standards to products specified. D. Administrative procedures for handling requests for substitutions made after award of the Contract are included under Section "Product Substitutions." 1.03 DEFINITIONS A. Definitions used in this Article are not intended to change the meaning of other _ terms used in the Contract Documents, such as "specialties," "systems," "structure," "finishes," "accessories," and similar terms. Such terms such are self-explanatory and have well recognized meanings in the construction industry. 1. "Products" are items purchased for incorporation in the Work, wrk~ether purchased for the Project or taken from previously purchas~l stocl~Note that some product specifications require job specific pose ~ the materials versus use from previously purchased stock. The~er~i~i "pKaduct'~T"! includes the terms "material," "equipment," "system," and eir3_m~ of ~nila~ intent. ~ r-- -;Tl rn a ~~- a a. "Named Products" are items identified by manufa J ~ p~duct name, including make or model designation, inted ~ the manufacturer's published product literature, that is current as ~ the date of the Contract Documents. 2. "Materials" are products that are substantially shaped, cut, worked, mixed, finished, refined or otherwise fabricated, processed, or installed to form a part of the Work. 3. "Equipment" is a product with operational parts, whether motorized or manually operated, that requires service connections such as wiring or _ piping. MATERIALS AND EQUIPMENT 01600/1 City of Iowa City Parking Garages Project No. 50-04242 1.04 SUBMITTALS A. Product List Schedule: Prepare a schedule showing products specified in a tabular - form acceptable to the Consultant. Include generic names of products required. Include the manufacturer's name and proprietary product names for each item listed. 1. Coordinate the product list schedule with the Contractor's Construction Schedule and the Schedule of Submittals. 2. Form: Prepare the product listing schedule with information on each item tabulated under the following column headings: a. Related Specification Section number. b. Generic name used in Contract Documents. c. Proprietary name, model number and similar designations. d. Manufacturer's and name and address. e. Supplier's name and address. f. Installer's name and address. g. Projected delivery date, or time span of delivery period. 3. Initial Submittal: Within 30 days after date of commencement of the Work, - submit 3 copies of an initial product list schedule. Provide a written explanation for omissions of data, and for known variations from Contract requirements. a. At the Contractor's option, the initial submittal may be limited to product selections and designations that must be established early in the Contract period. 4. Completed Schedule: Within 60 days after date of commencement of the _ Work, submit 3 copies of the completed product list schedule. Provide a written explanation for omissions of data, and for known variations from Contract requirements. 5. Engineer's Action: The Consultant will respond in writing to the Contractor within 2 weeks of receipt of the completed product list schedule, No response within this time period constitutes no obj on to~isted manufacturers or products, but does not constitute ai~er ~e i the requirement that products comply with Contract Doc~~ts. ~ Th€t"1 Engineer's response will include the following: ~ ~ ~C`~ a. A list of unacceptable product selections, cont~-i~~ a~rie~ explanation of reasons for this action. ~ ^ ~ 1.05 QUALITY ASSURANCE ~' o A. Source Limitations: To the fullest extent possible, provide products of the same kind, from a single source. 1. When specified products are available only from sources that do not or MATERIALS AND EQUIPMENT 01600/2 City of Iowa City Parking Garages - Project No. 50-04242 cannot produce a quantity adequate to complete project requirements in a timely manner, consult with the Consultant for a determination of the most important product qualities before proceeding. Qualities may include attributes relating to visual appearance, strength, durability, or compatibility. - When a determination has been made, select products from sources that produce products that possess these qualities, to the fullest extent possible. B. Compatibility of Options: When the Contractor is given the option of selecting between two or more products for use on the Project, the product selected shall be _ compatible with products previously selected, even if previously selected products were also options. 1.06 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store and handle products in accordance .with the manufacturer's recommendations, using means and methods that will prevent damage, deterioration and loss, including theft. 1. Schedule delivery to minimize long-term storage at the site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft and other losses. 3. Deliver products to the site in the manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting and installing. 4. Inspect products upon delivery to ensure compliance with the Contract Documents, and to ensure that products are undamaged and properly protected. 5. Store products at the site in a manner that will facilitate inspection and measurement of quantity or counting of units. 6. Store heavy materials away from the Project structure in a manner that will not endanger the supporting construction. 7. Store products subject to damage by the elements abov round~nder cover in a weathertight enclosure, with ventilation adeq to event condensation. Maintain temperature and humidity within ra qu~d bye} manufacturer's instructions. -- ~- ~~ ~ PART 2 -PRODUCTS m ~~ 2.01 PRODUCT SELECTION ~' c A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, unused at the MATERIALS AND EQUIPMENT 01600/3 City of Iowa City Parking Garages Project No. 50-04242 time of installation. 1. Provide products complete with all accessories, trim, finish, safety guards and other devices and details needed for a complete installation and for the - intended use and effect. 2. Standard Products: Where available, provide standard products of types that have been produced and used successfully in similar situations on other projects. B. Product Selection Procedures: Product selection is governed by the Contract Documents and governing regulations, not by previous Project experience. Procedures governing product selection include the following: 1. Proprietary Specification Requirements Where only a single product or manufacturer is named provide the product indicated. No substitutions will be permitted. 2. Semi-proprietary Specification Reauirements: Where two or more products or manufacturers are named provide one of the products indicated. No - substitutions will be permitted. a. Where products or manufacturers are specified by name, - accompanied by the term "or equal," or "or approved equal" comply with the Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product. 3. Non-Proprietary Specifications: When the Specifications list products or manufacturers that are available and may be incorporated in the Work, but do not restrict the Contractor to use of these products only, the Contractor may propose any available product that complies with Contract requirements. Comply with Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product. ..~ 4. Descriptive Specification Requirements: Where Specificati ~esc~e a product or assembly, listing exact characteristics required, r v~out-'("~ - use of a brand or trade name, provide a product or assemblyft~i pro>~+des f-= the characteristics and otherwise complies with Contract requr~~nts°r' m - 5. Performance Specification Requirements: Where Specifica~~ refire compliance with performance requirements, provide products~at cor~ly with these requirements, and are recommended by the man~rTacturer r - the application indicated. General overall performance of a product is implied where the product is specified for a specific application. a. Manufacturer's recommendations may be contained in published product literature, or by the manufacturer's certification of performance. 6. Compliance with Standards, Codes and Regulations: Where the Specifications only require compliance with an imposed code, standard or regulation, select a product that complies with the standards, codes or MATERIALS AND EQUIPMENT 01600/4 City of Iowa City Parking Garages Project No. 50-04242 regulations specified. 7. Visual Matching: Where Specifications require matching an established Sample, the Consultant's decision will be final on whether a proposed product matches satisfactorily. a. Where no product available within the specified category matches - satisfactorily and also complies with other specified requirements, comply with provisions of the Contract Documents concerning "substitutions" for selection of a matching product in another - product category, or for noncompliance with specified requirements. 8. Visual Selection: Where specified product requirements include the _ phrase"...as selected from manufacturer's standard colors, patterns, textures..." or a similar phrase, select a product and manufacturer that complies with other specified requirements. The Consultant will select the color, pattern and texture from the product line selected. 9. Allowances: Refer to individual Specification Sections and "Allowance" provisions in Division-1 for allowances that control product selection, and for procedures required for processing such selections. PART 3 -EXECUTION 3.01 INSTALLATION OF PRODUCTS: A. Comply with manufacturer's instructions and recommendations for installation of products in the applications indicated. Anchor each product securely in place, accurately located and aligned with other Work. 1. Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. END OF SECTION o ~~, ~~ N O ~, W ~ ' ~~ ~ ~- ~ ~ ~ 3 ~ O MATERIALS AND EQUIPMENT 01600/5 City of Iowa City Parking Garages Project No. 50-04242 SECTION 01631 0 - © o PRODUCT SUBSTITUTIONS~„n ~`' a ""i'1 _ PART 1 -GENERAL ~ ~ cr 1.01 RELATED DOCUMENTSrnC7 ~ - ~ i~ vo A. Drawings and general provisions of the Contract, including ~eneraK~and Supplementary Conditions and other Division-1 Specification Sections, app~iy to - this Section. 1.02 SUMMARY A. This Section specifies administrative and procedural requirements for handling requests for substitutions made after award of the Contract. B. The Contractor's Construction Schedule and the Schedule of Submittals are included under Section "Submittals." C. Standards: Refer to Section "Reference Standards and Definitions" applicability of industry standards to products specified. D. Procedural requirements governing the Contractor's selection of products and product options are included under Section "Materials and Equipment." 1.03 DEFINITIONS A. Definitions used in this Article are not intended to change or modify the meaning of other terms used in the Contract Documents. B. Substitutions: Requests for changes in products, materials, equipment, and _ methods of construction required by Contract Documents proposed by the Contractor after award of the Contract are considered requests for "substitutions." The following are not considered substitutions: 1. Substitutions requested by Bidders during the bidding period, and accepted prior to award of Contract, are considered as included in the Contract Documents and are not subject to requirements specified in this Section for substitutions. 2. Revisions to Contract Documents requested by the Owner or Consultant. 3. Specified options of products and construction methods included in Contract Documents. 4. The Contractor's determination of and compliance with governing regulations and orders issued by governing authorities. 1.04 SUBMITTALS _ A. Substitution Request Submittal: Requests for substitution will be considered if PRODUCT SUBSTITUTIONS 01631/1 City of Iowa City Parking Garages - Project No. 50-04242 received within 60 days after commencement of the Work. Requests received more than 60 days after commencement of the Work may be considered or rejected at the discretion of the Consultant. - 1. Submit 3 copies of each request for substitution for consideration. Submit requests in the form and in accordance with procedures required for Change Order proposals. 2. Identify the product, or the fabrication or installation method to be replaced in each request. Include related Specification Section and Drawing numbers. Provide complete documentation showing compliance with the requirements for substitutions, and the following ir~rmati~ as appropriate: ~ n fi a. Product Data, including Drawings and descriptiong-'p~pro~cts, fabrication and installation procedures. ~, m i b. Samples, where applicable or requested. ~~ m w c. A detailed comparison of significant qualities of tl~'e propds~d - substitution with those of the Work specified. Significant qualities may include elements such as size, weight, durability, performance and visual effect. d. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by the Owner and separate Contractors, that will become necessary to accommodate the proposed substitution. e. A statement indicating the substitution's effect on the Contractor's Construction Schedule compared to the schedule without approval of the substitution. Indicate the effect of the proposed substitution on overall Contract Time. Cost information, including a proposal of the net change, if any in the Contract Sum. g. Certification by the Contractor that the substitution proposed is equal-to or better in every significant respect to that required by the - Contract Documents, and that it will perform adequately in the application indicated. Include the Contractor's waiver of rights to additional payment or time, that may subsequently become - necessary because of the failure of the substitution to perform adequately. 3. Consultant's Action: Within one week of receipt of the request for substitution, the Consultant will request additional information or documentation necessary for evaluation of the request. Within 2 weeks of receipt of the request, or one week of receipt of the additional information _ or documentation, which ever is later, the Consultant will notify the Contractor of acceptance or rejection of the proposed substitution. If a decision on use of a proposed substitute cannot be made or obtained within the time allocated, use the product specified by name. Acceptance PRODUCT SUBSTITUTIONS 01631/2 City of Iowa City Parking Garages -- Project No. 50-04242 will be in the form of a Change Order. p °_ - ~~ ~ ~ PART 2 -PRODUCTS ~ ~ ~ ""'~ ? a, - 2.01 SUBSTITUTIONS ~ `r`.{., 3 ~~ A. Conditions: The Contractor's substitution request will be received aN~~sic~ed - by the Consultant when one or more of the following conditions are~tisfiec~s determined by the Consultant; otherwise requests will be returned without action except to record noncompliance with these requirements. Extensive revisions to Contract Documents are not required. 2. Proposed changes are in keeping with the general intent of Contract Documents. 3. The request is timely, fully documented and properly submitted. 4. The request is directly related to an "or equal" clause or similar language in the Contract Documents. 5. The specified product or method of construction cannot be provided within the Contract Time. The request will not be considered if the product or - method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly. - 6. The specified product or method of construction cannot receive necessary approval by a governing authority, and the requested substitution can be approved. 7. A substantial advantage is offered the Owner, in terms of cost, time, energy conservation or other considerations of merit, after deducting offsetting responsibilities the Owner may be required to bear. Additional responsibilities for the Owner may include additional compensation to the Consultant for redesign and evaluation services, increased cost of other construction by the Owner or separate Contractors, and similar considerations. 8. The specified product or method of construction cannot be provided in a manner that is compatible with other materials, and where the Contractor certifies that the substitution will overcome the incompatibility. 9. The specified product or method of construction cannot be coordinated with other materials, and where the Contractor certifies that the proposed substitution can be coordinated. 10. The specified product or method of construction cannot provide a warranty required by the Contract Documents and where the Contractor certifies that the proposed substitution provide the required warranty. B. The Contractor's submittal and Consultant's acceptance of Shop Drawings, Product Data or Samples that relate to construction activities not complying with PRODUCT SUBSTITUTIONS 01631/3 City of Iowa City Parking Garages - Project No. 50-04242 the Contract Documents does not constitute an acceptable or valid request for - substitution, nor does it constitute approval. PART 3 -EXECUTION (Not Applicable) END OF SECTION _ O ~ ~~ n ~ -TI ~ ~ ~ -~ m ^ 9. ~ ~ v ~' 0 PRODUCT SUBSTITUTIONS 01631/4 City of Iowa City Parking Garages Project No. 50-04242 SECTION 01700 PROJECT CLOSEOUT PART 1 -GENERAL 1.01 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY N 0 A. This Section specifies administrative and procedural requirem~ir s for ~oject closeout, including but not limited to: ~.n m v a, -"1"1 1. Inspection procedures. ~ n rn r~ 2. Project record document submittal. ~ r- ~, 3. Operating and maintenance manual submittal. ,. ~ ~ r 4. Submittal of warranties. ~ i~ a? 5. Final cleaning. may. B. Closeout requirements for specific construction activities are included in the appropriate Sections in Divisions 2 through 9. 1.03 SUBSTANTIAL COMPLETION: A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. 1. In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100 percent completion for the _ portion of the Work claimed as substantially complete. Include supporting documentation for completion as indicated in these Contract Documents and a statement showing an accounting of changes to the Contract Sum. a. If 100 percent completion cannot be shown, include a list of incomplete items, the value of incomplete construction, and reasons - the Work is not complete. 2. Advise Owner of pending insurance change-over requirements. 3. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications and similar documents. 4. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities; include occupancy permits, PROJECT CLOSEOUT 01700/1 City of Iowa City Parking Garages Project No. 50-04242 operating certificates and similar releases. 5. Submit record drawings, maintenance manuals, final project photographs, damage or settlement survey, property survey, and similar final record information. 6. Deliver tools, spare parts, extra stock, and similar items. 7. Make final change-over of permanent locks and transmit keys to the Owner. Advise the Owner's personnel of change-over in security provisions. 8. Complete start-up testing of systems, and instruction of the Owner's operating and maintenance personnel. Discontinue or change over and '- remove temporary facilities from the site, along with construction tools, mock-ups, and similar elements. 9. Complete final clean up requirements, including touch-up painting. Touch- up and otherwise repair and restore marred exposed finishes. - B. Inspection Procedures: On receipt of a request for inspection, the Consultant will either proceed with inspection or advise the Contractor of unfilled requirements. The Consultant will prepare the Certificate of Substantial Completion following - inspection, or advise the Contractor of construction that must be completed or corrected before the certificate will be issued. N _ C.7 - 1. The Consultant will repeat inspection when requested and~~red~at the Work has been substantially completed. y. ~ "("~ ~~ - 2. Results of the completed inspection will form the basis of r~glDem~1'ti s f~ - final acceptance.--, 3 1.04 FINAL ACCEPTANCE: ~~ w - 7~' A. Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the - request. 1. Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required. 2. Submit an updated final statement, accounting for final additional changes to the Contract Sum. 3. Submit a certified copy of the Consultant's final inspection list of items to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance, and the list has been endorsed and PROJECT CLOSEOUT 01700/2 City of Iowa City Parking Garages Project No. 50-04242 dated by the Consultant. 4. Submit final meter readings for utilities, a measured record of stored fuel, and similar data as of the date of Substantial Completion, or when the Owner took possession of and responsibility for corresponding elements of the Work. 5 Submit consent of surety to final payment. 6. Submit a final liquidated damages settlement statement. 7. Submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Re-inspection Procedure: The Consultant will reinspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except items whose completion has been delayed because of circumstances acceptable to the Consultant. 1. Upon completion of re-inspection, the Consultant will prepare a certificate of final acceptance, or advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required pr final acceptance. ~~ n r*~ --n 2. If necessary, re-inspection will be repeated. ~~ ~ ~- ~~'rn 1.05 RECORD DOCUMENT SUBMITTALS: S~ A. General: Do not use record documents for construction purpose~r tec~rom deterioration and loss in a secure, fire-resistive location; provide access to ford documents for the Consultant's reference during normal working hours. B. Record Drawings: Maintain a clean, undamaged set of blue or black line white prints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark whichever drawing is most capable of showing conditions fully and accurately; where Shop Drawings are used, record across-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. 1. Mark record sets with red erasable pencil; use other colors to distinguish between variations in separate categories of the Work. 2. Mark new information that is important to the Owner, but was not shown on Contract Drawings or Shop Drawings. - 3. Note related Change Order numbers where applicable. PROJECT CLOSEOUT 01700/3 City of Iowa City Parking Garages Project No. 50-04242 4. Organize record drawing sheets into manageable sets, bind with durable paper cover sheets, and print suitable titles, dates and other identification on the cover of each set. C. Record Specifications: Maintain one complete copy of the Project Manual, including addenda, and one copy of other written construction documents such as Change Orders and modifications issued in printed form during construction. Mark these documents to show substantial variations in actual Work performed in comparison with the text of the Specifications and modifications. Give particular attention to substitutions, selection of options and similar information on elements that are concealed or cannot otherwise be readily discerned later by direct observation. Note related record drawing information and Product Data. 1. Upon completion of the Work, submit record Specifications to the Consultant for the Owner's records. D. Record Product Data: Maintain one copy of each Product Data submittal. Mark these documents to show significant variations in actual Work performed in comparison with information submitted. Include variations in products ~ivered to the site, and from the manufacturer's installation i ructiof~, and recommendations. Give particular attention to concealed produ d ~-tion'I;C1 of the Work which cannot otherwise be readily discerned t byrdirec~ observation. Note related Change Orders and mark-up of recor ~ayvin~ an~-["ti Specifications. - ~n 3 (~ 1. Upon completion of mark-up, submit complete set of record~uct~ata to the Consultant for the Owner's records. ~ -- E. Record Sample Submitted: Immediately prior to the date or dates of Substantial Completion, the Contractor will meet at the site with the Consultant and the Owner's personnel to determine which of the submitted Samples that have been maintained during progress of the Work are to be transmitted to the Owner for record purposes. Comply with delivery to the Owner's Sample storage area. F. Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record-keeping and submittals in connection with actual performance of the Work. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous records and place in good order, properly identified and bound or filed, ready for continued use and reference. Submit to the Consultant for the Owner's records. G. Maintenance Manuals: Organize operating and maintenance data into suitable sets of manageable size. Bind properly indexed data in individual heavy-duty 2- inch, 3-ring vinyl-covered binders, with pocket folders for folded sheet information. Mark appropriate identification on front and spine of each binder. Include the following types of information: 1. Emergency instructions. PROJECT CLOSEOUT 01700!4 City of Iowa City Parking Garages Project No. 50-04242 2. Spare parts list. _ 3. Copies of warranties. 4. Wiring diagrams. 5. Recommended "turn around" cycles. 6. Inspection procedures. 7. Shop Drawings and Product Data. 8. Fixture tamping schedule. PART 2 -PRODUCTS (Not Applicable) PART 3 -EXECUTION 3.01 CLOSEOUT PROCEDURES: - A. Operating and Maintenance Instructions: Arrange for each installer of equipment that requires regular maintenance to meet with the Owner's personnel to provide instruction in proper operation and maintenance. If installers are not experienced - in procedures, provide instruction by manufacturer's representatives. Ina de a detailed review of the following items: Q o _,_. 1. Maintenance manuals. ~" ~ °~ ~ 2. Record documents. ~ C~3 Q+ 3. Spare parts and materials. ~r--° y* _ 4. Tools. ~ 3 5. Lubricants. ~~ °.° 6. Fuels. ~-, 7. Identification systems. - 8. Control sequences. 9. Hazards. 10. Cleaning. - 11. Warranties and bonds. 12. Maintenance agreements and similar continuing commitments. B. As part of instruction for operating equipment, demonstrate the following procedures: 1. Start-up. 2. Shutdown. 3. Emergency operations. 4. Noise and vibration adjustments. 5. Safety procedures. 6. Economy and efficiency adjustments. 7. Effective energy utilization. 3.02 FINAL CLEANING: A. General: General cleaning during construction is required by the General - Conditions and included in Section "Temporary Facilities". PROJECT CLOSEOUT 01700/5 City of Iowa City Parking Garages Project No. 50-04242 B. Cleaninca: Employ experience _ cleaning. Clean each surface commercial building cleaning manufacturer's instructions. d workers or professional cleaners for final or unit to the condition expected in a normal, and maintenance program. Comply with Complete the following cleaning operations before requesting inspection for Certification of Substantial Completion. a. Remove labels that are not permanent labels. b. Clean transparent materials, including mirrors and glass in doors and - windows. Remove glazing compound and other substances that are noticeable vision-obscuring materials. Replace chipped or broken glass and other damaged transparent materials. c. Clean exposed exterior and interior hard-surfaced finishes to a dust- free condition, free of stains, films and similar foreign substances. _ Restore reflective surfaces to their original reflective condition. Leave concrete floors broom clean. Vacuum carpeted surfaces. d. Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication and other substances. Clean plumbing fixtures to a sanitary condition. Clean light fixtures and lamps. e. Clean the site, including landscape development areas, of rubbish, litter and other foreign substances. Sweep paved areas broom clean; remove stains, spills and other foreign deposits. Rake _ grounds that are neither paved nor planted, to a smooth even- textured surface. C. Removal of Protection: Remove temporary protection and facilities installed for protection of the Work during construction. D. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful or dangerous materials into drainage systems. Remove waste materials from the site and dispose of in a lawful manner. _ 1. Where extra materials of value remaining after completion of associated Work have become the Owner's property, arrange for disposition of these materials as directed. _ END OF SECTION 0 Sct~7 -~ _ ~~ W -n ~~ ~' r `„ ~. PROJECT CLOSEOUT ~~~~-,- 000/~ 3~ w City of Iowa City Parking Garages - Project No. 50-04242 SECTION 01740 WARRANTIES AND BONDS 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 specifies general administrative and procedural requirements for warranties and bonds required by the Contract Documents, including manufacturers standard warranties on products and special warranties. 1. Refer to the General Conditions for terms of the Contractor's special warranty of workmanship and materials. 2. General closeout requirements are included in Section "Project Closeout." 3. Specific requirements for warranties for the Work and products and installations that are specified to be warranted, are included in the individual Sections of Divisions 2 through 9. 4. Certifications and other commitments and agreements for continuing services to Owner are specified elsewhere in the Contract Documents. B. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the Contractor of the warranty on the Work that incorporates the products, nor does it relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with the Contractor. 1.03 DEFINITIONS A. Standard Product Warranties are preprinted written warranties published by ~ individual manufacturers for particular products and are specifically Qdorse~y the manufacturer to the Owner. ~ ~ "'' ''' w ~ TI B. Special Warranties are written warranties required by or incorporat ~a Q, ~=- Contract Documents, either to extend time limits provided by stand t~arra}~ies rn ~ ~ or to provide greater rights for the Owner. ~ ~- w 1.04 WARRANTY REQUIREMENTS A. Related Damages and Losses: When correcting warranted Work that has failed, WARRANTIES AND BONDS 01740/1 City of Iowa City Parking Garages - Project No. 50-04242 remove and replace other Work that has been damaged as a result of such failure - or that must be removed and replaced to provide access for correction of warranted Work. - B. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with - an equitable adjustment for depreciation. C. Replacement Cost: Upon determination that Work covered by a warranty has _ failed, replace or rebuild the Work to an acceptable condition complying with requirements of Contract Documents. The Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether the Owner has benefited from use of the Work through a portion of its anticipated useful service life. D. Owner's Recourse: Written warranties made to the Owner are in addition to implied warranties, and shall not limit the duties, obligations, rights and remedies otherwise available under the law, nor shall warranty periods be interpreted as limitations on time in which the Owner can enforce such other duties, obligations, rights, or remedies. 1. Rejection of Warranties: The Owner reserves the right to reject warranties and to limit selections to products with warranties not in con€~t with requirements of the Contract Documents. 0 ~z~C~ r'+ E. The Owner reserves the right to refuse to accept Work for the ~P'o~ct WF~re~-- special warranty, certification, or similar commitment is required o6~u h V~irk r~ part of the Work, until evidence is presented that entities required~~ounf~sig~ such commitments are willing to do so. ~~j ~ r 1.05 SUBMITTALS ~ w A. Submit written warranties to the Consultant prior to the date certified for Substantial Completion. If the Consultant's Certificate of Substantial Completion designates a commencement date for warranties other than the date of Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request of the Consultant. - 1. When a designated portion of the Work is completed and occupied or used by the Owner, by separate agreement with the Contractor during the construction period, submit properly executed warranties to the Consultant - within fifteen days of completion of that designated portion of the Work. B. When a special warranty is required to be executed by the Contractor, or the _ Contractor and a subcontractor, supplier or manufacturer, prepare a written document that contains appropriate terms and identification, ready for execution by the required parties. Submit a draft to the Owner through the Consultant for approval prior to final execution. C. Forms for special warranties are included at the end of this Section. Prepare a WARRANTIES AND BONDS 01740/2 City of Iowa City Parking Garages Project No. 50-04242 written document utilizing the appropriate form, ready for execution by the Contractor, or the Contractor and subcontractor, supplier or manufacturer. Submit a draft to the Owner through the Consultant for approval prior to final execution. 1. Refer to individual Sections of Divisions 2 through 9 for specific content requirements, and particular requirements for submittal of special warranties. D. Form of Submittal: At Final Completion compile two copies of each required warranty and bond properly executed by the Contractor, or by the Contractor, _ subcontractor, supplier, or manufacturer. Organize the warranty documents into an orderly sequence based on the table of contents of the Project Manual. _ E. Bind warranties and bonds in heavy-duty, commercial quality, durable 3-ring vinyl covered loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2" by 11" paper. `~ 1. