Loading...
HomeMy Public PortalAbout130-2022 - SAK Construction - sewer rehabilitation AGREEMENT THIS AGREEMENT made and entered into this 7 day of S pi-a i lot 2022, and referred to as Contract No. 130-2022 by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners(referred to as the"City/), and SAK Construction,LLC, 864 Hoff Road, O'Fallon, MO 63366 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to retain Contractor for CIPP rehabilitation of approximately eight thousand and two LF of sewer, consisting of Items one through forty-four of the bid sheet. The foregoing shall meet the requirements previously requested by the City which are set forth on the Invitation to Bid, which is attached hereto and incorporated by reference herein as Exhibit "A", to which the Contractor has responded with said response being incorporated by reference herein, and attached hereto as Exhibit`B". Should any provisions,terms, or conditions contained in any of the'documents attached hereto and incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or conditions of this Agreement,this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. Contractor shall submit statements or bills monthly. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit(s) signed by Contractor in accordance with I.C. § 22-5-1.7-11(a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide,at its own expense, competent supervision of the work. SECTION III. COMPENSATION City shall pay Contractor at the rates indicated in Exhibit `B". Specifically, City shall not be required to exceed paying the sum of Three Hundred Seven Thousand Seven Hundred Eleven Dollars and 00/100 ($307,711.00)for the total project cost. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto. Contractor shall have two hundred twenty five (225) days to achieve substantial completion of the work described herein,and set forth within the attached exhibits,plus an additional thirty(30)days to achieve final completion. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part,for cause,at any time by giving at least thirty(30)days written notice specifying the effective 1 I Page Contract 130 - 2022 date and the reasons for termination which shall include but are not be limited to the following: a. failure,for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice,whether oral or written,by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement;. d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. This Agreement may also be terminated by either the City or the Contractor, in whole or in part, by mutual Agreement setting forth the reasons for such termination,the effective date, and in the case of partial termination,the portion to be terminated. This Agreement may also be terminated by either the City or the Contractor, without cause, by giving at least thirty(30) days written notice to the other party. In the event of termination of this Agreement, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City,its officers, agents,or employees. Contractor shall as a prerequisite to this Agreement,purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub-contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage Limits A. Worker's Compensation& Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence _ -- 2 I Page Contract 130 - 2022 D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $1,000,000 aggregate F. Malpractice/Errors&Omissions Insurance $1,000,000 each occurrence $2,000,000 aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement,.provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property,the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section,then pursuant to IC 22-5- 1.7-13 (c)the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event Board determines during the course of this Agreement that this certification is no longer valid, Board shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the Board that 3 I Page Contract 130 - 2022 the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor,the Board may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the Board determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5,the Board reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub-contractor, or any person acting on behalf of Contractor or any sub-contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire,tenure,terms,conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin,or ancestry. B. Pursuant to Indiana Code 5-16-6-1,the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub-contractor, shall not discriminate by reason of race,religion,color,sex,national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub-contractor, or any person action on behalf of Contractor or any sub-contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race,religion,color,sex,national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X.RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XI. MISCELLANEOUS 4 I Page Contract 130 - 2022 This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or.in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion,negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts,each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement,Contractor is estopped from bringing suit or any other action in any alternative forum,venue,or in front of any other tribunal,court,or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises,this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. IN WITNESS WHEREOF,the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. [Remainder of this Page Intentionally Left Blank. Signatures to Follow on Page Six] 5 I Page Contract 130 - 2022 "CITY" "CONTRACTOR" The City of Richmond, Indiana,by and SAK Construction C through its Board of Sanitary Commissioners S iller, President (Printed): 12 Dated: ( Z 3 ) Z Title: f vt s r -P„-1- an , ice President Dated: '/'d. Dated: 81 2 3 J2-o 21— G S s, Member Dated: e9 -4-3 - APPROVED: Snow, Dated: ®8 7A ZoVL ---- -------- 6 I Page Contract 130 - 2022 CITY OF RICHMOND INDIANA INVITATION TO BID 2022 Sewer Lining Project - FOR RICHMOND SANITARY DISTRICT EXHIBIT'A'-page 1 of 99 INDEX INVITATION TO BID Bid Form See Attached Form Notice to Bidders 1 Page Invitation for Bid 1 Page STANDARD TERMS AND CONDITIONS Definition A.1 Departments A.2 Bidder&Contractor A.3 Estimated Quantities A.4 Addenda A.5 Bidding Documents B.1 Substitutions B.2 Demonstrations/Samples B.3 Data Privacy B.4 Bidding Procedures C.1 Bid Security C.2 Submission of Bids C.3 Bidder's Representation C.4 Modification or Withdrawal of Bid C.5 Delivery of Goods C.6 Consideration of Bids D.1 Rejection/Acceptance of Bids D.2 Bid Award D.3 Warranties, Guarantees &Maintenance D.4 Contract Documents E.1 Indemnification F.1 Workers Compensation Insurance F.2 Payments G.1 Method of Invoicing G.2 Damages for Delays G.3 Specifications Proposal Sheet EXHIBIT'A'-page 2 of 99 Richmond Sanitary District 2022 Lining Project Bid Sheet 5/20/2022 Item No. Description Qty Units Unit Price Qty Price 1 Mobilization/Demobilization 1 LS $ $ (Max 5%of$315,000 or Total Bid,whichever is less) 2 Protruding Tap Removal(Undistributed) 1 EA $ $ Area 1 3 Lateral/Sewer Reinstatement 12 EA $ $ 4 CIPP Lining-8"Sewer from MH#146-040 to MH#146-039 235 LF $ $ 5 CIPP Lining-8"Sewer from MH#146-039 to MH#146-038 14 LF $ $ Area 1 Price: $ _ Area 2 6 Lateral/Sewer Reinstatement 27 EA $ $ 7 CIPP Lining-8"Sewer from MH#202-044 to MH#202-059 355 LF $ $ 8 CIPP Lining-8"Sewer from MH#202-059 to MH#202-043 292 LF $ $ 9 CIPP Lining-8"Sewer from MH#202-043 to MH#202-070 209 LF $ $ Area 2 Price: $ Area 3 10 Lateral/Sewer Reinstatement 12 EA $ $ 11 CIPP Lining-12"Sewer from MH#164-089 to MH#183-099 218 LF $ $ Area 3 Price: $ Area 4 12 Lateral/Sewer Reinstatement 4 EA $ $ 13 CIPP Lining-8"Sewer from MH#201-010 to MH#201-004 380 LF $ $ Area 4 Price: $ Area 5 14 Lateral/Sewer Reinstatement 10 EA $ $ 15 CIPP Lining-8"Sewer from MH#163-096 to MH#163-095 165 LF $ $ 16 CIPP Lining-8"Sewer from MH#163-095 to MH#163-084 212 LF $ $ Area 5 Price: $ Area 6 17 Lateral/Sewer Reinstatement 2 EA $ $ 18 CIPP Lining-8"Sewer from MH#129-007 to MH#129-024A 126 LF $ $ 19 CIPP Lining-8"Sewer from MH#129-024A to MH#129-024 146 LF $ $ 20 CIPP Lining-8"Sewer from MH#129-024 to MH#129-023 208 LF $ $ Area 6 Price: $ Area 7 21 Lateral/Sewer Reinstatement 46 EA $ $ 22 CIPP Lining-10"Sewer from MH#088-016 to MH#088-014 40 LF $ $ 23 CIPP Lining-10"Sewer from MH#088-016 to MH#088-017 314 LF $ $ 24 CIPP Lining-10"Sewer from MH#088-018 to MH#088-021 308 LF $ $ 25 CIPP Lining-10"Sewer from MH#088-021 to MH#088-020 230 LF $ $ 26 CIPP Lining-10"Sewer from MH#088-020 to MH#088-025 220 LF $ $ 27 CIPP Lining-10"Sewer from MH#088-033 to MH#088-014 401 LF $ $ 28 CIPP Lining-8"Sewer from MH#088-014 to MH#088-023 548 LF $ $ Area 7 Price: $ Area 8 29 Lateral/Sewer Reinstatement 9 EA $ $ 30 CIPP Lining-9"Sewer from MH#182-021 to MH#182-022 161 LF $ $ Area 8 Price: $ Area 9 31 Lateral/Sewer Reinstatement 3 EA $ $ 32 CIPP Lining-10"Sewer from MH#127-026 to MH#128-015 419 LF $ $ EXHIBIT'A'-page 3 of 99 Area 9 Price: $ Area 10 33 Lateral/Sewer Reinstatement 67 EA $ $ 34 CIPP Lining-8"Sewer from MH#159A-019 to MH#159A-021 264 LF $ $ 35 CIPP Lining-8"Sewer from MH#159A-021 to MH#159A-022 226 LF $ $ 36 CIPP Lining-8"Sewer from MH#159A-021 to MH#159A-023 305 LF $ $ 37 CIPP Lining-8"Sewer from MH#159-007 to MH#159A-010 299 LF $ $ 38 CIPP Lining-8"Sewer from MH#159A-010 to MH#159A-009 266 LF $ $ 39 CIPP Lining-8"Sewer from MH#159A-009 to MH#159A-008 269 LF $ $ 40 CIPP Lining-8"Sewer from MH#159A-005 to MH#159A-004 281 LF $ $ 41 CIPP Lining-8"Sewer from MH#140-010 to MH#140-011 117 LF $ $ 42 CIPP Lining-8"Sewer from MH#140-011 to MH#140-003 115 LF $ $ 43 CIPP Lining-8"Sewer from MH#140-003 to MH#140-002 402 LF $ $ 44 CIPP Lining-8"Sewer from MH#140A-007 to MH#140A-006 257 LF $ $ 45 CIPP Lining-8"Sewer from MH#140A-006 to MH#140A-005 290 LF $ $ 46 CIPP Lining-8"Sewer from MH#140A-005 to MH#140A-004 220 LF $ $ 47 CIPP Lining-8"Sewer from MH#140A-004 to MH#140A-003 212 LF $ $ 48 CIPP Lining-12"Sewer from MH#159A-007 to MH#159A-003 261 LF $ $ 49 CIPP Lining-12"Sewer from MH#159A-003 to MH#159A-002 301 LF $ $ Area 10 Price: $ Area 11 50 Lateral/Sewer Reinstatement 18 EA $ $ 51 CIPP Lining-8"Sewer from MH#166-002 to MH#166-001 280 LF $ $ 52 CIPP Lining-8"Sewer from MH#166-001 to MH#166-050 300 LF $ $ Area 11 Price: $ Area 12 53 Lateral/Sewer Reinstatement 11 EA $ $ 54 CIPP Lining-8"Sewer from MH#166-063 to MH#166-029 510 LF $ $ Area 12 Price: $ Total Price: $ I have received addendum number(s) ,and the prices in this bid reflect these changes/clarifications. Contractor Name Authorized Signature Date EXHIBIT'A'-page 4 of 99 NOTICE TO BIDDERS BOARD OF SANITARY COMMISSIONERS RICHMOND,INDIANA Notice is hereby given that sealed proposals will be received by Board of Sanitary Commissioners of the Richmond Sanitary District of Richmond,Indiana at their office at the Administration Building, 2380 Liberty Avenue of said City on Tuesday, July 12 ,2022, until 9:00 A.M. for furnishing the following in accordance with specifications on file at the Richmond Sanitary District,2380 Liberty Ave., Richmond,Indiana, and in the Office of Purchasing in the Municipal Building, 50 North Fifth Street,Richmond,Indiana. The sealed proposals will be publically opened and read by the Board of Sanitary Commissioners of the Richmond Sanitary District at 10:00 a.m., July 12,2022, in the Council Chambers of the Municipal Building, 50 North 5th Street,Richmond,Indiana. 2022 Sewer Lining Project All proposals shall be properly and completely executed on a Form No. 96 as prescribed by the State Board of Accounts of the State of Indiana.All proposals submitted shall be accompanied by an acceptable Bidder's Bond, Certified Check or Cashier's check made payable to the Richmond Sanitary District in the amount of 5%of the total bid price. If the bidder is from out-of-state,the Bidder's Bond must be secured by a Surety who is admitted to do business in Indiana. The successful bidder will be required to submit a Performance Bond in the amount of 100% of the bid price and a 100%Labor and Materials Payment Bond,prior to commencing work. Checks of the unsuccessful bidders will be returned on award of the proposals. Specifications and bid forms may be secured from the Richmond Sanitary District,2380 Liberty.Ave.,Richmond, Indiana 47374. All proposals should be placed in a sealed envelope marked"Confidential-Bid Proposal" on outside of envelope. A virtual pre-bid conference will be held on June 27,2022 at 2:00 P.M. You can attend the meeting using the following link: https://richmondindiana- gov.zoom.us/i/86240686784?owd=aVJVMU4xSEhTRSsvNmRJYm96emhMQT09, or phone number and meeting ID: +1 312 626 6799 (phone), 862 4068 6784(meeting ID). You are strongly encouraged to attend this conference(meeting) as this will be the only one conducted. Attendance is not mandatory. The.Board of Sanitary Commissioners of the Richmond Sanitary District of the City of Richmond,Indiana reserves the right to reject any and all bids,parts of bids and re-advertise for same and to waive informalities or errors in bidding. Bidder will be required to comply with all applicable Equal Employment Opportunity laws and regulations, including Section 504 of the Rehabilitation Act of 1983. BOARD OF SANITARY COMMISSIONERS Sue Miller Aman Bakshi Greg Stiens Publish Dates: .17 IDE 2,6%2 EXHIBIT'A'-page 5 of 99 INVITATION FOR BID This invitation is issued to establish a contract to supply the City of Richmond with a commodity or service in accordance with accompanying specifications. Specification For: 2022 Sewer Lining Project Submit Bids Before 9:00 a.m. on Day of Bid Opening to: Board of Sanitary Commissioners Richmond Sanitary District Administration Building 2380 Liberty Avenue Richmond, IN 47374 Bid Opening: Time: 10:00 a.m. Date: July 12,2022 Location of Bid Opening: City of Richmond Sally Hutton Community Room 50 North 5th Street Richmond, IN 47374 Bid Bond: 5% (See Section C.2) Performance Bond: 100% (See Section C.2) Labor&Materials Payment Bond: 100% (See Section C.2) Maintenance Bond: 100%, 12 Months (See Section C.2) Insurance/Workman's Compensation: YES _ (See Section B.1.4 &F.2.1) Common Constructions Wages: N/A (See Section B.1.5 & See attached) Bid.Form Included: FORM 96 Schedule of Values: YES EXHIBIT'A'-page 6 of 99 Prescribed by State board of Accounts CONTRACTORS BID FOR PUBLIC WORKS PART (To be completed for all bids) (Please type or print) Date: 1 Governmental Unit (Owner): 2. County: 3. Bidder (Firm): Address: • City/State: 4. Telephone Number: 5. Agent of Bidder (if applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of - (Governmental Unit) in accordance with plans and specifications prepared by and dated for the sum of The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I,the undersigned bidder or agent as a contractor on a public works project,understand my statutory obligation to use steel products made in the United States. I.C.5-16-8-2.I hereby certify that I and all subcontractors employed by me for this project will use.U.S.steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. EXHIBIT'A'-page 7 of 99 NON - COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative,or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to induce anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such sale. OATH AND AFFIRMATION I affirm under the penalties of perjury that the foregoing facts and information are true and correct to the best of my knowledge and belief. Dated at this day of • (Name of Organization) By • (Title of Person Signing) ACKNOWLEDGEMENT STATE OF ) SS: COUNTY OF ) being duly sworn, deposes and says that he is of the above and that the (Title) (Name of Organization) statements contained in the foregoing bid, certification and affidavit are true and correct. Subscribed and sworn to before me this day of , Notary Public My Comission Expires: County.of Residence:. EXHIBIT'A'-page 8 of 99 ACCEPTANCE The above bid is accepted this day of ,subject to the following conditions: Contracting Authority Members: PART II (Complete sections 1,11,111, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars ($100.000) or more. (IC 36-1-12-4) Governmental Unit: Bidder(Firm) Date: These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Contract Amount Class of Work When Name and Address of Owner Completed 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work When to be Name and Address of Owner Completed EXHIBIT'A'-page 9 of 99 3. Have you ever failed to complete any work awarded to your? If so, where and why? 4. List references from private firms for which you have performed work. a SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when your could begin work,completed the project, number of workers, etc. and any other information which you believe would enable the governmental unit consider your bid.) • 2. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you expect to require a bond. However, if you are unable to currently provide.a listing, please understand, a listing must be provided prior to contract approval. 3. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. 4. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing you proposal?Otherwise,please explain the rationale used which would corroborate the prices listed. EXHIBIT'A'-page 10 of 99 1 SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid.The financial statement provieded hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. SECTION IV OATH AND AFFIRMATION hereby affirm under the penalties of perjury that the facts and information contained in the foregoing bid for public works are true and correct to the best of my knowledge and belief. Dated at this day of (Name of Organization) By • (Title of Person Signing) ACKNOWLEDGEMENT STATE OF COUNTY OF being duly sworn, deposes and says that he is of the above (Title) (Name of.Organization) and that the answers to the questions in the foregoing questionnaires and all statements therein contained are true and correct. Subscribed and sworn to before me this day of , Notary Public My Commission Expires: County of Residence: _ EXHIBIT'A'-page 11 of 99 66 Jo Z I-abed-,V,1181HX3 • .. o ai C ) U N I U W 0 CC ILL_ 0 oC U) oQ 0 y� 0 CC e" 0 LL � °' a) co as 0 Q Y . { • 1 STANDARD TERMS & CONDITIONS ARTICLE A INSTRUCTION TO BIDDERS A. 1 DEFINITION: A. 1.1 City of Richmond A. 1.2 The City is in Wayne County, a political subdivision of the State of Indiana. A.2 DEPARTMENTS: A.2.1 The following are the departments that are under Richmond Code 41.02 (h) Central Purchasing: Parks and Recreation, Police, Fire, Sanitary District.(Liquid &Solid Waste), Clerk, Attorney, Controller, Purchasing, Planning, Engineering, and all other City Government units such as Street, Rose View Transit, and the Airport. A.3 BIDDER AND CONTRACTOR: A.3.1 A bidder is a person or entity who submits a bid. A. 3.2 The contractor is the person or entity who enters into a contract with the City of Richmond to furnish goods or services. A.4 ESTIMATED QUANTITIES: A.4.1 If the quantity set forth in the Invitation to Bid and Proposal is approximate and represents the estimated requirements of the City for a specified period of time, the unit price and the extended total price thereof shall be used only as a basis for the evaluation of bids. The actual quantity of materials necessary may be more or less than the estimate, but the City shall neither be obligated nor limited to any specific amount. The city will, if at all possible, restrict increases to 20% of the estimated quantity and will, if at all possible, restrict decreases to 20% of the estimated quantity. A.5 ADDENDA: A.5.1 An addendum is a written instrument issued by the City of Richmond prior to the date for receipt of bids which modify or interpret the bidding documents by addition, deletions,clarifications or corrections. A. 5.2 Addenda will be mailed or delivered to all who are known by the Purchasing Department to have received a complete set of bidding documents. A. 5.3 Copies of addenda will be made available for inspection in the Purchasing Department. A. 5.4 No addendum will be issued later than forty-eight(48)hours prior to the date and time for receipt of bids except an addendum withdrawing the request for bids or one which includes postponement of the date of receipt of bids. A.5.5 Each bidder shall ascertain prior to submitting his bid that he has received all addenda issued, and he shall acknowledge their receipt on the proposal of this bid EXHIBIT'A'-page 13 of 99 ARTICLE B INSTRUCTIONS TO BIDDERS B.1 BIDDING DOCUMENTS B. 1.1 Bidders shall promptly notify the Purchasing Director of any ambiguity, inconsistency or error which they may discover upon examination of the bidding documents. B. 1.2 Bidders desiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Purchasing Director at least seven(7)days prior to the date and time for receipt of bids. B. 1.3 Interpretations, corrections,and changes to the bidding documents will be made by addendum. Interpretations, and changes made in any other manner,will not be binding and bidders shall not rely upon such interpretations, corrections and changes. B. 1.4 Insofar as Worker's Compensation is concemed,the bidder or contractor agrees to furnish an official certificate or receipt of the Industrial Commission of Indiana,showing that he has paid into the State Insurance Fund the necessary premiums,whenever such certificates are required in the Invitation for Bid. (Section IC 22-3-2-14 will apply). B. 1.5 All common construction wage requirements(IC 5-16-7-1)will apply when applicable in the bid. Should common construction wage be required,the City will attach that schedule to the bid package. B.2 SUBSTITUTIONS B.2.1 The materials,products and equipment described in the bidding documents establish a standard of type,function,and quality to be met by any proposal substitution. B.2.2 Unless the particular specification prohibits substitutions, bidders are encouraged to propose materials, products,or equipment of comparable type,function and quality. B.2.3 Bids for substitute items shall be stated in the appropriate blank or if the bid form does not contain blanks for substitutions,bidders shall attach to the bid on company letterhead a statement of the manufacturer and brand name of each proposed substitution plus a complete description of the item including descriptive literature, illustrations, performance and test data and any information necessary for an evaluation. The burden of proof of the merit of the proposed substitution is upon the bidder. Failure to comply could be grounds for rejection. B.3 DEMONSTRATION/SAMPLES B.3.1 If required by the City,the bidders shall demonstrate the exact models(s)proposed within seven(7)calendar days from receipt request from the City. • B. 3.2 Demonstration should be in the City designated by the Purchasing Director. B.3.3 If bidder does not have a model in the Richmond area, it will at the bidder's cost to send appropriate City personnel to the nearest location to view proposed item(s). B. 3.4 If items being bid are small and mailable and bidder is bidding other than specified,the bidder must supply a sample of the proposed item. B. 3.5 Sample must be supplied on or before the bid opening date. B. 3.6 Samples supplied as requested will be returned at bidder's expense after receipt of goods. EXHIBIT'A'-page 14 of 99 B.4 DATA PRIVACY B.4.1 Contractor agrees to abide by all applicable local, state and federal laws and regulations concerning the handling and disclosure of private and confidential information concerning individuals and corporations as to inventions, patents, and patent rights. Then contractor agrees to hold the City of Richmond harmless from any claims resulting from the contractors unlawful disclosure or use of private or confidential information. B.4.2 All laws of the United States of America, the State of Indiana and City of Richmond are applicable to the products or services covered herein, are made a part thereof. EXHIBIT'A'-page 15 of 99 ARTICLE C INSTRUCTIONS TO BIDDERS C.1 BIDDING PROCEDURE C. 1.1 Bids shall be submitted on forms and proposal sheets included with the bidding documents. C. 1.2 Appropriate blanks on the form shall be filled in by manually printing in ink or by typing the requested information. C. 1.3 Any interlineation, alteration or erasure shall be initialed by the signer of the bid. C. 1.4 Bidders shall not change the bid form nor make additional stipulations on the bid form. If a bidder wishes to amplify or qualify his bid,a statement that additional information is attached shall be made at the appropriate place on the bid form and the amplifying or qualifying information on the bidder's letterhead shall be attached to the bid form. The City of Richmond may accept or reject amplified or qualified bids. C. 1.5 In case of discrepancy between the unit prices and the extended figures,the unit price shall govern unless otherwise provided elsewhere in the specifications;the prices of the bidder shall remain firm throughout the contract period and in any contract extension period. C 1.6 Each copy of the bid shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid submitted by an agent should have a current power of attorney attached certifying the agent's authority to bind the bidder. C 1.7 Bidder to submit bid in.triplicate. C.2 BID SECURITY C.2.1 If so stipulated in the invitation for bids,each bid shall be accompanied by a certified check,cashier's check or bid bond executed by a surety authorized to do business in the State of Indiana in the amount specified and made payable to the City of Richmond pledging that the bidder will enter into a contract with the City on terms stated in his bid and will, if required,furnish bonds as described in the invitation to bid governing the faithful performance of the contract and the payment of all obligations arising. Should the bidder refuse to enter into such a contract or fail to furnish such bonds if required,the amount of the bid security shall be forfeited to the City of Richmond as liquidated damages, not as a penalty. C.2.2 The City of Richmond shall have the right to retain the bid security of bidders to whom an award is being considered until either(a)the contract has been executed and bonds, if required have been furnished, or (b)the specified time has elapsed so that the bids may be withdrawn, or(c)all bids have been rejected. C.3 SUBMISSION OF BIDS C.3.1 The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. Late bids will not be considered. C.3.2 Oral,telephone,or telegraphic bids are invalid and will not receive consideration. EXHIBIT'A'-page 16 of 99 C.4 BIDDERS REPRESENTATION C.4.1 Each bidder by making his bid represents that the bidder has read and understood the bidding documents and his bid has been made in accordance therein. C.4.2 Each bidder for services further represents that the bidder has familiarized himself with the local conditions under which the work is to be done and has correlated his observations with the requirements of the bidding documents. C.4.3 Each bidder agrees that he will not discriminate against any employee or applicant for employment because of race, color, religious creed,ancestry, physical handicap,sex or political affiliation, and that he will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to race, color, religious creed, physical handicap, ancestry, sex or political affiliation. C. Each bidder shall be responsible for complying with any applicable affirmative action laws. C.2 MODIFICATION OR WITHDRAWAL OF BID A bid may not be modified, withdrawn or canceled by the bidder following the time and date C.5.1 designated for receipt of bids and each bidder so agrees in submitting his bid. C.5.2 Prior to the time and date designated for receipt of bids, any bid submitted may be modified or withdrawn by notice to the Purchasing Director at the place designated for receipt of bids. C.5.3 Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these instructions to bidders. C.3 DELIVERYOF GOODS C.6.1 All delivered goods are to be FOB Richmond, IN,unless otherwise stated in the bid. C.6.2 The City reserves the right to inspect and have any goods tested after delivery for compliance with the specifications. Notice of latent defects, which would make the items unfit for the purposes for which they are required, may be given at any time within one (1)year after discovery of the defects. C.6.3 All items rejected must be removed immediately by the contractor at the expense and risk of the contractor. If the contractor fails or refuses to remove the rejected items,they may be sold by the City and the proceeds used to cover all related expense incurred by the City. C.6.4 In some cases, at the discretion of the City, inspection of the commodities or equipment will be made at the factory, plant, or other establishments where they are produced before shipment. C.6.5 The above provisions shall not be constructed in limitation of any rights the City may have under any laws including the Uniform Commercial Code. C.6.6 If applicable,State written approval is required before the release of any Bonds or payments will be made to contractor. EXHIBIT'A'-page 17 of 99 ARTICLE D INSTRUCTIONS TO BIDDERS D.1 CONSIDERATION OF BIDS D 1.1 The properly identified bids which have been received on time will be opened publicly and will be read aloud. The bids are available for inspection after all bids have been read aloud. D.2 REJECTION/ACCEPTANCE OF BIDS D. 2.1 The City of Richmond shall have the right to accept or reject any and all bids. The City of Richmond shall reject any bid not accompanied by the required bid security, and shall reject bids that are incomplete or unsigned. D. 2.2 The City of Richmond shall reject all bids from bidders where there has been collusion between the bidders. D.3 BID AWARD D. 3.1 It is the intent of the City of Richmond to award a contract to the lowest responsible and responsive bidder meeting specifications provided the bid has been submitted in accordance with the requirements of the bidding documents. The City shall have the right to waive any informality or irregularity in any bid(s)received;to accept or reject the bid(s)which in its judgment is in its own best interest;and to solicit new bids privately and to award to the best bid so received. D. 3.2 Award will be based on the following (where applicable): 1. Adherence to all conditions and requirements of the bid specifications. 2. Total bid price (including any discounts), unit bid price or extended price. 3. General reputation and experience of bidders. 4. Hourly rates for specified personnel. 5. Evaluation of the bidder's ability to service the City. 6. Financial responsibility ofthe bidder. 7. Prior knowledge of an experience with the bidder in terms of past performance. 8. Needs and requirements of the City. 9. Experience with the products involved. 10. Nature and extent of company data furnished upon request of the City. 11. Quantity of merchandise. 12. Product appearance, workmanship, finish, taste, feel and results of any product testing. 13. Overall completeness of product line offered. 14. Locality in relation to the City, where prompt service may be required. 15. Bidder's ability to meet delivery and stocking requirements. 16. Delivery date. 17. Maintenance cost and warranty provisions. 