Loading...
HomeMy WebLinkAbout1181 Third Amendment Master Development AgreementBILL NO. 2013 -004 ORDINANCE NO. AN ORDINANCE AUTHORIZING THE CITY TO ENTER INTO A THIRD AMENDMENT TO THE MASTER DEVELOPMENT AGREEMENT FOR THE DEVELOPMENT OF THE BRIARCLIFF HORIZONS SITE AND AUTHORIZING ADDITIONAL FUNDS FOR PUBLIC INFRASTRUCTURE RELATED TO THE HORIZONS INDUSTRIAL 1I PROJECT WHEREAS, Briarcliff Realty, LLC, a Missouri limited liability company, (Briarcliff Realty ") and the City entered into that certain Master Development Agreement dated May 10, 2011 ( "MDA ") which provides for, among other items, the construction of Infrastructure Improvements on the Briarcliff Horizons Site as defined in the MDA; and WHEREAS, Briarcliff Realty changed its name to BR NorthPoint, LLC and assigned all of its rights and obligations under the MDA, but not its rights and obligations under the MDA First Amendment, to Briarcliff Horizons, LLC, an affiliated entity of Briarcliff Realty, LLC pursuant to Section 12.5(b) of the MDA; and WHEREAS, on or about February 13, 2012 Briarcliff Horizons, LLC filed Articles of Amendment with the Missouri Secretary of State changing its name to Riverside Horizons, LLC; and later, pursuant to Section 12.5(b) of the MDA, assigned all of its duties and obligations under the MDA to construct and complete the public infrastructure and other public improvements as set forth in the MDA to NorthPoint Development LLC ( "Developer "); and WHEREAS, the Exhibit C of the MDA included a general description of the Phase I Infrastructure Improvements and Section 5.2 of the MDA requires the Developer to present, and receive the approval of the City for the Infrastructure Construction Plans for each Infrastructure Phase; and WHEREAS, or about the 21 day of August 2012, the City of Riverside approved by and through the approval and passage of Ordinance No. 1151 to enter into an Agreement with Riverside Horizons LLC, to amend Exhibit C -1 of the MDA to add up to Six Hundred Thousand Dollars ($600,000.00) in public infrastructure costs for the Horizons Industrial II Project; and WHEREAS, the staff of the City of Riverside and Riverside Horizons LLC, have agreed upon specifications for the proposed public infrastructure for the Horizons Industrial II — Paving & Landscape Project totaling Seven Hundred Thousand Dollars ($700,000); and WHEREAS, the City of Riverside and Riverside Horizons, LLC desire to further amend Exhibit C -1 of the MDA, to add an additional One Hundred Thousand Dollars ($100,000.00) in public infrastructure in addition to the previously approved Six Hundred Thousand Dollars ($600,000.00) in public infrastructure costs, for a total addition of Seven Hundred Thousand Dollars ($700,000.00) and to further submit to the Board of Aldermen for approval the specifications for said Infrastructure Improvements estimated to cost the City no more than Seven Hundred Thousand Dollars ($700,000.00); and WA 3989592.1 WHEREAS, the City wishes to approve the detailed specifications for Horizons Industrial II - Paving & Landscape Project attached hereto as Exhibit C -la -c to Exhibit A. NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE, MISSOURI AS FOLLOWS: SECTION 1. BEST INTEREST OF THE CITY. It is in the best interest of the City, in order to further the objectives of industrial and economic development of the City, to enter into the THIRD AMENDMENT TO MASTER DEVELOPMENT AGREEMENT, attached hereto as Exhibit A and incorporated herein, with Riverside Horizons LLC. SECTION 2. APPROVAL OF SPECIFICATIONS. It is in the best interest of the City, in order to further the objectives of industrial and economic development of the City, to approve the Specifications of the Horizons Industrial II - Paving & Landscape Project ( "Specifications ") attached to Exhibit A as Exhibit C -la, and said Specifications are hereby approved. SECTION 3. AUTHORITY GRANTED. The Mayor, City Administrator, City Attorney, Special Counsel to the City Spencer Fane Britt & Browne LLP, and other appropriate officials and employees of the City are hereby authorized and directed to execute the amendment to Exhibit C -1 of the MDA attached hereto as Exhibit A and to take such further action related thereto as is otherwise necessary or desirable to carry out and comply with the intent of this Ordinance on behalf of the City. SECTION 4. EFFECTIVE DATE. This Ordinance shall be in full force and effect from and after its passage and approval. BE IT REMEMBERED that the above was read two times by heading only, PASSED AND APPROVED by a majority of the Board of Aldermen and APPROVED by the Mayor of the City of Riverside, Missouri, this 22 " day of January, 2013. e .g A 1 -o- � I Kathleen L. Rose, Mayor ` ATTEST - . Robin,Litxreli' City Clerk Approved as to form Special bega o*sel WA 3989592.1 1/31/2013 THIRD AMENDMENT TO MASTER DEVELOPMENT AGREEMENT THIS THIRD AMENDMENT TO MASTER DEVELOPMENT AGREEMENT ( "Second Amendment ") is made and entered into as of Januarys 2013 ( "Effective Date "), by and between the CITY OF RIVERSIDE, MISSOURI, a city and political subdivision duly organized and existing under the Constitution and laws of the State of Missouri ( "City "), and RIVERSIDE HORIZONS, LLC a limited liability company duly organized and existing under the laws of the State of Missouri ( "Developer "). This Third Amendment amends that certain Master Development Agreement executed between the parties on May 10, 2011 ( "Original Master Development Agreement'). RECITALS A. The City and Developer previously entered into the Original Master Development Agreement on May 10, 2011 as subsequently amended, to provide for the development of an approximately 260 acre tract of land known as the Briarcliff Horizons Site and the parties desire to provide for the construction of additional public infrastructure by the City. B. Briarcliff Realty assigned its rights and obligations under the MDA to Briarcliff Horizons, LLC, an affiliated entity of Briarcliff Realty pursuant to Section 12.5(b) of the MDA; and C. On or about February 13, 2012 Briarcliff Horizons, LLC filed articles of amendment with the Missouri Secretary of State changing its name to Riverside Horizons, LLC; and D. The construction of additional public infrastructure by the City as provided for in this Agreement, fulfills a public purpose and will further the growth of the City, facilitate the development of the entire Horizons site, improve the environment of the City, foster increased economic activity within the City, increase employment opportunities within the City, enable the City to direct the development of the Horizons site, and otherwise be in the best interests of the City by furthering the health, safety, and welfare of its residents and taxpayers; and E. The City and Developer desire to enter into this Third Amendment with respect to the construction of additional public infrastructure by the City. AGREEMENT NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein and for other good and valuable consideration the receipt and sufficiency of which is hereby acknowledged, the parties agree that the Original Master Development Agreement is hereby amended as follows: 1. The language added to Exhibit C -1 pursuant to the Second Amendment is hereby deleted in its entirety and replaced as follows: "The City shall spend up to $700,000.00 in public infrastructure costs related to the construction