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the - product, and the name, address and telephone number of the installer. 2. Identify each binder on the front and the spine with the typed or printed title -- "WARRANTIES AND BONDS, the Project title or name, and the name of the Contractor. 3. When operating and maintenance manuals are required for warranted construction, provide additional copies of each required warranty, as necessary, for inclusion in each required manual. PART 2 -PRODUCTS (Not Applicable) PART 3 -EXECUTION 3.01 SCHEDULE OF WARRANTIES A. Schedule: Provide warranties on products and installations as specified in each individual specification section: _ END OF SECTION ~ ~-C3 N O "" ~ 7> ~ , cp ~ _.--- ~r _ ~ ~~ w WARRANTIES AND BONDS 01740/3 DIVISION 2 SITEWORK N a C ~ --j ..n W ~ 1 ...,.- --GG `~' . rn ~~ ~ _ ~ ~ w ~ City of Iowa City Parking Garages Project No. 50-04242 SECTION 02070 SELECTIVE DEMOLITION PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. DESCRIPTION 1. Furnish labor, materials, equipment and transportation necessary to do all concrete demolition, as shown on drawings and as specified herein, including but not necessarily limited to the following: a. Removal of existing deteriorated concrete as noted on plans or directed by the Engineer. b. Removal of existing vertical and overhead concrete where directed by the Engineer. c. Dust and water control. d. Removal and disposal of all debris. e. Disconnecting and relocating/reinstalling any existing utility lines on the site which interfere with the repairs. f. Protection of all existing electrical systems, mechanical equipment, light fixtures, overhead piping, fire protection system etc. scheduled to remain. 2. Contractor shall provide barricades with warning lights, en~e the construction area and take all precautions necessary to u~r~e p~ic and employee safety. y ~ '~ Tl """' 3. All work shall be done in accordance with the requirement~ll Icf~Al ar state agencies. ={ ~ 3 ~~ a? B. QUALITY ASSURANCE ~,' w 1. Demolition Contractor's Qualifications: Minimum of 5 years experience on comparable projects. 2. Comply with all pertinent codes and regulations which apply to this type of work and with requirements of insurance carriers providing coverage for this work. Dispose of debris in a legal manner off site daily. Do not allow to accumulate on site. C. JOB CONDITIONS 1. Dust and Water Control: Contractor shall contain particular debris SELECTIVE DEMOLITION 02070/1 City of Iowa City Parking Garages - Project No. 50-04242 generated by his work activities from polluting the atmosphere or waterways. 2. On-site burning shall not be permitted. 3. Use all means necessary to protect existing facilities, utilities, and appurtenances within the project areas. 1.03 SUBMITTALS - A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Schedule indicating proposed sequence of operations for selective demolition work - to Owner's Representative for review prior to start of work. Include coordination for shutoff, capping, and continuation of utility services as required, together with details for dust and noise control protection. 1. Provide detailed sequence of demolition and removal work to ensure uninterrupted progress of Owner's on-site operations. 2. Coordinate with Owner's continuing use of portions of ~cisting~uilding and/or with Owner's partial occupancy of completed new a f -n ~~~ ~ ~ C. Photographs of existing conditions of structure surfaces, equipme ~ a~d~cer~t improvements that might be misconstrued as damage relat CSt~,, r~'mov~l'C'1 operations. File with Owner s Representative prior to start of work. - ~ ~ 1.04 JOB CONDITIONS p A. Occupancy: Conduct selective demolition work in manner that will minimize need for disruption of Owner's normal operations. Provide minimum of 72 hours advance notice to Owner of demolition activities that will affect Owner's normal - operations. B. Condition of Structures: Owner assumes no responsibility for actual condition of - items or structures to be demolished. 1. Conditions existing at time of inspection for bidding purposes will be maintained by Owner insofar as practicable. However, minor variations within structure may occur prior to start of selective demolition work. C. Partial Demolition and Removal: Items indicated to be removed but of salvageable value to Contractor may be removed from structure as work progresses. Transport salvaged items from site as they are removed. 1. Storage or sale of removed items on site will not be permitted. D. Protections: Provide temporary barricades and other forms of protection to protect Owner's personnel and general public from injury due to selective demolition work. 1. Provide protective measures as required to provide free and safe passage SELECTIVE DEMOLITION 02070/2 City of Iowa City Parking Garages Project No. 50-04242 of Owner's personnel and general public to occupied portions of the project. 2. Erect temporary covered passageways as required by authorities having jurisdiction. 3. Provide interior and exterior shoring, bracing, or support to prevent movement, settlement, or collapse of structure or element to be demolished and adjacent facilities or work to remain. 4. Protect from damage existing finish work that is to remain in place and becomes exposed during demolition operations. 5. Protect floors with suitable coverings when necessary. 6. Construct temporary insulated dust resistant partitions where required to separate areas where noisy or extensive dirt or dust operations are performed. Equip partitions with dust resistant doors and security locks. 7. Provide temporary weather protection during interval between~3emolition and removal of existing construction on exterior surface©and inlation of new construction to ensure that no water leakage or image cv~curs~ structure or interior areas of existing building. ~ -~-" ~ ~ ~ 8. Remove protections at completion of work. - 7~ E. Damages: Promptly repair damages caused to adjacent faciliti ~,~q d~tolition work. ~ ~' F. Traffic: Conduct selective demolition operations and debris removal to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. 1. Do not close, block, or otherwise obstruct streets, walks, or other occupied or used facilities without written permission from authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. G. Flame Cutting: Do not use cutting torches for removal until work area is cleared of - flammable materials. At concealed spaces, such as interior of ducts and pipe spaces, verify condition of hidden space before starting flame-cutting operations. Maintain portable fire suppression devices during flame-cutting operations. H. Utility Services: Maintain existing utilities in service and protect them against damage during demolition operations. 1. Do not interrupt utilities serving occupied or used facilities, except when authorized in writing by authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable to governing authorities. 2. Maintain fire protection services during selective demolition operations. SELECTIVE DEMOLITION 02070/3 City of Iowa City Parking Garages _ Project No. 50-04242 I. Environmental Controls: Use water sprinkling, temporary enclosures, and other methods to limit dust and dirt migration. Comply with governing regulations pertaining to environmental protection. 1. Do not use water when it may create hazardous or objectionable conditions such as ice, flooding, and pollution. PART 2 -PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Use appropriate materials and proper equipment to complete the work of this Section. Provide all necessary barricades, warning devices, enclosures, etc. as required to comply with governing safety regulations. PART 3 -EXECUTION 3.01 PREPARATION A. General: Provide interior and exterior shoring, movement, settlement, or collapse of areas to facilities to remain. O ° -n ~~ ~_ ~ ~r ~ bracing, or suppgd pr~ent~ be demolished ~ adjacent ~ ~ 1. Cease operations and notify Owner's Representative immediately if safety of structure appears to be endangered. Take .precautions to support structure until determination is made for continuing operations. 2. Cover and protect equipment, and fixtures from soilage or damage when demolition work is performed in areas where such items have not been removed. 3. Erect and maintain dust resistant partitions and closures as required to prevent spread of dust or fumes to occupied portions of the building. a. Where selective demolition occurs immediately adjacent to occupied portions of the building, construct dust resistant partitions of minimum 4-inch studs and '/z-inch fire-retardant plywood on demolition side. b. Provide weatherproof closures for exterior openings resulting from demolition work. 4. Locate, identify, stub off, and disconnect utility services that are not indicated to remain. a. Provide bypass connections as necessary to maintain continuity of service to occupied areas of building. Provide minimum of 72 hours _ advance notice to Owner if shutdown of service is necessary during changeover. 3.02 DEMOLITION SELECTIVE DEMOLITION 0207014 City of Iowa City Parking Garages Project No. 50-04242 A. General: Perform selective demolition work in a systematic manner. Use such methods as required to complete work indicated on Drawings in accordance with demolition schedule and governing regulations. 1. Demolish concrete in small sections. Cut concrete and masonry at junctures with construction to remain using power-driven masonry saw or hand tools; do not use power-driven impact tools. 2. Locate demolition equipment throughout structure and promptly remove debris to avoid imposing excessive loads on supporting walls, floors, or framing. 3. Provide services for effective air and water pollution controls as required by local authorities having jurisdiction. B. If unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure both nature and extent of the conflict. Submit report to Consultant written, accurate detail. Pending receipt of directive from Owner's Representative, rearrange selective demolition schedule as necessary to continue overall job progress without undue delay. 3.03 DISPOSAL OF DEMOLISHED MATERIALS A. Remove from building site debris, rubbish, and other materials resulting from demolition operations. Transport and legally dispose off site. 1. If hazardous materials are encountered during demolition operations, comply with applicable regulations, laws, and ordinances concerning removal, handling, and protection against exposure or environmental pollution. 2. Burning of removed materials is not permitted on project site. 3.04 CLEANUP AND REPAIR A. General: Upon completion of demolition work, remove tools, equipment, and demolished materials from site. Remove protections and leave interior areas broom clean. 1. Repair demolition performed in excess of that required. Ret elem~ of construction and surfaces to remain to condition existin to art operations. Repair adjacent construction or surfaces soiled or~,~a~agby selective demolition work. Q' ~ ~~ ~ END OF SECTION ~~ °•~' ~ w SELECTIVE DEMOLITION 02070/5 DIVISION 3 CONCRETE N ©_ C G~ ~~ ~ ~ ..~..- m Q' l ' i =" ~ ~ ~ rn y w City of Iowa City Parking Garages Project No. 50-04242 SECTION 03200 CONCRETE REINFORCEMENT PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 DESCRIPTION A. Furnish, fabricate and install reinforcement and associated items required or indicated on the drawings for cast-in-place concrete, including, but not necessarily limited to, conventional and epoxy-coated bars, welded wire fabric, ties, and supports. 1.03 WORK SPECIFIED ELSEWHERE A. Furnishing and placement of inserts, anchorages, and other embedded items as specified in other sections. 1.04 QUALITY ASSURANCE A. Unless otherwise shown or specified, fabrication and placement of all concrete reinforcement and related items shall conform to the following codes and standards: 1. American Concrete Institute, ACI 318, "Building Code Requiremg~t for Reinforced Concrete." O g 2. American Concrete Institute, ACI 315, "Manual of Standa~cti~ fo~'Tl Detailing Reinforced Concrete Structures." C-? ~ - t----- ~~ ~ ~ 3. Concrete Reinforcing Steel Institute, "Manual of Standard Pr~cfi~" a 1.05 SUBMITTALS D~ w A. Shop Drawings: Submit shop drawings for fabrication, bending, and placement of concrete reinforcement. Comply with the ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures." Show bar schedule, stirrup spacing, diagrams of bent bars, arrangements and assemblies, for the fabrication and placement of concrete reinforcement. 1.06 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery: Deliver reinforcement to the Project Site bundled, tagged, and marked. Use metal tags indicating bar size, lengths, and other information corresponding to CONCRETE REINFORCEMENT 03200/1 City of Iowa City Parking Garages Project No. 50-04242 markings shown on placement diagrams. -- Protection: Use all means necessary to protect concrete reinforcement before, during, and after installation and to protect the materials and installed work of all trades. Take all necessary precautions to maintain identification of fabricated bars - after bundles are broken. Storage: Store concrete reinforcement materials at the site to prevent damage - and accumulation of dirt or excessive rust. Epoxy-coated reinforcing bars shall be stored on protective cribbing. Epoxy-coated reinforcing bars: Coating damage due to handling, shipment and - placing need not be repaired where the damaged area is 0.1 square inches or smaller; damaged areas larger than 0.1 square inches shall be repaired with Section 2.01 C; the maximum amount of damage including repaired, and '- unrepaired areas shall not exceed 2 percent of the surface area of ~h bar. -n PART 2 -PRODUCTS ~' ~ ~ Ti m 2.01 MATERIALS ~ ~ s~ - A. Reinforcing Bars: ASTM A615, Grade 60, deformed. ~~ c~ y ca B. Welded Wire Fabric: ASTM A82 and ASTM A185. (EPOXY COATED) C. Epoxy-Coated Reinforcing Bars: ASTM A775. When required, damaged epoxy coating shall be repaired with patching material conforming to ASTM A775 and done in accordance with the material manufacturer's recommendations. - Reinforcing bars to be coated shall conform to Section 2.01-A. D. Bar Supports: Bar supports and spacing of same shall be per recommendations set forth by Chapter 3 of the "CRSI Manual of Standard Practice." Epoxy coated reinforcing bars supported from formwork shall rest on coated wire bar supports, or on bar supports made of dielectric material or other acceptable materials. Wire bar supports shall be coated with dielectric material, compatible with concrete, for a minimum distance of 2 inches from the point of contact with epoxy-coated reinforcing bars. Reinforcing bars used as support bars shall be epoxy-coated. E. Tie Wire: Wire shall be 16 gauge or heavier, black-annealed. Epoxy-coated reinforcing bars shall be tied with plastic coated, epoxy coated, or nylon-coated tie wire or other acceptable materials. F. For epoxy grouting reinforcing steel use the Hilti "HIT RE 500 System" supplied by Hilti Fastening Systems, "Dowel Fast" System by Powers Fasteners, or approved equal. Follow manufacturer's directions for installation and required surface preparation. -- 2.02 FABRICATION A. General Reauirements: Fabricate reinforcing bars to conform to required shapes CONCRETE REINFORCEMENT 03200/2 City of Iowa City Parking Garages Project No. 50-04242 and dimensions, with fabrication to tolerances complying with CRSI Manual of Standard Practice. In case of fabricating errors, do not rebend or straighten -- reinforcement in a manner that will injure or weaken the material. B. Unacceptable Workmanship: Reinforcement with any of the following defects will not be permitted in the work: Bar lengths, depths and bends exceeding specified fabrication tolerances. 2. Bends or kinks not indicated on drawings or final shop drawings. - 3. Bars with reduced cross-section due to excessive rusting or other cause. C. When epoxy-coated reinforcing bars are cut in the field, the ends of the bars shall be coated with the same material used for repair of coating damage,. - O ~-. PART 3 -EXECUTION~p, ~ ~ --n - 3.01 PLACING REINFORCEMENT ~ Q' rn ~m ~ Q A. General Reauirements: ~?J ~ - ~~ .. 1. All reinforcing bars shall be placed in accordance'v' with ~RSI "Recommended Practice for Placing Reinforcing Bars." 2. Bars shall be placed to the tolerance specified in ACI 318-99. 3. Place all reinforcement according to the approved placement drawings. Use sufficient bar supports, tie anchors, additional reinforcing bars, if required, and other accessories to hold all bars securely in place. - B. Concrete Coverage: Place reinforcement to obtain the minimum coverages specified on the drawings for concrete protection. Arrange, space, and securely tie bars and bar supports together with 16 gauge wire to hold reinforcement - accurately in position during concrete placement operation. Set wire ties so that twisted ends are directed away from exposed concrete surfaces. C. Cleaning Reinforcement: Steel reinforcement, at the time concrete is placed around it, shall be free from loose rust and mill scale, oil, grease, paint, earth, ice and all coatings, which would reduce or destroy bond between steel and concrete. Clean reinforcement as necessary prior to, during, or after placement to achieve this result. When bars project from construction joints, all cement mortar clinging to the bars from previous concreting shall be removed before the ensuing enveloping concrete is placed. 3.02 REINFORCING BAR LAP SPLICES A. New slab reinforcing bars may be spliced to existing bars by lapped splices if adequate lengths of exposed existing bars are available. Provide reinforcement lap splices by placing bars in contact and tying with wire tightly. Comply with the CONCRETE REINFORCEMENT 03200/3 City of Iowa City Parking Garages Project No. 50-04242 requirements of Engineering Data Report Number 45, `Tension Development and Lap Splice Lengths of Reinforcing Bars Under ACI 318-99' for minimum required - length of bar for lap splices. Alternatively, the contractor can follow the values provided below for lap splice lengths based on the following guidelines: LAP SPLICE LENGTHS FOR BARS IN TENSION (IN INCHES) Bar Size Uncoated Reinforcement Epoxy-Coated Reinforcement 3 16 17 ~ 4 5 16 22 ~,n 'T~ 22 33 ~' ~ m ~ 6 7 ._. 31 46 C7 50 74 ~ ~ a (~ 8 62 93 _ ~ ~ ~ Note 1. ~ Based on Class Bsplice = 1.3 Id (Id =tensile develo~ent la,~gth) Normal weight concrete f'c= 4,000 psi min. Grade 60 reinforcement Concrete cover = 1.00 in. or greater Bars have less than 12 in. concrete cast below them. Note 2. Lap splice lengths for epoxy-coated steel based on concrete cover equal to or greater than 3 bar diameters and clear spacing between bars equal to or greater than 6 bar diameters. Note 3. For lightweight aggregate concrete, multiply the tabulated values by 1.3. B. Do not make splices at points of maximum stress if possible. C. Stagger top splices, and in horizontal wall reinforcement separate at least five feet longitudinally in alternate bars of opposite tiers. D. Stubs and dowels required to receive and engage subsequent work shall extend a sufficient length to develop the strength of the bar. Place dowel and stub bars in the forms and secure against displacement during the placing of concrete. Where stub steel and dowels extend through construction joints in walls, they shall be thoroughly cleaned of adhering particles of concrete, before continuing the placing of any subsequent concrete. E. Where splicing length is insufficient either additional concrete removal or mechanical bar splicing shall be implemented at the direction of the Engineer. 3.03 REINFORCING BAR MECHANICAL SPLICES A. Bars to be spliced by the mechanical splicing process shall be free of paint, oil, rust, scale or other foreign material. The splice shall be done in accordance with the manufacturer's recommendations which shall be submitted to the Engineer for approval. The mechanical splice shall meet full tension requirement of 100% of the yield CONCRETE REINFORCEMENT 03200/4 -" City of Iowa City Parking Garages Project No. 50-04242 strength (fy). The mechanical splices shall be performed using the Quick Wedge system manufactured by Erico Products, Inc. (800)248-2677, MBT Bar Lock - System (800) 755-4888, or approved equal. Test assemblies shall include the same bars, couplers and anchors. The same equipment shall be used to make these assemblies as to be used on the project. B. Unskilled operators must be trained and indoctrinated by an authorized - representative of the system manufacturer. Upon satisfactory completion of the training, a certificate will be issued by the system manufacturer to show the splicer's name, badge, number/Social Security Number and date certified. C. Test splices should be made on the size, type and grade of rebar to be used in production. If a change of size, type of grade or rebar occurs, new test results should be obtained. Minimum rebar deformation heights and spacing within the splice must conform to the requirements of ASTM A625, or ASTM A706 as appropriate. If minimum - deformation heights and spacing requirements cannot be satisfied, the system's manufacturer may at its option offer and get an approval for alternate splicing procedure to meet the specified splicing strength requirements. D. The frequency of test splices shall be as follows: - First Fifty (50) -One Test Next Fifty (50) -One Test Thereafter, every one hundred (100) -One Test The test splice shall be a SISTER SPLICE (removable splice made in-place and in sequence adjacent to production splices by the same operator and under same conditions.) Separate test frequencies are not necessary to horizontal, vertical and diagonal splices. E. If any splice used for testing fails. to meet the design code strength requirements, two splices in-place shall be cut from the previous lot and tested. If these sister splices fail, the contractor shall at his own expense, test as many splices as directed by the Engineer and re-splice all test and failed splices. O ~'' END OF SECTION ~ ~ ~ -~ ~ ~ ~~ co ?~ w N CONCRETE REINFORCEMENT 03200/5 City of Iowa City Parking Garages Project No. 50-04242 SECTION 03240 FIBROUS REINFORCEMENT IN CONCRETE PART1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. _ 1.02 SCOPE OF WORK A. All concrete work used in this project shall be fiber reinforced as specified herein. 1.03 STANDARDS A. Testing: 1. Slump -Perform conventional slump test in accordance with A.S.T.M. C143 prior to adding the fibrous reinforcement. 2. Test Specimens -Fiber-reinforced concrete test specimens prepared for quality control/material acceptance shall be vibrated externally as opposed to internal rodding per the recommendations of ACI 544. B. Submittals: 1. Sufficient data shall be submitted verifying all fibrous reinforcement physical properties as specified in Section 2.01.C inert polypropylene, twisted fibrillated bundles, length, specific gravity, modulus of elasticity, tensile strength as well as volume used as specified. 2. Acceptable submittals shall be manufacturer's Sweets Engineering Catalogue and/or C.S.I. Spec-Data covering all data as specified. C. Accep table Manufacturers: 1. "FORTH CR" as manufactured by the FORTH Corporation. 2. "FIBERMESH" as manufactured by Master Builders Techno~ies. 3. C7 -^ "Grace Microfiber" as manufactured by Grace Construction I~o~icts°D ____ ~ ~, r ~, ~ ~~ ~ w FIBROUS REINFORCEMENT IN CONCRETE 03240/1 City of Iowa City Parking Garages Project No. 50-04242 PART 2 -PRODUCTS 2.01 MATERIAL A. General Description - Synthetic fibrous reinforcement to be used as secondary/temperature reinforcement in the Portland cement concrete. B. Areas of Use -Fibrous reinforcement to be used in new ready-mixed concrete and shotcrete mortar used in soffit repairs. C. Physical Properties 1. Chemical: Fibrous reinforcement shall be chemically and alkali inert, vir in polypropylene. 2. Configuration: Fibrous reinforcement shall be in collated fibrillated (connected screen) form and also in twisted bundle form. 3. Length: The fibrous bundle length shall be a minimum of 0.75". O 4. Specific Gravity: 0.91 5. Modulus of Elasticity: 0.70 x 10 to the 6th p.s.i. ~~ --~ m 6. Tensile Strength: 70,000 p.s.i. minimum ~~ ~~ PART 3 -EXECUTION y 3.01 INSTALLATION J w N A. Volume -The fibrous reinforcement shall be used at the rate of 1.5 pounds (minimum) per cubic yard of concrete. B. Addition and Mixing -The fibrous reinforcement shall be added directly into the concrete either at the batch plant or at the job site. If added at the batch plant with the aggregates, typically no additional site mixing time is required. If a superplasticizer is used, the fibrous reinforcement shall be added first. If the mixing drum contains less than 50% of capacity (i.e. 4 cubic yards in a 10 cubic yard capacity drum), back the concrete up to the top of discharge and empty the fibrous reinforcement directly on top of the concrete before mixing. C. Placement -Fibrous reinforced concrete shall be moved and placed per standard A.C.I. recommendations. Tined rakes are prohibited as a means of moving the fibrous concrete. If pumping or shooting fibrous concrete, elevate ready mix discharge chute approximately 12" (or higher) above the pump grate or screen to improve the fibrous concrete flow into the pump. D. Finishin -Standard A.C.I. recommended finishing practices apply for fibrous concrete with the following additional considerations: FIBROUS REINFORCEMENT IN CONCRETE 0324012 _ City of Iowa City Parking Garages Project No. 50-04242 - 1. Hard-Trowel Finish -Avoid Wood trowels and floats which are abrasive to the surface -use steel/magnesium tools. 2. Textured Finish -use stiff-bristled broom (bristles stiffer than the fibers themselves) and brush in only one direction. - 3. Cure and joint properly per A.C.I. standard recommendations. E. It should be noted that fibrous reinforced concrete bleeds less and slightly slower _ than unreinforced concrete which should be considered during the finishing process. END OF SECTION _ E~ C~ ~~ a "T'1 ~ r `~ ~ 1 ~-~ ~ ~.~ ~. ~ Q3 ~, W N FIBROUS REINFORCEMENT IN CONCRETE 03240/3 City of Iowa City Parking Garages Project No. 50-04242 SECTION 03300 CONCRETE WORK PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section specifies cast-in-place concrete, including formwork, mix design, placement procedures, and finishes. 1.03 SCOPE OF WORK A. This work shall consist of full/partial depth removal of concrete slabs at Ig,~ations indicated on the drawings using jackhammers/hydrodemolitio~jmethd~ and placing new, low water-cementitious materials ratio, fiber-reinforc~,~r-er}"~ined~ structural concrete according to the specifications. ~' ~ °D ~ ~.. 1.04 SUBMITTALS ~r} ~ _~ ~ A. General: Submit the following in accordance with Conditions of~~rac~and Division 1 Specification Sections. y~ N B. Product data for proprietary materials and items, including forming accessories, admixtures, patching compounds, bonding grout/agent, joint systems, curing compounds, and others as requested by Consultant. C. The Contractor shall submit trial mix proportion with compressive strength test results to the Consultant for approval. D. The Testing Agency shall submit test results of cylinders for each day's testing. E. The Contractor shall submit the proposed pouring sequence and construction joint layout for approval by the Consultant. F. Minutes of pre-construction conference. 1.05 QUALITY ASSURANCE; A. Codes and Standards: Comply with provisions of following codes, specifications, and standards, except where more stringent requirements are shown or specified: 1. ACI 318-99, "Building Code Requirements for Structural Concrete," or CONCRETE WORK 0330011 City of Iowa City Parking Garages Project No. 50-04242 AASHTO specifications. B. Materials and installed work may require testing and retesting at any time during progress of work. Retesting of rejected materials for installed work, shall be done at Contractor's expense. C. Pre-Construction Conference: Conduct conference at Project site to comply with requirements of Division 1 Section 01300 -Submittals, and Section 01400 - Quality Control Services. D. At the onset of the project start or at least 30 days prior to the first concrete pour, the contractor shall conduct a meeting to review the proposed mix designs and to discuss the required methods and procedures necessary to achieve the required concrete quality. The meeting will review requirements for submittals, status of coordinating work, and availability of materials. It will also establish preliminary work progress schedule and procedures for materials inspection, testing, and certifications. Representatives of each entity directly concerned with cast-yq,place concrete should attend the meeting, including, but not limited to, th~llowin~ -n ~ 1. Contractor's superintendent. ~' ~ ~ ..--- 2. Laboratory responsible for concrete design mixes. ~ Q, ~ 3. Laboratory responsible for field quality control. ~j~-'- ~ l~ 4. Ready-mix concrete producer. .~ ~ 5. Concrete subcontractor, if any. ~ ~ 6. Primary admixture manufacturers. ~ 7. Consultant or Owner's representative. The minutes shall include a statement by the concrete contractor indicating that the _ proposed mix design and placing techniques will produce the concrete quality required by these specifications. 1.06 APPLICATOR'S QUALIFICATIONS: A. The Contractor shall have a minimum of five years of experience in performing work similar to that shown in the drawings and specifications. B. The Contractor may be requested to submit a list of five projects in which similar work to that specified was successfully completed. This list shall contain the following for each of the five projects. 1. Project Name 2. Owner of Project 3. Owner's Representative, Address and Telephone Number 4. Brief Description of Work 5. Cost of Portion of Work Similar to that Specified in this Section 6. Total Restoration Cost of Project 7. Date of Completion PART 2 -PRODUCTS CONCRETE WORK 03300/2 City of Iowa City Parking Garages - Project No. 50-04242 ~- O °"' - 'z n r ~,, ~, "~ 1 2.01 FORM MATERIALS: ~ ..- n ~..~ Q• - A. Forms for Exposed Finish Concrete: N/A B. Forms for Unexposed Finish Concrete: Plywood, lumber, m r- for der - acce table material. Provide lumber dressed on at least 2 edges anne sid~'or P tight fit. C. Form Coatings: Provide commercial formulation form-coating compounds that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. D. Form Ties: Factory-fabricated, adjustable-length, removable or snap-off metal form ties, designed to prevent form deflection and to prevent spalling concrete upon removal. Provide units that will leave no metal closer than 1-1/2 inches to - exposed surface. 1. Provide ties that, when removed, will leave holes not larger than 1-inch - diameter in concrete surface. 2.02 CONCRETE MATERIALS: A. Portland Cement: ASTM C 150, Type I, non air-entraining, of recent manufacture and free of lumps. 1. Use one brand of cement throughout project unless otherwise acceptable to Consultant. 2. Pozzolanic materials (fly ash or slag) may be substituted for a portion of the cement when reviewed and approved by the Consultant or Owner's representative. Submittals must indicate testing to prove its suitability in - combination with the intended cement and aggregate. 3. Additional, sustained moist curing of the concrete is required when - pozzolans are used. B. Normal Weight Aggregates: ASTM C-33 and as herein specified. Provide - aggregates from a single source for exposed concrete. Coarse aggregates shall be clean, sound crushed stone or crushed gravel. Maximum size of coarse aggregate shall be 3/4 inch. No chert shall be permitted. C. Water: Potable water. D. Sand: ASTM C-33. Sand shall be clean and sharp. E. Admixtures, General: Provide admixtures for concrete that are free from chloride ions. CONCRETE WORK 03300/3 City of Iowa City Parking Garages Project No. 50-04242 F. Air-Entraining Admixture: ASTM C-260, certified by manufacturer to be compatible with other required admixtures. 1. Available Products: Subject to compliance with requirements, products that may be incorporated in the work include, but are not limited to, the following: Products: Subject to compliance with requirements, 2 prQyide on~f the . following: ~~_ ~ --,~ ~ a. "Air-Mix" or "AEA-92," Euclid Chemical Co. " " " p ...