18. Repurchase, trade-in or residual value. EXHIBIT'A'-page 18 of 99 D. 3.3 Unless otherwise indicated in the invitation for bids,the City reserves the right to award the contract in whole or in part, by item,by group of items or by section where such action serves the best interest of the City. D. 3.4 Bids submitted on an"all or none basis or similar basis will be evaluated against the total of the the low bids for the individual items. D.4 WARRANTIES, GUARANTEES AND MAINTENANCE D. 4.1 A copy of the manufacturer's warranties and/or guarantees for the items bid must accompany vendor's bid. A copy of your company's warranties and/or guarantees for the items bidding also must accompany vendor's bid. D. 4.2 As a minimum requirement of the City, the vendor will also guarantee, in writing, that any defective components discovered within one(1)year period following the date of equipment acceptance shall be replaced by the vendor at no cost to the City. D. 4.3 Replacement parts of defective components shall be shipped to the City of Richmond at no cost to the City. If defective parts are required to be returned to the vendor,the shipping costs shall be borne by the vendor. EXHIBIT'A'-page 19 of 99 ARTICLE E INSTRUCTIONS TO BIDDERS GENERAL CONDITIONS OF THE CONTRACT E.1 CONTRACT DOCUMENTS E. 1.1 Nothing in the contract documents shall create any contractual relationship between the City and the contractor's employees, subcontractors and their agents and employees and any other parties furnishing goods and services to the contractor and their agents and employees. E. 1.2 The contract documents consist of the invitation for bids, instructions to bidders, contractor's bid form with attachments, if any, executed contract, conditions of the contract(general, supplementary and other conditions), the specifications, all addenda issued prior to receipt of the bids and all. modifications issued after execution of the contract. A modification is (a)a written or supplement to the contract signed by both parties or(b)purchase release issued by the City or(c)change order. E. 1.3 The contract documents form the contract. This contract represents the entire and integrated agreement between parties hereto and supersedes all prior negotiations, representations or agreements, either written or oral. The issue of a purchase order that is in accordance with the specifications represents a contract. E. 1.4 Should vendor find purchase order to be incorrect, said vendor must notify Purchasing Director within twenty four(24)hours of purchase order date. EXHIBIT'A'-page 20 of 99 ARTICLE F INSTRUCTIONS TO BIDDERS INDEMNIFICATION, INSURANCE, AND PROTECTION OF LIVES AND PROPERTY F.I INDEMNIFICATION F. 1.1 The contractor shall indemnify and hold harmless the City of Richmond and its officers and employees from and against all claims, damages, losses, expenses, including but not limited to attorney's fees, arising out of or resulting from the performance of the contract, provided that any such claim, damage, loss or expense (a)is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than goods, materials and equipment furnished under this contract) including the loss of use resulting there from, and (b)is caused in whole or in part by any negligent act or omission of the contractor, any subcontractor, or anyone directly employed by any of them or anyone for whole acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. In any and all claims against the City or any of its officers or employees by any employee of the F. 1.2 contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable,the indemnification obligation under this paragraph G.1 shall not be limited in any way by any limitation of the amount or type of damages, compensation or benefits payable by or for the contractor or any sub-contractor under worker's or workmen's compensation acts, disability benefit acts or other employee benefit acts. F.2 WORKER'S COMPENSATION INSURANCE F.2.1 For contracts involving performance of work pursuant to the provisions of Indiana Code IC 22-3-2-14 (a)bidders are required to furnish a certificate from the Indiana Worker's Board showing that such bidder has complied with IC 22-3-2-5, 22-3-5-1 and IC 22-3-5-2. F.3 INSURANCE F. 3.1 The Contractor shall, as prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect him from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any Sub-contractors or by anyone who directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. EXHIBIT'A'-page 21 of 99 F.3.1 (cont.) Coverage Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate F. Malpractice(Errors &Omissions $1,000,000 per claim Insurance $2,000,000 each aggregate EXHIBIT'A'-page 22 of 99 ARTICLE G INSTRUCTIONS TO BIDDERS GENERAL CONDITIONS OF THE CONTRACT G.1 PAYMENTS G.1.1 The City is not subject to federal excise taxes. Federal Tax Exemption Registry Number is 35-6001174. G.1.2 The City is not subject to the Indiana sales and use taxes on the purchase of goods and other materials. Where the contract includes the combination of labor and material,the contractor shall pay the Indiana sales and use taxes on the materials only. G.2 METHOD OF INVOICING FOR PAYMENT G.2.1 No contract will be official for services or materials unless a purchase order has been issued. G.2.2 Contractor shall bill the City: (a) on regular invoice form giving a complete and detailed description of the goods delivered, including purchase order number; and (b) if the contractor allows a cash discount, the period of time in which the City must make payment to qualify for discounts shall be computed from the date the City received the invoice (completely filled out), or the date the goods are delivered and accepted, whichever may be later, and shall be for not less than thirty (30) days and (c) if more than one shipment is made under the contract, the City will make partial payments on a basis that is agreeable to both parties. Payments under this contract will be made in the manner provided by law for payments of G.2.3 claims against the City. G.2.4 No payment will be made for production overruns in excess of the quantity ordered by the City(unless with prior written approval). G.2.5 No payment shall constitute an acceptance of any goods or services not in accordance with the requirements of the contract. G.2.6 Schedule of values may be used in contractual work. City will so designate if applicable. (See Invitation for Bid Page) G.3 DAMAGES FOR DELAYED DELIVERY AND/OR CONTRACTUAL SERVICES G. 3.1 In the event delivery of completed item or items bid and/or unaccomplished contractual Completion date is delayed beyond bidder's specified date, the City of Richmond will assess certain damages of$100/day. Certain damages will apply in all cases except the following: In the event and/or completion of contract shall be necessarily delayed because of strike, injunction, government controls, or by reason of any other cause of circumstances beyond the control of the contractor, the time of completion of delivery shall be extended by a number of days to be determined in each instance by mutual agreement between the City of Richmond and the contractor. Should there be damages assessed, the City will have the right to deduct the damages from the payment to be made to the contractor. EXHIBIT'A'-page 23 of 99 STANDARD TERMS & CONDITIONS ARTICLE A INSTRUCTION TO BIDDERS A. 1 DEFINITION: A. 1.1 City of Richmond A. 1.2 The City is in Wayne County, a political subdivision of the State of Indiana. A.2 DEPARTMENTS: A.2.1 The following are the departments that are under Richmond Code 41.02 (h) Central Purchasing: Parks and Recreation, Police, Fire, Sanitary District (Liquid & Solid Waste), Clerk, Attorney, Controller, Purchasing, Planning, Engineering,and all other City Government units such as Street, Rose View Transit, and the Airport. A.3 BIDDER AND CONTRACTOR: A.3.1 A bidder is a person or entity who submits a bid. A. 3.2 The contractor is the person or entity who enters into a contract with the City of Richmond to furnish goods or services. A.4 ESTIMATED QUANTITIES: A.4.1 If the quantity set forth in the Invitation to Bid and Proposal is approximate and represents the estimated requirements of the City for a specified period of time, the unit price and the extended total price thereof shall be used only as a basis for the evaluation of bids. The actual quantity of materials necessary may be more or less than the estimate, but the City shall neither be obligated nor limited to any specific amount. The city will, if at all possible, restrict increases to 20% of the estimated quantity and will, if at all possible, restrict decreases to 20% of the estimated quantity. A.5 ADDENDA: A. 5.1 An addendum is a written instrument issued by the City of Richmond prior to the date for receipt of bids which modify or interpret the bidding documents by addition, deletions,clarifications or corrections. A. 5.2 Addenda will be mailed or delivered to all who are known by the Purchasing Department to have received a complete set of bidding documents. A. 5.3 Copies of addenda will be made available for inspection in the Purchasing Department. A. 5.4 No addendum will be issued later than forty-eight(48)hours prior to the date and time for receipt of bids except an addendum withdrawing the request for bids or one which includes postponement of the date of receipt of bids. A.5.5 Each bidder shall ascertain prior to submitting his bid that he has received all addenda issued, and he shall acknowledge their receipt on the proposal of this bid EXHIBIT'A'-page 24 of 99 ARTICLE B INSTRUCTIONS TO BIDDERS B.1 BIDDING DOCUMENTS B. 1.1 Bidders shall promptly notify the Purchasing Director of any ambiguity, inconsistency or error which they may discover upon examination of the bidding documents. B. 1.2 Bidders desiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Purchasing Director at least seven(7)days prior to the date and time for receipt of bids. B. 1.3 Interpretations, corrections,and changes to the bidding documents will be made by addendum. Interpretations, and changes made in any other manner,will not be binding and bidders shall not rely upon such interpretations, corrections and changes. B. 1.4 Insofar as Worker's Compensation is concerned,the bidder or contractor agrees to furnish an official certificate or receipt of the Industrial Commission of Indiana,showing that he has paid into the State Insurance Fund the necessary premiums,whenever such certificates are required in the Invitation for Bid. (Section IC 22-3-2-14 will apply). B. 1.5 All common construction wage requirements(IC 5-16-7-1)will apply when applicable in the bid. Should common construction wage be required,the City will attach that schedule to the bid package. B.2 SUBSTITUTIONS B.2.1 The materials, products and equipment described in the bidding documents establish a standard of type,function,and quality to be met by any proposal substitution. B.2.2 Unless the particular specification prohibits substitutions,bidders are encouraged to propose materials,products, or equipment of comparable type,function and quality. B.2.3 Bids for substitute items shall be stated in the appropriate blank or if the bid form does not contain blanks for substitutions, bidders shall attach to the bid on company letterhead a statement of the manufacturer and brand name of each proposed substitution plus a complete description of the item including descriptive literature, illustrations, performance and test data and any information necessary for an evaluation. The burden of proof of the merit of the proposed substitution is upon the bidder. Failure to comply could be grounds for rejection. B.3 DEMONSTRATION/SAMPLES B. 3.1 If required by the City,the bidders shall demonstrate the exact models(s)proposed within seven(7)calendar days from receipt request from the City. B. 3.2 Demonstration should be in the City designated by the Purchasing Director. B.3.3 If bidder does not have a model in the Richmond area, it will at the bidder's cost to send appropriate City personnel to the nearest location to view proposed item(s). B. 3.4 If items being bid are small and mailable and bidder is bidding other than specified,the bidder must supply a sample of the proposed item. B. 3.5 Sample must be supplied on or before the bid opening date. B. 3.6 Samples supplied as requested will be returned at bidder's expense after receipt of goods. EXHIBIT'A'-page 25 of 99 B.4 DATA PRIVACY B.4.1 Contractor agrees to abide by all applicable local, state and federal laws and regulations concerning the handling and disclosure of private and confidential information concerning individuals and corporations as to inventions, patents, and patent rights. Then contractor agrees to hold the City of Richmond harmless from any claims resulting from the contractor's unlawful disclosure or use of private or confidential information. B.4.2 All laws of the United States of America, the State of Indiana and City of Richmond are applicable to the products or services covered herein, are made a part thereof. EXHIBIT'A'-page 26 of 99 ARTICLE C INSTRUCTIONS TO BIDDERS C.1 BIDDING PROCEDURE C. 1.1 Bids shall be submitted on forms and proposal sheets included with the bidding documents. C. 1.2 Appropriate blanks on the form shall be filled in by manually printing in ink or by typing the requested information. C. 1.3 Any interlineation, alteration or erasure shall be initialed by the signer of the bid. C. 1.4 Bidders shall not change the bid form nor make additional stipulations on the bid form. If a bidder wishes to amplify or qualify his bid,a statement that additional information is attached shall be made at the appropriate place on the bid form and the amplifying or qualifying information on the bidder's letterhead shall be attached to the bid form. The City of Richmond may accept or reject amplified or qualified bids. C. 1.5 In case of discrepancy between the unit prices and the extended figures,the unit price shall govern unless otherwise provided elsewhere in the specifications;the prices of the bidder shall remain firm throughout the contract period and in any contract extension period. C 1.6 Each copy of the bid shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid submitted by an agent should have a current power of attorney attached certifying the agent's authority to bind the bidder. C 1.7 Bidder to submit bid in triplicate. C.2 BID SECURITY C.2.1 If so stipulated in the invitation for bids,each bid shall be accompanied by a certified check,cashier's check or bid bond executed by a surety authorized to do business in the State of Indiana in the amount specified and made payable to the City of Richmond pledging that the bidder will enter into a contract with the City on terms stated in his bid and will,if required,furnish bonds as described in the invitation to bid governing the faithful performance of the contract and the payment of all obligations arising. Should the bidder refuse to enter into such a contract or fail to furnish such bonds if required,the amount of the bid security shall be forfeited to the City of Richmond as liquidated damages, not as a penalty. C.2.2 The City of Richmond shall have the right to retain the bid security of bidders to whom an award is being considered until either(a)the contract has been executed and bonds,if required have been furnished, or (b)the specified time has elapsed so that the bids may be withdrawn,or(c)all bids have been rejected. C.3 SUBMISSION OF BIDS C.3.1 The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. Late bids will not be considered. C.3.2 Oral,telephone,or telegraphic bids are invalid and will not receive consideration. EXHIBIT'A'-page 27 of 99 C.4 BIDDERS REPRESENTATION C.4.1 Each bidder by making his bid represents that the bidder has read and understood the bidding documents and his bid has been made in accordance therein. C.4.2 Each bidder for services further represents that the bidder has familiarized himself with the local conditions under which the work is to be done and has correlated his observations with the requirements ofthe bidding documents. C.4.3 Each bidder agrees that he will not discriminate against any employee or applicant for employment because of race, color, religious creed, ancestry, physical handicap, sex or political affiliation, and that he will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to race, color, religious creed,physical handicap, ancestry, sex or political affiliation. C.4.4 Each bidder shall be responsible for complying with any applicable affirmative action laws. C.2 MODIFICATION OR WITHDRAWAL OF BID A bid may not be modified, withdrawn or canceled by the bidder following the time and date C.5.1 designated for receipt of bids and each bidder so agrees in submitting his bid. C.5.2 Prior to the time and date designated for receipt of bids, any bid submitted may be modified or withdrawn by notice to the Purchasing Director at the place designated for receipt of bids. C.5.3 Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these instructions to bidders. C.3 DELIVERYOF GOODS C.6.1 All delivered goods are to be FOB Richmond, IN,unless otherwise stated in the bid. C.6.2 The City reserves the right to inspect and have any goods tested after delivery for compliance with the specifications. Notice of latent defects, which would make the items unfit for the purposes for which they are required, may be given at any time within one (1)year after discovery of the defects. C.6.3 All items rejected must be removed immediately by the contractor at the expense and risk of the contractor. If the contractor fails or refuses to remove the rejected items,they may be sold by the City and the proceeds used to cover all related expense incurred by the City. C.6.4 In some cases, at the discretion of the City, inspection of the commodities or equipment will be made at the factory, plant, or other establishments where they are produced before shipment. C.6.5 The above provisions shall not be constructed in limitation of any rights the City may have under any laws including the Uniform Commercial Code. C.6.6 If applicable,State written approval is required before the release of any Bonds or payments will be made to contractor. EXHIBIT'A'-page 28 of 99 ARTICLE D INSTRUCTIONS TO BIDDERS D.1 CONSIDERATION OF BIDS D 1.1 The properly identified bids which have been received on time will be opened publicly and will be read aloud. The bids are available for inspection after all bids have been read aloud. D.2 REJECTION/ACCEPTANCE OF BIDS D. 2.1 The City of Richmond shall have the right to accept or reject any and all bids. The City of Richmond shall reject any bid not accompanied by the required bid security, and shall reject bids that are incomplete or unsigned. D. 2.2 The City of Richmond shall reject all bids from bidders where there has been collusion between the bidders. D.3 BID AWARD D. 3.1 It is the intent of the City of Richmond to award a contract to the lowest responsible and responsive bidder meeting specifications provided the bid has been submitted in accordance with the requirements of the bidding documents. The City shall have the right to waive any informality or irregularity in any bid(s)received;to accept or reject the bid(s)which in its judgment is in its own best interest;and to solicit new bids privately and to award to the best bid so received. D. 3.2 Award will be based on the following (where applicable): 1. Adherence to all conditions and requirements of the bid specifications. 2. Total bid price (including any discounts), unit bid price or extended price. 3. General reputation and experience of bidders. 4. Hourly rates for specified personnel. 5. Evaluation of the bidder's ability to service the City. 6. Financial responsibility of the bidder. 7. Prior knowledge of an experience with the bidder in terms of past performance. 8. Needs and requirements of the City. 9. Experience with the products involved. 10. Nature and extent of company data furnished upon request of the City. 11. Quantity of merchandise. 12. Product appearance, workmanship, finish,taste, feel and results of any product testing. 13. Overall completeness of product line offered. 14. Locality in relation to the City, where prompt service may be required. 15. Bidder's ability to meet delivery and stocking requirements. 16. Delivery date. 17. Maintenance cost and warranty provisions. 18. Repurchase, trade-in or residual value. EXHIBIT'A'-page 29 of 99 D. 3.3 Unless otherwise indicated in the invitation for bids,the City reserves the right to award the contract in whole or in part, by item, by group of items or by section where such action serves the best interest of the City. D. 3.4 Bids submitted on an"all or none" basis or similar basis will be evaluated against the total of the the low bids for the individual items. D.4 WARRANTIES, GUARANTEES AND MAINTENANCE D. 4.1 A copy of the manufacturer's warranties and/or guarantees for the items bid must accompany vendor's bid. A copy of your company's warranties and/or guarantees for the items bidding also must accompany vendor's bid. D. 4.2 As a minimum requirement of the City, the vendor will also guarantee, in writing, that any defective components discovered within one(1)year period following the date of equipment acceptance shall be replaced by the vendor at no cost to the City. D. 4.3 Replacement parts of defective components shall be shipped to the City of Richmond at no cost to the City. If defective parts are required to be returned to the vendor,the shipping costs shall be borne by the vendor. EXHIBIT'A'-page 30 of 99 ARTICLE E INSTRUCTIONS TO BIDDERS GENERAL CONDITIONS OF THE CONTRACT E.1 CONTRACT DOCUMENTS E. 1.1 Nothing in the contract documents shall create any contractual relationship between the City and the contractor's employees, subcontractors and their agents and employees and any other parties furnishing goods and services to the contractor and their agents and employees. E. 1.2 The contract documents consist of the invitation for bids, instructions to bidders, contractor's bid form with attachments, if any, executed contract, conditions of the contract (general, supplementary and other conditions), the specifications, all addenda issued prior to receipt of the bids and all modifications issued after execution of the contract. A modification is (a) a written or supplement to the contract signed by both parties or(b)purchase release issued by the City or(c)change order. E. 1.3 The contract documents form the contract. This contract represents the entire and integrated agreement between parties hereto and supersedes all prior negotiations, representations or agreements, either written or oral. The issue of a purchase order that is in accordance with the specifications represents a contract. E. 1.4 Should vendor find purchase order to be incorrect, said vendor must notify Purchasing Director within twenty four(24)hours of purchase order date. EXHIBIT'A'-page 31 of 99 ARTICLE F INSTRUCTIONS TO BIDDERS INDEMNIFICATION, INSURANCE, AND PROTECTION OF LIVES AND PROPERTY F.I INDEMNIFICATION F. 1.1 The contractor shall indemnify and hold harmless the City of Richmond and its officers and employees from and against all claims, damages, losses, expenses, including but not limited to attorney's fees, arising out of or resulting from the performance of the contract, provided that any such claim, damage, loss or expense (a)is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than goods, materials and equipment furnished under this contract) including the loss of use resulting there from, and (b)is caused in whole or in part by any negligent act or omission of the contractor, any subcontractor, or anyone directly employed by any of them or anyone for whole acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. In any and all claims against the City or any of its officers or employees by any employee of the F. 1.2 contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable,the indemnification obligation under this paragraph G.1 shall not be limited in any way by any limitation of the amount or type of damages, compensation or benefits payable by or for the contractor or any sub-contractor under worker's or workmen's compensation acts, disability benefit acts or other employee benefit acts. F.2 WORKER'S COMPENSATION INSURANCE F.2.1 For contracts involving performance of work pursuant to the provisions of Indiana Code IC 22-3-2-14 (a)bidders are required to furnish a certificate from the Indiana Worker's Board showing that such bidder has complied with IC 22-3-2-5, 22-3-5-1 and IC 22-3-5-2. F.3 INSURANCE F. 3.1 The Contractor shall, as prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect himfrom the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any Sub-contractors or by anyone who directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. EXHIBIT'A'-page 32 of 99 F.3.1 (cont.) Coverage Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $I,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate F. Malpractice(Errors &Omissions S1,000,000 per claim Insurance $2,000,000 each aggregate EXHIBIT'A'-page 33 of 99 ARTICLE G INSTRUCTIONS TO BIDDERS GENERAL CONDITIONS OF THE CONTRACT G.1 PAYMENTS G.1.1 The City is not subject to federal excise taxes. Federal Tax Exemption Registry Number is 35-6001174. G.1.2 The City is not subject to the Indiana sales and use taxes on the purchase of goods and other materials. Where the contract includes the combination of labor and material,the contractor shall pay the Indiana sales and use taxes on the materials only. G.2 METHOD OF INVOICING FOR PAYMENT G.2.1 No contract will be official for services or materials unless a purchase order has been issued. G.2.2 Contractor shall bill the City: (a) on regular invoice form giving a complete and detailed description of the goods delivered, including purchase order number; and (b) if the contractor allows a cash discount, the period of time in which the City must make payment to qualify for discounts shall be computed from the date the City received the invoice (completely filled out), or the date the goods are delivered and accepted, whichever may be later, and shall be for not less than thirty (30) days and (c) if more than one shipment is made under the contract, the City will make partial payments on a basis that is agreeable to both parties. Payments under this contract will be made in the manner provided by law for payments of G.2.3 claims against the City. G.2.4 No payment will be made for production overruns in excess of the quantity ordered by the City(unless with prior written approval). G.2.5 No payment shall constitute an acceptance of any goods or services not in accordance with the requirements of the contract. G.2.6 Schedule of values may be used in contractual work. City will so designate if applicable. (See Invitation for Bid Page) G.3 DAMAGES FOR DELAYED DELIVERY AND/OR CONTRACTUAL SERVICES G. 3.1 In the event delivery of completed item or items bid and/or unaccomplished contractual Completion date is delayed beyond bidder's specified date,the City of Richmond will assess certain damages of$100/day. Certain damages will apply in all cases except the following: In the event and/or completion of contract shall be necessarily delayed because of strike, injunction, government controls, or by reason of any other cause of circumstances beyond the control of the contractor, the time of completion of delivery shall be extended by a number of days to be determined in each instance by mutual agreement between the City of Richmond and the contractor. Should there be damages assessed,the City will have the right to deduct the damages from the payment to be made to the contractor. EXHIBIT'A'-page 34 of 99 BID SPECIFICATIONS AND SPECIAL PROVISIONS FOR RICHMOND SANITARY DISTRICT 2022 Sewer Lining Project RICHMOND, IN DATE 5/20/2022 A prtumnutt ,„ W. tcc2k A P. RI 10810198 n -o STATE OF ' pd� /*D IA NP `+w,< �hFs G , '/O A 1-ON/y4 40, elL V Aj Prepared by: City of Richmond, Indiana Richmond Sanitary District 2380 Liberty Ave Richmond, IN 47374 (765) 983-7450 EXHIBIT'A'-page 35 of 99 H000 -- GENERAL REQUIREMENTS H000.00 INTENT AND BASIS OF AWARD H000.01 DEFINITIONS H000.02 IN I'ERPRETATION OF DRAWINGS AND SPECIFICATIONS H000.03 PERMITS H000.04 OBLIGATIONS OF CONTRACTOR,IN GENERAL H000.05 PROTECTION OF EXISTING SEWERS, PIPES AND DRAINS, AND CONDUITS H000.06 PROTECTION OF EXISTING STRUCTURES H000.07 PROTECTION OF ADJACENT TRAIL AND PARK AREAS, PUBLIC AND PRIVATE PROPERTY H000.08 PROTECTION AND STORAGE OF MATERIALS AND EQUIPMENT H000.09 SAFETY REQUIREMENTS H000.10 AID TO THE INJURED H000.11 SANITARY MEASURES H000.12 INTOXICATING LIQUORS H000.13 ACCESS TO WORK H000.14 CLEANING UP H000.15 RIGHT-OF-WAY AND EASEMENTS H000.16 QUALITY OF MATERIALS H000.17 QUALITY OF WORKMANSHIP H000.18 DEFECTIVE MATERIALS OF WORK H000.19 PRECONSTRUCTION AND PROGRESS MEETINGS H000.20 WORK SCHEDULE NOTIFICATION H000.21 CHANGES IN THE PROJECT H000.22 CHANGE IN WORK H000.23 UTILITY INFORMATION AND COORDINATION H000.24 PAYMENT FOR AUTHORIZED EXTRA WORK: REDUCTIONS IN PAYMENT FOR DELETED WORK H000.25 THIRD PARTY CLAIMS FOR LABOR,MATERIALS AND DAMAGE H000.26 MATERIAL H000.27 CONTINUING THE WORK H000.28 UNFORESEEABLE ABNORMAL AND UNUSUALLY SEVERE WEATHER CONDITIONS (MODIFIED INDOT VERSION) H000.29 ELECTRONIC DOCUMENTS H000.30 MOBILIZATION/DEMOBILIZATION(if itemized on bid sheet) EXHIBIT'A'-page 36 of 99 H100 --SPECIAL REQUIREMENTS H100.01 DESCRIPTION OF WORK H100.02 SPECIAL CONTRACT CONDITIONS H100.03 EXISTING FACILITIES ACCESS H100.04 CONSTRUCTION WATER H100.05 CONSTRUCTION POWER H100.06 UTILITY NOTIFICATION H100.07 CONSTRUCTION SEQUENCE H100.08 PROJECT PROGRESS MEETING HI00.09 OVERRUN OF CONTRACT QUANTITIES H100.10 SUBSIDIARY WORK H100.11 PRE-BID CONFERENCE H100.12 CONSTRUCTION LAYOUT H100.13 AS-BUILT DRAWINGS H100.14 TIME OF COMPLETION AND LIQUIDATED DAMAGES H100.15 ITEMS TO BE SUBMITTED WITH BID H100.16 PRE-CONSTRUCTION AUDIO-VIDEO SURVEY H100.17 CONTROL OF GROUNDWATER AND SURFACE WATER H100.18 SANITARY SEWER BY-PASS PUMPING H100.19 SHOP DRAWING SUBMITTALS H100.20 MAINTENANCE OF TRAFFIC H200-BYPASS PUMPING/SEWAGE FLOW CONTROL H200.01 INTENT H200.02 SCOPE OF WORK H200.03 PROTECTION OF PUBLIC AND PRIVATE PROPERTY H200.04 EXECUTION H200.05 WET WEATHER EVENTS H200.06 MEASUREMENT AND PAYMENT H300-CCTV INSPECTIONS H300.01 INTENT H300.02 SCOPE OF WORK H300.03 CCTV EQUIPMENT H300.04 CCTV EXECUTION H300.05 DOCUMENTATION H300.06 MEASUREMENT AND PAYMENT H1200-CURED-IN-PLACE PIPE (CIPP) REHABILITATION H1200.01 INTENT H1200.02 GENERAL H1200.03 PRODUCTS EXHIBIT'A'-page 37 of 99 H1200.04 EXECUTION H1200.05 MEASUREMENT AND PAYMENT H1200.06 WARRANTY H1300-SEWER CLEANING H1300.01 INTENT H1300.02 SCOPE OF WORK H1300.03 SAFETY H1300.04 EXECUTION A. CLEANING EQUIPMENT B. ACCESS C. BYPASS PUMPING D. BLOCKAGES PREVENTING CLEANING E. DEBRIS REMOVAL AND DISPOSAL F. TREE REMOVAL AND LAND DISTURBANCE WITHIN EXISTING EASEMENT G. MAJOR PROBLEMS AND EMERGENCY SITUATIONS H. CLEANING PRECAUTIONS I. WATER H1300.05 ACCEPTANCE H1300.06 MEASUREMENT AND PAYMENT EXHIBIT'A'-page 38 of 99 SECTION H000 GENERAL REQUIREMENTS H000.00 INTENT AND BASIS OF AWARD 1. Intent It is the intent of this project is to award and CIPP line as many sewer segments contained within these documents as possible for the budget available ($315,000) for the work. 2. Basis of Award If one or more bids are received that total less than $315,000,this project will be awarded to the contractor who is the lowest,most responsive and responsible bidder. If no awardable bids are received from a contractor that total less than $315,000,the award will be made to the Contractor who can complete the most amount of sewer lining(starting in Area 1 and moving down the bid sheet pipe segment by pipe segment) for an amount not to exceed$315,000. H000.01 DEFINITIONS A. Owner Wherever the term "Owner" is used herein it shall refer to and designate the CITY of RICHMOND, INDIANA B. Engineer Wherever the term "Engineer" is used herein it shall refer to and designate the Richmond Sanitary District's Engineering Department. C. Resident Representative Wherever the term"Resident Representative" is used herein, it shall refer to and designate the Resident Engineer or resident inspector duly and directly authorized by the Owner to perform engineering and inspection services in connection with and construction contemplated herein. D. Bidder Wherever the term "Bidder" is used herein, it shall refer to and designate the person,partnership,joint venture or corporation submitting a proposal for the EXHIBIT'A'-page 39 of 99 work contemplated, acting directly or through a duly authorized representative. E. Contractor Wherever the term "Contractor" is used herein, it shall refer to and designate the person, firm, partnership,joint venture, or corporation to whom the within Contract is awarded by the Owner, and who is subject to the terms thereof F. Sub-Contractor Wherever the term "Sub-Contractor" is used herein, it shall refer to and designate a contractor person, firm,partnership,joint venture, or corporation, other than the Contractor, supplying labor and materials, or labor, for the work at the site of the Project. G. Drawings Wherever the term "Drawings" is used herein, it shall refer to and designate the drawings,prepared on behalf of the Owner and the plans,profiles,typical sections, standard and special detail drawings, or reproductions thereof; which show the location, character, dimensions and details of the work. H. Specifications Wherever the term "Specifications" is used herein, it shall refer to and designate all written matter relative to work required to be done, the materials and equipment to be furnished and/or installed,the method of measurement of the quantity of the work done, and the method of payment for the work performed which is contained in the Contract. I. Projects Wherever the term "Projects" is used herein, it shall refer to and designate all work to be performed by the Contractor pursuant to the Contract. J. Materials Wherever the term "Materials" is used herein, it shall refer to and designate all raw and prepared Materials and manufactured and fabricated products entering into or held for use in the Project. H000.02 INTERPRETATION OF DRAWINGS AND SPECIFICATIONS All work and Materials mentioned in the Specifications are not shown on the Drawings,and all work and Materials shown on the Drawings and not mentioned EXHIBIT'A'-page 40 of 99 in the Specifications, and all work and Materials necessary for the completion of the Project according to the true intent and meaning of the Drawings, Specifications, and other contract documents shall be furnished, performed and done, as if the same were both mentioned in the Specifications and shown on the Drawings. Should anything be omitted from the Drawings or Specifications which is necessary to a clear understanding of the Project or should any error appear either in any of the various documents furnished or work done by others with respect to the Contractor shall promptly notify the Engineer of such omission or error and, in the event of his failure to do so, shall make good any damage to or defect in the work caused thereby. In case of discrepancies not otherwise resolved, figured dimensions shall govern over scaled dimensions; general Drawings; and Special Provisions shall govern over all other Contract documents. H000.03 PERMITS CONTRACTOR shall obtain all permits required by local, State and/or Federal law. Specific mention in these Specifications of any permit(s) does not exclude or excuse CONTRACTOR from obtaining any and all other permit(s)that may be required by Law and/or Regulation. There will be no charge for City of Richmond permits, if required. H000.04 OBLIGATIONS OF CONTRACTOR,IN GENERAL The Contractor shall furnish all Materials and labor and all scaffolding,tools, machinery, equipment, appliances, supplies,transportation, and other things and services of every kind necessary to perform and complete the Project. The Contractor shall be exclusively responsible for supervision of the Project, all aspects of safety at the Project site and the performance of work under the Contract. H000.05 PROTECTION OF EXISTING SEWERS,PIPES AND DRAINS, AND CONDUITS The Contractor,without extra charge, shall do everything necessary to protect, support and sustain all sewers, gas or water mains, service pipes, electric power and telephone poles or conduits encountered in the course of the work, regardless of by whom owned. Overhead wires or cables shall be protected from damage by the operation of the Contractor's equipment. EXHIBIT'A'-page 41 of 99 The CONTRACTOR shall assume all risk and liability for any inconvenience, delay, or expense that may be occasioned him by public utilities or other public or private property within the limits of the proposed improvements,whether or not such property is shown on the plans and shall not do work which might injure or damage such property until arrangements satisfactory to the property owner have been made for its protection. Nothing in the preceding paragraphs shall be constructed to relieve the Contractor from responsibility for any damage done to any water, gas or other utility line or for any interruption of any utility service due to his own negligence. If any such damage or interruption occurs,the Contractor shall take such emergency actions as may be appropriate and promptly notify the owner of the service involved as to what has occurred. H000.06 PROTECTION OF EXISTING STRUCTURES The Contractor,without extra charge, shall shore up and protect buildings, bridges, pavements, and other public or private structures which may be endangered in the prosecution of the Project and shall repair and make good any damages caused to any such property by reason of his negligence. H000.07 PROTECTION OF ADJACENT TRAIL AND PARK AREAS, PUBLIC AND PRIVATE PROPERTY CONTRACTOR shall be responsible for the protection from injury or damage of all public and private property adjacent to the Work, resulting directly to or indirectly from the execution or non-execution of the Work. Should damage to public and/or private property occur, CONTRACTOR shall restore or compensate the injured party in a manner acceptable to OWNER. H000.08 PROTECTION AND STORAGE OF MATERIALS AND EQUIPMENT Materials, tools and equipment required for the Project may be tools and equipment shall be stored neatly and compactly and in such a manner as to cause the least inconvenience and hazard to the adjacent property owners and to traffic. If the Contractor desires additional space for the storage of Materials and equipment, he shall obtain such space his own expense, and the Owner shall not be responsible for any damage to such space. H000.09 SAFETY REQUIREMENTS Any construction under the Contract shall be performed in accordance with the "Specific Safety Requirements of the Industrial Commission of Indiana Relating • EXHIBIT'A'-page 42 of 99 to Construction"published by the Indiana Occupational Safety and Health Administration. The Contractor and all subcontractors and material men for and part of the. Contract work shall not require laborers or mechanics employed in the performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous to their health or safety. The Contractor and subcontractor shall comply with the Occupational Safety and Health Act of 1970 during the conduct performance on and in connection with this Project. Said compliance shall include observance with the Safety and Health Regulations for Construction as issued by the Secretary of Labor and as set forth in Title XXIX, Code of Federal Regulations, Chapter