of the Horizons Industrial II — Paving & Landscape Project, attached hereto as Exhibit C -1a, which shall be in addition to the Phase I Infrastructure Project Cost Budget described in Section 4.2(a) and as more fully detailed in Exhibit C -1 and shall not be subject to the Infrastructure Project Cost Split described in Section 4.2(b)." WA 3989617.2 1(31(2013 2. This Third Amendment and the Original Master Development Agreement together with any prior amendments constitute the entire agreement of the parties and supersede all prior or contemporaneous agreements, proposals, inquiries, commitments, discussions and correspondence, whether written or oral. This Third Amendment and the Original Master Development Agreement together with any prior amendments may not be amended or modified except in writing signed by a duly authorized representative of each party. Other than as set forth above, the Original Master Development Agreement remains unchanged and in full force and effect. In the event of a conflict between the terms of the Original Master Development Agreement, and prior amendments and this Third Amendment, this Third Amendment will control. IN WITNESS WHEREOF, the parties hereto have executed this Third Amendment to Master Development Agreement as of the date first above written. "CITY" CITY OF RIVERSIDE, MISSOURI By: K leen L. Rose, Mayor (SEAL) Attest Robin Littrell, City Clerk STATE OF MISSOURI ) ) SS. COUNTY OF PLATTE ) N� On this IQ " day of « 2013, before me appeared Kathleen L. Rose, to me personally known, Ae , being by m my sworn, did say that she is the Mayor of the CITY OF RIVERSIDE, MISSOURI, a political subdivision of the State of Missouri, and that the seal affixed to the foregoing instrument is the seal of said City, and said instrument was signed and sealed in behalf of said City by authority of its Board of Aldermen, and said individual acknowledged said instrument to be the free act and deed of said City. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal in the County and State aforesaid, the day and year first above written. Notary Public My Commission Expires: 7 jo- icA WA 3989617.2 1/31/2013 "DEVELOPER" RIVERSIDE HORIZONS, LLC, a Missouri limited liability company By: Na me: N A rtt� E� c, 1A ar,o 4nrt" Title: :a e ;; j P --t STATE OF MISSOURI ) //�� ) SS. COUNTY OF Plate_ ) NA On this as day of 0. nua 2013, before me appeared lJ• l a to me pers6411y known, ho, being by me duly sworn, did say that he /she is t e PresaAQ - t of Riverside Horizons, LLC, a Missouri limited liability company„ and that he /she is authorized to sign the instrument on behalf of said company by authority of its members, and acknowledged to me that he /she executed the within instrument as said company's free act and deed. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal in the County and State aforesaid, the day and year first above written. Notary Public My Commission Expires: J ROBIN L. LITTRELL Notary Public- Notary Seel state of Missouri, Clay County Commission # 11390631 My Commission Expires Mar 8, 2015 WA 3989617.2 OUTLINE SPECIFICATIONS For: City of Riverside, Missouri Horizons Industrial Spec II 169,025 SF Industrial Distribution Warehouse LOCATION: 4950 NW 42 "d Street Riverside, Missouri 64150 TABLE OF CONTENTS PAGES BuildingOverview ................................................................................................ ..............................2 Division2 — Sitework ............................................................................................ ..............................3 Division3 — Concrete ........................................................................................ ..............................3-4 Asphalt Paving ................................................................................................. ..............................5 -10 ConcretePaving .............................................................................................. .............................11-22 Landscape Irrigation ..................................................................................... .............................23-28 BUILDING OVERVIEW The work shall include construction of +/- 169,025 SF warehouse facilityfor Riverside Horizons Industrial Il, LLC. The preliminary building and site plan prepared by Renaissance Infrastructure Consulting dated July 13, 2012 and received July 27, 2012 was used as reference to develop the Scope of Work defined in these Outline Specifications dated August 20, 2012. 1.10 Testing A. A complete geotechnical report will be provided by Riverside Horizons Industrial II, LLC. B. Costs associated with quality control testing are not included. Testing & Special Inspections for paving, structural concrete, reinforcing steel, structural steel and other required testing shall be provided by Riverside Horizons Industrial II, LLC. C. Soil compaction testing for work done by Riverside Horizons Industrial ll, LLC prior to ARCO accepting the site shall be done by Riverside Horizons Industrial II, LLC. D. Riverside Horizons Industrial ll, LLC will provide soil compaction testing for their work prior to installation of footings, floor slab and paving installation. E. Concrete test cylinders, slump tests and air tests shall be made during concrete placement. An independent technician employed by Riverside Horizons Industrial II, LLC shall be present part-time during construction of footing and foundations and during floor slab pours. F. Riverside Horizons Industrial Il, LLC's testing lab shall verify the asphalt paving temperature & thickness. 2.2. Paving and Surfacing A. The exterior paving shall include the following: The asphalt paving at the car parking areas shall consist of 6" of compacted asphaltic concrete mix over 9" of soil cement remediated soil at 6% soil cement by dry weight. 2. All truck maneuvering and truck drive areas shall consist of 8" unreinforced concrete mix supported by 4" of compacted granular base material over 9" of soil cement remediated soil at 6% soil cement by dry weight. A. The asphalt shall be striped with two (2) coats of white chlorinated rubber paint. 2.3 Curbs A. Standard concrete curb and gutter is provided at the edge of all car paving. B. An integral 6" curb will be provided at the edge of all the concrete paving. 2.4 Walks A. Sidewalks are 4" thick concrete with 6x6 10/10 WW F reinforcing with a broom finish. 2.5 Site Utilities A. Storm sewer drainage shall consist of the following: The car parking areas shall sheet flow via concrete flumes to the adjacent perimeter swales. 2.6 Landscaping and Irrigation A. Landscaping and irrigation to cover all seeding, sodding, shrubbery, trees, ground cover, mulch, Irrigation, meters, meter pits backflow devices, preparation of tree and planting beds, etc. per landscape drawings. B. No other costs for landscaping and irrigation are included. Additional landscaping requirements by the City of Riverside at entry, off -site locations, detention and conveyance basin(s) are not included. Division 3 - Concrete 3.1 Mix Design A. All concrete shall consist of proper proportions of Portland Cement, coarse aggregates, fine aggregates, and clean water conforming to application of A.S.T.M. Standard Specifications. 1. Concrete for footings, foundations and dock leveler pits shall be a minimum of 3,000 p.s.i. strength at twenty -eight (28) days and include the following: Concrete may be air entrained or non -air entrained. Acceptable air content 3% +1- 2 %. 