~ 1~ '"' W.R. Grace & Co. Daravair, or b. "Darex AEA " ~~ ~ Master Builders, Inc. c. "MB-VR" or "Micro-Air, Inc ws d M R " W " ~ ~ j~ . , o ea . . Sealtight AEA, d. coo e. "Sika AER," Sika Corp. ~ N G. Water-Reducing Admixture: ASTM C 494, Type A. 1. Available Products: Subject to compliance with requirements, products that may be incorporated in the work include, but are not limited to, the following: 2. Products: Subject to compliance with requirements, provide one of the following: a. "Eucon WR-75," "WAR-91" or "Eucon MR," Euclid Chemical Co. b. "WRDA with Hycol," or "Daracem 65," W.R. Grace & Co. c. "Pozzolith 322" or "Polyheed 997," Master Builders, Inc. d. "Plastocrete 161," Sika Corp. H. High-Range Water-Reducing Admixture (Super Plasticizer): ASTM C 494, Type F or Type G. 1. Available Products: Subject to compliance with requirements, products that may be incorporated in the work include, but are not limited to, the following: 2. Products: Subject to compliance with requirements, provide one of the following: a. "Eucon 37," "Eucon 1037," or "Plastol 5000," Euclid Chemical Co. b. "WRDA 19" or "Daracem 100," W.R. Grace & Co. c. "Rheobuild 1000," Master Builders, Inc. d. "Sikament 300," Sika Corp. Water-Reducing Retarding Admixture: ASTM C 494, Type D. 1. Available Products: Subject to compliance with requirements, products that 'may be incorporated in the work include, but are not limited to, the CONCRETE WORK 03300/4 City of Iowa City Parking Garages Project No. 50-04242 following: 2. Products: Subject to compliance with requirements, provide one of the following: a. "Eucon Retarder 75," Euclid Chemical Co. b. "Daratard-17," W.R. Grace & Co. d. "Pozzolith 100XR," Master Builders, Inc. e. "Plastiment," Sika Corporation. J. Certification: Written conformance to the above-mentioned requirements and the chloride ion content of admixtures will be required from Oe ad~`dxture manufacturer prior to mix design review by the Engineer. °' ~~ ~ ~ K. Fibrous Reinforcement: ~ ~ ~ 1. Subject to compliance with requirements, provide fibrous rei~~~me~ as per specification Section 03240. j~ ~ ~~ 2.03 RELATED MATERIALS: ~' N A. Reglets: Where resilient or elastomeric sheet flashing or bituminous membranes are terminated in reglets, fill reglet or cover face opening to prevent intrusion of concrete or debris. B. Moisture-Retaining Cover: Burlap and plastic complying with ASTM C 171. C. Moist Curing: Curing shall be accomplished by wet curing only. A curing membrane shall only be used in floor areas if approved in writing by the Consultant or Owner's representative. D. Liauid Curing and Sealing Compound (VOC compliant, 350 g/I): The compound shall have 30% solids content minimum and will have a maximum moisture loss of 0.039 grams/cm2 when applied at a coverage rate of 250 ft2/gallon. Product shall be "Super Aqua-Cure VOX," or "Super Diamond Clear VOX" by the Euclid Chemical Co. or Curing and Sealing Compound (VOC compliant, 700 g/I): Liquid type membrane- forming curing compound, clear styrene acrylate type, complying with ASTM C1315, Type I, Class B, 25% solids content minimum. Moisture loss shall be not more than 0.30 Kg/m2 when applied at 300 sq. ft./gal. Manufacturer's certification is required. Subject to project requirements provide one of the following products: "Super Rez Seal" by the Euclid Chemical Company, "Masterseal 30" by Master Builders or "Kure N Seal 30" by Sonneborn. 2.04 PROPORTIONING AND DESIGN OF MIXES CONCRETE WORK 0330015 City of Iowa City Parking Garages Project No. 50-04242 - A. Prepare design mixes for concrete by laboratory trial batch or field experience methods as specified in ACI 301, Section 4.2.3. Use an independent testing facility acceptable to the Consultant for preparing and reporting proposed mix - designs. The testing facility shall not be the same as used for field quality control testing. - B. Submit written reports to the Consultant of each proposed mix at least 15 days prior to start of work. Do not begin concrete production until proposed mix designs have been reviewed and approved by the Consultant. All mix designs shall be - submitted on a Mix Design Submittal Form. C. Design mix to provide structural concrete with the following properties; 1. 5000-psi, 28-day compressive strength, structural normal weight 145 pcf; W/C ratio, 0.38 maximum; fiber reinforcement as per Section 03240. 2.05 ADMIXTURES A. Use high-range water-reducing admixture (Superplasticizer) in concrete for - placement and workability. B. Add air-entraining admixture at manufacturer's prescribed rate to result in concrete - at point of placement having total air content of 6.0% with a tolerance of plus or minus 1.0 percent. _ C. Use admixtures for water reduction and set control in strict compliance with manufacturer's directions. _ D. Slump Limits: Proportion and design mixes to result in concrete slump at~int of placement as follows: ~~ m 1. 3 inches plus or minus 'h inch, prior to addition of s~Up~pla~izir~ admixture. 2. Not more than 8 inches final slump after addition of si~ '~ las~izin~ _ admixture. ~ ~ ~ 2.06 CONCRETE MIXING ~ ~'' N - A. Provide batch ticket for each batch discharged and used in work, indicating project identification name and number, date, mix type, mix time, quantity, and amount of water introduced. - B. Ready-Mix Concrete: Comply with requirements of ASTM C 94, and as specified. _ 1. When air temperature is between 85 deg F (30 deg C) and 90 deg F (32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes, and when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. CONCRETE WORK 03300/6 City of Iowa City Parking Garages Project No. 50-04242 PART 3 -EXECUTION 3.01. PREPARATION A. Remove concrete members as indicated on the drawing. The removal of concrete shall be performed using approved methods and prepare the concrete surfaces to receive new concrete as shown on plans and as directed by the_ engine~in the field. ~~ 3.02 FORMS ~ -~ ~ ("~ A. General: ~ ~ z" _~ Z 1. The Contractor shall submit detailed drawings for fo~~worl°c~ for examination by the Consultant. If such drawings are not satis~ctory t~''he Consultant, the Contractor shall make such changes in them as may be required, but it is understood that the Consultant's examination of the drawings as submitted or corrected shall in no way relieve the Contractor of responsibility for obtaining satisfactory results. 2. All forms shall be so constructed and maintained that the finished concrete will be true to line and grade and of the shape and dimensions shown on - the Plans. The forms shall be constructed so that they can be removed without injury to the concrete. 3. Forms shall be mortar-tight, sufficiently rigid to prevent distortion due to the wet concrete mix and other loads incident to construction operations, including vibration, and so constructed and maintained to prevent warping and opening of the joints due to shrinkage of the form material. Molding strips shall be placed in the corners of forms so as to produce beveled edges on permanently exposed concrete corners. 4. The interior of forms shall be treated with anon-staining form oil before concrete is placed to prevent adhesion of the concrete to the form. - 5. All lumber in contact with concrete shall be free from knot holes, loose knots, cracks, splits, warps or any other defects which would mark the appearance of the finished structure. Any lumber which had defects - affecting its strength shall not be used. 6. In designing forms, concrete shall be considered as a liquid weighing 150 pounds per cubic foot for vertical loads and for computing the hydrostatic head for horizontal pressure. In addition, a live load allowance of 50 pounds per square foot shall be used on horizontal projections of surfaces. Forms shall be designed so that no member will develop a dead load deflection of more than 1 /270th of the span. 7. Spreader blocks and non "stay-in-place" bracing shall be removed from forms before concrete is placed. In no case, shall any portion of wood be CONCRETE WORK 03300/7 City of Iowa City Parking Garages Project No. 50-04242 left in the concrete. B. Forms for Permanently Exposed Surfaces: Forms for concrete surfaces that will be permanently exposed to view shall be constructed of plywood or of metal panels. Wood or metal linings for forms shall be of such kind and quality, or shall be so treated or coated, that there will be no chemical deterioration or discoloration of the formed concrete surface. The type and condition of form linings, and the construction of the forms, shall be such that form surfaces will be even and uniform. 2. Plywood sheets less than five-eighth inch in thickness shall be placed against a solid wood backing of three-quarter inch sheathing. Plywood sheets five-eighth inch or more in thickness may be used without backing, provided the forms are constructed to withstand pressure developed during placing of concrete without producing visible waviness between studs. Plywood sheets shall be placed so that joints are tight and with the long dimension horizontal. 3. Metal for forms shall be of such thickness that the forms vyjll, rema~rue to shape. Clamps, pins, or other connecting devices shall s ch t~t they will hold the forms rigidly together in place and allow remo thor~inj~ to the concrete. Metal forms which do not present a smoo aceor li up properly shall not be used. All metal forms shall be ke ~q frd9fiT rug , grease, or other foreign material which would discolor the c e. ~ 4. Form panels, either of wood or metal, shall be constructed sse~bled so as to result in tight joints between the panels. ??' tv C. Form Anchorage: 1. Forms shall be securely tied together with approved rods, and braced in a substantial and unyielding manner. In general, tie rods shall be designed to also act as struts or spreader. Wood struts will not be permitted to - remain in the concrete. 2. For concrete surfaces that will be permanently exposed to view, metal ties or anchorages within the forms shall be constructed so as to permit their removal to a depth of at least one and one-half inches from the face without injury to the concrete. The cavities on both sides of the concrete resulting from the removal of the end of form ties shall be filled with dry- pack Portland cement mortar having the same proportions of cement and sand as the mortar in the body of the concrete. The surface of the filling shall be left sound, smooth and even and shall match, insofar as practicable, the color of the surrounding concrete. 3. Devices which, when removed, will leave an opening entirely through the concrete will not be permitted. Wire ties shall not be used. Any parts of CONCRETE WORK 03300/8 City of Iowa City Parking Garages - Project No. 50-04242 - metal supports or spacers for reinforcement that are left in place within one and one-half inches of an exposed surface of the concrete shall be of non- rusting metal or have anon-rusting coating. If such parts are galvanized, - the weight of zinc coating shall average not less than two ounces per square foot of actual surface. D. Inspection of Forms: 1. All dimensions of forms in place shall be carefully checked before concrete is placed. Immediately prior to placing concrete, any warpings or bulging shall be corrected and all dirt, sawdust, shavings or other debris removed. In narrow walls where the bottom of the forms are otherwise inaccessible, - the lower boards or panels shall be left loose on the back side so that extraneous material can be removed just prior to placing concrete. - 2. If during placing of the concrete, the forms show signs of bulging or sagging, they shall be properly realigned and securely braced, and, if necessary to make proper correction, the portion of the concrete affected shall be removed. 3. When forms are unsatisfactory in any way, either before or during the placing of concrete, the placing shall be suspended until the defects are corrected. 4. If the forms develop any defects, such as bulging, sagging, leakage or - irregular surfaces after the concrete has been poured, that portioq.~of the work shall be removed, reconstructed or repaired as ected ~r the Consultant without additional compensation to the Contracts ~ r„n - ~' --~ C7D ,,...,~ 3.03 PLACING FINISHING AND CURING: n ~ ~, - A. Bonding Grout: ~ ~ ~ Q J ~ rn 1. After the existing concrete surface has been cleaned, it shah unif~ly saturated by pre-wetting for 2 hours minimum. Surface m st be w~to - saturated surface dry (SSD) condition, and any freestanding water shall be completely removed prior to placing the bonding grout. Immediately before placing concrete, a thin coating of bonding grout shall be scrubbed into the - properly prepared surface of the existing concrete. Proper workmanship shall be exercised to insure that all existing surfaces receive a thorough, even coating and that no excess grout is permitted to collect in pockets. - The rate of progress in applying grout shall be limited so that the grout does not become dry before it is covered with new concrete. _ 2. Bonding grout for patching concrete to existing concrete shall consist of equal parts by weight of Portland Cement and sand mixed in a portable mechanical mixer with sufficient water to form a stiff slurry. The - consistency of this slurry shall be such that it can be applied with a stiff brush or broom to the old concrete in a thin, even coating that will not run CONCRETE WORK 03300/9 r City of Iowa City Pacing C3~{'ages Projec 50~24~ ~^ r~ ~ or puddle in low spots. ~ ~ ~ ~ 3. Should the bonding grout dry before the concrete is placed, tl~Contr~tor will remove the dried grout and sandblast clean the grouted s~face, at`P~is expense, before placing fresh bonding grout. 4. When the method of concrete removal includes hydromilling or hydrodemolition, the requirements for the use of bonding grout may be waived. Prepared surfaces shall be clean and free of laitance, foreign material and any debris encountered during surface preparation. Do not allow cement to dry and re-adhere on the surfaces. The surface shall be uniformly saturated by wetting for 4 hours (min.) Surface will be saturated surface dry (SSD) condition, and any free standing water shall be completely removed prior to concrete placement. No free moisture or puddles on the surface will be permitted or accepted.. B. Placing and finishing: After the bonding grout has been applied, concrete shall be placed, consolidated by vibration, and shall be finished by screening and bull floating to bring the finished surface to specified elevation. The surface shall then receive a light broom finish, as directed by the Engineer. The reinforcing steel shall have a minimum concrete cover as shown on plans. The finished concrete shall be suitably protected, until the completion of the required curing period. Provide tooled joints between new and existing concrete surfaces. C. Curing: The recommendations of ACI 308 Standard Practice for Curing Concrete, shall be followed. When water is required to wet the surface of the newly placed concrete, it shall be applied as a fine spray so that it will not mark or pond on the surface. Except where otherwise specified, the curing period shall be at least 72 hours. If high early strength concrete is approved by the Consultant, the curing period may be reduced as directed by the Consultant. If fly ash or slag is approved in the mix by the Consultant, the curing time will be extended. Curing shall be accomplished by wet curing only. The curing and sealing compound shall only be used on floor and slab areas approved by the Consultant. _ 1. The surface of the newly poured concrete shall be covered with wetted burlap as soon as the concrete has hardened sufficiently to prevent marring of the surface. The burlap shall overlap six inches. At least two layers of wetted burlap shall be placed on the finished surface. The burlap - shall be kept saturated by means of a mechanically operated sprinkling system. In place of the sprinkling system, two layers of burlap may be substituted for one layer of burlap and impermeable covering. The burlap sheets shall be placed so that they are in contact with the vertical faces of concrete slabs after removal of slab forms, and that portion - of the material in contact with those faces shall be kept saturated with water. 2. Membrane Curing Method. Membrane curing will not be permitted unless approved in writing by the Consultant. Concrete at these locations shall be _ CONCRETE WORK 03300/10 City of Iowa City Parking Garages - Project No. 50-04242 cured by another method as specified above. After the concrete has been finished, the surface shall be cured with the - specified curing compound. The seal shall be maintained for the specified curing period. The vertical faces of concrete slabs shall, likewise, be sealed immediately after the forms are removed. This high solids curing - and sealing compound shall be applied at a maximum coverage rate of 250 square feet per gallon. These applications shall be made with mechanical equipment. At locations where the coating is discontinuous or where pin holes show or where the coating is damaged due to any cause and on areas adjacent to - sawed joints, immediately after sawing is completed, an additional coating of membrane curing compound shall be applied at the rate of one gallon per 250 square feet. 3. The Consultant may order curing by another method specified herein if unsatisfactory results are obtained with a curing compound. Prior to starting The Work, the Contractor shall have available, at the site of The Work, supply of one of the other approved curing materials sufficient for curing one day's production. 4. The Contractor's construction operations including the management of traffic, shall be such as to avoid damage to the coatings of curing compound for period of not less than the curing period specified. Any curing compound that is damaged or that peels from the concrete surface within the curing period specified, shall be repaired by the Contractor without delay and in an approved manner. No additional compensation will be allowed to the Contractor for performance of this work. 3.04 REMOVAL OF FORMS: A. General: Formwork may be removed after cumulatively curing at ~ less tin 50 deg F (10 deg C) for 72 hours after placing concrete, provid~.0~onc; qte is - sufi'ICiently hard to not be damaged by form-removal operations?''a~l pf~ride~ curing and protection operations are maintained. C7 - -- ~~~ ~ ~ 3.05 REUSE OF FORMS ~ ~ ~ A. Clean and repair surfaces of forms to be reused in work. ~plit, rayed, delaminated, or otherwise damaged form-facing material will not be accept a for - exposed surfaces. Apply new form-coating compound as specified for new formwork. - B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid offsets. Do not use "patched" forms for exposed concrete - surfaces except as acceptable to Consultant. _ CONCRETE WORK 03300/11 City of Iowa City Parking Garages Project No. 50-04242 3.06 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: Repair and patch defective areas with bonding grout or proprietary repair products immediately after removal of forms, when acceptable to Consultant. - 1. Cut out honeycomb, rock pockets, voids over 1/4 inch in any dimension, and holes left by tie rods and bolts, down to solid concrete but in no case to a depth of less than 1 inch. Make edges of cuts perpendicular to the - concrete surface. Thoroughly clean, dampen with water, and brush-coat the area to be patched with specified bonding agent. Place patching mortar before bonding grout has dried. 2. For exposed-to-view surfaces, blend white portland cement and standard portland cement so that, when dry, patching mortar will .match surface texture of surrounding concrete. Provide test areas at inconspicuous location to verify mixture and color match before proceeding with patching. Compact mortar in place and strike-off slightly higher than surrounding surface. B. Repair of Concrete Surfaces: Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Consultant. Surface r' defects, as such, include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and other projections on surface, and stains and other discolorations that cannot be removed by cleaning. Flush out form tie holes, - fill with dry-pack mortar, or precast cement cone plugs secured in place with bonding agent. 1. Repair concealed formed surfaces, where possible, that contain defects that affect the durability of concrete. If defects cannot be repaired, move and replace concrete. 3.07 QUALITY CONTROL TESTING DURING CONSTRUCTION"' -~ W "_ C7 a, ~ _ A. General: The Owner will employ a testing laboratory to perforrrr~' ~ts and tc~"T~1 submit test reports. xrny ~ ~ T cn B. Sampling and testing for quality control during placement of concret~nay ir~y.ide the following, as directed by Consultant. ~ C. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. 1. Slump: ASTM C 143; one test at point of discharge for each truck delivering the concrete; additional tests when concrete consistency seems to have changed. 2. Air Content: ASTM C 173, volumetric method for lightweight or normal weight concrete; ASTM C 231 pressure method for normal weight CONCRETE WORK 03300/12 City of Iowa City Parking Gar~-ages - Projec~Jo. 504242 z C) '~' concrete; one for each truck ofair-entrained concrete. C~ ~ Q, ~~ 3. Concrete Temperature: Test hourly when air temperature's ~ de~ (~,.1 - deg C) and below, when 80 deg F (27 deg C) and above, a~gech ~e a set of compression test specimens is made. ~,, w N 4. Compression Test Specimen: ASTM C 31; one set of 6 standard cylinders for each compressive strength test, unless otherwise directed. Mold and store cylinders for laboratory-cured test specimens except when field-cure test specimens are required. 5. Compressive Strength Tests: ASTM C 39; one set for each day's pour exceeding 5 cu. yds. plus additional sets for each 50 cu. yds. more than the first 25 cu. yds. of each concrete class placed in any one day; one specimen tested at 3 days, two specimen tested at 7 days, 2 specimens tested at 28 days, and one specimen retained in reserve for later testing if required. 6. When frequency of testing will provide fewer than 5 strength tests for a given class of concrete, conduct testing from at least 5 randomly selected batches or from each batch if fewer than 5 are used. - 7. When total quantity of a given class of concrete is less than 50 cu. yds., Consultant may waive strength test if adequate evidence of satisfactory strength is provided. 8. When strength of field-cured cylinders is less than 85 percent of companion laboratory-cured cylinders, evaluate current operations and - provide corrective procedures for protecting and curing the in-place concrete. 9. Strength level of concrete will be considered satisfactory if averages of sets of three consecutive strength test results equal or exceed specified compressive strength, and no individual strength test result falls below specified compressive strength by more than 500 psi. D. Test results will be reported in writing to the Consultant, Ready-Mix Producer, and Contractor within 24 hours after tests. Reports of compressive strength tests shall contain the project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for 7-day tests and 28-day tests. E. Nondestructive 3-day Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted but shall not be used as the sole basis for acceptance or rejection. F. Additional Tests: The testing service will make additional tests of in-place concrete _ CONCRETE WORK 03300/13 City of Iowa City Parking Garages _ Project No. 50-04242 when test results indicate specified concrete strengths and other characteristics have not been attained in the structure, as directed by Consultant. Testing service may conduct tests to determine adequacy of concrete by cored cylinders - complying with ASTM C 42, or by other methods as directed. Contractor shall pay for such tests when unacceptable concrete is verified. END OF SECTION 0 ~~ J N 0 0 rn ~ ~'~ ~ n ~, t- m ~, ~~ w _ CONCRETE WORK 03300/14 City of Iowa City Parking Garages Project No. 50-04242 SECTION 03320 CONCRETE REPAIR USING HIGH STRENGTH, FAST-SETTING MATERIALS 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 the work of this section 1.02 SCOPE OF WORK A. This work shall consist of the removal of existing delaminated concrete and the installation of afast-setting, high-strength concrete at locations to be re-owned to - traffic the following morning or designated by the Engineer. terial~in this specification may also be appropriate when the scope of concre ~+oJk is*Nmited and it is not practical to use ready-mixed concrete. ?-~ ~ ~ TI rn PART 2 -PRODUCTS ~ rte-'- x- ~ m ~ ~ - 2.01 MATERIALS ~~ co w A. The fast-setting concrete repairs must achieve a compressive strenc~'th of 3,3~U psi - or safely accept vehicular traffic within 3 hours of placement. B. The concrete shall resist freeze/thaw damage and scaling in compliance with _ ASTM Test Procedures C-666 and C-672. The products approved under this section shall be: 1) "ThoRoc 10-60 Rapid Mortar" as manufactured by the ChemRex division of Degussa Inc. (800) 433-9517. 2) "Emaco T415 or T430" as manufactured by Master Builders (800) 227- 3350 3) "SikaQuick 1000 or 2500" as manufactured by Sika Corporation (800) 933- 7452. 4) "Rapid Set Concrete Mix" as manufactured by CTS Cement Manufacturing Company (800) 929-3030. Note: Products related to those above with extended working times may be acceptable at the discretion of the Engineer. PART 3 -EXECUTION CONCRETE REPAIR USING HIGH-STRENGTH FAST-SETTING MATERIALS 03320/1 City of Iowa City Parking Garages Project No. 50-04242 3.01 SURFACE PREPARATION A. The exact location of spalled concrete to be repaired will be determined in the field by tapping of slab with a sounding rod, chain drag or hammer. An outline of the area to be repaired will be marked with chalk. B. The areas of the spalled concrete to be removed will be outlined by making a sawcut around the perimeter of the spalled area. The minimum depth of sawcut shall be 1/2 inch. Do not, under any circumstances, cut existing reinforcing bars. C. All loose unsound concrete shall be removed with pneumatic or electric jack hammer weighing no more than 15 lbs. may be used for removing concrete around mild steel reinforcement. Where unsound concrete is below reinforcement, removal to 3/4 inch below reinforcement is required. D. All deteriorated reinforcing steel bars which have lost more than 20% (or more) of their cross-sectional areas or selected by the Engineer shall be replaced. New reinforcing steel bars shall be furnished and placed in accordance with Section 03200 of the technical specifications and under the directions of the Engineer. E. The deck surface shall be blown clean with compressed air to assure that all loose or hollow concrete is removed. The reinforcing steel shall be sand blasted to remove all rust. 3.02 PLACING, FINISHING AND CURING A. Place and properly mixed concrete into the prepared area from one side to the other. Do not place concrete in lifts. Work the material firmly into the bottom and _ sides of the patch to assure good bond. Do not re-temper or finish material after initial set. B. For maximum performance and minimal shrinkage, wet curing shall be performed for a minimum of 3 hours followed by the application of an approved curing compound. 3.03 METHOD OF MEASUREMENT ~,., a O This work will be measured for payment in square feet. The quantity of re~~rea~ll be computed from areas marked by the Contractor and approved by the Engin~r~ ~ ~ END OF SECTION ~ ~ ~ ~ a ~~ ?~ w w CONCRETE REPAIR USING HIGH-STRENGTH FAST-SETTING MATERIALS 03320/2 - City of Iowa City Parking Garages Project No. 50-04242 SECTION 03340 CONCRETE REPAIR USING TROWEL APPLIED MORTAR PART 1 -GENERAL 1.01 RELATED DOCUMENTS: A. Drawings and general provisions of the contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SCOPE OF WORK: A. This work shall consist of the removal of existing unsound concrete to required _ depth and the installation of a trowel applied, fast-setting cement mortar at locations indicated on drawings and/or at other locations designated by the Engineer. PART 2 -PRODUCTS 2.01 MATERIALS: A. The fast-setting polymer repair mortar shall achieve a compressive strength of 5,000 psi in 28 days. The products approved under this section are as follows. 1. "EMACO R320 CI" as manufactured by Master Builders (800) 227-3350. 2. "HB2 Repair Mortar" as manufactured by ChemRex, a Division of Degussa, Inc. - (800) 433-9517. 3. "SikaRepair SHB and SHA" as manufactured by Sika Corporation (80~ 933- 7452. ~ _ 4. "Verticoat or Verticoat Supreme" as manufactured by the ~~ Comical Company (800) 321-7628. ~. ~ ~ --~("'~ rn _ PART 3 -EXECUTION ~ ~ -G m 3.01 SURFACE PREPARATIONS: ~~ ~ A. All loose and unsound concrete shall be removed with small chipp~rig harmers. Remove concrete a minimum of 3/4" beyond the reinforcing steel. B. The surface shall be blown clean with compressed air to assure that all loose and hollow concrete is removed. The reinforcing steel shall be sandblasted to remove all rust. 3.02 PLACING, FINISHING AND CURING: A. Apply patching material as follows and in accordance with manufacturers's recommendations. CONCRETE REPAIR USING TROWEL APPLIED MORTAR 03340/1 City of Iowa City Parking Garages Project No. 50-04242 B. Saturate the surface dry with water so that it maintains a dark gray color one half hour before placing. C. Scratch a base coat firmly into the dampened surface and apply the balance of the patch. Consolidate the mortar for density. For deep patches, add recommended filler and apply the material in lifts, allowing it to stiffen enough between lifts to support its own weight. For repairs over 4 inches deep, steel ties shall be provided to aid in weight support. Maximum filler addition to be 1 part filler to 2 parts by volume. The surface shall be troweled and brushed to match surrounding concrete. D. The finished patch shall be cured for at least forty eight hours. Keep damp with _ water or coat with awater-based curing and sealing compound conforming to ASTM C1315 as recommended by the polymer repair mortar manufacturer. E. In hot weather, the surface shall be kept cool by shading. Use cold liquid for mixing. Work material rapidly since heat accelerates set. Cure immediately. In cold weather, do not make repair if temperature is expected to fall below freezing within 48 hours of placing. The patches must be kept at a minimum of 60 degrees F. for seventy two hours for proper curing. 3.03 TESTING: A. The patched areas shall be sounded with a chain drag and/or hammer after 7 days after concrete placement; any hollowness detected shall be corrected by the - Contractor by removing and replacing the patch at no extra cost to the Owner. _ END OF SECTION N O _ O O D~ ~ "'t'1 ---- - ~ rte-'- ~• I'T~1 ~~ ~ Q - ~ w CONCRETE REPAIR USING TROWEL APPLIED MORTAR 03340/2 City of Iowa City Parking Garages Project No. 50-04242 N - O o~ SECTION 03390 ~ ~_ - CONCRETE REPAIR USING SHOTCRETE n~ ~' ~ rn ~ m z„ ~ - PART 1 -GENERAL s ~X w 1.01 RELATED DOCUMENTS ~' ~'' - Drawings and general provisions of the contract including General and Supplementary Conditions and Division 1 -Specification Sections, apply to this Section. 1.02 SCOPE OF WORK This Work shall consist of removing and replacing deteriorated and/or spalled concrete - with high performance, enhanced shotcrete at locations shown on the drawings or directed by the Engineer. - 1.03 SUBMITTALS A. The Contractor shall submit trial mix proportions with compressive strength test - results in accordance with ACI 506 requirements. B. The Contractor shall be responsible for building and shooting an 18" by 18" test - panel for each 8 hour shift that shotcrete work is conducted. C. The Testing Agency shall submit to the Consultant test results of shotcrete core tests after each day's testing. D. The Contractor shall submit evidence that the nozzleman has completed certification requirements in accordance with ACI 506. 1.04 APPLICATOR'S QUALIFICATIONS A. The Contractor and nozzleman shall have a minimum of three years experience in performing work of shotcreting. B. The Contractor shall submit a list of five projects in which similar work to that specified was successfully completed. This list shall contain the following for each of the five projects: 1) Project name 2) Owner of Project 3) Owner's representative, address and telephone number 4) Brief description of work 5) Total restoration cost of project 6) Date of completion PART 2 -MATERIALS CONCRETE REPAIR USING SHOTCRETE 03390/1 City of Iowa City Parking Garages Project No. 50-04242 2.01 SHOTCRETE MIX A. Cement shall be Type 1 Portland Cement conforming to ASTM C150. B. Aggregate shall be natural sand confirming to ASTM C-33 specifications for concrete aggregate. C. A prepackaged dry concentrate with condensed silica fume included in the mix. Additionally, alkaline resistant fibers, water reducers, superplasticizers, air- entrainment and finishing aids are acceptable. Although either wet or dry mix processes are acceptable, the contractor is encouraged to use the wet mix process for better and more consistent results. The prepackaged material may be a complete packaged product including sand and cement. Approved Prepackaged Manufacturers: _ © O 1. Sika Corporation, Lyndhurst, New Jersey ~~ ~ ° ~ ~ ° 1-800-933-S I KA ~ _.__. " a+ 2. U.S. shotcrete, Chicago, Illinois ~ ~ _,, i 1-800-427-8288 ~ ~ ~' ~ Master Builders Tech., Cleveland, Ohio y 3 . 1-800-227-3350 4. King Packaged Materials Company, Burlington, Ontario, CN 1-800-461-0566 D. The tensile bond strength between the shotcrete and the existing concrete shall be a minimum of 100 psi. E. The flexural strength of the shotcrete shall be a minimum of 850 psi. F. The minimum compressive strength of the shotcrete, based on 3 inch cube or 3 inch diameter by 3 inch long core specimens, shall be as follows: 1) 3 days - 3,000 psi 2) 7 days - 4,000 psi 3) 28 days - 5,000 psi G. The rapid chloride permeability value shall be equal to or less than 1000 coulombs. H. The mortar shall be mixed in the proportion of one part of cement to three parts of fine aggregates by volume. When ready to be used, the fine aggregates shall have a moisture content of four to eight percent. The fine aggregates shall be screened to remove lumps and pieces greater than one-fourth inch in size. 2.02 REINFORCEMENT CONCRETE REPAIR USING SHOTCRETE 03390/2 City of Iowa City Parking Garages Project No. 50-04242 When shown on the Plans, for areas greater than 6 inches in depth or as directed by the Consultant, wire fabric of two inch- by two inch mesh, No. 12 gauge galvanized wire, shall be attached to the existing exposed reinforcing steel in the repair areas, or attached to the concrete surface by means of approved anchors, or attached to furring rods of~.,910. 