XVII, Part 1926 as they are now in existence and as may be here in after amended. Whenever any public road or street is wholly or partly closed or obstructed, or a hazard is created therein, and wherever any condition existing during the performance of the Project creates a hazard to the safety of persons or property, public or private, The Contractor, without extra charge, shall provide,to the full extent reasonably required to warn and protect against the hazard, suitable markers, reflectors,traffic controls, flagmen, or other safeguards, or a suitable and effective combination of some or all of such safeguards. Whenever any traffic controls or traffic control devices are used, they shall conform to the requirements of the current edition of the"Indiana State Highway Commission Safety Manual". The Contractor shall assume responsibility for all accidents with respect to the Project and shall indemnify and protect the Owner, the Engineer and the Resident Representative from all claims, suits, liabilities and cost arising out of any injury to the person or property of another resulting from negligence in the performance of the Project. H000.10 AID TO THE INJURED The Contractor shall keep, ready for immediate use, all articles necessary for giving first aid to the injured. He shall also have standing arrangements for the immediate removal and hospital treatment of anyone who may be injured on the Project. H000.11 SANITARY MEASURES The Contractor,without extra change, shall maintain adequate sanitary conveniences for the use of all persons connected within the Project. All such conveniences shall at all times be satisfactory to the local health authorities. All persons connected with the Project shall be obliged to use them. Any employee EXHIBIT'A'-page 43 of 99 of the Contractor or any Sub-contractor found violating this provision shall be discharged and not again employed without the written consent of the Owner. H000.12 INTOXICATING LIQUORS The Contractor shall neither permit nor suffer the introduction or use of intoxicating liquors upon or about the site of the Project. H000.13 ACCESS TO WORK The Contractor shall provide the Owner, the Engineer,the Resident Representative, and representatives of interested local, state or federal agencies with access to, and proper facilities for the inspection of,the Project during construction. H000.14 CLEANING UP As the work progresses,the Contractor, without extra charge, shall;tear down and remove all temporary structures built by him;remove all construction equipment and surplus materials; repair and replace all parts existing embankments, fences or other structures which were removed or damaged by his operation; restore and clean all channels, drains,manholes, and miscellaneous appurtenant structures; remove all rubbish;and put the site generally in a neat and orderly condition. H000.15 RIGHT-OF-WAY AND EASEMENTS All sewers are located within existing rights-of-way or easements. See Drawing Appendix for additional information on Easement locations. CONTRACTOR shall be solely responsible for securing additional appropriate Rights-of-Entry from each and every private property owner whose property it desires to cross to access easement areas. CONTRACTOR shall not enter private property outside right-of-way and/or easement limits for any purpose in connection with the Work without obtaining the written permission of the property owner. Work covered by these Specifications shall include furnishing of all equipment, labor, and material to adequately achieve access to work areas off road. OWNER will assist CONTRACTOR in its endeavors to achieve access to all areas of the Work. All costs associated with obtaining adequate access to work sites for equipment and personnel are considered incidental to the Work, and the costs thereof shall be included in the appropriate contract items as contained in the Contract Documents. EXHIBIT'A'-page 44 of 99 H000.16 QUALITY OF MATERIALS All Materials shall be the best of their respective kinds. The Contractor shall give the Owner advance data as to the kind and quality of Materials to be used. The Owner may require any Materials to be tested by means of samples or otherwise. When required,the testing of Materials shall be done by an independent testing laboratory in accordance with standards of the American Society for Testing and Materials or as stipulated in the Specifications. Such testing and the transportation of samples shall be paid for by the Owner, but the Contractor, without extra charge, shall furnish the samples and prepare and box them for shipment to the laboratory. The Contractor shall not incorporate in the Project any Materials for which tests are required until the tests have been made and the Materials found acceptable and in accordance with the Specifications. Rejected materials shall be removed from the site immediately and shall not be incorporated in the Project. H000.17 QUALITY OF WORKMANSHIP All employees shall be skilled and experienced in the techniques of the trade in which they are working. The completed work shall reflect workmanship commensurate with the foregoing requirements. H000.18 DEFECTIVE MATERIALS OF WORK Should any Materials or work be discovered which do not comply with the contract documents, then, regardless of whether such Materials or work previously have been inspected or approved, such Materials or work shall be removed, replaced, repaired or otherwise remedied at the Contractor's expense. Should defective Materials or work be suspected and the Owner so require, the Contractor shall uncover, take down, or make openings in the finished work at such points as the Owner designates for the purpose of allowing and examination of such Materials or work. Should Materials or work thus exposed and examined prove satisfactory,the uncovering,taking down or making of openings, replacing of the covering and making good of parts removed shall be paid for by the Owner; but should the Materials or work examined prove unsatisfactory,the uncovering,taking down or making of openings, replacing and making good shall be at the Contractor's expense. The inspection or approval of Materials or work shall not relieve the Contractor from any of his obligations to fulfill the Contract as herein prescribed. H000.19 PRECONSTRUCTION AND PROGRESS MEETINGS Prior to beginning the Work, CONTRACTOR shall attend a pre-construction conference conducted by OWNER. The purpose of the pre-construction EXHIBIT'A'-page 45 of 99 conference includes, but is not limited to, establishing construction schedules, coordination with utilities and affected property owners, coordination with OWNER and other City agencies, reviewing schedule of values, establishing submittal requirements and submittal procedures, and generally providing for the coordinated start-up and prosecution of the Work. CONTRACTOR shall attend scheduled monthly progress meeting with OWNER at locations that will be designated by OWNER. CONTRACTOR shall provide an updated progress report and schedule to OWNER at monthly progress meetings. H000.20 WORK SCHEDULE NOTIFICATION CONTRACTOR shall provide a listing of the next work day's activities by 12:00 noon of the previous day for OWNER'S scheduling and inspection purposes. All work scheduled for Monday shall be provided on Friday of the preceding week. H000.21 CHANGES IN THE PROJECT If the Owner desires to make any changes in the line, grade, dimensions, Materials,plan or any other aspect of the Project it may do so provided only that such changes, in the aggregate, do not change the total Contract price by more than twenty(20)percent. Adjustment of the Contract price for such changes shall be made under Paragraph H000.24 of these General Conditions. No change in the Project which diminishes the quality of work to be performed under the Contract shall entitle the Contractor to claim any damages, whether for anticipated profits or otherwise. H000.22 CHANGE IN WORK 1. AUTHORIZED CHANGES IN THE WORK A. Without invalidating the Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both,that should be allowed as a result of a Work Change Directive, a Claim may be made therefore as provided in Paragraph H000.21.5. EXHIBIT'A'-page 46 of 99 2. UNAUTHORIZED CHANGES IN THE WORK A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented by a work change directive or by a change order. 3. EXECUTION OF CHANGE ORDERS A. Owner and Contractor shall execute appropriate Change Orders recommended by Engineer covering: 1. changes in the Work which are: (a) ordered by Owner pursuant to Paragraph H000.21.1.A (b) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph H000.21.5; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the Progress Schedule 4.NOTIFICATIONS TO SURETY A. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any bond to be given to a surety,the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. 5. CLAIMS A. Engineer's Decision Required: All Claims, except those waived pursuant to making and acceptance of final payment, shall be referred to the Engineer for decision.A decision by Engineer shall be required as a condition precedent to any exercise by Owner or Contractor of EXHIBIT'A'-page 47 of 99 any rights or remedies either may otherwise have under the contract Documents or by Laws and Regulations in respect of such Claims. B. Notice: Written notice stating the general nature of each Claim, shall be delivered by the claimant to Engineer and the other party to the Contract promptly(but in no event later than 30 days) after the start of the event giving rise thereto. The responsibility to substantiate a Claim shall rest with the party making the Claim.Notice of the amount or extent of the Claim,with supporting data shall be delivered to the Engineer and the other party to the Contract within 60 days after the start of such event(unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price or Contract Time shall be prepared in accordance with the requirements of the Owner.Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant's last submittal(unless Engineer allows additional time). C. Engineer's Action: Engineer will review each Claim and,within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any, take one of the following actions in writing: 1. deny the Claim in whole or in part, 2. approve the Claim, or 3. notify the parties that the Engineer is unable to resolve the Claim if, in the Engineer's sole discretion, it would be inappropriate for the Engineer to do so.For purposes of further resolution of the Claim, such notice shall be deemed a denial. D. In the event that Engineer does not take action on a Claim within said 30 days, the Claim shall be deemed denied. E. Engineer's written action under Paragraph H0000.21.5 or denial pursuant to Paragraphs H000.21.5.C.3 or H000.21.5.D will be final and binding upon Owner and Contractor. F. No Claim for an adjustment in Contract Price or Contract Times will be valid if not submitted in Accordance with Paragraph H000.21. H000.23 UTILITY INFORMATION AND COORDINATION EXHIBIT'A'-page 48 of 99 CONTRACTOR shall be responsible for providing all temporary utility facilities necessary to support the Work. H000.24 PAYMENT FOR AUTHORIZED EXTRA WORK: REDUCTIONS IN PAYMENT FOR DELETED WORK Extra work shall be paid for, and reductions in payment for deleted work shall be made, at the unit prices set forth in the proposal,to the extent applicable, or if no unit prices are applicable and agreement cannot be reached,then the amount shall be determined as follows: A. If the work is performed by the Contractor: 1. Actual cost of Materials used. Plus 2. Payroll cost of direct labor, including a prorated share of the payroll cost of foreman who perform duties in addition to those related to the work involved. Plus 3.Twenty(20) percent of Al and A2, above to cover direct and indirect overhead, use of small tools and profits. Plus 4. Equipment rental as defined below. B. If the work is performed by a Sub-contractor: 1. The Sub-contractor's price shall not exceed the sum of item Al,A2 ,A3, and A4, above, Plus 2. Ten(10)percent of A, above,to cover the Contractor's direct and indirect overhead and profits. Rental of equipment shall include all operating expenses and shall not exceed the rentals listed in the latest edition of the Associated Equipment Distributors' Rental Schedule. The Engineer will certify to the Owner for payment all duly authorized extra work which has been performed by the Contractor in accordance with the terms of the Contract and any supplementary agreements which may apply. Daily records shall be kept by the Contractor for all Materials, labor and equipment used on authorized"cost plus" extra work; these records shall be presented to the Resident Representative for checking purposes before noon of the day following that on which the Materials, labor and equipment were used. H000.25 THIRD PARTY CLAIMS FOR LABOR,MATERIALS AND DAMAGE EXHIBIT'A'-page 49 of 99 The Contractor shall, from time to time, as required by the Owner, furnish the Owner with satisfactory evidence that all persons who have done work or furnished Materials under the Contract or have suffered damage on account of the Contractor's operations have been fully paid or secured. The Owner does not hereby assume any of their claims out of funds due or that may become due to the Contractor or out of its own funds. H000.26 MATERIAL All materials supplied shall be new and unused. H000.27 CONTINUING THE WORK Contractor shall carry on the work and adhere to the progress schedule during all disputes or disagreements with Owner.No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as Owner and Contractor may otherwise agree in writing. H000.28 UNFORESEEABLE ABNORMAL AND UNUSUALLY SEVERE WEATHER CONDITIONS (MODIFIED MOT VERSION) (NA) H000.29 ELECTRONIC DOCUMENTS Electronic copies of Bid Plans and Specifications may be provided upon request for Contractor's reference only. Bids shall be submitted based on hard copies of plans, specifications and addenda provided by the City of Richmond in order to avoid errors and/or omissions due to printing, etc. H000.30 MOBILIZATION/DEMOBILIZATION (IF ITEMIZED ON BID SHEET) Mobilization/Demobilization shall consist of all work necessary for the movement of personnel and equipment to and from the project sites and for the establishment and removal of all facilities necessary to the performance of the Work. EXHIBIT'A'-page 50 of 99 SECTION H100 SPECIAL REQUIREMENTS H100.01 DESCRIPTION OF WORK The work is located in multiple areas in the Richmond Sanitary District and consists of CIPP sewer rehabilitation. H100.02 SPECIAL CONTRACT CONDITIONS Not used on this project. H100.03 EXISTING FACILITIES ACCESS 1. The Contractor shall be responsible for maintaining access to existing businesses during the construction period. If access is temporarily disrupted, the Contractor shall be responsible for providing ingress egress from properties. 2. It is the responsible of the Contractor to notify property owners of any disruption if any normal use of property by its owner. 3. Contractor will maintain traffic at all times unless noted. H100.04 CONSTRUCTION WATER Construction water will be responsibility of the Contractor at no cost to the Owner. H100.05 CONSTRUCTION POWER The Contractor shall be in responsible for his electrical power requirements during construction. H100.06 UTILITY NOTIFICATION The Contractor shall notify all utilities prior to any excavation H100.07 CONSTRUCTION SEQUENCE A. The Contractor shall schedule his work with the Owner when his operation may affect the operation of city emergency vehicles and traffic. B. Prior to commencing the work, the contractor shall provide the engineer a detailed schedule of the proposed work. The schedule shall include a list of tasks EXHIBIT'A'-page 51 of 99 required to complete the work;their relevancy to each other, expected duration and completion dates. H100.08 PROJECT PROGRESS MEETING It shall be the responsibility of the Contractor to have a representative present at each meeting. The meeting shall be held at least once a month or as called by the Engineer for construction problem solving or changes in scope. H100.09 OVERRUN OF CONTRACT QUANTITIES Any items of the Contract, which exceeds (5%) five percent of the proposal quantities,will not be authorized for payment without prior written approval of the Engineer. H100.10 SUBSIDIARY WORK Any minor work not itemized will be considered subsidiary to the project. No separate payment will be made for this work H100.11 PRE-BID CONFERENCE All bidding Contractors may attend a pre-bid conference as advertised. H100.12 CONSTRUCTION LAYOUT Construction layout and staking, as required, will be completed by the contractor. It will be the responsibility of the contractor to maintain this staking throughout the project. H100.13 AS-BUILT DRAWINGS As-Built drawings are required to be completed by the contractor as part of this project and are to be submitted to the Richmond Sanitary District before the retainage is paid. H100.14 TIME OF COMPLETION AND LIQUIDATED DAMAGES If awarded a contract, the Contractor agrees to substantially complete all lining work within 225 consecutive calendar days from the effective date of the Notice to Proceed and fully complete all other work ready for final inspection, acceptance and close-out within 30 additional days from the date of the substantial completion. Priority Areas are Areas 1,2 and 3. If awarded a contract, and in the case the work is not completed either EXHIBIT'A'-page 52 of 99 the Contractor agrees to pay to the Owner as liquidated damages the sum of$0.00 perda eac r-an ever3 cress'i day,,Satu dajsui days--arld--Herlidays the owner. H100.15 ITEMS TO BE SUBMITTED WITH BID See the front end documents, request for quote cover sheet and/or advertisement information for the appropriate items to be submitted with the bid. H100.16 PRE-CONSTRUCTION AUDIO-VIDEO SURVEY Prior to construction, the Contractor shall digitally record the construction area in order to document the condition of the area. The product shall be a high quality digital audio and video DVD. The video shall present bright, sharp, clear pictures with accurate colors. The audio portion shall have proper volume, clarity and be free of distortion. The audio commentary shall contain precise and concise explanatory notes. The recordings shall include coverage of all surface features located within the construction limits and other adjacent buildings, streets, driveways, ditches, trees, shrubs, and other structures, including utility infrastructure. The recordings shall be delivered to the Engineer prior to the start of construction and before the placement of any construction materials or equipment on the proposed construction site. Recordings that do not conform to the specifications may be rejected with re-taping to be done by the Contractor at no additional cost to the Owner. The DVD's shall be delivered in storage cases. Each DVD shall be properly labeled and indexed. An index shall be provided to describe the contents of each DVD, including stationing, etc describing the location of each recording. H100.17 CONTROL OF GROUNDWATER AND SURFACE WATER The control of groundwater and surface water shall be the responsibility of the Contractor. No extra payment shall be made for this work. The Contractor shall be responsible for any temporary or permanent damage or perceived damage, including loss of water or damage of water well equipment, as a result of their dewatering. H100.18 SANITARY SEWER BY-PASS PUMPING The Contractor shall employ bypass pumps as required to keep all sewers in operation during construction as well as protect the environment from spills. The cost of this pumping shall be considered incidental unless a detailed line item in the EXHIBIT'A'-page 53 of 99 bid sheet is provided. A by-pass pumping plan and/or flow control plan will be required to be submitted and approved by the Engineer prior to installation when by-pass pumping is required. H100.19 SHOP DRAWING SUBMITTALS All materials used shall have a shop drawing submitted for review by the Engineer. These submittals shall include manufacturer information highlighting that the material complies with the specifications and drawings. No material shall be ordered or installed before this review has taken place. The submittals shall be submitted electronically via email. H100.20 MAINTENANCE OF TRAFFIC Streets or any portion of a street, including parking, may not be closed without written approval by the Engineer,the Richmond Police Department and the City of Richmond Board of Public Works and Safety where applicable. A detailed traffic control plan must be submitted by the Contractor and reviewed by the Engineer before any closure or partial closure can occur. If the Contractor gets approval to close streets or roads to through traffic for minimum periods of time he must provide proper notice to local occupants of all premises, police and fire protection authorities and other public authorities as applicable. The Contractor shall so schedule this work that this time is minimum and shall,whenever possible,make suitable provisions for access by local residents, school buses, police and fire emergency vehicles and mail delivery vehicles. The Contractor shall keep fire hydrants and other public utility valves accessible at all times. At street or road crossings where the Contractor is permitted to open cut the trench, the crossing shall be completed,cleaned up,temporary pavement in place,and open to traffic within twenty-four(24) hours from the time the street or road is closed to through traffic, unless specific approval is received from the authority having jurisdiction, for a longer period. When it is required that a street or road be closed to traffic, the Contractor shall furnish, erect and maintain barricades, suitable and sufficient lights and other lights or reflecting material at the limits of the Project. Where side streets intersect and at other points of public access to the project, the Contractor shall furnish, erect and maintain advance warning signs and barricades to direct traffic from closed sections. The Contractor shall furnish, erect and maintain detour marking signs on temporary routes, except where same may be furnished by the State or County Highway Departments. EXHIBIT'A'-page 54 of 99 Throughout construction, the Contractor shall furnish, erect and maintain such lights,signs and barricades as may be required for the protection of any local traffic permitted on the roadway. Where the improvement is to be accomplished with traffic maintained, the Contractor shall furnish, erect and maintain lights, signs, barricades, temporary guard rails and other traffic control devices, watchmen and flagmen as may be necessary to maintain safe traffic conditions. Whenever it is necessary to divert traffic from its normal channel into another channel, such diversion shall be clearly marked by cones, drums, barricades or temporary guardrail.If the markers are left in place at night, suitable lights shall be maintained. All lights, signs, barricades, flagmen, etc. used for proper traffic control shall be reflective and in accordance with the latest requirements of the State of Indiana Department of Transportation, OSHA and the manual on uniform traffic control devices (MUTCD). EXHIBIT'A'-page 55 of 99 This page intentionally left blank. EXHIBIT'A'-page 56 of 99 SECTION H200 BYPASS PUMPING/ SEWAGE FLOW CONTROL H200.01 INTENT It is the intent of this Specification to provide the minimum requirements for bypass pumping/sewage flow control necessary to facilitate sewer line inspection and/or sewer line rehabilitation activities. H200.02 SCOPE OF WORK CONTRACTOR shall provide all labor, equipment, supervisor and materials necessary to reduce/control flows via sewage flow control mechanisms or eliminate flows via bypass pumping through as section or sections of pipe designated for rehabilitation. CONTRACTOR shall be responsible for controlling and maintaining all sanitary and storm flows within the sewer system during the Work. CONTRACTOR may drain flows by pipes, chases, fluming, bypass pumping, or other appropriate methods approved by OWNER. Plugging of any sewer line shall not be permitted without bypassing. H200.03 PROTECTION OF PUBLIC AND PRIVATE PROPERTY Precautions shall be taken to ensure that flow control and dewatering operations shall not cause flooding or damage to public or private properties. In the event flooding or damage occurs, CONTRACTOR shall make provisions to correct such damage at no additional cost to OWNER. CONTRACTOR shall be responsible for any damages to public or private property, overflows from the sewer system and violations resulting in fines as a result of the dewatering/bypass/cleaning operations. H200.04 EXECUTION When required by the Contract Documents or when required by the manufacturer of the sewer line rehabilitation product in order to facilitate the installation of a sewer line rehabilitation product, CONTRACTOR shall provide all labor, equipment and materials necessary for the transfer of flow around the section or sections of pipe designated. The bypass shall be made by diversion of the flow from an existing upstream location, around the section(s)to be taken from service for inspection or rehabilitation,to an existing downstream location. The bypass system shall be of adequate capacity to handle all flows including wet weather related flows. If bypass pumping is utilized by CONTRACTOR to control flows, CONTRACTOR shall be responsible for monitoring the bypass pumping operation at all times until Work is complete. The location of pump(s), force main, discharge point, pumping rates, etc., shall be approved by OWNER. EXHIBIT'A'-page 57 of 99 CONTRACTOR shall prepare a detailed Flow Control Plan that described the measures to be used to control flows. CONTRACTOR shall submit the Plan to and obtain approval of the Plan from OWNER prior to beginning any flow control work. CONTRACTOR's Plan shall include, but not necessarily be limited to the following: o Location of flow diversion structures, collapsible sewer plugs, dams,pumps and related materials and equipment. o Key operational control factors, (i.e. maximum flow elevations upstream of dams). o Pump sizes and flow rates. o Destination of bypassed flows including routing of force mains and provisions for vehicular and pedestrian traffic and necessary. o Wet weather event procedures. The number and size of pumps utilized in bypass pumping shall by such that if the largest pump is out of service, bypass flows will be maintained during the pass operation if the bypass is not able to be immediately removed from operation. H200.05 WET WEATHER EVENTS Where the flow control mechanism is not sufficient to handle a wet weather event, the flow control/diversion or pumping system shall be capable of quick removal so as not to create an overflow to surface waters, overflow to ground, or back-up in buildings. H200.06 MEASUREMENT AND PAYMENT No direct payment shall be made for this work. Payment for bypass pumping/sewage flow control,provisions for wet weather flow control, shall be included in the contract bid prices except as stated on the bid sheet. EXHIBIT'A'-page 58 of 99 SECTION H300 CCTV INSPECTION H300.01 INTENT It is the intent of this Specification to provide the minimum requirements for CCTV inspection. H300.02 SCOPE OF WORK CONTRACTOR shall provide all labor, equipment, supervisor and materials necessary to televise the sewers as identified in the plans and specifications. H300.03 CCTV EQUIPMENT The Contractor shall provide the necessary equipment to perform closed circuit television inspection of the designated sewer pipes. The equipment will meet the following specifications. A. Studio. A studio that contains the controls for the inspection equipment.The studio will be large enough for two (2) people to view a television monitor of the inspection procedure. The studio will be insulated from outside noises that could be inadvertently recorded on the audio channel. B. Television Monitor.A color television monitor will be available to view live camera action and recorded playback. The displayed picture must be capable of providing a clear, stable image free of electrical interference. The television monitor will measure at least 15 inches across diagonally. C. Camera.The camera used for sewer pipeline inspections will be one that has been specifically made for that purpose. The camera will operate in 100 percent humidity, be waterproof and able to withstand long periods of submergence in wastewater.The camera will be able to pan,tilt and rotate 360 degrees. The tilt arc should not be less than 225 degrees.A variable intensity control of the camera lights and remote control adjustments for focus and iris shall be located at the monitoring station. The remote control of focus and iris will range from 1-inch to infinity. The camera and monitor shall be able to produce a minimum of 460 lines of horizontal resolution and 400 lines of vertical resolution and capture images in full color. Contractor shall present on an external hard drive a continuous image of not less than ninety(90%)percent of the internal pipe circumference at all times. EXHIBIT'A'-page 59 of 99 D. Lighting. Illumination shall be adjustable and even around the sewer perimeter without loss of contrast, flare out of picture or shadowing. Lighting and camera quality shall be suitable to allow a clear in-focus picture of a minimum of ten lineal feet of the entire periphery of the sewer pipe.The lighting for the camera shall minimize glare. Lighting sensitivity shall be 3 lux or less. E. Transporters. The camera should be mounted on skids or a tractor suitably sized for the pipe to be televised that will position the camera lens above the liquid flow line, near the center axis of the pipe. Any motorized transporters should have adjustable speed control. The televising may also be accomplished using camera equipment mounted on a raft or floating pontoon, if the required pipe condition information cannot be obtained by tracked camera equipment within the maximum allowable flow depths. F. Cable and Footage Counter.A minimum 1,500 feet of TV cable on the spool reel shall be provided. The TV cable will be supported by an equal length tag line for removal of the equipment from the pipeline. G. Computer System. The computer system shall be capable of recording, indexing, and processing inspection data; printing CCTV inspection logs; and recording, storing, and playing video and images of pipe observations as required for the data documentation requirements of these specifications. H300.04 CCTV EXECUTION A. Sequence of CCTV Inspection. After cleaning,the pipe sections shall be visually inspected by means of closed-circuit television.The inspection will be done one manhole-to-manhole pipe section at a time if possible, and the flow in the section being inspected will be suitably controlled as specified. B. Direction of CCTV. The direction of camera travel shall be in the direction of flow in the pipe unless access to the upstream manhole is not possible, or the camera cannot pass through the pipe from end-to-end in the direction of flow, in which case a reverse setup will be allowed. C. Severe Defects. If severe defects such as collapses, severe offset joints, or severe sags are encountered that preclude the inspection being completed in one direction,the Contractor shall attempt a reverse setup. If the entire segment cannot be inspected, Contractor shall notify the Engineer and Owner as soon as possible. EXHIBIT'A'-page 60 of 99 D. Buried Manholes. If a buried manhole is encountered during the course of the CCTV inspection,the Contractor shall attempt to CCTV through the buried manhole or conduct the inspection in the reverse direction if possible. The Contractor shall notify the Engineer and Owner of the buried manhole and/or if the manhole needs to be exposed in order to complete the inspection. E. Clarity of Picture. If, during a run,the camera lens becomes soiled or fogged,the camera should be shut down and the lens cleaned, even if this requires removing the camera from the line. If the camera is removed from the line for lens cleaning or for cleaning the line of fog,the camera shall be returned to the point where acceptable footage was obtained.Footage of the camera being pulled out of the line for lens cleaning should not be included in the video. If fog is encountered during a run,the Contractor shall stop the camera and ventilate the line to remove the fog. Unclear footage will not be accepted by the Owner. F. Camera Travel. The camera shall be moved through the line at a moderate rate, stopping when necessary to permit proper documentation of the sewer's condition. When a defect or other feature is encountered,the progress of camera should be slowed and stopped for a minimum of 15 seconds or as needed so that the observation can be panned with the camera,the data recorded, narration made, and still picture captured if required. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions shall be used to move the camera through the sewer line. If, during the inspection operation,the television camera will not pass through the entire segment,the Contractor shall set up his equipment so that the inspection can be performed from the opposite manhole. If, again, the camera fails to pass through the entire segment,the inspection shall be considered complete and no additional inspection work will be required.The Contractor will only be paid for the linear feet that were televised if a large section of pipe is inaccessible. G. Communication. When manually operated winches are used to pull the television camera through the line, communication shall be set up between the two (2) manholes of the segment being inspected to ensure good communications between members of the crew. H. Distance Measurement. The"zero"point of the inspection shall be the centerline of the manhole where the camera is inserted. The footage counter shall be set accordingly by adding the footage from the centerline of the manhole to the edge of the manhole plus the camera length (or the camera length plus the camera focal length). The importance of accurate distance measurement is emphasized.During any inspection procedure,the television cable shall only be removed from the reel l by a motorized system.At no time during the inspection is cable to be removed manually, by hand.The television cable between the counter and the camera shall be taught at all times. EXHIBIT'A'-page 61 of 99 I. Cable Footage Counter Accuracy Checks.All cable footage counts shall be in English units and accurate to 0.5 percent= 'V2 foot per 100 feet. The cable footage counter shall be tested for accuracy weekly,with the following procedure. Four hundred feet(400 feet) of cable shall be pulled off the reel and then checked with a tape measure. If the accuracy is below the tolerance,then the counter may be adjusted.The test procedure will be repeated to evaluate the adjustments.No more than three(3) adjustments may be made to the counter, after which the counter shall be replaced. J. Observation. The Contractor shall allow for observation by the Owner and/or Engineer, during CCTV inspection work for purposes of verifying that all required CCTV inspection procedures are being followed and CCTV inspection observations are being properly coded.The Contractor shall provide comfortable viewing access to the video monitor during the video inspection recording to allow Owner, Engineer, or Representative to compile a log of the inspection.The Owner, Engineer, or Representative may make both scheduled and unannounced visits to CCTV inspection operations while work is in progress.Notwithstanding any such observations of the CCTV inspection work by Owner, Engineer, or Representative,the Contractor shall be responsible for the quality of video and documented observations. H300.05 DOCUMENTATION A. CCTV Inspection Logs. Printed location records shall be kept by the Contractor for each inspected pipe segment. The logs shall indicate, at a minimum,the pipe location, including the street name, starting and ending manholes, date and time of inspection, direction of inspection, pipe diameter, material, and joint length, and final inspected length. The logs will clearly show the distance from the centerline of the starting manhole of each observation and other points of significance such as locations of building sewers or other connections or unusual conditions, using standard NASSCO codes. Comments shall be noted to document atypical conditions not otherwise described by the observation codes.A copy of each CCTV inspection log will be supplied to the Owner in hard copy and PDF format on an external hard drive. B. Digital Photographs. Digital format JPEG of all problems, severe defects or atypical observations shall be taken by the Contractor and provided to the OWNER on an external hard drive. C. Digital CCTV Inspection Recording. The purpose of digital CCTV inspection recording shall be to supply a visual and audio record of the sewer condition on an external hard drive. Format includes minimum 352 X 240 resolution, 30 frames per second, and 1.5 Mbits per second data rate. Other resolution, frame and data rates are acceptable as long as similar or better image quality and acceptable file size are obtained. Each individual pipe segment must be included EXHIBIT'A'-page 62 of 99 in a single file, except if a reverse set up is required due to an obstruction, in which case the reverse inspection shall be contained in a separate file. D. The following information must be provided as screen text on the video recording: o Upstream and downstream node numbers o Direction of camera travel o Purpose of CCTV o Location o Date and time of day o Job number and/or project name o CCTV company o Operator's name E. The text should be clearly displayed on a contrasting background (e.g.,white text on dark background or black text on white background).This text should be displayed for approximately fifteen(15) seconds or for the duration of the start-up narration,whichever is longer. If an inspection is being performed on consecutive pipe segments with the same setup,this information must be provided at the start of each pipe segment.Note: If the CCTV software being used can only display the"from" and"to"manhole numbers rather than upstream and downstream numbers(as in the case of a reverse inspection),then the upstream and downstream manhole numbers should be clearly stated in the startup video narration. F. During CCTV,the running screen must include the following information.The display of this information must in no way obscure the central focus of the pipe being inspected. o Running footage (distance traveled) o Upstream and downstream(or"from"and"to") node numbers of inspected pipe segment G. The end point of the inspected pipe segment should be indicated with screen text for approximately fifteen(15) seconds. The ending screen text should indicate: o Ending footage o Date and time of day o Upstream and downstream node numbers of inspected pipe segment H. The CCTV video recordings should not contain inappropriate language, idle chatter, background noise, and discussions between the operator and other crew members. A voice narration must be included in the video recording.All video narration must be live by the CCTV operator.Digital voice narration is only EXHIBIT'A'-page 63 of 99 allowed if specifically approved by the Owner. This narration must include the following information at the beginning of each pipe segment: o Upstream and downstream node numbers o Direction of camera travel o Purpose of inspection o Location o Date o Job number(if applicable) and/or project name o Pipe size o Pipe material o CCTV company o Operator's name I. All observations along the length of the pipe must also be narrated,with a description of the observation and clock position, if applicable.At the conclusion of the inspection of a pipe segment,the operator should state the final CCTV footage and indicate that the CCTV inspection of the pipe segment is complete. If the inspection had to be abandoned before reaching the ending manhole,then a statement to this effect should be made as part of the ending narration with a reason given as to why the inspection could not be completed. J. The audio and video shall be free of electrical interference and excessive background noise. Digital video recording playback shall be at the same speed that it was recorded. The Contractor shall have all digital video and necessary playback equipment readily accessible for review by the Engineer and Owner during the project, after which time the digital video shall be given typed labels and presented to the Owner.All external hard drives, submitted to the Owner,. shall remain property of the Owner. The Contractor may, at the discretion of the Owner, retain a copy. Should any portion of the inspection documentation be of inadequate quality or coverage, as determined by the Owner,the Contractor will re-inspect the unacceptable portion at no additional expense to the Owner. H300.06 MEASUREMENT AND PAYMENT Payment for CCTV work shall be included in the contract bid prices for lining except as stated on the bid sheet. EXHIBIT'A'-page 64 of 99 SECTION H1200 CURED-IN-PLACE-PIPE (CIPP) REHABILITATION H1200.01 INTENT It is the intent of this Specification to provide the minimum requirements for CIPP Rehabilitation. H1200.02 GENERAL A. Scope of Work 1. The Contractor shall provide certified design calculations, materials, equipment, labor,transportation, construction, equipment and machinery,tools, appliances, fuel, power, light, heat, and other ancillary Work to successfully complete the operations as specified herein. The Work for cured-in-place pipe (CIPP) lining shall also include the restoration of the Work site, including restoration of surfaces such as paving, seeding and sodding, as needed, if damaged complete where shown on the Drawings and as specified herein. The Contractor shall include all costs necessary to complete the Work within the existing easements; if additional temporary easement is needed based on the Contractor's means and methods,he shall procure said easements at no additional cost to the Owner. The Work for CIPP lining shall also include any standard cleaning operations and internal video work necessary to prepare the pipe for lining during construction. 2. The intent is to have a resin-impregnated flexible felt tube installed and cured in place in the designated mainline sewers. The tube shall be inverted into the mainline sewer utilizing a vertical inversion standpipe and hydrostatic head or mechanically installed. Curing of the mainline sewer shall be accomplished by circulating hot water or steam to cure the resin into a hard impermeable conduit. When cured,the tube shall extend over the length of the existing line in a continuous tight fitting watertight pipe within a pipe. The rehabilitation of the sewer main shall be performed without the need for excavation or demolition of existing structures, and be able to re-establish user lateral services without excavation. The pipe lining method shall have sufficient structural strength to support all dead loads, live loads, and ground water loads imposed with the assumption that the existing pipe cannot share any loading or contribute to structural integrity of the liner. The liner shall provide the least possible thickness or decrease in pipe diameter to meet the strength and other design requirements of this specification. 3. The Work shall be performed in accordance with ASTM D5813 (Standard Specification for Cured-in-Place Thermosetting Resin Sewer Pipe),ASTM F1216 (Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin-Impregnated Tube,ASTM F1743 (Standard EXHIBIT'A'-page 65 of 99 Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled-In-Place Installation of Cured-In-Place Thermosetting Resin Pipe), and ASTM D790 (Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials). B. Submittals Submit CIPP Lining Plan including design calculations (certified by a by a Professional Engineer experienced in design of this work and licensed in the State of Indiana) and all shop drawing and installation details as recommended by the manufacturer. Include all performance data and other material specifications normally available and provided from the manufacturer. The Contractor shall furnish, prior to use of the lining materials, satisfactory written guarantee of his compliance with the manufacturer's standards for all materials and techniques being used in the CIPP lining process. The Contractor shall provide certified test results from the manufacturer that the material conforms to the applicable requirements. Materials not complying with requirements shall be rejected. Include in the submittal shall be a summary of experience. On-Site supervisors shall have at least 25,000 FT and/or 200 line sections of lining experience installing the listed product, and the product should have a minimum of 200,000 FT and/or 1000 line sections installed. The Contractor or Subcontractor's key personnel shall have a minimum of 100,000 FT and/or 300 line sections of lining experience. C. Electronic Video (CCTV and Pole Camera) Any video documentation provided to the CONTRACTOR during bidding is for informational purposes only and only represents the condition of any particular pipe or manhole at that moment in time and to the extent able to be seen with the footage provided. H1200.03 PRODUCTS A. General 1. The Felt Tube shall be fabricated to a size that, when installed,will neatly fit the internal circumference of the conduit. Allowance shall be made for circumferential stretching during insertion. 2. The minimum thickness for the liner material shall be verified by design calculations prepared by a Professional Engineer familiar with CIPP design for each specific pipe location. Design of the liner shall be based on the conditions of the existing pipe, which shall be classified as fully deteriorated based on the definitions thereof contained in ASTM F1216 Appendix Xl. The liner shall be designed to withstand all imposed loads, including live loads if applicable and hydrostatic pressure. The groundwater elevation above the invert of the existing EXHIBIT'A'-page 66 of 99 sewer to receive lining shall be actual depth to crown. The proposed CIPP liner to be used shall be designed for a minimum fifty(50) year service life under continuous loading conditions. 3. The minimum length shall be that deemed necessary by the Contractor to effectively span the distance from the inlet to the outlet of the respective manholes unless otherwise specified. The Contractor shall verify the lengths in the field before impregnation. Individual inversion runs can be made over one (1) or more manhole sections as determined in the field by the Contractor and approved by the Engineer or Owner. B. Tube The sewn tube shall consist of one(1) or more layers of absorbent non-woven felt fabric and meet the requirements of ASTM F1216, Section 5.1 or ASTM F1743, Section 5.2.1 or ASTM 5813, Section 5 and 6. The tube shall be constructed to withstand installation pressures, have sufficient strength to bridge missing pipe, and stretch to fit irregular pipe sections. The wet out tube shall have a relatively uniform thickness that when compressed at installation pressures will equal or exceed the calculated minimum design CIPP wall thickness. The tube shall be manufactured to a size that when installed will tightly fit the internal circumference and length of the original pipe. Allowance should be made for circumferential stretching during installation. No material shall be included in the tube that may cause delamination in the cured CIPP. No dry or unsaturated layers shall be evident. The tube shall be marked for distance at regular intervals along its entire length, not to exceed five(5) feet. Such markings shall include the Manufacturer's name and identifying symbol. C. Resin The resin system shall be a corrosion resistant polyester, vinyl ester, or epoxy, initiators that when cured within the tube create a composite that satisfies the requirements of ASTM F1216,ASTM D5813 and ASTM F1743. D. Chemical and Physical Properties Unless otherwise specified,the Contractor shall furnish a general purpose, unsaturated, polyester or vinylester resin and catalyst system compatible with the CIPP process that provides cured physical strengths specified herein. The longterm flexural modulus to be used shall not exceed 50% of the short-term value for the resin system unless the tube contains reinforcements. The finished CIPP liner shall be fabricated from materials that when cured will be chemically resistant to withstand internal exposure to domestic sewage. The C1PP shall conform to the minimum structural standards, as listed below. Property Standard Results EXHIBIT'A'-page 67 of 99 Flexural Strength #101 (Modified ASTM D-790) 4,500 psi Flexural Modulus #101 (Modified ASTM D-790) 250,000 psi E. Material and Equipment Acceptance At the time of manufacture, each lot of liner shall be inspected for defects. At the time of installation,the liner shall be homogeneous throughout, uniform in color, free of holes, foreign materials, blisters, or deleterious materials. No sewer segment shall be lined without prior notification of the Owner or Engineer. Each liner shall be subject to inspection by the Owner or Engineer immediately before it is installed and defective liner shall be rejected. H1200.04 EXECUTION A. Pre-CIPP Lining Sewer Inspection Clean and televise relevant existing sewer sections to be lined as described in the specifications. The interior of the pipeline shall be carefully inspected to determine the location of any condition,which may prevent proper installation of the new pipe. Defects shall be noted so that these conditions can be corrected. B. Safety The Contractor shall carry out his operations in strict accordance with all applicable OSHA standards. Particular attention is drawn to those safety requirements involving working with scaffolding and entering confined spaces. C. Cleaning and Root Treatment of Sewer Line It shall be the responsibility of the Contractor to remove all internal debris and root growth from the sewer line necessary to complete this work. All general cleaning shall be covered in this section. D. Bypassing Sewage 1. The Contractor shall bypass the flow of sewage around the section or sections of pipe designated for liner. In general, the bypass for CIPP lining shall be made by plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. The Contractor shall be responsible to notify all property owners that will be affected by the diversion and/or the temporary loss of service two (2)weeks in advance. 2. If required for service laterals,the Contractor will be responsible to furnish all the necessary equipment to safely divert the flow around the work area. The EXHIBIT'A'-page 68 of 99 diversion shall be Engineer approved. No flow shall be discharged on the surface, into storm sewers, ditches, or in waterways. E. Line Obstructions It shall be the responsibility of the Contractor to clear the line of obstructions such as solids, dropped joints that will prevent the insertion of the liner. If inspection reveals an obstruction that cannot be removed by conventional sewer equipment, then the Contractor shall hydraulically re-round the pipe using a trenchless method or make a point repair excavation to uncover and remove or repair the obstruction. Such repair shall be approved in a Change Order prior to the commencement of the Work. F. Installation Procedures 1. Set-up: In general the CIPP installation shall be in accordance with ASTM F1216, Section 7 or ASTM F1743, Section 6. The Contractor shall designate a location where the felt tube will be vacuum impregnated prior to installation. The Contractor shall allow the Owner to inspect the materials and."wet out" procedure. A catalyst system compatible with the resin and tube shall be used. The wet out tube shall be inserted through an existing manhole or other approved access by means of an inversion or cable and winch process. In the case of the inversion method,the application of a hydrostatic head shall be sufficient to fully extend the tube to the next designated manhole or termination point. The tube shall be inserted into the vertical inversion standpipe with the impermeable plastic membrane side out. At the lower end of the inversion standpipe,the tube shall be turned inside out and attached to the standpipe so that a leak proof seal is created. The inversion head will be adjusted to be of sufficient height to cause the impregnated tube to invert from manhole to manhole and hold the tube tight to the pipe wall, produce dimples at side connections and flared ends at the manholes. The Contractor shall use a lubricant as necessary. Care shall be taken during the elevated curing temperature so as not to over stress the felt fiber. All sections of pipe shall be the responsibility of the Contractor to verify the size, material,location of structures,number and location of laterals, and existing condition of the pipe prior to construction. The bid proposal contains estimates of the sizes and quantities of liner which will be installed. It shall be the Contractor's responsibility to verify the exact lengths necessary after the segments have been selected and prior to ordering or fabricating any liner materials. 2. Curing: After installation is completed the Contractor shall supply a suitable heat source and hydrostatic water or steam pressure recirculation equipment. The equipment shall be capable of delivering hot water or steam throughout the section by means of a pre-strung hose to uniformly raise the temperature above EXHIBIT'A'-page 69 of 99 the temperature required to effect a cure of the resin. This temperature shall be determined by the resin/catalyst system employed. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water or steam supply. Another such gauge shall be placed between the impregnated tube and the pipe invert at the remote manhole to determine the temperatures during cure. Temperature in the line during the cure period shall be as recommended by the resin manufacturer. Initial cure shall be deemed to be completed when inspection of the exposed portions of CIPP appears to be hard and sound and the remote temperature sensor indicates that the temperature is of a magnitude to realize an exotherm. The cure period shall be of a duration recommended by the resin manufacturer, as modified for the CIPP process, during which time the recirculation of the water or steam and cycling of the heat exchanger to maintain the temperature continues. 3. Cool-Down: The Contractor shall cool the hardened CIPP to a temperature below 100/F before relieving the static head in the inversion standpipe. Cooldown may be accomplished by the introduction of cool water into the inversion standpipe to replace water being drained from a small hole made in the downstream end. Care shall be taken in the release of the static head so that a vacuum will not be developed that could damage the newly installed CIPP. 4. Finish: The finished CIPP shall be continuous over the entire length of an inversion run and be as free as commercially practicable from visual defects such as foreign inclusions, dry spots, pinholes and delamination. It shall also meet the leakage requirements or pressure test specified below. During the warranty period any defects which will affect the integrity or strength of the CIPP shall be repaired at the Contractor's expense, in a manner mutually agreed by the Engineer and the Contractor. Alternate methods of installing and curing the tube shall be submitted to the Engineer for approval. 5. Sealing the CIPP at Manholes: The Contractor shall apply a seal at the manholes. The seal shall be of a resin mixture compatible with the CIPP. 6. Service and Pipe Connections: After the liner has been cured in place,the Contractor shall reconnect any existing active service or pipe connections. The Contractor shall be responsible to confirm the active pipes and laterals prior to reconnection. This shall be done without excavation from the interior of the pipeline by means of a television camera and a cutting device that re-establishes the service connections to not less than 95 percent capacity. If after reconnection the lateral connection continues to actively leak,the Contractor shall inform the Engineer. If directed by the Engineer,the Contractor shall perform a point repair on the lateral connection. Such repair shall be approved in a Change Order prior to the commencement of the work. EXHIBIT'A'-page 70 of 99 G. Testing and Post-CIPP Lining Sewer Inspection The watertightness of the CIPP shall be gauged while curing and under a positive head. Any leaks shall be repaired and retested to the satisfaction of the Engineer or Owner. The finished liner shall be continuous over the entire length of the installation and conform to the walls of the host pipe. As part of the testing requirement, upon completion of the installation and lateral reconnection, a visual inspection of the expanded in place pipe shall be performed via a CCTV camera. The purpose of this televising work is to review the completed work. The Contractor shall provide a thorough review of the pipe and connections with a pan and tilt camera. Each lateral connection shall be examined with a pan and tilt camera. A copy of the post-lining internal sewer video shall be provided to the Owner. H. Restoration Upon acceptance of the installation work and testing the Contractor shall restore the project area affected by his operations. The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, or other disturbed surfaces or structures to a condition equal to that before the work began,to the satisfaction of the Owner or Engineer. The Contractor shall remove surplus pipe, tools and temporary structures. All dirt,rubbish and pipe material from the operation shall be legally disposed of by the Contractor. I. Patents The Contractor shall warrant and save harmless the Owner and their Engineer against all claims for patent infringement and any loss thereof. H1200.05 MEASUREMENT AND PAYMENT 1. Work in this Section shall be paid for based on the"Linear Foot"or"Per Each" price for the appropriate bid schedule item. Notes: The cost for Sanitary Bypassing and Pre and Post CCTV shall be included in the cost of the lining. 2. The actual number of lineal feet of tested and accepted CIPP lining of the various sizes, constructed as shown on the plans, as specified and as ordered by the Engineer or Owner, measured along the centerline of the pipe from center to center of manholes will be measured for payment under the respective Items. Except as otherwise stated herein,no deductions in length will be made for manholes or fittings or drops. The actual number of tested and accepted CIPP lateral reinstatements will be measured for payment under the respective bid item. EXHIBIT'A'-page 71 of 99 H1200.06 WARRANTY The Contractor shall warrant, for a period of one year, all defects which will adversely affect the integrity or strength of the liner. The Contractor shall repair or replace, at no additional cost to the Department, such defects in a manner mutually agreed upon by the Department and the Contractor. EXHIBIT'A'-page 72 of 99 SECTION H1300 SEWER LINE CLEANING H1300.01 INTENT It is the intent of this portion of the Specifications to provide for the cleaning of non-man entry pipelines. 111300.02 SCOPE OF WORK CONTRACTOR shall furnish all labor, materials, equipment, supervision, etc. required to CIPP line the sewer segments as shown on the attached drawings. The OWNER reserves the right to award this contract in full or to award as identified in the BASIS OF AWARD, SECTION H000.000. All work for this project will be awarded to a single contractor.Unless otherwise specified,the CONTRACTOR shall be solely responsible for his means and methods. FLUSHING OF ANY SANITARY SEWER TO FACILITATE CLEANING ACTIVITIES WITHOUT THE CAPTURE OF SOLIDS AND DEBRIS IS EXPRESSLY PROHIBITED. H1300.03 SAFETY CONTRACTOR shall be solely responsible for safety during the performance of all Work. CONTRACTOR shall take satisfactory precautions to protect the sewer segments and appurtenances from damage that might be inflected upon them by the use of cleaning equipment. Any damage inflected upon a sewer segment or other public or private property as a result of the CONTRACTOR's negligence or improper cleaning operations shall be repaired by CONTRACTOR at his sole expense. CONTRACTOR shall not enter into any sewer segment where hazardous conditions may exist until such time as the source of those conditions is identified and eliminated by CONTRACTOR. CONTRACTOR shall perform all work in accordance with the latest OSHA confined space entry regulations. CONTRACTOR shall coordinate his work with local fire,police and emergency rescue units. Whenever hydraulically propelled cleaning tools,which depend upon water pressure to provide their cleaning forces, or any tools which retard the flow of water in the sewer segment are used, precautions shall be taken by CONTRACTOR to ensure that the water pressure utilized does not result in any damage or flooding to public or private property being served by the sewer segment(s) involved. H1300.04 EXECUTION EXHIBIT'A'-page 73 of 99 A. Cleaning Equipment Only hydraulic and/or mechanical equipment shall be used by CONTRACTOR to accomplish cleaning activities. Accuracy of equipment and operating method for cleaning shall be judged by the results obtained. When hydraulic or high velocity cleaning equipment is used, a suitable sand trap, or dam shall be constructed in the downstream manhole in such a manner that all solids and debris are trapped and removed thereby preventing such material from passing in to the next sewer segment reach. The following are general equipment and performance requirements: i. Hydraulically Propelled Equipment The equipment used shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer, damage to the sewer, and/or damage to public or private property. The moveable dam shall be equal in diameter to the pipe being cleaned and shall provide a flexible scraper around the outer periphery in insure removal of grease. Sewer cleaning balls or other equipment,which cannot be collapsed shall not be permitted for use. ii. High-Velocity Jet Equipment All high-velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The equipment shall have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all sizes of line designated to be cleaned. The equipment shall have a minimum working pressure of 2,000 psi at a 60 GPM rate. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Liquid decanted or separated from the solids shall be returned to the sewer and shall not contain solids having greater than a 125 micron size. iii. Mechanically Powered Equipment Power rodding machines shall be either a sectional or continuous rod type capable of holding a minimum of 750 feet of rod. The rod shall be specifically heat-treated steel. To insure safe operation, EXHIBIT'A'-page 74 of 99 the machine shall be fully enclosed and have an automatic safety clutch or relief valve. Buckets, scrapers,scooters, porcupines,brushes and other mechanical equipment may also be utilized. Chain knockers may not be utilize. All equipment and devices shall be operated by experienced personnel so that sewer lines are not damaged in the process of cleaning. iv. Root Removal Roots shall be removed in all sections where root intrusion is evident. Special attention shall be used during the cleaning operation to assure as complete a removal of roots from the joints. Procedures may include the use of mechanical equipment such as rodding machines,winches using root cutters and porcupines, and equipment such as high-velocity jet cleaners. Chemical root treatment may be used at the option of CONTRACTOR to aid in the removal of roots and at the option of CONTRACTOR, manhole sections that have root intrusion may be treated with an approved herbicide. All costs for chemical treatment shall be considered incidental in this contract. Chemical treatment is NOT required as part of this contract. v. Protruding Lateral Connections When specified, CONTRACTOR shall remove protruding lateral connections via the use of internal cutting devices which are capable of providing a lateral cut at its internal connection to the sewer. B. Access Access of the sewer for cleaning and CCTV purposes shall only be via existing manhole openings. Access to the site shall be coordinated by the CONTRACTOR. Access to limited sections of the sewer at various locations is as shown on the attached drawings and/or through existing easements along the sewer alignment. If additional access is needed, CONTRACTOR shall be responsible for obtaining access rights from individual property owners. Any work required to assist in vehicular or equipment access will be the responsibility of the CONTRACTOR. All disturbed land or property shall be restored to existing or better conditions. C. Bypass Pumping EXHIBIT'A'-page 75 of 99 Should bypass pumping or other form of sewage flow control be required by/of CONTRACTOR to facilitate sewer line cleaning or CCTV work, CONTRACTOR shall be solely responsible for providing all labor, equipment and materials necessary to control the flow of sewage in and/or around sewer segment(s)being cleaned or televised. Requirements for sewage flow control and bypass pumping are contained in these Specifications. D. Blockages Preventing Cleaning If cleaning of an entire sewer section cannot be successfully performed from one manhole, equipment shall be set up on the other manhole and cleaning again attempted. No additional payment allowance shall be made for reverse set-ups. If on reverse set-up successful cleaning also cannot be performed or equipment fails to traverse entire sewer line section, it shall be assumed that a major blockage or defect exists and cleaning effort shall be abandoned. CONTRACTOR shall determine the location of major blockage(s) by measuring length of hose or rod inserted from manholes at each end and immediately report location of blockage(s)to OWNER and CONTRACTOR shall note these conditions in its field log. CONTRACTOR shall recognize that there are some conditions such as broken pipe and major blockages that prevent cleaning from being accomplished or where damage could result if cleaning were attempted or continued. OWNER shall be immediately notified by CONTRACTOR of any and all conditions which in the opinion of CONTRACTOR warrant termination of cleaning activities. If CONTRACTOR's cleaning equipment becomes lodged in a sewer, it shall be removed by CONTRACTOR at his expense. This shall include excavation and repair of the sewer, underground utilities, backfilling, and surface restoration. Work shall be approved by the RSD ENGINEER prior to commencement. E. Debris Removal and Disposal CONTRACTOR shall removal all sludge, dirt, sand, rocks, grease and other solid or semisolid material and debris resulting from the cleaning operations from the downstream manhole of the sewer segment being cleaned. Passing material from sewer segment to sewer segment shall not be permitted. In the event that sludge, dirt, sand,rocks, grease and other solid and semisolid material or debris resulting from the cleaning operations are observed and/or detected by OWNER as passing to downstream sewer segment(s), CONTRACTOR shall be responsible for cleaning such downstream sewer segment(s) at no additional cost to OWNER. EXHIBIT'A'-page 76 of 99 CONTRACTOR shall be responsible for the handling, hauling and disposal of all debris, silt and accumulated solids removed from the sewer. All debris, silt and solids removed by CONTRACTOR shall be disposed of at a facility licensed for the handling and disposal of such materials in accordance with all appropriate codes, rules and regulations for the handling and disposal of such materials. Under no circumstances shall the removed sewage or solids be dumped onto streets or into ditches, catch basins, storm drains, sanitary or combined sewer manholes, or otherwise improperly disposed. If sewage is unintentionally spilled, discharged, leaked or otherwise deposited in the open environment, CONTRACTOR shall be responsible for any clean-up and disinfection of the affected area. CONTRACTOR shall comply with all local, State and Federal regulatory requirements regarding spills. Improper disposal of sewage or spills removed from the sewers may subject CONTRACTOR to fines imposed by OWNER or other regulatory entities. In addition, CONTRACTOR may be subject to civil and/or criminal penalties for improper disposal or removed materials under the law. CONTRACTOR may decant water waste to the sanitary sewer or at the Waste Water Treatment Plant. OWNER reserves the right to limit or redirect disposal in response to operational difficulties (i.e.wet weather flows). There will be no user rate charged to the CONTRACTOR for this disposal. CONTRACTOR may dispose of dewatered solid waste removed from the sanitary sewer at the New Paris Pike Landfill (owned and operated by OWNER) during normal scale hours. A.Solid Waste Manifest will be provided by the OWNER and must be taken to the landfill with each load at the time of disposal. There will be no dumping charge to the CONTRACTOR for this disposal. CONTRACTOR must comply with all rules and regulations as required by the landfill. F. Tree Removal and Land Disturbance Within the Existing Easement Tree removal may be needed for access to clean and televise based on the Contractor's means and methods. If needed,the Contractor shall remove only the trees required to be removed and only tress within the existing easement. Trees and brush shall be fully removed from the site and lawfully disposed of. Any disturbed areas shall be graded and seeded and mulched. Erosion control blanket shall be utilized for all slopes greater than 3:1. G. Major Problems and Emergency Situations The Contractor shall notify the Owner immediately of any major problems or emergency situations encountered in the field, including collapsed or severely broken pipe, sewer overflows or significant surcharge, sewer blockages, equipment stuck in pipe that cannot be removed, damage to private property, EXHIBIT'A'-page 77 of 99 or injury to Contractor personnel or members of the public during Contractor's operations. H. Cleaning Precautions During sewer cleaning operations, satisfactory precautions shall be taken in the use of cleaning equipment. Precautions shall be taken to ensure that the water pressure created does not damage or cause flooding of public or private property being served by the sewer. Whenever hydraulically propelled cleaning tools,which depend upon water pressure to provide their cleaning force or any tools which retard the flow of water in the sewer line are used, precautions shall be taken to ensure that the water pressure created does not cause any damage or flooding to public or private property being served by the manhole reach involved. I. Water The Contractor shall be responsible for obtaining water as necessary. The potable water system in Richmond is owned and operated by Indiana American Water.You may contact them at 765-962-0470 for information on water availability, cost and applicable procedures. H1300.05 ACCEPTANCE Acceptance of sewer line cleaning will be based on televising the line following cleaning. A line will be considered clean if there is no evidence of roots and the depth of debris remaining after cleaning is less 10 percent of the inside diameter of the pipe. If cleaning is deemed unsatisfactory, CONTRACTOR shall re-clean and re- inspect the sewer line until cleaning is shown to be satisfactory(no additional payment will be made for additional cleaning, CCTV or bypass pumping because the sewer was deemed unacceptable). H1300.06 MEASUREMENT AND PAYMENT No direct payment shall be made for this work. Payment for cleaning shall be included in the lining bid prices except as stated on the bid sheet. EXHIBIT'A'-page 78 of 99 m H W . "W, o O L - =p.P$ Lit Z yo V- fY L.LI Ili U W Z Z Za F- QZZZZZZZZZgZ ` 555555aaagg CL oo = >.a to F- .