3 Any concrete having an air content over 5% shall be rejected. b. Slump 4" +/- 1 ". Any concrete with a slump under 3" that needs water added to make concrete placeable shall be reslumped. Any concrete with a slump over 5" shall be rejected. C. Fly ash is acceptable as an additive to the foundation mix design. 2. Concrete for exterior paving shall be a minimum of 4,000 psi strength at twenty- eight (28) days and include the following: a. Air entrained Acceptable air concrete 6% +/- 1 %. Any concrete under 5% may have additional air entrainment added and shall be retested to insure that the concrete falls into the acceptable range. Any concrete having an air content over 7% shall be rejected. b. Slump 4 " + / -1 %. Any concrete with a slump under 3" that needs water added to make concrete placeable shall be reslumped. Any concrete with a slump over 5" shall be rejected. C. Fly ash is acceptable as an additive to the pavement mix design. 3. The allowable time limit for batching of the concrete trucks shall be ninety (90) minutes. 4. A copy of the approved mix design shall be provided to Riverside Horizons Industrial II, LLC and the testing laboratory. 4 Asphalt Paving 2. Bid Documents A. Bidding documents will include these bid instructions and these drawings. Dwg. Description Issue Rev Rev. ArchitectlEngineer No. Date No. Date C0ll Dimension Plan 8/22/12 1 10 -8- Renaissance Infrastructure 12 Consultin CO2 Grading Plan 8/22/12 1 10 -8- Renaissance Infrastructure 12 Consultin CO3 Retaining Wall Plan 8/22/12 1 10 -8- Renaissance Infrastructure 12 Consultin C04 Utility Plan 8/22/12 1 10 -8- Renaissance Infrastructure 12 Consultin CO5 Drainage Plan 8/22112 1 10 -8- Renaissance Infrastructure 12 Consulting C06 Erosion Control Plan 8/22/12 1 10 -8- Renaissance Infrastructure 12 Consultin C07 Details 8/22112 1 10 -8- Renaissance Infrastructure 12 Consultin C08 Details 8/22112 1 10 -8- Renaissance Infrastructure 12 Consultin 1-I.1 Landscape Plan 8/22/12 Vireo Additional Documents: Report of Geotechnical 08/23/1 Olsson Associates Exploration 2 B. All specifications are noted on documents listed above. C. Bid instructions will become part of the contract documents. D. NOTE: The attached proposal form must be submitted with this bid. 3. Scope of Work: A. Furnish all labor, material, equipment, layout, supervision, and expertise required to provide all asphalt paving and line striping /parking signage as outlined below: B. Include layout fine grading of subgrade, placement of asphalt, striping and clean up. Construction staking, etc. to be provided by this subcontractor from bench marks, building corners, and property comers established by others. C. It is the responsibility of this contractor to inspect and accept the subgrade 4� furnished by others prior to starting work. Any variations in subgrade elevations are to be reported to Owner prior to commencing work. Beginning of work implies that the subcontractor accepts all subgrade. No additional tonnage will be paid for on the accepted subgrade. D. It is the asphalt subcontractor's responsibility to clean up their trash on a daily basis. E. This subcontractor will be responsible for all dust control pertaining to his work. F. Cleaning of streets of debris and mud generated by this work shall be the responsibility of this subcontractor. G. One (1) mobilization shall be included. H. Auto Pavement (2" AC surface on 4" AC base). Fine grade the subgrade. 2. Compact and proof roll the subgrade. 3. Install on the subgrade a 4" compacted (2" after rolled) asphaltic concrete binder, compacted with a ten ton roller. 4. Install on the binder a 2" compacted (2" after rolled) asphaltic concrete surface, compacted with a ten (10) ton roller. 5. Use plant- mixed, hot laid asphalt aggregate mixture, complying with state regulations. Striping and Signage 1. The pavement striping, including all auto parking stalls and accessible parking stalls shall be included. This includes sweeping /cleaning the parking lot as required to stripe. 2. Stripe the parking lot two (2) days after paving. Do not delay or the paving will become dusty and will then need to be broomed or washed off. Use two (2) coats of a chlorinated rubber paint for striping. 3. All ADA and parking signage (accessible parking signs, fuel efficient vehicle signs, etc.) and associated concrete footings shall be included. J. The binder course and surface course for the asphalt shall be installed without a long interim period to avoid special cleaning and tack coat N between courses. If Owner specifically requests that the surface course be delayed for a long period of time, and if a special cleaning and tack coat are required, the contract shall be adjusted. K. The mix design should utilize the appropriate performance graded (PG) asphalt cement for project location and traffic. Asphalt temperatures will be tested by Owner. During asphalt placement, asphalt should be a minimum of 250° F and during rolling operations asphalt should be a minimum of 180 °F. M. Where asphalt meets concrete, if draining to asphalt hold Y<" low, if draining from asphalt hold' /." high. N. Provide clean -up of trash generated by this work. Separate trash into appropriate dumpsters as required for LEED certification. O. Visit the jobsite and become thoroughly acquainted with the existing conditions before submitting bid. P. The stabilized subgrade will be graded tY2" (balance zero). Beginning of work implies that the subcontractor accepts all subgrade. Q. Verify with the Owner that the testing lab has approved the subgrade prior to placing asphalt. The testing lab will also test the asphalt for proper thickness. R. Maintain the required grades to insure proper drainage. Ponding water of any kind will not be accepted. S. Check the subgrade for low spots prior to paving. "Bird Baths" after paving is complete are not acceptable. 4. General Requirements: A. Claim any extras within twenty (20) calendar days from date of occurrence. No extras can be approved later. Extras must be approved in writing by Owner representative before work begins. B. Safet In an effort to improve safe working habits and provide a safer working environment: a. Health and Safety Program Each subcontractor must have a written Health and Safety Program, which includes all, required Federal, State and local safety policies, active health and safety inspections and weekly safety meetings. b. Hard Hat Policy Hard hats shall be worn by all construction personnel and visitors at all times. There will be no exceptions. C. GFI and Assured Grounding of Electrical Outlets All extension cords and power- operated tools shall have a GFI receptacle and be routinely checked as part of a written and recorded assured grounding program. d. Hazardous Communications Program 1. Owner shall maintain a hazardous materials file. This file will contain Material Safety Data Sheets specific for that project, as well as a written hazardous communications policy. 2. All subcontractors shall submit MSDS sheets on all hazardous materials being used by their employees. The sheets shall be submitted before work begins on each project. Both the subcontractor's file of MSDS as well as Owner's file shall be updated as necessary throughout the project. 