3 reinforcing bars anchored to the concrete. Adjacent sheets of wire fabric all be ~ped not less than four inches and shall be securely fastened together. When in~~, th~wire fabric shall be a minimum of three-fourths inch from the finished surface. ~ ~ ~ ~ PART 3 -EXECUTION 3.01 PREPARATION OF SURFACES ~~ 4° w All exterior concrete surfaces shall be thoroughly examined by means of sounding with hammers to determine loose or defective areas that may exist. Where such defective concrete surfaces exist, all loose concrete shall be removed with pneumatic chipping hammers, electric chisel or other mechanical tools approved by the Consultant, to expose sound concrete. Care and effort shall be exercised to remove all concrete that is not visibly distressed but which is separated from the reinforcing steel by fine cracking. No square shoulders shall be left at the perimeter of the repair areas; all edges shall be tapered. All exposed reinforcing steel shall be thoroughly cleaned. Final cleaning of the repair areas to receive shotcreting shall be done by sandblasting. In those areas of repair where it is required that the finished surface of the mortar course match the level of the surrounding concrete, the existing reinforcing steel shall be repositioned, if required, to permit the application of one and one-half inches of mortar cover over the reinforcing steel. The reinforcing steel shall be undercut and depressed in a manner approved by the Consultant. In areas of repair where repositioning of existing reinforcing steel cannot be attained to permit application of adequate mortar cover and achievement of surface matching, an area of the original concrete, three inches in width, around the periphery of the repair areas shall be roughened as required and cleaned by sandblasting to provide a clean surface for lapping of the mortar course over the original concrete. Repair areas which have exposed reinforcing steel shall be sandblast cleaned to remove all rust from the reinforcing steel. Reinforcing steel shall be cleaned to a gray metal appearance. Prior to the application of mortar, the repair areas shall be air blown clean of all loose material. The repair areas shall be dampened to a saturated surface dry (SSD) condition. 3.02 PLACEMENT OF MORTAR The mortar shall be placed pneumatically by means of a machine that discharges the _ mortar mixture under regulated pressure through pipes or hoses and a discharge nozzle. No mortar shall be placed in freezing weather except when authorized by the Consultant and then under such precautions as he may direct or approve. No mortar shall be placed against surfaces in which frost is present. CONCRETE REPAIR USING SHOTCRETE 03390/3 - City of Iowa City Parking Garages Project No. 50-04242 Mortar course shall be applied by means of a suitable pneumatic machine under air pressure of not less than 35 pounds per square inch. When a length of more than 100 feet of hose or a lift of more than 25 feet is required, the air pressure shall be increased proportionately to maintain the same pressure at the nozzle. In placing mortar, the nozzle shall be held at such distances and in such position, that the stream of material will impinge as nearly as possible at right angles to the surface being covered except that when placing at an angle behind the reinforcing bars, permit better encasement and facilitate the removal of rebound. When filling cavities in .vertical surfaces, application shall begin at the bottom and proceed upward. Layers shall be limited in thickness to prevent sagging of the mortar. The top surface of the layer shall be maintained at an approximate 45 degree slope to shed rebound. When a mortar layer is to be covered by a succeeding layer, the first layer shall be allowed to take its initial set prior to application of the succeeding layer. Laitance and loose material areas shall be removed from the first layer and the surface moistened before application of the succeeding layer. Where surface preparation has exposed existing reinforcing steel, the mortar course will - be established by the depth of concrete removed for surface preparation, but in no case shall the thickness of the mortar course be less than one inch. The thickness shall be determined with a probe inserted to the existing concrete or by other means approved by - the Consultant. The surface finish of the mortar course shall be made by first truing the surface to a plane _ by cutting off all high spots with a sharp edged tool and then dragging the surface with a wide, long haired brush thoroughly wetted with clean water. Where surface matching of the repair area with the existing concrete cannot be achieved because of the minimum _ cover requirement, the repair area shall be trimmed and finished in a manner satisfactory to the Consultant. Finished surfaces shall be workmanlike in appearance and of uniform color. _ No vehicular traffic shall be allowed on the floor areas directly above the area being repaired during and for 72 hours (min.) after the placement of the mortar. 3.03 PROTECTION AND CURING Shotcrete (gunite) shall be damp cured for at least 7 days after placing or by proper application of an approved sealing compound. It shall be mandatory for the ~wnite Contractor to perform the curing operation. No Gunite shall be placed Bilring fr~zing weather except when protective measures are taken as with ordinary concre~~rk. ~ w '"i"I ~ ~ ~ END OF SECTION ~ rn ~„ ~ ~~ ~ ~ ~~ ~ w w CONCRETE REPAIR USING SHOTCRETE 03390/4 0 ra 0 ~ "-1 ~ "''t ~'~ mW '"" ..._ ~ r ~ ~ .+~ DIVISION 5 D CA w METALS City of Iowa City Parking Garages Project No. 50-04242 SECTION 05120 MISCELLANEOUS METALS 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 the work of this section. 1.02 DESCRIPTION OF WORK A. The extent of Miscellaneous Metal items are typically shown on the drawings or called for in the specifications. 1.03 QUALITY ASSURANCE "- A. Field Measurements: Take field measurements prior to preparation of shop drawings and fabrication to verify and supplement dimensions shown on Repair Drawings, where possible. Do not delay job progress; allow for trimming and fitting - wherever taking field measurements before fabrication might delay work. B. Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Materials shall be properly marked and match- marked where field assembly so requires. The sequence of shipment shall be _ such as to expedite and minimize the field handling of materials. 1.04 SUBMITTALS A. Manufacturer's Data: Submit manufacturer's specifications, anchor details and installation instruction for products to be used in the fabrication of miscellaneous metal work, including painting products. B. Shop Drawings: Submit shop drawings for fabrication and erection of miscellaneous metal fabrications. Include plans, elevations, and details of sections - and connections. Show anchorage and accessory items. Provide temp) t~s for anchor bolt installation. Fabrication shall not proceed until shorawin~have been reviewed. Fabrication, assembly and erection shall conf ~p re~rewed - shop drawings. ~'' { ~_ ~ ~ v~ ~ - PART 2 -PRODUCTS ~ m ~, 2.01 MATERIALS AND COMPONENTS ~~ ao T~ w _ A. Metal Surfaces, General: For fabrication of miscellaneous metal work which III be exposed to view, use only materials which are smooth and free of surface blemishes including pitting, seam marks, roller marks, rolled trade names and MISCELLANEOUS METALS 05120/1 City of Iowa City Parking Garages Project No. 50-04242 roughness. B. Steel Plates: ASTM A36 unless noted otherwise.. C. Steel Angles at Expansion Joint shall be hot-dip galvanized: ASTM A153. D. Steel Plates to be Bent or Cold Formed: ASTM A283, Grade C. E. Concrete Inserts: Threaded type, galvanized ferrous castings, either malleable iron ASTM A47 or cast steel ASTM A27. Provide bolts, washers and shims as required, hot-dip galvanized, ASTM A153. F. Non-shrink Nonferrous Grout: Five-Star Non-Shrink Grout, or approved equal. G. All Miscellaneous metal components shall be factory hot-dipped galvanized and any abrasions shall be field corrected. 2.02 FASTENERS A. General: Provide zinc-coated fasteners unless otherwise noted. Select fasteners for the type, grade and class required. B. Bolts and Nuts: Regular hexagon head type, ASTM A307-86a, Grade A. C. Lag Bolts: Square head type, FS FF-B-561 C-70. D. Machine Screws: Cadmium plated steel, FS FF-S-926-75B-75. E. Plain Washers: Round, carbon steel, FS FF-W-92B-74B-74. F. Toggle Bolts: Tumble-wing type, FS FF-B-588C-74, type, class_and st~ as required. ~ ~ C_a -~, G. Lock Washers: Helical spring type carbon steel, FS FF-W-84A-69. ~ ~ m ""~`~ C7 rn 1- 2.03 PAINT ~ ~ sa• ~T1 -- ~ s A. Metal Primer Paint: Tnemec No. 4-55 Versare, Dupont No. 67-746 131 N@~6-2 , or approved equal. Primer selected must be compatible with finis oats faint. Coordinate selection of metal primer with finish paint requirements speed in Division 9. B. Galvanizing Repair and Primer Paint: Zinc dust, zinc oxide, alkyd paint conforming to FS TT-P-641, Type I I . 2.04 FABRICATION, GENERAL A. Workmanship: 1. Use materials of size and thickness shown or, if not shown, of required size and thickness to produce strength and durability in finished product. Work MISCELLANEOUS METALS 05120/2 City of Iowa City Parking Garages Project No. 50-04242 to dimensions shown or accepted on shop drawings, using proven details of fabrication and support. Use type of materials shown or specified for various components of work. 2. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. Ease exposed edges to a radius of approximately 1/32 inch unless otherwise shown. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise imparing work. 3. Weld corners and seams continuously, complying with AWS recommendations. At exposed connections grind exposed welds smooth and flush to match and blend with adjoining surfaces. 4. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners wherever possible. Use exposed fasteners of type shown or, if not shown, Phillips flat-head (countersunk) screws or bolts. a. Provide for anchorage of type shown, coordinated with supporting structure. Fabricate and space anchoring devices to provide adequate support for intended use. b. Cut, reinforce, drill and tap miscellaneous metal work as indicated to receive finish hardware and similar items. B. Galvanizing: 1. Provide a zinc coating for those items shown or specified to ~ galvar~ed, as follows: `~ y{? ~ a. ASTM A153 for galvanizing iron and steel hardware. ~ °J ~1"1 b. ASTM 123 for galvanizing rolled, pressed and forged~sl sh~pes,~-=-- plates, bars and strip 1/8 thick and heavier. r` !-1~I c. ASTM A386 for galvanizing assembled steel products- ~ ~ 0 ~ a, C. Shop Painting: ~'' w 1. Shop paint miscellaneous metal work except surfaces and edges to be field welded and members or portions of members to be embedded in concrete or masonry which are galvanized, unless otherwise specified. 2. Remove scale, rust and other deleterious materials before applying shop coat. Clean in accordance with SSPC SP-3-63 "Power Tool Cleaning" to remove all scale, rust, and foreign matter after first solvent cleaning to remove all oil and grease. 3. Remove oil, grease and similar contaminants in accordance with SSPC SP-1 63 "Solvent Cleaning". 4. Immediately after surface preparation, brush or spray on primer in accordance with manufacturer's instructions, and at a rate to provide MISCELLANEOUS METALS 05120/3 City of Iowa City Parking Garages Project No. 50-04242 - uniform dry film thickness of 2 to 4 mils for each coat. Use painting methods which will result in full coverage of joints, corners, edges and exposed surfaces. 5. Apply one shop coat to fabricated metal items, except apply two coats of paint to surfaces inaccessible after assembly or erection. Change color of - second coat to distinguish it from the first. 2.05 MISCELLANEOUS METAL FABRICATIONS A. Rough Hardware: 1. Furnish bent or otherwise custom fabricated bolts, plates, anchors, hangers, dowels and other miscellaneous steel shapes as required. 2. Manufacture or fabricate items of sizes, shapes and dimensi~s req~d. n ~'~ ago "~ PART 3 -EXECUTION C7 ~ rn 1-- 3.01 PREPARATION ~ ~ "'"' 7:7 ~ ~ ~ cn A. Furnish setting drawings, diagrams, templates, instructions, anddtirectio~ for installation of anchorages, such as concrete inserts, ancha'r boltscraand miscellaneous items having integral anchors, which are to be embedded in concrete or masonry construction. Coordinate delivery of such items to project site. 3.02 INSTALLATION A. Fastening to In-Place Construction: Provide anchorage devices and fasteners _ where necessary for securing miscellaneous metal fabrications to in-place construction; including, threaded fasteners for concrete and masonry inserts, toggle bolts, through-bolts, lag bolts, and other connectors as required. B. Cutting, Fitting and Placement: Perform cutting, drilling and fitting required for installation of miscellaneous metal fabrications. Set work accurately in location, alignment and elevation, plumb, level, true and free of rack, measured from established lines and levels. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry or similar construction. C. Fit exposed connections accurately together to form tight hairline joints. Weld connections which are not to be left as exposed joints, but cannot be shop welded because of shipping size limitations. Grind exposed joints smooth and touch-up shop paint coat. Do not weld, cut or abrade the surfaces of exterior units which have been hot-dip galvanized after fabrications, and are intended for bolted or screwed field connections. D. Field Welding: Comply with AWS Code for procedures of manual shielded metal arc-welding, appearance and quality of welds made, and methods used in _ correcting welding work.. MISCELLANEOUS METALS 05120/4 - City of Iowa City Parking Garages Project No. 50-04242 E. Touch-up Painting: Cleaning and touch-up painting of field welds, bolted connections and abraded areas of the shop paint on miscellaneous metal is - specified in Section 9900 of these specifications. END OF SECTION © N 0 o ~~ "'*'1 ~ ~_ Qti ~ _ L !~ C3J .~ ~ W MISCELLANEOUS METALS 0512015 _ ~ ra o o J7' ~ -n c "f"1 ~ ~~ ~ ~ TJ ~ ~ ~~ c~ ?y' ~''~ W DIVISION 7 THERMAL & MOISTURE PROTECTION - City of Iowa City Parking Garages Project No. 50-04242 SECTION 07120 TRAFFIC BEARING WATERPROOFING MEMBRANE PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SCOPE OF WORK This work shall consist of shotblasting or other approved methods of cleaning on horizontal concrete surfaces, cleaning of vertical surfaces and installation of a thin waterproofing membrane system as specified on floor slabs at locations shown on plans. No substitutions to proposed systems in bid proposals other than the waterproofing membranes specified hereinafter shall be allowed unless approved in writing by the Consultant. 1.03 GENERAL A. The work of this Section includes, but is not limited to, surface preparation, installation of a liquid applied elastomeric membrane system to provide a waterproof, chemical and abrasion resistant non-skid traffic bearing topping. B. Examine existing surfaces and verify existing conditions. Determine acceptability of the concrete surfaces and notify, in writing, the General Contractor and the Consultant of acceptance. Verify dimensions as no extras will be allowed for inconsistency in dimensions. C. Cleaning and preparation of existing surfaces to receive materials shall be the Contractor's responsibility. Prepare surfaces as specified hereinafter and as recommended by manufacturer of the material selected. D. Provide and maintain barricades and traffic control at special coating areas during installation and curing period for vehicular and pedestrian traffic. ,~, O ~ C~ ~' i `a -~ rn ' c7 ~ -TI W --- F•- ~n ~ ~ ~ m a ~ ~ ~ ~ °•° 3~ ~ TRAFFIC BEARING WATERPROOFING MEMBRANE 07120/1 City of Iowa City Parking Garages Project No. 50-04242 1.04 QUALIFICATIONS A. Work specified herein shall be performed by and be the responsibility of the Installation Contractor authorized, approved and qualified by the manufacturer of - materials used; having necessary equipment and facilities to fulfill requirements of the manufacturer and this section. - B. Manufacturer Qualifications: Manufacturer shall provide evidence showing that the specified materials have been manufactured by the same source and successfully installed on a yearly basis for a minimum of ten years on projects of - similar scope and complexity. Manufacturer to be ISO 9001 certified. C. Installer Qualifications: Waterproofing installer shall demonstrate qualifications to perform the work of this Section by submitting the following documentation: Licensing by the waterproofing manufacturer as an applicator of the product to be used. 2. List of at least five projects (with reference names and phone num~rs) satisfactorily completed under the current company name(,,~f similes - scope and complexity to this project. Previous experience~b'~nitti~shall correspond to specific membrane system proposed for us~y~ppl~ator~ n rn ~ - 3. A minimum of five (5) years in business under the same na~~ s~ ~ m = 1.05 SUBMITTALS ~~ GD - y w A. Manufacturer's Data: Submit specifications, installation instructions and ge~lleral recommendations by the manufacturer of fluid applied waterproofing materials. _ Include manufacturer's certified test data showing compliance with the requirements. Provide copy of license agreement between manufacturer and installer indicating division of warranty responsibility. B. Shop Drawings: Submit shop drawings showing large scale details of all edge terminations, joint treatments, penetration or projections and flashing conditions. C. Samples: Submit complete samples of each membrane system to be used. Sample shall be applied to plywood or similar rigid material. D. As-Built Information: Upon completion of the work and prior to final payment, submit two (2) maintenance manuals identified with the project name, location and date, types of coating systems applied and drawings indicating the types of coating systems and their location in the structure. Include a schematic drawing of each membrane type which clearly identified the successive coats or layers of the membrane system. Identify each coat or layer by dry film thickness or application rate and by manufacturer's reference number or name which specifically identifies the product used for each coat. Include recommendations for routine care and maintenance. Provide list of contractors nearest the project - TRAFFIC BEARING WATERPROOFING MEMBRANE 07120/2 - City of Iowa City Parking Garages Project No. 50-04242 location who are qualified to perform repairs to the membrane. Identify common causes of damage and include instructions for temporary patching until _ permanent repairs can be made by qualified personnel. E. VOC Requirements: Where applicable, the manufacturers shall ensure that all - components of specified products do not exceed volatile organic compound (VOC) limits of 400 g/I. Projects in the following locations are affected by this requirement. Maricopa County (Arizona), California, Delaware, Maryland, New York, New Jersey, Pennsylvania, Washington DC and Arlington County, Alexandria, Fairfax _ County, Fairfax, Loudoun County, Falls Church, Prince William County, Manassas, Manassas Park, Stafford County (all northern Virginia). 1.06 DELIVERY AND STORAGE A. Deliver materials to project site in sealed, original packages or containers bearing name and brand of manufacturer. Each container shall have manufacturer's printed label. Materials shall be stored in the area designated by the General Contractor or Consultant. B. Upon delivery, notify the Consultant. Only materials brought to area and approved may be used. C. Store materials in single place designated by Owner and/or Consultant. Keep storage place neat and clean. Cleaning rags and waste materials shall be deposited in metal containers having tight covers or removed from the garage each night. Every precaution shall be taken to avoid danger of fire. Provide dry chemical or C02 fire extinguishers in areas. Allow no smoking 6r?open containers or solvents. Store solvents in safety cans. ~ n rn ~' ~ u, -ri D. Empty containers used on job shall have labels canceled and s~ m~ced(as- to reuse. m ~„ ~ ~~ ~ 1.07 JOB CONDITIONS ~ 7~ w A. A specified coating shall not be applied if weather is too cold, raining, snr{civing or if any other conditions exist that will not permit proper application or curing of coating. Follow manufacturer's written directions. Humidity should not deviate from acceptable ranges during application and curing. Protection required for proper installation and curing shall be the responsibility of the Coating Contractor and shall be reflected in Bid. B. Protect adjacent surfaces and materials with covering, duct tape and drop cloths as required to keep adjacent surfaces free of coating. Upon completing, remove protection and clean. Surfaces soiled or damaged by special coating shall be _ cleaned or replaced at no extra cost to Owner. TRAFFIC BEARING WATERPROOFING MEMBRANE 07120/3 - City of Iowa City Parking Garages Project No. 50-04242 C. Proceed with the installation of waterproofing only after the substrate construction has been completed and cured and after penetrating components - have been installed, so that the membrane will not be penetrated or damaged by subsequent work. D. When payment for elastomeric deck coating is based on area of application, the area used in calculations shall be horizontal surfaces only. 1.08 WARRANTY A. Materials Manufacturer and Installation Contractor shall be jointly and severally - responsible and shall submit an affidavit signed by both parties warranting the installed system for a minimum period of five nears from date of final completion. The Installer shall repair or replace membrane which leaks water, deteriorates _ excessively, wears prematurely or otherwise fails to perform as required within the guarantee period, due to failure of materials or workmanship. The guarantee shall include an agreement to remove and replace other work which hasten superimposed on elastomeric waterproofing work as required to~pair o eplace - the waterproofing system. .~,, ~ ~ ---`-~ PART 2 -PRODUCTS ~ ~-} a" ~ - ~ >~ m ~ s 2.01 SOURCE OF MATERIALS ~~ ~ - A. The waterproofing membrane system shall be a complete system~comp~tflble materials, designed by the manufacturer to produce a waterproofing, traffic-bearing and chemical resistance surface. Systems approved for use - under this section shall be one of the following: Category B -Odor and Volatile Organic Compound (VOC) Sensitive Applications Application of systems within this category are designed for parking structures that are integral with adjacent commercial, residential, institutional or hospital - operations and where the release of solvents and/or strong odors would be objectionable. "Auto-Gard FC," as manufactured by Neogard (214)353-1689. The system consists of an epoxy primer applied to the cleaned concrete surface at a minimum rate of 300 square feet per gallon no more than 24 hours prior to base coat application; the base coat will be a polyurethane applied to an average thickness of 20 mils dry (20 mils wet). The wearing coat is a polyurethane, applied at an average thickness of 8 mils dry (8 mils wet) with aggregate broadcast at a rate of 10 to 15 pounds per 100 square feet. A second wearing coat of polyurethane, applied at an average thickness of 12 mils dry (12 mils wet) is required. For heavy traffic areas such as drive aisles, steep or spiraling ramps, ticket booths and turning areas, double-texturing is required, with TRAFFIC BEARING WATERPROOFING MEMBRANE 07120/4 - City of Iowa City Parking Garages Project No. 50-04242 aggregate broadcast at a rate of 10 to 15 pounds per 100 square feet. A finish coat of polyurethane applied at an average of 12 - mils is then applied. 2. "Flexodeck Series," as manufactured by Polycarb (440)248-1223. The system consists of a 100% solids, epoxy primer applied to the cleaned concrete surface; the base coat will be a 100% solids polyurethane, applied to an average thickness of 25 mils. The top coat is a 100% solids, terpolymer, applied at an average thickness of 15 mils, with aggregate broadcast to saturation. The finish coat on interior surfaces will be a 100% solids, hybrid polymer applied at an average thickness of 15 mils. The finish coat on exterior (UV) surfaces will be a high solids, urethane applied at an average thickness of 13 mils dry (20 mils wet). Check with the manufacturer for the recommended selection of Flexodeck (Series I, II or III) for specific exposure applications. 3. "Iso-Flex 760 U Low Odor Coating System," as manufactured by Lym-Tal (248) 373-8100. The system consists of a solvent-free epoxy primer applied to the - cleaned concrete surface at a rate of 200 feet per gallon no pre than 24 hours prior to base coat application; the ba coat vbe a polyurethane applied to an average thickness of ~~ dr~26 - mils wet). The wearing coat is a polyurethane, apple anco T'1 average thickness of 15 mils dry (15 mils wet) with a~regatt- i-=- broadcast at the rate of 8 to 10 pounds per 100 squar~~et. `~n ~ - drive aisles and heavy traffic areas, a second top coat V~h ~ r~ aggregate is applied. ~~ ~ 3> ca Category C -Fast Cure Applications r The following systems have been designed to accept vehicular traffic after an application time typically involving athree-day period, most often associated with - weekends and on associated holiday the day before or after a weekend. Check with manufacturer and installer regarding specific size areas and time frames which are possible with these systems. 1. "Auto-Gard FC," as manufactured by Neogard (214)353-1689. The system consists of an epoxy primer applied to the cleaned - concrete surface at a minimum rate of 300 square feet per gallon no more than 24 hours prior to base coat application; the base coat will be a polyurethane applied to an average thickness of 20 - mils dry (20 mils wet), The wearing coat is a polyurethane, applied at an average thickness of 8 mils dry (8 mils wet) with aggregate broadcast at a rate of 10 to 15 pounds per 100 square _ feet. A second wearing coat of polyurethane, applied at an average thickness of 12 mils dry (12 mils wet) is required. For heavy traffic areas such as drive aisles, steep or spiraling ramps, TRAFFIC BEARING WATERPROOFING MEMBRANE 07120/5 City of Iowa City Parking Garages Project No. 50-04242 ticket booths and turning areas, double-texturing is required, with aggregate broadcast at a rate of 10 to 15 pounds per 100 square - feet. A finish coat of polyurethane applied at an average of 12 mils is then applied. 2. "Flexodeck Series," as manufactured by Polycarb (440)248-1223. The system consists of a 100% solids, epoxy primer applied to the cleaned concrete surface; the base coat will be a 100% solids polyurethane applied to an average thickness of 25 mils. The top coat is a 100% solids, terpolymer, applied at an average thickness of 15 mils, which aggregate broadcast to saturation. The finish coat on interior surfaces will be a 100% solids, hybrid polymer applied at an average thickness of 15 mils. The finish coat on exterior (UV) surfaces will be a high solids, urethane applied at an average thickness of 13 mils dry (20 mils wet). Check with the manufacturer for the recommended selection of Flexodeck (Series I, II or III) for specific exposure applications. 3. "Iso-Flex 760 U Low Odor Coating System," as manufactured by Lym-Tal (248) 373-8100. The system consists of a solvent-based polyurethane primer applied to the cleaned concrete surface at a rate of 250 feet per gallon no more than 7 hours prior to base coat application; the base coat will be a polyurethane applied to an average thicl~ess of 25 mils dry (26 mils wet). The wearing coat is a lyuret~ne, applied at an average thickness of 15 mils dry (15 r~ret)-awth aggregate, broadcast at the rate of 8 to 10 pounds ~Rt00 ~uar~ feet. In drive aisles and heavy traffic areas, a seco~ ~p c ~ ~-=- with aggregate is applied. ~ m s~ 4. "Conipur," as manufactured by Sonneborn Building Producis~~0)4~- 9517 adivision of Degussa. ~, ~ '- The system consists of the Conipur Primer 78 (2 component urethane /99% solids) applied at a rate of 300 square feet per gallon. Allow to cure 2-3 hours and then apply Conipur Base Coat - 265 (2 component urethane /99% solids) at rate of 60 square feet per gallon (27 dry mils). Allow base to cure 2-3 hours and then apply Conipur Top Coat 275 (2 component urethane /99% solids) - at a rate of 100 square feet per gallon (16 dry mils). While top coat is still wet broadcast 16/30 mesh silica at 15 lbs. per 100 square feet. Allow top coat to dry for 2-3 hours and apply an - additional coat of Conipur Top Coat 275 at rate of 100 square feet per gallon (16 dry mils). While wet broadcast and backroll 16/30 mesh silica at rate of 15 lbs. per 100 square feet. Total system thickness = 59 dry mils(excluding primer). B. WATERPROOFING MEMBRANE (Base Coat) TRAFFIC BEARING WATERPROOFING MEMBRANE 07120/6 City of Iowa City Parking Garages Project No. 50-04242 (1) (2) The base coat (membrane) shall meet the following minimum performance criteria: (a) (b) (c) Minimum Tensile Strength (ASTM D412): ~ Base Coat - 1,000 psi ~ y ~ Top Coat - 600 psi ~ -~ r~ r-r~t c~ Minimum Adhesion (ASTM D903): 3> ~' r Base Coat - 20 psi Minimum Elongation (ASTM D412) Base Coat - 350% I-=- (d) Alight application of primer compatible with the elastomeric seal coat shall be applied onto the clean, dry concrete surface. The elastomeric coating shall be applied uniformly to the primed surface. The elastomeric base coat shall be applied in strict accordance with manufacturer's requirements for the system and verified by wet mill thickness testing (minimum one test per 500 sauare feet). The coating shall be allowed to cure adequately. Special treatment shall be provided at all construction joints, cove joints and at all cracks over 1/16" in width. This special treatment shall be included in the bid price for the waterproofing membrane installation. The coating shall also be applied at base of columns, walls and curbs to produce a 6" high base. Minimum System Thickness (Dry Mils): 20 mils C. WEARING COURSE (1) A compatible wearing course shall be applied over the elastomeric `- coating in accordance with the manufacturer's instructions. A selected aggregate shall be broadcast evenly over the surface and fall on the surface in vertical direction so as not to displace uncovered coating. (2) Aggregates should be spread to an excess thickness until surface appears dry. After the coating has sufficiently cured, the excess - aggregates shall be removed and the tie coat shall be applied to the surface. D. LEVELING COURSE (IF REQUIRED) (1) A compatible leveling course shall be applied directly onto the concrete _ surface after cleaning and prior to application of the primer. The leveling course is intended to fill and smooth pop-outs, scaling, depressions and pitting in the concrete surface due to abrasion, finishing problems or N d• -n m w v~ TRAFFIC BEARING WATERPROOFING MEMBRANE 07120/7 - City of Iowa City Parking Garages Project No. 50-04242 other existing conditions. Products listed below should be confirmed with the manufacturer's instructions. Neogard -Leveling of the concrete surface prior to membrane system application in order to achieve a suitable substrate shall be - performed using a Neogard 70708/70709 epoxy and sand mixture or FC base coat, depending on profile of concrete. ,_ Poly-Garb -Leveling of the concrete surface prior to membrane system application in order to achieve a suitable substrate shall be performed using the Mark 151.6 two-component, hybrid polymer saturated with aggregate. Lym-Tal - Leveling of the concrete surface prior to membrane system application in order to achieve a suitable substrate shall be '- performed using Iso-Flex 750 base coat extended with sand. Conipur - Leveling of the concrete surface prior to membrane system - application in order to achieve a suitable substrate shall be performed using THOROC EP35 two component, fast-setting 100% solids epoxy, extended with sand as needed. D. TOTAL SYSTEM REQUIREMENTS - (1) Minimum System Thickness without Aggregate (Dry mils) in parking areas: 40 mils (2) Minimum System Thickness without Aggregate (Dry mils) in heavy wear areas: 52 mils (3) All systems shall be wear balanced for parking stall and drive aisle - applications according to the manufacturer's recommendations. _ ~_ (4) Color of Wearing Course/V1/earing Surface shall be as seled byte -- Consultant/Owner. D ~ ~ ~ C7 ~ -- -'- PART 3 -EXECUTION ~ ~ rn 3.01 CONDITION OF SUBSTRATE S~ ~ - A. Examine the substrate and the conditions under which the elastor~ric ~' waterproofing work is to be applied. Do not proceed with the work until r unsatisfactory conditions have been corrected and approved by the _ manufacturer's representative. (1) Installation of products constitutes Installers and Manufacturer's acceptance of existing construction. 