- a CO v to co n co rn Zwwwwwwwwwwwway a1- > < < << < < << < < « < o ' N- CM co ft UI) Co I- N C) 0 r N C�7 'ct N ID U C/) 0 I ilf -i< F \% ; < Z N • �I Z O 0 b„.„--,-..t., .,, --,.._„_::_„:_ 70.. .• . te 1 Emir__- _..v> • i iAis' % ��%1��I Z m rt v CD .,_. /a .4( .... rv. CV I Z � � a 0 •N e w m Q.) -N ci �O Z Q�KCWA ^ n .N g � oO Q 'NQ2< QWr5 Cz LLEm 0 •N ,,zz6,0 o'Swowm cc>$ o>%z W" Wg E- d 6 6 •a Pi Ci)j N i FlooLl� W=oo�m4csoa wWooV5ed5ed ¢=ow N Q w C) op V1 POb �N0o== ,o�vOz= Hb>5rco,a u.4•,-cco I '% g ( d d A ZEw a � 'y' gVL-, g •g •g w .'r 0d o d t y 11 WNW nO IIIIII I- v a .a A 0 x i 3noz O o n2 •0 0 of Z<3Zc o3�ZP=,`7 i $°o o �o-°-°a We Q ,/ o o ' o zo =m o-.xow=m o ooavm 2 . FOZQ7o U v] G] 6 � a zo°i =o t~i iH S.m,„-X 0odrixF. C4 (� 5F (p w1.N U=LL dm' Nd- WJw® ^I Y 9 owozwz.. m a o-W.E. om No..d� a� �.. in Owooz-• QOzOQZ Gi ,00w0<gai 70r>nQ LLl '� •� )� N " • 272 o w z2Z r-UZFz 6 'c' •a `g Cx.cxizw0 wz�Ow= 0Oocxi0Y= w12aom= d d •- 0 O1) .4 m2=0" c000.cc000_ �aaciv��ma yc�fuc).�a g Qi w Ch V o• Z-dd„9; adou tee :ao�E v o r-I 00 •„ �� �� d11W J.I INIOINS310N�11ZI3N3J s P. a ..--. _%4§q; �O 1® Suva sigH%7,, IO3f'021d ONINIl 2�3M2S ZZOZ iLEL� v�tPIII Puotugaig #+ �1 �j y,.' a au-oz.-so ,-- }aaa�S LI�3?3 ���oAT d��?3 :ly'ri ') —, °`° SIN iota SI0 AeVIINVS aNOINHOIH 4.r..za Q'IONTHOI2I dO AZIO 4' a a 6 1 ppof Ag • I 60L e$g ESE c <eE 2 0g RE °Ro y 11 nfi l x �4 • 11.12 gigg5p �� =e 1 "`fie oge 0 Mt -ALSgolgE' !Ng& ®ooge lA d s�.s ggE _ >- V` 0 i, a o - lgg �I iR a ig.g��°'o� SFZF3Sg�� � g�se gad p n c�>gc l G t 4 1 op gg5g z 1 tg4 o5.1 a to2 t i - C ge 2F 54 ¢v -Pog <figo5 g $ s 4g°`6 .ga€ <an 3 52g IRAJ$i 1 1 sg gEg Vie{ Spas Ei c3 PE ,` zQ D I6;1s< € .,;g2 gg.h GC= 1E g"'uli gs- to 5< �[�ilINST ji a D_Z [3>gFge F Fax dl; <- a EE5C5 i 2 ado ate$ 6' 5qz ` oelgig agOf ®'lg '=" Ll. ►�=,j . X , 7 � . F<.. ..< �E . 4ga CL F F a F<w fir: irl 11-NI" ltv 1 t. "+,,,=="L-nitrWr. vd 1 Zza idv' ig 0 g Igt;Eig iiillop„,. .:simiw.,mx0.; - li 1 i 5401 Q y .. <� a q„ %M1 � • � CI. g.-4 z .,g in --xq�ga ���=airiiiw_ Q - EE , a *kb RE .1'V lir e €.Ex 1 -111F$ r g5s ® 1 gi 2 a F cS'c V1� b , C J % q °�Eo 1 11 • it . > , U i o lO gEiN ei r L.J m *; �5N9 3 ill 11 J Y 9 1 c g Cq�g _R I eta o l Goar j Sg' WO N- - g; q 1m ggg g • g � 5a e d all a �p Fl2ro En s -ga 3'l .4E � 3E 21i gl 0 vo o 2 1 5$ ��C9 F eF�o q�S t � g<� QI` '� qB Ap 5pF < i% { g� 0 g F 0 i gig �2F <e F a WE G11 FF i Se o; 0 4 ig 1 Z - 1 a oJE lg < "Ma M Q a.€ .4 Z a .5o F' ;ff' e0 8 E 4 gF � Ma, �„< g Qo >� � � 5z �g a�q t= � � � 'mFc PO dP `d. C p lea �422 iffil D cqo t> C° 82 a , sgg Alo OP. EiVIg /o6 g/ P iii. C spel 8 gQ . 1 = ` dg i E g s ni g Ooo Q z9! po$ of §g; °oio% Xsei ODE - 8 !I 0 liEl 11 8F g Z E c S 1 _o `o -a� g a ig Epp g' Ili y i 1q 4s ao ppi qq E. ! Ra p g _ l E $c � ®®e ���� 'o C,G �r p�E z` �c`2' Nil ��oo �SE� � Pe Ca'� � % F � c ° P5o F ieS< eer Pi Igo �Jb -1 <pp�o a q o'es 5 418 Oh c F< °pig Gd ® G•, £pa ge gg � o �g hb � ce � �g .,: s �Z -�y1Pegg "d 1F f: 32ffi5 ilEn 1` aig 11 21 C LL 6 0ti5 8 a4@ goa�' � $ o}l IRE gq. .g- E_ i 92 as gg W ; � F o56 ^� .. i tE E1?o 5 c pal u 3 9 a in S. F �d�g p.,g1'1 3, E ° g F- i g 8g Q E- g S 4' P e^o G 2 �4 y i We h ° >5 4 O S E,g i iy 1,E g ww g. 1" hi ® $11 ems` GaaE J IE ' Ev Fi iG o . gW g ` o ig Z a ot, $ 4112 a �� a qq < eg< % € iy x gi -,e ao �kry a g�i� � F q<W a rp o QF gg �.{r �- �� � Q��y W ��<P g �� �Emgt E1�5�¢�5 (a� �' yQ �D G F�ra 5���i, !iS� �ki" ill �iF°„- ��a of g F �` 6P 6 � 6 J '� F F 4 2 a° o` oo �, c r 4 g o Es EB E g 85 Q 1,4 5 o= Esc F 15n2- A In .5 geRVI E - oftigi gq fe s € a�F E2ig 0 "1 5 P a sa x is geeg RODE t . EMI- Em go Ogl W '04m glEiE Egl 4 I g Egg SSE Fc i u ca € 4 i 1. ogz W e . 115 gin 14 Rg 1 4o I 14 i Nle $Y ° < G i5 sG° aggl 0 ift g 1 i 5° i> i-;' Z �5 e 5 pge 6E $" ER eel 20.01 e®;2 8.,gEs limy '? 2 a=SEE , g Ha < eg e5 at ge'RRJREE g gge y Pggq RE Pillk B artrt NG q W �Q FSE� F i �'o� Rag F'o i�_G I���� F�ol F5o t�2'��3� F2�g RERAN `�33 Bt:i F�Y 63�W C$e eel � � Fn RI �� s� SiF ", u r-dd„ Nb'-Id 1. �/��1`d S 'yg mewl F':� ''"I .MOII iAE :SOLE a �as�:1 iLSbT, tPIII Imm1PM ii+';.t,`tiI CO a=$k�1 a SUll OHOw..a 1O3f02id ONINII 2i3M3S ZZOZ �aaS}S 3i3 �3zOIQ �33t3 1'r' ). <y',- r zeoe/w/so ,, o j1= .. '' ,00i =.1 ,�101211SI0 AHVIINVS aNOINHOkI,.aroma QI�i0L1iH�I2I ,�0 LID „a�� z! rr5 - I I I L- 1 - T— 7— LI , , ,, , .1-1 — 0 1:j 5 __ N. 20TH ST _-- 4 a E _ vF F 0 b - m 3 I D Li i s _-_LJa w ❑ I ILE ❑E Li C U IH ❑C o _ - 0 .EL ., u , , pi y. N. 19TH ST - - in— : .. ' j I \ _ iii . ,.,.,s D . s 4\\17. I' --•a. _ : ,-- I I- : p Lip D 1 [i ,_____,ri T''.: --1 Q w Y Z 2 2' _- -__-..-- O = l'j 0 XQ WW WE mom~ I . 2JJW >.- °WJ JO Ej0 N it CC Q Mp M Q O=z S/ n mz a -I- ❑Qm06Kc� omm)Qw Now 0N - F- o - .:� . T3:. ❑ a zO Q Q.8zom OW __ .__.mzD 0 wwmwOmO mwpaatWj ; . Q YWWO� o� _¢4ovi ocowW _ 1; .I ® �� 11 ' JwOV)F w� o m _.>zWJQ ZmQoaF �Qc4¢w� UwoFO,- O o a-3 w� " UWw zo0JWK mow 0 < QQ QQ w it .. c �ffi Qwwww Qma _ J OWz2-5.° Jn > Oo-1z0 Z wn.,_Jao m‹waQJmO Q,.,_00 c, ._ `,A •,, .t-ddw4c Nd-1 d Z d 1b°. A ouS •p PTAga :dokeyi .4rIt. e--1 %z,03%, - s�nvMa s m taLt Busipui 'puoucgOig*:j+'ii-: =3 a<'s .a, 1O3f'O�Id ONINII�13M3S ZZOZ }aaa�S �[y3T3 RPM ��31,3 1 ',�o ti, eeoVoZ/SO ,;� ` :.`.•' ,00t =.► 1O12i1SIa A2IVIINVS aNOINHOI?1:,..fo=a QNONIHOI2I ,3O AZIn °4`lec:' A o II 0 1-1 1 I :11 , O. 0 I1 n E • II - . Li 1 i __ _ , Jr: 11 a.ii �. w S. 14TH ST o � =�,:o- A = , . it : , __ CO I D . . --1_,—, all 23 „ND ii, 101 , _ IF Q o _, —, Lj i— i , it r 11.1 � ll ll , 1,1 N '. S. 13TH ST -5 1 ION ritlizI is Ei rill Li ,s. n N O_. ry ry O N m ____——._-0„...glill • O " III III 0 III 0 z-.. s • Qo MIJ w2 w ¢ r LLI ,1 II U7 0 = J 0 F- ,. .. OQm3 0 w ow .. w N. I I o �vz Hop- Qa wDzom 0� oowowm Cn on o o� Z m - MOUZ ccCw� on< 0M n < o r ® nWUF- W(nZgO m0O ( LI'y0 8.W O U U JWWm Wuxi- UF-Qm W am- se Z Hioccrewoww gold OO}-p QMU JPIL I-.= ",. J OWZ 2_150 JZM }OOJZO Zi. Q OwQO,. JZO JaWd' ZOw-OO O w 11.1-_10-0 M¢wn. Q.1W0 ¢wo30 0 W cV M d' tri U - _ i S-dd,„�, 61oti tee :aoBe ,in �--1 �� ..... .44. , Nd'-1 d £ "Noe' I d s .Ix P, a pi i d21hew. �E SGldO SIHNOY , 1O3fOZ1d ONIN11�13M3S ZZOZ irGELfi eusipui 'pttottiq�tg �'ii:„ ,,,- e ` zoz/oz/So laaalS t{l3?3 ��is d33?3 vet 1• ry>3 ooi =.i 13I 1SIO AH`d11Nt/S aNOWH�II� a��d GNOW.Ii0IU JO .�ZIO -Nlr' y � � — I I 1 —I _. - `� - o 0S. 16TH ST Dr----11- ] I 0 U) --L.-- 2 7__F-1- Q. o -_ - s DfliDIflE F .__. L l� t —r 12 _ m S. 15TH ST w ri [ • I I -� 0 I. .I -o = C ❑ ❑ 1 I o la ri 0 E _. 71 r--1. — 0 ii n , _ _� w Y Q Z 2 W W Wz F F w 3W1- O =QQv awO mO Ix Q _ - 1 T-1- _ - - c�oNa z>o H o ill h C`�--1c�ce • Z �. m¢u-avi aa�Z Q¢a zp�uwwoow oom a or ow o FO¢Jj www �Utr1- U1VWQIY ¢Q - - O O wctiocew W omww K z OWZS'W Z_1(7O _Izm_ >-OpJO Z� - I ❑ Q � QO� JZK JQW� Za'W Oa O- cc II JaO �QW Il. QJ�O QLr_O�iUO.. U$ W _ W .- N M 6 o • n _ s-dd� N V—I d i7 ` ' J'f s '�t P. Q Ys:cH •y., M.OII TAE :SOLE 1v,op, ,-1 a .. �% 3 E 13/ SAD s as=e a Y SNNaO SOD*� lO�fO�d ONINII�I9M�S ZZOZ EIIE IIO 01 `�1. = a ® �e s, laa�lS �I33t3 �IlzON �U3 -1 �i�lq,) <�e � tao/oe/5o QNOIHDI2 IO 1ZID �„a ;o� o3 ,00i :! x.101a1SI0 A�IV1INVS aNOINH0I21,as°d (p)!'1- o -I _ __.1,.__ ._ - 4 \ID I :l ❑ L' 0 - Ul D D , _ IJI(^11II _ ,___, r.:1 DC 0 D D, Ci-1 H E of of 6 La C ` kis t e U - or of — F a 0 - `�� � Y. I Z_ _ a --I-. r 17 - - 1S H14S._ - - Fnu�ma,wv� - .. . - EJ D _r_ri. is i 6-i—i , n Z o L�`�L C� N N o n- 00 - J [] _ � cc oI I . Q - H - W O Z W K WZ F W 3WF=- O W V)QQW Q�-W JOO OOm-LL- Q U7Wa mOZ OMU) WO m QZ OV) V)OO OW- mN=O Ofn((I�U Q C W) . Z V)W CC Z> U1Q.F-F-Z F- O U) o UW zoo Cr)a< aDzom Orn iviz3 JcCO aWp, u)OWaO - O ca CC Z mQLW'-a Ui ac—, 0¢a OY UW)WFO-z F� J> WJ W(nQ}O mZaLL•�Of• 2W=g0 00m pV) QKd?F -QCF- DQWF- WWOL�~UF}- UF') UOUJJ JOWa' MOmF- OI-F-WQa' QQ - - - • Z FWotW Mold Ooi-m aMU00IYa J O W Z 2 Z J O O J Z U) r O O J Z O Z F a'< m<OF- J J Zc QWa' Z W OR 0 , Z aF-Ja0 1-<Wa <JKO QLLO�i-Oa V W t on '. L-ddexso N`d-I CI 9 d'��I�r MOIIg '� pteEQ :SO�E� .���� T"� . a$..%'e MM3/SM9w,� i�£d� Eaetpui �puoII�atg* ���t'1+ =1;ggel Tel SIMI SR/H2O.., IO3fO2Id ONINI1�13M3S ZZOZ aaa So t ,;A{ ���' a l101�Ol�50 tS tI�3t3 t{3 !1 3� 'Y y� d Ai _:� ,�1�RIlSIa A�Ib'1INt/S aNOWH�I�I�wareid ONOW.HOMI dO AID o o _ - - ®: ,.. 5E o I i . ' 158.,-,' 7 ir, _ .__::: . .. . , r, 0 . . . . c-.) u.:010, _ ; I ,:iii ...._. _. ii.iii ..- O'' all . , _ - •. •nitit. : - '0- „d- - • S 3RD;ST' la - . ir- f—I Lip ' ' ., = ;ill :.--;:- (n E:= 1 : , , I • 0 ii o . PIPPIP'-' ' ' : " •••. '-::* -1 ► 14: _ fit. -, .11E; ._II Lill] ' .:1*I . , .., _, 7.7,73 =1--. - . ..i.lrit,,: :, .___•.- - 1 ni ci 0... NW —. s 2N� sr . _cifj cED . - • . . _• _ . :7-7-...i i • Da, g g _ . ... , . i • • • J w 0 .__ Q F w y wZ J 2 CC x xo� w - mo, fl'oz ozw i,,oamz o • -viw _ ZU)Wd' z>m fm!)NO aFFO-ZF om �viz3 ��p zw� taifOgao� ow m¢wa.vi ma- Qaa moccw s- o�, • --I>ZwJ wf�a0 mz� • m�'W=0O O om - .. . N Q--Z mQ cc- ix w wwpHF-?. F.--Q 0 UO UJ _.JWwx womW Us-<maui QQ _ Z wNCmm ¢7�ww Ewow < ammw m rwoww mOOO os-m o_ zo r • a ommaor Z_sza �awm zaw�oa o� cc a(r�ao �¢wa awmo awosOO O _ LA W N M 4 0 a-dd� „ IVd—lld 9 d��ld mous IN Neva :aolew d.,0.. r-1 a°o •�`9. 7� 1M13/.30,,,, EIIE, 'Pm:anion! a ,z �s' SfrWC S!1H��,,,, 1J3CO24d ONINII?�3M9S ZZOZ �LEL� �� P '�+' a>Lr' o gc d . Peals t{433,3 I{}a0N ST3t,3 A'.4a`•�, '', .. .001=/so wn.LOIHISIO A2IVIINVS ONOINHOIH:3o*.d GNOI�iH�I?I L�0 �ZI� 0- .. �Oa y p \ - $ — o \\/ 1 9 1 : -.]...: " I0 ' J O. . _ • . J z W 0 'Q , ■ t F ❑ fQ: o re H j 5 ' 5:a . - [7, - r ''' , ' 8 1004 int � .s \ . Z W !n X z W W~ F Ill O I- 3 . WyM mF mZ 5 m 2 W \ 2JmW }}p JO C7t(nFpR ~Q WQQ Q (n—La_ • Mp ,mQ O=V7 �pQJ Z . Z U)W�' Z�cc (O/1m0 QHFZH O(wn \ - LY (n> O Z -iu z3 mceow o ,zWw (nOWao - ow - - O • 0:1QWa(n adUW ¢4. LYYW WpW OowmccHz 1—fn - - - 'F �Wi FJ m'w((. YzO moo nWmmg->zw_ OQmzm O . WQya?F )-Q �¢w ww0 ~} UQ F o w¢ \U-,c m mW ,°z ()�Exim Z owQ� Wow mJz J OWZ$FZ QW WOZ_ ` < mwQOJZY Jce ZwW_Od O \ WmHJaO mQWd QJQO QWOUn U - ww9 — -N M 4 6 `\ i \ N s-dd, aiouS 'Ini PieEQ :aoLj dF.oi ,-I'., N`d-11d L. `dam I'd?.. ,, g hIALVS410.,„„ s�ea sa�� tali' EIIE. III ` IIOLII IOix*I+ w �a b 4e 7dZ/0l/90 PallS WI ?3 113a0N Arta -` 11 ai 3 osf =;i „$ioia SId AHVLINVS aN0WHO .3oBfo=dH ° n P O + o y u , .\ LI C ,Io @ NS 5 't _. 5 ge i8 oil ; ❑ Fa aF ,� � 6 a _ ° as lsva as lsva --— � � --++ , 8 • g a � r q., 2 0 q...,„ x 1 nF 2 it c.,., n ©lEit4 t ..] . (--Irri ., , . T- , 6 N. 0 yiiy� -y ffi q d o"ot-J1 - - FO.a.e 711:i-4 ' 14 `❑ '� 1 as��._ ,�. _. as lva3N3a 8a,7vtuKo n _ o�� o 0 0� m ❑ s , --1 r- DE] L-Li 8 r_i, i G:IkE i-'' .,-1 n 1 I , Da `- i ❑ Q WZ �LIJ _ W, mZ SJJN } Z_ W ccw Jo WON F• _: ,1 U Hi J OQmWJZ = W0 mZ O on(gm O NEnjOEn= — FVj Nm ZjO < Z ON w zoo a Q w O w Q m O JIZ O % WmU, maoc2 O madQaO r w ¢ W m�Wz �Q ... I 3w zo ouim� F -L, g(WE wNz m20 nWwmo mm (n Q_aZ QQ1- mm wwOFOP 0 HOQJO Om 1-WmEW Z Will W Za om M0ma J OW Jc J o Z(n }00 ZO ZF _ Q mmQOO ZJZD= JQw ZmW=�Om O - m al-Jo_o m¢wa QJizO Q�,.00a c.) w _ W - N ri 4 In (A Ol-dd „ ',wits uE AE Q :30gE� d!-i,,00h, C .i`N' „;w 1 NE/Siii0„, N`d-Id e d3Ad s; g L �Lsd� �IIi 'pIIOLLag , .� i Ns a a SAVO SaHO,,: 1O3f0Lld JNINfl?AMES ZZOZ *I , _,� V � 1a3S TIR1 111-10Q A - �4~ ; —z : QNONHO2 30 AZI3 A D�, „A sz_.1 1012:11S10 A?1V1INVS GNOINH011 4'4wd 1/4 I Q 1- Z w Y 2 W m U —L1- W Z F W 1--I- 0 (� xQ wwOui° w- DC 0 1+- 0Wm 2J73+J N ›- JD � rO K )-W } o w <-p MMQ OQWwJ Z Viw 0Z _U 0 mZ 3 0_ NNOWn0z_Hw . Z(nWce Z QF-1-O Owc,w WmO/ �IfZ3 jZ0 Oo v.5>-wO ccn-o. 0„ -. . z ma W QCL w007 wQ0 O O Z OQ yOWQOZi- .-imwm wV nww1x0 dm } D0o-ow WCW -OQJj0E1- Qw O�HQ-. QW 0 QZ uTmm -,e -w 3mw Qmmw m< F-wOww mp?a OFm m0 1-a 1- z �— w Z Jzcn Z-op1ZO Z Q o�<OF- _JZo JoQ�O000 C n. -J o QWO Qr UL U 1 Z LLI r a _n . I I -- c — n H , o t_ S. 8TH ST _ ZZ O I �_ I: -L_ N 111 U l r 1. ss.J al — FLOW DIRECTION J."- ILIW'''' -.MI , 1\ n o - , _ . , „.., _ _,._ ,„...,_ , .„ IN i '0 ! S. 7TH ST f I I • , cN ll-dd,,,„ mOII i :30�E yNtllviy/ r-I ` ,, N` r-Id 6 b' INd s 'Nt p. Q T�I =ski .7 Slnda S Ha i�LEbi EUEtpuI °puou<gotg*j+'�yi -., 1-I � 102f01d ONINI1213M3S ZZOZ aailS 1133?3 ��3Ou A33?3 -1 r ' ; ;, ,,, �a..• • !oa/so 1�IH.LSIa A!�`d11NVS ONOWH�12�:a..fo QNOJ II3PI 30 AZIO °4F o iVA . Q �f • m \ _ = C • .. \..' _' : .. e . g h 1.1 ' / . " .' . . . . II • ,..,, D4 .. . . 4 _ i g .. . - ---- . . . ", . .t1.\ ,, riiil _ .. 4-CL-1I) N . J w Q Z 2w Y w0 F F w 3ri_ Oe- , . . ovioQ coF mZ j xO� w VTwp �oz pi •CWWpOF) . ct .H !jjJJZWJP CA jOWSOr F...oQJ rQW UmU I ! 5wow Q ULW . -wow oro m .ra Wr co J _J a a ¢O ZZ= ¢wm Zccwocc O - ^ cc w Q -J 0 mQWO QJ MO QL-0 OO O . / \W .-- N M 4 'xi .. 0 �' - I 1 `„ „o ' El-dd,�,� N\d-Id 0 L. be��IV MOIIg ••11 pTeeJ :aoLsyW . .;r1ot N 3.°g�,., /Mt3/Sfl9,,e tz,go Eusipuy ,puoWUT�otg i' y 1-i N =a<€; Sknva SaH�„', 103('0au JNINII 2�IMJS ZZOZ as '` t '3 ..,0 ,000zo=/so -13II1SI0 AHVJINVS GNOWHOIH1. :Per°2a QNoNIH Ia IONAZI3 t` " LJ \> J. t - o fg z nvr ooacam, -� _ � -. .. _ — m. � 1S H14Z MN 9 IQ I J — — 1 Z 2e , NO OOOMHORl ' _ ri 8 — ( o At Z g Q g o D=e aR LJ is-H19Z MU: =a ct®. a oNj p ' — S •y p AT' ❑ � D . O. j0n q, , , El 5 ZI-- 1-1 .-3 ,a, C5:,7i q , 3,- _,..,--,F,,. . C 1 Ldd' \ o m Q in - ' - r B - g � ry "<Y03• $o �) o_la va � •�1' t � l � OG g it. 1 FLA cr E f=fil 17' "40/0,; - N Rg = o a i ') 11. ' t_1 •' 1S H18Z MN ��I=d PP "- 9- s a �" P <C/�,}' ice_. _ .:roua3eu 3 o-----.--_—. f r. x 1. . gig dV $" 'Ilt El gt •R 1 Is E4,? pLarp,/, ' �{ ;2§ ' gli S o ggo _ lsaf , .� EI �WQ 1 W mWo xp! o�o, o W( o F -, ujX m=I- MO mm‹ 0 OW CZ =U] WOa mZ Eui o0uiU- - ZU)w0 Z>O V)V)�U - QOHVZV 4- Om WU � iw D�o ctw> a.—,Zao vz � vO_ o, ow m � uj a � o� W �3 ow � C� J Q W QZOZFwcno 0F ��WW0o Sin 0 _ .. .. w `F- QJm JOWd' ,..cwooc' OHF"'WQd' Qm �.... "`ri Z Wgioww moza 000m agUml1-a 1-¢ - - J OwZ ZJZO_50 JQWd' o0_'1JO4• 0~ m a1-Jao m¢wa_ ¢J,xo au_0 00_ �3 W Z""; c `, - 0 - cV r7 u7 El-dd.,,� .Isou ie2 :io& NtlIOry/ CO 1-1 • a Nd-ld I- 1- b'3�1N/ S 'ICI P. Q vi f e e bt.qe �Mt3ISM9,,,, t4EbT7 euetpul 'Puouigotg y?j�'Y `�ga s�va siaHO„ IO rO�ld JNINII 2iDM3S ZZOZ �aas�S u� uasou d�3t3.f - . 1, ''� "` ,aoi /�� 1�12i1S10 AdV1INVS ONOWH�I�I:,oaso=a QisIOI�IHDIa �0 A.,LI3 °;� � y z` - p . [ LL ,� n . _ • • �, �.. -1 r ' u 1 of o • 1 N. , , - • S 84TH ST g • . . s 1 • s� I r l . . ,, . .,- 21' 07 I/1-1-. . . . . 1111:0Z,±___ . • i� o ° • "g ' `� I. fg • l =I .E. ti D- •Itj 0 - \\,../• . - w % 3 S. 23TH ST a �^• -p a / ..� i • 0,... 0 L•=j-- P 7 . . . .. .. . .:• • . . . . . . ii-Li . i � �. . ., . , f• • ]• = � - . —9... - . "----',...-.1 -•. :47) . , .-. Ei .0 •. . ., . . . . _ J w i ,-rip - O b Z 2 w - F w 1- O . ' _ __ . _ -Z I Ol m O J C0� 2'¢ �wtnJ Z _. (nw.d �oz O=� wo¢mZ ofiS .. -- - . . 00 C7w u)�O UV) (n¢ d'w • -'(7). .. z(7)we�ic1 Z>� (n NS a,=Z Zm O(/) _ - _i(riz5 Dctp� aW� (n Ogd0, OUZ - • _ `I .-_ � . .'- m¢�dui aa�Z o¢° p�Nw�z orN 1 r J1C�(riF w¢Z� w00 O¢ m • 1 _ - W VI O m ccz F • (n3 w w6O �o¢z� �0¢� ce �¢ww Uw0~v� c~i� y J wt+)1- -Uow U - - -_C ¢m W W ¢ ZOwz�2 Z�C90 __Jzm >-00 JZO Z� . . - ', �O O ¢ cc�¢Oi- JZ4' JQ wK ZUw 0Q 0 _ o, ,,, vc-dd„w Ntr—Id Z 1- b'A�1`d ekouS• `➢1� ptaEQ :.io��eil. d 10: nil 1-1 3"'sk,v g / 3:,, 103-'02Id SNINII 21JM3S ZZOZ 174s43' Eusipui 'puouotg I.+�i1' `- a3Y 7 , L11+0 SI�N0 }aaal-S MEd L M ClE,3 4-` 1 * '>3 .0" - �`ooi0=.1 x 'mm aga i12JV11NVS GN0WHJl2�:;3* GNOI�IH3IlI IO XZI3 4tiuo a SL z o 1- W , • 1 r . szd . _. - -. - lS H1BZ -s . rI 'El' C;C:":2- ' . ,..1 . - 6 .., Ill 7, . • t ,---:] C:3 . . . 11 �• 'IS ��Z S s , - --- - 12 C=3. - „. t- ..-,- ' . i • ... •' '''' c:i_ , . , . . . cs::„, ... . . . W ! Q4 Lai 11 W O F F W r H O u �(riOQ d7w ma 0 0 3 2 J.m V) ?-• O JO pOrm N¢aJ ¢0]r KQ_U 2'W01J_W Z O �_ O<EZ H om c i , i ' c6viF wiz WOO Ul ww�p CCm J Z W r Q W r U U r OU ¢�aZF �a 2aow wworr> E-w o 0o0� . awWw cnUrr .UF�¢m-w ,a . A14 z 1-woWW goza Doom a�c� rn r Q W'wQO zJZK 00 JQWW ZecWJJZO Oa. OF W MIYJdO MQWd <JW0 QL.1-OUd U Z CV. 19-... '.' M WU m Z _ Z z O O O s.off •. 4,.. ki cA cq cA .g°,11110, 0 > > > 3 n=mej 3 6'b e� �e _ co CO " I- D C ) -Q' CO CO CO W I- ) COCOZ U Z . ti T_ LIEH X E0 w w w W o co co C0w wZ —' mv� (no Z gwwZZZ1- E-' 2 0 u- 0 0 o co U ' + Qc �: >- , � � w v N _i w W 0 0 0 W W m 1- Q w o 0 o w o H m m O O O m NO v! 0 N" O O O { o ^ mCNI u') CO N. t0 O) N CV• /\ V N N Ii O CO 1 Q < z N SI . W �"' z N a. Q/ _I >-. a. . of W W Z O (^ 1-11 ...-----. 4( ------ C\I /.#.1 * N \-�ll ' 0 CD N ,•,•�C Y //' /ems \\`` ''''' f • • VI _ 7 1 i = � 1 ' (/fir' '^ ** 4 1�;��� _ W 1 I C rl�';% f. fir_ — 1 L �i 1 1♦♦ ,` • / I. 0% .- fil °' \\\ I . ♦ �.r i , , 41 / 1 �� • • f• 4 U. a 4 q '13 • ' - • '-.,.•7•V". . . --..-.;;.•t. ' -•-' ,.-*'., 25-. "':''''e • - . - - . •.--'- ;1,-- f--!------ ---•'•'•• ..--.:'iA"_ • .;::::'s . .. . ...,. • . • ..,. f•:4.•;. .•;:., " 111, :- -; . •,. • ...• „/ '--"Pi Mk • •-•ks * . . ,,,,7 __...... ___._.7._ AV 1""Wr ..CV; :Pts-;), • - _ 1,- . • 4: V .F .. • s KARIM . .. •,.• - - --., f Illinati- - - I Ma= . • ct =NM I ICEIM le . i,. 71:73- • --N, N III Ek .Y7 ..11.J..."" 171 *-1,7/. 24 , V..,-.W I L, e., ,7'7 ri 07 Pi 5.4 l 7 . 1: 1 \Mr 11111 CJ I I * 7'. '.. f.• r 9 1 , es% 1. .! 94 • • 4'0 • E ,, is% Mill t, - , r, 1 .2 *A sui is p 2.9 , : •Z7 II 1.4 ;:ell I . — 74 III . til) I \‘="1112. it c , hy II, .z, :. : ., IILF. ht ..IT " ling • . 1 A it S' I ' , 6h 1 gsk P., N . II EMI I I= c• l'I I 1‘ t. Ef g I I ,9•..9 =. ...• c/5' I '‘? II Man b :.., .ri II ., J r ..c., II 4 is -t: Ass .:11,• 2.e. ..,.0,1 ii ;.„... ' ' ' I I • m .1- II s / i 1 .. 4..P•Ove I I I.,7 I, J Ji'l' 4.L f'7' _T.7 •• &-' " 1/L—. 7,3,7/ i "..4.7,, J. -og 2... I E s-,P 7 g :,.. e--P' il I i 4-% i... ' Z7V I 4' • 74 I I . .4 l' 7"'IS I . -71 ; J7 -9740/ el e • 1`P. . . -4--- • • "*Z--7 -4-- • . . i I-- e.' . ,- 1 I 7• . . • : .. • • . •:.•c. • . • . - . . . r W CC .� N .--I 1 a a -5T5'1-- 4 , G1 ° 1 n. d 1�l�Y GROu.ra N / N _� fir, �, �I o_ , I „s — — I m 'i - . s,. I ' :tee• • _ I" ?II' i N i �� . •1 r 9.m 1 I - s o, o. kl. 11D,2TH �R,J6 1 I Cl1 I •I ITS, I ��•.fir.so I I N I to - co 1 p6 .,,I -. 'I N `� I ' .� ..A tool I Z. 1. :II o � • � 9 El �LA � t• SoI � .ci V I I - t - y i a �1,- o - - Qt y�I re 0 , 10D0 D �RJ= v�i40 -I g Vh 4a• Vu - I °, �- _ ..I -----,...,4--\ I ..s s• I A • �' - 1:i� ► N m + � I ' � C om _ a i it i 'I I 197 I li 1 ti-. -IF ,,, , 1- ,13 l all - v i/ r I \g 3,-zzr 6p.o.c t VI , III 4 in2°• -2-1- 3=aK -, a ti o•� lD �`•,� I \C,1 0 •. 0 \ ? s. w W CV "� Ls,' o I c IN rl ca `°�- p1-i-= -� CAaal. 'NI rIIN . N N.o„dE .ra W ut 6\ : I <1"" l I 1 Zzor0-r- /74,1fT2/c nip g' - 3Yr.V..., HOOK DR.Je % jwc,r4 . Gcn.lc _ .. .. . p -G�. s-W.2.9-H•W'!K B E . JtC zs-Id-t F[ R Y F 1�-L� -6O.r-DIr16L.NoS 55'- ad arc 5me-DcwE5" . Co2170CATIYN STR..05-S.Or1 1,..EA2EAG.i LeT• C T a U. cc a a _ T • _ y �• _ •1 I'• • � A Ar. • • . ,. ,i a,' "4"tIt4. J: „:,- Oil 3 _ _. ht 7 . Q aD�bV,- �VC%°yg eLh • v, o('.,,tidYihil �rj • .;.ti tl • h' `• 0 FA°4Q`0� this ' ,i thl�. 0 6° °�i^• \ 1. ..:•0 ? \ �.. b��I/W 1,'1 h ^ 1 • ,t 4 ' " O 1- ti ��� 1s�67 :*,'%J t" ''S ,c �-- -- e• e •o V ` •[�`Lp�'C�S. "'11"°::: 1. C o n oTi 1 \ p ��.h 1'C�1�.�.0.��a���-0- °`•°0. �_`y :�'�:e • k., 1,4 •et Ne.1'Ns.s °$�Zecua &I} ti 14' . net—" ��:._ a � , Z ° e am .^i• L — •.. °°�, 1, s L.. C ii,° . . 3ms n i w 4. -y : of I . mom°; h N% ' r \ — k46 �AV 2L I n , — - 0 �. . S . 'y\•r 0.a •b , I N •>Z° O-�0 a '$� �V,- % ,8 -..n R.�, • - 2 ' • 1(�'/y6`�' -a • •c•._- - • . �o d, �, �. �iti�p"�4 x41 :ne ` lt. F �.:., a'r 21, F=-1 --I_- I Ikb iltbw• ‘).-cru,: ,,„1,. ,r4,,,,..,..,..„,...„,,„, ,,..., :•,--,,,,,,,, , • • 1 ,, ,, , ,.., 1 ka 1 '-'4.- i C., 1 . • VL%ta• • ‘11. .i.71 .kl•:#.• • ,-.4;!..heil N!''71 , h ., ' . _ . n,-o QaN N a . ,-. c. . Q a ° °q, ,.. 9'1f y� >`p 1�• aocv a I''-p :h OL`hv. m �O,° O\� r`yCp��yl 'Q v Ni .'y!a • A 0. to I• k°' �0� \ ,W.Q` _*°? . - $ b:;9 � 11 .•la • . • • fçF q° , w,y'^, �` yh`lei�S, . �` `14 , .e �.���`\ h.g1Q, ..-m��• . fie. R ' • .. • c • RI',ti l Y 1 7411 J �'. a• I V �O •°�.1 0° \etlt • �_ Q Ib� 4 ;,, •q4,• • ;., s till i�' mo` d o ` • a ) �yhemWF�lteGOb„v e d �DaIC - 8C ��aa i ' _ • re 7 :- • a @ f>` 3 � , } c i5 rn C ';�4 --"- '•� may.`1 --'_ t1 a a s Za n y �, I ., •. st![i,Sg - 1 ,r C�. �.-'4N$-� 1 4ah b �pl Sad a ? r 1 a'1o� 1p..x�iRq .apl"� a ..\J. .L_L\ 1 -6s::; - _t �g et_ \D. •d. 1m o '� 4�$ 1( i 4y'a>yya+ �,° t•` ,aygQma, ; Ir ;• i hx ' •�, x ¢ rR < k 3q• a `S pey 4,a;$°o.6�.—„,„7 1 I� o-i �, ;y% V a h , c n6 m,. r ., .4 . TG i • k \ •os a1,•T , - ▪ fi $ a$za 4 • a , o:' 1 41 ft 1 . $ 4 �' • I • • • • • Qi • I C - -F - -▪ -N -` A �e ree • • �. a � bR • :-J_! i ,, • S�• ▪ : 1a : `—ja -*, .,.I. aar•7 • ( 1-y ;ti , ; .0 a -- I_. �Ta I Zay � • • a 4 * .au y:05i4 - a ~ i - `1! s5aA$ l _ te , ` ,- r 3 4 • z• �� •. F`• `y0:� �`o_l_o, I. i?` 1. W`?"4,,, " ..,....i.„*,%.::---, ' ,...-..,.. •, •1 .111:-," `•atT‘i.p., '0, i•. ' • . ' , C.J1 I i'4It ee + • O 4� ono g 1 I .t . I��.j a `is%._ y m4 p 'ia' ,� s• „a 3 t`. I ' 1.¢ I , 1$ N0r1 �I, m• �Z .. O Dy , 0 - s.A 'a q,1q S4.y - I., tO I �. i,I 4-. {. • r I , 3 Y k, , a `F `v' t c a- •a ny .h ��t, 2 k �a aA" avr.L sr. I Q I' r� r/`,oS,' ,°� .. .2., 4.ai V v� ° .a°�,•� •y. � •I^ I. �'1i ¢- 1 0 - _ id..it.\ -•`4,Iii: al \':•, sM lkye\y\ 1 1 lux 1 r ry/L'�2476X''... p I n4, - •eC,�.k • , 4y3q�••:3�or��a3,pYa° 6i 1 . i. is ! `, ---sue '�. s • ac a �y���� y ��4�t y. a '. ;` 1 @t_ Z i� -. ,a, 6'a a'_3y, ID - - .. dte. .,••z fly ya:!;:t'la°� ak.-'.- , - • U RF Yo v ° a`• ,:,• . .0 sis.r r.g y a:ilak a �'t T 41a k� . • . .-. -..:.-.17)211 Q 34yy ! ;C I. I I; I. t • • a - . - N..— d4 :sr \t\' -- I -}-- Y �a = -- - -- _ �; i .y U I �r �Y� _- �a , t + I �,, 1 .I 1. 1 1. I I ,,,1 1 I-I 1. l I I r - •'^ - ..If- ( I I 11 I I F !' ' I I 1.1 1 I 1 I 1. 11 1 I I1 1 I , •1 - . I 1 ; ! 1 i I, i . . I 11 ' �.. F_.• F t: ! i! 1 I:.1-. .1 I t I t,i t. I I ni D 0 1-----....--7--:`"--7-,7----•.---1/4,--..._ , . .. - _ — , --,..— _. .. ,,. . ".s w c.A......-.4••.:.g-m-7..r-i.d7 . , .--:-__, - • .,..s.4-wz.....?.ga -. . i 1 , ,, : -. ---------, r .., - • • -1.-ikl t ,-..,:-:‘,..ga•-%1;••••„„,014,t(sW1'4•11' s-/4.1it 1.4' §-t'°, -i , . • &<,e,-•,....,_ _ . -• •V, '11114.• Ta• ''''lC .4%,..:,••-....1...N.& 41.0 — .. , • • '.';'t',1,,,-.4TA$NAls.,,i-s.: s..., Nra.4.%.-.n5..s3"1::,..134..1,.. .h"./.Z.4------7.-, . . . . . ' rgr,igta, k - \ ,L - ,. . ,_. . --I :--f -- 4 ,4 ,. a,;.'..tS•i3. 4i.t.41.4_, -4"pltz\z,t.^. . : el C a, i ,r, -.... , kis, ,.....k., 4.il..-,,m, •\...-1,.,),t.....j m ••• o. - .. . ..;,..I, Nils% „ U q's: ty Zreti*Ns* A...r1+.k1 q .1/44,,,,V'b. ,...‘•-•' ". , r• "/b 4.. :,,. ' `C , ..t:,.4 -sx k -,z. 1.„i•Niilk-'-ret4g2-• '''k.1,'.,- ; '. . O', ' :' , .\1/4' ; 4„ o -,,..t„ ‘ ,..• ..„ . q,,,...-....4., l, --.- ,,IV I , ' r 'I . ‘• 1; , :'',,,;:i.:,i,S,,i'. ,i s :_,6.' ,' , 4,,,tzs.., ,,:l to.1,01-.4,„,,It'm ti,_,:,h- t..„,,4",. 44 ,',,4;.•,_„- •••••-•--- - '63.:, .,i, -,6.66:-.0 7 • ,.. s •,,x1- .... . CO' .‘31.` %4'...:„,xli 4 9 il I ' :3.1%) ; . ,i-, 4• t,• - .%, '',..-,,rt'l ..1•4 ...0,L ..._.i ' :. at>1 °%%•>•,,,,c1;,-'''' 4 l''''ZiXt...„:4 0. NI'' i • ehr ,'-- 1 .!.• - `1• ••44' .- '4.4-i-et''''Itk,t. . ..Ssrr:tuaa: 117 44 bN . -1-.,„ Nilt•,;%tt-, . 9 , __,. ;,,--1:—,-.1 rt; , : , , ki 6, 6,f, ,i a I r4"-N i ' ••• ' ;' ; `., uV4. '4:,..i4Nst' -'s\ k- V,‘' 4kk'llz4.,- 7' ' '1.--.L-., W 1--- i k • t,... . , ,... ,•. , 2a' '•,:,`$,I.\'‘,1,‘,,1 sic;,,, -V,.„=4q.P..t::1-,.-„s, Zk,, •ri‘r'r;ikb "'""7t175...„' ' v ' ''-' . z., ., ‘.. , !a" 'e",l..' ' '"11,Nli,,7' t; -LI',:4`-A .5.,-,4 _,,.4 .Tk41.7. • , , - --, '•'.:-. •- - •-•-• .7•• ': .•i.' - ,,-'4‘,...i 7-i•z-r-z4-,--..,,,LAi'W..- i4,-,..i-„I'm ro, ,----..---. • Fk-11,i-,.A- wir;‘,..- -...„, A, • ,. I, L44, >c 41-kl,4 k.z.,3,- csi`-k, ,, •,‘ 4V12-• -.'- 1-2 !Latr ,4 .1.•:4 , -,-• , , • II ,,,,, sl.X) ,.;.1.14_,,,issk...,,,•;, .,,n.„,,,s, .f.,,,,14•4..,1%.),TZ,...*---'•-.. .e.,, .,z-n,rvci;c• ,ii k N•r4=v4 ••••a• 01 a'v Ak '''4....1‘7 h:/4Vbrh ,t. ttl''kb i ,tiAl `.4 4 4 Z''D k, , .1! 2,i.- -, . . ,.. Iv,-•,.1 k,4.42, .....,_ s,..4..,-••••• ,_I,...,., ce4..,,,..4...,,s,-,„____. ,,, . _...;.L__.„ t_:‘,. . `N.,,, ' :„Il - •, :ii,Iii V:Is' Wi' ;lktil..0•5,44.as7:% ..\'`Nr4v,c4 ; q iicil;rciiiv .....-' ,'4 C'1' • '; ,,,,.'".. ' i -i, s,tt. •\., ?.. . % 0„-- • .,1,_q1:k2.0.1 .12t-d .-A . . : • '. ' -C, ,o .' -‘ 4,..`" ••,) ,,:,,.......N.;,. . '4..0i'l .3,. :'fi-1,,nil ii-ii " • n ' %.,4, • , ,"f• I ft*N(4,. -,, kf a ils'gr,t htl'N., .W.z. .lai.NAlclk,,_ _`,. =--,.--... ,-----I tgl .. ) , - . • s' t. S 'At.'1,1 V:,1.....;01,.-..f.",i'"%s,4T Z 1114 '..‘"34, '1- ''•4.Z.-0----. '77'-' . ' , ri• .t' I, 1/2: 4 • :‘‘. . - ' n Z k`:4-i. 0‘' ,,t°..0.ti;,;k kb'N'''' - 1V";-)7'. '.. ff'z•- `...4-'. ''' ' 1 1 . * ,,, 1 'La, - .,..g :, 41.• .e4 A.,...,' 4,.k ,q.,,k-s.-t4,„qt..s.-}.- i' ll . _,_ f ,K , ,",,, ,:4,4` • . - - 4. -1\ .,`1•;•2-qs4-4.1K,- ' - 2 ----- - -,.),i IA Ni 'It, \ • z. • '4'N ' . . i * 4 I k 01 I. ' . ., M-•.' R-L4 141.41•44:f z'ss -t•Rjk' se,a`"41 - 41 ; '--ti-131k Z Pi ''''a ... t '`•t1) , ,-, ...._ ,,'.'1 co_;.;:,,,..4„7i,_ ! , aii o •,;.. .< >4 14 . k• ' ,,. et.-,t •••t ;,4 k oh...t ,..skik. .4.(0,1 -t.t k•-•,,,t. . • Is, k -7 q '44 ‘..ek`guA 4.„,_7-'1 , ,*•,,,,k 4 nsi-g:za-itir. . V. SI 1 4 i '... . • . alb q, --- ...,......-.. _ ..._ • et l'i.• • , : :1•,.:1,1-`4----,1/41' -•t P, tr ••Zzi ..-'4,-,k1N...ii-,...,14W tx 1.\, ---t1 k ; A 4 N • - i ..'s .' %.„,..•. `'' 4•14‘', % ".... 1'4 - r. '' I.N. 4 O' 1 -11' " • ', • , i t,.-N 'Cr •-.4, :k..k. 4 •• • N`*- -4. '•,qk. . : ."-.7'..17'3il'-c 34, . ra-,) , 9,.a 4...4o 4 ia ..,!k (,,, 1,,,q1,>, k,t,N - - • t... -r4 -, a ' m ,=.. 1 ..,. , -.•1 t. N• k''QT!' 4 %t1 '1 -. ti.i4Z, . ' u .4 .15 ' • .: 1%,1. '4'-V,. ,.'`. • • ',0 t.t 5t ‘i - (: l.ttti, Ne''. ,61. ,-, ,. ,4.5N t„.:-...,,ei•• ,„,;,, ? %......,, ,1 ,441., 1 c%\ 'I v 1 , 4 1 .P . tiA 116 .` 9- ,i . CI‘trt C •,,. th ,a :. : , ' , -,- --,,-; *,- 1 :.kzqikeizoli'z,- .k '1121 '7--1-. '" —'' Ila , ^•-41 ' CA ktiC‘‘'S.4 - ' ‘.• 1‘.''" ',4,.. ' ...,, ,,t°''' 4 .:1•°•••, .N11111`u,s2t-lkls. '• 1,IL, i.,,,s_.9. ,„:4-..,i ' •,, ' (----' i ' k•k4 z,'-' t- zt - •4•4• n. i.•,-4••1;- -4,,.... "41,,„ '14* •-• t'-- "I-t7 1\4 1 clzIO'Ok 2:1` .'4.,k'ib -t>. .- .-„, .. -2,`1- •,' 2 ; , a •-• ', -);-. ., , . ;,...,.,,, , a ' .., e:k .,:4,.. Lb at. ()-...,'z gN ' - ' , . - '';,1. 1.:,---. 4, 4 • 4 • 4, .. t n --4,---8...,-..0,..i.-,,,,,, ..... . .„ -...- --.i.„..•.:, , ...k C.;la e,.. -•••.‘•"4.,* ne -....v:..A NZ,. '4,,,,s fo,... .11 • N 4 ' ': 't ‘Y:fl:4 - c' ' . " ' ''1•1144,,,r,k ,.,t14,,IN tl' , % ,-..\'r kA-..t 4 ,,, , , Nq wt 4 -tk.tliel,:7(,.a. :-..,1''D „`, k Z N s• A i '3 , kk•N %Fj/sAVI 4 ..,,,;4,4 4.tra'• NJ • . ._ a .-1-. 41,Z. a...4,1•41-- ,,,,‘Vp•I'W ' 15 ' ' 1 _ bk., ,7k,filii , t , 1, .,‘..••1.-4.. .-4:1•,. .tlik.,„,.,-ci,•,;,?,- ..„,„-41.4. ' t. ; ;IN 1 ; 'tk-r0 ",'''' : • • 4. .;‘..-ca-:, -- I..... 4,-k-,;‘,4 047' , ---..... _ V - .. 111 v.14.N..1' .11AlliZ4,4.‘, •szt§, r. ..,.r,,,,.. . ._..;.7 _ k- ' ' Ai.C4‘`11 ". l' A hl, N,....rv.. ..-4.,:i • . , :,, - ,- ..: ,,'N'X' 0 . It:hc?.V. U-'k0 4 4 Pt,•• 4,Fk . . _ ;. ' _ "7.,k•,..it ZI., •ss.vtl's•'-'114 k . 0- ...• • s• s- 4,‘‘' 4.CI%4..:$.4'4, . . „ n. .: • . . -..Z.-' • kt ,• . . ..-4 .,„,, ik s. , -. 4.t ta, cr... ttt. ,,,,,,t.o. - :", ' :,,, . . , . ..;:_ ‘ ',- r '.;... , •'.'A^.."1 r?.‘..! . qi.W.4 .Z.4. ....0. , H '44 tt'ir'" • IP. '• r-1*. - -, .. . • ' - ' ' -=-.," — ._ _ . „_ 0 I> xi > _,. 0 — . ____ 0 11 < Uil 1-1 CN1 CL CL s. .. . . ' . ••7 • . . . 1' 6' g` ' I. .--: • s _ . ••,-.1- - ' , • . %, !,;,...-g-•-%. ..,0, '71 -- f).. -,#? ...- : •c . . =-,- o II—cm La -.%a i . .3a,' -2 2„.,,= ....s.Z,... -4-..: .5:12,o '...E-:-•,_=e.34 ea-.v 0 4 c-E .., a --^!. ,i.i ..•I.: —t107'.,,: •*-•' i-6.-1a-,0aa°,o.-,,.;t1/42Exg.',- --..:-:-.o5cE,ac.c2=.,-.:--)z-,_--.•1n7_q3..1-..z•1--0=-••xTCv--:,•-,71,.-,.s-F,a.-"----e!-11.-T'Rv0-73,,':•.i-eny7xisg'4_7--•...,sI.',l.0'2Pq.C.a7 1..1 e.=--.1'a,l----.'-,,.-'...x7402.0-•,---. '•*•..7..-v..-C%.-,s..*, t.,yM.,-,-,.!.•.tvEe0g;._-. '?1i . . o.J.aI.,ZF;s a5.•=-.;'' .,°e------aE2.C',a :.aa". 7.ca-a1i*.a 5A ,...-...-s-.•,,1.L9.4.- ' •‘.....%, tiliC..-...ed--FEL . r•-,--, - 2 ,T- 5 a . 0104 2 E . A2 0 - -{1J1, - t } , ? a . ,„,",.,.,..,1.•, :13-- 1' -.7,-4, ..,-;•:II e l• J,Pr..1" ,20-41-0 • 0 '3.- C '1 '4,, ''' .-4' - -..a.. f. _,,g . ,, CI _,, 7g-4.,i,,.13,g1.;,-+,2 'j. :::.7,-c, 7 --,-.> 1 0 -0 - ..., , z•ar• ,-=-.-•,,,g#.,17•2.0-r,,_ 2 . •-s= 0 0-5 0-ffilx 0-7 1 ,„••=-_.;.., :: 77-4•• , a. 0„1..4. • .4 • • er '2,2 g -r,.....".,-,# .2 g r -.„- — <621 .....0‘,Ed-.... ,•-a n C.6 -a E &k n',.6 g,..;.' '2.-- v 76;2 .t.' ..--:-.'''1- ..- c,s," '''' 0•9 i- ° °'"; 'P-"g .4 • IA. ' 1 s:s.Y. '1 ' •, 1 -'-'',1i,==-E.Y•Pin'si F'''.g 2,"_&,-, ,:c ;Is'g.E. ---5'5-G---&°t.:_41.;.- =' ic, --4 z •-• i-,,,.'•_•zaa .17 _- , - , li a -115%..11 1 til,fti k i .!si 2,'i .qi 1 , . •.) ,..,_eq L-1,---:-6, .../,v'To ,. E ...•5 ' -IT ...g' E -c-E.-.7.--0,3.-3 '71:1-,1 ..F-€ 1,- . :,•111 "67„.:CH ".i..74 Z.1,:a....E ,5" -2, It g' ,0 ..k.?-; ,:-•'43:-."-.5 g."-'19S..cz' 2 ,.-`15.:t -.E. —o 4•ar a_.4';•• -0 •13 .= ,-c‘t u= .`'7,0-,,0-C 0. .c F..5 I -,_ ..2 -4.,;:s ..7 -.5, I- a--.ri 5 -3--I.-3 a.Ez1-.•3.' =--•.5 .6 0-,,-a • -4,-,-• 0i ‘*,7 '‘ C5atlitl.-.W. ,i--a•- 5 0 P. ' -0 0 ...e 04-- -4:5!%.,73•11" •t z, '6.7._-'i-..-.f., • . ,_a-.-z 3 o,..., ,, J= .?,- ,,,,,, ,„x '',S....°,.... 0 -- ,„ -.. • % u.:3 ,;_. . Z. ,,i-s-..r.2',,,E,-, 6- .2 ..E r',3,-7, , t-.;4.2-11 f,c,i i•E.•;s _':g v -, ,• E. g.": 1,.. -1; clis- - 'x-1 ,•,' "1 .,,i 2-1 2 t so-f0-7.-.9',,, , -g..E.1_0 g'i.g, -0.-,2•t4 1 . . .„3-1,f,:s 0 b.- -•••',1•6' ---'17 c.-:,-,=42 4--:A E. E .:4 _g°- a E- :tc-t ei t.t-12',.,4'C.= ---‘°tfE•ii' E g 74 LE-'6•. - . -E-5.s gL ._ . . 1- -a -t:i7=7.7..t.=2--g-,- •,7; .- 4 !•-• -i,'Li". 1P-c•iic-''',1'",:g -1:1li.1 , c'' O•0.°- c—"':•••!"14-E t ' '. ' . . v., , -1c,.x...g.'---c A..-- .7-d-t3-1,-•d c 'al E f- -c.c-,. ...E.g.-015,1:g ,0g 0 13:E ,s- ,0-g.5 • g......4•±,I -IL • tx,f --, ,..,-a-- I,a. ,-..,.•,;p.r. 3 i 4- „ ule.- -s.7,.7 -0.,21,0r, 0_, ..c 0,.0 0 if,...„ 0 • ,- ' ,.7...-----t-,..7.6}.,2 2-:',. em • 5.,,-, .s - 2-21,r7s==..'-=---;'5 ?‘,'te;s-,-.`"cr . ''.. ' - °A x '-, .0 1_ .7- ,:e5' ,.... :A.51..°MI Z.rgr5..C.E...2'1 t4-1 •21.7,:2:g 1 -, 0,ik ,.' -6, • .. -1--T•-••c-r-• '•ell,u,t-4„;- 4--_• g''' 2 Es'1.7.05-4-bl 73 g ..T,R c g:-.!7,1•,or g 1-'I,:2.-.,a .,--,...., 1., 7, °- U. , H.G.kale-',-.-f., a.=, tr--'....1 •I 'ES- ,,I, • g-Ti F125-i--'2,1-,E e e..:xi.a*-r,..t-ii,a, .,2-iii E.„=2.n.g-0,1/43-,f• s.r,"•11 _ .'1!2 i -' ::-1-'r,53 g c-E.-•t ',4,.;,,f- n,i11-;':::, a g42 ." .- ••.1 ' .niacdA-=c,'t,c-,011,0,?.,,g1-,,,x o 2,,. ..1.4„0,,1 —, .-. q 1 tp., :„.„ . • I- re, .,2 2 ...-,:t••-•,. ,;1.=.1'. '''' s7.•,-,._ .4-01,-;,:i ti 19,..,-,..-z, g ....g b - ,.;.a, ; '6;,,,, ;f7,...1-- ;1'-'''''' ',I 1-.- ' - ' '' ,i1-XX1f-.4.,-;,,,-... a 5 ts.513 a.._,. .....a._c S... o- -,- ' ''d.0 •, ,..., ..-.c -,,- ' - . ,, c A.' :,c,.-6-.-.-,,,i.,-..•Lc c.. -; c 2,, 1,, 0 , .z c-, c.. -, .. :-,„.:- - _, •,' -:- i.2 2.. .1;tp"E:4,, t;;1" i...g t ' . g13; Pf.515•2:5_:F.,7tEk„; 15. '.525. '.'` i-,'3 ,. g Z ' --", .5 . . .., . . .. .-. 1 - -....- - — 14 .-'j . .1 I.. - •: i <=,• --,,,\° ,r - ' ; ' . i 'I'. .")',,' - .1.T ,...1.: •1 t . -C- .1 - ., ''.' ! i .----r,2:3."' • 14 •,- • ;(*.r' :.1:LL 7 6:.,ci-.`-.-. i -. . • . i: .-9 '7 31 1 . •0'-".1 , ' I,,a.rn ' C "1- ' D . . . .._.. - - .- -.1` -.4... - ; II ,-.,71 . .. . •i- : :A 00 t'',- . - pc I .-P..-,i • II-. ••.- - so , 1 --..: .•" s ' 44. — '''`.?*' ,-" :°_-. -5•_-1. -. e) I-, 0‘. • ''r af - ' - :--, mAt `. ', it' 4--E1 ' g-;1 ' '11 ?`f-1.- ' i r:,"1 ?•-1 :4 ' ,r2, ' '- . ' I- -.43 • '. i. -1.- si t, -- 0.' ,= •'',-- - -- 42 ' -\ . rt 5s-,.1 , .1-- • jz -. '.., IC ••=1 • s. . E\. C:1. - • ' 2;1'1' . .•' '' " Ok .=," 6-' ,144:,-- ' - -..., fr. 2 0 LI.-,-..,is•7,211,1,...:i.cr I 114,-1-trg.>: --.-----,k.--',--;-7-r- - •• 0..- '" • .. ---.......--"-- ,.., '-•• - . -. . . V.Itg '' • L r'''" 1-• . ...1 . . --- - .' ,'" SOUTH a-41' - - , 5TRtET • • - -6- '' - . cf -.._ ..,:',.. 9 • , ,. . .-.,..-2,?, c4 .___ _. •_ ._....-__.. ......,. _.., ....13.,..1''''"". -,,.ji 1 •, . .....4 .9, 1- - t . . c..... :- ...' '`.h.' - --n " k .q.. ' r • ..1 1':, .. . .0: : ''"''l 8,c cl......2 , ' "i =112 13 14 15 IG 17 ..18 I) 20 21 an. - ....,.., c o•- v,' -' ..- . .--,o , 1 ' C2 `‘' ' /=:.4...)-1- ".4: • . . , • fm...,. . ,. • -N.I.c.) an - , i • J.77 .`e.-_____,_ ‘.-..........:..,..-..-- ....--:-...------r--,------.i,._ _ _ , 7---.;.-, •-y-------,G : A S' : i;Foot Co:p en-olF4r,-z-t rliF, .1,.1. ifi.,-., - . 0--E•5 ,-; . f' 4s- , . I i .s . - . a I ,.... 1 i " "'E•,e_64. `1 ' ` . kl 11 10 3 'a T. 6 ,5" 4 3 z A,i • - ,: . 773•Zc::•,1— .1*, . I V ' ' P-6. TC'!'7'1, g'.1-*. - " -- -• -: .. - " '..,/,:4--;.,.--.to t.s• -1r .f.':".3.1 'rl 7 '7- SOUTH:-: -2-.5 RP -- sTREET .7;4 .-' - -- • g- ; „. • T°__ ; --, - • ,5 1 I Richmond Sanitary District 2022 Lining Project Bid Sheet S/20/2022 Item No. Description Qty Units Unit Price - Qty Price 1 Mobilization/Demobilization 1 LS $i5,000.00 $ 15,000.00 (Max 5%of$315,000 or Total Bid,whichever is less) 2 Protruding Tap Removal(Undistributed) 1 EA $425.00 $ 425.00 Area 1 3 Lateral/Sewer Reinstatement 12 EA $100.00 $1.200.00 4 CIPP Lining-8 Sewer from MH#I46-040 to MH#146-039 235 LF $3200 $7,520.00 5 CIPP Lining-8"Sewer from MH#146-039 to MH#146-038 14 LF $32.00 $448.00 Area I Price: $o,tea0o Area 2 6 Lateral/Sewer Reinstatement 27 EA $100.00 _ $2,700.00 7 CIPP Lining-8"Sewer from MH#202-044 to MH#202-059 355 LF $32.00 $11,360.00 8 CIPP Lining-8"Sewer from MH#202-059 to MH#202-043 292 LF $32.00 $9,344.00 9 CIPP Lining-8"Sewer from MH#202-043 to MH#202-070 209 LF $32.00 $6,688.00 Area 2 Price: $30,092.00 Arca 3 10 Lateral/Sewer Reinstatement 12 EA $1ao.00 $1,200.00 11 CIPP Lining-12"Sewer from MH#164-089 to MH#183-099 218 LF pine $11,118.00 Area 3 Price: $12,318.00 Area 4 12 Lateral/Sewer Reinstatement 4 EA $10o.00 $400.00 13 CIPP Lining-8"Sewer from MH#201-010 to MH4201-004 380 LF $32.00 $12,160.00 Area 4 Price: $12,560.00 Area S 14 Lateral/Sewer Reinstatement 10 EA $1oo.00 $1,000.00 • 15 CIPP Lining.-8"Sewer from MH#163-096 to MH#163-095 165 LF $32.00 $5,280.00 16 CIPP Lining-8"Sewer from MH#163-095 to MH#163-084 212 LF $32.00 $6,784.00 Area 5 Price: $13,084.00 Area 6 17 Lateral/Sewer Reinstatement 2 EA $1oo.00 $200.00 18 CIPP Lining-8"Sewer from MH#129-007 to MH#129-024A 126 LF $32.00 $4,032.00 19 CIPP Lining-8"Sewer from M I/129-024A to MH1/129-024 146 LF $32.00 $4,672.00 20 CIPP Lining-8"Sewer from Mfl#129-024 to MH#129-023 208 LF $32.00 $6,656.00 Area 6 Price: $15,560.00 Area 7 21 Lateral/Sewer Reinstatement 46 EA $1oo.00 $4,600.00.. .. 