3. The combined files shall be kept by the Owner's Representative for review by any interested party. e. OSHA Standards All subcontractors and their employees shall observe all other OSHA standards that apply to their work. f. Safety Vests Safety vest or bright orange /hi -vis yellow shirts shall be worn by all construction personnel and visitors at all times. There will be no exceptions. C. Subcontractor will perform all cleanup associated with subcontractor's work. Owner will provide dumpsters. Separate trash into appropriate dumpsters as required for LEED certification. D. No exclusions or changes from the drawings, specifications or bid instructions will be permitted without written approval from the Owner. 8 E. It is the Subcontractor's responsibility to visit the job site prior to bidding to familiarize himself with actual job site conditions. F. All materials used shall be new and first quality, and shall be installed in accordance with manufacturer's recommendations. G. The initial lead foreman will not be replaced for the duration of the project unless directed otherwise by Owner. H. This Subcontractor will be responsible for all layout, lines and grade and coordination required to complete his scope of work unless specifically excluded in these Bid Instructions. Subcontractor shall employ a competent project staff, including a superintendent who at least, shall be in attendance fulltime at the project site during the progress of the work, and shall not be changed except with the consent of the contractor. All communications and notices given to the superintendent shall be as binding as if given to the subcontractor. K. Subcontractor shall be represented at all jobsite meetings by the superintendent. L. Subcontractor shall immediately remove from the project any employee, including the superintendent who is not satisfactory to contractor, owner or owner's representatives. M. Subcontractor shall not deviate, exclude, or make changes from the construction documents without written consent of the Owner. N. Subcontractor shall have OSHA competent individual who at least, shall be in attendance fulltime on site during the progress of the work. O. No riders on equipment or in bed of trucks. P. Subcontractor's employees shall park vehicles in a designated area only. Q. Subcontractor's employees shall take lunch and breaks in designated areas only, trash receptacles will be provided by Owner and emptied by this subcontractor. R. Subcontractor shall provide clean drinking water with individual cups, empty cups shall be placed into trash receptacles. S. No personal vehicles will be allowed within the footprint, only in designated area. 5. Written Guarantees: 1. Provide a one (1) year written guarantee covering the workmanship and materials from date the project is 100% complete. The one (1) year written guarantee must be received prior to final payment. 6. Exclusions Work shall exclude the following: 1. Testing. 2. Site engineering. 3. Soil stabilization. 7. Tentative Schedule: 1. Bid Due Date: 2. Bid Award On: 3. Start Paving: See schedule 4. Complete Paving: See Schedule 5. This work may or may not start exactly on the above date; however, we will keep you updated as to the progress of the job schedule. We will expect the job to be completed in the same number of working days, whether the work is started earlier or later. 10 Concrete Pavina A. Bidding documents will include these bid instructions and the following .drawings. Dwg• No. Description Issue Date Rev No. Rev. Date Atchitect/Engineer C01 Dimension Plan 8/22/12 1 10 -8 -12 Renaissance Infrastructure Consulting CO2 Grading Plan 8/22/12 1 10 -8 -12 Renaissance Infrastructure Consulting CO3 Retaining Wall Plan 8/22/12 1 10 -8 -12 Renaissance Infrastructure Consulting C04 Utility Plan 8122/12 1 10 -8 -12 Renaissance Infrastructure Consulting CO5 Drainage Plan 8/22112 1 10 -8 -12 Renaissance Infrastructure Consulting C06 Erosion Control Plan 8122/12 1 10 -8 -12 Renaissance Infrastructure Consulting C07 Details 8122112 1 10 -8 -12 Renaissance Infrastructure Consulting C08 Details 8122/12 1 10 -8 -12 Renaissance Infrastructure Consulting 1-I.1 Landscape Plan 8/22112 Vireo Additional Documents: Report of Geotechnical Exploration 08/23/12 Olsson Associates B. All specifications are noted on documents listed above and in these bid instructions. C. Bid instructions will become part of the contract documents. D. Y= THE ATTACHED PROPOSAL FORM MUST BE SUBMITTED WITH BID. A. Furnish labor, material, tools, equipment, supervision, generators, layout, expertise, freight, necessary items required by code, etc. as required to provide a turnkey installation of all concrete paving, foundation walls at stairs, concrete stairs, sidewalks, curb and gutter, integral curbs, concrete flumes and miscellaneous concrete. B. Provide all site concrete pavement and site concrete foundations, as required by the drawings including the unreinforced truck paving, sidewalks, foundation walls, and miscellaneous concrete, all as outlined in these bid instructions and on the drawings. C. Work includes, but is not limited to fine grading, 4 "compacted stone base, form work material, Installation and stripping, reinforcing material and installation, concrete, pumping if required, finishing, curing, patching and rubbing, welded wire mesh and /or rebar material and installation, temporary power (generators), layout for this work, clean up, disposal of trash generated by this work into proper dumpsters (depending on material types) [dumpsters provided by Owner], constructionjoints, sawjoints, etc. (i.e., turnkey from grade). D. The initial lead foreman for the concrete subcontractor will not be replaced for the duration of the project unless directed otherwise by Owner. 11 E. The schedule is of extreme importance on this project. Durations on the bid form must be filled out by bidders, and we will fully expect that the durations will be met by the selected concrete contractor. F. Should discrepancies existing between the drawings and the bid instructions, please contact Owner in writing for clarifications. G. It is the concrete subcontractor's responsibility to clean up their trash on a daily basis. H. It is the concrete subcontractor's responsibility to provide temporary power (generators) for their scope of work. Cleaning of streets for debris and mud generated by this work shall be the responsibility of this subcontractor. All trackout control for this subcontractor's trucks shall be by this subcontractor. J. This subcontractor will be responsible for all dust control pertaining to this work and shall comply with all state and local governing entities policies regarding dust control. This includes a water truck and the cost of the water. K. Pricing shall also be submitted for exterior curbs, curb and gutter, paved gutters, concrete flumes and other items as required herein. A. Field and laboratory testing will be provided by Owner, 1. An Owner or testing laboratory representative shall be present on all pours. 2. Four (4) cylinders will be cast for each days pour, plus additional sets for every one hundred (100) cubic yards of concrete. One (1) cylinder shall be tested at seven (7) days, two (2) at twenty -eight (28) days and one (1) reserved as a spare. 3. A slump test will be taken on every load of concrete at the point of discharge. 4. Air content tests shall be taken from the same load test cylinders are cast from. 5. If water is added, concrete must be re- slumped and cylinders made after adding water. 