3.02 PREPARATION OF SUBSTRATE TRAFFIC BEARING WATERPROOFING MEMBRANE 07120/8 City of Iowa City Parking Garages Project No. 50-04242 A. Clean the substrate of protrusions, dust, debris, oily materials and other substances detrimental to the work, as recommended by the waterproofing system's manufacturer. (1) Water blast or shot blast horizontal surfaces to remove contaminants and to provide a clean uniform textured surface. (2) Clean vertical surfaces of column bases, spandrels, walls, protrusions, etc., to provide a clean uniform textured surface. B. Install cant strips and similar accessories as shown and as recommended by the waterproofing manufacturer (even though not shown) in the manner recommended by the manufacturer. 3.03 FLASHINGS, PRIMERS AND JOINT CONTROL A. Cracks/Construction Joints: At locations of possible movement in the substrate - construction, including cracks which have developed and construction joints, prepare the substrate to increase the fluid applied waterproofing capability for bridging the movement without failure. Use only products which have been - determined to be compatible with the elastomeric waterproofing. B. Fill voids and non-moving cracks and joints in the substrate with sealant or other compounds as recommended by the waterproofing manufacturer for compatibility. Fill rough areas of substrate (rough within limitations specified by the manufacturer) with afeathered-out coating of elastomeric waterproofing, squeegee-applied to form a smooth top surface. t., a C. Prime substrate as recommended by the waterproofing system's r~~actrner. D. Mask off adjoining surfaces not to receive fluid applied waterproofif~, ~ - r=- effectively prevent the spillage or migration of materials outside theribrane ~ area. ~ ~ L J ~~ m 3.04 INSTALLATION y ~,,,, - A. Manufacturer's Technical Representative: Start the installation of elastomeric waterproofing membrane, only in the presence and with the advice of the manufacturer's technical representative. A series of four (4) wet mill gauge tests - shall be conducted for every 1000 sq. ft. on the first day of installation in the presence of the representative to ensure proper coverage rate. - B. General: Comply with manufacturer's instruction, except where more stringent requirements are shown or specified, and except where project conditions require extra precautions or provisions to ensure satisfactory performance of the work. TRAFFIC BEARING WATERPROOFING MEMBRANE 07120/9 City of Iowa City Parking Garages Project No. 50-04242 C. Mix separately packaged components in accordance with manufacturer's instructions. D. Apply the elastomeric membrane to the primed deck within the time specified by the manufacturer. E. Apply a uniform coating of cold applied elastomeric waterproofing to the substrate and adjoining surfaces indicated to receive the membrane. (1) Apply coating by hand, complying with manufacturer's recommendations regarding horizontal and vertical surfaces. (2) Provide waterproof membrane at base of columns, spandrels, to produce a 6" high base. Curb surfaces shall be considered floors and waterproofed unless otherwise noted. F. Wearing Surface: Apply top coat in one or two applications to achieve the specified dry film thicknesses. (1) While coating is still fluid, uniformly broadcast aggregate over the surface at the rate specified. (2) After top coat has cured, remove all excess aggregate from the deck surface. (3) Apply a tie coat to the cured surface to encapsulate the top layer of aggregate. 0 G. Permit cold applied membrane to cure without delay, and under .r 'tion`~ hich will not contaminate or deteriorate the fluid applied waterproofing rial to off traffic and protect membrane from physical damage. C7 ,.... rn-- ~ ~Tl 3.05 CLEAN-UP ~~ s A. Upon completion of work, carefully examine entire installation. Cqc ally defective or damaged work. ~'' ~ B. Upon completion, or at such other times as directed, remove all surplus materials, cartons, rubbish and debris resulting from these operations and legally dispose of off-site. 3.06 PERFORMANCE REQUIREMENTS A. It is required that traffic topping be watertight and not deteriorate excessively under normal weather exposure and for normal traffic conditions in applications indicated, not under manufacturer-recommended cleaning procedures, for period of warranty. TRAFFIC BEARING WATERPROOFING MEMBRANE 07120/10 - City of Iowa City Parking Garages Project No. 50-04242 B. It is required that traffic topping work not deteriorate under spillage of motor oil, transmission fluids, and other motor vehicle operating compounds, nor for - exposure to normal ice/snow melting substances not specifically excluded by manufacturer's product information. - 3.07 PROTECTION A. Provide protection to ensure that work will be without damage or deteriorations at _ time of final acceptance. _ END OF SECTION N O Q O ~' ~ ~*1 CA ~~ ~} ~ ~ ti,/ GJ TRAFFIC BEARING WATERPROOFING MEMBRANE 07120/11 City of Iowa City Parking Garages Project No. 50-04242 SECTION 07140 CLEAR PENETRATING CONCRETE SEALERS PART 1 -GENERAL 1.01 RELATED DOCUMENTS _ O ~ C3 N a ~ T ~ ~ cry D ca A. Drawings and general provisions of contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SCOPE OF WORK A. Provide concrete penetrating sealer system on all slab on grade, supported horizontal concrete deck surfaces, and 6" of all vertical concrete surtaces adjacent to horizontal deck surfaces as herein specified, unless otherwise noted. 1.03 QUALITY CONTROL A. Codes and Standards: 1) Specified products in shall comply with the provision of the following specification and standards, except as otherwise noted. a) NCHRP 244 procedure -Series II & IV. b) Scaling Resistance of Concrete (ASTM C-672) - No Scaling. c) Alberta Department of Transportation and Utilities Penetrating Sealer for Traffic Bearing Surfaces Type 1 B -Water Repellency after Abrasion (minimum) 86.0%. d) National Volatile Organic Compound Emission Standards For Architectural Coatings (40CFR Part 59) limiting VOC (Volatile Organic Compounds) to no more than 600 grams/liter. B. Field Testing Acceptance: 1) CateaorY A -Meet or exceed the following requirements for this project based on testing performed on a minimum of three, 3 inch diameter (or larger) core samples removed from the treated area. _ a) Repellency Rating (Waterproofing Performance) - 80% or better, based on comparison of untreated versus treated samples. Test procedure for waterproofing performance shall be according to ASTM D 6489-99, "Standard Test Method for Determining the - CLEAR PENETRATING CONCRETE SEALERS 07140/1 City of Iowa City Parking Garages Project No. 50-04242 Water Absorption of Hardened Concrete Treated With a Water Repellent Coating". b) Penetration (1 application) 1/8 inch minimum (3 mm), based on the average of a series of measurements on the split face of core samples. C. Seater Coordination: 1) Review other sections of these specifications in which curing compounds or paints, are to be provided on concrete surfaces to be sealed to ensure compatibility with the concrete sealer. D. Warranty: 1) The system manufacturer shall furnish the Owner a written single-source performance warranty that the Concrete Penetrating Sealer System will be free of defects related to workmanship or material deficiency and meet or exceed the requirements of Part B for a ten (10) year period from the date of substantial completion of the work provided under this section of the specification. 2) Any required repairs under the warranty shall be made by the system manufacturer. The required written warranty shall be provided by the system manufacturer. 1.04 SUBMITTALS A. Submit manufacturer's product, application and surface preparation specifications, testing data and warranty for approval prior to sealing concrete decks. B. When payment for sealer application is based on square foot area of application, the area used in calculations shall be horizontal surfaces only. C. As a condition for payment of the sealer application, the contractor must submit an invoice indicating the delivery and site receipt of the quantity of material calculated and designated for this project. In addition to the calculated quantity, the invoice shall also reflect the project address, or be designated for use on this project, if delivered to the contractor's address. No leftover material from previous projects will be permitted for use on this project. N 1.05 JOB CONDITIONS ~~ ~ A. Environmental Requirements: ~ cz~ ~ C> C7 ~ ~_ r-- ~ ~ ~ ~ti..J CLEAR PENETRATING CONCRETE SEALERS D'~07'~$0/2 1 City of Iowa City Parking Garages Project No. 50-04242 1. Do not proceed with application of materials if ambient temperature is - below 20 degrees F. or if ice or frost are covering the substrate. For Enviroseal 40, do not proceed with application of materials if ambient temperature is below 40 degrees F. 2. Do not proceed with application if ambient temperature of surface temperature exceeds 100 degrees F. N_ 3. Do not proceed with application of materials in rainy cona~,t ons or`~ rain is anticipated within 8 hours after application. Materia>~~all ~t b~ applied to damp substrates. The surface should be suf~ict~tly~-y to:,._. observe the spray pattern during application. ~ {-,, fs, I' ry" --< PART 2 -PRODUCTS ~ ~ ~..f ~x 2.01 SEALER MATERIAL y - A. Provide a clean liquid "silane" type sealing compound, minimum 40 percent solid content, which will penetrate the concrete to provide a surface which is resistant to salts, de-icer chemicals, moisture, gasoline, oil and acids. Sealer material - shall not permanently alter the appearance or surface texture of concrete surfaces. B. Sealer material shall be one of the products offered by the manufacturer's listed below. Substitute materials or manufacturers will not be allowed. Category A 1) Degussa Chemtrete -Chem-Trete-BSM 40 VOC. Apply at application rate of 175 sf/gal. 2) Degussa Building Systems Inc. - Hydrozo Silane 40 VOC. Apply at application rate of 175 sf/gal. 3) Degussa Building Systems Inc. -Enviroseal 40. Apply at application rate of 125 sf/gal. 4) LymTal International -ISO-FLEX 618-40. Apply at application rate of 175 sf/gal. C. All penetrating sealers applied shall contain fugitive dye to demonstrate complete and thorough application to surface. PART 3 -EXECUTION 3.01 PREPARATION _ A. Examine surfaces to receive sealer to assure that conditions are acceptable for application of materials. Concrete shall be cured a minimum of 28 days. CLEAR PENETRATING CONCRETE SEALERS 07140/3 City of Iowa City Parking Garages Project No. 50-04242 - B. Remove dirt, dust and materials that will interfere with the proper and effective application of the water repellent coating. N _ ca - C. All caulking, patching and joint sealants should be installed prior~appli~ion of this product. y. ~ ~ --~ ~ ~ ._._ - 3.02 INITIAL TEST APPLICATION AND TESTING ~~ ~' ~m ~ A. Test Procedure: ~ ~ ~ 1) Prior to full scale surface preparation and application of seled m • rial, atrial application shall be conducted. The location shall be 11 feety 11 feet in size for products applied at 125 square feet per gallon or 13 feet 3 - inches by 13 feet 3 inches for products applied at 175 square feet per gallon, at a location determined by the Architect. The preferred location will be on a sloping ramp. 2) The trial area shall be cleaned according to manufacturer's recommendations in the same manner as planned for the entire project. - This may include sweeping and cleaning with compressed air, water cleaning under pressure or shotblasting. For the purposes of this test only, sandblasting is an acceptable substitute for shotblasting. 3) Upon completion of surface preparation, a core will be removed from the cleaned surface and tested for water absorption. This is the Untreated Water Absorption value. The test area will then be treated with one gallon of the selected material. From the treated area, two core samples shall be removed. Both cores are to be tested for Treated Water Absorption and split with a chisel and dye tested for depth of sealer penetration. ~ The repellency rating is calculated on the basis of untreated and treated water absorption values. - 4) Once field test results are obtained, which meets or exceeds requirements of Section 1.03.B.1.a and 1.03.B.1.b., the contractor will be authorized to perform full scale surface preparation and application of the - selected material. Do not proceed with application unless directed in writing by the Architect and Material Manufacturer. - 5) Cost of trial area application and testing shall be included in the contractor's price for sealer installation. Testing shall be conducted by the Architect or his designee. Additional quality control testing, if desired - by the Owner in other areas or subsequent to the installation to determine warranty performance, shall be paid for by the Owner. 3.03 APPLICATION _ CLEAR PENETRATING CONCRETE SEALERS 07140/4 City of Iowa City Parking Garages Project No. 50-04242 A. Product shall be applied at a rate as specified above. Do not dilute or alter the material B. Preferred method of application is with low pressure (15 PSI) airless spray equipment or with aheavily-saturated brush or roller. Spray equipment should be equipped with solvent resistant gaskets and hoses. C. When applying by brush or roller, care will be taken to ensure that sufficient material is being applied to thoroughly saturate the treatment surfaces maintaining the appropriate square foot coverage rate required. 1) Product shall be applied to horizontal surfaces in a single saturating application. 2) Sufficient material shall be applied so that treated surfaces remain wet for a few minutes before penetration into the surface. 3) Surface residues, pools and puddles shall be broomed out thoroughly until they completely penetrate into the surface. 4) Treated surfaces shall be protected from rain and other surface water for a period of not less than eight (8) hours after application. 5) Treated surfaces shall be protected from excessive foot and vehicular traffic for a period of not less than eight (8) hours after application. 3.04 CLEAN-UP A. When the work of this Section is complete, and at such other times as directed, remove surplus and waste materials, debris, rubbish, equipment, and implements from the site, and leave the work in a clean, neat and acceptable condition, as approved by the Architect. N END OF SECTION ~ C~ ar C7 ~ ~,. ?I ~~ ~ ;~ o0 D w c.» _ CLEAR PENETRATING CONCRETE SEALERS 07140/5 -- City of Iowa City Parking Garages Project No. 50-04242 _ o a SECTION 07900 ~cL7 -n ~'' -~ `~` _i_I SEALANTS AND CAULKING n ~ p .___ - -t C~ cT ~' PART 1 -GENERAL ~ .~'~ ao 1.01 RELATED DOCUMENTS: y w cn A. Drawings and general provisions of the contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SCOPE OF WORK: A. Furnish labor, materials and equipment for sealing and caulking of cracks, _ construction or control joints and cove in the reinforced concrete structural slabs as shown on drawings or designated by the Consultant. The sealant shall be compatible with any specified waterproofing membrane base coat material. 1.03 JOB CONDITIONS: A. The sealant shall be installed in floor cracks, construction and/or control joints in the areas shown on drawings or designated by the Consultant. In the case of repair of existing cracks which are sealed or filled with other materials, the existing sealant material shall be raked out and the exposed concrete cleaned by sandblasting or grinding at those locations designated for repair. 1.04 FULL RESPONSIBILITY: A. System manufacturer will have the full responsibility .for: (1) Instructing the Contractor on the required configuration of joints and (2) Reviewing and - approving tooled joints constructed as a part of surface preparation prior to installing the sealant. 1.05 GUARANTEE: A. The Contractor shall provide a single source performance guarantee that the joint system repaired, including related work in the slab installed by the Contractor, will not leak water or de-bond from adjacent concrete fora 5 year period starting from the date of substantial completion. Any repairs required during the guarantee period starting from the date of substantial completion shall be performed by the Contractor at no additional cost to the Owner. 0 ~ ° ~. - ~~ rn ~~ ~ ~ SEALANTS & CAULKING ==~ C:~ 07®i10/'~""" m ~.. f J -- City of Iowa City Parking Garages Project No. 50-04242 1.06 APPLICATOR QUALIFICATIONS: A. The Contractor shall have a minimum of three years of experience in performing work similar to that shown in the drawings and specifications. B. The Contractor shall submit a list of five projects in which similar work to that specified hereinbefore was successfully completed. The list shall con~n the following for each of the five projects: O ~ ~~ 1. Project Name ~ -n ~ _ ~ 2. Owner of Project ~ ~ `~ ' rn ~ ~ s Representative, Address and Telephone Number~Gr 3. Owner ~ 4. Brief Description of Work -- ~ 5. Cost of Portion of Work Similar to that Specified in this Secrf` ~ cry 6. Total Restoration Cost of Project D ~' `'~' 7. Date of Completion of Work The sum of the costs of the five projects provided shall be a minimum of $50, 000. C. A full time on-site supervisor shall be provided by the contractor for the duration of the sealant and caulking work. This supervisor shall have had a minimum of 2 years documented supervisory experience with the products to be used. PART2-PRODUCTS 2.01 MATERIALS: - A. The joint sealant to be used for cracks and construction joints shall be two component polyurethane sealants of the chemically curing type containing no asphalt, coal tar, or plasticizers. The sealant shall be used with a compatible primer specified by the manufacturer. Approved products for use are: 1. "Sonolastic SL2" as manufactured by Sonneborn (800) 433-9517. 2. "Vulkem 245/255 or THC-900" as manufactured by Tremco (800) 321- 7906. 3. "Iso-Flex 880GB Sealant" as manufactured by LymTal International, Inc. (800) 373-8100. 4. "Sikaflex - 2C-SL," as manufactured by Sika Corporation (800)933-SIKH. B. The sealant to be used shall meet or exceed the requirements of Interim Federal Specification TT-S0027-E, Sealants Class A, Type 1 and 2. The sealant shall not de-bond or fail while elongated 25 percent in a water immersion test, according to Federal Specification TT-S-0027-E. When tested according to Paragraph 4.3.5. of Federal Specification TT-S-0027-E, weight loss shall not be greater than 5 percent. Shore A hardness under standard conditions shall be 25-30. _ SEALANTS & CAULKING 07900/2 City of Iowa City Parking Garages Project No. 50-04242 C. The cove sealant to be used shall be a non-sag, two component polyurethane sealants of the chemically curing type containing no asphalt, coal tar, or plasticizers. The cove joint sealant shall comply with Federal Specification TT-S- - 00227E, Type II, Class A, Corporation of Consultants CRD-C-506-72; ASTM C- 920-79, Type M, Grade NS, Class 25. - Approved Cove Sealants are as follows: 1. "Sonolastic NP2" as manufactured by Sonneborn (800) 433-9517. - 2. "THC-901" as manufactured by Tremco (800) 321-7906. 3. "Iso-Flex 881 NS Sealant" as manufactured by LymTal International, Inc. (810) 373-8100. - 4. "Sikaflex - 2C-NS," as manufactured by Sika Corporation (800)933-SIKH. D. The manufacturer of the sealant .system used in this project shall .share responsibility for all sealant work and joint preparation work in slab. PART 3 -EXECUTION 3.01 TYPICAL SURFACE PREPARATION: The Contractor shall either grind the surface of all cracks and construction joints - designated for repair with sealant to the shape of 1/2" x 1/2" v-groove, or sawcut a square '/2' x '/2' groove, grind sharp corner of groove and apply bond breaker to bottom horizontal surface. Edges of cracks or joints to be sealed shall be of sound - concrete. Prior to installing sealant, surfaces shall be cleaned of foreign materials and debris, V-groove ground and primed. 3.02 RECORD OF SEALED CRACK AND JOINT LOCATIONS AND TYPES: A. After determining the cracks and joints to be sealed and the detail types required, the Contractor shall prepare scale shop drawings showing the sealed crack and/or joint locations and submit them to the Consultant for his approval. The Shop Drawings submitted shall be reviewed by the Consultant for the condition of the existing cracks/joints, the size/shape of the routed crack, and the type of detail selected. B. The Shop Drawings submitted shall be used as a record of the detail types used - and the measured number of linear feet of each sealed crack. Quantities of work done on a unit price basis shall be recorded on the document and submitted to the Consultant with Request for Payment. ,,~ - O b n ~n ~ END OF SECTION ~ ~ ago --~ ~ a, ~ ~rn ~ ~ _ ~~ D w cn SEALANTS & CAULKING 07900/3 _ City of Iowa City Parking Garages Project No. 50-04242 _ O ° ~-. SECTION 07910 ~~' ~ '-`'' --~-} cm C? -- ~-=- - EXPANSION JOINT SEALS °' ~rn PART 1 -GENERAL ~~ ~ t~ - D w 1.01 RELATED DOCUMENTS ~ A. Drawings and general provisions of the contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SCOPE OF WORK A. Furnish labor, materials, equipment and supervision to install watertight, traffic bearing expansion joint seals in accordance with these specifications and as shown on the drawings. 1.03 QUALITY ASSURANCE A. The manufacturer and approved applicator shall provide a 5 near guarantee that - the joint seal will not leak or fail from normal vehicular traffic. Any type of failure of the new joint seal which occurs within the specified warranty period shall be repaired by the Contractor at no cost to the Owner. B. Consult the Manufacturer's representative and establish the minimum provisions required to ensure satisfactory work. A licensed applicator with a minimum of 5 _ years experience on similar joints shall install the specified joint seal. 1.04 SUBMITTALS BY THE CONTRACTOR A. The Contractor shall submit shop drawings showing all the expansion joint details required for this particular project for approval by the Consultant in addition to Manufacturer's literature with an applicable portions deleted. B. Where required by jurisdiction, the Contractor shall submit test data showing that the expansion joint system (including fire barrier material) meets or exceeds fire - rating requirements. Testing procedures shall be in accordance with requirements set forth or adopted by the local jurisdiction. - 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING All materials shall be delivered on the job and stored in a place protected from damage, moisture and exposure to the elements in exact accordance with manufacturer's instructions. 1.06 JOB CONDITIONS EXPANSION JOINT SEAL 07910/1 City of Iowa City Parking Garages Project No. 50-04242 - Weather Conditions: Do not proceed with installation of expansion joints and sealants under adverse weather conditions, or when temperatures are below or above manufacturer's recommended limitations for installation. Proceed with the work only - when forecasted weather conditions are favorable for proper cure~nd s~ngth development of the nosing material. z C7~*~ ~ ~ ~ "1"1 - n - ~-- PART 2 -PRODUCTS ~C) °' ~ ' _ 2.01 MATERIALS ~ ~ ~ ~J ~ .. A. The expansion joint seal system shall be a complete system ~ comp`e~iible _ materials designed by the manufacturer to produce a waterproof, traffic-bearing expansion joint seal. The system shall also meet or exceed any fire rating requirements set forth by the local building code requirements. B. The gland elements shall be a continuous, factory extruded unit for the entire straight run length of the joint. Changes in direction or elevation shall be accomplished by factory molded elbows, tees, crosses and the like. The seal shall be turned up a minimum of 6 inches (vertically) unless otherwise shown on plans. The seal element shall not be mitered/jointed unless approved by the Consultant in writing and shall meet the following performance criteria. Tensile Strength ASTM D412 1,500 psi Elongation at Break ASTM D412 175 % (Min.) Hardness, Type A durometer ASTM D2240 64 t 5 The premolded elements shall be a continuous, factory molded unit for the entire _ straight run length of the joint. Changes in direction or elevation shall be accomplished by factory molded elbows, tees, crosses and the like. The seal shall be turned up a minimum of 6 inches (vertically) unless otherwise shown on _ plans. The seal element shall be mitered/jointed at all changes in direction and shall meet the following performance criteria. Tensile Strength ASTM D412 250 psi Elongation at Break ASTM D412 500 % (min) Hardness, Type A durometer ASTM D2240 30+/-5 C. Expansion joint systems approved for use in one or more applications are provided in the master list below. Due to variations in specific details of the locations, expected movement, expected traffic exposure, availability, ease of installation and existing blockout geometry, all systems are not suitable for one particular project. The Contractor shall reference the specific expansion joint detail on the specific project drawings and list of approved products shown on the drawings, including gland size, etc. for the respective condition. D. Approved Products EXPANSION JOINT SEAL 07910/2 - City of Iowa City Parking Garages Project No. 50-04242 1. "Wabocrete/Membrane 201 system," model ME 400, manufactured by Watson Bowman Acme, A Division of Degussa (800) 677-4922. 2. "Iso-Flex Winged Expansion Joint Sealing System", seal type J40, as manufactured by LymTal International, Inc. (810) 373-8100. 3. "Emseal Thermaflex," model TCR 400, manufactured by Emseal Joint Systems, Ltd. (508) 836-0280. 4. "WF Elastomeric Expansion Joint System", model WF-400, manufactured by Conspec Systems, Inc., (800) 233-8493. 5. "Lokcrete Membrane System", model LMS-350, manufactured by MM Systems Corporation, (866) 506-6929. ~" E. Contractor shall review specific details on drawings for each project regarding products and model numbers approved for use. - Due to various joint width openings and overall block-out dimensio@g, the Contractor and expansion joint supplier should verify field condi~r~.,~riof~p bid _ submission and execution of the work. y, ~~,, -'t'"] ._ _°` PART 3 -EXECUTION ~ ~ ~ _ ~ 3.01 INSTALLATION ~~ w ~ ~ _ A. Preparatory Work 1. The block-out shall be provided to the specified dimensions and acceptable to the manufacturer. The licensed installer shall additionally verify that the `as-built' configuration of the block-out for the expansion joint will allow the expansion joint to be installed such that elevation differences in the vicinity of the joint and across the joint will not exceed industry and ADA-related recommendations. Any edge raveling at the joint opening or spalls shall be repaired with a suitable compound to provide a solid, square block-out. 2. The block-out substrate shall be sandblasted clean of all contaminants and impurities immediately prior to the system installation to assure proper adhesion. 3. The membrane gland element shall be unpackaged and laid in a relaxed position to relieve any temporary set from shipment packaging prior to placement. The pre-molded element shall be wiped clean with a solvent solution such as toluene. 4. It is recommended that adjacent deck surfaces be taped off and protected to assure a clean, neat professional installation. EXPANSION JOINT SEAL 07910/3 - City of Iowa City Parking Garages Project No. 50-04242 B. Installation - The entire installation shall be made in strict accordance with the manufacturer's written instruction. 1. Follow standard manufacturer's recommendation for installation of the material, taking into account block-out dimensions, joint width and ambient temperature conditions. 3.02 TESTING _ All new expansion joint seals shall be tested. Any leaking observed shall be rectified by the Contractor and the joint shall be re-tested until no leakage is observed. It is the responsibility of the Contractor to absolutely make certain that. the joints are totally waterproofed. END OF SECTION 0 N a A D ~ W ~ --"~ ~_ ~~ Q1 ~ ^ 1 m , ' 'e„ /~ y„ W Gl1 EXPANSION JOINT SEAL 07910/4 DIVISION 9 N 0 ~_ ~~ 'i'2 W _._.-- Q~ i -~- ~ ~ ~ D ~'' cs FINISHING City of Iowa City Parking Garages Project No. 50-04242 SECTION 09900 PAINTING PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 DESCRIPTION OF WORK ,.,~ ~_ A. The extent of painting work is shown on the drawings and specified her~~te inc~~ide, but not be limited to, the following: ~ =-~ ~'w fl -< 1. Painting parking lines, arrows, handicap symbols and curb edges. ~~ `s' ~~ ~ `-~ Painting miscellaneous metals and hollow metal work not factory finish 2 ~ ~ . ~ 3. Painting interior exposed gypsum surfaces. ~' ~ 4. Painting concrete block surfaces where indicated on the drawings. 5. Coating of cast-in-place concrete walls, parapets, and beams where noted on the drawings. 6. Painting exposed pipes (including color coding), and hangers and primed metal - surfaces of equipment installed under the mechanical and electrical sections, except as otherwise indicated. 7. Surface preparation priming and coats of paint specified are in addition to shop prime and surface treatment specified under other sections of the work. 1.03 QUALITY ASSURANCE A. Paint Coordination: _ Provide finish coats which are compatible with the prime paints used. Review other sections of these specifications in which prime paints are to be provided to ensure compatibility of the total coatings system for the various substrates. B. Codes and Standards: SSPC-"Systems and Specifications", published by the Steel Structure Painting Council. 1.04 SUBMITTALS PAINTING 09900/1 City of Iowa City Parking Garages Project No. 50-04242 A. Manufacturer's Data: 1. Submit manufacturer's technical information in standard printed published form, including performance criteria and application instructions for each material proposed for use. 2. List each material and cross-reference to the specific paint and finish system and application. Identify by manufacturer's catalog number and general classification. B. Samples: 1. Submit samples of each color required, for Consultant's review. 2. Color shall be as herein specified or as selected by the Consultant prior to the~art of work. O ~ C7 1.05 OWNER'S INVENTORY ~' ~ ~ ~ A. Provide one gallon of each color used, to Owner, for maintenance purpose, m z~• ~ ~ 1.06 DELIVERY AND STORAGE ~~ ~? ~ w A. Deliver all paint to site in manufacturer's sealed and labeled containers. Labels shafl~ear manufacturer's name, brand, type of paint, Federal spec. number (if applicable), color of paint, and instructions for reducing. B. Store materials and equipment in a designated storage space on the site. Keep storage space neat, clean and accessible at all times. Protect floors from paint spillage. 1.07 PROTECTION A. Place paint or solvent-soaked rags, waste, or other materials which might constitute a fire hazard in metal containers and remove from premises at the close of each day's work. Take every precaution to avoid damage by fire. B. Provide foam type 2-1/2 gallon capacity fire extinguishers for each paint storage space. C. Protect the work of all other trades against damage, marking or injury by suitable covering during the progress of the painting and finishing work. 1.09 JOB CONDITIONS A. Examine all surfaces to receive coatings and report to the Consultant any condition which is not acceptable. Commencement of work and in any area constitutes acceptance of conditions and places the responsibility for a workmanlike job on this Section. PAINTING 09900/2 City of Iowa City Parking Garages - Project No. 50-04242 B. Apply solvent-thinned paints only when the temperature of surfaces to be painted and the - surrounding air temperatures are between 50 degrees F. and 95 degrees F., unless otherwise permitted by the paint manufacturer's printed instructions. C. Do not apply paint in snow, or to damp or wet surfaces; instructions. PART 2 -PRODUCTS 2.01 MATERIAL QUALITY _ ~_ rain, fog, or mist; or when the relative humidit~xceec~85%; unless otherwise permitted by the paint manufr's ~intedT-~ C7 `~ _ rn r' C~ ~? Y ~^' a~ A. Provide only absolutely pure linseed oil, turpentine, shellac, and other like materials that are of the highest quality, with identifying labels intact and seals unbroken. Use no thinners other than those specified by the manufacturer. B. Use only primers and undercoaters that are suitable for each surface to be covered and that are compatible with the finish coat required. C. Use products of the same manufacturer for succeeding coats. 1. Where shop primed materials are to be finish painted and/or prime coat materials are by a different manufacturer than the finish coat materials, confirm compatibility of the primers with the manufacturer of the finish coat paints. 2. Where existing previously painted surfaces are to be finish painted, confirm compatibility of existing painted surfaces with the manufacturer of the succeeding new - paints. D. All materials shall comply with Environmental Protection Agency Pt. 59, Subpt. D, Table 1 of Section 40CFR Parts 53-59, Volume 5, 2004 Edition. 