22 CIPP Lining-10"Sewer from MH#088-016 to MH#088-014 40 LF $moo $1,44o.00 23 CIPP Lining 10"Sewer from MH#088-016 to MH#088-017 314 LF $36.00 $11,304.00 24 CIPP Lining-10"Sewer front MH#088-018 to MH#088-021 308 LF $moo $11688.00 25 CIPP Lining-10"Sewer front MH#088-021 to MH#088-020 230 LF. $38.00 $8,280.00 26 CIPP Lining-10"Sewer front MH#088-020 to MH#088-02_5 220 LF $36.00 $7,920.00 27 CIPP Lining-10"Sewer from MH#088-033 to MH#088-014 401 LF $36.00 $14,436.00 28 CIPP Lining-8"Sewer from MH#088-014 to MIi#088-023 548 LF $32.00 $17,536.00 Area 7 Price: $76,004.00 Area 8 29 Lateral/Sewer Reinstatement .9 EA .$ioa.00 $00o.00 30 CIPP Lining-9"Sewer from MIi#182-021 to MH4182-022 161 LF $64.00 $10,304.00 Arca 8 Price: $11,204.00 Area 9 31 Lateral/Sewer Reinstatement 3 EA .$100.00 $300.00 32 CIPP Lining-10''Sewer front MHfl127-026 to MH#128-015 419 LF $36.00 $15,094.00 Cmurnctor Nnm,SAK Constmc6on,LLC Page 1 of 2 EXHIBIT'B'-page 1 of 91 Area 9 Price: $ 15.384,00 Area 10 33 Lateral/Sewer Reinstatement 67 EA $to0.00 $6,700,00 34 CIPP Lining-8"Sewer from MH#159A-019 to MH#I59A 021 264 LF $32.00 $ 8,448.00 • 35 CIPP Lining-8"Sewer from M1I#I59A-021 to MH#159A-022 226 LF $32.00- $7,232.00 36 CIPP Lining-8"Sewer from M114159A=021 to MH#159A-023 305 LF $32.o0 .$ e,re0o.ao 37 CIPP Lining-8"Sewer from MH4159-007 to MH#159A-010 299 LF $32.00 $ 9,568.00 38 CIPP Lining-8"Sower from MH#159A-010 to Ml1I1159A-009 266 LF $32.0o $ 8,512.00 39 CIPP Lining-8"Sewer from MH#159A-009 to MH#I59A-008 269 LF $32.00 _ $ 8,608.00 40 CIPP Lining-8"Sewer from MH#159A-005 to MH#159A-004 281 LF $32.00 $ 8,992.00 41 CIPP Lining-8"Sewer from MH#140-010 to MH#140-011 117 LF $32.00 $ 3,744.00 42 CIPP Lining-8"Sewer from MH#140-0]1 to MH#140-003 115 LF $32.00 $ 3,680.00 43 CIPP Lining-8"Sewer from MH#140-003 to MHi1140-002 402 LF $32:00 $ 12,864.00 44 CIPP Lining-8"Sewer from MH#140A-007 to MH1/140A-006 257 LF $32.00 $ 8,224.00 45 CIPP Lining-8"Sewer from MH#140A-006 to MH#140A-005 290 LF S 32.00 $ 9,280.00 46 CIPP Lining-8"Sewer from MH#I40A-005 to MH#]40A-004 220 LF $32.00 $ 7,040.00 47 CIPP Lining-8"Sewer from MH#140A-004 to MH#140A-003 212 LF $32.00 $6,784.00 48 C1PP Lining-12"Sewer from MH#159A-007 to MH#159A-003 261 LF $51.00 $ 13,311.00 49 CIPP Lining-12"Sewer from MH#159A-003 to MH#159A-002 30L LF Setae $15,351.00 Area 10 Price: $ 148,098.00 Area 11 50 Lateral/Sewer Reinstatement 18 EA $1c000 $ 1,600.00.. 51 CIPP Lining-8"Sewer from MH#166-002 to MH#166-001 280 •LF $32.00 $6,960.00 • 52 CIPP Lining-8"Sewer from MH#166-001 to MH#166-050 300 LF $32.00 $9.600.00 Area 11 Price: .$2easo.0o Area 12 53 Lateral/Sewer Reinstatement 11 EA $'teo.co $ t,10o.0o. 54 CIPP Lining-8"Sewer from MH#166-063 to MH#166-029 510 LF $32.00 $ 16,320.00 • Area 12 Price: $17,420.00 Total Price: $ 397,287.00 I have received addendum number(s) 0 1 ,'nd the prices in this bid reflect these changes/clarifications. • SAK Construction,LLC j Conti c or N me • July 11,2022 Auth rized ignature Date • Contractor Name: $AL..Co►nswVt.Cg4lni Page 2 of 2 EXHIBIT'B'-page 2 of 91 1 • IIU LLI CC v- 0 co1 LL C z tn ec 0 rn m J LL X P..Z co , 1 Co 0 m co � J_ O a O m C U o 0 ) N� � )cm U o o CO E co Q Cogy 2 J U CV1:30 O 0,V) co 0 (-NI it. c(- 0 1 1 • Pmxaed by Stale hoard of Accounts CONTRACTORS BID FOR PUBLIC WORKS PART I (To be completed for all bids) (Please type or print) Date: July 12,2022 1, Governmental Unit(Owner):_ Richmond Sanitary District 2. County: Wayne 3. Bidder(Firm): SAK Construction, LLC Address:. 864 Hoff Road • • City/State: O'Fallon, MO 63366 4. Telephone Number: 636.385.1000 5. Agent of Bidder(If applicable): N/A Pursuant to notices given,the undersigned offers to furnish labor and/or material necessary to complete the public works project of Richmond Sanitary District (Governmental Unit)in accordance with plans and specifications prepared by Richmond Sanitary District and dated May 20, 2022 for the sum of Three hundred ninety seven thousand,two hundred fifty seven dollars and zero cents. $ $397,257.00 The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply,the undersigned submits a proposal for each in accordance with the notice.Any addendums attached will be specifically referenced at the applicable page. • If additional units of material included in the contract are needed,the cost of units must be the same as that shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract,with respect to any matter directly or indirectly related to employment because of race, religion,color, sex, national origin or ancestry.Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I,the undersigned bidder or agent as a contractor on a public works project,understand my statutory obligation to use steel products made in the United States.I.C.5-16-8-2.I hereby certify that I and ail subcontractors employed • by me for this project will use U.S.steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. EXHIBIT'B'-page 4 of 91 it it NON-COLLUSION AFFIDAVIT The undersigned bidder or agent,being duly sworn on oath,says that he has not,nor has any other member, representative, or.agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to he bid by anyone at such letting nor to prevent any person from,bidding nor to induce anyone to refrain from bidding,and that this bid Is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He further says that no person or persons,firms,or corporation has,have or will receive directly or indirectly, any rebate, fee, gift,commission or thing of value on account of such sale. OATH AND AFFIRMATION I affirm under the penalties of perjury that the foregoing facts and information are true and correct to the best of my knowledge and belief. Dated at O'Fallon this 11th day of A July 2022 SAK Construction,fir - a� r;ganiz..,ion By Boyd Hirtz, Pre.ident A • (Title of Person Sig in,) ACKNOWLEDGEMENT STATE OF Missouri ) SS: COUNTY OF St. Charles Boyd Hirtz being duly sworn, deposes and says that he is President of the above SAK Construction,LLC and that the (Title) (Name of Organization) statements contained in the foregoing bid, certification and affidavit are true and correct. Subscribed and sworn to before me this 11th day of July 2022 Theresa H.Messer, Notary Public My Comission Expires: March 30,2023 THERESA H.MESSER ` YP� ��s�' : My Commission Expires County of Residence: St.Charles = ••NOTARY=i= March 30,2023 y SEALiab,•:<-' St Charles County Commission 015034377 EXHIBIT'B'-page 5 of 91 ACCEPTANCE The above bid is accepted this day of ,subject to the following conditions: Contracting Authority Members: a f PART II (Complete sections 1,11,111, and IV for all state and local public works projects as required by statutes if project Is one hundred thousand dollars ($100.000) or more. (IC 36-1-12-4) Governmental Unit: Richmond Sanitary District, IN Bidder(Firm) .SAK Construction, LLC Date: July 12,2022 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one(1)year prior to the date of the current bid? Contract Amount Class of Work When Name and Address of Owner Completed Please see attachmen labeled"Completed Project LisV' 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work When to be Name and Address of Owner Completed Please see attachment labeled"Current Project List" i I d EXHIBIT'B'-page 6 of 91 .I I 3. Have you ever failed to complete any work awarded to your? No If so, where and why? 4. List references from private firms for which.you have performed work. Please see attachment labeled"Reference Information"sheet . SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when your could begin work,completed the project, number of workers,etc.and any other Information which you believe would enable the governmental unit consider your bid:) Please see attachment labeled"Air Inversion/Steam Cure Installation Procedures" • IfIntend to sublet anyportion of the work, state the name and address of each subcontractor,equipment 2. you to be used by the-subcontractor,and whether you expect to require a bond. However, if you are unable to'currently provide.a listing, please understand, a listing must be provided prior to contract approval. Currently,SAK Construction, LLC will utilize the listed subcontractors to be used on this project, SAK will provide more details(if needed)prior to contract approval, if applicable. II�II 3. What equipment do you have available to use for the proposed project? Any equipment to be used by 1, subcontractors may also be required to be listed by the governmental unit. Please see attachment labeled"Major Cured-in-Place Equipment"list 4. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing you proposal?Otherwise,please explain the rationale used which would corroborate the prices listed. We have received offers and proposals for materials and work to be subcontracted, but have not entered into contracts prior to bid opening.The offers and proposals have an expiration date after bid opening which will allow us to enter into contracts with appropriate subcontractors after award of the project to SAK Construction, LLC. EXHIBIT'B'-page 7 of 91 ' I SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory.Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid.The financial statement provieded hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. Please see attached SAK Financial Statement SECTION IV OATH AND AFFIRMATION t hereby affirm under the penalties of perjury that the facts and information contained in the foregoing bid for public works are true and correct to the best of my knowledge and belief. Dated at O'Fallon this 11th d: • _ July 2022 SAK Constr , LL B Y f ( , •nizati�) l Bo d Hi , President , (Title of Person Slgnl.t) ACKNOWLEDGEMENT STATE OF Missouri COUNTY OF St.Charles Boyd Hirtz being duly sworn, deposes and says that he is President of the above SAK Construction, LLC (Title) (Name of Organization) and that the answers to the questions in the foregoing questionnaires and all statements therein contained are true and correct. Subscribed and sworn to before me this 11th day of 11 II July 2022 Theresa H. Messer, Notary ublic My Commission Expires: March 30,2023 Countyof Residence: St. Charles ,.,\Y?UB. THERESA H.MESSER . , �,_ My Commission Expires i,•NOTARY:y- March 30,2023 S.EAL..;#-F St Charles County /OF M\ ' Commission ff15634371 EXHIBIT'B'-page 8 of 91 CONFIDENTIAL SAK CONSTRUCTION, LLC CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2021 AND 2020 armanino EXHIBIT'B'-page 9 of 91 TABLE OF CONTENTS Page Independent Auditor's Report 1 Consolidated Financial Statements Consolidated Balance Sheets 3 Consolidated Statements of Income and Members'Equity 4 Consolidated Statements of Cash Flows _ 5 Notes to Consolidated Financial Statements 6 1 EXHIBIT'B'-page 10 of 91 armanuno INDEPENDENT AUDITOR'S REPORT To the Members of SAK Construction,LLC O'Fallon,Missouri Opinion We have audited the accompanying consolidated financial statements of SAK Construction,LLC(a Missouri limited liability company), which comprise the consolidated balance sheet as of December 31, 2021, and the related consolidated statements of income and members' equity, and cash flows for the year then ended,and the related notes to the consolidated financial statements. In our opinion, the 2021 consolidated financial statements referred to above present fairly, in all material respects,the financial position of SAK Construction,LLC as of December 31, 2021, and the results of their operations and their cash flows for the year then ended in accordance with accounting principles generally accepted in the United States of America. Basis for Opinion We conducted our audit in accordance with auditing standards generally accepted in the United States of America. Our responsibilities under those standards are further described in the Auditor's Responsibilities for the Audit of the Financial Statements section of our report. We are required to be independent of SAK Construction, LLC and to meet our other ethical responsibilities in accordance with the relevant ethical requirements relating to our audit. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. Prior Period Financial Statements The consolidated financial statements as of December 31, 2020, were audited by Brown Smith Wallace,LLP,whose practice became part of ArmaninoLLP as of August 1,2021,and whose report dated March 12,2021,expressed a unmodified opinion on those statements. Responsibility of Management for the Financial Statements Management is responsible for the preparation and fair presentation of these consolidated financial statements in accordance with accounting principles generally accepted in the United States of America, and for the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of consolidated fmancial statements that are free from material misstatement,whether due to fraud or error. In preparing the consolidated financial statements, management is required to evaluate whether there are conditions or events, considered in the aggregate, that raise substantial doubt about SAK Construction, LLC's ability to continue as a going concern within one year after the date that the financial statements are available to be issued. MOORE An independent firm nssxlated ear.Moore Global network Umiled EXHIBIT'B'-page 11 of 91 Auditor's Responsibilities for the Audit of the Financial Statements Our objectives are to obtain reasonable assurance about whether the consolidated financial statements as a whole are free from material misstatement, whether due to fraud or error, and to issue an auditor's report that includes our opinion. Reasonable assurance is a high level of assurance but is not absolute assurance and therefore is not a guarantee that an audit conducted in accordance with auditing standards generally accepted in the United States of America will always detect a material misstatement when it exists. The risk of not detecting a material misstatement resulting from fraud is higher than for one resulting from error, as fraud may involve collusion, forgery, intentional omissions, misrepresentations, or the override of internal control. Misstatements are considered material if there is a substantial likelihood that,individually or in the aggregate,they would influence the judgment made by a reasonable user based on the consolidated financial statements. In performing an audit in accordance with auditing standards generally accepted in the United States of America,we: • Exercise professional judgment and maintain professional skepticism throughout the audit. • Identify and assess the risks of material misstatement of the consolidated financial statements, whether due to fraud or error, and design and perform audit procedures responsive to those risks. Such procedures include examining, on a test basis, evidence regarding the amounts and disclosures in the consolidated financial statements. • Obtain an understanding of internal control relevant to the audit in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of SAK Construction, LLC's internal control. Accordingly, no such opinion is expressed. • Evaluate the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluate the overall presentation of the consolidated financial statements. • Conclude whether,in our judgment,there are conditions or events,considered in the aggregate, that raise substantial doubt about SAK Construction, LLC's ability to continue as a going concern for a reasonable period of time. We are required to communicate with those charged with governance regarding, among other matters, the planned scope and timing of the audit, significant audit findings, and certain internal related matters that we identified during the audit. G L GP Armanino LLP St.Louis,Missouri March 11,2022 -2- EXHIBIT'B'-page 12 of 91 • SAK CONSTRUCTION, LLC Consolidated Balance Sheets December 31, 2021 and 2020 . ASSETS 2021 2020 Current Assets Cash and cash equivalents $ 42,774,669 $ 46,482,785 Contracts receivable 30,694,207 33,563,321 . Retainage 19,750,182 17,647,625 Contract assets 7,133,876 4,915,592 Inventory 8,385,010 5,389,163 Miscellaneous receivables 659,365 796,418 Prepaid expenses 7,303,066 8,882,000 Other current asset-escrow 114,691 243,963 Total Current Assets 116,815,066 117,920,867 Property and Equipment-Net 63,948,047 58,503,626 Assets Under Capital Lease Arrangements-Net 2,108,426 1,631,500 Goodwill 1,798,886 1,798,886 TOTAL ASSETS $ 184,670,425 $ 179,854,879 LIABILITIES AND MEMBERS'EQUITY Current Liabilities Current portion of other long-term debt $ 8,965,490 $ 9,891,127 Current portion of PPP loan payable - 6,021,155 Current obligations under capital leases 561,421 491,319 Accounts payable 20,759,381 23,652,156 Contract.liabilities 51,093,223 38,851,676 Accrued expenses 4,579,031 7,889,833 Total Current Liabilities 85,958,546 86,797,266 Long-Term portion of PPP loan payable 2,690,545 Non-Current Obligations from Capital Lease Arrangements 1,505,588 1,158,803 Other Long-Term Debt 18,455,959 21,949,567 Members'Equity 78,750,332 67,258,698 TOTAL LIABILITIES AND MEMBERS'EQUITY $ 184,670,425 $ 179,854,879 The accompanying notes are an integral part of these consolidated financial statements. -3- EXHIBIT'B'-page 13 of 91 SAK CONSTRUCTION, LLC Consolidated Statements of Income and Members' Equity Years ended December 31, 2021 and 2020 2021 2020 Contract revenue $ 277,446,505 $ 265,643,362 Cost of contract revenue Labor 37,676,294 36,588,196 Material 48,037,413 39,029,480 Subcontractors 66,771,193 85,935,576 Equipment 34,932,738 28,697,687 Other 25,945,027 24,226,159 Total cost of contract revenue 213,362,665 214,477,098 Gross profit 64,083,840 51,166,264 (Gain)Loss on disposal of assets (62,013) 23,689 General and administrative expenses 26,755,596 26,023,704 Income from operations 37,390,257 25,118,871 Other income(expense) Interest expense (1,261,117) (1,740,226) Gain on extinguishment of debt 8,799,170 - Other income(expense)-net (209,695) (229,599) Total other income(expense) 7,328,358 . (1,969,825) Net income $ 44,718,615 $ 23,149,046 Members' Equity Beginning balance $ 67,258,698 $ 57,182,337 Distributions to Members (33,226,981) (13,072,685) Net income 44,718,615 .. 23,149,046 End of year $ 78,750,332 $ 67,258,698 The accompanying notes are an integral part of these consolidated financial statements. -4- EXHIBIT'B'-page 14 of 91 II II SAK CONSTRUCTION, LLC Consolidated Statements of Cash Flows Years ended December 31, 2021 and 2020 2021 2020 Cash flows from operating activities: Net income $ 44,718,615 $ 23,149,046 Adjustments to reconcile net income to net cash provided by operating activities: Depreciation 16,857,479 13,070,662 (Gain)loss on disposal of assets (62,013) 23,689 Gain on extinguishment of debt (8,799,170) - (Increase)decrease in operating assets: Contracts receivable 2,869,114 6,368,563 Retainage (2,102,557) (149,261) Contract assets (2,218,284) 2,234,061 Inventory (2,995,847) (270,010) Escrow account 129,272 (27,304) Other assets 1,715,987 (5,789,546) Increase(decrease)in operating liabilities: Accounts payable (2,892,775) (914,757) Contract liabilities 12,241,547 25,160,575 Accrued expenses (3,200,113) 2,886,770 Net cash provided by operating activities 56,261,255 65,742,488 Cash flows from investing activities: Purchases of property,plant and equipment (22,217,374) (16,141,715) Proceeds from sale of assets 565,367 Net cash used in investing activities (21,652,007) (16,141,715) Cash flows from financing activities: Proceeds from long-term debt 8,935,383 7,293,710 Proceeds from PPP loan payable - 8,711,700 Payments on long-term debt (13,354,628) (12,053,380) Payments on PPP loan payable (23,219) - Payments on capital lease obligations (647,919) (524,804) Distributions to Members (33,226,981) (13,072,685) Net cash used in financing,activities (38,317,364) (9,645,459) (DECREASE)INCREASE IN CASH AND CASH EQUIVALENTS (3,708,116) 39,955,314 Cash and cash equivalents at beginning of year 46,482,785 6,527,471 Cash and cash equivalents at end of year $ 42,774,669 $ 46,482,785 Supplemental Information-Interest paid S 1,223,910 $ 1,693,135 Non-Cash Transaction-Purchases of property,plant,and equipment under capital lease obligations $ 1,064,806 $ 628,691 Non-Cash Transaction-Refinance of notes payable $ 13,583,349 $The accompanying notes are an integral part of these consolidated financial statements. -5- EXHIBIT'B'-page 15 of 91 • SAK CONSTRUCTION, LLC Notes to Consolidated Financial Statements December31, 2021 Note A-Nature of Operations and Summary of Significant Accounting Policies The following summary of significant accounting policies of the Company is presented to assist in understanding the Company's consolidated financial statements. The consolidated financial statements and,notes are the representation of the Company's management, who is responsible for their integrity and objectivity. The accounting policies conform to U.S. generally accepted accounting principles and have been consistently applied in the preparation of the consolidated fmancial statements. Principles of Consolidation— The consolidated fmancial statements include the accounts of SAK Construction and its wholly-owned subsidiaries, hereinafter referred to as "SAK" or the "Company." All significant intercompany transactions have been eliminated from the consolidated financial statements. Nature of Operations— SAK operations involve the trenchless rehabilitation of pipelines servicing the water,sanitary and storm sewer markets within the United States through a process known as Cured in Place Pipe (CIPP) as well as the construction of soft ground and hard rock tunnels. SAK performs construction jobs under fixed price contracts and,from time to time,repair jobs under cost plus fee contracts. The length of the contracts vary, but typically the rehabilitation of pipeline projects run less than a year and tunneling projects run longer than a year. Operating Cycle—SAK's "operating cycle" is the length of each individual contract, which generally takes from one month to two years to complete. Therefore, the accounts and retentions receivable and payable related to contracts in progress are treated as current items. Joint Ventures— From time to time SAK has signed joint venture agreements to bid on specific projects. Management's decision to bid projects with a joint venture are based on economic and competitive factors. All accounting policies of the joint ventures are consistent with the policies of SAK.No revenue was generated from Joint Venture activity in 2020 or 2021. Estimates— Management uses estimates and assumptions in preparing the consolidated financial statements. Those estimates and assumptions affect the reported amounts of assets and liabilities, the disclosure of contingent assets and liabilities, and the reported revenues and expenses. Actual results may differ from those estimates. Cash and Equivalents— Cash and equivalents consist of highly liquid investments with an initial maturity of three months or less. The Company aggregates all cash balances by bank and reclassifies any negative balance to accounts payable. At times, bank deposits may be in excess of federally insured limits. -6- EXHIBIT'B'-page 16 of 91 SAK CONSTRUCTION, LLC Notes to Consolidated Financial Statements December 31, 2021 • Note A-Nature of Operations and Summary of Significant Accounting Policies (Continued) Contracts Receivable—Normal contracts receivable are due 30 days after receipt by the customer. SAK considers receivables outstanding more than 120 days as delinquent and, based on individual credit evaluations and the specific circumstances of each customer, determines the collectability of the accounts. Based upon a review of outstanding receivables, historical collection information, and existing economic conditions,management does not consider a reserve for doubtful accounts necessary as of December 31,2021 and 2020. Inventory—Inventory is stated at the lower of cost and net realizable value. Average cost is used in determining the cost of the inventories. Properly and Equipment— Purchases of property and equipment are recorded at cost. Upon sale or retirement, the cost and related accumulated depreciation are eliminated from the respective accounts, and the resulting gain or loss is included in current income. Repairs and maintenance charges that do not increase the useful lives of the assets are charged to expense as incurred. In general, depreciation of property and equipment is computed by the straight-line method over the - following estimated useful lives: buildings and leasehold improvements, from five to 39 years; and machinery and equipment,from three to ten years. The Company owns several Tunnel Boring Machines, which remain idle until they are needed for specific tunneling contracts. These machines are depreciated on a straight-line method,but only during the period that they are being used. The Company periodically evaluates the carrying value of its long-lived assets when events and circumstances warrant such a review. The carrying value of a long-lived asset is considered impaired when the anticipated undiscounted cash flows from such asset is less than its carrying value. In that event, a loss is recognized to the extent the carrying value exceeds the fair value of the long-lived asset. Other Current Asset— Escrow— Escrow accounts have been established for the purpose of holding retention on certain Tennessee contracts. As of December 31, 2021 and 2020, $114,691 and$243,963 remained in escrow,respectively. Goodwill—This balance represents the excess cost over fair value of net identifiable assets acquired resulting from the 2011 acquisition of Pipenology,Inc. The Company evaluates the carrying value of goodwill on at least an annual basis and more frequently if events occur or circumstances change that would more likely than not reduce the fair value below its carrying amount. -7- EXHIBIT'B'-page 17 of 91 SAK CONSTRUCTION, LLC Notes to Consolidated Financial Statements December 31,2021 Note A-Nature of Operations and Summary of Significant Accounting Policies (Continued) PPP Loan Payable—In 2020, the proceeds from the loan were recorded as a liability on the consolidated balance sheets. In 2021, the loan was partially forgiven, the remaining balance was paid off to the creditor, and the Company was legally released from this debt. Thus, the liability was reduced and a gain was recorded in the consolidated statements of income. Income Taxes— SAK Construction,LLC operates as a limited liability company; therefore, earnings and losses are included on the income tax returns of the respective Members. The Company has no uncertain tax positions. Subsequent Events— The Company has evaluated all subsequent events through March 11,2022,the date the consolidated financial statements were available to be issued. Note B-Revenue Performance Obligations— A performance obligation is a promise to transfer a distinct good or service to the customer, and is the unit of account in FASB ASC 606. A contract's transaction price is allocated to each distinct performance obligation and recognized as revenue when, or as, the performance obligation is satisfied. For contracts in which construction and installation services are provided,there is generally a single performance obligation as the promise to transfer the individual goods or services is not separately identifiable from other promises in the contracts and, therefore,not distinct. The bundle of good and services represents the combined output for which the customer has contracted. The Company's performance obligations are generally satisfied over time as work progresses. Revenues from products and services transferred to customers over time account for over 99% of revenues for each of the years ended December 31,2021 and 2020. Revenues from construction and installation services are recognized over time using an input measure (e.g., cost incurred to date relative to total estimated costs at completion) to measure progress toward satisfying performance obligations. Incurred cost represents work performed, which corresponds with, and thereby best depicts, the transfer of control to the customer. -8- EXHIBIT'B'-page 18 of 91 SAK CONSTRUCTION, LLC Notes to Consolidated Financial Statements December31, 2021 Note B-Revenue.(Continued) Contract costs include all direct material, labor and those identifiable indirect costs related to contract performance. Bonding and insurance costs for tunneling projects, which are expected to take longer than one year to complete, are capitalized and incurred ratably over the life of the project. Otherwise, such incremental costs of obtaining a contract, expected to be completed in less than one year, are expensed as incurred. Changes result in revisions to costs and income and are recognized in the period in which the revisions are determined. At the time a loss on a contract becomes known,the entire amount of the estimated loss is accrued. Revenues from stand-alone product sales are recognized when control of the product is transferred to the customer. Revenues from these types of contracts account for less than 1%of revenues for each of the years ending December 31,2021 and 2020. Contract Estimates—Accounting for long-term contracts involves the use of various techniques to estimate total contract revenue and costs. For long-term contracts, the Company estimates the profit on a contract as the difference between the total estimated revenue and expected costs to complete a contract and recognizes that profit over the life of the contract. Contract estimates are based on various assumptions to project the outcome of future events that sometimes span multiple years. These assumptions include labor productivity and availability;the complexity of the work to be performed; the cost and availability of materials; the performance of subcontractors; and the availability and timing of funding from the customer. The Company's contracts do not typically contain variable consideration or other provisions that increase or decrease the transaction price. In rare instances where the transaction price is not fixed,the Company estimates variable consideration at the most likely amount to which it expects to be entitled. The Company includes estimated amounts in the transaction price to the extent it is probable that a significant reversal of cumulative revenue recognized will not occur when the uncertainty associated with the variable consideration is resolved. For contracts in which a portion of the transaction price is retained and paid after the good or service has been transferred to the customer the Company does not recognize a significant financing component. The primary purpose of the retainage payment is often to provide the customer with assurance that the Company will perform its obligations under the contract, rather than to provide financing to the customer. -9- EXHIBIT'B'-page 19 of 91 SAK CONSTRUCTION, LLC Notes to Consolidated Financial Statements December 31, 2021 • Note B-Revenue(Continued) The Company's estimates of variable consideration and determination of whether to include estimated amounts in the transaction price are based largely on an assessment of anticipated performance and all information (historical, current and forecasted) that is reasonably available. Claims and settlements with customers, which may arise in the normal course of business, are generally included in revenues when realization is probable, and the amount can be reasonably estimated. Revenue by Category— The following tables summarize revenues by segment and geography. Year Ended December 31,2021 Geographic Cured In Place Underground Product Total Region Pipe Sales Central $ 74,213,601 $ 118,440,771 $ - $ 192,654,372 Pacific 47,601,626 - 433,380 48,035,006 Southeast 19,923,949 - - 19,923,949 Atlantic 16,827,024 - 6,154 16,833,178 $ 158,566,200 $ 118,440,771 $ 439,534 $ 277,446,505 Year Ended December 31,2020 Geographic Cured In Place Underground Product Total Region Pipe Sales Central $ 73,289,725 $ 71,072,132 $ - $ 144,361,857 Pacific 76,677,682 4,503,663 218,119 81,399,464 Southeast 16,864,119 - - 16,864,119 Atlantic 23,017,922. - 23,017,922 $ 189,849,448 $ 75,575,795 $ 218,119 $ 265,643,362 -10- EXHIBIT'B'-page 20 of 91 SAK CONSTRUCTION, LLC Notes to Consolidated Financial Statements December 31, 2021 Note B-Revenue(Continued) Contract Balances—The timing of revenue recognition,billings and cash collections results in billed contracts receivable,retainage,contract assets and contract liabilities on the Consolidated Balance Sheets. Contract assets include unbilled receivables,which represent work performed that could not be billed either due to contract stipulations or the required contractual documentation has not been finalized. These assets are reclassified to contracts receivable when they are billed under the terms of the contract. Contract retainages represent amounts invoiced to customers where payment has been withheld by the customer until the work is completed. Contract retentions are due 30 days after completion of the project and acceptance by. the customer. Contract liabilities represent billings as of the balance sheet date, as allowed under the terms of the contract, but not yet recognized as revenue pursuant to the Company's revenue recognition policy. The Company anticipates that substantially all costs incurred and associated with contract assets as of December 31, 2021 will be billed and collected within one year. The Company's contract assets and contract liabilities are reported in a net position on a contract-by-contract basis at the end of each reporting period, excluding retainage. Advance payments, billings in excess of revenue recognized and deferred revenue are each classified as current. Net contract assets (liabilities) consisted of the following at December 31: 2021 2020 Contract Assets $ 7,133,876 $ 4,915,592 Contract Liabilities (51,093,223) (38,851,676) Net Contract Assets (Liabilities) $. 