6. Protect cylinders in a box at job site; identify them. 7. Cover cylinders with plastic sock. B. Concrete shall be placed at material temperatures of no higher than 95 °F and not less than 55 °F. C. The following time between batching and placement shall apply. — Air Temperature <85 °F -90 minutes. — Air Temperature >85 °F <90 °F -60 minutes. — Air Temperature >90 °F -45 minutes. D. Water may be added at the jobsite only with the approval of the Owner but never in amounts that will exceed the allowable water cement ratio. Rotate drum thirty (30) times after adding water. E. A delivery ticket shall be provided to the Owner to check for specified mix design for each load of concrete and kept on the jobsite. This ticket shall show the project speck mix design clearly. 12 The concrete supplier is required to provide a quality control representative for all large pavement pours. G. Indicate with your bids the concrete supplier and their plant location, as it relates to the jobsite. The supplier's batch plant should be inspected prior to the first pour. H. The concrete supply trucks should be required to turn minimum seventy (70) to three hundred (300) rotations at mixing speed (10 —12 rpm) after being batched. The maximum aggregate size used in concrete should be 1/3 the depth of the slab (i.e., a maximum of 2" aggregate in a 6" slab). J. The materials used to develop the final mix designs must be constant throughout construction. This requires the ready mix supplier to use all materials from the same source. - u i A. Furnish and install all required reinforcement, including rebar, bar mats (if applicable), and accessories. B. Provide labor, equipment, and materials for unloading and stockpiling reinforcement materials. C. Reinforcing shall conform to the latest edition ofASTM standards, Including ties and stirrups. D. All reinforcing shall be detailed and fabricated in accordance with the latest addition of the ACI Detailing Manual. E. Stockpile all reinforcing steel neatly on wood dunnage. General Procedures: A. Prepare 100% of the area to be poured the day prior to the pour. B. Subcontractors are not allowed to fine grade, set screeds, etc., during the pour. C. Never use cement or any other product as a drier on fresh concrete. D. Finishers are not allowed to sprinkle water on concrete to keep It plastic. E. Owner will provide one area on the site for concrete trucks to wash out. Wash -out bins to be provided by the Owner K required. F. All dowels for construction joints will be sawn. Sheared dowels are not acceptable. G. Owner will provide a compacted subgrade at an elevation of f 0.10'(balance zero). This H. Dampen (do no saturate) fines prior to placing concrete. Owner will provide access (fire hydrant) to running water on the jobsite. Make sure hose connections are watertight to prevent damage to subgrade. 13 I. Before pouring any concrete, check with the Owner that the soils engineer has approved all soil subgrades. J. Subgrade compaction test reports will be provided to the subcontractor, upon request. K. Protect glass and aluminum surfaces (and any other adjacent wall surfaces) during pours and clean concrete off wall and glass surfaces immediately if it gets on these materials. L. Vibrate any thickened slab greater than 6" thick. Have a back -up vibrator available. M. Owner will not be responsible for any delays and /or damages caused by weather. N. Concrete subcontractor will be responsible for layout from building corners provided by Owner's surveyor. Owner's Representative will review and spot check layout before pouring, but in no way does this absolve the contractor of responsibility of layout. O. Provide dewatering as required to perform the concrete scope of work. Responsibility of dewatering starts when the area is turned over to the concrete subcontractor. 8. Exterior Pavtna. Walks and Curbs: A. Concrete Paving: 1. Fine grade stabilized subgrade, furnish, install, compact and grade 4" granular base, place and broom finish the 8" un- reinforced concrete paving. Control joint spacing shall be a maximum of 15' on center in each direction. Expansion joints shall be pre - molded fiber, MY' thick x full depth and the spacing shall not exceed 100' on center. 2. Owner will provide a compacted soil cement stabilized subgrade at subgrade the elevations derived from the drawings +/- 0.10' (balance zero). 3. Sub -base compaction test reports will be provided to this subcontractor upon request. 4. Provide smooth 1" diameter x 18" long dowels 2' -0" on center at expansion and construction joints or as defined on the drawings. Rotate dowels during the concrete set up time. When the edge forms are removed, remove the smooth bars, grease the ends and reinsert into the edge of the slab. Install dowels straight and level. Do not toenail dowels (speed dowels or square dowels are acceptable alternates). 5. Saw cut control joints in aprons to a minimum depth of 2 -1/2 ". Joints shall be sawcut as soon as the concrete sets sufficientlyto permit cutting without chipping, tearing, or spelling, but no more than 12 hours after the Dour 6. Provide and install an asphalt Impregnated fiber joint between the building and the pavement and between the building permanent objects (if applicable) with removable top piece i " Vo id Cap /Sn ap Cap " 1 for a caulk joint. Removal of the top piece after pouring shall be by this subcontractor. 7. Slope exterior slabs for drainage. Check this closely before pouring. 8. Provide curing of all exterior concrete with an approved curing compound. 9. Exterior slabs shall be finished with a laser screed. 14 B. Sidewalks: 1. Fine grade subgrade, form edges, furnish, pour and finish 4" thick, reinforced with mesh, concrete sidewalks with medium broom finish. Turn down all sidewalk edges and thicken at doors. 2. Provide detectable warning material on all handicap sidewalk ramps per the civil drawings. 3. Hand tool all control joints in sidewalks. 4. Provide sidewalk expansion joints every 20' and hand - tooled control joints at intervals equal to the width of the sidewalk. 5. Provide joint in sidewalk at all outside corners. 6. Slope all sidewalks for drainage. Check this closely and verify before pouring. 7. Form, place and finish handicapped ramps, per drawings. 8. Dowel the sidewalk concrete immediately adjacent to the entry doors into the foundation. Locate the joint under the door threshold. Thicken the sidewalk to 3' deep (frost depth) the width of the door out from the face of the door. 9. All walks shall be reinforced with one (1) layer of 6" x 6" x 10 -10 welded wire fabric or per local codes and standard details. Fabric must be placed at mid -slab. 10. Apply one (1) coat of dissipating water based liquid curing compound after bleed water has dissipated from the surface. 11. Apply one (1) coat of a penetrating liquid sealer to aid in spall prevention from freezelthaw and de -Icing salts. 12. Door stoops shall be 5'x5'x36" (frost upheaval) thick unreinforced concrete. C. Driveway Approaches/Entry Aprons at Truck Paving 1. Concrete entrance aprons from the adjacent roads to the concrete truck paving areas shall be 10" thick over 4" com pacted stone base In lieu of the 8" thick over 4" compacted stone base. D. Exterior Concrete Curb: 1. Provide fine grading of subgrade, all materials and formwork to install vertical curbs, paved gutters, notched curb, integral curb and curb and gutter per the drawings. 