2.02 METAL PRIMERS A. General: - 1. For new metal surfaces not otherwise specified for shop prime painting and for touch- up painting of shop prime coats, provide one of the following metal primers as appropriate for the surface condition and finish coats of the metal. a. Field touch-up painting shall be in accordance with SSPC-PA 1-64 and shall be of the same kinds and number of coats as applied in the shop. b. Refer to other sections of these specificatibns for shop primed items. B. Ferrous Metal Primers: PAINTING 09900/3 City of Iowa City Parking Garages Project No. 50-04242 1. Hot rolled steel surfaces to receive alkyd or acrylic latex finish coats shall be primed with one of the following primers: a. Series 10-99 primer, Tnemec. _ b. PC 4000; Glidden. c. PRO-CRYL B66-310; Sherwin Williams. d. DP-27917; Devoe. - C. Primers for Galvanized Metal: Surfaces which have not received shop pretreatment to accept paint shall receive either Cold Phosphate Surface Treatment in accordance with SSPC-PT 2-64 or Alkali Cleaned - with a solution of trisodium, phosphate (2.5 oz. per gal.) in accordance with the recommendation of the zinc Institute. 1. For surfaces to receive finish coats of oil base paints or touch-up of galvanized surfaces to receive acrylic latex paint, provide the following: a. FS TT-P-641 G-77, Type II or III zinc dust; zinc oxide, alkyd or phenolic. 2.03 UNDERCOATS, FILLERS AND PRIMERS A. Latex Primer 1. Z 1004 Suprime Interior Wall Primer; Pratt and Lambert. - 2. PC 5000; Glidden 3. DR-50801 Vinyl Primer; Devoe. 4. Promar Latex Primer for masonry: Preprite 200 for drywall; Sherwin Williams. - 5. Series 6 Tneme-Cryl; Tnemec. B. Latex Surface Filler 1. 28465 Enducryl H.D.; Pratt & Lambert 2. MP-5317; Glidden. - 3. Block Filler, B42W46 40; Sherwin-Williams. 4. DV-52903; Devoe. 5. Series 54-562 Fine Masonry Filler; Tnemec. 2.04 FINISH PAINTS A. Eggshell Latex 1. Z 8200 Pro Hide Gold; Pratt & Lambert. 2. MP-5800; Glidden. - 3. Pro-Mar 200, 620W2200 Series Latex Eggshell; Sherwin-Williams. 4. Series 6, Tneme-Cryl. 5. DR 3401; Devoe. B. High Gloss Alkyd Enamel PAINTING 09900/4 City of Iowa City Parking C~rages Projec~V~ 54242 7> ~ w -T'1 1. S-1100 Series Red Seal Int./Ext.; Pratt & Lambert. `-~ r-, ~' ,. --; .. - 2. 4308; Glidden. =-~ ~ a} ---. 3. Enamel Alkyd A-11 Series; Sherwin Williams. ~ ~ '~ 4. DP58101; Devoe. ~ •• 5. Series 2H Hi-Build Tneme-Gloss. p ~ 2.05 PARKING LINES AND ARROWS A. Parking lines, striping and arrows on driving surfaces shall be yellow pavement marking paint, conforming to U.S. Bureau of Public Roads colors, unless otherwise noted. 1. Acrylic 2 9001 orAlkyd S 9501; Pratt & Lambert. 2. GL-20087; Glidden. 2.06 CONCRETE COATINGS A. The coating materials specified are products of the Tnemec Company. Equal products by Desco, Sonneborn Building Products, or an approved equal will be considered for approval if submitted prior to proposal submittal with a copy of data sheets that include performance criteria of the proposed coating and color charts. Maximum rate of application herein specified shall hold precedence over whatever recommendations are made for other supplier's products. B. Tnemec Company Series 180/181 WB Tneme-Crete, or an approved equal, meeting the following requirements: 1. Freeze-Thaw: -~ Method: ASTM D2246-65, Requirement: No cracking over concrete block after 30 cycles. - 2. Humidity: Method: ASTM D2247-64T. Requirement: No blistering, softening, loss of film integrity, adhesion or change in color _. after 1,000 hours. 3. Salt Spray (Fog): _ Method: ASTM B117-64. Requirement: No change in adhesion, film integrity, hardness or color after 500 hours. 4. Wind-Driven Rain: "- Method: TT-C-555B, Section 4.4.7. Requirement: No water damage or dampness visible on back of lightweight block after 8 hours. 5. Surface Burning Characteristics: -- Method: ASTM E84-70 PAINTING 09900/5 City of Iowa City Parking Garages - Project No. 50-04242 Specimen: System 52-1, One coat of Tnemec-Crete applied over asbestos cement _ board. Requirement: Flame Spread-0 Fuel Contributed-5 Smoke Density-0 6. Minimum Solids By Volume: 56% - 2.07 PAINT SYSTEMS A. Provide the following paint systems for the various substrates, as indicated. B. Ferrous Metal: 1. Gloss Finish. a. 1st Coat-metal primer as specified elsewhere in this section. (TT-P-86, Type II). b. 2nd Coat-High gloss alkyd enamel. c. 3rd Coat-High gloss alkyd enamel. d. First coat not required on items delivered shop primed. e. Not less than 4.0 mils dry film thickness including primer. C. Zinc Coated Metal: 1. Gloss finish. a. Pretreat galvanized metal. - b. 1st Coat-Zinc dust-zinc oxide primer (TT-P-641). c. 2nd Coat-High gloss alkyd enamel. d. 3rd Coat-High gloss alkyd enamel. D. Gypsum Drywall: 1. Eggshell finish. - a. 1st Coat-Latex Primer b. 2nd Coat-Eggshell Latex c. 3rd Coat-Eggshell Latex E. Concrete Block: (unless otherwise specified) O n N G. ~-~ ~-~ r~i w ~ ~m ~ ~ ''~ ~ rn ~ ^ co D w rn PAINTING 09900/6 City of Iowa City Parking Garages Project No. 50-04242 1. Eggshell finish. CQ N c'~~ ~ n ~' r*ti -~-n `~' a. 1st Coat-Latex Surface Filler ~ b. 2nd Coat-Eggshell Latex ~?, ~ ; cr+ c. 3rd Coat-Eggshell Latex ~ ~ ~ ~ ` F. Traffic and Parking Lane Markings. J~ ~ w - ~'' o, 1. two coats-Traffic Paint 14 to 15 mil wet film thickness each coat. G. Concrete Coating: Apply two coats of Tnemec Series #52 or equal. Each coat shall be applied at a rate not exceeding 75-120 sq. ft. per gallon as required to provide acceptable - coverage and surfaces. PART 3 -EXECUTION 3.01 SURFACE PREPARATION A. General: 1. Perform all preparation and cleaning procedures in strict accordance with the paint manufacturer's instructions and as herein specified, for each particular substrate - condition. 2. Clean surfaces to be painted before applying paint or surface treatments. Remove oil - and grease with clean cloths and cleaning solvents. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions otherwise detrimental to the formation of a durable paint film. 3. Before applying succeeding coats, primers and undercoats shall be completely integral and shall perform the function for which they are specified. Properly prepare and - touch up all scratches, abrasions or other disfigurements and remove any foreign matter before proceeding with the following coat. All spot-priming orspot-coating shall be featheredged into adjacent coatings to produce a smooth and level surface. B. Cementitious Materials: Prepare cementitious surfaces of concrete to be painted by removing all efflorescence, - chalk, dust, dirt, grease, oils, and by roughening as required to remove glaze, or provide sufficient bite on existing painted surfaces. C. Ferrous Metals: After erection is completed, touch-up heads of bolts, welded surfaces which are unpainted, and surfaces or areas where the primer has been abraded or otherwise damaged. PAINTING 09900/7 City of Iowa City Parking Garages Project No. 50-04242 D. Galvanized Metals: 1. Clean unpainted galvanized metal surfaces of all oil, grease and other contaminants in accordance with the applicable requirements of SSPC-SP 1-63 "Solvent Cleaning", prime as follows: a. Prime with a zinc dust, zinc oxide, alkyd paint conforming to FS TT-P-641f, Type II. 2. Prior to application of subsequent coats, thoroughly clean all surfaces to ensure the removal of any grease, soil, dust or foreign matter. Take particular care to prevent the contamination of cleaned surfaces with salt, acids, alkali or other corrosive chemicals - before prime coating and between subsequent coats of paint. 3.02 MATERIALS PREPARATION A. Mix and prepare painting materials in strict accordance with the manufacturer's directions. B. Store materials not in actual use in tightly covered containers. Maintain cor~ii~grs ~d in storage, mixing, and application of paint in a clean condition, free of foreigeri~ and- residue. ~ ~ ~ ~-=- C. Stir all materials before application to produce a mixture of uniform cfe ail a required during the application of the materials. ~ ~ a, u 3.03 APPLICATION ~' ~ A. Apply paint with brush, roller, spray, or other acceptable practice in accordance with the manufacturer's directions. B. Spread all materials evenly and smoothly without runs, sags or other defects. Make edges of paint adjoining other materials or colors sharp and clean, without overlapping. C. The number of coats and paint film thickness required is the same regardless of the application method. Do not apply succeeding coats until the previous coat has completely dried. Sand between each enamel coat application with fine sandpaper, or rub surfaces with pumice stone where required to produce an even, smooth surface in accordance with _ the coating manufacturer's directions. D. Apply additional coats when undercoats, stains, or other conditions show through the final coat of paint, until the paint film is of uniform finish, color and appearance. Give special - attention to insure that all surfaces, including edges, corners, crevices, welds, and exposed fasteners receive a film thickness equivalent to that of flat surfaces. E. For each coat of paint use slightly different shade than preceding coat. Tint final undercoat to color of finish coat. F. Paint directional arrows, parking stalls, marking lines, handicap symbols, etc., to be as detailed on the Drawings. Unless otherwise detailed, single line width to be four (4") PAINTING 09900/8 City of Iowa City Parking Garages Project No. 50-04242 inches wide. Striped areas shall be four (4) inch wide lines eighteen (18) inches on center. _ Lay out all painted lines and define with chalk markings for approval before proceeding with painting. G. Install stall striping using a gravity flow method approved by the Consultant. Spray painting will not be approved. 3.04 APPLICATION OF CONCRETE COATING A. Apply concrete coating in accordance with manufacturer's printed instructions, employing technically trained personnel, using equipment specifically designed for this purpose. B. Apply Concrete Coating in two applications with a fine texture to match approved sample. C. Minimum dry film thickness shall be 6.0-8.0 mils per coat. D. Finished work shall match approved samples; be uniform in sheen, color and texture and be free from defects detrimental to appearance or performance. E. Verify dry film thickness of completed surfacing system in the field, at random, using a _ Tooke Inspection Gauge. Minimum thickness shall be as specified excluding foundation or fill coats. Conduct tests in presence of Consultant or his representative. 3.05 CLEAN-UP A. During the progress of the work, remove from the site all discarded paint materials, rubbish, cans and rags at the end of each work day. B. Upon completion of painting work, clean paint-spattered surfaces. Remove spattered paint by proper methods of washing and scraping, using care not to scratch or otherwise - damage finished surfaces. C. At the completion of work of other trades, touch-up and restore all damped or ~3faced painted surfaces. ~ ~ °~ T' ~ C7 -` r *~ R' ~ END OF SECTION ~~ a^ T' rn ~ ~` D w a~ PAINTING 09900/9 Pte, J 10 Prepared by: Chris O'Brien, Parking, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5094 RESOLUTION NO. 06-59 RESOLUTION APPROVING PLANS, SPECIFICATIONS 8~ FORM OF CON- TRACT FOR THE 2006 PARKING GARAGE MAINTENANCE PROJECT, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications & form of contract for the above- named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 3. Bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, until 10:30 a.m. on the 24th day of March, 2006, or at a later date and/or time as determined by the Director of Parking and Transit or designee, with notice of said later date and/or time to be published as required by law. Thereafter the bids will be opened by the City Clerk or designee, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 18th day of April, 2006, or at a later date and/or time as determined by the Director of Parking and Transit or designee, with notice of said later date and/or time to be published as required by law, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Passed and approved this 28th day of Febru r , 20 06 MAYOR proved by ~~ffo~ ATTEST: ~-_ ---- CI LERK City Attorney's Office Parkingkes~appP8S2006maint.doc Resolution No. 06-59 Page 2 It was moved by Champion and seconded by Bailey the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ~_ Bailey x Champion x Correia x Elliott ~ O'Donnell x Vanderhoef ~_ Wilburn Publish 2/21 NOTICE OF PUBLIC HEARING Notice is hereby. given that the City Council of Iowa City will hold a public hearing on the 28th of February, 2006, at 7:00 p.m. in Emma J. Harvat Hall, City Hall, 410 E. Washington Street, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk; at which hearing the Council will consider a resolution approving the plans, specifications, form of contract and estimate of cost for the construction of the 2006 Parking Garage Maintenance Project. Copies of the proposed plans, specifications, form of contract and estimate of cost are on file for public examination in the office of the City Clerk, City Hall, Iowa City, Iowa. Persons wishing to make their views known for Council consideration are encouraged to appear at the above-mentioned time and place. MARIAN K. KARR, CITY CLERK Printer's Fee $ I O . ~f3 CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, Diana Becicka, being. duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper ~ .time(s), on the f~ollAowing date(s): r~ -C2~,~a . p a.C Legal Clerk Subscribed and sworn to before me this ~~"~"~ day of A.D.20 C~(~ Notary Public +~ oa+'~i9 ~~ ~ "o OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ' Notice is hereby given that the City Councll of Iowa City will hold a public i~ hearing on the 28th of February, 2006, at 7:00 p.m. in Emma J. Harvat Hall, City ;i Hall, 410 E. Washington Street, Iowa b Lily, Iowa, or'rf said meeting is cancelled, ~t the next meeting of the City Counr~l thereafter as posted by the Cily Clerk; at which hearing the Council will consider a resolution approving the plans, spec'rfica- tions, form of contrail and estimate of cost for the construction of the 2006 Parking Garage Maintenance Project. Copies of the proposed plans, spec~- cations, form of contract and estimate of cast are on file for public examination in the office of the Cily Clerk, City Hall, Iowa City, Iowa. Persons wishing to make their views known for Council considere- tion are encouraged to appear at the above-mentioned time and place. MARIAN K. KARR, CITY CLERK 71270 February 21, 2006 ADVERTISEMENT FOR BIDS REPAIR AND PREVENTIVE MAINTENANCE OF THE CITY OF IOWA CITY PARKING GARAGES Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 24th day of March, 2006, or at a later date and/or time as determined by the Director of Parking and Transit or designee, with notice of said later date and/or time to be published as required by law. Sealed proposals will be opened immediately thereafter by the City Clerk or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. APre-bid meeting will be held at 2:00 P.M. on the 14th day of March, 2006, at 335 Iowa Avenue, Iowa City, Iowa. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 18th day of April, 2006, or at such later time and place as may be scheduled. Please see the Form of Proposal for a detailed description of what the Project will involve, but briefly the following: -Structural repair work such as partial and full depth concrete slab replacement and vertical and overhead concrete repairs -Routing and caulking floor slab cracks -Surface protection treatments such as installation and/or replacement of expansion joint seal, waterproofing membrane, clear penetrating sealer, various joint sealants -Miscellaneous repairs such as metal pan . stair replacement and door frame cleaning and painting All work is to be done in strict compliance with the plans and specifications prepared by Desman Associates, 20 N. Clark St. 4th Floor, Chicago, IL 60602, which have heretofore been approved by the City Council, and are on file for public exami- nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the, proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more AF-1 bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Five (5) year(s) from and after its completion and formal acceptance by the City Council The following limitations shall apply to this Project: Completion Date: August 21, 2006 Specified Start Date: May 22, 2006 Liquidated Damages: $200.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations may be secured at the Office of the Parking Manager, 335 Iowa Avenue, Iowa City, Iowa, or at Desman Associates, 20 N. Clark St. 4~' Floor, Chicago, IL 60602, by bona fide bidders. A $45.00 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Desman Associates. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal AF-2 resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF-3 Printer's Fee $ (a~-1. (~~ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, Diana Becicka, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper .time(s), on the following date(s): lo, c>/~~~.0 Legal Clerk Subscribed and sworn to before me this ~ day of A.D. 20~. ublic Ll1~ . ~ p~ ~ 9 ~'~ OFFICIAL PUBLICATION ADVERTISEMENT FOR BIDS REPAIR AND PREVENTIVE MAINTE- NANCE OF THE CITY OF IOWA CfTY PARKING GARAGES Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 24th day of March, .2006, or at a later date and/or time as determined by the Director of Parking and Transit or designee, with notice of said later date and/or time to be published as required by law. Sealed pro- posals will be opened immediately there-after by the City Clerk or designee. Bids sub-miffed by fax machine shall not be deemed a'sealed bid' for purposes of this Project: APre-bid meeting will. be held at 2:00 P.M. on the 14th day of March, 2006, at 335 Iowa Avenue, Iowa City, Iowa. Proposals will be acted upon by The City Council at a meeting to' be- held in the Emma J. Harvat Hall at 7:00 RM. on the 18th day of April, 2006, or at such later lime and place as may be scheduled. Please see the Form of Proposal for a detailed description of what the Project will involve, but briefly the folowing: -Structural repair work such as partial and full depth concrete sl9b replacement and vertical and overhead concrete repairs -Routing and caulking floor slab cracks -Surface protection treatments such as installation and/or replacement of expan- sion joirrt seal, waterproofing membrane, clear penetrating sealer, various joint sealants -Miscellaneous repairs such as metal pan stair replacement and door frame cleaning and painting All work is to be done in strict compliance with the plans and specifications pre- pared by Desman Associates; 20 N. Clark St. 4th Floor, Chicago, IL 60602, which have hereto-fore been approved by the City Council, and are on file for public exami-nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed ernelope, sep- arate from the one containing the pro- posai, by a bid bond executed by a cor- poration authorized to contrect as a sure- ty in the State of Iowa, in the sum cf 10% of the bid. The bid security shall be made pay-able to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the success-ful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the.. City ensuring the fafthful .performance of the contract and maintenance of said Project, 'rf required, pursuant to the provi- sions of this notice and tfae other contract docu-ments. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calen- dar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a respon-sible surety approved uy the City, and shall guarantee the prompt payment of all materials and labor, and also pro- tect and save harmless the City from ail claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Five (5) year(s) from and after its com-pletion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: August 21, 2006 Spec'rfied Start Date: May 22, 2006 Liquidated Damages: $200.00 per day The plans, specffications and proposed con-trail documents may be examined at the office of the City Clerk. Copies of said plans and specifications may be secured at the Office of the Parking Manager, 335 Iowa Avenue, Iowa City, Iowa, or at Desman Associates, 20 N. Clark St. 4th Floor, Chicago, IL 60602, by bona fide bidders. A $45.00 nori-refundable fee is required for each set of plans and .specifications provided to bidders or other interested persons. The fee shalt be in the form of a check, made payable to Desman Associates. ' Prospective bidders are advised that.the City of Iowa City desires to employ minor- ity contractors and subcontractors on City projects. A listing of minority contrac- tors can be obtained from the Iowa Department of Economic Development at (515) . 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the .Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontrac- tors, together with quantities, unR prices and extended dollar amounts. By virtue of statutory authority, pref- erence must be given to products and provi-sions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent. lawfully re- quired under,lowa Statutes. The Iowa rec~proca1 resident biddeT~ireierer~e-taw:` applies to this Project. The City reserves the. right to reject any or all proposals, aqd also reserve8 tfie right to waive technicalities and irregu- larities. Published upon, order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 69073 March 6, 2006 ~~J 11 Prepared by: Chris O'Brien, Parking Manager, 410 E. Washington St., Iowa City, IA 52240 (319)356-5094 RESOLUTION NO. 06-123 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR THE 2006 PARKING GARAGE REPAIR AND PREVENTATIVE MAINTENANCE PROJECT. WHEREAS, RAM Building Restoration and Waterproofing LLC of Little Canada, Minnesota has submitted the lowest responsible bid of $658,000.00 for construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above-named project is hereby awarded to RAM Building Restoration and Waterproofing LLC ,subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 18th day of April , 20 06 ATTEST: CITY ERK MAYOR Ap oved by ~lC°~~ City Attorney's Office It was moved by Champion and seconded by Vanderhoef the Resolution be adopted, and upon roll call there were: AYES: X _~ ~_ x x x pweng~parkingkes~2006 maint award.doc 1/06 NAYS: ABSENT: Bailey Champion Correia Elliott O'Donnell Vanderhoef Wilburn 4e 1 Prepared by: Joe Fowler, Transit, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5156 RESOLUTION NO. 07-338 RESOLUTION ACCEPTING THE WORK FOR THE 2006 PARKING GARAGE REPAIR AND PREVENTIVE MAINTENANCE PROJECT WHEREAS, Desman & Associates has certified that the following improvements have been completed in accordance with plans and specifications of the City of Iowa City: 2006 Parking Garage Repair and Preventive Maintenance as constructed by RAM Building Restoration and Waterproofing LLC, Livonia, MI. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 11th day of December , 20~_. MAY R Appro ed by . Il/~~? ATTEST: ~.r~~--~ ~ ~ ~~i/~1/ CITY RK City Attorney's Office It was moved by orreia _ and seconded by Bailey the Resolution be adopted, and upon roll call there were: AYES: x x ~_ ~_ ~_ ~_ ~_ NAYS: ABSENT: Bailey Champion Correia Elliott O'Donnell Vanderhoef Wilburn transit/res/acptwork-06ram pi mprove. doc ~'~ . i1~N~I~~!~ + ,....•;~.yj~ ~. _., ~ ° ~ a ~ ... ~ ~ VA10I '.Ld.IO V110I : O: • • a ~ d F Y ~ ~ 6 ,. ~. . S~~~2I~1~ ~ATIX2I~7d ~ZI~ ~MOI 30 ~,I~ Y-; e ~ o = ~ ~ ' ~ = 3 , „ . ~ p S = ,. .• ~ ' ' ' ~ ~ g ~ 1~;IS,l~II~'b11 ~AIZI~I3A32Id QI~i~ 2II~ 3~I~T~ d~-i s 0 ~ a ~ ~ ~ ~ ~ a ~ ° o00o c ~Eo u° m a° L ao ~°a 00 ~ t°oa ° ~1~ u~'~rn°~° ,, u~°E r°o ' ('~( ~~~ Y a . c°~ .. c o«a va c ~ _ ;m`o^°°°«~ v r ,,. nc n~° _ G 3 °p°~, u ,. Pt'rn ° °W'•w uUO ~° °i s ° ° ~ ~ ° ~ o a"c c «oa~ ~ ~.« `o«`o ° °u o° E° °o 6 cw~_ c u`no~ -..o ~ «.. i =(s~ °« oua`u u o i~tt `~orot ~~ ana l~ .ac„a '" o E V r ~.. ~ "• .' ~ ~ +• ~7-~ ~:"~ \ ° .c^ O 0«•. °.~ a cc ~¢ m o °c 0 0 - ¢ ^ ° °o^ or a°° o?<a aco ^ a,c oY«uoo~ Vic" ooo~ _ c« o _ O ° O Up= • ° ~ '~" V Y 'L'S oo«O i Ec`~ 0 3 u " E o f. E~?o;'u~°° 'o °d~ r0 r ~-ua« ~' O ..O O ~ o ° •' u^ -. o.~ -• ~ o ' o a 'o 0 o p°c«H ^ct«o ^oE° a~UL_ im` ,~ ~ cNm- 2u°'~u n a o 3o mc0'^ C°c L w ~ ~ ~ ~~ °C? ~ P o ~ n ~ ;~ o~oL °' „°o' ^n'cae E ° ° O ~ O ^ oc Sao°u ° - 5` oY o E v= `;~« ; u u?cua cE c- ° ~.. ~.~ , + " ^ c c`~ cu n c awo ua~~o$a °c«c..~o^i°~oa< ~ `°E ° E o< o o 3 ~ ° o~' u ° L J O ° _ ° ° Ym_"~n`t o~ooc vcE~^ v° ' u a ' `e u .; a° °~•~_ "`c rn° °~°t ~.~a yoj~L ~En^y =~o9 o ~,`,^ t^ `V ~" "" ' ~ J' U o; a no _o «c t t $ ° ° oco' ' r u E °v ~.. °`~« u va ae n n ` 4° a ;°'~ O° a° c n ° o a c oy n op° o n?`o~o ~o o rn -•n"c°u_ °,o^oo 'E=r `o°o m''o,nuW c~L~ Om UP ~W ~ .. W - m o . o ~ c ^ .. N°a _ ° o `or c° « ; '`" cm . i ° ~ m° oc o ~ ~Ea ^ t° n E° P - Q ;O ° ° 9^°•,° c ° "$ ~' ° 1`,.. .:::.~ `'~1 ~~ ~~~ ~~ ~ o o ° o=Eu. oCa c ° v_ t a ° .; o `o ~~ ^ E 'ci «EoE~ P«c °Y~ $ ~° .o$ o ~ °a:._ o U mn n n o r° ° o ~ .. . . c ai«u ~~~ u i°E ..max 0 4p :;ot° c a~ ° ° E ot `o "" ;y`o«a°~ ° o~ oxo°u° °u~« EE° ° 0 0 ` ^ ' ° , _ `~ r TTT 111,,, ~. r o o °o _n „~o ~ ° ° ~ °N ^ E~ ona `o o ° °~OO~p1°~~« cU 0 . a..E ~Oa ~' °o'~ °E_ -~~ c oE EaOm ° , _ ^ o° °o ~° ..n- ° o`o «°u` o.oo ~oaW~ ` ^ m o ..d ~o'.: o ^i.o c v c E u ° °a °on-'`o n3 o' °e'~a`oo c°~a°~ ~O=~O 'o \~ ~"~ ~ ~~' ' :l 7 f-~ c ___ « _ ~. ° `o .; °nTa Q~ °mc c `o c :.°o ono°cC° u Ro"o a°mc ~o `a „so"- y _'cc°~o°`, o'c = c c i torn _ o c'oi 'c v« °~`s«v ° ° c 'Q o"" o -- s - ° ~~c o ° •-o`° _~`. ""i° y°?' ° « ( v W Ow . l 1--1 T ao v _ -cv ~ °o o ^ -' ° ° 9 ..c^O o°~Sa °« °m^°oop°o°au°OU om~m°`m` >, c v, o ° E oo.c ° `~ aoo' c v n` z °O ._ Sa ~n c°"°u^ °u cQ` ..a u°° c o . - o Nn ° n°o° nrt« u3~°; u°o Nc~c u .." co o«ob~ > ` w - c °n .a ore «°o« a°°°u~n°« _°ouoo'c N.~«LU .o ..°^«ann Eo °c °'w~p « o4taE ; ~.W ` o 0 o pOUh° ~ c nO-'B~~- ~«u u;°°° 'o!!~5 c° o~o ` a ° ••°°L~o ucou~ -~L•Jo ~a.,o 'o m~u°r°« c°umc °~«~`: W 9~ OO 4 c .. ° v` - °o° ~ no~Eo «' ..oo^ = nnEO° o m m iq an c6 E°`Q«c~. .; ua oo °n °o9C Eo °s E`Ea u . . o ° a ~«vv~c r Yo ~o m~i,., ut««'E ° E ° ° vi °. s ~o« ~ o~ c o' °`0 ~°°03'; °c°3°i P oho of° mu ' c; °dU ~J u«u o ..o«°ccn° ^ cu o 3c E~'~o aoo«o.`.o'c ~.oaococ°°a, a.rn °°° '°°'°• u ; °° o m ° n ° X9 ° ' ' b `02'x' `s °c n c ~° • - ~.° ~co~ °.~w tmaoor~ ^ , au>o'°°o ~ ~ o °^ ° t°•ao un urn°E,^,E .;° o° -'uo«r° ~~//~~ /~-+ W ` - n °, a n E°o ooF 0 ^ of o~. . o ~ oo ~U c cE ~° 8 $~~'^° °o ion ~_ -$c°c°a^' n`L° °c°°co~ .°.w Ern i' >:c a ^E c c ~~ ' ^u ° . °Eur_. QEn° °°°.. o° ° o n o Ew , c ~ou~•«c Doom °°o .o ^'°c u~o«~.. c co` sE.. '~ W '- ^m ° VJ ~ o _ o _ _ _° ° ^ o a mo~ ~~-o~ -p!~=•~r a_ c o o` o= _~_~~« «rU ~~L3Y«LL b° L L G« ~ p9 ° G~ «GW L FLU p° L ~ • E ° NU .. ~uC °°°.n°u~m °'=r0«Q; U60 D c w ' BO Y ^_ ~ -u 0l '~ ._ : oo. n~ caU ° 3 U«CQay 3C0 ; t~0"' Qyl ` E °~ o E ~ ^ ^ tom c 3:^•> ^ _«_ ^°~°cc~o c~LOn° rn m 'v io 'a._u ~~ o`° v o 0 0« o u' o° ` o ° 5 °~ ° ° t O o va o°p _ c cu° °_` °p O ° ~~ o.,0 ^ =« o E_w ~a, ° ° o s°'- o aou o Wa ~; ooupYO° ° - .. t ., « o« . ~ ao - °n ~;^'" ~° ~o,°E u° ' -O u~ 3~L=yO3 '"°uc° Euc°jt°^o °"occ°s Sa ~' s°~~°o ° ° E W 1---~ o co a $o .°.°n° oocao?oo o~o~~aooo~'^oc ou «`co u«`co as° °m ° ° o° LC~° c~°~c~ ° ~ ° ov «E`'.' UcnUO o °z °OCgn °~~~°o «~ v c$ ` ' U in u .'c°L nU E,., oQy°ct a°- v$c ~`°'~c t°~o c~ ~ ° =u "u~~a °c O c ,~c~ n c - o ~a on « $E v ° ° ° °U °O%O °OYr;°°° L° °° °O~C~ G O LPF°C° r ao o v o._b° r=E on~rn r~oooox°3'm o~° ~nr °°.. P_''^ ms_ _ ~ o~o 30 °~OV °^ OU7L 3«.o°u o.- ~o 3wo° Sao ~ a a F~UCL. LL °OY J.°O °O000 yrC°4 0 0~ w«~aEu ~° '~~a. o n OO N M < N O O ~ ~ r t0 ~ Q zz z ~~ ¢¢ zz < 0.C '~ '~ < < 0. ~C.7 0.G W W '~ ~ n W 0.G zz z z z ~- zz ~~ ~~z~zz~z~z~ QQ~~~z2 ¢ ~ ~ ,~~ n ~ z~ ~.~ J w ^ T O ~ N QI ORGCC~GF"'0.. E-~C ~ G.G~ 2 « ~ ~' U ~ ~ ~_ jvr'1 In-~/1 ~000~0~-~,U- w O~~zc.a~-~- < ,~ ,.~ O O O U- > v~ ~ a w ~ L~LQO~ ~ W '"~ CjU pv: ~ -1 V, V]V]C/)z ~ `L~ ~« ~~ /: O O' ~ W W Lt~~r~~V]~~ JJJ.~O W W ~~~ « G ~= I W r ~ u 34 -~ ~ J ^ ~ w ~= w W W W W W w w O F- F- F- F- F"' < < ~' :~ v~ F- F- < < I~oSNNe, ~-1 `/ O ~ zz..~~,~,wQw~•~.~ ~~~~~~~~aaoo ~ ~ ~- ~0°~2~o~~2H ~¢¢<~wWz~~~-~- W ¢ rnO z33<e~c~aa F- ~~ I-1 ~o • ~i_._l ~~Jl_ ~-+ ~--I tj^~, ~ ~ O u_ac ~ XU_awX aaaa ,~ ~w o_^wso-- wwwwooo3=2« ~, O C7 cn F- ~.. c~. cn cn F- r,., w c~ rx a n: a: U F- F- v~ C~ C] U U ~, 0. 0. - N M 7 Vl ~ n 00 ~ O -- .-- N M ~ rn .--~ N M ~ rn ~ l'~ ~ O ~. n~aner,v,~ ~ - ;~ ~ ~ ~ ~ __ ._ w ~ ; ~ -~ ~ ~ ~ L~I ~ I_._..-._ ~ r~ U UUUUUUUUUUV ~~~a'o:d.c.n.~aac O p _ ~:a3e~lo~ o U o Q ,! ~ I~~ , ~ L ~ ~ L~ ~ ~ f z ~ . ~ ~ ~ ~ i ~ ~ ~~~~, ~? ~~ hi•i ~ r~-I F'' < z a ~. _ I~NII I ~ _ t s ~~ ~T ~ ~ w z ~ ~ w ~ ~.l ~ .J ~ ~_ ~ i~ ~ ~ I W O ~ ~ ~ W ~ ~ l ~ ~~ ~ ~ z z < Q O ~ ~ Q ¢ E-' ~ ¢ @~ {~J ~ , I ~ 1_-__, ~ L i I !\>~ L ~ /~ V 1 ~ z < '.'~ .) z ,~ z Q LL ,~ ,~ z .-~ z z ry-, ~ .~ z z r~lUl iJ fl'J ~. _ _ L: ~ l ~ ~> p~a~~a0 F-c,[-mac. ~a~n'~ ~ w i i ti ~ I s w v w O ., r i a:O 2 OOO~o~W oW oo~o~~Q ~~-L~~ U'w OO O~ `n O ° i ~ ~I l i I i p ~---- P~ o' r--1 a ~ ~w~w ~w~w Z O~Ow - ~ ~ uw., ,~ c'-, .~ rs O .~ ~ w rs ~ w w o. O O < cn O ~ ~:.. [_. ~r ~ ww;-,c,..wwcz. < `i'O < w-~,. ,~~a,,,r'wz.cs. -~;nw~~ ~0 ~ ~~ ~ >W..~WwwOv~WwW .~ 00 ~ w>j-~j ~.-~-R ~-. ~ ~ ~ :~~~`<:; :..~~.~.`.~ ~ ,~`~~~;~. :: > , .,~~~~ ~~- ICI ~_~ a ,.. 3z <>WwwWWO z <G] ~ ~WjWwW~zW~WC="~ L L ~- i,`~_._.; U C < < r ~ ~ eW.w < oz -~ zzQ v~ w20 ~2~ ~.. 30 ~~~-x w Q ~ ~ o~ W z~ 2 wzp .,. ~O ~2 E-WO ~ o ~a~-~-~ ~ ~~-~- ~~ O ^ I-I U ~' ~v w ~ O~W20~"< U F-c r wU rx2 .:~ C7 ~ >rJ , ~W2O~',-.<WW2O~- ~a nF-wwv: F-wr U ^N u 1~ r- ^ ~j 1/~ ~ ~ O ~ CL ~ cn ~. J.a. ~ r r ~ ~ ~ ~ •.- <'~I rn 7 vl ~O l~ < F-'F.•'~"F-F-'F-'F-' v F- a r ~ .--~ N d v~v~ Q ~.r ,wc cn r ~ r r r ~ ~ ~ r N M 7 v'l ~O l~ 00 O~ O ~ N OG~G](~0~0 0~ C` ~ /: 0~~ O ~ z ~ r ' . ~ ~ " c z ~U N ~z II 3p ~ ~ `"" ~ o z ?, w V ~' O ~- F- ~ w p ~ ~ ~ ~ p ~ c ~ ~ h ',~,? z ~ O ~ti z J, W r l v ~ O ~.. ~O z< U.. O wF ~ z O ~ z ° O ~~zz ;nU ~o z N = Z :J~ ~; 3 °~ s~ ~z ° ~ z ° ° ~ z ~ o < z o o w ~~~N W^ ~- < ~ GN<~ ~ c ~ ~_ [-- < ~ C O z ~ < .i [-~ C N O ~ z /: '- C f"r ~ ~ 0. W ~ < ~L ,~ U < u ~ ~~ ~ ~ u z ~3 ~ ~ N :~ ~~°~ ~¢ L ~ o~°~< °zz< ~ < W z~ W t-~ ¢ w z o z w~ W w z z3 ~~ O ~ ,_ < z n z- U V1 c ~~OZ Q ~ a ~ OF- ~ ~zz UOCZ F-~ cjp ~uzOC N~«p ~ w o: U v O~ u.. > W cC F- c~ p rz^ ~ ~ ~ ~ z ~ F ~ ~¢ ~ z z ~ ~ p z O ~O O O z zw ~ O ~ w ~„~ ~ w ~ I a c z Q ~ ~ W ~ Q z~~ c' ~ z p r~ ~ v' ~ ~ O z p U ~ w `_' aQ u v ;,; ~ G ~ ..~ c:. .~ w y ~ Z~~ :~ ~ ;y ~ U V v: v: ~ p ~ U Z U O . ~ ° z z Oa z ~ .~¢ o O z ~ ?~, ~ ,~ o^ ~~w ~ ~ o ~, ~0 3', > W ~ O ~C] Q vi ~- jrn w F- O c~. ¢[- v~ ~- c. ~~ W 2 < z z x O ~ ~ W O [:.. W ~ ~ ~ 2 OD < viz ~ W > O O :.,..'r" > vi „~~ N -'- z O< O ~ ^' ~~ (~ w Oc7 ~z O E--z ~ 0.~ CC W z~ O f-^ W< z~ V] O< O F- W< ~ L.i z O^ Cx. > W WO~cCw ?O 3~ ~v -cC~ w~[ -~O -~ v W G ~ z C z z O U U W ;/] ~- Ly O~Z00 ~w[_-z~ : -p¢ [ A"' O ~ ~, a c a; ~ wz ~w ? cn ~~ o~zQ3~~~Q~oOWa¢ ~ w3~;~~oz~o~o~ G , ~ = w, ~z~,~o°zz;~~zO~:~~- a/ W 2 p 2 <30 °-w 2 2~, ow =~ w w c.O ~W I~. (~ z Ly 1 O ~ 0. O z W ~ < W~oz ~ ~ w z O ~ U ~<w ~- o U < <-' WI" `-' w _N'' z ~ ._ L.1 .J ~ ~ < = z W GL ' w a X ~ F"' F U p" p CC U W < < [n U X 0 V] ¢ < o ; ~ o "~ U > o v' aQ ¢ w Q¢ a~ o v' 3 ~ ~ ¢w ~~ ~ W 3 C L V > ~~ n ^ ¢ z ~ v ~ 3- ~ ~ ~ ~ 31 U , . -~ , ~ , ~ ~ ~-a~<zw.~< F"'--~U au<Llz W w <,.a~w0<W w. >wz w: w ~Oww W3ww,,,r„ ~ < <¢'~~ - ~Qrn ~zO¢: i z<~Ua<¢ 'p<E~<~<v< wQ Q~~<¢z~¢~ O ~w O ~ - - [ ~ ~- r -. >--- 3 ~°" ~ = ew. ~j as ruin Q ~°' ~~ ~ a > Q a> rump Vi r" `i' ~ c cep ~ ~ _ ~ ~ Z ~v ~ ~ -~ ~ ^~ j c vu.~ ~n ..~ `-' w uW w r_ O ._ w a2 2 <z wz O W W u~ aw O <z w W wz~ w Op w<< ~= W :~ O <2 w O w o>¢xrxw~3¢w~Q~o>~~<U~~-,~UU=>3~~~i~w~~cUS ~-n o>r~~zw¢~~Ua . . ~~ N M~~ ~ r - N M 7 ~ ~D [~ N M Cf M~ r -~ N M 7 M ~ r OC -- 4 ~ ~~ ` ~. ~ C ,~° ~ _`>° dlAOI `[.LIO dlIOI °e °s S 3 1 d I U o ^_.. ,. ~~~.,_ ~' 5~~~2I~~ ~NI~I~I`~d .~ZI~ ~MOI,IO ~,LI~ _ ~ ; ~ a r ~ ~ - ~Y 30 ~~ ~~I~I~1~TdZI~iI~L1I ~AIZI~i~A~2Id QI~Id ~II~d~2I ~ ~ ~" ~ ~ ~ ~ w Y N I ~ m I I I I II 1 I I I 1 I I I U I I I I I 1 ~ ~p I I ~ I I Ow6 I I I 1 I I ~ 1 I S Vl I I I G W ----- ~~JJ - ----- --~--~---~--~---+ '---'I C2U1II__ m --- a o I I I I I I I I 1 I I I F. Z ---- - ----- I I 1 I 1 I I I I , -_ - - ---- v, --- °C I i I I ~ a W °' I I I ~ I I I I I I ---- - ------ 1 I 1 O I I I I I I I ---~--f --o-~"----~'----- --f-------I- I I I < I I I I I I I O Z ---- m - ----- I I I Z 1 I I ~ I I I I I 1 I ---~-----+----+--- - --+-----I--I - I I I I I I I I -- m ------ I I I I I I I I I I I -- I I --- I ---- I --- ----I -- I --- ~ I I 1 I I I I 1 I C~ M _ - _ _ _ - - _ _ - I I i _ _ _ I _ __ 1 __ __ __ I I i ~~_-_ CV- --_-_-_ _ _ _ _ f } I --_ 1- __ I _-_-I-_-_- I _-_~_ _ _I-_I_ _- N ~ ~ I I I I I I I I ~ --- - ----- I I I 1 I I 1 I I I --~--~----~ ~'---- ----f-----I-I-- O --- ~ O 1 I I 1 I I I W I I 1 I ~ I I I I I ~ I I I J ~ w 0 U h _ _ _ m _ _ _ _ _ _ _ I I I I i I 2 I I I m6O _ I ~ J II _ - W w O I I I I I I I 1 I I U I I I I I 1 I I I p I I 1 Q U -1 to ~___ ____ ~ I U I --I I.-__ I __-I ___- I __ i ____I__ I I I I I I I 1 I 1 __ (b __ _ m _ ____ O I I I 1 1 1 I I I I __~y___~____+ __~- _ _I-__ 1 I II I II I I I I _ ~~ ~I~F-___ ~J _ _____ I I I I I I I I I I __~____~____I ___ ____I __ i I I I IT I I I I I U -_ _ __-_-_ ' __~__-_-F- +-_-_- _ _+_-__I__I _ I i I I I I I I I I __ ~ I I I I __ _ _ _ _ _ I ` I I I I I i _ ~ N ~ I I 1 I I I I I I f7 _ _ _ _ _ _ _ I 1 I 1 I I I I 1 _ _ _ _ _ _ _ \ J ___ _ _____ __~ 1 I I of m I I II 4 Rt r°-~ C~ _~ ~ i_1 ._., ..._ ~ ~ ,o ~ .. I. _: VAI OI ']L.LIO F~JIOI ~ o s s 3 ~ d I ~ `` 5 rLj ` ~ S~JF~2IF1~J rJI~II}I2I`~d ~,LI~ ~MOI d0 ~IZI~ ~ ~ W ~s N ~ ~ a; >< I~I~I~I Q C ~xi ~o y ~ ~ o o ~ F- ~ ~ o , -- ~~I~T~I~I~,Ll~tI~I~I ~AIZI~i~A~2Id Q1~IF~ 2IIdd~2I ~ ~ ~" ~ M $ ~ ~ Y I I I I I i I I 1 I I I 1 1 N 0 - -- - --- O I O I 0 _ _ . _ _ - _ Q I ~ ~~ ("~}- ~_ - ----- ~ ~ _ _ N ~ - - - - - - - - O ~ _ ~ O f~ _ I ~ _ O I ro -- - - --- I ro - - - - - - 0-~ ~ ~ - N I -- _ _ _ _ _ _ N ~ ~ l ~~)~ U _ _ - _ _ _ ~ ~~ `l ~1---- \/ - - ---- O - _ _ _ 0 I I I I I I; - , I _- ~ ~ ~ ~ ~ ~ ~ ~ II I I I I I -I I. I ---U--- -J---- =1 -~------~-- - --I- I I I I I 1 1 I. I. '. I I 1 I I I 1 I I __-I I__- I I I I j ~ I 1 4 I - ____ - __-.