43,959,347) $ (33,936,084) Impairment losses recognized on receivables and contract assets were not material during 2021 and 2020. -11- EXHIBIT'B'-page 21 of 91 SAK CONSTRUCTION, LLC Notes to Consolidated Financial Statements December 31, 2021 Note C-Concentrations of Revenues and Credit Risk The Company earned approximately 51% and 41% of its contract revenues from two customers during the years ended December 31, 2021 and 2020,respectively. Amounts due from these customers as of December 31,2021 and 2020, and included in contracts receivable,totaled$24,581,752 and$23,067,072,respectively. Note D-Contracts Receivable The following table summarizes the contracts receivable balance as of December 31, 2021 and 2020: 2021 2020 Contracts completed $ 4,136,678 $ 2,170,323 Contracts in progress 26,557,529 31,392,998 Contracts receivable $ 30,694,207 $ 33,563,321 Note E-Inventories The following table summarizes inventories as of December 31,2021 and 2020: 2021 2020 CIPP liner $ 1,659,757 $ 1,220,462 CIPP raw materials 2,374,400 1,797,010 Construction materials 4,350,853 2,371,691 $ 8,385,010 $ 5,389,163 -12- EXHIBIT'B'-page 22 of 91 SAK CONSTRUCTION, LLC Notes to Consolidated Financial Statements December 31, 2021 Note F-Property and Equipment Property and equipment consisted of the following as of December 31,2021 and 2020: 2021 2020 Land $ 3,327,340 $ 3,327,340 Building 11,146,612 10,853,800 Construction equipment 86,067,005 78,447,346 Vehicles 31,086,840 28,238,049 Manufacturing equipment 10,160,761 9,599,493. Computer equipment 919,979 1,324,928 Leasehold improvements 126,420 126,420 Furniture and fixtures 546,235 552,200 Construction in progress 14,774,078 5,341,810 158,155,270 137,811,386 Less: accumulated depreciation (94,207,223) (79,307,760) Net book value $ 63,948,047 $ 58,503,626 Construction in progress at December 31, 2021 included $12.4 million related to two tunneling boring machines and a conveyor system which have been purchased and are being refurbished. We estimate additional costs of$14.8 million to get the equipment in service. Note G-Accounts Payable Accounts payable includes amounts due to subcontractors for retainage of$3,101,116 and $3,947,601 at December 31, 202.1 and 2020, respectively. These payables have been retained pending completion and customer acceptance of jobs. -13- EXHIBIT'B'-page 23 of 91 SAK CONSTRUCTION, LLC Notes to Consolidated Financial Statements December 31, 2021 Note H-Debt Debt at December 31,2021 and 2020 consists of the following: 2021 2020 Bank debt—equipment financing $ 23,549,454 $ 27,421,040 Bank debt—building and land financing 3,871,995 4,419,654 27,421,449 31,840,694 Less: current maturities (8,965,490) (9,891,127) Long-term debt $ 18,455,959 $ 21,949,567 The Company has a collateralized revolving line of credit with a borrowing limit of $30,000,000 that terminates on July 31, 2022. Drawings against the line are collateralized by certain SAK assets. Under the agreement,the Company has the option to draw money at a base rate which is dependent upon the,lender's commercial rate in effect on such draw date, or at a rate that equals the current LIBOR plus an applicable margin (2.5% to 3.0%) based on SAK's leverage ratio. In the event LIBOR becomes unavailable, the line of credit agreement includes a replacement rate of Term SOFR or Daily Simply SOFR plus basis points. At December 31, 2021 and 2020 the Company had no outstanding borrowings. The terms of the agreement are such that the borrowings are classified as long-term debt, if there was a balance. The line of credit includes covenants related to net worth, leverage and fixed charge coverage ratios. The Company was in compliance with all covenants as of December 31, 2021 and 2020. Letters of credit of$700,000 have been issued at December 31, 2021. These letters have not been drawn upon as of December 31,2021. In 2014, as a part of the line of credit agreement, the Company entered into a building term loan for $3,800,000. This term loan was used to refinance the Company's 2010 corporate facility loan. The term loan bears an interest rate, which varies monthly, equal to the current LIBOR plus an applicable margin(3.0%to 3.5%)based on SAK's leverage ratio. In the event LIBOR becomes unavailable, the term loan includes a replacement rate of Term SOFR or Daily Simply SOFR plus basis points. Principal plus the respective interest is payable monthly. This loan matures on July 31, 2022, when the revolving line of credit matures;however, it is management's intent to renew both the line of credit and the term loan. Therefore, the term loan is shown on the maturity schedule based on the 20 year amortization period. The balance of this loan as of December 31,2021 and 2020, was$2,334,000 at a rate of 3.56%and$2,526,000 at a rate of 3.95%,respectively. -14- EXHIBIT'B'-page 24 of 91 SAK CONSTRUCTION, LLC Notes to Consolidated Financial Statements December 31, 2021 • Note H-Debt(Continued) In 2015, the Company entered into a term loan for the purchase of additional land for $250,000. The term loan bears an interest rate of 4.0%, and principal plus the respective interest'is payable monthly. This loan was paid off in full in 2021. The balance of this loan as of December 31,2020 was$171,360. In 2018, the Company entered into a term loan for the purchase of a building and land in San Antonio,Texas for$748,000. The term loan bears an interest rate of 3.25%, and principal plus the respective interest is payable monthly. This loan matures on December 1, 2025. The balance of this loan as of December 31, 2021 and 2020, was $560,405 and$629,251,respectively. In 2019,the Company entered into a term loan for the purchase of a building and land in Kansas City,Missouri for$1,275,000. The term loan bears an interest rate of 3.25%, and principal plus the respective interest is payable monthly. This loan matures on March 1, 2026. The balance of this loan as of December 31, 2021 and 2020, was $977,590 and$1,093,043,respectively. From 2017 through 2021, the Company purchased machinery and equipment and subsequently borrowed cash against the value of the machinery and equipment by entering into several collateralized long-term debt agreements. The loans are collateralized by the financed assets. Most loans have a current fixed interest rate ranging from 2.83%to 3.67%. The weighted average interest rate as of December 31, 2021 and 2020, was 3.07% and 4.13%, respectively. Principal plus the respective interest is payable monthly. The loans mature at various dates from June 2022 through December 2026. The balance of these loans as of December 31, 2021 and 2020, was $23,549,454 and$27,421,040,respectively. In 2021, the Company refinanced the San Antonio and Kansas City building loans, as well as 16 equipment loans to take advantage of lower interest rates. In total, $13,583,349 of debt was refinanced, which reduced the average interest rate on these specific loans from 4.55%to 3.09%. -15- EXHIBIT'B'-page 25 of 91 • SAK CONSTRUCTION, LLC Notes to Consolidated Financial Statements December 31, 2021 Note H-Debt(Continued) The current portion of long-term debt at December 31, 2021 is $8,965,490. The aggregate maturities of long-term debt are as follows: Years Ending December 31, 2023 $ 7,516,063 2024 4,618,021 2025 3,052,286 2026 1,895,589 2027 192,000 2028 and thereafter 1,182,000 $ 18,455,959 Interest expense on loans and lines of credit totaled $1,261,117 in 2021. Interest expense on loans and lines of credit totaled$.1,740,226 in 2020. Note I. PPP Loan Payable On April 16, 2020 the Coronavirus Aid, Relief, and Economic Security Act ("CARES Act") was signed into law. The legislation includes provisions for expansion of the U.S. Small Business Administration's 7(a)Loan Program to support the new Paycheck Protection Program("PPP"). The Company applied and was awarded a loan in the amount of$8,711,700 under the PPP in April 2020. Loans under the PPP can be forgiven if certain conditions are met. The loan bears interest at 1%with any accrued interest to be forgiven with the principal balance. This loan is unsecured. Accrued interest was recorded throughout 2020. As of December 31,2020,the PPP loan payable balance was$8,711,700. In 2021, the Company received forgiveness of $8,688,481 on the principal balance. The remaining principal of $23,219 was paid off to the creditor. At the time of forgiveness, the Company had $110,689 recorded in accrued interest. The total debt and interest forgiven of$8,799,170 was recorded in other income on the consolidated statements of income. -16- EXHIBIT'B'-page 26 of 91 SAK CONSTRUCTION, LLC Notes to Consolidated Financial Statements December 31, 2021 Note J- Defined Contribution Plan SAK's defined 401(k) contribution plan covers all non-union employees. The plan matches contributions equal to 100% of the first three percent of eligible compensation and 50% of the next two percent of eligible compensation. During 2021 and 2020,the Company contributed$1,081,919 and$996,972 to the plan,respectively. Note K Union Benefit Plans The Company contributes to 17 multiemployer pension plans under collective bargaining agreements covering union-represented employees. Approximately 43% of current employees are participants in such multiemployer plans. These plans generally provide retirement benefits to participants based on their service to contributing employers. The Company does not administer these multiemployer plans. In general, these plans are managed by a board of trustees with the unions appointing certain trustees and other contributing employers of the plan appointing certain members. The Company generally is not represented on the board of trustees. Based on the information available, the Company believes that some of the multi- employer plans to which it contributes are either "critical" or "endangered" as those terms are defined in the Pension Protection Act enacted in 2006 (the PPA). The PPA requires underfunded pension plans to improve their funding ratios within prescribed intervals based on the level of their underfunding. Until the plan trustees develop the funding improvement plans or rehabilitation plans as required by the PPA, the Company is unable to determine the.amount of assessments it may be subject to,if any. Accordingly,no determination has been made at this time regarding the impact that the consolidated financialposition, results of operations or cash PPA may have on the p flows. Furthermore, under current law regarding multiemployer benefit plans, a plan's termination, or voluntary withdrawal (which may be considered from time to time), or the mass withdrawal of all contributing employers from any under-funded, multiemployer pension plan would require the Company to make payments to the plan for its proportionate share of the multi-employer plan's unfunded vested liabilities. -17- EXHIBIT'B'-page 27 of 91 SAK CONSTRUCTION, LLC Notes to Consolidated Financial Statements December 31,2021 Note K-Union Benefit Plans(Continued) The most significant plan that the Company participates in is the Construction Laborers Pension Trust of Greater St. Louis, EIN 43-6142465, Plan number 001, which is a multiemployer pension plan under collective bargaining agreements covering union- represented employees. The Company's collective bargaining agreements with the union expire at various dates through October 31, 2022. As of the plan's most recent financial statements,April 30,2021,the plan was in the"green"zone,as defined by the PPA. The Company's contribution expense for this plan was $1,196,453 and $1,552,378 for the years ended December 31,2021 and 2020,respectively. The second most significant plan that the Company participates in is the International Union of Operating Engineers Local 513,EIN 43-0827344, Plan number 001, which is a multiemployer pension plan under collective bargaining agreements covering union- represented employees. The Company's collective bargaining agreements with the union expire at various dates through October 31, 2022. As of the plan's most recent financial statements, April 30, 2021, the plan was in"Endangered Status," as defined by the PPA. Subsequently, the plan has been certified to be in the"green" zone for the Plan Year beginning May 1, 2021. The Company's contribution expense for this plan was $700,216 and $875,202 for the years ended December 31, 2021 and 2020, respectively. The Company's contribution expense for all other multiemployer plans was $1,372,890 and$1,262,821 for the years ended December 31,2021 and 2020,respectively. Note L-Lease Commitments SAK leases vehicles and equipment from unrelated third parties under operating and capital lease arrangements.The leases will expire over the next five years..Management expects that in the normal course of business, most leases will be renewed or replaced by other leases. SAK had one operating lease with a related party, AYKE,LLC, who is indirectly a Member of SAK. This non-cancelable equipment lease expired in December 2021. The Company purchased this piece of equipment at the end of the lease.Lease charges paid to AYKE totaled $127,250 and $130,000 for the years ended December 31, 2021 and 2020,respectively.At December 31, 2021 and 2020,the amount payable to AYKE was $0. -1 8- EXHIBIT'B'-page 28 of 91 • SAK CONSTRUCTION, LLC Notes to Consolidated Financial Statements December31, 2021 • Note L-Lease Commitments(Continued) SAK is involved in numerous operating leases for real estate and vehicles under non- cancelable leases which expire at various dates through May 2026. Operating Leases— The following is a schedule by years of future minimum rental payments required under operating leases as of December 31,2021: Years Real Estate Vehicles Total 2022 $ 710,690 $ 147,047 $ 857,737 2023 338,170 59,312 397,482 2024 132,174 - 132,174 2025 21,908 - 21,908 2026 7,472 - 7,472 $ 1,210,414 $ 206,359 $ 1,416,773 Total lease expense, including related party expense, for 2021 and 2022 was $1,076,074 and$1,250,056,respectively. Capital Leases—The following is an analysis of the vehicles and equipment leased under capital lease arrangements: Value of leased property at lease inception $ 3,611,781 Less: accumulated depreciation (1,503,355) $ 2,108,426 -19- EXHIBIT'B'-page 29 of 91 SAK CONSTRUCTION, LLC Notes to Consolidated Financial Statements December 31, 2021 Note L-Lease Commitments(Continued) The following is a schedule by years of minimum future lease payments under capital leases together with the present value of the net minimum lease payments as of December 31,2021: Years Ending December 31, 2022 $ 645,595 2023 713,962 2024 388,207 2025 339,218 2026 159,287 Total minimum lease payments 2,246,269 Less: amount representing interest (179,260) Present value of net minimum lease payments $ 2,067,009 In February 2016,the FASB issued Accounting Standards Update No. 2016-02, Leases. The new standard establishes a right-of-use (ROU) model that requires a lessee to record a ROU asset and a lease liability on the balance sheet for all equipment leases with a term longer than 12 months. Leases will be classified as either finance or operating,with classification affecting the pattern of expense recognition in the income statement. For private companies, the new standard is effective for fiscal years beginning after December 15, 2021, including interim periods within those fiscal years. A modified retrospective transition approach is required for lessees for capital and operating leases existing at, or entered into after, the beginning of the earliest comparative period presented in the financial statements,with certain practical expedients available. The Company is currently evaluating the impact of its pending adoption of the new standard on its consolidated financial statements. -20- EXHIBIT'B'-page 30 of 91 SAK CONSTRUCTION, LLC Notes to Consolidated Financial Statements December 31,2021 Note M-Unsatisfied Performance Obligations(Unaudited) Unsatisfied performance obligations represent revenue expected to be realized from work to be performed on contracts in progress and any change orders in which the realization and collection is probable. Additionally, unsatisfied performance obligations represent revenue expected to be realized from projects that have not begun as of December 31,2021. These projects represent new signed contracts or projects the Company has been deemed"Apparent Low Bidder."The total unsatisfied performance obligations are $492,609,312 of which $380,444,462 is estimated new revenue on contracts in progress and $112,164,850 represents estimated revenue on contracts for which work had not yet begun as of December 31, 2021. The Company estimates that approximately $297 million, or 60%, of the remaining performance obligations at December 31,2021 will be realized as revenues in the next 12 months. -21- EXHIBIT'B'-page 31 of 91 f' f, MI 636.35.100 x 636.305.1100 fax t; i • a SAK ;,•- 864 Hoff Road O'Falron,MO 63366 Pipeline Inliasrrfrcture.Solved.'" www.sakcon.com August 23,2021 i To Whom It May Concern: Joe Feuerborn,Vice President and General Manager of our CIPP Division is hereby authorized to sign bids,extend offers,submit proposals and execute contracts on behalf of SAK Construction,U.C. Boyd Hlrtz,President-Tunneling Division is lien eby authorized to sign bids,extend offers,submit proposals and execute contracts on behalf of SAK Construction, LLC.CJer P.Shaw,Jr. ( Q ( President SAK Construction, LLC State of Missouri) County of St.Charles) On this 23rd day of August,in the year 2021,before me,Barbara Marler,a notary public,personally appeared,Jerome P.Shaw,Jr.proved on the basis of satisfactory evidence to be the person whose name is subscribed to this instrument,and acknowledged he executed the same. Witness my hand and official seal. i&l.,i Wit..-.". 01i---e l- NOTARY PUBLIC BARBARA MARLER Notary Public-Notary Seal l SEAL State of Missouri ' Commissioned for St.Charles County My Commission Expires:December 19,2022 Commission Number:14126252 EXHIBIT'B'-page 32 of 91 UNANIMOUS WRITTEN CONSENT OF THE SOLE MANAGER OF SAK CONSTRUCTION,LLC Pursuant to Section 5.3 of the Operating Agreement of SAK Construction, LLC, a Missouri limited liability company (the "Company"), the undersigned, being the sole manager of the Company, hereby adopts the following resolutions for the Company and consents to the taking of the actions therein described, such consent to have the same force and effect as a unanimous vote of the managers of the Company at a meeting duly held on the date hereof: RESOLVED,that the following individuals are hereby elected as officers of the Company, to hold the offices set forth opposite their respective names below for the ensuing year .or until their successors are duly elected and shall have qualified,unless sooner removed by the Manager: Thomas Kalishman Chairman and Chief Executive Officer Jerome P.Shaw,Jr. President Boyd Hirtz President-Tunneling Division Joe Feuerborn Vice President Roger Archibald Chief Financial Officer,Secretary and Treasurer Steve Stulce Assistant Secretary and Assistant Treasurer RESOLVED FURTHER, that any and all action heretofore taken, and any and all things heretofore done, by any director of the Company in connection with, or with respect to, the matters referred to in the foregoing Resolutions be and hereby are confined as authorized and valid acts taken on behalf of the Company. RESOLVED FURTHER,that the foregoing resolutions shall replace and supersede any and all prior resolutions appointing officers of the Company. Dated as of July 1,2020. /� 1 • Jorome P.Shaw,Jr. BEING THE SOLE MANAGER OF THE COMPANY • EXHIBIT'B'-page 33 of 91 - • • State of Indiana • Office of the Secretary of State CERTIFICATE OF AUTHORITY • of • SAK CONSTRUCTION,LLC • I,TODD ROKITA,Secretary of State of Indiana,hereby certify that Application for Certificate • of Authority of the above Missouri Foreign Limited Liability Company(LLC)has been presented to me at my office,accompanied by the fees prescribed by law and that the documentation presented conforms to law as prescribed by the provisions of the Indiana Business Flexibility Act. • NOW,THEREFORE,with this document I certify that said transaction will become effective Monday,August 13,2007. In Witness Whereof,I have caused to be �� 5T/�7`�► affixed my signature and the seal of the ...•, State of Indiana;at the City of Indianapolis, August 13,2007. VP% Cia (247.11, 3 •", _ �►•% r : TODD ROKITA, • •, ' ! '';, 0'Ar SECRETARY OF STATE tele • 2007081400195/2007081466732 • • EXHIBIT'B'-page 34 of 91 • D®�um�nt A SAIAA3IOTM ® 2Q10 Bid Bond SURETY: This document has Important CONTRACTOR: (Name,legal status and principal place ofbusiness) legal consequences. (Name,legal status and address) Travelers Casualty And Surety C ompany Of Consultation with an America attorney is.encouraged with SAK CONSTRUCTION,LLC One Tower Square respect to Its completion or 864 Hoff Road Hartford,CT 06183 modification. O'Fallon,MO 63366 Mail Notices To: Any singular reference to OWNER: Contractor,Surety,Owner, (Name,legal status and address) Travelers or other party shall be City of Richmond Attn:Surety Claim Dept. considered plural where 50 North 5th Street One Tower Square 2S1A applicable. Richmond,IN 47374 Hartford,CT 06183 BOND AMOUNT: Five Percent of the Amount Bid dollars($5%of Amount Bid) PROJECT:2022 Sewer Lining Project (Name,location or address,and Project number,if any) The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(I)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as maybe specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. } Signed and sealed this 12s' day of July, 2022. SAK COIgn.ICTI (PdncfpaP (Seal) (Witn ssr5NutusA.44.Nittsur,Oi-Isus ,^L Do dA1� a+z, dexck' (Title)' _rev lens C i d line Co n Of Ameri i (Surety) '(Seal) (Witness)Dana A.Johnessee,Witness , (Title)Andrew P.Thome,Attorney-In-Fact • Init. MA Document A310°4—2010.Copyright®1963,1970 and 2010 by The American Institute of Architects.AU rights reserved.WARNING:This AIA;Docu nip it is protected by U.S. Copyright Law and International Treaties.Unauthorized reproduction or distribution of this ALA Document.or any portion'of,,it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.Purchasers are permitted to reproduce ten(10)"eopies;of this document when completed.To report copyright violations of AlA Contract Documents,e-mail The American Institute of Architects'legal counsel,copyriahtelaia.ora. cams EXHIBIT'B'-page 35 of 91 ACKNOWLEDGEMENT FOR CONTRACTOR ACKNOWLEDGEMENT FOR CONTRACTOR, IF LIMITED LIABILITY COMPANY • STATE OF Missouri } COUNTY OF St.Charles} ON THE Ian DAY OF 5u , 20 as ,BEFORE ME PERSONALLY.APPEARED Ind -I�l"Y�x TO ME KNOWN AND KNOWN. TO ME TO BE THE Wesicivet OF SAK Construction, LLC, A LIMITED LIABILITY.COMPANY, DESCRIBED IN AND WHO EXECUTED THE FOREGOING INSTRUMENT AND ACKNOWLEDGED TO ME THAT HE EXECUTED THE FOREGOING INSTRUMENT AND ACKNOWLEDGED TO ME THAT HE EXECUTED THE SAME AS AND FOR THE ACT AND DEED OF SAID LIMITED LIABILITY COMPANY. ).?••Pp•��6' My Commission Expires .NOTARY'; : March 30,2023 ( , EAL.: St.Charles County -../ c 9 0fM�SS,' Commission/115634377 Notary Public EXHIBIT'B'-page 36 of 91 State of Missouri County of St.Louis On 7/12/2022, before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn,personally appeared Andrew P.Thome known to me to be Attorney-in-Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation,and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. Dana A.Johnessee,Notary Public DANA A JOHNESSEE NOTARY PUBLIC-NOTARY SEAL ` STATE OF MISSOURI COMMISSIONED FOR ST.LOUIS COUNTY MY COMMISSION EXPIRES SEP,20,2025 JD#13516439 My Commission Expires: , EXHIBIT'B'-page 37 of 91 • Travelers Casualty and Surety Company of America ANL Travelers Casualty and Surety Company TRAVELERS J St.Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint ANDREW P THOME of CHESTERFIELD , Missouri their true and lawful Attomey(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be.here to affixed,this 21st day of April, 2021. e Sta �ly� i,fie N.bf ' 0 ,s State of Connecticut By: / . City of Hartford ss. Robert L.Rane , eniar Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. „ /614IN WITNESS WHEREOF,I hereunto set my hand and official seal. �' �i��G� ...on My Commission expires the 30th day of June,2026 * �I'" al..4 PUE1t0 Anna P.Nowlk,Notary Public S kVE This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,which resolutions are now In full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-In-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances, contracts of indemnity,and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her:and it Is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of Indemnity, or writing obligatory In the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a).signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 12th day of July , 2022 . l0 Q, °,}lY AN°a a 5•h a HA MM W HARTFORD, 1 E' motet ' - . ca.� e COWL . , �,� dt ,A1 it p•' £nEHu9he( tantSecretary To verify the authenticity of this Power of Attorney,please call us at1-800-421 3880. Please refer to the above-named Attorneys)-in-Fact and the details of the bond to which this Power of Attorney Is attached. EXHIBIT'B'-page 38 of 91 • • • TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD,CONNECTICUT 06183 FINANCIAL STATEMENT AS OF DECEMBER 31,2021 CAPITAL STOCKS 0,480,000 1 ASSETS LIABILITIES&SURPLUS BONDS S 4.427,088,873 LOSSES S 1,224,258,147 STOCKS 90,892,083 LOSS ADJUSTMENT EXPENSES 157,268,812 CASH AND INVESTED CASH 3,978,380 COMMISSIONS 49,977,844 OTHER INVESTED ASSETS 4,609,133 OTHER EXPENSES 46,607,690 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 7,433,086 TAXES,LICENSES AND FEES 16,655,025 INVESTMENT INCOME DUE AND ACCRUED 37,877,324 CURRENT FEDERAL AND FOREIGN INCOME TAXES 1,972,277 PREMIUM BALANCES 294,081,729 UNEARNED PREMIUMS 1,212,347,629 REINSURANCE RECOVERABLE 70,677,646 ADVANCE PREMIUM 1,824,313 NET DEFERRED TAX ASSET 60,156,980 POLICYHOLDER DIVIDENDS 14,256,052 OTHER ASSETS 3,286,703 CEDED REINSURANCE NET PREMIUMS PAYABLE 47,473,619 ' AMOUNTS WITHHELD'/RETAINED BY COMPANY FOR OTHERS 42,097,038 REMITTANCES AND ITEMS NOT ALLOCATED 10.579,448 PROVISION FOR REINSURANCE 6,873,132 PAYABLE TO PARENT,SUBSIDIARIES AND AFFILIATES 40,373,235 PAYABLE FOR SECURITIES LENDING 7,433,086 ESCHEAT LIABILITY 537,132 RETROACTIVE REINSURANCE RESERVE ASSUMED 816,092 OTHER ACCRUED EXPENSES AND LIABILITIES 250,005 TOTAL LIABILITIES S 2,881,698,277 CAPITAL STOCK S 6,480,000 PAID IN SURPLUS 433,803,760 , OTHER SURPLUS 1,078.177,870 TOTAL SURPLUS TO POLICYHOLDERS $ 2,1.18,481,838 TOTAL ASSETS S 5,000,059,915 TOTAL LIABILITIES&SURPLUS S 5,000,059,915 STATE OF CONNECTICUT COUNTY OF HARTFORD )SS. CITY OF HARTFORD MICHAEL J.DOODY,BEING DULY SWORN,SAYS THAT HE IS VICE PRESIDENT-FINANCE,OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, AND THATTO THE BEST OF HIS KNOWLEDGE AND BELIEF,THE FOREGOING IS A TRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 31ST DAY OF DECEMBER,2021. 1 ate ?J a,9cj-' VICE PRESIDENT-FJNANCE U SUBSCRIBED AND SWORN TO BEFORE ME THIS NOTARY PUBLIC 17TH DAY OF MARCH,2022 SUSAN M.WEISSLEDER Nonny Public .11 I 1 �s , My Commission Gaplres November 30,2022 I0? EXHIBIT'B'-page 39 of 91 to E k ,• 52 H .E b H G; b e 5 C E; t' b C,b� "6 o y 6 6b 6, 6 E 2 6V. tr .Q E to 8 b 6 !v N 6; i 5 m 8 8 m m y N 2 y o o g o ce ,, x SE. 0 8 8 0 $ o $ au o A n $ 8 8 0 5.8 $ m 8 N a C r N A3 a • a P 5 a g. e a S 5 P 't e E 0 - 0 re 0 0 0 0 0 0 F F afl: a a a a • a a k a _ a g a ' o ° O ° 0 'U 0 0 O U O ° O O- O YY • 5 3m E P E E a a4 p .5 52 5 5 e a E @ E a 8 r 8 E m m t �° m ' m m m m I 5 I ffy 'm $ N 3 E c c m X. B ; Q 0 m ° ° .O 0 ° Q• a G t • f. p rc to.. ma R d 5 do o m q_3t aS d $ Ram g ti a fol. z SO A ° oe� "R 42 -$ E$ ,4° io f d i $ Ea E€e $ z � E� o4 gn a E 3 g ' • 3 85 g o N1 oft m! 8A °LL en$ 84 _g 8A E n c6I o 2 oa ' No r3 _'N a 'N Na v0 'alZ r2 N O o u Y Q h 1. g a a A ma a S 5 W o o �#' O aE a m€ i H ` H yP H 6 aaDE8rT ir $ '. e ` o ag 5N 48 an n4 g °® € . tN 13 A2 °m sS Els 8p idm dm ,8 m022. Ex sg® oa 8 s a a= 8a �a c.a. a gaag ae ragi l " ° ra8go b m N . u § ' w m r A 3 8 iE 8 U ° ix r. 7 > y � 2 2 z - A > "" Y � I S • S d E a E N .13 "� u �o o` F 'O.', R E r m 14 t nm a o8 s 5 of ° 1, u4 0$. oo •01,1 di o.. °fi oo - E r`c va �¢ el. LLa _ 28 W�q r¢ a� .t�;; 4g of M§ nn 8 Co 64 cZ N n e 5 g nab u3 c g $ '2 4s am d4 84- s" sm a H� 5a . u r5 EA . o A 3 LL n °'' N N� ws m g Ea 3C °= u''i ; ins m tn'� z y 9 a°G 9i S 5 r - m u 5 N Z m a s g a x �. a. 5 0 LiE E s E s s A s $ a 6 EXHIBIT'B -page 40 of 91 i N m ~ M ,^ Iw 0 �l m =p : b , b b Fa- b 53 m b 8A Q o SC ' ' a 7 G ij - m xx E $ o 0 0 0 o A o o g'o o g 8« o o $ g II m g a A 9 Q n u w w, w w .1 w w al w w w w w n w e 12 E m As, , ? v is o 0 d.I- LL D_ d g: Rt t a a a a a a a V u 0.u u o U o o u o u o u u u g = 3 a5 Q 2 r • x Y m m m m- m� g5 m' 3 2 u g 2 ill 0 m m 0 O O O O 0s. p a" o • $ n E o c o n • u` L r a 3 e zi w p m e c w c E ¢ < wig ¢ ¢ ¢ rc 8 w g �- v 6' 2 ' 2 E E r p 4 'a m '- G u' u u trS cr3 u 13 �. CL 0. o- - E n g, . > u tM `6 Y2 Ym ff! 9� 30 92 `o 3,.2 ii2 3w 3EI 9P. Qg as <0 0 ino pa 'a "E ei gs gs o3 QA r ii 'il �E Z` zo o u a y c 'S 5 qq S to n E E E E E E cc c e E s__ oN 'a 8 �i E E o 8 .0 8 8 u 8 8 u a a E -R2g eNs o.^ m"' _tea -An �^' dr4 -ice S� R� a e^n tg a ? .4.A 3,E o= Fay 1= 8=5 Bm ngmng: 3� sum u� 1 A cin� u � use Rz6 ww?v om vg IT?. =q.� xw� aroR 1,tR ma me • mV 1 �m�• 1mc gip >NE Ego ca , 2Bg s.e; Mat =a il 520 iE _'^, oy5 m`ac a may 0., = a.13 �.a Da 32a 3aa 3.', 3..a 3.�a 4'°.. .. '. h W is N fA N N w o -9 .5 E 55 2 5 0 5 < 5 _ E -6 v Y A N - 55Ti - m 2 .2c C 3 3 3 3 g 3 3 3 0" 0 8 "s a a 0 0 0 0 n 8• cs LL3 o m Y• ,. o o v. o $ b I. L 0 £d. p J H oo ( di N ( N ii i N m g.-4 l�q i w i V e U U a^o` 3' it 4 Vo' 3 It' 3i 3i V$ 3$ 3" 3 03 de 6 1 'm 3 m d$ o N D G O u g aQ a o _- 2 ag u o .0 as m 'J ,, 8 m m u u u a 2 i. c S o S V, $ a g G 2 8 o m EXHIBTT'B'-page 41 of 91 • F 6 6 n 14 ' 3 6 6 6 6 6 ingN ,7ry .6 6 n 6 6 a 6 6. b 6 m m a g 8 E 2m g T. n m m n LL V - a € gm a o e r o ul13 S S CO n H ^ g w y h m s a n m m m m E - 2 5 a `a e a a m g _ = S Y a V g f o m s f i f 2 g f s . 2- 2 a d a a & n a a a a a a a a a U U U a U U aU U U a V U o $ P, a .wp w £w w w E. a` s' mn m m� i^ o C^ SI H m p r a a a a a O r r r ' '- r aWo. cc a" cc a a Y Pc g R a P . W a 8 E t E a E 5 O m o . ta o 2 . a Y m $ <„ II _3s 3s 3m6 : 3� 3� N . � °n 3: 3e 3^ 3IE. 0 2N ' ELF F.. to :o .po ,ho Po {0 bo o bo no na to Ua zo 'nfi S 34 . -a - •- A'. m, •! w s 1 2- m -, e og e z 1 Q R ilk • ;z 83 13 - 03 ry w3 g3 $3 13 Q3 03 o Q Y1 ;j i b .0 a I . b .M 2 SC+ E E E E E E E E E E E E �p p E E E E E E E E E E o o `g �, s u 3 u S 3 u 3 S 3 u a a `� r� rm r -m8 _�� rH �^ r rH r� E° u'E 3Sa u€S Q.�m c1 __a �$ am miE iii` $=m lt,9 . -g 8fnm • am .q yc$ "Ani iii ' :uig C1 3'721 imi =t9 PI =Cam Dy =yel =NN w q Y 9999 R Y . go m2 R i R LL d ��� �`_� 8 r $, ' Up: Q 3. 3;^ 3€mitg 3a^ 3 12 a. "aa a na 6:p. ga U�g,a Ca Q. ,a ma 2a a ya ya G H m � c � c c c c c o c6 g P m t m s a g `a H . . m 5 . 3 : .3 5 b y f, 3 3 3 3 3 3 w 3 3 3 3 3 3 , S Zg o ,S:tz 0 0 0 0 —1. E. 2 2 $ 2 2 { a a 3 s a 3 a at F..."?' pc Pc' a c a 3 a u a m I. e 3 u x R t R 3 2 3' f 1 3 o r f f d E g E E f i 'p ci`c ti ti c d � � d& o C E7 ti �.E u�. Yi V (10, y 2 N 2 y//2 N Z 02 Z m Z =o m 3 U� N B N 3 N 3 N 3 a 6y S 3.: 3.r 3.7 3.: 3� 3.. At., 3^ 3-' '3 3^ 3" 3^ a a c a a 3� 8 8 S yc ti N � c u c a a o a _ n m ry E a a 3 s a s S. a ' a a . m 2 _ ii EXHIBIT'B'-page 42 of 9• N CS! t• 6 (V ti liti a N m H H^ ti ti ti 8 - 2" ti,m ^ 6 9 .- ti tik e b b m 6 tic, tig ti 5 bh 6 bN g b m .. 6 8 Fl b fa 8 .9 pa s r. s = 2 I I m p $s m N ti s o 2 m 8 iE �b °� $ X g X X X e g aB bbbb �' 8 8 U N N la 8 8 N 3 $ o u� F m h - w N S w a w � 8 m a 8 sE e ma ea n ' m a ma o a ti a 5 zz a E a S a S U s f 5 °s "d Q "d "d d I I 5 5 x a n a n a a a a a a a a a a a 6 U a V .a m V V ci a 6 a a a a a a a U tg W A 2 3 Za e 4 I e I _ '� I 3 .@ Si 6 E '� m m m' m' R .n E E a E a m �� '� A n 3 S E g 5 O O 0 ap 8 �- -- R 9 I ik " i u u q & u N ' r R '�' c'mf7 K 8 8 8 8 A Z y E w g g I 2 ITV, r z z a z rE. z H 5a� 8 .8 8 . 8 a a 1 E E " m ma m o8 �� go 5rm m8 'n 8 oq 58 O E 10 nm no 5 gg 4.2 g lff. aLL7 -5 I° If N%5 1n„5 2 a ri 1 n LL .IL v u a 67 6= 6e o8 54 3�" 3 3�a 3 3Nv a- a'" Im im' g - N gg L g. 21 2EEF 3 fig` s p3 �E 3 a 23a' 23 ER¢ Ea¢ .E z . B m 6m N N N N NN Nm Nm LL o LL t p m m V N 8 c. Vf z n m II . S op Y. m IS e a U U U E P .ti m m b m c a $ g W W 3 E _ -m _z -i . E 5 m ° a c a` _ u` n m E LmE _`Oe cm �. 1m a g WI Rt 8 ��--d 8 'al 'I-3 17n.1 pe'- .Il m 1 �mm ��8 &�o� a�a W��� '"2 "N o`--® -AT aN� 3 W ? °'`�'-� a�� Ng N® N® t o off' E ® mRE 1ER 14 8 3 Aga 31aa "1 Mt m9 a g22 - P.eg WI T,n �F1LL �qfy c ` c a a 5 E A _ z _ o m _ g a` f a -a E; , s� E Y g 9 E g. E 3 `� 5 m a 8 8 -7. E. b 3 3 3 33 n 3 .b u . S m N a a 8 A ill? 3 o8 8 3 Z o a 9 9 .4 r c 8 0 3 a `8 S.m, s� 51 5Et $.: ~m _ z 21 2E 23 . me i �� u.il r �5 0p o� ffie a b am 'off g cif 0, c I, -m iv. =m -M 11m sn , .: , 'or a.. o �m�nn3 viaN cs _`E °n �'r �.7 �n x.: eo 2h az y` 3" 3.+ 3 8a as a i" H -A`m_" °a _<' °z A a a m@ m g a o o 0 0 0 .., m'g m 5 d m .'n d E a C N E 8 N 5 "¢ d u i N ' " g .: a c N o a a. $ 7.7 7. N E a 8 s S ffi a g -EX-IBTT'E'-page 43 Of 91 2 6 N C CI C61 N h b 6 - r' N mY 1. & F A m to H 6 r - r. - _6 ton H n o �+ 1.- ''"' r. o m 04 s;' Fin ti 7-R Fi --P. H N _ N - b b to bN b' S b b °b b b m m 6 6; fa y 6 b N m OCO u o a P. `au Agym o E E F 9 3g2 2 'v4 u a t E ae x x ae x x x . .tE g r A 9 8 p 2 2 2 n ga Q m y w o fd w 8-; w aw w w w w w n a '❑ ' m A m m m m m S 'm n - 5 n r. of 8 v' ? r m n g a ? E 3 YY1 yy < Y Y Y Y Y Y J E H H o m o 2 f a 2 3 a a a a a a a a a a a a. a a ° 0 0 ° 0 ° ° (-5 ° ° V ° U ° U o a a. I $ E $ E ; .flc g8 m` i 6 m -A E I Ia rc ¢ ¢ J • a a a a a a m Y A 9 S .Ag O y 'O 0 a S O o f k y m F7 °-� "S K a C a S . S $ o m 4 f U' o a' o � y cg mm 3o m M IS 3S mS gg do a 2 0g a o o$ a Po' 65 yb- e^ qn 0 03 ym =❑ ym y0.� YN �o mz X 0 0 o c 0 G 2 0' NY dY CY NY aY @ �2 K pf �� �g d t, 11 = y5 y= yS w'S z om5 f� .-,5--.' aF .1 9 f� E o' o z No Nyo oh- „0 y0 g'2 a^ Ry a2 3 ny Rd Rd am fmv'N O m m a - - a x Q N ' c E 4 N V V Ae g it o o a a 4Q o • F F u v - m qb� £y p 3 3 3 =i 3 3 o mm E E m E E E E ° E .og g g m8 E§o E 'E 908 J 8 E a L x 8 m 8 m �s bua�� cA yn EQ E illy E Um a Cm U'$ 88 884; ENm rogi l UV ivg EVI-4 08 mgE =RE ;m2, mn� gE 1 OS ❑c Z Nis iZt iVqq ^3c a a Na via oa ' fan Za- oca`c.° oau. 2a- MI =a- oec Ea- E E n E gm' 9 c _ e m m 3 2 ' u 1 c l' g u 0 if m m m m m E. s s a 3 a E. ` -3 3 ; ? d 3 3 a a w 3 ffi E e L a Y` w b m a 1-4 - 23 N N 5 Y m a . E < : C t C ¢;; ui u C �a 'o n .�. n F Q G' G u o C N ❑ •J C = c , o '2' x.:°. '24 2y 2a 52 .. d j a m € 11 o S E.A `R e~ m 0❑ u'� m g E,❑ gr.. g o u m 2 z gM ug ug D $€ uz 'o -N LLg - eE Vg `nd di .3" z °C5 3� N4 e6 _92E 32e se aV,q O F. •m• i G V. i 1 p P. & N V =o N} NZ �.c NL ,m Ev yg. a o y 53 3 i z° t V c u° m g A �u c` -�� -,E 'S 'C _ '❑ - e 3 E f c of 2 u u u 'h. `o L a o ❑0 '❑ ❑❑ a -fa, V e L t7 u u u a V c E. V 3 a e z .8 y N2 2 n N f SEX-IIBIT'B -page 44 of 91 1.--, 1,-, g m r m c. �k 10 2 - �6b m Q ' m Him b & i b% bN. bc'.r m H H m !a VA N CO ,a * gg e e e e e * e g ' g e pEo 8 8 8 8 8 8 8 S V. Y $ m o �_ 0 8 $ m o 2 P a . a.'o, �' a m P F. § s m 4 8 = 8 M w w a w b u 8 0 m F. - m COh. = m m m 0 o ' 0 x f °s u s E 8 g S a a a a a a a a a a a a a a E.-o U U o U U V U U o 5 5 U U U }};;- s € € g Y. € g gee �9 " F r a a m m ¢ o m o € e P a. "E '4 „ 8 m m m $ a �o m n q m w E e " E r = E F ' m ' 'n 1- FRF 2 A Z -. m o (7 U' U ffg U U a m y 0. 0. 8 �7 .i 30 30 3m « _Zm um $ P. E' go 12 m .". 3q0g& z Z • it-“. EgN E, E8 mE• 5z yg E < gR yg fV ¢o <' -h. m a E E 1:- 11 'd� gl Fg 6 ig go �r sg U ro m2 o n g 3 og ws8` of irN $3 Aw a 2. ny oF 83 �o; aE` p m m m �' 3 m� No; m a - 3 N a 2 e z 9 L c U c o :5C a, a $ m t 5 v e G § u s E ! ° B g m I _ 'o E 1 E F m n E 3 a o m o 2 CO f, E '9 E V4 WE g u°n 'r m E E L t' E E s i °.,, E 8 ,am1 DI b t 2 Hm8 ` . um «a^ 041 E.2E UI .E «'B E m€ 1th mm8 5Aq:1i Il 4 a@l ovl IN m ' .@:i I ''m'-® dLE :1-3- SE'm'!@�-m� =M Nr � 684 3m Nn>= su- sa- -�c� ao� 1 6 E 4 E 2 a — E a .6 E 6 s 0 s 4 3 - 3 0 0 2 a ' 3 3 y o r :2- c . m m m s 'a Y ❑ 1° a N EE I N b e t 'c g e $ G P a m m= mo = c2" 2 m _ 3 4 E "�R �5 �5 o. ?yc on sLL 4 : c, rl or Ei �E 1" m Al a� Off3 A A AA it N yy 1 g�+ i � cg`c o o g� > -'_� mE E� �i� o c r C a g 'gig I a n EE Ey Ei 0 5„ Hf 1,' in« Ei m o . - 2g 194 p..2 a'c a c F.1 m _ 9_a g 31. a, x am, o e m_ „c E E C .2 g a g mm.a .a 4 a - '_ = 0 9 z a 9 a i. • s z. E a o8 ti -E:XHIBIT'E-page 45of91 • F. N N °�( N 6 I P m •k ". N b 8 m 8 .q., n N j cz n r� N m 9 to 1,4�i w ry .- 6' ('N m ry N . m m rN b fa- m H i e n 6 N Zo S m. 6 n b N 6 g _ I m 8 PI $ 8 m N e n 8 8E 8 8 m m . a' g ;� X ve S :e ;e g X a 0 8 g 11, t2 2 2 2 O m o 8. vm o 8 X 8 S8 m mul E.E rt g m 2 g 8 r U a w Zr; 8 n 8 w « h w N 8 u, w i'4 w a • a m m m m m m a g Z 5 z g O U g U E .. 5 • a a a a a a a a a' a a a a' a r- a a a a a a a a a a a a a a • o U .0 u U U co U U V o' U U U O o e' a .