6" tall integral concrete curb shall be installed at the perimeter of all of the concrete paving, including both sides of all of the drive -in ramps. 2. Provide curing of curbs with one (1) coat of approved curing compound. Sealer shall be uniformlyspray applied as a cure at the rate recommended by the Manufacturer immediately after concrete finish work Is completed. 9. Footings. Foundations. and Walls: 15 A. Furnish labor, material equipment, excavation, layout, supervision, and expertise required to provide turnkey Installation of all poured -in -place concrete footings, foundations, grade beams, and walls for the concrete stairs. B. Removal of loose dirVdebris atfoundation excavations as needed; formwork installation and stripping; reinforcement material and installation, concrete material, placement/finish, dewatering, curing; install steel embeds furnished by others, layout for this work; place and pump concrete material if required, cleanup, removal and disposal of trash and waste by this subcontractor. C. The cast -in -place foundation walls shall be rubbed and patched as If readyto receive paint. D. Excavation (for footingstfoundations): 1. This subcontractor is responsible for all excavation and backfill for foundations for their work. 2. Compacted backfill around footings shall be the responsibility of this subcontractor. 3. Footing spoils shall be placed away from footings and trenches so that the earthwork contractor can remove via scraper or large piece of equipment. 4. This subcontractor shall be responsible for providing proper and safe access to the bottom of everyfooting for the inspector to test for soil bearing capacity. E. Reinforcement 1. Furnish and install (F.O.B. jobsite, taxes and freight included) required rebar, mesh, embeds (furnished by others), and accessories. 2. Provide labor, equipment, and materials for unloading and stockpiling reinforcement materials neatly on wood dunnage. 3. Reinforcing steel shall conform to the latest edition of ASTM standards, including ties and stirrups. 4. All reinforcing steel shall be detailed, fabricated and installed in accordance with the latest edition of the A.C.I. Detailing Manual. 10. Miscellaneous Concrete: A. Furnish all labor and materials (except steel pipe bollards) to core drill (at concrete subcontractor's option), excavate, set, install and fill pipe bollards where indicated on plans, as per details on plans. Furnish and install a fiber joint, with removable top piece for caulking, around bollards located in the site paving. The removable top piece shall be removed by this subcontractor. B. The concrete bases for the exterior light poles will be Installed by others. C. The transformer pad will be installed by others. D. Exterior concrete stair scope (including footings, walls, landings, risers, treads, excavation and backfilling) is turnkey. 16 11. Cold Weather: A. If the air temperature is projected to be below freezing, cover all concrete after pouring with straw or blankets, and provide additional protection if required. Elevated slabs must also be protected from below with temporary heat. B. Protect concrete from freezing if temperature falls below 32 Fahrenheit are forecast. C. Owner shall pay for any additional costs for winter heat concrete and the use of any additives ff we feel It is necessary to complete the work. The use of any additives must be approved in writing by the Owner's Representative five (5) days prior to its intended use. 12. Safety: A. All trash, nails, wire, and forms shall be cleaned up or removed from the site daily to avoid tripping hazards and /or injury. B. Cap all vertical rebar immediately after installation. C. When pouring concrete, an employee of the concrete contractor shall be assigned to assist concrete trucks when backing up. D. Light towers, as required for night pours (if applicable) will be provided by the concrete subcontractor. E. Concrete trucks shall be equipped with backup alarms. 16. Submittals: A. Submit five (5) copies of all required submittals a minimum of fifteen (15) working days prior to commencement of work. B. Required Submittals: Concrete mix designs including laboratorytest reports verifying ultimate compressive strength, aggregate gradation, and admixture product data. 2. Reinforcing steel: Submit original shop drawings for fabrication, bending, and placement of concrete reinforcement. Complywith ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures ". 3. Product Data: Submit data for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, waterstops, joint systems, curing compounds, and others. 17. Meetinas: A. A pre -award meeting Wil be held Wth the successful bidder to review the Scope of Work and any questions or concerns regarding their bid. B. A preconstructionjob site meeting shall be held approximately two (2) weeks prior to the start of the scope of work. Mandatory attendance of the on -site concrete superintendent, the concrete contractor's office main contact during the bidding and contract award process and the office main contact during the completion of the work is required. The meeting shall also be attended by the concrete testing laboratory representative, a representative from the concrete supplier, and the Owners Representative. Ten (10) day fins chall ha g vpn fn evamm�a 17 C. Weekly progress meetings shall be held at the job site. These meetings will always require attendance by the on -site concrete superintendent, and depending on the schedule and quality, the concrete contractor's office personnel may be required to attend. 18. G n ral R a sir m nt A. It is the intent of the Owner to obtain a top quality finished product and an all- inclusive bid per the Bid Instructions and drawings. In that regard, change order requests will not be accepted unless there is a change in the Scope of Work. Bidders should include all costs required to deliver a complete system. 1. Subcontractor shall not deviate, exclude, or make changes from the construction documents without written consent of the Owner. B. Extras must be approved in writing by the Owner's Representative before work begins. Claim any extras within ten (10) calendar days from date of occurrence. No extras can be approved later. C. Subcontractor shall be responsible for their coordination with other members of the construction and /or the design team throughout the project until completion. D. Subcontractor will perform all cleanup associated with subcontractor's work. Owner will provide dumpsters. Cleanup is a daily activity by all subcontractors. No exceptions. E. It is the Subcontractor's responsibility to visit the job site prior to bidding to familiarize himself with actual job site conditions. F. All materials used shall be new and first quality, and shall be installed in accordance with manufacturer's recommendations. G. Subcontractor shall include all applicable taxes, fees, permits, freight, loading and unloading, hoisting and /or temporary elevator, scaffolding, clean up, supervision, overhead, etc., to perform his work. H. This Subcontractor will be responsible for all survey, layout, lines, grade and coordination required to complete his scope of work unless specifically excluded in these Bid Instructions. I. Subcontractor shall employ a competent project staff, including a superintendent/ foreman who at least, shall be in attendance full time at the project site during the progress of the work, and shall not be changed, except with the consent of the Owner. 