__.. _I -.___ '. -. _~ I I I I- 1 I I 1 I i -~--- -- ~- -- -. - ri_-_ I I 1 Z6. 1 I I-" - I -. I '. I ~3 I I a I 1 I K~ I I I- I - ~ I I I w ~N I I I I I Z Q I 1 I d~ I J - I I I I I I I ~ a l w I 1 1 1 _ I I I. I ~ ~ } I 1 I I _I 1 0... I I a~ _~~____-F.___- _ _~I_w~ -_I_I- ~ I ~ -. ~ O I ~ I i I ~ l4 I - _ .- --I I- - - --- - _ - -_-- I I ~ ~ -:I I I I I I I I I - - I I I a I u ~ I z I I -: 0 I I I I I I I I m 1 ._ _ - N _~-- .... -___.... __ _. _I~;_~ I I I.. __ It ..I I~ I I i I f.:. I I 1 I -I-_ _ -- i~ I I 1 I I 1. I I I L ~ I I I I f I I I --}--~- -~--- -- - ---~-.---I-- - I II I 1 I i I i { I I I I I I I ~~ I I 1 Or a ~ _ -I-_... _ _ - _. I I I I I. °U W I I I ZK~ I a ~ sew z oa ~ ~ ' r --- - --- Z -- ~ - --- -- ol ~v_raw I I 'w I I I I I I -~I --- I I I I I I I I I 1 I I 1 I I I __{~1___ ___~______I____ ______ m 1 I I I a I I I I ZU I ~.U I 3U I I ~a I I Ua I I ~a I I I O N O d _-~_- UN -~-_ - - -_~-UN __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 1 _ - - _ _ - - - - _ - - - - - _ _ - _ - - - I I I I „0-,ti L „8-,ZZ „0-,6 L „0-,SZ „0-,6 L „0-, L Z „0-,b l 1 ° V -~ V 1 I I I .,0-,8 „Ol-,9b1 ~ ~ - U U U U U U U U U U -- m _ 0 < w ~ _ = ~ ~ ~ g o o ~ ,,_ o _- o ~ w w z O ~ 1 a ~ a ~ 3 ~ ° I^ z a w o ~ U VI ~ K O ? N ~ Z ~ x = z w Z 1 n w W I I I I I _- J ® ~ ~~ w -- ~ w zo o? ~~ w c7 z w w ~O ~° w E W N Z ~ Z V ¢ Y Q a m N m~~ g as ZNpw ~ Q~ ~ ~ Od ° H U ao ~~ F~ z< w NO ~~W O F ~O¢ O .~ G dd3a\ NOZ < ZS Z~ ° Ig. z3 ~rw a ~z a v°oza ~w~ri ~ ° w ~ YO l v c~ ?~ N ~W d>~ w~ ~ ~ p Q K W algoww aVlU~ut ~ N J~ ~ IJ Z g=a Z= way 0 o a a ~ Q ~ ~ °O -- ~a o~ O ~ Jw ~ a ° a `V'~y ~J N°4 .- °~ tv - - aNg Y ri CZ ZI d ~I Q Q W J W `° ~ I J ~ ~ n z~ ow ~< _ C~ N ~ dAtOI `]~.LIO dAAOI /y~ _ $ 3 ~ r:r~ s 5d q 5~~~7~I~~ ~NI~I2I~d AZI~ ~MOI ,~0 AZI~ ~ ~ ~ ~ ° ~x ~. ~ _ ~~ _~~ ~" ~, Q~N~I~I~.LNI~LII QAIZI~I~AQ2Id Q1~I~ ?3I~dQ?I ° > `' ~ W =' t~I. ~~.` ,~~ ~__. ~; tli~ _J ~. 1, ~ c ~ ~1~) „U-,ti L' „43-,GG "I „0-,61 „0-,SZ 'I „0-,61 ' I „0-,lZ „0-,t~l ..ti-.ti - /~ "0-,L~ l ~ d d d ci cv 0 ,~ w -,=-~ _ - ._., ~ (.~ o ~"'s,l"g°° _'r (`-.; dAIlOI '~d.IO H~OI ~ J = s r ~-~' 5~~~2IF~~ ~I~I}I2I~d ~,LI~ ~MOI ~0 ~IZI~ ~ ~ w ~ s I~ ~ ~ e S 3 •` ~ 1~ O O ~5 d ~ o; Y ~,. ~H,L 30 ti M ~ ~ o ' ~v ~ `' ' ' ~~I~I~1I~I~ZNI~LII ~AIZI~I~A~2Id QI~Id 2II~d~2I ~ ~ ~ `` ~ ~ $ g ~ Y 4,_ tlt. ~~ ~ ~ jlli - N - -_ _ _ _ _ -- 1~ ~- ~--- _ _ _ _ _ _ (~ ~ _ _ - _ _ _ _ -- ~ ~ ~ I ~ 1 ` ~ ~ ~ i ~3a~ ' ° ~ ~ I ZQ Qw ~ 1 1 :I I O 6 I ~ K --- I 1 I I I I f ~~ ~ ~b~ I ~ ~ _ - _ l Ww f I 1 I w= I I L _ I- -I~ ~~ I aaoZN 4a~ r 1 I i a ~ ~° a 3 I^ z u w -_ _~~'_- ~: -ia oo~~w In err ~ c - I 1- ? a z ~ 3 n z ~ _ - _ - _ - --1- I- _ -_- ~ I ~ a 3 o w o i I I I ~v ~ ~ I ~ ~ I I ~ z W w w m ~ z I I 1 I I I I I I W} i I W J U ~ ~ IW a I: 3 I I I I 1 I: 1 I Z ~¢ Z Q I - I I I I 1 __ - _~ _-_~ ~~ I --_ _ ~__ _I __I_. ___ __ 3 ~ I I I ~ ' o0 ~ w < . I I I i I. I I ~ o5 v a W~ -- I --._. -~"}_- ----}-- - - -- --_ --- - - - -- ~o w ~ ~~ z I r I I I ~ I 1 ~w °~ ~ ~o az ~ J ~ ~ I ~ ~ I ~ ~~a ~ ~> >d Z< Z ~~ 0 I l i ~ . 1 ~ ww aa~ o c~ o Cis ac~w m z ~ _ -- i 1 - -- ----~- - ;~ i _ _ ___._ - ~._ __.- _I-___-- __ _ NOZ ¢ UW OF O2 ZS U Y I I Q ¢~W UU ~U - K ~U I ~ I : I - ~ I I _ i I w y K U W w Z o 1 I I I ~. 1 -:. I d _ z ~~ o° 3p ~ ~ ~ ~ -- - -- - I ---~~~- -_ I - - - - I --`- ~ -r- ' ~ ~ I ' d '---I--- I -- -- ~~a 3~ a g ~ c' a ~ °~ ~° I I ~ o c~ ~ I I I I - -1 I 'i I I: I I cv 'g I I _zm i - I m~~ ~ _'° ~ox ~a a I. '. ~I. I~_ I 1 xo I < ~ 1 . ~ o 00 w rim ¢rn~ _ _ _ _ _ _ 1 _ I 1~ I I I - -- 1 I _ 1 I I I; I_ _ I V` I I I '. 1 i i I- I I I I I ~. 1 I I ~ I ~. I ~ i ~ m O a I I I I I ~ ~ _1 11 : 1 1 1. :- - ~ I ~, I ~I. I i 1 ~I I ~o¢ < a w ~ Z~OQOw O O ~ .I I. _ i .~.}n w F ` Q . I I 1 I. -I az 3wJ J 1 ~ ! ~ i I ~~o ~ w ° 1 I 1 I I - I I 'I a ; a W O w w J •O ~ I I ~ aNw~~ o : I I I ~ } ~ ~ I ~ I I i 1. I 1 I 1 I i I -- ~~ __ ~ I I I-. I ~.{._ I II 1 ~ ~ i I 1. _~_ I'. _ I I :.I _ _ I I _ _ I.. ~ I + II ~ I I ____I__I_ -. I: ~ :I I __ I - 'I I I: I 1 - I __- '.I '. -I.- - I I -I I I I I 1 1 1 I I I I -. ~I --- I 1--I __J___~_ I _ .~_ _ I _I ~ ( I' __ ~ I ~_ I ~ 1. __I_I- I _. I -_- I- I I I I I I: ~ I ~ K I ~ ~ l.• I '. I 1 I _~ - I I I I I I -_ _ -- _ W _ _ -_ - _- _ - -_ _ __ ^ - _ _ ___ ~ ~ I I I I I I I I 1 1 I _~____ __-t__--_I_-_ _I__I__ I 1 m I I I I Q I I I I ~Q I I Ua I 1 ~< I I Oa -_~__-_~_ _ ~ _-_ _-_+_U~ __I-_~-_- I I I I I - 1 I I I I I II 1 1I I 1 _~--_}_---_I__+____ _- I I 1 I I I I I ~ ~ ~ ~ ~ ~ 'I «o-.r L J_-l „8-,zz 1 ..0-,s ~ '~ .,0-,sz '~ „0-,s ~ 1 „0-, ~ z 1 .,0-,v ~ /~ b „0-,8 „0-,Lti L ~ ci ci v O .--, ~; ~ r .,., -:!_ , ,> '~.d.,~1: ~,,; ~dSOI '1~.LI~ ~d1OI o °s _ ° ~ d ... , ` 3 i'-, 5~~~2I~7~ ~I~II}I~I~1d ~ZIO `~MOI ,~0 ~,LIO ~ ~ = o ~ ~ ~ ~ > ~ ~ : ~ V`Y1L Q, `; ~xi 3o y ~ ~ ; o ~ ~ >< . 1 `-=~ ~..._ ~ON~I~I~.LI~TI~Y1I ~AIZl~I~A~2Id Ql~I~ 2II~d~2I ~ ~ ° `' ~ ~ $ ~ ~ Y r"~ e~:`3 \J ~.r z w o 9 z (~::.~ ~^ v3O 3~~I h,J' e^,~ U ~o~d~ r I ¢ j~'{ 1 "~" a Zin~~ri `It:! O Jam°N a3 ~+~ ~ i•1%f` ~t ' QQ N v W = ~ N - 1!1 Z ~ ll {i!j ll ° p °z l..za¢ E: ! ~•~ -- N - _ _ 0--- -- _ _ ("~}-___ ~__ - _ _ _ _ - \J -- ~J --- 0----- I I I I I a <O~w~ 5zg~ ¢ I I I z ~ O N~ O\ I I I I m ~ z - - - - -- - -- - - - - - - - i m Z o i I I I ~ I I I I- I I I I i I r- I y z z 0 d w Z ° O F ¢ ul ~. ~ t7ttt-- 3 Z O ~ 3 3 ~I _.... I I I - ~ x ~ x o 3 _- I I I I- I _ w Z N U 2 f - I I I I I W I I I I I J ~ ~ Iw ~ D -- --L~-- -- -- -- -- -- 1_I_ - - Z I: I I ~~ . L I~ W I : ~ { I L I . I I I - 1 1 I I I I I 1~. I i '1 :1 -- }--}_-_ ~ -- _~__ I - I I I- ~ I ~ ~1 -- _ I --~___---_-I-_I-- I I .I- 1 -_- _-_ 1. I I _-_1._-1- ~ I _~__ -I - 1 I I' --1 1 ~ I I 1I I ~ I I _ I :- I ~ _ _ ____ I I _ _-_ __ - 1 I ~ l --- I I 1 ~ -- I - I~ _ '. I V I I - I d. -I-- I ~z - ~ °~ I --- _- - - - I.. I --~ I _ I --- - -_ ~ ,~ 1 l -- _- -_ _ 1 __._ __ I _-_ - I - _.I _ - - -- _ - __ - rr I I I 'I I ~. I - - _ I~ ~ - Q .,_ I I I r IlL. I ~I 1 - I .__.J- -1-_ I -I ~I ~I I I ~- _ I. f ~ 1 __ I -~ I - 1 I I I -~: I - - -_ I ---1 I -~ I. ~ I _ _ _ ~ II I I: i ~~ 1: I 1 1 I I I .. _ J _ I.. I ~} . ~ . .- ~. _._.-: - A I~ 1 I -I I~ . - I ~ 'I-- I w ~ 1 I I I II -- --~ II f 11 -- --- I I - i I I I iI I l I -- =-U- II -- ~ -- ~ - F' 1 I_ _-.-I-__--_ -_I._-__ OF z I I l ~ am=p °g``a U I I I j ZNO¢ F-pK I ~- _I_-_ ~ ~ ~ rjKW O ~a ~~l a~~z~ i h ~ o'J ~ I I I f 2 c i ~~ _ . ~ -.. _ -_. _ 1 - _- _ ~ I I i i I ~ I I I;. I ~I ~w ° al~oww Q N U ~ f/1 -_ _- _ _- -1 I. _-_- 1---_- I_I_ I 1. -.1 1 I 1' 1' ---1-- -__I___(__- I I : I I I I I - 1 I -_- - -- ----_~_ - I_I_ I I I I ~ I l I I I I~ I I -_- 0. _ __ ~ _ __ _ _I- °^ Z)a I I ~ I I I I I I I I I I ~w _ I I ~N - I W ----- I - -- 1 --(------I- I I -I- ~ -~-w - I 'I I I I I' I I °~ z -m l I I I -I I w~ I --~---- I I -~---- I-- 1 ~------I- -1- 1 1 I 1 I I I Y w I I (I ( _ I I 1 c j Q ~ I I I I I } O ° H ~ Z O 2 O~ Z Q U~ w~ O w ~ a ° w N < WQ N = N >> W<O~ ~ a m O ZZ ~ " U ~ Z °o W a Z < ~ v ~ m ~ ~ ~ Z~ ~a °~ N O O_N aa~ p °~ Z WN ri~ t=/f~Z ~ ~ ~W U WWU ~Fw Y UQ OZ ~O Or U ~ WYp ~W K U ~ ~ 30 O Z' F 0 0 o ~~ o ~~G o 3 a zQ W 5 oa ~ of `g ~° B Nt-W ° h6 ? l~r s UQ K mKK Q -~°W 4 U N J°W yKj OZO N~o ~ n 0 z~ <~r ° v ~~ Z g d J . W ° W o J `~ 0 •~ ~w Oa L~ vUi -,Lb l •~~ •~• fit-- ~AIOI `A.LIO V1SOI "' S 8 ~ s 3 l~~ p s ~,. ~" ~ S~~V2I~~ ~I~II}I2I~d ~,LI~ ~MOI 30 ~ZI~ g W ~ ~ t0 ~ ~ ~ ~ ~ & V .- ~,_ ~~5~ ~ S 1, axs 3o y ~ p ` ~ ~ F >x ~ , a _ ~~N~I~I~,LI~II~b1t dAI.L1~I~A~2id Q1~I~ 2II~d~2I ~ g ~ ° g ~ a ~ ~ x ~ ~,. _. i . C ,y ~ ~ l\~15 ~Y ul. ZO JQ ~QN ~;tl~ ~ S , ~3 Fw~ ~ (~ ~~V `. / Nz~i~~o \ 1 ~ t F~~ ` . pp wQz z zw zaa E I (~' ~____ _ _ M O~ C~--- ~/ _ - _ _ . _ _ -- - _ 0-- 0---- aaoa ~ I 1 I I I ~?~s ~ SON ~.~J\ I I I 1 _ it I I I- -_~ - I 1 _- ~~'-~ I I L- 1 I I II I I II I I I I I i I I - 1.~ I T -__ I __- I _T_ _ _ I '-_ -_~ I: 1 - I I ~ I ~ ~ ~ I ~ I I ~ ~ _-_ _- _- _- __ -_- _ _ _ _ -_ __ ___, I I I I I I (n I I I I I I 1'. w I I - : ~ _ - __ {--_-{__ I 11 -. ~ I I __ ~____ I: I I I _ I~. I _~~~-_"-_-_ I I I I ~.I 11: :1 I- I ' I - I I I I - I ~ ~ 1- I _I I I I 1 I ~ Z - - Z ~ m p w Q O _Z ? ~ ~ O (~ S ~ z ? o a w ~ o w z ~ o z ~ ~ o -- a 3 ~ z ~ w N N O ~ ~ ? ¢ z ~ 3 o in ~ a¢ z ; w ~ w O z In v z W I I I I I I O I W ra z ~~ 05 >Z~ IJ ¢ ~ poa a ~za p ~ (n NO= 1 1 I I I ~ I 1 I i -, I I Q -Z !~l - _ _ _ _ _ _ _ _ _ _ -4- _ _ _ -._ _ _ W_ = gm I 1 I I 1 f I I p cis ~ I ( ~ I .I II . f. I -- 'i aIO- U? UZ I I I I ~:I . I: I: I ~~ I I I ~ I I >~p - A--1 -_ ~{_ - _ _ ~~ : _ ~Z-z _ I_-. _I _ ~ ZN~ ut 6 6 xZ ~ f I I I I I ~~ I I ( z 1 I I _- I I ---I I- I. _ - _ ___ _ I~ ~z _~ ~:I wxfo ---1?_I __ _ _ _ _ _ _ is I i I 11 I I I - - I 1 .1 1 i 1 I I 1 1 1 Y I V ~ I i I I I I I -- 1--1-- I 1 I.. I I I ~. I I I I 1 ~ -----~---_ 1 I I:~ I - 1 ~ ~'I I -- I I ~ --1-- I I - I--~--- I.. I I I.-. I. 1 .- ~_-- _,_ - 1 I C I.-:I _H--__ . 1.- t-. -r I I -- - I I _ _,~- -_IT _I--_ 1 i I ~ i I ( -_ _.` I I.-. -_ f -__~ -_ _ _- .O__ . _.._ _-. _. _I~-_-__ I I 1 :. I I I: Q ~ ~ -.I ~ I~ I I IsQ~ 1 I 1 1 I I_ p a~ i i :I ~ --- +-~ I I I -- ---+ - I ~ - I --- NOS- I - - - --- I I - ~I _~^p -~,-~- xZ __ - ~ I i I ~ „v- wogo ~ Q~ aN Q = W IJ S a N ~ U~Q Q O m K ~ ~ZO u=i°,: _= Ca z a -- O a ~ a o ~ w ~ ti N ~ J wr O >W> W o _ ~ ^ ~ p a J tl ZOZ ~ < a m Li N i Z W N Z m S 1 __ ~'SOK N ~ M K < W p O J _ UF-Ka ~a°w° aa~<w a In 3 in I I I u I '. ~. _ I -- F~ _._I__ _.-.-_ -- F I Y~ I ~- __ I _- .. ~. ~ m ~ 1 N O i ~J I I I -~- -I -I - --- I I ; I 1 „v-, ~ z ~ ~~o-.t ~ 0-,8 3 o° a wo N ~ 4 ¢ VI KO ~2 ~z ~~ O_ N ~ ~ w Z~ CjK ll. ~ U W K O O r U Ua w ~ Z 30 O~ ZKO wag a O ~ O V h~ ~OJZ a U N J O p - r 0 ~ ~ W a N a ~In aln~ n v I I I 0-,Lti l cJ c~ .-~-.-~ r,r~~~ ~ t~YOI `X.LIO Vd10I a ~ e ; Y ~ab.,o. . s 3 o d ~;~~ ~ 5~~~2I~1~ ~I~II?I2I~d ~ZI~ ~MOI 30 ~ZI~ g ~~ $ ° ti ~ ~ a $ ~ ~i ''~ ~ l~ ~ Q ~ J , ~H,L 30 y ~ ~_ Z ~~~~a ~ ~ e ~ ; Y , o'I - ,-.. ~~ ~- _~ ~~I~I~N~ZI~II~I~1I ~AI,LI~I~A~2Id Q1~I~ 2II~d~2I ~ ~ ~~' g ~ $ ~ W Y r ~; , E~s ; ~_ "~ O : ~ !ail ~-- N --- O _ _ --- -- -- ---- _ _ _ _ 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 --t- I I -~- I I I I --~'~- I ---~-- I I ---~-- 1 I 1 I I I --+-----I----~------I---I---- I I I I I I I I I I -+- - _-- 1 +_ I I _}~{ __ I _~-_ - --1----~----'-I--1--- 1 I I I I 1 __+____-I__ _+__-I______ I1 ___+_ 1I I _{~ __ _ I _~__ 1 I I I I 1 _~______I___~___I_I_-_-_- 1 ~_ I 1 1I II _J-l-_ I I I I I _~_ 1 I II I I1 I 1 I __+ _I___+_____I__I___ 1 I I I I I I I I I 1 __ ~ _ I -__ _ _1-1 _-_ I I _-1 I- _ _ _r__ I -_- _-}___I___t _ __I-_I_I_-_- I I I I I 1 I I _ - - - _. - _ _ . _ . _ -. O _ _ _ I Z I ! ~Us I I 1 - 1 1 I I W .i W O I 1 J I 1 N Q~ I t tt TTTiii ~~~ I I I. - t ~ I ~ I ~ ¢4 a <¢ I I 1 I ~~4! I IF I ~ ZW ~lY~ t I 1-: -- I I I- I - I...1 -_-- -- I I -~ I I 1 -I I-- 'I - 1 I 1: _ I I~: 1 1 I I- I.. - - - -- I - I I --~- I ~I- I I I -j~-- I I - I - I I --~- I - I --- - - + -`_- -I-i---I--- I I 1 I I I I I I I i i -t------I--~----I-I--I I I I I I 1 I ---+- I I I -~-- 1 I I --}--- I I I I I I 1 --}---I---~------I---I--- I I I I I I I1 ----+--- I I 1 I -~ I I I I I ~-- I II I I1 1 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--- 1 I I 1 I I I __~__ I I I _y_y___ 1 I I __~_ I I I I I I I -_y______I____+ I__I__I___ I I II I 1 II --~- I I I -~-_ I I I _~_ I II I I I i I -~--_I_-__~____-I__I-I___ I I I 1 1 1 I __~_ I __ _ II II _J-1__ I I _I I__ I _~-_ I - I - II I II I I I -+_-_I_-+_-__I_____ I I I I I I -I-__I-_ I ---I-I--_- wo 2~ ~a z w ~ 3 o° ~~ 05 < u a o '~'" Wa w ~ in ~~ a W Z Q m W N In N O ~~'a a ~ o ~o a~ oo a I-z a m~ v ~ z ~ ~a ~- N~ ~~N dUw ~ a N ZO UI ~~ NOZ ~ Q ~ - OZ U Uw ~_ U ~ ~ ~ w ~ O U ~ Y ~ wQ~Q0 U r ~ ~ <j Z H S~ F- J ~~a ~ o~ 3 ~ ~~O w¢g U ~ o ~ O6 KOO ~ g y m~~ < ~o o ox ~WW Ozo O O r ~ s ~ N U ¢ ~ti l rv a Q H V z) ~I O O a U-,L~ l ~ ti .~., e... ~ ~ ~...r..,,e ~.~ VAIOI 'A.LIO ~AIOI ~ ~, ~ _ ~ : a W N y s 3 ~~7dTT,~~TT~ o ~ ~ ,. S~J~2I~J ~J[~II}I2IF~d ~ZI~ ~MOI 30 ~ZI~ _ ~ ; > ~ d r ~ ~ $ _ 1~1 V 1'~LtJ~7l1 ~H,L 30 y ~:ooo ~ ~ e~~, Z ~~I~T~1~I~Z1~tI~7I~i ~AIZI~i~A~23d Ql~i~ 2II~d~2I ~ ~ ° " ~ ~ ~ $ ~ ~ Y t~i. 3 t~ {~~ ~ti~ O `-~.. 1'``I_ ~ ..: ~~ b I ` `y ~ ~A.... 4V '~ e~~ ~ J F _ C ;~~ ~' W a m w z ~ ~ ~ ~ z ~Z~ lV W ~ O U ~ Q a J w ~ ~ 6 Qa 3 N N N U Z = ~ Z ~ U o N J z w W I I I 1 J U S ~aN _ I I I _ _ I I - - I I i - S F I I \I N I I I I I < I I I za I 1 ~~ 1 I I - I - ~ - - I - I - ~ - I - - III - I - I - 1 I ~ 1 1 C I m I - ~ N - I I W I Z I ~ I V I d S ° I = ° , ~ ° = Y o ~ - - i - -- ~,-- - -V--- -~-- ~ I I f0 W I A I ~ w II N I I J . W ~ m I ~ 1 I z _ C V I Z O ~ .. ~ _ Y d - I ~ - aZ I = ~ ~ J ~ a v d ~ I I z wri N v ¢~ I ~ZKO O ~ 1 OWOw UUW to I _ _ 1 _ I _ _ I _ I I _ _ 1 _ I I _ I I ~ ti 1 I ~ _ _ I __ I _ ,0-,Bl ,I-,CV ,l-,CY ,0-,81 .0-.Bt ,l-.f6 ,l-,fY .0-.BL ,Z-,LLI ,Z-,ZLI Q ~] ^ U Q O] ~ U N Z g a 0 O J 11 J ~ W .I W p J D ~ Z OQ ~~ N ..,„ °,Ilm:p.'. ~ = 3 , „ I , O = S ., ~~'~ S '3 Q ~~ Vd10I 'A.LIO V110I S~~~2I~~ ~I~iIx2l~d ~ZI~ ~MOI 30 ~ZI~ ~xs ,~o 3~1~I~1I~I3,LI~I~I~1T ~AI,I.I~I~A~2Id QI~I~' 2II~d~2i y ~ ~ ~ ~ ~ ~ J N ~ ~ ~ ~ ~ ~'` s g ~ s ~ ~ g N ~A ~ ~ _ ~ a ~ ~ ~ ~ ° ~ ~ a ~ ~ ~ i 1~{``{ ~(1 i S~ ff , i ~t r~ is ~-, ~ c ,~ ... ._ .._ C--, W .- ! ~ m ._ _. ' ^ ~ W ~~ ~ -- ~? ~..1.~ ~~ , ~ w = V 7 0 ~ ' _ti-7' 0 S ~ o a W z a w ~U t~ ~ "~" ~ o ° a a a 3 ~ z N v°i O ~~ O '° ~ ~ rn z z U > > 4 O ~ a 1_ z W U W U U N 1 1 1 1 1 1 1 a U w U U - ,I I I I I 1 I I I I I o _ o - • I 07 - ~ - - ~ KW~ Fx~ r ~ Z t~ ~ 01~i1 0: ~ i h - N ~ - N ~~` W 0~0: ~ <K . Z I d ~ ~ ~~~ Z ~ g O o w ~ o v'ir vi , O d ~a ~ O ~' W ~ o U l. ~ ~ - O O ~o _ ~ o za O o°~ ~. ~W~ x ~ ~ o u~J~II~ i~ ~ I S Li0 ~ ~+ • J W p R =r 6 Jf ~~O>> O J ~ ~00 Ci0? j J ~ SI O W io ~~~a ~ 20'I- a~w ~ R J\ U < N 0=0W In - W ~ H O ~~ ~~O W p m ~ Q U~; ~Wo rn lA - ~ ooc~u ~ a~~ ~ xOOZ U10: J W ~ <w~ N ~ cl n •i ~ ~ - ,I /~ M - Ih - A N - •1 N - •I .o-,al ,l-,cr I I .l-,cr A-.al .Z-,Rl a m ~ v a m ~ v - - - - - - - - - - - - -I i t I I Q N - I 1 1 I I ( i U I I I I ~ O ~ I I I I I I I I U I I -- ~ _ - I I U I I rl ~ I J ~ I I I 0 - ~<`. ~N 1 wa v I ~~o zQ ¢¢w ~ oa I I U14 N ~ ~~ ~ Z ~ I I I I w I U.W^~j 1 U g~ I w~ I I I U I I I r a. f I I I ~~ _~ I 1 I z `-'w Ci NUaa I I I = ~ O: W O W O W I I I I I I I I I yy F I I 0 0 5z a I I I I ~m ~ p W - a I I C W~w~ I I I ~Na, W I I K W I~ N I I I ~ ( I I r to ___ ___ -~ U U a [3 U '. 1 U I C3 U Q 1 F W Z U U I 1 U N 'WNF U Ij M p zO W I 4 K V a I V yy11U ~ > ? FF-- W X H W I U I _ - - ~ I I ~ I I Q -~ - _ _ __ z O ~ ~ I I oaa \ I ~ U arc O< I J~ a~~ ~ I I ~ J a-.ts - -rrrr~ ~ - I - - - - - - - W ~ p v(/1 UAW.. I ~ - N X~~ I I U F W K I a cW K W N O O LL U I ~ I U 1 U I - - -. -. - - - - - - - - U - W U ~ 11JJ W=VIW U 1 U 5 ~ aN ~ ~ U z ao.~ ^ o I. ~ 0 5W az. ~ WOO'I~tO za. 1 ~ I ~ ~ < c~ o 1. • ~N ~_ KW Q ~ U { 1 a- Q U W UW I c3 I SNK W (~ 1 O: WI. VI U 1 U I ~ - l U 1~/1 U U ~ I I _ I 1 I .0-,Bl .l-,LY .l-,[r ,0-,01 .Z-.ZZI S~3T 1 VWI O O S 5(`T,'Y 1 ~ ~ J l ~ ~ Q ~.~ q' ~' ,~ ;rJ ~ ~ U c, C~ ("~ .\.` VAIOI `.LLIO dAIOI S~0~2I~7~ O1~II}I2I~7d ~ZI~ ~MOI ,~0 ~,LI~ ~HZ ~0 ~~N~I~I~ZI~II~I~I ~AI,LI~I~A~2Id QI~I~ 2II~d~2i ~ °I .Z/l S-,Sl ,b/l Ol-,Bf ,4/L Z-,Lf .LL-,9l I I I 1 I I 1 I I ~ I I F Z w j~ j ~ ~ >¢> w 1 I 1 W I I 1 m I I I 1 _ - - - I I ~ I I I I I ~ I I 1 .- -_- I I I~ I I -~ I w I I I I 1 1 I I I 1 1 w I aw ~ I I I ? I ~~ I 1 1 0 1 p d I < I < I ao~ I I - --- ---L-=---- --- -1 N`-`- -~ oaa oZQ 1 O I I I I I o I I 1 I I 1 I I I I I I I O I I NcwJ 1 1 1 N W I I Y O N~-~-_- - I I I O F 1 I a o I I °. O I I I I I N I I I I I B _ _ _ _ ! _ U1 I -_- I _--__ I --- I I II ~ I 1 1 I I I II I ~~ ~ ~ ~ i I W~ I I I I I 1 1 I ~ ~ ~ ~ ~ I ~ I 1 I I I N O I I I I I O I II I i I I I I I I .I O I 1 I I I I I I I 1 O I I I I I I O N I I I I i~ 1 I 1 1 I O 1 I 1 I 1 I I 1 I I O O I 1 I 1 I \ ( K L O I Qm I I I I I ~ I I I 9 -_ I __ _-_-_~_--_--~_-__ Q 3 Z Z Q fL QZ ~ K ~ m ~ ~ < w ~ ~ G V ~ oN 0 ~a d ~ U a o ~ ~ ~ ~ w O N m W O I I ~® a ~= g~"a i n r 4 ~ $ ~' ~ ~ ' m 2 ~ < u In O Q i. ~o C Z ~..- r ~ Y .._.._ .._.._~ ¢~ m ~~1 O m I W O U i z a I ~ ~ o~ o? ~ N z~ JO • U 4 w~ I J~~-a aN~W~ " ti °o mN oW w o ~ O I m 2 wc~ 3 d x~ Z U w a K ~ Q J ~ • ' W~ y z Z N~ - O g ~ 0 0 U p Q~ m J w o .I I ¢ fa O o~ ~wtJ Z ~~ ~ 6o Z0 <~ N a- 2 W AN n Z J w~0 c~z~ ~ F Q N ~W 3 N ~UpoY O K J F- I ~ ~ ire oow 3<W zor "~w~3w ~~rs~2 ~ ' a oo~ ~~3 i o~L~dz Ww Uu LL N ~ zNZ ~ o~~ la-ti~ ~?~ Z J ~ K ~~~NO~ j M ._~ ~... ~..,`~~ '°° __ t~lIOI 'A.LIO V1SOI o ~ ~ °s ~ ~ ~ 3 1 d 1 ~ o ~ 5 ., 5~~~2IF~~ ~I~tI~i2IF~d ~ZI~ VMOI .~0 AZI~ _ ~ ~ ~ a N ~ ~ R ~~I~IF~l~I~,LI~IIF~i~i ~AIZN~A~23d Ql~I~ 2II~d~2I ~ ~ ~ ~ ~ ~ ~ < ~ ~ Y ti [~ r ,~t4`. ~''~ J ~ `-1.•_•~: ~ ~~-, tip.,.`. m ~(` `•. ~~ F--, s-soy 1„V -~'" L L I I 1 (1 "'~-. I„Z/l S-.Sl I ,b/L OL-,B£ ,I ,b/l 2-,L£ .I .LL-,9l 'I ~T~ I I I I I ``~' o I I I I i I I I I I how I ~ ° I~N Iw tD m I 0 1 I o i I ^~ .w.0 ® ~ I I O ~ zzw In _ ____ _~~ ___ __ w I za 1 0 O ~ UZ(r~ I I axo\ I I I d' W lL V I ~ - --- -- - o ( i I I I N o I I Ih I --_- - -_- ®~ -_ I I I O ~' 1 I \\\~\\y I 1 I ^1 - ___ -~~~\\~\C\\\\\y _-- I ~~~ I I I •I ( I I N I I i i I - ---- --~-~~-----~- ------- i --- - o I ~,al I INa d I I x~l I 1~~ I ° I gNl ~ I Igo- I e I awl ~ I IwZ. ~. I o _ _ _ z _ _ __ _°Z J-_____ _-®-_® °z~F _ _ I jZWO I ® 1 tAW W.... I ' ~ ~x~~ I ® i~xaW rcwwln I I I 1 I I I 7 ® ® I I I ° I ~ W® I ®®~ ~ e I I I - -_-- I - --®I --- - •I I I I I I I ~ ® 1 t\ _ _ _ _ _ _ . _ - _ - _~_____-_ a -~-_- o I I I i ' ~ I I I I I I I I1 I _ ____ _~____-_- _~_~~\1~y__-_ _ 1 la I ZO ~\\\ I I ~ I ~N I I I g~ I I ~~~~- ~ ® ® ® N¢~\ ~- ~ --- o I I I oaa I i I I I I °~ri I I ° I ~~ 1 I d I i 1 ~ - - - - - --I--------- - --~-®-® I I I 1 I N ~ ~ ~~ I 1 I 1 ~O I i V - - ---E- N a --a®-- e-~----~~ --=---~--®® - I I w ~ 1 1 I oa ~ I I Sam I I aN i I I ° I I W X O\ I K~ ~ 1 ~ ~wl~a o n i-~~ J aoa< w - -_-_ -_-T _---_-~_ ~iiw~C~- --r -_ oQ ° \ I~ sazw ~w°N I~ I I 1 I a3 0 I ~~~ ~ ® to I O I I -- 1 I r W w W ¢ w w z z w w 1 w r I ~J ~o _ -W oN o ~ ~w z a ° 3 a. ~ z N o ~ ~ ° o a z ? in In O O G m O Q m m O w O ~ w ~ U I I I I I I ® O ~ ° ® W w rn n ~ ~ I dam m K J H U ~ O CZ z < ~ • z w I" ~ °~ g ~ ! w °a~ ~ z~ 4 0 ,~ 4~ QNwpUQ o I °~ ~N oowNw O ~ I So m= w sz ~a~ rx= ~°w~~ I O ~ I ~ a2 Z~ 7 oKS Z ~ U° ~m N Q ~ Z Q Q o J II I UZ¢ w~ti GOrn I Na • U- Z M n ~ ~WO ~I-w Q~vl aw y stn O w~ ~3w o f ~ o°w 3 ~W~ w ~~~w~z ~ IUA • l.~ Z~c~> 4 2O ~ 2] °QU Ww UU~~ p 2~ F NJ ~ =Z ~ ~ Z ~ o~~ =_~ ~a~o~ j 3 z Z K ~-~ ~,.,- nom. •m-~ 5 3 1 V I O O S S V 1~1 V Y ~L ~ ~7 ll VlSOI `~J,IO VA10I S3~~2I~'I~ ~I~II}I2I~d ~ZI~ ~MOI10 lIZI~ ~H,L 30 ~~I~I~I~I~ZI~II~I~I ~AIZI~I~A~2Id QI~I~ 2II~d~2I = y g s ~ J W a ` ~ g ~ ti ~, ~ \Q / r`-1 O N ^ r ~"~f ~~ ~^ l_y Q m U ~ ~_F-.'1 ' . .5-.901 ~ "•+ ~',.. ~~..-_.. ~„Z/L S-,Sl ,b/l Ol-,9£ ,b/t Z-,L£ .ll-,9L ' !!~~ ~'V _ {~~ .,. - I 1 I 1 I I I 1 w c~c~~ ~ I I I ["~ V ~ --- I ~ --- - m I O I I~,In IW i i I I ~_ O -_-- I I _ 1 T _ I - - - - - ~--_.-_ I I i -~--- -- I i ~ - O I O V --_-- I - 1 I 11 ---}-_ II I I i I p -__-_ ~ --_.-~ 1 I I I - I -_- -_ I 1 I I 1 1 I - •I O N -_._ 1 I I _ _ I I 1 I I __- ---- I 1 I - 1 '-- -- I I 1 1 -_- - -~- -_-_-_ -_-_-_ I -~,_- _ ! I I I O o ~ ~ I I V N I I 1 ~? - -- J 1 a w I 1 N ~~ I O ( I ~ 1 I I a I 1 , W 2 - ---- - - ------ ---- - I ~ H -- -- - ° 0 I o i 1 I , I I 1.. '1 za ° - - - - - I I -~-- I 1 ----- ----- ~ , -~--- 1 -- I I ~ - o - - - - - I - I - - - I I - - -- - - -- - ~ 1 - - - - 1 Cz I O ~, I ~ ° I I I I I I I 1 z I a 07 - -__-- I -_--_ --__- -- ~ 1 O ~ I I I I • O I I I 1 1 I J I W f 1 I ) ~ ~ . J n -~- -_-_- -~-_- _ ~ J +O O I 1 I I I I i I I =U ~ to ~O _ O I N to _ _ __ -_ I I I I _~_ 1 I I _ I __ I ___- -___ i I -_-_ -_-_- 1 I _~__..- -_ 1 1 I - 1 -_- -_ O I O ~ _ _ - I I I I I I 1 I I I I I _ - _ _ _ _ I _ _ _ I I I i I ( I ~ 1 _ ~ _ - i - _ O M - - _ - I I _ ~ _ I _ _ _ ~ - - _ - _ I 1 - ~.- _ -. - ° I I O I 41 'I 1 I N _ __ ~ 1 I 1 I _~_ I _-_~_-__- I I 1 ,_T _ _- I 0 I~ N I II I O I B I M 0 ...., e. ~~ y..,o,~,~. VdIOI '~.LIO Vd10I "' ~ ~ = Y 5 3 1 V I O O S S V 5~~~2I~~ ~I~II}I2IF~d ~,LI~ ~MOI d 0 ~,LI~ W F s ~ ~ ~ R I~I~I~I S3 Q ~xs 3o y ti a H~ g g , ~ ~~ $ ~. ~~I~I~N~ZI~II~b1I ~AI,LI~I~A~2Id QI~I~ ?II~d~2I ~ ~ ° g # $ ~ ~ Y ~-~-~ ~O ~ ~ ~? '~~ ~ ~~ ¢ O O m m U O O O i1~ ~ . M ' T ~ ~ ~ 1., ~ L 1 '~,. '~~ 1........ .5-,901 ~l I~ I~ -''~ l..J i,Z/l S -,Sl i ,b/l Ol-,9£ ~ ,b/l Z-,L£ ~ ,Ll-,9L ~ ( C `./ C~ O I I I I I ry ~ 1 ' I K ~< Iw I 1 1 o. I I 1 1 I 1 I 0 I 1 1 (/~~~- _ ____ \~ • i _-____ i _ _ I I __ 1 n ~\ ~^~ I I I O I I I O ~//~.~-~\~~ N _ ___ I I I I I __._ _ _~ __ _- Q W O ~ I I ~ Q a s v O 1 I I I I Z ` - r I I Z J //~~~ ~/ ~ W N W ~ J i 1 1 I I Q N I I' I I I I I W S ~. ~ - --- - - - -- ---- -- -- - -- o I I I I I Z Q U 0 N - .n ---- I I I -~-- 1 I -- I I I ----- - - I E -- n I m - - I I I I ~ lL I I W I ~ C~ ° , I I I aZ O n I I I I 1 I ~ ~ _ ~ _ _ O I I I 1 I I I J li W OI o N I I I I 1 J I N ~ = ~ n n n _ __ _ _ _- I ___ I _- ~ ~ ¢~¢ U O 1 I I I I I o 'O _ _ _ I _ I _ I _ _ _ - I _ _ _ _ _ _ I I _ - /^~ O N O I I 1 I 1 1 I I 1 ^\ 0 N a I I I I I _ ~ - I I I _ _ _ I I --' I ~ ~/ b 'Q I I. 1 I ® I I - - N N _ ____ I I _~.__ 1 ______ I I I I _- rn I O I>3 IWn I I I 5 .I., S 3 ~ d 1 ~ o s 5~~~2I~~ ~~II}I2I~d ~,LI~ ~MOI10 ~IZI~ _ ~ ~ W a to 7 ~ R V ¢ ~ 7I ~~ /7 7~ ~ C l~L Y ~/J 11~ ~xs 3o y ti ~ ~ io ~ , ~ ~ ~Z y a j < ~ ~~I~I~I~I~.LI~II~I~1I ~AIZI~I~A~2Id QI~I~ 2II~d~2I ~ ' 4 ~ ~ J - " - ~~ ~ ~,.r~~ ~~ ff ~s~ wY '`1 ~• L~ ~z Eft '. .-J ¢ ~ m \ i ~l~ ~ ~! ,5-,90L ~ ~ ~1~i `,` i~l. O I I I 1 ~- --- 0 0 v O I O - 0 0 ~- ---- .o 0 0 I rn - _ _ O I o 1 0 p7 _ _- 0 1 0 O - - - - O I c p _ O O ~ ~ N -- I O ~ _ - O I N M _ . - m I I- _ - _ _ - _ . - - - - K O a w I~N w 1 I 1 I ~ I I I I I 1 I I I I I 1 I I i ° 1 I I I I I I -_ I --__-_ -----_ 1 --- I 1 I 1 I I 1 I ---~------- li 1 i IW I ~ I I I I t I I~ 1 I I I I I I 1 I I ~ W I '.. 1 W I I I I 1 I I I i I I -_- I I I I I I i I I 1 I I 1 I 1 _ I I 1 I I I I I I 1 ~ I I 1 I I 1 1 1 I I I I I I I I I i I I I 1 I I K I~ I v I I I Iw I I 9 __ _- _- 1 __-_ - 1 F ao aN vZ z- d~ W N ~ ~ W J Q ~ W = -- ~. a CZ ZI d Q J li o J .I > u W ~ J ~ ~L N ._~ ~... ~ ~ ...~ -- ~dIOI 'A,LIO ~lSOI ~ .. 5 g a a U s 3 1 d I , o = 5 d Sd~~2I~~ ~I~iI}I~I~d ~ZI~ ~MOI d0 ~IZI~ _ ~ ~ ~ o c~ ~ ~ R ; ~~~S~Q ~xz ~o y ~ ~ ~° ~ ~ ~ ® ~ ~~ ~~I~I~N~ZI~iI~I~1t ~AIZN~Ad2Id QI~I~ ~II~d~2I ~ ~ N ~ ~ Y ~ ~ $ g ~,~ .w..Q Q V n m ~ U S.I ~ Z I-w i 1.,,~_ ~ ~ f p- ~ w LZ/L S-,Sl I ~~ ~~ ,4/L Ol-,9£ ~ ,ll-,9l ' ,bll Z-,L£ ' ~~ ~ I I I / aa~ 4,~f ~ .... , ~~,w o a I I ~.= J r ~ "' .•-, ~ fti_ ' ' I I I r~~- =~ ~ Q a ~_ f __ 0 r ~ _ _ _ _ O N O O O N 0 I a I U I 0 I 0 O O O O .I 0 O 0 N I rn 0 w a I>10 I Iw i I I I I 0 ma 1 I OD ~w o~ 1 I I I ~a I ~~ d Zw I I I I O Z I ~Ua I ~ 1 I I I 1 4;t•`•4;;51:::~•i,[.; ,.syM1:ti; k.~:4.v I I ~:1~•aiayy'. 1 I I I I I _ ~ - _ _ I I f3 I I I I I I I I I 1 I I I I I I I I I I I I 3 I 1 I I I I I I I I I 14 I I I I I I I H O~ _ ~ _ _ _ _ _ _ ~ . _ _ _ ? Q _ _ ~ .ri N Z r4ki4'~`.ti. x`*~ t~;4i1.4' I UI W ^ J 4:KlYi'i\ tiK'`f:\C.i•`•i: u`' ti+,: 4• I 1 ~ '.3 •;•:.:tii x. ~o a z ~ I~ a I `. '.. 4w; <,.;.Rx, ~ :, ~~'\~ti U~~~i..:: I I W2- 'I 1 3:~~•• I 3~m m3~ N W _- _ w~ _ _ ,Q I w ~ .'w,o m a ~ 00 ~zw N a N p 3 X ~ ~ ~a wza U V1W _ ~~0 gam I KZ~ aaKK O~Z ~w°a acia - - w z a ~ w ~ m < w N _ - ~ ~ °w z ? c> ~ o < 3 Z uwi LL°o ~ D ~ ~ w ~ ? Z ~ ~ 4 w m W ~ ~ w N 3 ~ W -- J I I I I O ® ll.l • CZ ZI a tl ._., ~... ~ a,o..r......_ ~A10I `.LLIO ~IAOI ~ ` s ~ 8 a S 3 `,V'd I ~ 0 5 5 d 5~~~72I~~ ~I~II~I2I~d 1LZI~ ~dMOI ~0 ~IZI~ ~ ~ ~ ~ a ~ ~ ~ ~ ~ = ~xz 30 ~~N~I~I~,LI~iI~I~1I ~AIZI~I~A~2id QI~I~ 2IIF~d~2i ~ ~ ' ° o ~ 4 s ~ W = I 1 N ~~ ~ '~i 1 ' ' ~`- c= +~ Zd ; -` ~-r ~j L; K ~ ¢ Q m ~ U C~, ~ ,S-,801 C.* J I 1 I I ,Z/l S-,SL ,4/l Ol-,8£ ,4/t Z-,L£ .<<-.9~ I I I I I ~I ~ ~ - ~~ CZ z O N I ¢ 1 m L .S-.BO ~ 'I 1 I I I I „Z/l S-,Sl ,4/L Ol-,8£ ,b/t Z-,L£ .<<-.8~ I I I I i I _-_-_ - ~~------ - - - - ~~ Q N Cz ZI d KI O O J W J W J ~ O ~ ,I O U1 Z Q w z O z Q p o z W ~ X w It W J I i ® W = 31 d ~ ~ a s S d ~~~S~Q S~~~2I~~ ~~IIx2i~d ~ZI~ ~MOI d0 ~ZI~ ~xs 30 ~~I~I~I~i~ZI~II~I~I ~AI.LI~I~A~2Id QI~I~ 2II~d~2I ~ " ~ ~ ~ ~ W s ~ oo ~ H " CO ~ G g ~ ~ W ~ s R ~ g o<~ ~ x ~ E's; I 3~' ;~~~ ~~ N ~ U ~ ~.I `--.-~ / ~ .5-901 l l-.6 y ii'E 1 `- _) _~~ L L _-.. iZ/l S-,Sl ! i t S i ,b/l Ot-,9£ ~I ,4/l Z-,Lf 'I .LL-,9L I I I k., ~, ~1 ~, V ` ~ I I I I I I ~~ ~ ~w r.'' /"~ i i z i i i i ~ o I s 3 ~ d I = o s S~ ' S~~~2I~7~ ~NI}I2I~dd ~ZI~ ~MOI 30 ~III,I~ _ ~ J j ` O~ ~ ~ & ~ x ~ ~ ; I ~~~s '~ Q ~xi ,~o y W ~ = o p q ~C ~~N~i~i~.Ll~II~I~i ~AIZI~I~Ad2Id QI~I~ 2II~d~2I ~ g g ~ ~ W y r w ` $ ~, r / , fl , C~ ~ . '.. ~--. l~l ~ ~ ~,~ ,S-,901 i , I t I L ; `+.. I l; ~~ J ~~\ „Z/l S-,SL I [ ,4/L OL-,9f ,I ,4/l Z-,Lf ' .ll-,9l ' {: ' ~ (/~'~) ~`v ,~ I I I I I I I I I 1 ~ \ i m m IK >0 j~ Iw I I i I - - - - - - I - - - - - - - - - I I I I I 1 I 1 I I I I I I I I I I 1 I I I 1 I I I I 1 I I _ _ _ - 1 I I 1 I 1 I I _ _ - _ - _ - - I I I I W I 1 I I ~ 1 t I W I I I I I I I I I I I 1 1 I I I I I I I I I 1 I I I I I I I I I I I I 1 I 1 1 I I I 1 I I >O 1 W ~ IW - I I I 0 H O ao aN v ~z z J Q W y ~ ~ W ..~ Q ~ ~ H 2Q CZ ZI a oe 0 J I W ~ u W rl J ~ Q M J =a H " •-~..._-~e-r,~.~.._ ~AfOI `LLIO VA,OI `" ~.,,.~<,o.,~. = 3 L d I ~ 0 5 ~-- 5~~~2It~~ ~I~II}I~I~d ~,LI~ ~MOI 30 ~ZI~ j € W W a O - ~ ~ R ~~ 5 ~ ' ti ~ = _ ~ ~ * ~ ~ m < ~ ~ ~ ~ ~xi ,~o ~~I~I~I~I~.L1~II~I~1I ~AIZI~i~Ad2ld QI~I~ 23I~d~?3 ti ~ ~ o H g ~ g ~ ~ , ~ o ~y _ ~ $ ,~ ~ . / 14 `' - '"I ~Lt- ~ A ; ~ = ; - : ` `-~ ~ S`~ O ¢ m ~ ~, li ~c;i _ /~ :`'+ `~..~' .5-.901 ~ ~iI U '. '. l / - I I -' ' F~f~' I„Z l S ,Sl ( .4/L Ol -,9£ I ,4/l Z-,L£ I .ll-,9L I C~ c_o I I I I I I I I I I I 1 O 0 0 ~ N _ - O O 0 0 O _ _ - - - 0 0 0 I N 1 Q~ O _ __ ~ -~ ~ _ ~ I a __ o 0 0 I 0 _ _ _ 0 0 •I 0 0 rn v, ~__ IK O I~V IW I I __-__- I I I _-_-_- I I _ - - I I I I I 1 1 I I I I I I I I I I I I I I I I I I I I I I 1 1 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 1 I I I I I I I I I I I 1 I 1 I l'll I W 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 1 I I I I I I I I 1 I I I 1 I I I I I I 1 I I I ~ I ~ I I I IJ3 I I I w .'~ 1 I I `W r Q ao aN tv Z z Q W V/ ~ W J aN W = ~ H Iza CZ ZI Q d F) L~ J O W I W J U H n W' ~ ~ O ~~ ~., _... .~ __ ~~~~ ~AtOI `~.LIO E~MOI ~ e g = i 5 3 1 V I O O S S V S~~F~2I~~ ~NIx2I~d ~tLI~ ~MOI d0 ~tLI~ W ~ ~ W W a r y ~ R ~~~5~~ ~xi 30 ` ~ F4 ' mg o< r-, ~~I~I~I~I~.LI~II~I1I ~AIZ1~i~A~2id QI~I~ 2II~d~2I y ~ ~ `' ~ ~ ~ ~ ~ ~ Y ~ f ~ r ~ ~Y a € C, ~, (}.~ ~ N t, _•-~.. LZ/l S-,Sl I " + ,4/l Ol-,9f ,ll-,9l ' „4/L Z-,Lf E:.i ~ . ~~ I I ~ I i I I I O t I _ N 1 (D _ --_ I I I _ - I O I O o o - - - o 1 I I I ! i 1 o ~ C a o M - - - - - - _ V N ~ I r ~ o Z J ! a ~ ; N i W Q- - ---- _- a J N a w= o ~ ~ i ~ I ~ `` O r - `~ O - 2 Q - I O~ - I O~ --~ -_ ! 0 - ~ - O O O - O O - O - O I QZ J a t- - - ~ LL 0 ~. 0 ~ -~ w W u N J "~ = M ~ J LL Q LL --^ -~- ~~ o~ -- -- d1A0I 'A,LIO d110I '" @ g ~ s 3 ~~ d ~ 0 5 5 ., S~~F~2id~ ~I~II}i2IF~d ~ZI~ ~MOI d0 lIZI~ _ ~ W ~ a N 7 TA7 lit V y ~L ~ T S ~7 Q ~H,L ,30 y ~ ~ ~ o ~ r @ ~ g ~ ... ~~N~7I~I~.L1~II~Y1I ~AI,LI~I~A~2Id Ql~i~ 2II~d~2I ~ ~ "" g ~ ~ ~ ~ ~ Y N ."~.y '-_.,~ ~` ~ ~ / \ 3 )~ ~' ~ jEil ~.. f ~ . N ~-~ C`; m ~ U _ I f G ~ ~~ ~ „S-,BOI ~~ 1 r.,.%~f.l_ ~~~llll 4 6 I I F .,(._. 4~ I '~ I,Z/t S-,SL I ,4/L Ol-,9E .4/L Z-,L£ 'I ,ll-,9l ~ _ I I I I I `-' ~' = (~ t` -, N ~ ~ ~ I I '` I - - - 2 \ ~ co }.- ~~ I m _ O p in _-__ -_ w I 0 I o N ~ W ~~ (u~~- ~~ v _ O I 0 _ 0 I ----- -- _ _ M 0 N - O O I _ . - _ _ _ _ _ - O N V ~ - ---- -_ N I m z g a W b I b W ~ ~b n I o J I W II ~~ Lm)- _ W N J ~ __-_ -_ =n ~~ 0 I rv 0 0 ~ X ~ N (O U 0 _ O -_-_ __ _ - _ (\^~' /~ U O - O - _ - /~ (1'7 ~_ ~~ N _ O ---- __ ~/ O N _~ »~ - ~ _- -.- ~,~~ VAIOI '.LLIO dA,OI '" ~ °g S 3 1 V I O O S S V 5~~~72I~~ ~I~iI}I2I~d ~ZI~ ~MOI ~0 ~IZI~ ~ ~ W ~ a N ~ ~ ~ ~~ 7T ~ 7 Tp 7 ~ ~ ~~N~I~I~,L~iI~I~I ~AIZI~I~A~2Id Q1~I~ 2II~d~2I ~ ~ g ~ $ g W Y r-.,I c~ ~, •, ~ ~. - ~:; ~ ,~ _., ~-- r ~ ~t; ~-_ ~~ 1 I t1` {.~ ~~~ ;~/ ~I~~ ..1 ~~ ~ ` `" ~ C ~ J ~ ~`+J ~ I In C C C C C C C C CD C C C C C C 11 I I I ~ I I I O a~ I 0 ~ I I I I I I o of o I I 1 I 1 I I I I I w I I I I I ~I w m K a " Z a ~ I OU O U° za I ~~ l I U° z I O I Y Z I Y Z UI Y 2 ry I I F=- g ~ I I I I I r m I I I ~ F=- m I I 1 I ry I 1 I 1 I I I I I I I _ - _ _ I I I I i w I ~. ~ I I I ~ I I I I -_ I I I L_ i I ~ o I I i I n I I ~ K ~ I d a ~ ~w~ I -- - -- - ~ I I ~ ~ tt C7 Z..p p I ~ aw i ~~ ~ ^ z ~ I ~ a ~ I I u ~ i e I 0•-- ,. ~ iJ -~~r4i I i rn wQ I ~[T ~ ~ N ~a~" + a~J e I Zx 4 W i~.a ~ ¢.~c O ~ .~ o ¢~ __ w a ~ 1 0 ~ ~ I v Z Q I H Ul V W C ~ w r~ i ~~ I J ~ -- __ .... __ ~ w ~W~, I _ ~ [ill UJ -. I I I W Y ~ w I ~ a ~ Z a ~~ ~ I ~ ~ _ ' I I w °~ ~~a~ ° ~~~ ~ i --~--- - 1 0 ~ " I , i -- --1 ------ - I ° __~ I.. z F ~ o I J ~J w -------------- ~, ~ I. i go'l~ a - w~d ~ o ~~ o woo.. O a !. I K W vh C~ O ~ U n Q oa K a `- I ' a -,- ' wZ- ~ " a~;~ 1 I i ~' ~ - Z 4 -... _.____. LL _._._.__.__._._... ° ~ ,. of as} Z F Ov¢ o o I I I I i am ~ i I W U W rl ~w~~ ~ gz3° vo t ~ w a w ~ -- ----- - - - ---- Qd'" a ° a W ~ a ¢ a I I I I O~ 4w4~ I wX WO\ ~w vlwa 1' I I I I ° 5 w Z w o m r= z o ~ z 5 z ~ a 5a z ~ ~ o a ~ z ° " ~ o w° K ~ Z Z o ~ a m ~ w w o Z I I I I w w ~~ 3 J Iw ° n ~~..~.. ~...Z ~ ° Z ~ ~ am V W U UO ° " ~~ Z w -I~wwaa d ! ~ m ~ow~w ~ I U ~ ~~ a ~ K ~Uw z Ig ° J I = ;o =°~"w I U a m li ~ g K S W .~ ~ t/I K ~ J w I ~ w 0 ~ Z Q O p a J I N -z~ ' W o O_ I F ¢ N ~ a E N V° Y o ~<~ J II I w Saw a~w~3w I o • ~~~ ~~s~= W ~ ~°as o~~~az I w U U W Ja a20 ~t,,~ UF,~ w . ~z Q~w i ~ c U1 In •• ??~ `~.. ~.. rVl~"O~ N.•~.. ~~ .~., ~ ~.W6~e ~j,.~ ° ~'°°'°. eT H110I `A.LI~ HAIOI ~ _ ~ ~ y ~ ~ 5 3 1 y'S O S d ~t. Vii: ~ 5~~~2I~7~ ~l~II}I2I~1d ~ZI~ ~MOI ~0 ~,LI~ w O N a ~ ~ a ~ s ~ , ~„~ ~ t ~ ~ _ u ~ . ~~ S " y ~ u O ~ O ~ ~ V ~ ~~I~I~1~I~ZI~II~II~1I ~AIZN~A~2Id Ql~i~ 2II~d~2i ~ ~ < ~ ` ~ ~ j W ~ ~ r ~ s~ , ,~ .. ~~ I s. ~ ~:._ ~.. ~ d , ,~ ° U 5 ~.. ... _3__. w.. z.. a°~ ~~ -mow c~ ~.. -fin ~Q xZ w w~ ~v~ ar..I _.. ~Z,~ o ~ ~~~ M ... .._.... QQa G O Q K ° w XOw ~ww~n w w 3 ~ ^ > Z i- O ~ m ~ ~~ Q o ° ^° C7 2 ~ ~a w " w~ U UI 1 ~ ? \ °O ~ Z ~ J O a o~~° saw w z m ~ ~n C a 1 r a ~ w~ -~ N s ~ d `oa ^ ° _ _- ~ I' ° - _ ~ .~N': :, ice' z o m O w 3 a a ~ z ~ ~ z ° i a ~ Z ° ~ ~ o 0 ~ ~ z ~ o N ~¢ .o o m D 4. w w o Z I I ~ I W ~ ~ ~ W w ° J ~..~.. !~ / ~..~..~1 Z O .~ Z C f w ~ ~ ~ O ~ O Um I N ~ O ~ U a I i ~~ ~ ~ i Z ~ O Z N o~ g ~ ~ j ~a ~~'` j Z~w w I ~ ~ ° ~ ? o vim = =~;w uoa¢m J ~ I ~w~ ooa< I J I <~x ~ ONE<~ W o ~ 3~w ~r ?O¢ ~ J II I 3a zOF a~w~3w I ~<~g~Z ~ I ¢ o~ °ao I ~ ~ ~ ~ ~ aS0 ~NJ Oj Jw~w w~wQ _ = U I ??~ 1=-1~i1~N0~=- H N \ N ~-. ~ Q, ~~~ :'~ `` S`a ~ '' `~' ,~,t- .,.- ~ , .!'^ ~• :• •~^ = ' ' ~ dAIOI `~,LI~ Vl AOI ~ °s ; 3 ~ e I `~~'= s ,~ ~:~ t. S~ ~~2I~~ ~I~II?I2I~'d ~ZI O ~ MOI d0 ~lLIO ~ W ~ a et n ~ ~~'y~3 ~ s~ ~xs 30 `~ ~ ~ ~ o ~ V ~ ¢ g ~~~ `-' ~OI~ I~I~I~.L1~iI~I1I ~AIZI~I~A ~2Id QI~I~ 2II~d~2I ~ ~ °" ~ ~ $ ~ ~ x ~~,_ ~ ! ( f '' Q Q m ~ o i~ EE~ ,, D -Y-,9C1 {W`~ M "" W . .l-.II I -~-.fl I .L-.Yt I .0 .6S I .[-.LS I tl-.l f Q 0 ~n - - - ° ' N - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - I I Zz J I 1 1 I I ~ W v ~ ~ `r ~ ~ -- '-------- I --------- I ~ W J -- - - - - - - - - - - - - - - ay 1 1 I I I I I I I / Z M I I I 1 1 m I I 1 I ~ N I 1 I I 1 I I O w D w I I I I I 1 1 I ~~ I I w I w 1 w 1 ~~ I 1 I I O I I I I I w 1 I I I I I I I I I (T I 1 I I I i I I I I A V 1 I I I 1 Z a ~ ~ I I I I I ~ O I I ® D I I I ~ li • J • O I 1 I W I I I W J O I II O S ~ --- _ I _ 1 I ~ ~ ~ ~ - - - - - - - - - I 1 U W UI ~ I ~ ~ Q O ~> w 1 I I I ~ - I I I Z O ~ I I I I I I ='~ a~ I 1 ~~ I I I (7 W Z ... N I I l17 I I ~~. w In I .~-~ ice. I 1 I I I ~. I ~.~. I ~~ I 1 I 1 I I I I 1 I ~ I I I I I 1 I I I I W U ~ ~ Q M I I 1 I I !n I I I I ~ L]I 1 1 I I N _ I _ - _ . _ - _ - _ _ - _ - _ - _ - _ _ - _ - _ - _ I I I I 1 1 I I I I JI II I II I I ( II II e~ , s a l v e o s s~ ~~~~ f T ~/~~ ~.. ~ ~o~ c,., c~y r'1 dMOI `~.LIO V1t0I 5~~~2I~~ ~I~IIx2I~7d ~ZI~ ~MOI d0 ~ZI~ ~xi ~o ~~N~N~ZNI~I1i ~AIZN~Ad2Id QN~ 2II~d~2I CZ z a 0 0 J L~ . 0 J .~ W _° II J ~ U ~./ J Z wa ~• ~~ q ~ ~ t° ~ V j 1.. 1. ff 8 D W ~ O aO d N ~ z H . Z J a W ~ ~ ~ W J a y a_ wx ~~ o i- za g r~. --~ ~ a. r~ -,- ~~~- 5A\3TI ~\1/7VT~17IOCO fffS~~~S V l ~l • J ~I.J~ N dl~OI 'A.LIO d~IOI 5~~~2I~~ ~I~iI}I2I~d ~ZI~ ~MOI ,30 A,LI~ ~xi ~o ~~N~I~I~,LI~iI~IH ~AIZI~i~A~2Id QI~I~ 2II~d~2I _ N ~, ~ ~ ~ W ~ a ~ Z4 ~ o ~. g N" ~ ~ , V ~ °e °a ~ ~ ~s d = ~ Y 4 W Y r a r ~` s l .~ ~ , 1 ~ ~ - ~~ l E~ _ ~ ~.~ (i;~~ --.~. _ a';`; ~ ~ - __ c v o E;~~ ~ . ...-~ C"•,7 _ C~:.. ~f.lll .0-.fl I .L-.P1 1 .0-.65 1 .C-.LS Ifl-.l I I 1 ~ I o~. 1 - _ _ - _ - _ _ - I _ _ . _ - _ . - _ I _ _ - _ _ 1 _ - I 1 I I I 1 I I I I I I I I m N I ry I I I I I I 1 ~ N I ~ i O m m ~ z O I 1 1 I 0 ~053¢° ~ZF-~0~ aaF O-~~d ® > I i I I I ~p~U Z_ azaa ~~ ¢Wmp ~WOO~ w ~x °vai~~ I I I I I W YZO WIYNr 0' U> yT ~ J K \Z ~ m _ 1 _ - 1 - _ . - - _ - - _ _ _ . _ - I - _ _ . - - I _ _ _ Z Q Z W ~ ; O O~ O~ U j O'W O!O I 1 ' U O o 1 I I I I I I I I I 1 I Iq~ 2J I I 1 OJ ~~UUKQ m I I I I 1 I 1 _ - _- I I //\~ I CZ I I Z d 1 I I I I I ~ W W ~ I J I I I ~ W o J I I I I ~ 1 I W O N J Q II I Z 1~ __ - _ I 1 ~ W I~ U ~ W ~ (n N ~ _ _ . I O I ~ 1 G O I Q I I LCr I N W I I O U 2 I Z - I 1 U [] I ~ _ _ I I I Q a K J ~ x 1 I 0_ tt ~. I I I N W F W W I I I In I I I I ~ ~ I I ~~ ~. I I -____ 1 I ~~~ I I I ~ I I I I 1 I O 1 _ _ 1 I I ~~ I I I I I 1 I I U ` Q I M ry I I _ I 1 JI II .. II I I _ I _ _ I 1 I ~ _ _ _ I I _ I I I I _ _ _ _ _ _ I I _ I 1 _ 1 I II II ~., ~'~>o°~ .°° __ V1,OI 'x,LIO V110I a = s "' S~~F~2I~~ ~I~IIx2I~d ~ZI~ ~MOI d0 ~ZI~ w ~ >J> s ~p ~ ~ 5 3 1 V 1 0 0 5 ~ 1.1 J 0. a ~~'~S~' ? ~H.L30 ~~ =N U -~~~u ~, :.. ~~I~I~1~I~.L1~II~I~I ~AI,Ll~I~A~2Id QI~I~ 2II~d~2I ~ ~ ~ ~ $ g W >< :~, ~ f ~ --•. --_ d~ --• , j ~ i'.1t U~ Q m U ~ i.