1. The initial lead foreman will not be replaced for the duration of the project unless directed otherwise by Owner. 2. All communications and notices given to the subcontractor's superintendent/foreman shall be as binding as if given to the subcontractor. 3. Subcontractor shall be represented at all jobsite meetings by the superintendent/foreman. 4. Subcontractor shall immediately remove from the project any employee, including the supedntendentfforeman, who is not satisfactory to contractor, owner or owner's representatives. 5. Subcontractor shall have OSHA competent individual who shall be in attendance full time on site during the progress of the work. 6. Subcontractor's full time on site representative shall speak fluent English. 7. Cell phones shall be used by the subcontractor superintendent and foreman only. 8. All subcontractor employees shall check In with Owner's Representative when arriving at the jobsite. 18 J. Subcontractor's employees shall park vehicles in a designated area only. Areas for parking shall be designated by Owners Representative. 1. No personal vehicles (trucks, vans, etc.) will be allowed within the building footprint, only in designated areas. 2. No riders on equipment or in bed of trucks. K. Subcontractor's employees shall take lunch and breaks In designated areas only. Cleanup of trash by subcontractors employees shall be by this subcontractor. L. Subcontractor shall provide clean drinking water with individual cups; empty cups shall be placed into trash receptacles. M. All equipment that is used on the building pad shall have non - marking tires or tire covers and be diapered to stop leaks. All leaks shall be corrected immediately. Protective devices shall be maintained for the duration of the project. N. No radios or headphones on the jobsite. No exceptions. O. All contractors shall be licensed in the State and City in which the project is located. P. Drawings will be sent to subcontractors via email. It is the subcontractor's responsibility to provide full size, scalable drawings and all drawing updates for their employees at the jobsite. ft��'dR itt�iLe�FrF] �i�31 A. Provide a one (1) year written guarantee covering workmanship and materials from the date the project is 100% complete. Final payment will not be made earlier than 10 working days after receipt of written guarantee, and Operations and Maintenance submittals. I l (7W31 A. No exclusions or changes from the drawings, specifications, or bid instructions will be permitted without written approval from the Owner. B. Work shall exclude the following: 1. Earthwork 2. Asphalt and associated base. 3. Light pole bases. 4. Testing. 5. Striping and parking bumpers. 6. Steel materials for pipe bollards 7. Transformer pads. 8. Caulking 9. Building footings, slab and walls 19 21. A. Voluntary alternates are encouraged, however the Base Bid and required Alternates should be provided per the Bid Instructions. Each alternate bid stands on its own (to the selected contractor); the alternate bids are not cumulative and will not be shared with any other bidders. iW A. Bid Due Date: B. Bid Award Date: C. Work To Start: D. Work To Complete: E. Total working days to complete granular base F. Total working days to complete site paving G. Total working days to complete curb & gutter H. Total working days to complete sidewalks I. This work may or may not start exactly on the above date; however, we will keep you updated as to the progress of the job schedule. We will expect the job to be completed in the same number of working days, whether the work is started earlier or later. See Project Schedule See Project Schedule Days Days Days Days 20 Landscape & Irriciation Bid Documents A. Bidding documents will include these bid instructions and these drawings. Dwg. No. Description Issue Date Rev No. Rev. Date Architect/Engineer C01 Dimension Plan 8/22/12 1 10 -8- Renaissance Infrastructure 12 Consulting CO2 Grading Plan 8/22/12 1 10 -8- Renaissance Infrastructure 12 Consulting CO3 Retaining Wall Plan 8/22/12 1 10 -8- Renaissance Infrastructure 12 1 Consultin C04 Utility Plan 8/22/12 1 10 -8- Renaissance Infrastructure 12 Consultin CO5 Drainage Plan 8/22/12 1 10 -8- Renaissance Infrastructure 12 Consulting C06 Erosion Control Plan 8/22/12 1 10 -8- Renaissance Infrastructure 12 Consulting C07 Details 8/22/12 1 10 -8- Renaissance Infrastructure 12 Consulting C08 Details 8/22/12 1 10 -8- Renaissance Infrastructure 12 Consultin LI.1 Landscape Plan 8/22/12 Vireo Additional Documents: Report of Geotechnical 08/23/1 Exploration 2 Olsson Associates B. All specifications are noted on documents listed above. C. Bid instructions will become part of the contract documents. D. NOTE: The attached proposal form must be submitted with bid. 2. Scope of Work A. Provide all labor, materials, equipment, supervision, expertise, etc, that is required to perform all landscaping and irrigation work including, but not necessarily limited to the following: Landscaping: Earthwork Sub will spread and rough grade 6" of topsoil in all areas. The Fine grading of the Top soil is the responsibility of the Landscaping Subcontractor. Any plant beds or tree plantings that require over excavating and installing deeper 21 topsoil or special soil mixes shall be the responsibility of the landscaping contractor. a. Provide all fertilizers, trees, seed, shrubs, perennials, mulch, metal edging, orange construction fencing, stakes, rope, weed barriers, temporary irrigation, etc. as shown on the drawings. b. Landscaping shall conform to all local codes and any other governing entities. C. Include all fine grading of topsoil necessary to install mounds, seed, plants, and trees. The earthwork contractor will leave all grades at ± .10' prior to fine grading by the landscaper. d. All plant material shall be new and of relatively similar size when planting. e. Any slopes greater than 3:1 shall receive a low ground cover which requires little maintenance. f. Support all trees to protect them from weather damage. Make sure the supports are not too tight as to damage the tree. g. All plantings shall be new and of good health. Any unsatisfactory plantings will be rejected. h. Plants shall carry a one (1) year warranty. 2. Mow Strip a. Fumish and install the rock mulch mow strip. b. Include the excavation, fine grading, metal edging and weed barrier. 3: Irrigation a. Design, Furnish, and install a complete irrigation system based off of the Landscaping plans. All Irrigation drawings must be designed and sealed by a licensed, registered consultant. b. Install the irrigation system per local codes and any other 22 governing entities, and good irrigation practices. C. Provide valve assemblies, controls, etc., for a complete installation. d. All piping shall be underground. e. Irrigation sleeves shall be provided by others, but the location will be coordinated with the irrigation contractor. f. Provide a 1 year warranty on the irrigation parts and labor. 5. It i , this subcontractor's responsibility to clean up their trash on a ggU basis. 6. It is the subcontractor's responsibility to visit the job site prior to bidding to familiarize himself with the actual job site conditions. 