~E ~-.~ c'.:~ ~U .Y-,9L1 .l-.II 1 .0-.fl I .L-.fY I .0-.69 I .L-.LS I Yl-.l I I I I t 1 I I I V ~ o~ _ I . - - _ I _ _ - . _ _ - . _ - _ - _ - _ - _ I I I t I I I I I 1 M ~ ~ I I 1 .`° o I ~ I I ~ m m Z~ oo boa N 530 I I I 1 I Qpw OO~w ®NO D2>w N ~°w~¢wmZ 1 1 I I I F=-UOO W oa ~aJ zo ~wu~ir ~- ~ I I I 1 ~ J O p Z~ m ~~00 z~z ~F3° o4o ~w~o I I I 1 I ~ au c~z¢oc ~ww zzaa °I°ir~°O~a ~ I t _~_~~ I 1 I I I I 1 I I I O I I I I I I I I I I I I I I I m A I- I I I I z I I I I I g I I I 1 d F- ~ ~ I I I I 1 W ~ I O O J I I I I ~~ I I W o W II O U I > .- N J - -- ----- QU 1 I Q f - - ~ ~ ~ = U F- N CD ~ Q ~ O 1 0_ Q I I I I •I I N I I I II I I I I I 1 1 I I I I I ~f~ i~~~~ a~~ 1 I I I I I I I I i I I I I I ~ - I I U ,~ I I I 1 - H I ~ I I 1 I I I I i I I I I I I 1 N _ I _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ I I I I I I I I I I _ 11 I 1 I I II I I II N cu ---- ~- ._., _... ~~ r~ .m S 3 l~~i~' O O S~rS d s,~ Q ~-~ L~1 ly r~ c:_> N _~- ~-'' ~~ .. _ _--~ ` ^ ... ~IIOI `1~.LI0 ~JIOI --~ ~ 5~~~2i~~ ~1~II}I2i~d ~ZI~ ~MOI ~0 ~ZI~ - ~x,L ,30 ,- . ~~I~T~1~I~.L1~II~I~I ~AIZI~I~Ad2Id QN~ ?3I~d~2I ,`i O Q G m U ~ z a : ~ - ~ a ~ ~ _~ ~ ~ ~ ~ ti ~ ~ _ ~ ~ V _ ~ ~ ~ g H M S y V ~~ = ~ ; ~~Ia ~!r[ ~~i~ ?~ ~}~~ .r-,au .I-.y I .o-.cl i .L-sr I .0-,65 I ~L-,LS I - - _ _ _ _ - ~l-,l I I I - I _ _ _ _ _ - _ - I ~ I I 1 I Q W v -- - ' - - - - - - - - - - - I - - - - - - - - - - - - -- ' - -- - - - - - - ~ O Q i O a N 1 I I , I (~ Z ~ r7 I I I I Z J a W I I ~ , I I ~ m a~ I I G a W = CC I- I I I I O N Z Q I I I 1 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 ~ - A~ I I I I I ` _ V I 1 I I z I I I I I H ~ ~ O I 1 I I J 111 ~ I I 1 I W J O f II N _ . n _ _ _ _ _ - _ - _ - _ I ~ Q' f w ~ ~ < i ~ ~ - _ - - - _ _ - - _ - I _ I Ll v i G ~ O \ •I 0' Q I I 1 I I N I I I I I (!7 - II I I I I ~ i ~ I I I I i I I 1 In t~ ~i~ ~~ ~~~ I I I I I I I I 1 I I I I I I d' - I I I I I ( I I I I U H N 1 1 I I I M I I 1 I I I I N _ _ _ I _ _ _ _ _ _ _ _ _ - _ _ _ _ _ _ _ _ _ - _ - _ _ _ _ _ _ _ I 1 I 1 I I I I I J~ II I I I II II I II I ~~`~ ..., ~... r.o, . r.r.. ~ ~. YdSOI `A.LIO ~YOI ~ = a a V ~ 3 ~ d I ~ o ~ 5 e Z0~6 Fc~ l ~ ~3~i ~ 225~~~2I~7~ ~NIx2I~d ~ZI~ ~MOI ~0 ~ZI~ _ ~ ~ 'a ~ ~ ~ ~> --~; ~", ~F~ ~ ~~I~i~1~I~,L1~iI~I~I ~AI.LI~I~A~2Id Q1~IF~ 2II~d~2I ~ ~ ~ V ~ $ g ~ x 311- W '"' a~ aN v f- ? Z J a W ~ ~ ~ W J a y a_ W = (r H O F za CZ z 5 W 0 ~. 0 J.I W ~ J W II J ~ W Li Q `W VI V F1 - `_~ ._., ~... ~ o ~ _.. do ~~~~ C ~~ ` ~ VJAOI '~.LI~ dlIOI o J z St~d 3TT ~1-7VTAT7 O STS Y 1 _. ,-,.,.,, ,,; ~,~~ 5~~~2I~~ ~I~IIx2IF~d .?~ZI~ ~MOI d0 ~IZI~ ~ ~ ~ ~ a r ~ '~.. ~~I~I~N~.LI~II~b1t ~ALLI~I~A~2Id QI~I~ 2II~d~~I _ ~ ~ ~" ~ y; 0 W H ~ ao ao U N H ? 2 a J W N ~ aw J Q N a_ wx oc f- O I- Z Q CZ z g ~. 0 ~, 0 J I W ~ J W II J li f O~ N SA\37 \1V/ VT/IA\TIOCO 5 S Y 1~ 1 l l I J Ft~W_~=; I*.-.... i_.- Z~u6FF13 I6 rp ~; ve~oi '~ao va~oi ~~~~d~~ ~I~IIx2IF~d ~.LI~ t~MOI d0 ~,LI~ Ci I~l', f~`l~' 'r;~~ ~I~I~I~I~.LNI~YII ~AIZI~I~A~2Id QI~I~ 2II~d~2I a n n 0 w° °o i ~ U K N J m OJ z m a ~ a a~ ° aQ° ~ ° -; Q v i - w¢~ in~~ r w w¢=w ao J° p w a~J N W J p ~` ~ , Oa Q z O a ~ a lKW D N - N ~' ~ pOna'J xa~ d a ~ U ~ viz a CZ W ° ° N Z ZO(aJaJ w~~tr Inm~~a ww>mcn o ° ° a z o~W~ ao ~z~ ~ ~ v a W O ~°WUI JUN Q(/1 (n ° W>~ I U Z~Z f0 Q Q Oa~Ow K °d~ wa m ~o ~Q~U- N m~a >z Z c~ Sx° °~ Fw "' ~woF ws ~ Wp ti OFr ~ I°Vl ~U J °~ w°wo~ ~ NaW awe O ~ zp ~~~ a U a ins mc~3NO aW u~~ aw Q gal- ~¢ U a o°a Ngp2o a~ ~~z Ua d ~~ f/~IZ ZIrK <2<a UHO V=1"~ F- Y JQ 000 ja Z¢- Z 00~ Za ~m K~lU3U U¢ U3J G~ ~ N r] < N p Z O - Y o o ~ N m Z a V Z Q ~ F ~ ~ s V) ~ ~ ~ ~ O z _ z z w c O ~- ° U ° a 0U rr Z~ w~ ° UYU O r r a U ~ a o°~ ° ~ ut mm mm~ 3 OW ~ vl 5 ~ Z ' w -a N w ~Np Oa z ° O f- wa n ~~ z m 4~~ W~ ~ ~ N O o 6 z N zw ~~ F¢- a w O r ~ (n 0~ ~ w N h ~ Z ~ Z qa o ~ - z O Z Q~ U~ O"'' y~ a ~ Z J o c~'m ~ I ~ ~ ; ° a~~ ~ zc~ ~ ° W ~wi zo w o ow- <g m (n z~° o ° ~ w ~°~ ~ UW ~ ~ Z_ ,,,~ z°~~ ~ ~ a ° < ? w o~ max t ~= ~° m ~ '" N ~ N O ~ ~~~ ~ p '_-' ~~3 z ~ ~ z w p z ~ cwi ~ O y Q ~ O 6 C r~ U ~o m 2 ~ S Z~ (L ~ 5 ~ ~ U ° ~ rzp¢ y r ? K ~ ~ i° N W ~ F & W ~ u M m U wt a o ~ Y ~ N p o O ~ ~ ~ wOm $o ~ ~ z6 ~ 3 N~ N ~ ~ a r w ~ x w \ z Z ~ Z < 3~ ~ U z N 0 - og ''a ~ ~ ~O~° W ~O r3 ~ a ~° e a vi F O W ut r - ~ UI vwi 3 ? Z ~ N M < Yl b !~ d z~ zr oz ~5 o~ ~ Z ~ z w z ? w ~ ° '`~~' i~ °W zZ ~ 3Y Oz VI ~"z J z ~O CJa w lY Vf~ U O lna J~ a0 N °J~ N<~U= NN 6 2 O U O~ W~WF a~p° q ~ \Z ~ p ~ p ~ ~ ~ # Z GO ¢O IAN ~ Z K ~ T U ~w J ~a>Ja ° o Q r ~ a waN ~ N d W~ Z K a Om ~'°o p}~>Q w zm.x~~ a ~ J Y a4 ~' ~ O aa~ ~ Oar Nww U\~Z zt' o5 ~ U ° 6N a ~¢¢<? a z o ~ 5 ~o~^ N ~ ~ z w ~ O ~ .w/ [ O g ~1.. wZ¢ z OW W~Gi ~ o NZ N Z - ao Op SU Upa~Z p J~Z j p UQ J U1 Q J Q a' cYiz ~ ~aa Y N J ~o NWO ~ VI Y=- ° a ~°z U W _O ~ U ~ n (n Z Q d U~ ~ ~?U OZ a~ zi~oz a OZO m a °~ ~ a a ~ ~ ~ a "~ F- W d' ~~ xo K O w~° -W Q~ W O } o Q p Z o WU w ~°wm ~~~ 2~ Y¢oJ°~ w «~ina I^ ~,~ °~ U~ ~ <d ww U y w N W g Q W U1 °ww K~ NS O a ma LLJ U KZ I- Q ~ O (n z v°m J a a o ~ z zw U O Z ~_ ~m~ o w ga ~N°3 ~ ~Z 5~ 6 ~ ~ O 2 U aa W N N Z Z U y ~ Yew Upl'"'ViU ~ 2~ N} m O a y 4 ° Z Q O N 3 > U O W ~ ~ OYQ ~ m~ ~_ ln a W K aUi.. y~ SO Hf? x O awe a~~ .- ~ OCi~J~ ~ ~pUVI~ ~a ~i ri KU as < OW Up vi 0 ~~ 0 O wr+'o cpiw 3~ U z z o~~ 0 8 a ° a o °~~ ~ w z iW ~ ° a y 33 N ° s o K 3 Z I~ ~ \ ~ O f- 0 ~ v O v: ~ I,~ _ U s ~ ~ Z - _ _ __ _ _ c v ~, o. v . W ~ ~ ~~o° ~< ma~~ o~~~ ~ U N K v y~y S O ~ m ~ d NN p r ~ U d O ~Zd O~O v 0 c an O z O ~ w° ~ ly O o= a U U H ~ N ri a a 3 _ ~ _ ° w~~ 3 ~ ~z3 0 N N~ }N mp ~ J O U OUK Z a a 1N _~ ~ ° ~r~ ~ ~ W J w m~s° o z ~ ~n0 ~ 'p ~ ~ J N U U ~ o=ww o ~° s°o a ~°'W^~ ? Z 56 d d Zv FW-m < Z'¢¢~~UI p ~w D ~~ Nh = wN d ~w ~ ~ o~ °n p w a~Y~ o~ rn 3 `.'~ a xLL l5. m ` ' ~ ~C,Z° ao 0 FO - N W w~aa Ja z > ~J O z zz J~W° _o u 1- > W> NQ v°-lo ~ iu ~Qaa ma Z N UW WW Z Q aZ °W J H N KZ2° W Z d ~ W WK W 2W aJ~F, Sf/1 Z ~~ WdU° UlK ~ 6 ~ o? <} ~swa ut~ } U JZ ~ m ONU KJ Z ° ? O . m3 3m ~ a~ z wa ~ ¢w ° a~ w ~ Z ~ oaN a z a ti p .Q ~- N ~? wz~w ¢3 ~ Z ~ (V M] Y ~ o~ g c~ <z F w ~ pK oa ~~ z <wz ~ z~ ~i~Q °~o Z ~ O ~~U ( /-1 Z W a°a w~u~i a Sul O Z U ~' ~ ~ r m U O" z Q W ~ u ~ `~ o N O O U U ~' ~ o v o ~ tl F IJ O ~ U `- y'L' rnE PU Bu o ° ° w w N (ail ° ~ 2 OZ t . o E o .. c «nu Ica rv E3 - - W N N U U 2 p edi rn ~ 0 0 ~ w N j~ o orn o j a I 1 wN0 C u NW LO ~' o I 1 Woo °Q~ ~ ~ aka m N o= c a o °yN -u I I I I sqoo^W Zmpz wul~ ~v1 ~ ° w ~ °U rn°v 5 3 c o ~.. °m rnE o s " ' ~ w ~ ~ ~ ~ I i~ i~wc~o~w 4a c U S -~ ° czl° oc ~~ ' ~ I W ~~o'ao Z y o y O o'ca o orn ..I ~ u Z O Ewvo mo U c ' _~ n m u E ' oEm U ~ «~suv m ~v ~9 z N ] < - N F (n X J D W W d ~~ Q ~_ Q J aw w0 ~~ J ~ O OI ~?i ~ in ~~ T - i r ~ ~ ° 0 Z U a 9 W W /Y U O U d m ~ d H N W W o ~ O ._ ~ Z u ..,, ~ 6~ ~'~ ~, VIIOI `1~.LI0 V110I ~ ~ ~ ~ Y i,.~ ~~ S~~~2I~~ ~l~iI}I2I~d ~,LI~ ~MOI ~0 ~ZI~ ~ ~ w ~ ~ N ~ ~ s a i v l o o s s v ~;^ Ci~~''(; i~,'v'~~r~ ~~I~I~I~i~,L1~II~'I~i ~AI,LI~I~A~2Id Ql~i~1 2II~d~2I ~ g g ~ s ~ ~ ~ ;~ IE! _~~ i~` i(( v ? S w z ~ w m z ~ °0 5 o:p J<^i Z° F ~ w w ~ ~ ~~ o ~` w U c~ a ¢ ~w ~gC N„o ~ w~ `~~~ J °wz 3w i ~w ~zt~° m4 < `E' y~~ a m S _~dd~ {:W+-~ ~ Q nd~ vl~ 0 22 yywJ ;~G~ 2~ ~~~ ~`'~ ut~ ~FZ ~ x Z O~ mav~i J~~= rn rn o ~~g~ ut ~' z< zo ~a~~ $ W 'Gia w~ x ~~ °z~3 az°w N `3 wj Y s_' -~F~ a'S J z3 w ~ QOw awwa ° S~ $ Q a~ NV12 <a<In a$ ~~~w ~a ~saa° ~ g W ;w w wG ~°oam ~~u, +~ N "~ ~~~ ~~~~~ oa ~oWN~ ~~o ~o Z W ~w ~W~J z~~~~ o~ ~~~m~ °~~ ~~ ~ ~ ~~~o ~~~ pg ~~~p~~ ~~~~ _~ w z .. ~ y3 a F~ c ~ w S~ K z~ ~ H i W O V.~ o ~ Q ~ N ~ ~ ~ 5 and O ~ °~ K ~ ~ ~ ~O~uoi c g ~ m°d z x>~ ~ ~52 t4i ci ~~i Q' Z °d~ ~ °~w z o F~ V ~ w mrj3W `n c° H ~° d O ~I-~IJ ~o~ ~~~~W ~~ s"o~LL ~~~~ w ~~ w ww ~ ~~g~ ~°F Nazi ~S`oS' ~~ Yz~~ 3 °s g a aW a4(nz ~~n o ~ 3 {{~~ Om ~ ~ 4~~ ~>n ~~~c~ ~wca 50 c+ o~ ~ d'Z wGiWwaa ~ ~ ~w~~ °a s=~ ~ ~ o I ~ 3F~F ~ GS ~ a'z 3w ~~°z~ °au ~~ ~3 ~s~s~~3 ~aa: ~~~~~~ ~~a~a ~ Sa ~ Q~ ~z~z°~ ~o °<§~s N n < .m ern Os a~¢~m Vl U M i z~~ o ~ 3~w z~~ o sW~ ~'' ~z$ w Ua ~~W rz~~ `~w ~1aJ ifnn 2K Z~`~ ~ ~ U r" W 2Nd> t ° w ~~ 8~ o c! d m ZU U 0SZ O ~N'O U~ « WC< ~¢w W~ ~' ~ O ~rGG`ii ~:i~ u c s o ;o~ °z o: ~ N ~ z ~~ o ~moN ~ ma~m° u° c°a E Q ~~~ ~o"°' '9'° FW- u S~ o~ I c~ ~_ c ~ o a zo z zNVmia r wmE~ W ~o< 5~uc } Dui ~z ~_^po E u c° 0 5 o F- ~~ (n ~ o°o o~ wJU~ «ut«m_ _ ~ a ~ a~~~ z z n: E%$-°orn ° ~a °m Q~ 3 a?c~c~ w x v y ° ° d w~a ~ Z ~co Zs v ~n No ~~~z c ~ ctm EO ° WD ~"° ~ ~~ _~ ~..~ ~UOx °.` uom~°u« u °w °ma rc ~J °~+FCi4 ~ Jo - m w wx w .a ~.` «o $ n~ Jd {&S ~ oz waa ~~° Z a3rcxi O r~ ~`ac_ ° ~c $ o U_Q "boo H~~K s '~~gw ~ ~K ¢< v~2a O N1~/1O~ ~ « ° ° ° ° ° m T« C i ~J. °dzUU wsY3 O m~3~ O U' n~.m~ H D «m c°auco o Sc i wWO ~wfn po.-~i~ Z ~o « _ ~ v Z ~ °vm_ c«~'vo 0 00 'o ° ~Zn ~~=<w wo~~ i ~ « `m E o of «~ W q a~ w w ~~ ~ W o a`i«°c° S om a E;o O~rn Ys~zi ~WO~ °~ Q ~ NfV W ~ Ea 06Q;« `O m0 O CV U3rU WO ~W ~W ~~ dm ~° V n A U 'u A C TC N ~~wO ° ~ 3~ Z Z v 2< TO ~O~m ~ ZZW w 2 t O ~~ ° n ° «o ~ ~ ~ O ° P p~~2yg~ ~ ~ ~ ~N Cn .. zw ~ as °>.9 °>°-OUm °p °- r Ht <~~zrc~~ ~s, _~ Xv O ~ c'O °do °'`'`~ Eo ~« °- m c~ c°~~o O"m. ~z °~'o Wtn N3 U zW >5 uu°~ u con ._ ;s~z° cai~ ppz z Oz mom wo¢ n:~~ zEr°n coo ~E om t~ rcE o ~~W X~~ 4 ~w ~z c~- xln 3rcw ~~~a° wgo j~~ ~ z to 1 0 ~ m< ~aH z c7 3 ow z~ Jw~ ~°d~ ~ ~i ri < ~ri ro ~W"'o'k'F zwW Uzi J_ Q W maw YaoW rn D c~oz(~ ` ~ ~ Z a°z ~~~ ~NFG ~ o non YEo_o, O °~ m~^ gw ~ c°o ; noo ~ g ~ OW YOZH<Q «icm t~ ~ a~C Eo ~z wsQ~NZ=m m a o._ u ._ 'o _ aE'- -~ J z mo « ~ L « cO° °-m °; H .-. ~g z azoww « m u Jx~ o °^ a ~c -Ou ~ ~ o~i~opx~ ° m~ Eo ? o~ O~ o a.u u o`o ? ~~ ~Z ~ OF J 2W Z ~~O=ZUKZ C ~ -aF O°i m ~ « iOU\ eu ~ ~~ ~.., i~\ z °u Q ZZ z~<Zr aamF~gzoo ° ~ o ~ ~~ L` ~ ~ ~ v o ° E rnu W ~'_`" S~ ~.. ° o of ~ ~_W-~ wziUwm Yrc ° ua oa o mad c o GG E-x'o~ iw a w c W m woSc~ ~3~5~ pn. E °c °ca°° o am ,'~ °o (n zc> ~ ~ ° rE o 0 N Wv~ ~-'~ymw ,,] Qo`n~3m E ° t ° E'er«m «~- __ ~ coal m o m Y- s ~ - K.~ W I'1' O:~WJZ<< H n n u U p~ w~N O. 'Z r W T«° C JW 3f U2 CZJIIO ~UOS1~< a PE O`- `D ; CO;o °O N i°.IZ ~~ ~~iU ~w 3~n~ a. zmti~ °cw cao oo° ~ Oz Om ]~+Ciz< Wzr?Ofno3 a u oo n `o ~o.a°- w.oc o,o ~<z Nrc g U~ r~ i o ¢ an °mn o.- Q O~ zv mz~~m 3 o~ao° ~ o_o o uo mo. W ut w ywp nLL° F_n UOZmO st~io~s° n W ~~ Or xxOww t vi nCOmP ~ m~°-.E ~m o~vv rn° Q ~a: ~°~N a$ oo ~ ~>~~< a`m4m m g ~ 3~ o¢~ ~nrc~~s ; o°`cc5 E 5~`u .°.; ~,y~c m, tr 1 o:aZ o f~/1 ¢p v° a-nm ~U a o~ r « m ~~ ~~ ~ ~w tWif "'v moo.. u wrc oa«E°, uou ~ ~~oE `«a' ~ ~a o z z- `om °'v mm t 2 rO ww o c oo r ° ° ~ < oW Jo: O...r.O~ 3~CY=o u H r :.~3-~ (A v ° mo =co W z ~~ ~w~ ~~ xtioo~ °co x°c `w ~c° .„ W ~0 3~ .a ~~°'mV °u a~° as Emo ~~ ~° ~ a $ o v w~~ °~e- °OO D caw o •; mo E cv ~ F° fno a4 "~°oc~ a°m m_u°p`o <.., m m oEoa' ° Fyn Eo E ~° ° ~ Z ~ ~<swo `o Sca°oo J cr, ~ u°_ g ua rn5v~ E,o ~ ~~_ n m r x - n ~ 5€ ~~ Z~~~rc o;roc ~~,~ ° ~ 'NIW ~o 'E ~ om~m° o °~~ ..m o•oo cu >°0 00 a °_~, ~Z ~mW amo •°. `o~m u ~" ~ «o-' Eo ° ~ °~ eow ui° So-~Z z uc xp ~ J ~ x u«om `o ?~~ «t. o .°. oo cO do z ~--ffo ~ ~~avNi~a ~•e ~'~c y? Q r._ ° m4 °u v`." ;E«~o'°- =' m ~z ~~oag `°'z 'rc~ two w2SO° °-° n o9°Oto ° ~ ~ uin c ;~ ~°o' ~ °u mm«cN m o W .. UYI P pW UZUZ O<NO2m nap9 mO m~ aO QZ _U ~PO~:-°~ ° _0O•n _ OPEO °O Q6 ~p._. 00 WUQ UD:JO 2w ]p > OX OL«L O ~Z a L PC_°N m mm« 0hY mY Pm_ ~IU/1 Q4~o~ Gi~ °z j°" oa~riFC~~ 06? oaw o;~°-=-_ ~.. o ~f°n 'm o` ~ma>E `°n =c°iuc co Soma ~c° a°p° ~ <~lU~~ SYYN UI w ~ m wUU?~ am-Or ODNC Y (nN N O.jN N .7x < N bC r O! r°p~oi ~LL~ N`~ ~i ~ ugi °-a odarrcrc -n SrcEpOU $w a ~ zNj ~KK~S~'x1O - z<~~ °~ a c ~~° U H `''r'i ~a~ w ~s ~ ~ r ri v j3o ~c~~~ ~a~d i N~ UQQ .~~ ~~ L J .. ~ et.1 V110I `JL.LIO VA10I ~" s 3 ~ ~ 1 , ° _ _ „ , , ,.,, .._ 1~ S~~~2i~~ ~1~I}I2I~d 1~ZI~ ~MOI d0 ~,LI~ N ~ ~ d ~ ch ~ ~ ~ ~~~S~Q Cif Y ~~v'. ~irC ~xs 3o W~ ~ ~~~ N ~ ~ ~° t~~~h ~:_;~';~1'; ~~)'v~dr 3~1~I~1~I3,L1~I~'I^T ~AI.LI~i~A~2Id Ql~i~' ?~I~d~2I ~ 's a ~ ~ a ~ f/1 ~ ° ej °m ~NZ~~ ~li~ N ~° ~WW W t'1 LLW'2Z U~2°la/1 I aF0 ODU~F Z } W `1 p N "°WK~ O J E ~J~~ `O~V w (W~ y2~1 w~O~ O~ ~ U N K° J~ ` OF?O W ~ay~ ~ ~ ~~'rc aaarc Z rc w~ocf =~o OK~rO-1 ~~FpO<U O ~W} Z N O~WK <a~ 3 Q ~u°w °w~ x o °~~~Y x zd 9~a1 O W s, ~ ~ o O ® ~ c~3 O g~r V W W&~W~ o~ ~ ~o~az FK z3a~ N .v ~ yamy{-are=Td' a ~ Ci "'Gr ~~ U o~oW w~ is ~`` W K ]S== o~° ~ ~ o~''oag ~ ~ az k" Zz zz~~ Q ~r35 WAN U W V/ z~°drc~~ ~ ~~ ~Fina d ~' = z F~w ~ ~ 7~ ~ozW ~ iK ~~ ~~~ ia° ~ v Z ~ z U~ U~K W ~~w W ~ ~~a F~~ o O U N O 23= 23Fy~y~~ Z a~W NN ~S°a O~~ 3F O H (7 S ~ °ri= Ur. <O ~ Wa0>} x\ UO~~ WU° K~ ~ d OF x Z 4~ x• d pK0 OK~9m KOm Wr~ m °~ W 6. pO, ~ f~/1 W ~ >~ ~~ __ W g4r-`4 W~Oa maa~ ~3 < O'° I W ~/laa I ~~~ ~~p~2 ~= NN ~OOs ~<W =W ~ ~O p ~ O< O mW0 mWW00 WU w N UQO yKm }K ~ JZ p~j W^~ N~ ~ °~U °=Q~~ J 3 ~~f.lsJ y~° W J W a O O~ a j ~ K~' C m Z / ~ m 2 S W LL' (/1 N Q W ~ x c~C.~~ ias zrc rc W ~ I :~ .. ~m~~m ~m om = oW ~~~ 1,13 I g <coit mc°i c°i ~z'c°i O~ w Ya° ~ rc°WW ~ U~ ~ (nom Um °~WO ri F Dln ~_ . n~ a ~UnU~ aFWm o~ o ~VZ x ~a~ x p Zy N° CD~WK DSO t~~ ~~ VUWi ~ Za= U w x a W ~ ZOO W<2 M U~ 20 WJUWa WW~O d W oQi~~ ~ z u~ ~ ~ovoi~~ ~~v=i2d °d~ ~ yy~~O~ ~- ~O ~ N ri v OU3Vm ~~O ~y=i N <U <U I° ~w as . o ~~ ~°.-: ~Z W p ~+ ~+~~<~ ~ ~~ ~ W J 5~<~W C. W~ W S H WZ O (% 1?I WZ O~ K~4~ O WZ7 m 00 ~ N ~ O W ~ ~ ~O Q ti~ ~~ .~ ti~ ~w m"~J3K ~ KY ~ ~~ Q N U w ~o a~ ~~ ~ Uy 00 io UW OK ;a W ZU ..z ~ C..) 3 U ~~ O °o ~a z r~ 20o zw °Oa~ ~~ W ~~ Ci mcW-i Z ~ ~0 40 0 ~> m ~ as N U~ \e ~ >~ U~ ~ 4v_~N~ ~ 3 of v ~~ ~ d °zm C, z°~ ~o gZU ~" _ OU °~° VV °~ ;ao0 K ~j Z Z O F O2 K w K N_Hv~ H z z ~' z z ~' ~ U ~ ~ o In N ~ oo i K N ap ozq Na a4 o ya ~ ;ouK rczo i ~ N~ U ~< z O a~ oz a W a>z ?om ~.~ ~ Wo o~w xo o~ i O~ aU o° ~o o io ° o "~ °~ K N?3°z~ ~« ~ J H K=K W ~ 'K''i ~~~ C Ua ~ p1.i K ~ z~ ~ c5iw °z~ m Z ~noW~ wsvl Ua '^ Q pQ O W IyJ NO N~' U Q \\ KEW 4 aK U a ~ ~' \', 1yryrJ11cS W W O O ~ Q OtW= Umrr F Z ~ Z 4 Z` ~ J Z W~ d W Z y O r3 ~0 ~ ~ w ~ O 1 < ~ N~ 5 ° }N~ Z ~ d0 0° o~ z ° W Z~ W °KW O Zrii~ ~O ~~ ~2 IA~2 m a W z K ~gi3 nKm ~U ~W Ci°¢ IW K aa~ j< OW LL• z~dW ~Nx~Z O ~ O ~~Z~ OZ~K~ W Ur~ Q~Q Z':r r°vm W~<j Uu"i Kf W?j O O Wm~Q W ~ LL~ JOW W WOK Z ~~ OZyr m Nb4~Z0 WWg a a o N ~ ~zo K v eKO ~ zm wK '"o= c tr"~ 13~ W IiWjU ~oKm p x~ '~~'$cKi .=-wa ~ ~~ W n~ a ~ yZJa w cU ~z~, cKiro J~ ~Z ooo~ z W3'~Ur ~4w yFOy~ K °~ W75 d O~V ~ WZ WO N Z\H UU ~O Z 2U N W 3~WQJ OCi K° vU KO OKO~ LLW' ~ ~ ~~ ° ~ ~U Wt°ilm\ O~ F U1U O Z ~W3WKZ~ ~ WZ ~ 7 p 5 U y~ d Z U IK Z° NmVIW ZO_ UWU G~ DU <K N W~ ~O W`~`pO KO pJ~p y~;il 7VO WC N ~< JJO >>W ~ WWNK~K a~afanKO F {y.~. p ~ U 3W ~~arOW a 03r~jK RU ~ 032N>ZN KaU °~O~~OK OQZ U Z O 3U N 2 -r0 (7K 5 W~~ F WNUa V ~°W Wpb ~W ~ W W ZQ p= HU .. >=rJ Z ~Qm ZOS° mZW Zm U~KU V1W0 ~Rpp[~Z~ 2 NN °!-O dK KOd Ui4 da.~ 01-~ H aW Hr/~ Hf- Oyler ~xx 3a'~Z ppW CJ-°Lo> U pZ~(~py]~ Qr U WWJH 02 OWNXQ IOW aaXO W~ ug aac°i t-iN NW mW~ ZZ °<aK C1 n OY] Ur VI KOUN U V1K3W SON NWI- UUK yCCYyX^1 QQZZpp ~KWK asa=O W~~~i<1 N U1~61AU I` V \ _ _ 2 ¢ 2 Z ~VOO~ 0 W V1 S o °Z WW O W `Z°° ~~ < j°0 ~~~~ NN UZ ~ d W ? WNO WW WO ~~ K p°p ZZp K ~~ K ~ H O GKm pp N m~ 2 _2 H µ1 ~ O W v d W ZC'1 _ ~ ~W _ (n W Cid O ~ a° ~]p ~3 _ ~ W Z ZO G K o Q VU< UU lWJ ~ ONO< ~O 3 Y W¢ J d' m U3 ~ O ~° KWN~< °~ O W ¢ W~ U 4l d D I N ~ U~N y~ S ~fA ¢ NO Z~~ N~ W O j d °K La_ ~ U ~~ ~j 9 zrc a ~~<= O a ~ o KK }Ino 0 Q KZ¢~ O ~c~ U K3- zd W° gWVI ~}a~ d'QW Z~U' H < ~ °~ W O2aOW 3N Q ~ ~`~ ~W~ F~ ~' aa ~- ~~.......~ ~ ~ U W ~ J J d' D ~ Z ~ U NO Np U2 ~ ° ~ ~ d~ a Z ~ J J 3 m Z < O W tt } 2 W = 41 20Z02~ p ¢Y ° Nw _ O+"N°~`1O< ~ ~~ ~ i~a IOU' ~° ~ UO¢JN\ UUI~I.. ~ \~ 5 ~ ~KW~~U~ o U~ ~ oW~ O7jW c~ W J O OH ~ U U3 U m ° W VIU O arZ f JHNQ~Z 330 'J' `~`"< ~° ~ z~ z asa `~'W Q ~w & ~ m "w'~ri W~J22~ LS_ ZW ¢00(AOO W ¢d'~ O C~ O= ZO ~U~<~?N = ~°~ ~ ~•O H ~~~KO 2F ON 60 ~Z cnaa~~?z K~Q.~ ° ~ KV ~U I \W W f/1~ Y y°j ~~~= W°W\ Z(Uj ~ oNOaZga Jw~o ~~ ~ ~.,U mo nm o Z~~ ~ ~rc'o (~J'~Yr~rO~ o~~~ <<19 ~'-'~ Q JW~OOU 2 ~W ~ yNJ K a O_ Jp '~FF••~rg ~ ZO LL~' 4 K<1WA (yJd~~ ~U F-N Z~~WHU~ Q'HU a' F~ J •~ '-~~o ~~ ~r - UZ ~O< ~ °4 N~U~~ l<JZ ~~i<I 2~ [O ~ IJ <4 ¢¢a G d Ir < L] or~r' ¢ w za QSp+a °° ~~ d~„ri dUa~ ~~a }JO?~~~~~~cKi ~ U~1-UaW~ zw°H ~`Ki °~ ~s7 O '~ ~N w&~ ' ~~~Ug~Nr3'(~ m~ ' W~ZZ1.]L-O (.'JJ Z ~rU ~O!.1 ~ Oj K4 U& O NW~OF- SW 2r~OKXW ZW4-¢ G10W d3 ~ K Op~OInFm7rc a- ¢`~` FV]-U¢WK W VIOd OUN Z `KOOK dNO~ a7 t ~ ~ ~f ~~ N MI Y QQ W<°m Ip ~W •~c ~~Q~~ ~~IJ F `YZ f b ~ ~Q ~ OU~ZFL N W _z o_G, `~oi~z ~~ ~' i zG~jw oa Km d O y~K ((//pW~~~H1N F ~xa 1~1~~1~•K~l~ 2~xO WU ..., ~.......~ ~ .4... = 3 11/7r I ~Cp = 5 ., l~L Y ~1J~Q ~ U ~ U f ~ ~ (~ _ VI~LY~ rn r ~ ~ ~i i `~ G ~ G L,. f.~~'i~\ ~~~,-r-r: r~,1 ~~ db10I '~,LIO dAIOI S~I)~72I~I) ~1~II}I2I~d ~ZI~ ~MOI d0 AZI~ '~xZ '~o ~~I~I~'1~I~Z1~tI~'I~ ~AIZI~I~A~2Id Q1~IF7 2IIf7d~2i _ y ~ ~ ~ ~ W ~ ~ ~ ~o ~ .~ ~ ~ g g g < ~ ~ ~ s a ~ ~ ~ _ o' ~ Y 3 1? ~sI~~ liS`1~` t~~! W O ZOZ z Q 0 3 5 ~ w° ~ Qo ~N o 0 ova w w ~ Wmm ~z o K ~ ~ Q U ~ N= ON S m a W W w S Old ~~ ~~ ~ o ~ ~ ~ ~ o a . ~ p V wp ~~ Q p ° ~ma a~ _I .. .. . zd ~~a &a N ~. ° ~iz~ aw i I- \ ~ LL ~ ~a ~ aroma 5~ L ~O N Z O ~ I - I F W m ~3z a mom ~O w x ~~ ~ Qz z ~QJ ZN~ Q Q a ~ o~ y~aaU KW U ~'J ~Q~ d Faa U~ W3 OK 4 N 1N wU z~~~^ z~ wQ N~U¢~ ~zd N N Nd~ U3 WWKV~~NH W ~ U K~ U~~ W; za~z=m1~~ o~a _ v°d~~ov~ia ~ ~oo~ wm ~a~~ v i N h m=> z w a r~w~ w ~ W > o ~ ~ z~¢ o a o m ¢w YY W OYm~ o w ~a2 3 O~j j~a~ E F- ~ agJ~pw w ( l1 ~Up Um Oj ~z W ZZ ~aaoo~ a ~w z ° z w ul ~FZ ~w I-In ~~ ° ~ a~ ~ w ~ w z = C.7 w- O F- Y Z O Z zr~-a0 a K a V w >w O O o= G7 t~ F c c i Nz ow c7g O a z g U I_ Z 3 ~ w ~ O ~Nm a~~t'm .L/l z ¢w a~ > NOwti v \~~ ~ N ow o`w zt W O J F- = VI ¢ w ~ ~ ~2"p0 ~ }} }m m J J M ~OQ i JF- HI=/-1-1 ~K z ¢ ¢ODY~ N ~w ° (~ w H H ~ ¢ ~ ~ ~ W ~zamz~ 2Na oa0 w tip Y 33¢~« Z Nd~-`~ ¢m Ix"` -` o~ H=O W= > (~ Z KQw Z¢('l ~¢OW CC ° H ~Z U ~ ¢p~r-tea O curia 2a ~ ~1 I zp ~I-0= ~ z a~ ~ = a~ ~ U W J J J ~°~ Z Z 3 Q ~ NF W ~ 2 t ~1.1ti_ . ~ _....J O a _____ ~ _ I _....J ~ W W ___ r~0 ~ __ _~ a ~ ~ w W Q z O =°Z°xa oZ ¢YU 2 ~ U Szpzc~ 0~ ~`'~ I N z~i ¢ ~ z a~ ~~ ~zw ~~ a4 w U°¢JN~ U Vl~w ~o°a°w a4a aQl ~ I o ~a <a ' ' ~ f- Jlw-fnQ~Z 3W30 00 w~ r JKZQ z ~ ~ O Q Z ~_ Wr- owl ~ F =rz - moo a zW Z W K . ~aF z~ ~i~Q~ g °awm° o ° ~~~ >"zN O O w ~UZ~~? ~ ¢W N p~ ~ N Wp I 4 Jza i nm.W ~, / U Z ~ ¢F ww to ww O w wawa I// ~ W Z~}} HO~ K H U K ~ F=~ 0 2 j ~ ¢ w Zw OHti O U j~ N ~ 0 ~ ~ 1 J o ? W U w O H 'a _~ w O~ X~ Z W w Z ~ I a rn W II ~ •- ~ H VI~U¢W d' W VlO d ___ °z°zW I ____- Vaw azp ___ ~ x _ ? DU Q O m m V~ W N~ Q ~ w J Q o5z ~>°~ K ~ U wZ~zN Q d~ m ~ ~~~zm~ OU-w ~ W °~~ U~ S Z2wij0¢ Np~2z Z 5-00- aaoc~3 Q ~WV~KUa _~ F 1'. ~ ~':~:~ ~-~ VAIOI `JLLIO Vd10I ~' ~ ~ " .~., ~... ._,~~ 5~~~2I~ ~ ~1~II}I~I~d A ZI~ ~MOI 30 ~ZI~ a ~' ~~~S~Q ^ ~ ~ C ~ ~ ~ ~ ~ 10W, ~, .~; ~ ~~ ~ ~~N~'l~Id Ll~iI~I~t dAIZ1~I3A;I2Id Ql~i~' 2II~d~2I ~ ~W ~ "' , ~ a g ~ a ~ `,~ t~~~ !E1'~ !~~ O N j ~ - N ` ?~ 3 O O O a C N QJ U fn ~ d C N C ~ a ~ -O ~ U _a ~7 C O O' L O U O Q - N C O N N U ~ O a N N ~ (n N C ~` ~.- ~ -p p p <n N C _ U a 3 ~ O N N p N O t -_ ~ ~ a U p ~ ~ > ~ 'C . = 0 7•- O a D- O d C U - N N - ~ Q L L U C ~ 'D C O ~ U •C p_ O M M T N O O O H .~ N ~~ N O O p ~ Qi ~ • U D 3 p U ~ O~ ~~ ~ O O ~ O a L C 0 - V Ta ~ E C O_ U U` ~ Q ~ In n" O N N V ~ O N L L C L p d p L~ 3 •O N 00 N C O O N~ C O C O O (/7 ¢ U O O . t iJ ~ N U c ~ O d N N C ~ L U C ~ M U a N L a ~ O " ~ • O~ ~ O ~ U C O N ' 3 O O U p O N O > D _~ ~ O O N ¢ c00 U ~ N `~ ~ \ ~ a ~ -=p U C ~ O 0 0 U O U C a a N O O N C a 0 N N C O] pi U O O O M ~ O .D L .. ~ °' ~ ~ .~ ~~ N .N ~ O ~` ~ O O :.-. O p a ~ O L N~ 3~ ~ .C U ~ ~ O a O a) o c O C D - d~ ,_ ~ p O ~ V N a~ ~ N O ~ O pi 3 N L > ~ W ~ Oi C Q ~ ~ O C O O_ ~ U O.N~ N ~ O C N O.C ~ c • ~ Q. (/7 ~ L N ~ ~ ?~~ } N N L~ O N ~C N C U ~ O ~ O_ O ~ QO CN O OcL o~ O O N Q a N.~o ~ `~- - ~ O ~~N~ ~•O O 00 ~]C L - O dT O O ~~ O 3 O C Oac ~ C o 41 o~- p (D pi U c a~a L O L 3 N a d O ~ O fn ~ N Q~ ~' ~` 0 N C N O p ~ N O ~ U N C N T U ` V ~ N ~ D_~ U N ~- U 3 E N U- p C N ^ -~ L C N Ql ~ . pig N U'~ _ N L~ -~ W M U O _ ~cJ ~ O c = - i= > - O N a ~ O . CO ~ m -• j Qa] N C N N t= O E O E •? C ~ O ~ ~' -C U ~ Z (, C Q O C t~ ai U~ a 3 O U O ` O C x0 O C to O. L '~ N~ N a C N ~O O~ - p ~ fN D O` "p _ 0 -. a 3 ^ C O O - - O O. U C ~ O ~~~~ a to O 7 c L O N W O O ~ rn a~.~ c ~ o L a~ V U O ~ O O L a V _ O~ a p p"- a o ~ a`~ ~ -_ ~n C C a ~ ~ = U NCO ~ t NL .a •-' O d ~ =N p L . -J ~ U C O O LU ~ C ~, Q pi ~ N fn E L .O N M:V ~ O p 0 fnN ~ O p Ql U Z p O s ~ m o _ • ~U a~'m 0 = 0 p" O o N L N- t C O N.C O > o 0- d O - _ _ ~ C a U O ~ O N O rn d' = ~ N a C O C a O c Vl a a t o 3 U U Y > d O_ •<n vJ L N~ O~ QJ ~ - ~ UJ N V (, U N O N - ~ ..~ L O d O C N p C d C W o 3 _ a U L '.' a _ O L `~ NO ~ N D - O O O N -~ C .' pi _ O jn N _ O N ~ N = ~• ~ U +-' `J N t= L p y-+ ~ p ~ O- C (~ 3= U a O~ _ ~~ . O N O O~ N _ O ~ O ~ C (n U N. C a ~ U vL-+ N :~ L~ L N O. O U O~ O_ N ~ ~" p E ~ O V~ ~ ~ tf7~ O _ N L O= -p Vl O C ` O~ Ql •C .` C.- _ C ~._ C ~ ~ ~a (n N C O O N ~ N O. - O !n N 4J O N L C N L Z a _ U~ C U03 T x O ` p O U ~ O_C C C~ 300 C U L ~ 'V= ~ i'p~G70_ ~ O U O~ L a p~ U~UL L O L U L+' -a ~ O L J ~ ~ O O O~ U ~ L U ~ ~ i O C C A N ~ ~ O O Q j N L N~ O U n p L N N U .~ a ~ I ~ C N p a -- 'D N ~ C ~ .p O N V C .`J N •~ C s 0= N~ 0 p O N piL L~ L d p d 1] L U .U~ O CO •C a N U t U p C 3 Ql ` O N N O N~~ U p ~~ V O C N N- • (lJ ~ ~~ ~ N O '' a~ E O U c a v ~ C 3 N~ N "O' O o O o O i m pi V S ~ p C a N ~3 N p ~ ~ U~ O> N O 0 0 o C N x U ` a> ~ ~ o p ~ U ~~ O H V O U O W d Q C Q~ ~ a a x m ~ ~ .x ~ N U L O E O O V C p a U O U C O V ~ ~ C w N V T O L ~ ~- a- - O U O ~ - a o C d o_ O O c - O C . = '~ t o p - E N O L L ¢~ c ~ 3 L•- - O ~ a~ o O ~ L L ' Q~ ~ o S] U a N .~- Q O N F-- ~] Q V Q .C O K N N N F-•~ Q •C 3 a W L F- (n N r7 ~Y ~ c0 i~ a0 O) pi `O I a U m N c ~ N .O O p' U a 3 c L U O UJ U 'C C '~" ~ N O O ^ ~ __ ~ U .L-~ O O O _ E p ~ _ N U N 1 N- ~'++ Q p L L O O Off" O ~ Oi C a d Op O (n- U ` N N O Q 0 ~? ~ O U O~Y W ~ O -' y C ~ N O O a_ '''' a - Oi ~ o O O c O U~ ~ a ~ ' C p ac"i 3a ~[ O o a,~ V - N N n O ~ V •~ o U ~ N p p ~ L ~ V i ^ _ ^rn a~ N _ - O] - U ~n ~ LL ~ a U ~ O p v ` p a> 3 O ~ in " 3 V w C 3 p c O S C V' N a ~ N M ~ O 7 0 C O c 3 N U N C O •~ C ~ rn~ 3 O L O- A N N ~ c L .~ C . O N F-- ~ ~ O ^ U O W ¢ !n a L o 0 ~ N U N 3 0 C ~ C O _O O C "' p p 0_ " T ~ U ~ N ~ U G U C ° C - ° ~ cn N N fn -° ~ a n 3 y U O s i a N p ~ O L O ~ ~ O L o, ~ o U O - U o U p, c p ~ (/~ . i T O O= a N C -_ rn pi ~ U p ~ ~ a V O o_~ . p o 0 N 3 i o _ o V ~ O N 't ~x U d - o ~ • - Q n O N t v) C = N L 3 O C O.~v--L • , O E O N o ' NM ~ ~ ' : o L N O a ~ ~ ~ L c O N C ` O = p~ C O p, C rn t N N U ~ O O 3 x O ~ O U T O d -'- O a ~ a pi - c N O `~- L O` •- p p~ o V w a O~ .L-~ O O U ~ ~ O ~ L O~ ~ a O + C T L ~ L +. O N j 0~.N ~ L O U a y p p~ U ~ C - O . O QJ ~ a N ` N U U p y - O C ~ O _ a a O O . d O_ E '~ ~L p N p O L i _ O t _ ~ U a O N ~ U ~ Cn L O N C y N U> ~ ~ 01 N - O a W C N L ~ ~ N U UJ ~p N > - . N pi O rN+ O~ _ O~ C~ U p a O ~ ~U+ N N p t N p N o 0 C 0 C o p W O L C O •3 c 3 O O N p ~ > .,_, O ~ C L ~ C !n N ~ U C '"O .~, c= ~ N N C T .~ Y,. ~ = U U U ~ C "(n ~ ~ O 7 Y =_ O "L'' VI N 3 U C U~~ N O ~ S O Y p t= N U ~ O C N O L a U N C a O N U C ~ C ~ N O -p 3 O O O O O (/1 ~ O U . Oi N C a O 7 ~ U to a N 3 p .U O T N . U N ~ c N L ~ N N C .~ a ~ N N D_ > 3 p O .. L . (n 3 3 .U O U V W ~ ~ a be v= v v v ~ N -_ E a~ ~ N p ~ ~ N a . L C O N O 3 v3 x,.T,n D_~ yU+ O ~ ~.-m ~ O> . Lorno~ O N N O ~O~cV~ O O a a oOO„` O Q O O ~ N W N m U C O N O ~ N- E • ~ ~, (n OU O N dy ~ O L D_ N~ O_ O LO Z N to O N O i 0 O •~ U .L-l ~ (~ N - O L N O N N -O " p a O~ Vl O_ ~ Q_ O 0 C >~ ~ -Lr C N p C . .~ v1 O~ O p Z a o c V a c0 ~ a a a ~ C ~ c i ~O `p 0 0 U ~ C O 3~ ° a -_ ~°° d C o °~ p V o~ O L p d a v,U O 0 O • V E O = U O T L ~ S U N N p D O F'- p G N N U N N N N N a C N O N O a O O C ~.- O_ N L ~ T~ Y O~~ c N C O C a C Q ~~ •3 N O t C C_ O O N •U y L L C -«' ~ O~= L pi _ N UJ V p 0~ U ~ U N ` -p a pi a C C C a C a G a C a ~ O ~ U7 C V1 O C ~ ~ " N C O N a ~~ to ~ O ~ - O O' N~ U O O U 3~ a ~ N N~ O O ~ U L ~ x O N O~ N ~ ~ ~ O N U QJ . U N E O E N f= QJ E N E U1 3 p ~ ~ ~ O . O .•..., L Oi ' O O p Oi N - C L~ L a C ~ ~. O 'l N ,~ O N C O d . Q. C_ O C ~ D O N 0~ O Z - p~ Q E W E E E E ~ C , O ' ~ ~ U _ v- ' - N O U ~.~ ~ W~ C O C O ~ . L . ~ ~ T N =' (n C L '- ~ p N ~, a L ~ _+.' d N p I ~ L d 0 C U> d~ O O U C O O U a U O U O U O U ~ E = a U N ~ -. U . N O i ~ C 7 a- N t C'- a +-. j O -~ O7 .-' p _ a In C ~ p N 3 0 C C U -~ O~~ L O C .-l ~ L U ~ ~ C O p ~ N ~ N 2' N ~ ~ O Li m O U O_ (n N O_ m (/7 N C~ >~ O W p O ~ T`~ N O ~ a .- U N a N L a N N ~ N - O a ^'' U ~• O ~ U T C O L A ~ p _ O L~ U S L CO O N O ~~ Q O p ~~ U ~ O Q7 m U N~ N • ' N~ N va 3 N O ~ U C O O C ._ ~-' T C ~~ L O O L~ p L C C= O_ ~ V~ O p 0 N O~ ~ C N C U O L N> U L N O ~ N > O O C O~ N ~ ~ o 0 CO 0 01 0 ~ ~ ~ t\ ~ ~ o .r N U d U j A N N a~ ,~ L N O p N L ~.~ ~ o .C N pi+L .N O c ~J U a N U C p o ~' ~~ ~ N ~ O C U>~ O 'm >. p M M M M. M r.rJ M U a~ O O ~ UO Lp •C p. O N= O ~ -O V N c o ~ W C C .T' c ocn O' p L d~ O N _ ~ O ~~ 0 0 -O N U U U U U U (n N N ~ N- C a C ~ N O 0 0 L ~ °Oa p O_O O-U O 0+. U pjL M d p C O Q Q Q Q Q Q Q Q Q ¢ Q Q • O ~ ~ V• O ~ C•> ~, 'J c o._ `J .N- C •~~~ Q N 3 N N Y U C a N_ ~~ `. cn vl OJ U W O U>~~ O O U :'_ N ~ O N ~ L C U~ 3 C V1 ~ ~ Q O N a ~> a~ N C~ 3 U O L >. N~ ~= E N T U C~ 'D N O C Vl .~ ~ j C L ` Y = U O~ U a o a V -o a~ .~ am s . _ .-, Y - C L O C O N L O Q p ~ O ._ 2a rna7 C L D.~ 7 0 y p ~~ om O o C N O O C Q'p 0 3 p L O O p 0~ 0 ~.... O a c a O =' V p O p U 3 W H i s ~- c~i rri ~ iri co I~ __ ~-~._W ~"...`a~ .m.. ~ C VJ ! ~~ ~ 0 Fr i ~' ~ 3 V1SOI `JL.LIO VAIOI o o ~ 3 L d ~ ~ o S 5 d _ S~JF~2I~J rJI~tI}I2IVd II,LI~ ~MOI d0 ~ZI~ _ ~ ~ a ~ W ~~ r ~ ~ a ~ ~; ~ n ~ ; ,,, '~~',, ~^ ~~l\I~I~I~.LI~II`~Y1I ~AIZI~I~A~2Id Q1~iV 2II~d~2i ~ ~ "a ° ~ # $ ~ W 3~r~ ~ - 1 tIJ CZ ~ ?! ~~ _ ~~ I_ g~ _ I_ ~ I ~`l~ - _ F i ~ . - - I_ I~ ~ _ , II _ i I; i w J ~ = h w W /~I ~ W (~ - - - _ _ ~ I S F- ~? ~ o z ~ W - - ~ J p I Z ~ z z .. ~ ~'1 V J ~~ g (~ I I ° Q ~ - - - - I I_ I _ I~ ~_ .l;; I ~ is F I - - ~ /I / W _ rar W - = G~ J O J _ II I I 0 w ~ N = J w J ~ z ~ s ~ W Z O ~ Z - I~ l , 1 = (~ w `~ F~"'1 ~ II I I Q I - ~ O g~ ` = i ~ ~~ I ~~ I ~~ V1 - - - ~ ^ ~-~-i Q -~~t V I) - J Ir w J ~ ~; '~ ~ ~ ~ H Z O / /l w ~ n ~ ~ ~\ ~ !', ~I w "~ p `/ 1 ~ ~ J ~ Z °z LJJ N r1 LL ~ !Q O ~ O ~ ~ ~ N ~ / ~ U1 w N Q p w - O g i i ~ N r Fl~__.~_~:_~ •-•, -••• ;~,,.,~ o,~ '°° -'- ~ ~} ~1 I ~ Q ~ U ~i ~'I c7 ~ VAIOI `A.LI~ V1SOI "' °e a s 3~17d~~j~ o rs~=/7d ~ ~ _~ _ ~, ~~ i=s_if~ ~~ I T~ ~ 5~~~~IF~~ ~NIx?I~d ~ZIO ~MOI 30 ~,LIO ~ ~ ; ~ a < N ~ ~ ~ g V 1 ~L ~111 ., _,, ;~ ,, ~~~~~1~JA ~HZ 30 dON~N~ZNI~y1t ~AIZN~A~2Id QN~ 2IIdd~2I N ~ 4 ~ ~ = o g a~ ~ a ~ _ ~F ~ y ; 3 "° ua~ ~~,? t~i~ f CZ ~~°~ ~~ 1~ W ~"'~'1 0 W ~ - - - ~- ~ Q - - - O [-+ z ~~ ,~ ~ - ~ _ .. w ' ~ ^ v J\ - J 2 = ~ z = Q _ ~t~i Zt NI iit\ M11N ~~\\~ i. w ~ c~ C7 N `/ `" - O I I !; I - r ~a ~ - ~~ _ „ _ ~ Y `T/^^ V L ~ uT r~ ~~~„ W ~ ^) lT/ V 1 W II Q W W ~ J d J Q W ~ ~ 0 0 Z z n II ~ (n W I O~ ~~ C7 m C 9 \ ~~\\ I ~ ~ ~ ` \~~ # al ~ I ~e r, ~~ ~.._~ i ~- ( ~ ! ~'1 ..,., y,,,mob.a. °"_ LuUSt ~~ ~ ~ u ~~ ~ 3 H1IOI '~.LI~ dlIOI ~ ~ ~ ~ a s 3 ~ d , ~ o s = ,. ~~~S~Q U ,, ~.,-,, CI I Y ~_.u::~`'~~t S~~~2i~~ ~I~II}I2I~7d lI,LI~ ~MOI ~0 ~.LI~ ~xi ~o ~ ~ ~ y ~ ~ ~ ~ ~ ~~~~ ~ ~' tt ~ C. ~ ~; ~~I~IF I~I~aLI~IIF IH ~AIaL1~I~A~2Id Q1~IF~ 2II~d~2I o ~ ~ g ~~ ~ $ ~ V '! Ji r 1~\i~ < f~s. a ,~ 1li~ ~ - ~~ J'' i ~ a~ i~1 - I 3 t# I - ~ -I ,, ^ I `~) - J W J W > - ~ W J O z ~ - 'a - '~ W ~ ~ z W _ _~ ~ ~ _ I iLo I ~ ° ~ ~i~o ~ ° w (~ -~ ~ ~~ ~ o O Ul < vii Q ', ~ I ~ I N I r ~ ~ I I ~ I u ' - W ~ - o^ I I _ 1~ - - ~ ~ ~~ p ! ! ty t TT~~ V1 W -, i !, ~ ~ t ~ ' a - o o '~ I ?i I II I o i 1 ~ s~I ~ 1 - ~ -I J W N - ~ J W ~ W Q ~ _ - _ s ~ z z f ~ ~ I 1 I ~ o ~ ~ I ~ ~ ~ iL9 ~ o ° ~ ~iL9 ~~ w ° `~ Q ~ ~ ^ _ ~ 1~ I ~ ^ I 0 : N - ^ ^ ^ I ~ ~ ° I - - I I I ~ - ~ - ! ~ I I '~11 - - ~ -a o- ~i / [ 1 ~ - - - ^ o FO 1a1 r~ ~ - - I I I - ^ o ~ I _ _ _ ~ ~ : o o . ~ T /~ 1 1 i t . _ n F~ ~ 15 a t ~_ - ^ o W . _ - o 1,; I ~ a ~T 1-+-~ ~ _~ W w ~ e l W ~ W O J ~ ! > z y ~ ~ z _ Q ! J z o ~ Z z W ~ - N ~_ W a N ^ ^ p Q W .. ~ r ^ v 1 Q W ~ W ~ N N - W (~ a ~ C~ ~ - i o o e !L I I - I ~i I o a' a 1'' 1 1 t t F~~_r'~ '---~ ~A~ --- 5 3 1,. ~ ~ p 5 = d ~~Q 6 FED 16 ,~~ viol 'A.LI~ VAIOI W '" o „y S Z 3 i g~ ~ ~ • Z 3 5~~~2i~7I) ~I~II}I2I~d AZI~ ~MOI ,~0 A,LI~ b ~ ~ a ~ ~A ~ ~ ~ _ I~IVI~IS~Q ii N ~~~=m ~ a ~~~; V~ I ~~ 1..: ~.~1"iE~ ~H,L ,30 _ ~~1~I~1~I~,LI~II~NI ~AIZl~I~A~2Id Q1~I~ 2II~d~2I ~ `° W ~ ~ ~. a ~ g '~ i~r , 1-~l lilt ~, '`~~ ,~ _ i~l ~ ,~ ~. U {--- W i (I) U o ~- W W ~ W _ z_ o ~ L r 1 ' ° o CZ - - , G O J ~ > ~ I W J ' W ~ - F z c - ~ - I6 ~ ; o w 0 L/ J I ~ I~i ~ ^ I'~1 O U Q L~ 1 o~ ^ ~ ~ I N ~ ~ I~ - ~ ~~ I a S - - d--O - 4Ld ]~ ~'-~ - - p ^ - ~ - I =i ~ - ~ ~ ~~ - ~• : i ~' o ~n ` o tJ t J '' ` 1 1 © O O n ~1 _ ,• ~ - ~• o ~ ~~ ~ ~ ~ q~ ~ I III F ^ ILL `~ 1 - ~ !Tj _ - w I I I I 1 Q - -~ I q ~ J {I ( i W J r n v~ Q I j l l~~ p ~1~~ ~ J W !Y 9• -1 ~ p z p~ p ^ c p Z o o z T ~ o H ~ W w ~ o o ^~ ~ o ° (w/I w U ~n N _ _ _ _ (Wj I I ~- ~ ~ ~ ~ N (~ - - - t~ ~ ~ i !r i 1 I - I - - - ^ o i S~ Ltd p p I f ~ - - - - -_ g_ _ Ai - - t O t ~` ^ e" ~ I' B ! ! i i ..., _... s ,..,~ o ~ ~ _ ~ U U ~ 6 ~ El ~ G 3 VJ~OI `~t.LIO V110I a ~ a ~ o ~ : 4 5 3 1 V I~ O S S V S~~~2i~~ ~I~II}i2l~d ~.LI ~ ~MOI 30 ~ZI~ ~ ~ s <_ W d~ O (~ ~< °a 3HZ 30 J , ~ a a '" ~ N a ~ 1^~ 4 rl ~' d~N~N~,LNI~I~t ~AI.LN~A~2id QN~ 2II~dd2I ~ ~ ~ ~ ~ a ~ ~ ~' ,~ t~,. 3 ~~ 'EiI ~`s! ~ ~+ w J a O O H ~ a '-° z <Q O d~ N mz w ~ wJZ ° F~-S° ~ pm ~ 3 Z w~ oo }mo rw ~~(wi 1 1 ot Ow ~w ~ U ~~ O O ¢ 7 ~ J W ~ ``k ki r W ~ pU xa W J m o r H > a 3 > \ c~ wmvi o =oN~ W 0 ~~°-a~~ - - n °.~o J°rr Z n t ~zwZ~ mU w~<oWH~w Z >pw~°O-~o~o a zz ~n° w° a r ~x~ o U ao~~o~ VI e Zw ° o m~r r caa~ o?r°> r O o0 (/] =Q aOU z r o w m K w m a<rw a~a pY ww Ur rWl,iUa vl~ ar ~ ~ W d ~- ZxON U U¢ >-w UQ vow UIQ W `'' o ~ooZ o o<o°z ~ wa cail ! Jz N~ ~3r ~o~~= J ~3~~ i'' m~ ~Z~~~ ~o a° w U°wW W° ov ia~ z3<~w=~¢ x<n l oo Q moo=w ?OZ - ' aw¢o r a w ~ a~0 zo ° JN~ ~aaQ¢ <~ ~ ~ ~ U ~ ~ = < w OZ~ QO3UQ 40m~ p z 1/ W dZw m~ ~H(n x l~Ow il 30ZK( 3 wK z~OU W °~ ~~ ~ ~ d ¢ Q ~ HN tail < Z J WF -I.I (n ~ F -J= ~ Q~ zON ~ U ~l<i oo W W a'U wr Q Z W Z YD xirm`''~ocnz > ~-rUw > O a w3zmo am¢ a~ }r ~ ~ > ~ U c ~ao¢o r ~Szwc~ O m r ~~7Jj ww cnw°w3 Ow=a' ~m O ~a~~Z~Z W Z°<rtn= ~ InZ W° O J ~O ra-r U V7 W ~ a °°W z=Qw OO =U ~ UZ°ZJ ~OUW <- QlQl} wa m z r~~ U a ~ < a QOrr?Q~= ~ iiw~o~OUr paU ~ U~ a¢wo° ¢OaN ¢O(nQ ~` r ijQQU1w w a zzNV7 4?~~w Ow a V1i?OO pr row~U ~i0 UW ~cn z rw zw wm~~ °a m wr< jl C7 ° azz~ Oa} a =<o°~ U m tn r °¢ w Uz~ = ~ W wJ mc z w~zoom ~~Ji`¢ ~ ~zUZ~=°z mOK OUOr°O ~Fw r Q ~N ~wVl °Q rr Op~~Q a 0¢w} } Oa2~OOa w J ?rwwS O ~ r W c i aS°Z 4U z ~i OWZO pC~ < ? (/)W a 2 m} z 0 VI Q s > o N f- Q ° N Z F- UU ¢ a OZ ZO a N}~ ~ Z L` O U' o ~ a Z= W or a~ U N U d } W O r H W r ~ ~ 7 O O O~ F- V ¢wcn F Q> r ~z ¢ r aa z > c i w Ow ~ ZO ~ U ° Qm °o~ r a ~ o ~?°~_ b marl= wig, r z = ~w ¢o¢ z d w ~~ cn x- ww~tn ow m W rr 2a ar l--l v ~ i¢ a ¢in azY a Q =Q Q xmr~<aoa w ~~vl y awe =www~ ioN< } w =~O~ar r ¢p~z~ w,~.l~ ~ ' ° ~ U a az°w ° ~ ap ~~II aao~°oza Q a' r `r'o,- ° vl J° ~ W am W ]G W °rn° 1- ~ 3 mjWmO K N Vl } vlJ~z a' Q m 0 `nvl°<NU a w O a W z F s°-o U W Q w Q - ~Q J J~ w p}Y< K li K a VI Vl ~~ ~' ~4 ~y (n 3 (!l po~JW Qo `n W F_ Q a oN~3 pia r 3 Qo° zQO° r ~ o w<r sz oroN r es °UwOw~ ~ z irmo`=r ~a<~~ w ~ Zw~a~~ m oo ~- ~ I a a ? `''moo'- ~m ~ ~ 0 0~ c iz`'' o rw ¢ >~_ z U ~d° W a3° z l~ c w ~z °~~ Q ~ ~~ ° ~ c i Jm ~WJ U ia Z C° w °wcrl il z c O J w ~< ~rcyp ¢w3r= o z wmoo~ a ¢ z° wv ~ U ¢ZVi ~ 0 0 0 J U~ a U O U O or Z ~ U~~ U Q °¢ U w J x r r U ~a o - Z z r p w r Q a O ~ w}lnm r O a a' Q = o r~ w Z a~ ~ Qli w O ls S Z W< ° ~ < 0 ~ ~ W ? U ~ O ~ ~ ? ~ ~ r W ~ ~ ~ ~ Z m ~ OU ° ~ < W ~ ~ OU o W > ~ < W O 3 ~ z z O Q ~ O w a ~ ¢ D O d J ~ p U 0 < O 2 0 a i ° O H O = 2~ ~~ ~ O N Q O ~ = W w~~ O ~ N w° ~- = U Z O o O a s<= 0~ w w a W w rUVlamUaU 0 0 ¢ rarUUVlr~r w°~ == °rr S w 0 F-cnmUr S= O rrUm = O = rvl~~¢3 iz~o~ > Q~a~ir oho>dir r=-ri3 i W ~ N ~ ~ N ~ r O OI ~ ~ ^J lT, V O I V L ~ rA, 1 1 n o- \'~ 1 :\~ ~ ~ ~\ A 1"~I ~~ ~~~ ~' =Z [ ~ ~ "' ~ ~ t ~~ i ~ i T V 1 W ~ v ~ J W \~ ~ ' > W J z W W ~ Q 1 ! ~ Z Z ~ O Z ~ O U a ~ ~ ~ .. w Q " ~ N = r ~ N W T ^ v 1 ~ ~ 1 N Q 1 W ~ N W U' C~ I I - ~~ 1 ~ 1 ® ~~ , y m4~ ~~ X13-1-N3~ NOI1`d1~lOdSN`~f~ll b'MOI '.111 dMO1 ~~~ ~-~'~~ 1~3?11s lclno~ U 3 1 r~ O d~ O ~ N ~ ~~~~~~~~~~ 9002/LO/ZO '31b'4 3f15S1 L n~~ t,1 ~~ ~ ~ ~°-~ ~: 23 1N`d-itf3S 3~'ddS Zli`d d • z Q w Ul W W W 0 Q CJ> Z Q z J Q W U~ W W W a Q w 0 z O O-~ - - = - - - ~- - ~~ -~~ - - - .~ ~. i f.. .. .. . ~ ... ........ ..` . ,. ^ j , ^ =' ~ 1- _ ~ __ I ,~I ^ t ~ .. ~ n ^ I ( ; ;;I I ; I I ^ ^ I i ii i u I ;~~ ~! ^ I. I of ~ I a>~yj_~ s ^ I ^ I i ii o In ;d~ i ^ ~ I i ii it I I I i ~II ^ ~Cp.u p ^ O-'r-- : ----- - - f ^ ^ _ ~ i r I'---- I I i ' ",~ ^ i^ I ~ I t I ~ a I l7 11-1 1 IL_l~ b ~, e ^ 1yy1yy~ ZZ~ ~ _-- _ _- ^ I I ^ I OG ^ II ^ I ^ ^ ( ^ ^ ^ a %; b . ^ ^ ^ / ~. . ^ ^ I I i » ~~ _ - 1 ) / _ _ - - ___._ - __ _- J °~~ ^ ---^ - --- --- Q 3 ^ ~ ^ I w ^ ~ ~ c11 ^ I ^ z b~ ., I I : o:a a n ~ n~ a Q ~i ~I o ~ o - ~ a J Q b'; ~ W ~ D C ~ ~ a w I N ~ Z ~ -; i ~ ~ o ~~ ~ ~ ~~ ~ ~ I ~ U Q ~ Q N~ . ., ..,_ , ....._ ., .... w w ~ ~ ~ o~ z ~ w o ~ ~ ^ w = ~ n= u ~ ~ ~ oQ rO-4-- - -t --- -- ~ .Q V z v 3 ^ ^ ~ m ~ z b ^ ~ w g z_ `_ ^ ~ ~ ~ ~ ~ ~ _ ~ ~ -~ ^ a ~ r ^ i ~ Z m O - ~--__ ----- - ~ - Z ~ `~ w ~ ~ - ~__________-- _ N m z (~-- -- ~ I ~ w o o ;~ z z ~- - ---- --~ ~ri ~= ~' i- ^ - ^ ^ ~ ~` ~~ ~ ~ ~j ~ - a D - - a ~ ---- ` - ---- -_--- D .D - -------- J Z J p I a b U ^ ^ I' I - V v a D Q _~ Q r- i lk L-J ~: ~ : ' 'I j~ 1 .( - ' o~---~ I ^ - I ^ oL---~ ^ ^ iI i-. ' I , 1 , ~ ^ ^ O w Q cf~ w vQ ZQ ~ Z ~ Q ~ O _ _ ~ O ~ ~~ ~ ~ ' ~ -~ ^ ^ ~ ~ O z oQC 3 n a ~ "' U '' I / ~ I' I v w O ~ i~ i _ ~ z ( ~ ^ I ^ In ~j ^ I ^ I W ~~~~ ~ ^ II ^ ~ / ^ ^ ^ ^ ~~ _ ^ ^ ~~ D ^ e a~ ^ ^ ~~ ^ ~-- ^ ^ O i u m 0 _~ u m