7. Spoils a. Any excess soil resulting from digging of plantings shall stock piled across the street from the site and w ll be hauled off by the earthwork contractor. 8. Safeguard all open trenches and building excavations to prevent accidents to people and damage to property. 9. The Owner will expect work to be completed on this project on all days the site is workable. The condition of workability is to be at the discretion of the Owner. 10. Cleaning of streets for debris and mud generated by this work shall be the responsibility of this subcontractor, if it is required. 3. Submittals A. All product data and samples are to be submitted within ten (10) days of contract award. 4. General Requirements: C. Claim any extras within twenty (20) calendar days from date of occurrence. No extras can be approved later. Extras must be approved in writing by ARCO representative before work begins. D. Safe 2. In an effort to improve safe working habits and provide a safer working environment, we have implemented a revised safety program. We require that all of the subcontractors and suppliers strictly adhere to the following policies of this program: 23 g. Health and Safety Program Each subcontractor must have a written Health and Safety Program, which includes all, required Federal, State and local safety policies, active health and safety inspections and weekly safety meetings. h. Hard Hat Policy Hard hats shall be worn by all construction personnel and visitors at all times. There will be no exceptions. i. GFi and Assured Grounding of Electrical Outlets All extension cords and power- operated tools shall have a GFI receptacle and be routinely checked as part of a written and recorded assured grounding program. j. Hazardous Communications Program 4. The Owner shall maintain a hazardous materials file. This file will contain Material Safety Data Sheets specific for that project, as well as a written hazardous communications policy. 5. All subcontractors shall submit MSDS sheets on all hazardous materials being used by their employees. These sheets will be combined with Owners file. The sheets shall be submitted before work begins on each project. Both the subcontractor's file of MSDS as well as ARCO's file shall be updated as necessary throughout the project. 6. The combined files shall be kept by the Owner's Representative for review by any interested party. k. OSHA Standards All subcontractors and their employees shall observe all other OSHA standards that apply to their work. C. Subcontractor will perform all cleanup associated with subcontractor's work. The Owner will provide dumpsters. Separate trash into appropriate dumpsters as required for LEED certification. D. No exclusions or changes from the drawings, specifications or bid instructions will be permitted without written approval from the Owner. E. It is the Subcontractor's responsibility to visit the job site prior to bidding to familiarize himself with actual job site conditions. F. All materials used shall be new and first quality, and shall be installed in accordance with manufacturer's recommendations. G. Subcontractor shall include all applicable, fees, permits, freight, hoisting and /or temporary elevator, scaffolding, clean up, supervision, overhead, etc., to perform his work. 24 H. The initial lead foreman will not be replaced for the duration of the project unless directed otherwise by Owner. This Subcontractor will be responsible for all layout, lines and grade and coordination required to complete his scope of work unless specifically excluded in these Bid Instructions. Subcontractor shall employ a competent project staff, including a superintendent who at least, shall be in attendance full time at the project site during the progress of the work, and shall not be changed, except with the consent of the Owner. K. All communications and notices given to the superintendent shall be as binding as if given to the subcontractor. L. Subcontractor shall be represented at all jobsite meetings by the superintendent. M. Subcontractor shall immediately remove from the project any employee, including the superintendent who is not satisfactory to contractor, owner or owner's representatives. N. Subcontractor shall not deviate, exclude, or make changes from the construction documents without written consent of the Owner. O. Subcontractor shall have OSHA competent individual who at least, shall be in attendance full time on site during the progress of the work. P. No riders on equipment or in bed of trucks. Q. No personal vehicles will be allowed within the footprint of the building, only in designated areas. 7. Written Guarantees: A. Provide one (1) year written guarantee covering workmanship and materials from date of project is complete. Final payment will not be made earlier than ten (10) working days after receipt of written guarantee. 8. Tentative Schedule: A. Bid Due Date: B. Bid Award On: C. Irrigation start on: May 1, 2013 25 D. Start Landscaping: May 6, 2013 E. Finish irrigation and landscaping: May 24, 2013 F. This work may or may not start exactly on the above date; however, the Owner will keep you updated as to the progress of the job schedule. We will expect the job to be completed in the same number of working days, whether the work is started earlier or later. 26 0 goo Q 00° i fli 411, ar,r 1- 114 J U ti i f 6 i / 1 i \ r r �l Ir, 2_ i i ' I �I r r I rJl. V1 dl, r { - -mA -1 34'7 - I I A 1 r/ 7 9 0 r io �1 � a II��IIIIIIIIII ���I q_r Iski #IN III fill IN fle sII a1��� jf 4 e� e Q 'nrn ?A: n n { tlt l imb y gg E � tl a I ! il,tl � °a f�l; � ll! I � 1 z NEy �.,� R II q fe� e ! i I M i y fil r (' l �i ll!(1 ti 1 1 r III1 1 a t< �z , i Iwwiu va.xw,y A a �[ a C a A o ee� d HI s i I� 1 1 i p s / r F� n Y a| � � � /| ƒ } (� / - / g bi ' � n m ■ |§$] || ! � i epa a g n e 9 $ i A i ;l aHl H H l al ;alit Hil if ;(il p a a q a a 9 c c II } a a �$ d n t k F x 7 i A' d S IIt ae €� fi f.e, *z'„1. , s 1I r 9 q�a Ya 4 w i l ie `I • � � el f l =1 r hftw I E � a i l ie `I • � � el f l =1 r hftw I H � Et i�lll ! @'!41�8P� !il +•! ��I� II If!�� I��i�� 5pj I II ti• .F�� 8C { � I' a I °� ffff 3:�j ' � ; 'I' 6 _ R i; P tP �Q I gl, g�g Jill! 14Mi 11 I� i I •$ ' II i i�al Il ii +!1 ¢ I i a 1 1 E + �''. 1 � �+ e i 1 i ! g F' .. ' t 1 �1� f ,�!IIIE ti!ill �' i @• I lili;;I 1!iili�'° y g' gl� �6t lillil! a if s� �� 4Fgge g l @(sg � {� � Ei i A pl Y l H7 g 9>f i EI `�;E¢�5E { i:9�E¢9iE�ia {EgiI,Ai � i i ! a al�i@ ( � E Bi E E• �N Ig EE� p Eg a�ia al # y @ p {7 p# E3�1 ' Ji l l qayg R @� Pi¢ i3Ga " I li °E S °a @�iS @i @ S jREi 99 + ga E E B y 1 p 14�E 1 ,.,... ! ¢ iE' 8 {EIEI# EA IEap�gg�' l ° � { �EAli p R {i E �•¢° 3 3 E F { � P 'e::: 99 � i Pa R { Ia¢ a R i ia i Eeii g I:.... I �' ti! i e l a lj i l 11 I� I j �I ����� I lel , I 1 !`I • �• r 'i e a il @iE i IN ¢ {a'� �� @@ ,� � s E� I E$ �B�i i a9E a $I�p @ @ R �� 9l nl !' �'ll R { E a E iP6 I: @El� +illll9 �i�gli� I ��' i � a R a'gR E¢ i a RI EP s ) E = a i {a�Fll 9 x E p 9 I¢6 is € E o � ° IS a i$ Pl g EE a a ( f al l�� s g 9 f 3 g7 1p1e g � l e! ! I I F i #3 a i @� a I e a ; i 3� �• ' @ +ja R l a ggg a S�i $ E.eR aR � Rl � E E � �� � � pp ggEE •!1 6s e�E � g a � 9 ;e @ i�E �e iE a �, !+ � @! Z is EE � E�� EP e�g epR ¢ E {E g a A F :i 1!! I t l i 1 1 Jill II ! i� it I �� ggE' @i a p @ p EEa I @� iEla A l l N.19 t$EI^ sill 'I ' ° 1 a l a i if Hall ° { I I z Ely| |: � $ |) §� E' Lt j , | , | A , § @� ^ 11140 k | 10 4 , - |• | 1 im4 / |00 g