� t • i n U U f 3 s vm a 1 2 N a g � _ { I b y�1 �_ m _>' m a o � m 8 s r. m` m ty c .s c a g m E ` (7 'm x Y p = a 8 = o a a c 'y) G 6 E E i a j G E a e o” m N m m8 a 8 • 8 3l&ti Es 5g dR uR Hg ga v u mi S� oo a Z N8 .-cz be Ne NO GV 88 2V- 88 8 gr To N8 .N0 aQ Q u O • m1- N` O f, y❑ ma m - O o co Z Ng S. tim.2 �s gg S a f� o d U <m ,E a S - n~ .- _Y pm but to'gg, om at' goo Up at E-V-' =2 mg a.r of oa' 8c ZN o 1 E'•E 3 a' m 9 N O O-r`o Use z_LL -S 8 E g a kg 8 3 U &m NN g3Pu E N8 p- $3 so Eg NVl c m n� N all 83 Q 0 J ' • 2 m m Y x 3 8 4 m U. > e c U et m _ 8 q+ .in E O s 4 4 , 2 g u E e 6 E c g b� ya E c a q e c $ s o _ c p,_ 1 m 2 m N E m m m 4 E m i n N cn M 8 a N E 3 '! M ,n E Y'n o N .! e e m,.m .. o G E d .o gm$ 67, c4 98 at ,E R1 Em ry c7a wai o rvc idi 17., w scr,! amim;w o mm E 5 _.0 .e1°.gm'E 3TA1mma �- m m 4 U,mi2 3 .4A ~ t gn0 d Y =c�e;sEm Em m® 8 ma� 2`ni 1. n Q.lC �Um ,me -tag Ea4 2 111G . 201 PLI V".a m $e- .° N .e 2aF o-a yaI m m eae el 6S g' 3 g , - t 41- ,0 3 a g ., 3 N r o m c2 ' " 8 a` e t e ° q y • ¢ N ] 'X 8 U) yl N U) V r s k i p S E e; c E- g 8 1 : 8 <$a a €z z = °s pC m if ugm3q _ pp ,E. z$ II f$c iI I � sg sa d Et Em4° 0S "mwc c m o2 �8 cE �u EE 8 Eu �» f J_ m z m 61 'Egg -Ery tm ma .1 3o w AA d B mE m tn� �` m� SN 33 a '8 3 � ye t a? -$ Z q - a J N N n m P g m Z a3 a Fri - I e u Em i- ry - ea. 0C '2 3 2 n 8 m gil wEXHIBIT'B'-page ,6 of 91 i N k N iik,A n n 1 ' N i°v "m 0 b m b M zr, Nt0 Fy 2. b NP to a' ' °i bn bN fO N n'O C ' N N - 2 N V U < it, 8 8 2 g 5 8 8 8 o. w $ O 8 tNV f� 8 nO 60 $ [O! 9 ' v O r n N $Q w ?� rn Nk. w w w w w w w w w 8. .p N :a m m m e m Ls! m m t 'E cZ Q r. F- m �3 n e = v 0 U 1. s 2 r. a a a a a a a a a .n a a n U a ° a , 0 0 U U 0 .a U -U a �'o o m E 3 E 3 a € 1 9 2 9 g S 'E a ^o F '_ '5 '!i 8 x f o W u rc a E a gE a o w 'Q `a° N a w Y N �.r �° 1 lg LL` m LL a =vl s .y .IS' �'w N. _+ f U E O O ' S ' 6 C 9 a 2 • a ze N Z^ `� ma =H `eg gg za g� vs $ 1 C ° yy az 5 E5 6Z �o &� 'aN �aq ¢ ia ym wo � a e� 8= N'o ac o°iE' l'e on$g o`5p a8 31 Vo •s.. 1-1 c 9 j 5 ° o> 3 n n E a e 9 §3 .8 8 R� S 2. s`a o 1.a m0 em v'Sm 'r a 42= N0 "'M y. �° w mA u 3 a 8 N , u _ A A e 2 i o d = E L En n m a 4 . m 3 E. u° I . ' ` wwi E .° E 'a `'t _ E. P. 2 R A 8 s 3 c ° f I ° 3 fl 2 9 L t3 N E A o E g o.�m Qo ffiv`j . . it�8ai1 8m A 'e, A Et".p ��n ��4 g 2 le III o�9a u V m g'a li ° $ k1 2 5, ° a 5 gnu g r I 71 8 w�a o�w ;6 °' 'raI w - .. E =. V E N c o a E. 3 n 22s LL 3 a o Z U Z' 'm C t) iii 3 �' E ° U 2 v`1 w 5 LL 3= .. 3 3 < 9 3 L m s 5 a a • a s gc H z 8 LL• C u ¢ ^t'� a Y= a r'1'4c0 z Ov, c z= 53 �o `o cg =_ L a E. xqa r `, 3t g .iw ve Lp. 20 o', :z de Nao - 'z3 Z n� 3 _. S2• �" mm-II3- uz •cEu_ ua v°Q 3a g-N 9a 9 8,R n 2i 85 a`'++ - SE 3�� qEC `a °� �_ `g= c° E o°3 '- uc c 6 ,� LE',- ag o E �N g Q,,. �a w yq -Ii 9y 9 `o C g a= m U ` a 2 L N= 3 m U 1 u 3g w Ur C °' n II 5 I 8 S 2 -3 a' EXHIBIT'B'`pace 47 of 31 ; - Z i- V o m b - FO 5 }. to - b .. .- F Q n So M" �+ 'ib• m N O 06 8m .g• P e L3 m g E A • u.. g . ae g E x ge a x g . g a e 6,V 1 ts. S R S.g $ o , .. S' ' • $ ^ Q P Q a $O Ei E E `i E Ei E EH E t E 8 Q m :p m m m N. _ a m _ a E ' c n m q e _ 5 E e g Y E E E' a I $ ¢o o = i $ 2 2 M U U a a• a a as a a a a a a a a a a a a a a a a a a . • .. o a 5 0 .5 u 0 8 o co 5 U o, o 5 v▪ Y m - g@ s�N € 3 n t € t s n re a.m 0 g .0 V 3 3 1 ; i� U it U a` w F $ c a o = S '$ g. K n L E m ¢ ~ r m s a- .. m m .J 8E 5� m Y C = .= m m Y 0 ¢U' �� C Y G $ n$ g € ▪ . E v c t cc o' la 1 O N V' �P 6O O U U' a 1g' 1V (V tm9 Y Y O o Y d- dp gy & a oN a S ;m a'o am g T. Z gg ng ffi m¢ of I. $m aN •z� m� m- Sm N Po' om �° p & p m`N U LE gJ T5 .12 , oY 0 a� og ic. . ¢ u n 2 to os zg sE b.•• A o qi u, 8l w m�0 x- -- a 3 Z 3 8= •N� N 30- N¢ nc7 zm &o mU • '�- �~ Na ,, O ,� vm -m ,,, u Y a y E u° 2 = B E c Y Z rn u • • 3 ; v E - C m u E 8 ' FF g, o i °' m 8 i Y tai E H o c o $ -- g ' -o u - - Y 5 c in E, till l E o m c Ls $m yc3$ - u" 8 fog a$c -- cg sQ.E E9r' m E Eli AcRx re Qmc Se'^'� L E28 ^n� $aa 9eg uc1 amq xc'mE m"12 =2E sS?fi r.Eg' .E.$ ^s tirz � oso p m$E uG `'m° E c7mg E E gm E. ao® .(21 aJo,, aA moE mob odo0 0 @1 .� to.� gm' �e9 m c ‘,ER /N® Nas -Ill Y'!` 8 ov uion® II m?g, 5:1- Yam 5, an -a ;. 'gYBm! Zaa _ 3'E vai '!I t - c =n '-i t ac l ! c -I gW E u $ § N _ i PJ E ; y 1 �' `'4 A E u = l'J Y 'C 5 E m 5 E « N Z o u _ z e _ 8a a a 0 o I u • 8 E a C s` E g' aN c c u � 2ry S EE Zs' 3 d d e v f .R6 oG ¢l p ¢A 5. aO ,1,a p q V y t' .- o ',IT. gcI o 2 $ g6 ¢ o �u Jr : o_F. ES c - n 'qE E- • ° 3 Sn n Ln c. c u� - :c ug Y N o t Zsg m.. u m d vfig 5. .6 -,qaE'c u a1. AgE7Eoa og ..dEg O LL m m i°- s € you as 3 cE _m m ry mm mA s®. c a .E i yy° 8 § e w e n E u 3 n u I n E; I V a N E c n '^ m- n 2 S c S EXHIBIT'Br-page 4S of 91 s: Je - m H . W Cal N ig 5 m N g F' •- H f, H N 5 b *, ' b 9 a E. 4 $ a n _m n g E w u m• n $ a g m b a' 1 a'$ sa g o g g S e e e e S X g X EQLs' a • o - ▪ r. o a m s 8 0 1_ b b b b n 0 a - b C m m 5 a' E O 3 0... a a a u u 0 U o U 6a a a a 33 V U U U I p 1 E U U m 2 m U 2 c a`.`23 $ E $ $ $ o c $ e 'c $ ° m m I x = a t Ig• a g a` 8 '� a f E yi a a .K ' ad i a W 0. S Vn m 2m �0 m b . ''- ce n &b °a ,,' bN gg o t. Z Ai m ¢A yam Dm -gi a3 ° hN - 12 u` ¢ eM1 O ° 'O6 n`S 1° mo 3Y 1 3- Egg IPI > g na �U �° aY E1) °X n zia w H° CE R Nez !6-'2. Et 3' AI h uE ° :a . z ^ 3 "'§ y min �3 E u §I ° iu�j •si Vp ^9 .p u A3 Y a g J P 8 g ' J g. V 8 E b e 0 e $ 3b g 3 .o o a 8 g E 9 e ° ° o Y m o a & $ .e 0 8 J F < S o `s o e o dsp� d<t pogg 5 9 8 2 rc gm a'E ya/„ ° _ -'n" €mom $q3 9..-5 ' ?M3 E°$ i$2 iEl z"° c 2 gva n¢q un =U: ':11 bmm r``,i.= ,U1'°.' 3'il° E%! d a u`EN. sal o^= ER§ ig -ig pV® r � Lo'c= 14 ill •1 411, g ��a, 3 E mi A 'gN� 6gm a A u rv0, '-mg 56E .. _,$ ,„c® gty, q''o� m@i gni p n- L'a0 .mau gab' via E 3 a.g 1 .4 i°'? , . tag dam S�`,a8 `-am _ M �''E O m v v u g g I $ a ° ', ° Y "5 0 a o L, a ¢ t a 4 3 1 _ t 59. a g d d _ • E r ti a N§ E o N g a 5 g 3 > d g3e a A a a - 5 ]N 3 ° g _ b o a i .F g °2 9 LL. z° 3a -2g 5 " So '�g • z - �e t -' =m a 2 3 e 3 a S $ o ' EX IBIT'B'-page 49 of 91 I .- t. 6, H6 PP 6- n m N - -fo e° tr b �° E m N n P 8 p N H 1 [tl - 1 G 'Si [0 Y C 5A m aN 0'U F- o m m . g o '" o n S 6 H p e 8 g 6 o 8 b a sr n a 8 $ m m m n m m m m E A 5 C • n v e v F. p U U 0 Z N m2 Y X = 2 - - 0 2 Y nE a a . , a a a a g a a a a a a a a II- . U U U O U. U U U U U V U • U a`$ g f E m E E e s Ea g oe ¢ a U f- i- o tt oo r a m` G c 3 8 N € 'c p G i V V V L v V z s a - in 8 Y a m 2 g 4 4 co 3 Y m m a S m` G - C s _ a z E c W X c -. -i f u g E m • o o (7 0 q - p .. A m e 4 o tin, g. • d o� }o zg �o °= 2i �n- in -a. mm zN Z y m d n li 0&ta m 3. 'r m g - NE -,, AY '1.2 _> '� p gz5 m0 < m x Pm "L� q ux a V 0i �'m 9 mg t 'asl -Fa$ g 8s map Zo li o' $ z • -s Y -F• pa Nm N my L o" -pe , Q6 c gi u 8 z m m3 m Q • 2 5 o E �0 o s E Y d _ _ o g`o „, m , v a E E amE B L. m u cry 3_ 8 .' m 3 o k 8. 5 .Y 0 u n > Q E W E n q m 8 L i• 0 4 m 0 p F IA m a 3 U m p G _g p_ �o g Hi ilui ! g ..N m O s m s� m c H � HI,i mm c �m c zo!g Sng mms$$ c q g W.`� ' 2 m-6n mma mGSI 1,16 E .E 'a2d amo '�Na ��°m'.€ n id ^ «: u E3 E Un® 'mE �N9 v�3 @�0- E -rax $o inwn> > a - ® I i 'aV cam am .n$dE i6 m� 1.—i ? am y`9.2 -.2 g."-E) ega A2 C c v tea- p2 a .tt' ,^ 2° . E x F 3 a i �' eo f E c E .g 5 .E. c a Y D 'A g e • E a s ' " E g Z `� E C z o S en u pZ S g y C 2 2i c g o f 1 E E r0 TT tl Y E g 5 N.E thn 2N0'1 oa oa h; -d ^� 9" -E Yc :. g . 1. a�` Na €' 3g 3p z-£ q b3 t" Uv fi. H ut ag 1 o a g m`'R '^ 3 d II E S o -m = o `�F 3 •n g 3 LL. a n a a f, $ z 2 3 1 y m g N 0 mEX-IIBIT'B -page 50of91 g N ' c 6 'a 6 H eP. b El Ai 6m E 6 b N 6 .-N n N m 8 b. h 6 66 ED la N m 6 E7 N 5 N m 8E R R m s 9 g m Z LL 8 N N N N N r x x at ;. $ g e x x S x x x 8 8 8 8 R o n 8 8 lg. 8 o • 8 a. s o o a v si a N w F. N If w z • w w $ w w V N w w a. it e v 5S c v m m C _o Fr. a u U • a a a ° a a a a I- a n a a . U U 8 o U 3 .0 U 3 8 U U a 3 a r t •s e > t e a U U1m n A U 8. mu� c c S c 8 8$ 8 A -'8 8. K o K a 8 0 1- • L. €€ GL. s ea m m _= T. m m _ o i t o a- a .8 -o o P g x a a ; I W a �p 0 mg E9 "9 `° IN r o u - c 3.w u .Ni y ym d0 c.g ug Eti 'ao N' 0 _" m z n po mo so <' m sg "Ni N¢ m-,p >2 a'g NP°' .. y i g „� ,�,m n y a,,, .d a m O a pi € ° c� x 0Y 72 u°a rvs '''L $c6i eP''� x t6$ mU ri Q 01 W E W§ D.c °-�, E C� �E o .6- z.g ; u m. ym D. r N ok d ^E •-.S g° $� o, s° z -/ 2- p� 8D -a Hu 8 o �5 rN • S , 95' I in, mo 0 '8 - 8 u of N N a a- S a.E 9 = A o v Pi E o a°p m E E E E AbY g e E A •8 A I a 2 e 2 2 E i m E ` N N '' 8 E! _o S 9 c u •_ - c E e E E E y E e e1° c - mE Mom '°58 tmt Cit . 'ti oho g'"8 o.N"t y52 °tee 8,3 c'"^a, o NgS °-'21 om° o m aims m� a€ y .? 08� o,.E an �n2 Lor ! n'oE n"'p °8w e k�`°"'e`9 gay- ;m3 'EX= �"'$ 3n '"'" ° Olt S'A9 omgd .a,'nv Ina $4® Q.n® 6i`.L t m°© 72 ttge o"® zm1+ m ` L'v°i® aQ -9). a$�+ uU gn.c E.p? --® c y Ba -5.8a6 2&E LLa 0-g, oap '^ - M a „ o yaN Nat- E. € t - .' 2 K 55 E a E C a °U 2 a n g x g c 1�e r u E 6•- 5 -e tt I` • - 9 '° E z B ° S m $ 5 N -8 a g w - 3 ill 1 w s q fa ° a E d "g, E_f i z y` 5 - o4 a e 8 E fi t' o s s6 Fi m Y Qa am • �` Qb � '° fx a6 3. Et. r. - r x a$ c� 813 �� ov at* 2,-.� E•g E g '8 E '�_ in 8a gj yo o5 c~v li g e Bg d o X g - m N c 3 2 C. 23. c'1 _'c.g o °P c g_ >-. ° 5 8 -1.1 5 u 5 g 9 a l'ciry O . u N. ' N G a r 3 ^' a c S vR u E. 5 m _ - C 8 n m E • n =L S a o 8 vz. ., E a t .8 Z m ffi 2 u l z 'EX-1IBIT'B -page 51 of 91 e Q 1 E b c 8 -, 8 6 o m 8 H .fto .. a N 6 N 8E $ 8 8 8 F, fy R F nF-i ' ' N C LL V 2 t ae :k X -e . ae a .$ a a e a a s �E 8 8 8 a $ 8 8 8 8 8 8 - 8 a�. • 11 E 8 m 0 'Ym. 8 ro Q 2. a h w $ 8- a m I 5 ^ n w n m o m - e g F. a S 5 5 5 " 3 1 aa Y > aU - yY Y a Y a U mY QQ a 0 a a a a a a a a an a a a a a a 1- 8 8 n • a a a a a a a a . a a U U a a ..U a a a a a a a a q a `o .P € m : Y s a a ' w $ i. 10 S 1 8 = a 8 f 8 rc 3 g a a a a 0F F it. F f f m` i I A m o = m c c g o c C c c 8 aE t % .. cc • g c c 'Ea re • 8. a w 3 o e o m ;8 z mQ .n ,•2 r 3dA E a'° $ '.'.f" <Q 6-n aN mq e2. `n_v 2 p a = �w 6 'a yz-, az 8. Ea Yx 0 ° m ..° e, =8 E $ �^,£ up 2c 3� a'e� E F co 33 88 id 88 3g g6 ... 2- `1 as '^y m2 'ILL e'N 'I E,F mU F 2 Inl Y .- N QV z e a g z 2 E a o tl E c g o g ,c E @ `o '� —�`, c e X 9 2 o u - t $ — g a 5 A .g d I i 8 _ i 30g, Com Z E.,m od0 8 s =` w d li E ;a 1E2 'm ^8 aga >�= 5e SSE LLN E S � _dig E'2 r Egu g<50 d 1 oIP 1;4 iN4 �ii8Q P @i �'Pc 'ifil Vbv® il� E lj M V.2,6B --- ..� X ealt S2e.�m.� tit j .-. tN® m: PEEL " a. 2R% mad i m9 m1 =a— d lacF. 121 °�-` a8 w' aIa aE E o g E. n N y Q e.a a E. o o g E.. • o , YioV a. a�g ue c.� 1111111111 $ cYo Ec d ig —� W �c �� '��' � cd a 31i• 1411 �°�U} 9L I � . c x „ G N f zo a a a 3 _ z o -am .> LL i a m m te EXH BIT'B'-page 52 of 91 ry N te:e 6 ft -m m Li t.E .- tV • O �1 N b lV N m N t.1 • b m b m 6 m • $.t '$'O v 'iE N E n o v ^ g'v i ^ v v$ x 2 x x x x g x o x x 2 x x" x 3'o $ 8 0 8 8 d U .- V, 2 8.. g g a o $ a m o o m o 8. m m m. m m m m m 7 m m A m ~ E - - U U F- I- g ~ LL U LL _ f a u a a a a a a °' a °' _a n {? U U a U a a a d U d a U a U U U e ‹ s m a `e e & o kl w dg F S g isS o 2 g a" 1 o 8 G 8zi ` . 2 _ 3 1 N g g 2 C C m a k ii a a- E a ¢ it a z� a A- �Y, �, ` m c e O i ro cN = .2 I'S S' o `um 3 d4 a =om. iF u mx 4 • a E m1 Ca �� 5ts am'`z Qoe =a - bo d 6 4 to a- 8n� mg sz a' ,b`r= yo -fob fNm LP, 3v .ILq m'i mod` n z. 3' $i 8g 1;1 mi V ENr 3o n Eg w `s'r G g.5 2V" a3Q "¢ rya "g z `„¢ 1---g q a aN " E' mg Y Q w t E n a a 3 N E E ! ° g e t C 'g g n -2 C O a u m m Y u E e c E"-__ 3 E 'g v E a V E 3 2 8 g ill m ^ ELL PI HE Ha c.g m '^ n m d 'Ps, 3d WJe2ea, W1m ur= ply °2.1a lq tae, 1$! t em-' d _ �G = ' �3 "ei nmS. eQ® ao;% >�a _415 lI r1 12 ECU Y 2c� c n6�Y a E ri -dam '1u6 Yi Sd=14 °m a ZS g r a = 3 3 2- x 6 r > o c g S m `2 H. r 3 X E 31 = ^ m z N u r s 5,, e N 5 g c w = OaC m o a - n E A P. fl .E £ 3 Z' '6 s E r E c V k• m o a o Z. .a n I ou E 1 J' J d,c•IL u~ 2u .a 2-5 1,.. et, um f - LL, q d 3 z 8 w h E G 5 g E'a 7" t c a =r =n c t E p 5 TEE = n o� ,'u e _mac �'c `v � b��� s 15 = E� o' ao TEE' II°A e+s"'-,-, °o , t' ,='_u om ue a 3 xm q rc- n 9 = "l` m° Sao uN mas a O 9 UR g 1: ^g N.F iil 0 ii 7 b ' EXHIBIT'B'-page 53 of 91 � t. c r a a N N & N !p 6 6 h H m i h ,�, a S e fa m L m o m ti m 6 G o N �- A A E g Y g [ 1 •apl , A s g g .x .I $ g t. g g - j 6 Y - T g g E 46 yE 9 m o �' $ w �Q a aa. Li w „ Ew M E. n k $ w n a n a • a . m m A a a = a m a H u x ' x a = 0 '� a g u a a a g : a a a a . a a a a a g; g a .. u U p U U U U ,V O V U U. U U O d 35 3 H V z 2 2 ] ge 1, I € gg V 'S m n8 a S rc dA'. Z 7� a� • S S s S z S x x o - • L g L u E 2 g s = m z s g s o m m C N a. t. m - '^ m § § 2 z n$ ES mg g ' m t9J ' mo 6J e, it 4m ae 6> wP E erg $ 3 C 5 3 a E'U ° Y �d �J ER m� i� r5 gag � u c$ hg Zf 29 do F a wz z; .R g5 ooe Bs aot �o Na v� ,� wi o u.� gA es ?a N. �g m 8 et A nY m mm 33 o Nm => s Y Y Q e. N S 1 r. , m C 9 • m 8 s . m s o, m E' ^ E ' E. i 'e f o a g s F. I '�s, 8 m 2 m N 9 U S E u 4i eefifi l'R 'i m S q a j;j H w�rl m.Ni ?Ss gq m,GB V g£` . >A^l� 't&j�s. gp gig c�PRR. x 2 ®® FeV Ci -gl E c l n i aT �2 na ows !. aE a E xra ZO. a C a w w� =a c °'Y a 4 $ 3' � m E m w E h ., �' � a r 5 i FE _ 3 1 3 5 a `,- 2 S a A • 3 F. m z z a g` g 3 5 € a 8 g n Y f U 2 F. s I A s E 2 z 5 3 a i 1 fir. 19 o m V� � Y s E • - 2. RE 'g: x"' ga f'a ohm da w_ E!> E� 2d °= t o _ 1 s `o F 0 Eg c 5 A r?-V g E 0 9 i /z u� Liz $dt. E 9'a S g Q u l m A b$ a u' y 7 ;d 1 E t E w LL Z -_ =t m,3x m E 3 O. ca '� • t m u :x z E g x r a E 9 .9E 3 - ,, o i .E a a 9 n 9. s. m , ' EXHIBIT'B'-page 54 of 91 En o m bi i'n to ,m h 3 v 1 s� b 6. 6 n 6; n b t, m Pr chi fo 0TO b 6 5 N iss 6 m m gE R 12 g g m El S g 8 5, 8 e 8 8 8 8 a4 8 8 e e 8 8 �� 8 8 8 S 8 8 8 8 y • x` 8 m 8 m N 2 8 8 8 2. ae m 8 V § tz. r N m a w n E. 44 r m r m Ev n .- ry F 5 o g m 'Sr' A n n s ` LL U Q U U OS > > O. Q O O tic) a a i nI a '.• O O U n c ru t t u A ^ u Al a g k, g 1 1� ,Ea S _ o o p r ce a` z a W € Eu g j m r Gw m 8 .2 tOi mo z� m$ mo T. ¢'g s � ze n' am a� �� N� d Z &m fl AZ vg a8 Q . LA'''. 5m ug m- m mg m oU r.Y r "5r m E a p0 w� cQ O c'"2 " a°u Qm by 6 R < z/a n F"C FE 9 a FY O g _r .2 �> gg" -TO g. 5 C �.8 .._ a m3 a y. .J gg m� �x = .- a "w 3'. ^O Aw of . �e na nin n-. Z � mg c4 $ ^� o� i YS c p O w 0 _ ry cc u �6 • LP Y a gm y g 8 pa , E V d 8 Z vY C.E e O L m g m 3 t m 0 5 C Y. E �+ S' '� w �i 2 o E E p E . . ' 8 ' ,de a E m E o c ; 8 O 'g Si E LL , s .g a c Z E `9. E `o N - E1 Big ire om � qq ` _� .. z. �n8 g' a3 - E_ u'm. m5 m8 m l'. .6mg 3 fl n �xE d L"7,_ �g .E+ m q ,nm e3D orv" 'i g E E y-'� 21 n2'E o ,® a-Xg g.Fi .---,T. Ug_®& u -a e U,7c U23 c'm° Urva U'e5 to 9 c ` .`.`�H U '$8a ^® V1 a'm`yTy�� "N� mo-m AA Evg c ® e y® Rm� 0m • � E ��% 5n® i. 8d-6l. 3d . .R2 •- g 1 is qu t a r gN2 g6% §6- go.g ...- g2. `-fo 524 1R g o 3m"E' gmg _ 8 yt n - I 8 = E 3 U " a tlt a GF a 2 w m E E u E Y U 3 m t w Z EA- 5 5. E x o S_ a B a n u < 3 U P..!1 E m C C $ C i E P . 'C g E - 13 E 3 m z o z , n Q c w▪ ry 2 0 p^ ?O U q g O 5 J' Y y L / Q t b N'°�' M OG- O g F E T Q o F S Q r; >3.n ° € u E g'= €" E U m -Y J d U- J v U _ zg u 6- m 24 a o' E a 9f G Em n &1' o n a. !_ . A fi g E t'''' � n g.o 74 s Z oN �GG Egr x ? Er-n ,iS3.. � gF R-E3 p" SE, - A a2 c5, jW � G U D Ve (0 1 Nil'p 4 C U l U i t NA 'a - `a' '' 3 N m Y o m 3 m i g. 3 3 6e. -5.1 Ef =E 3a _ S w I m e 9 8 s 3n m f M E m _E I ` m m • 3 .., a. p o $ a o m 1.e i m m m EXHIB T'B'-page 55 c f 91 • I 1 E 8 E b n n le, m _r. Q i�' n Cl m . p 5 " 6 E.1 0 0 _ g 8 g 8 r; 8 8 8 g o 8 g 8 8 r; V Q N p w u- p 8 ri " a p p N 8 p p W I I n ` M1 b A n m= a ' Q M1 a M1 8 1 S a a M1 5•E 8 Z 0 f c Z f Z 6 7 0 0 Q. a a a a a a .a a a a a a a a as 'i- a 1 a a a ° a a a a a a a a 0 �' U 0 0 0 0 0 U 0 U I 0 V 0 t- ill 2 E i _ € 5 q u 0' g 'o E g ¢ E 8 m` g i i v i E LL e B C a a m 0 = a 5 m w a -. 5 z E - E V. E E g E cc 0 A g N 3 Mm `° C E �2 F M au So .iq °Z n£d ff „o ts `� � eo `1 `a$ s, o B r� ° 3� e s fe $o i - msi wSf �6 `na a °_` m gg -2 o ¢ srti '," `i r, z1 ,r9 21 g` 'a Ee Z ry E g to o O U g of 2.b" N Q V m V ro S Z F. c Y..E J V. oJ e - e _ u o a m • E $ 3 0 $ E w o :a e E m m _ o g .v E `o 1 �, E E E Ta i'2 o 8 o 0 0 o e s+ � a'° 9 m � F o�� °e g 2 3 � E - - @ o too t q8 .9 i u m 8 °f - - � oE < v a p, e� � ® .,® ag- a _ ,y; 3S.`n.. g,© 0 a y$gE gm E Zgit an ESE -.mg i °'$m9 Pa mm pa atIt i °' Uli = aV "`^ ggr4® °$t, ~7°g m 1ii® mg® 8 `'^Ee Eg5 gil ,�o'® I g A t1O®. mt mFe `4-riu fgm" 211-5 ogl N ° Yrvc tRF a � a= m e, Na, 54 =a 3 m SaE E ..t .. .nab ._ ma"a' ° w E 1 2 a o e 5 -. E ° e, 6, 2 g `°. E u a-. p v, v '� g I i § i A a9 t o La 2 Pc N N . 0 0 c W K A 6 E Z. ° E. E E s u j - z u e S m S a E P.fa ZEz. n a sE ;� fa 'K.-o ov • Z- g2 EY. uE ec F z fig E€ a g-- 3� g V.-' Eg S1 g E° a °° g$ gE jr _e E PM E a c H 0 Z n a o a 'X ' a '_ $a mo n E ` gz -- w a .fi - N '�E U 9 u s . ti N C E i 1. �! 0 u .5' a - a _ u ta 3 0 - m eEX-IIBIT'B -page 56 of 91 8 N E m m Li -.c E. n n ' • o" ^' 8, m 6 I.N E. o b b g3 R m m M g n ' „a X X S x % gX X X X X X X E 8 o S 8 8 l S 8 g P.- N m ti 8 8 q 3Is m '" 8 o S 5 m 0 - ,q4 p if 0 g ^ N N W tf W E N A N N G ' n ' ro n E ^ uci C g v m ram- n R g n U O YN < X- UO 0 OZ O >> O Z 0 0 U Y 0 a a a aa U aa s a a a UF• a 'I.,-- U ( U 5 U U U u Up 7f 9 g $ € ffi t a e m c 5 t' ` 5 of 8 Q m 8 - E I c c2-E 8 ¢ ' m 0a cr a .- - a 0 a = z 1 E 2 L € 6 u E 8 'g m m z m` N i a = m x ao. w A, c & E m c 8 ^ 4 a`r c y c O N e ri U O U z Q O O O (7 61 a ¢ E Rg a a 8 73 E 0 :.8 °zi kg g dS 8 0 o a u -c U aL. C2. a a z. s Q0 Eg O H m . t8 80 D�000 Eg i ic. zm ym2. „> QY .o 4, Ii Zex. WP W�a 70 36 Nm t'_.g sU.V a 'f a,s orb 2 9mr �a m5 u o 1S v y i d En �, g E S D ._ B S € € 0f € I s uAY 2 xi9 E € 0 8 r o 'jog g 9 rz,sO e 6 ry a 3�1 3 E = _ yp.o t`m amp C N o .gym o �° m q m E•- �11 R 'o'' am E� ceW m^ 6g U6v od� Et'," m rg€ c ry.,Yg g sst s8 I Vie ,tie =2t o aco zoc 2" 4® 5� Ao2 2eq- g'4� "-„c „ -2 0,, 1 o` 5v� Na a � ,•e 3 2 itg m� Doe N d o°a'• z:;Y € n • sl is`® ' o_0' .4P a1 ia5 U.m 'au KHQ it- c NaN ,8aa N a� ca: a - u =� m gg$ E -C E o .9,. ., c e u a OE .. g - On E > 2 a5 i a7s c - E o - e E a 5• t'FF�j ° E o x 7i E3 ~ & Z C 3 ~ c .XX Z 3 u F. a o El - P ' a - $ a - _ a` x' on a v Sic S� go c § Y rm og 03 o Na5 mx' so ma 0_ U- o O+' y`o a E p¢ o •F f< .L'_ b Y r a Z Z W o 8c 'i 6u � 3 e- t- u.e .i a ea NQ 'emu 2 Y ,x g a a"F. 7 W cw p O $ 6 ¢ 3 N v n N J o n q C m '' m ,R o 3 8 Y_ 2 3 m 1 N 0 u 48 P. EXHIBIT'B'-page 57 of 9' fit-, m N g ,o n a tii 6 .11; 6 -is'i ug 8 °'i`''. $ b m qk m i$ b - ��bn b b 5r. fo I .a n m FaaS ^ m g8 - R A R N m N k$ "s o 8 g 8 8 8 8 8 8 S gF S 3 $t S g 8 c S 8 8 8 O F .0Ni 8 r v isnN v g 2 N 8 N N N N N 8 N a yA C m n m m „ 0 n , E c a of es 5n n - 2 R 5 5 c U 2 J H. f Z f U E V U 6 f U 8 Z' a a a a aa aa a aa a aa It a a a a U 0 o y U a U0 5 5 Y `o `o Fy a Q F m rc „ ' 32 -11 13 s S = zitJb _ i 8 2 o 0 re• L g ^ ^K V E. g 3 N a m c9 5 m 9x e m c = = c a c W E q o c m ' E E E -� E • �. V i N d (9 ce 0 on. Q ti U mq ag 0- rc8 ye $ -a'$ am a �m �� •5' <$ In Z z 6 pN `gL„ cz �° wm 58 '2 ;a o �A .- Wm `. O o ^r uo Ea m na ti o% " F� Fi a 8. Rd w~ � tg g¢ EU g$ me V_ a 1 � s a •`sg Y_ zg mg .3 •zEc o m'� s4 3`$ �^ y> ax zia„og o� n� Ra e1 €€ o 0 33 2 u m Y a w . u o E' — o L a o m '. II c ei E V U E m 2 a E ^ ` s � c g m _® m 3 S c E e 8 2 i 2 m E �`, �' y. & $ 0 3 6 .3 E o E '0 Eg ^ m -5 "_ � g wm _..i ¢ s o Ned o c Sh i g 1 LL'ma orv-' E 2 W i 8s lb t m ,am' .. H rE1 lam^ HI € '3 r 1a i; �.o `aF. .dal 5a— Eat ?n'g 1a1 gas .al Lfa® 1aP q a 2 6 5 -"3 u Cill -'b- r g = E 6 E 'S E E 'R El c w E d` E a z - w s e 3 w ^ �, zY 5 — 2 l^ $ 0 o^m5 L is a g G m I y N I O S C 2• f 8 ¢ 3 Q m t € x N v sa i S .. D H 3 li E B a a3 a2 I U¢ t 2E. 9-= = N g. K K Q G� E Rm z 3 ti N J 2. ' o 2.a Q °= cm3 % Ul i ^ € P a S E .23 w o n 3 3 „ s .9 a " 4 S S S 8 EXHIBIT'B'-page 58 of 91 b Q S gb b 6 e Q t• iC 7R v 6 N nii 4 ry _ t b 0 m N w ^ ti 08 W ry g� m n n r U 8E o 8 0 8 S 8 X 0 �' o• '� 8 2, - gp 8 m• N 8• 0 Ua n M ; 3 tr{y� N M N Ni N N N N N 3 Si 3 r r r r r y ,• a a• '_ "ar S g S• N S Sar. g m S E Q 1 , Z z Z z Z z ' z Z z Z S a a a a a a a a a a '- a a a a a a a a a a a n a a U p U U O U U p U U ° p p u b $ B r m m o m T Y� g I >S >° > > > > >. S' $ > w > m' aP` •E e - 8 8 8 c 8 >▪ 8 £ > 6 o a S t u o u p o ° `p u `a a a2 p 0 e g 8 g a a _ Lrf a 'D x 8• m y m m Cj ' y an N .y y Co c N y y Co 0. g O• 8 a m m m 0 0 m 0 0 0 0 K y a G W u q Po2 in A▪NR mg �g Tg yg -g �g Ng rig 641 mg l �0 , OC y+ ILL c� nN tlY 9Z SZ YZ 9? 3? 9Z z PZ Ez yZ y2 a U C t98 g _ al apt.: aY* al ,EA- g A' 1g .8a a d ._d = ty{ s 5 y a°9 8 8 2 8 8 8 g g Fi S 4 � ¢ p� �� r�m G i q 2 i i s i i q 2 m i i s Z i s z r3 "f §$ 0 Pi 00 80 00 80 H. - NI Sg 11 1 0 u Y a in 1 U E .a E B ; I 11 a u a E e mE a E 11 a E a 8 y° a ,' g E c m E 0 0 a 0 g 0 n 0 6 0 a 0 u O F 0 0 E 0 o_pp „o g E € ry e a g+ m a e di EO:' '' 'a 8 hi vei Ell CFO O wd u8gi' w� ' ww��a w°3 wg 1oS1- 8 128 g5 . •g @Rc mm @RW c8m 28w �w m `g'+w g 883 `8w C g . 6m E i'no a a... Umg grc I E gri n aPc v^w IPc u Wig® ,rem n"' '"ar _ 0 9 0'n.y Un 0�5 0�.h p:n "_�.8 °m.y Um: U�� n • a$ 'Sa" waa m - gar, ap gar) 2app 8a0 CCa6 Zau =a eau go-5 _ R F c E ,`,6.' U =� -�' F ctc _F aG 3 N m N m y m g m N m N m 8 m N n m N m In O 7 3 a . N 2• .= a m 9 t . 1 to • .• 2= r:" =z• a ar 8 81 8-% 8a 81 gW 8g SL 8! Sa 8' a ` 0 e `3 - - - g« _ 's -`3 - - f F E.r 8 8•_ a n a g •a m m 1 • 8 a Li 2 x " o s s N g NN - s E r r r s • EXHIBIT -page 59 f691 te E Fi N N. Q r3 n m 6 N ifii: . In m m H 5 g,C N ry [j0d{ A R. g Ca3 x g , e 8 x 8 8 8 8 8 L E $ $ 8 8 S 8 F 8 8 am i g 8 8 $ 3'0 w e $ g M N w N w t• m N N ». tq 3 = Es m a m § 1 c a a a E a U Q F. 2 z 2 Z Z z Z Z Z Z 2 ? S a a a• n aa aa an aa 'et ga an aa a t- a a a ng U a V V U U U tIt m . r a U a V U 6 u 6 `o o a U 6 o U U F• 8 N iN N m 8 N m N = m N IU m ',IlUJ^ g m m 0 m m 5 m 0 m m 0 m m 0 a m 0. O Ej S 1 IV. 1 Z . g °i ` oS ` g! 'm° EQ c a O yz ab 's8 .-1a z sz 5z �z nZ $3 s� s? 9? ? ? 6 o a •ig •z� ig ig zg zpg zg z8. ig zS =� za, zg zg- zg. So of s.9 m An 8.g 2.1 g.& g- Ai R` rv9 Ri S— z a. R., av R2 nF FF 8i2 RF 82 F R_ 82 RE Rs. trL O V Q N n `o 0 2 0 1 ; 'e 8 1. 1 8 e 8 ri- 8 ! I ' 9 8 IE 0 2 a M hi h d U' h d M (7h a t7 a hi hi U g (7g. M hi 1 hi hi hi $ _ hi ' hi ht hi m r830 � 2gap� Eg 9r8u w w` m w` c w` w EPA w w i-"w` S,q c 8'u .yn8 �wte ��$ �. �w8 .gam �rQ,-� ���8 �Q2 F ���' '•�n� �a� � ��-''� `o SR5 unu U5o u�C a u�a og o59 uno 0^5 0n9 o'n` Sg.d u5v 059 n ti 20 0 [Li') Pao Nam® aU oa ati ' Pao P. • tao aU , C ao yao "ao N � c _ 1 S ® � - � LL QP � � ® ® LL � � 69 S n 1 z 11 LL h i t a = =tt ILL = a N » 6 .§ 6 n 6 V. 5 . 5 a 5 u m g 5 m a .+ N w m m n t9ii , m 5 z? .g41 .z a a s d t� z„ g'• z 2 1 z e 2 z E 3 z`-E ?u 2 g� 1w SG $, u- g5 -al n6 I 1, S1 gm SE gv` 13 `0 i A^ — ° E f �. vta g' 8 ' �.tl _ � 8 eW n g� g,, "22 8 93 0 .` 'm .. 8 6 8 i ` m R. 5 8 en A to S g g S s s. �i tri F. ' s ' 'EXHIBIT'B`-page 60 of 91 N C b :I N - �m m [r+ .- 1 o 3 - ry [.� b n N a t- nN " Nr m 6; 5 ti c m°S u c m 8� g ' 1 o S e gg P m 0 E a S b 8 S x x 8 x $ x x x x x a 8 - 8 m m g S m S o 4 w F.w E v w $ o r N ad w w s A w s w 8 c ? it r 3 z z U U 8 U V U LL U 4 N X C] a a a a a a a a u a a a EL. F- a a a a 3 a a a a a a u u U U U N u U U 5 u u u U u Gg 5 g' a a g A E A A A N 3 i °2E E t P u 3 = y r '° O � g N g 41 4l W c s' m m m m m ''m E n yy� yym_11 E $+ Rom . K w ; ; q d d .2 3 u u Q c. a u o'° a� in€g° Yong "6" _p e- � Q 0e. ¢�S9Vm o Z fe B HE Fii N0 YJ Q NQ aq .`°+F1 C�V .4r§ n O_ E 13 t� ?g F- �? 6 cc {o VI Qu u �w a`c 20 w a n q zz- z zg oS z8 fm o4 g rc4 am. g8 a° o8 s_ °- -g- "c Rs e` n 9 8E ' 'J §E %1`, SLL Ng Nat 2s HE e� c R� Sg w� N c c _r x O _ m� aN �� �U m g Y cc h ° u s u s u s d. u s d. u sg. o o 2 t 8 8 o n = 3 e, g >a ? T Q E 3 m 3 .3 E h!I lh: hi ,s Ao 4�� �g wm� w� g 9- F-at q1? Ngv hi av0 3mz lei2 €Ng € sm ° E ' .2 q E a'o 15s_pv <w � w ow um® m& ° V g�`dFie1"` H 8it -.Rd `mi '3oA E N ® amk E$ Eetau � a- v ¢ Ea-ui 4°8 E Na@i LL r. m g E s N m N x g, u g 11 N w I 3 E O �y - c -m F LL 1 U U m -1 m L r. S 3 m a, 8 � 3 o m 11 Sy r c ° 51 d uxz , E r a` z° H m _Z r u. u o$ u o>° f $ u LL n D u" d "g h. f $m - I2 ; ik 36 g5' $u g gD° 3 �hF 2s Ed o� E1 a` is v ° °e 5 v e c oanf y o III?, 56i5 e 3 a '" E w° >`>> __E g g " 8 E i 31 n z 8 e 2 s` U 2 C . s "s vi 9 s x 2 . > t- ' ' ' E)(HIBIT'E'-page 61 of 91 - 1 ry 6- ic h t` k r ' N 8• N N tY m b m •p N N m N -8o tr- t: t' O1_ hn t' �' . b m o Tn m t H In ag c n S g U �� s•sE x x x • x x x b x x x x S S S 8 a.e, 8. m 8 S $8$ g 8 g I.o F{ g 8 8 S IY X. 8 mP. a °• • m m n m n m n a a a a o ' o m E U yN f g i f Y x O f f g 2 0 Y U a a a a a0. a a a a a. aa a aa aa r n 0u .0 0 U b o U o H 0 0 0 3e g 3 m 5 an d u w u�i N`� vai ci .'g a m I m n Y Y Y '' Y g B fL K O ° K ° O 0 R Et m m g s m m .� a LL z -, C c r �++{ GG N w g r2 c S 4 O U " U f N Z O• 3 K N O O a 0 g a a ` o - �m �- •oN o a o s o ma o 0 0 $ _s • �b Qi4 ary OF, i Qn XX N N a N Q N Q ._ N .E'm em Ec O o 2 c6 _> E._ U2 QIX- ..N.F U'9ad 8mm £d°`L tm. E..21 a2 _e. > a q Q+ r _ z b Q v> -e gi Lc f m; E1 Nv g aa' u s =g a 3_ Eya s am'i CCE E 3 .2f, 8 E a E ``� n �" E E E n E '0 o$ tog ^§ m= S a a p o g. Z x i u e o u' o o° '� O Y Y b V Y Q N J Jg. g. O U • 0 z 9 - x x x gi x 2 E g• o 8. 8 € t w ;� m r m • a o 0 sa V. uN8 0 `'^� E_ =8� flfl g8 8Hg Salt, 3ryg a f ang �mg m Eg . 8� E i x'^11. 1 1 10� 6- R11 o6 n E r� a'E' a'd,1 EN.@i v4 c o E . NF '" iya � E 22 Eoog g1 aII �q�p t N<I SQ uvg �o. S<c SQP� :°� IPA i A m'a ma o 82 8 ° a @@aa® Ead c.1 Ea® a® m C N' t U f a a g € G n 3 162...1.E n E a E Y - = E I E N a l i = E e ,2 y ° N = a = = a o ° a 3 3 3 3 .2 a a 5 E f •g g x 0 . 5 6 5 •- ° o = t I. ^ Y 7 n o 00 0'2 - t .0 Ty ar E$, oa 2- m.- 2� o . E - § c t ri ca .— . La 0 25 2. xu o • ai au- aY m ki 3g si. c u2 §N ;a 5a o £ 5 / a' P CA Su ° c1 tei' 8D¢ oi E CS 8Cu n S• E - ge m Ex = L '° u i N P. ES 3° s� Ii a 0 8 0 "S 8 3 S S S 13 EXHIBIT'B'-page 62 of 91 8 r k k- g 8 8 m P. 11 N b k - • P 1 N ry m laN H ti O cb m m tV F 6 b b li H b b 5 m b b N RI g E 8 ry m e y u 6 «a E 8 S $ 22 x ze 8 X te 8 0 1 a E a X .8 I I 1.c 8 8 o 8 8 c 8 n 8 8 8 a' el no m ^ 8 ct r 8 <e. e3 m m ci S rvl m M w w 2 m w ai w N Est If y0 gg pp g = o L " m m ^ l v . L ✓ a • [¢i U � g U c Y u 4' u E > a • F- a a a a i a a a a a ft a n Pc. o a o u F.; u o U u U U . V U a U € E Ti 2 Y 4 o ' a 3a 4 u a uc • u 8 Li 'w ~ ~ O F- ~ Z ~ N N U O° U g ' a O c 222 Ea g a ¢c m 4 S g ; u m a ¢ea a 0 o � �S 0 g $ s^ §.^ s; 38 dP, (3p u 6 v ry nn c m Ee N mQ r'Z u'n fqm W> Nt� Zp ..g "m .o m rv� NY wo ¢u li 5`LL '6' c 5e tN 4 S ia gig :g zg .0 g w FE, q z'E• iz VI', �;0 °a .b7µ. Q C1.. m Ti rxm 3.d o f x u 2' .6 i � 5: i u ooU o` o� a� �3 � mLL � _ Nd o>m P. to on E. LI i a O l8 O1 t3 'rh" m min in P J m 3 ° u S 8 € Q N e 5 g • "E 5 ` °, Si j i J ri n A �i e 3 -' ` Z 3 e d el 0 E ' c C A w gE d m m 2 E a m u E 2 u° 6 e W c o o" -g g' a 5 ° "ry m ? J �a o 'o.� 3gy if i I88 = € HI Hi H ° Hi Ra § mo. 6-ifE Lm 3r="° Eg HI HI �as am ° ? r Dior-® 0a= • 2n.2 a �n �' n: X ' E � . nn _ 2@r >H @� o x ` `Yd ~ r = c u ,- yam, s �' 9 m s E n � ,4m n m R. t x 8 m 'S�' n w O 1 .� N Y 5 N z g. i m W 2 -5 rn 2 m 5 or 15 _G Cm�J _ -ZZ _ _ rC C 1 U x V ex d t d y m r n n <T u 2 U '3 ?v a m 21 8•° m= and o zz a. g E ..r.7, a¢ x .,o _ _o _: Em gam s5� 1 a= 26 89 >E ;a o js EQ ;d n y e f' LL;a s u ; l 3 j o ' t g 81 m^ a` W� € al 3 0 9 h a �g- a'z �t 9 r 0 ` I o f ri °i] E Z N°�Z N a N-' N i U n a a E g a e & u a 0° a s 8 s > - z EXHIBIT'E'-page 33 of 91 • N �n ; v n n Hv j v 3 h IA M b N N� H N a C ti t;n H H . a U ig 4 8 8 o O C g N $ 6 N H m q 8 n'o. g. ▪_ a 3 m oa e e E a s 8 U w b n w N „ n a h E. a 1 8 uE ° a a a a a a a a a a a a a • a a a & a a a a a a a a a a U V o 0 0 a a o U 8 u n a U u $ m I € c i_ c $ .� m n 1 0. t° E g'• m p N c N m yp� E a a o B `� N ° o . a l7 ' 5 E ,I E o O O U' t7 Q m 4 El cc o• . w p` p 3 E im .o vS "�° 3"' Pt "m d' nm As u7d h A 8 'kv pyy mro mm Em a0$ v° .c Qo z$ m^ g� ov C g - a, 3a a,, m� u =r Gg$ 3os g° vs' or ca t? p6 E _ X �� c. 5= .9 $r Do, P= ;3 q `� `g zU ra Er a` 08 og a u n c y E E �> N V &a0 '. - N = E v x �6 a� $2 m a°N c J r y a° 8 g 0 i2,64 Y El p`n $.a U m a m w 3 ° 0 OS u Afi Y a H J F. E ° m 9 2 ° E -T, o e g .SOo - E. v E °• 8 o e & ° x m g 8 a c E , l s m "� 8 r.4 p� m8s` a r4p d i 3N= `o M E 30u� A vimr `o >` „ • 3M_ oNg i_S'" ha Cgh�a m - e aA $@, umaA c ,yN� E � r�@l upC —m� �"!@� V^� u1fR igi3� � 3�� �� � S a iC `� 6 X u Z a D @ ,I ¢ e m a Z S .5 B V D L D p 2 u 8 ¢ a o p° 8` a A a E - m " _2. 3 - f m g dE rm d1- - I !x g/ I_o wf V 0i af �g-X tail ca o< gg• an do o wn b3C of I • As z. E x a o g s o a 8 s 2 EX-IIBIT B -page 64 of 91 y•P . t M q k m E b b •- Iv n H H 6 6 b b -; g ig L ' c p b g m g 60nF. 19 bQ m 9 8 E n p $ M -r .r N aV ' 12 x e g g x x x x x x g 8 S 8 SE S S S 8 8 S a'U r Si8 $ g 8 8 8 8 8 S s p 2 p g 3 „ 3 a p a W M a W M p 2 0 0: m p W P- ro m p zre EM a e S m 0 U rN.� NN N N NN¢ O O ¢ J ¢ 6 < ¢ 6 Y U n m U a a a - a a ao a a aa aa a a E. aF aU a o o 0 U 0 0 5 0 0 0 gg 0. o e ,0 S g U m' m' m' m' m5 m' m5 m' s S gs bc'. r .a a .2 Z O 1 'O 1 O Oo O ~ LI a Q m m = 8 8 8 8 8 ' m C+ 5 a a a a a a a a W 8 € r r r r r r r r E € c y 0 0 3 0 3 3 3 3 3 3 0 A. i g M Yp N G a m¢ a0 o0 �< '-' c4 r� RV rV rV rO P4V rV 51 &s 5 as oa 2 ig zg .zg i.j i.X ii i i m ,. a' m� a re a o 08 H. o 3g rLL -0 0' $dr. 3g .-a „a -`a Fa �a F`a �a _'YMN'� Hr5 vn u m N J J J J J J _ cc e e E E e _0 E ra 0 0 a a * 2 a 8 u E o .Y, 0 8 s p L E 4 o �' o $ E C E t Eo 't EE = E ii S a o 5 E 5 a g 5 , 5 s e m 2 m 2 e s 3 o o E g k?g3 %Vo °8o opt o �k'e 8 c see LL,E .RE 58 .20 glE =$ A 2P? o M$ Vim` /-vie oeq z'ai0L Qrg ,a..^... `a4 :d"S a8g ',me e2No moB p^ 8 a.a8 8 2k � 1m Ee am0 uie o. ;a. ✓e'er rv .`°. cd 8 mo g eNy nr Bq2 m�d Dods Cd@P on� ,0" S6 ry3 aa.0 c aY ca, „- a d T Na£ 1-T ga 8 �p E i `, .. U 2 U 2 rS 9 S g C C _ 4 .l ° Y — Y Y E m a g3 a z z z LL , LL ~ U si s s Y Y Y p li 0 C 0 r z z - NN W E me f„ 3� �o r� a aII a i� z a �u ;2� ZY o 'c `E `E E `E 1E `E `E `E g 12 E r" 5_ a of g.t 06 U. 06 36 06 06 06, Us ua LL�i i 4, o m 0 E E E EE E `WA is u€ o c aLL F. a3° n3 a3 �3 ai a3 a3, inv �- u° _s . n 2 8 € 8 s P. • Si O h p O o O o S EXHIgIT'3'-page 65'bf91 " P. 7 1 'Jr, ti H 6 t 6 t! I` 6 m v ry N 6 b O to to 6 m 6 6 S %; 6 p8 0 0 m „ sa A o x x 8 g g s a �$ S E- S 8 n'e 8 m o. m g m 8 e N 8 spo c SD 8p14 o 8 'd,�1 S m • 8V o N .0 Q lr M t-, N N N N ti N g N s. ry N w N 8 s e c 1 a @ e 3 S 8 0 ,-• a E. a a tl 0 a g a a a 8 a a a a a E. a n a O a O i .i O a a 0 a O i a " 3 t g D. g E 2 41 E m .. �' g m"m $ Y § a s a .o ¢ ¢ a ¢ O � z z �` .Q o m € o 3 V a @ $ a n a c 8 8 8 H 8` = m m m` •m m` v a `e x e ¢ ¢ z C a € E r r r O N. o 0 o a 6 0 �° a• a a aaig �^'6 m ➢y g* O E 2 N as N m s. z v mo a0 a0 0 Ne "Eog. ma.p V; gN mx 'AP- `� q� a n ? a oc -Lig mg '_=tS of mn 3'E =s_ oag g 08 0 z-si 8 ESi ; cc ry.� go m2, Fla Nm t'; Cz.€ g 'm aL �s �+ g z2 m m Y Y 'O O ? O N m g a N N 8, D.m i.w 14, u .r g ry p' w rt u• • a U U I' 3 g E atti -g `o� ` _ � 2 2 2 E " 2 2 E E 9 5 a m m '� EE N o N 5 2 5 2• 5 g b vi g E T 8 a a m D .5 E i t• E 8 .g u ' d .8 8 u m E `3 E E ed i 7� A om- a 1.11 . l' li " and 8 aF' o` 08e g-,u® �" N E a,� apt " po mJ`4 E add ��o Ua n('u otdi o 5N"g nC n m1 ° SN Z €Ov_ Pa; c2c2.m.@5F V Ng EJ m ONO v .5 "N t N j r HD a n1 a nc at@l n E' 3 tac rt o •'in' nm ?p u :. :6' 4 S m `.J c a m6 2 eaa 1 a v a� ' m m 6 u, m' s E > u w t. a - 8 w u y E 5 p - a a c f ?r a .n a a m t E € s o � o N . 3 n g m , 8 8 8 Y ac o v�}E{ �p : N N N " 5 Z OA 0- o r 3 of 0 4B O E J c rx-I ¢6 Q8 Qg • a s ga o Es 5a z€ _g u nu ct, `0 84 E E E • =¢ 8 a = m. C.� E Y E: w . 2 o 00 00 80 a . C 2 w.1 o? 'u mo '2 g o a F ,17 z i mt. 1; g3 3. s .: $5 x 82 34' e . f c zi Na 8 a z a 8 " m 8 o 0 8 8 a m fl' W a 8 F• nEXHIBIT'B'-page 66 of 91 • e - N L N ��'^ '. gP E`! b lY h - -i•il N 6 ,t� • -,t -6 n S. s mti g t�� tim� tit:- H b C: 6 6g 6k bN n 14 i H hl H g RA 8. . 0 m m W. 8 g e m g F. N �' V Ue 8 Y x o a S g8 x 8 N c 8. 8 8 o 8 d 8 8 0 2 o v 2.G b m N 0 8 n 8• O 8 n 0 E< • w w N t e ry d S 8 R �i F. 1' N '^ ani a; if N n3.. 0 0 0 a• 5 a r e E 5 e e S S gNN NN XX yy Q V F E 8 Y 4 6 Y 2 Y Y F a a a a a a a a a 8.- a a a u V U u U o U U o 0 cg -g e -E E E m E I 1g € m m's s q flg ds' a 9m Zm• z' r E Y E E ` ' 4 a Z c . s N 44 S 1 U AI N N3 s, C Q N,', q' 8a c 2e O oz �� mm ao Ice 3y LiY "'l da o Eo no m8 Cos 6 9g . pE NN a" Off n g n q0 fo' CC nx ` D Q E� 2 n> 2, me .gM 'Sw d� 8.n vie ny -m i �� np H z • Ey aN iy N m L atl o2 nE E. �� u 2 - Y h ' e e e a u E E s E u a = m u `u „ g�' 0 8 E e w "o o E o o J _ in c 7, E411 E3 §2-5cN` o— 010 n3 Js_ li ¢ a< o i , i ` E , rn; c Tli _1 g g 8 u n a Br"� N a, v n ?a e. tam s � m '"- o � d a o U x a 10' x a- c V0 w q � a @� 'E za P O LL3 E in 1a w T 6 LLc AI eu u m 3 NN NN NN aE. pp a xm Q Ga Q tx-G - o c u 2 •n, la N- NN E 2 0 .9.E pc '>2 ¢ z e 'E c-e 8E2 a Ev B2 Yin e^b u., u`, Um `02 ? g3 8s 8° 8' i m"' €= g"3 $a S " E' 0 3e a P a3 .- gEN `"1 io . mU �El. '7g• xt Am 83 =`,1 �p ow Ea'" 3 n .`fi5' E t 8 P A 3 3 a u 3 U e r < 8 8 8 i0 EXHIBIT'E'-page 37 of 91 m a '• v v E I. r I. m m Sr b b a o E, L -6, FO it °o 4E 0 $ R « v . n o . m m $ v -s gs� x s s ' s 1 I 1 s s s � s au i r e g8 m 8 8 m o _ 0 o W °o ',. a G. ^ 7ri $ - g $ n $ a w a m g a w " „ w n a $ m .1n M a n a O Q m m $ = m a 'a a . a C Q R a S a s s a e e a U g g Y JJ U yy 2 ;F.- a Y f i y a. F.a a a a1- aa a a a a a a $ aO u u a a O O (3 u u '5 o o iL g t2i .> 2 I 8 rg 0. § m m ag € aii z -6 " $ S E / z S N g m ~ J ~ U Z O 0 Z m U N F g ° 4 c = L ` LL $ , 0 G { E v g p g X c = = m c m 6 m = m 1 = m iu m L ^ L _ c c g ' c K K �j - w a' T E $ .�,a ua S. E m a a ^ O G O m m -'E a O 6 3 a 8 5 CO 8 g 8xY €e s`� 1g 'r�'Z Bgd 2O Gm '' ge aLL mY r•4 6t v a6 gmri rcEt - �g 8A. Lb E 3 - `tziZ Wm ` Ea O1, it ei .'a o mom 3u o w vE �,g as rcc a w _` z � ma$ sn > �s �m R� �^ _ �_ � $j �u iy Z $3 n a. a o¢ mY v3 rP $ mw w 8x' Q O u Q H m . s O 2 2uR a - P.- c r m s E - `u $ ° _ P. �`°� n $ E. E m` o • o n n n i9 5 `° 3�_ 2°pg 2a 401 ,-,.1' m! d t my I-@ '3_ = EB slit m3 <� u 21"° `c `o u uE 2 Jd.. ;' ,a cha m$w 2. m �, Mw mom 5 e E, -1' e A 3m` E c Zaa i^uilt ~il Nima al ID mz 0G` " i £ cd'Ecm !! 1�3 Fm1 Z--u ..m o "a 'a^ �' L' 0.. a _ to E >a' ,'n um o.o • a0 `m_a a[� o t ifs '8, n W F 93 L - J ° 2 5 s '° ' ^ Y a a g R. E E • 0 0 r 0 0 ^ m 2 t a CC eE LLm n o 8 4 E a 0 pi .mi y >>G E E g _ t u 15 u 9 s ¢ N Z m . ..7 2 m s g s Y, Z g Z z °• f = • u4 .3 o u 2�a 0 8 u 3 c"S c Et ng o a 8 If u E m m a E a• 3 c., an OWN 3n my „i2 2 aw a- im Si 6ya W b� 3 a xLL =„ a .89 m 5 8 9 w� 09 c N s a $ ' v� m� m m e EX-IIBIT'B -page 68 of 91 M� m 4 E - 5 ti $ m Ig m - N raw v m , O A m k, • N 1 �qm m _ n to n N v W b 8� R H s f m m S 3 u a., 12 s s s r t ' S t`t g E R. -v q Ha w N M w ,, m o .5 n e S E m F e Q U U x. 6 ul < .Y z ^z U Y U F U m x U Z O A a a a.a a a a a a u a a a QO 5 5 O o u U V 5 V U yh ° t ^ s !.� ,- t -6 �e 1,2 N U LL / 2 6 U g y 2 .2 h n n a z 1 E i 8 Q Ti u 8 m2 0 2 N c c €€ a = , s m s A o -, m e $ 2 , s Z 22 _ W R. "i a g E E .__ yc7 ' c n EE ' O e, G V' G �i 0 ''� U a. G ¢ a 0 E s g. Z -�i aQ <e ttG a,S m w .- �m• '0 ink zN -m O "aa as fa MY €o e� E" 2 moo, '2 E gZ SnN ^rd, a a Ef cg ma g o ga z E E 5 .g .r.; b a M� A m� by on mz a mu TO as o a y..- $E � Sg 29 3 "2 a gt ar6 3� §- d= rca °°yo .9$ F ma m = i° . nm a .v a iv € t .8 g 6 �V U g Y 3 Q N N S J S a o a E e m m o a a m c 8, = 9 E a d o z m d o E k w E o § ' ?11 chim m 8 m .9 '.m7. - ' q E, a a d FiJ. S t 8 74 in Zr_ = E u o 8- 3 a °�� of ue = §x� z 1 2= S� °gm g2; ,AE g `°a:at `2, tog u can '�K at,V ,^60i $Q°�' 8 4m�, d =n@bi '""''i" cgiu $ El?'` ga q oz@� . o u g--1 €a C g g 3 l a a y 41 g a ° Y E 3 0 0 c g a o a = E i € E as N u a E G a a E d '[ .°A. v c0 N _ c a y :g U - m U ¢ E. 3 C E 2 2 t m gC 2 ft-▪ 4 a 2 ao , 2.- E m 3 • e u Y m et A, Z,� O m c O „ y• N c Z V V 3 i .. 0.a U, g 2 go u% fa' x f C¢ C E E E_ `in .0 t6 n va cT c yA i d it 5 o s 2 iE ga q„, a = 8 �m 5t 2,n tp Ol r '03 €E ;2 m? $3 6t S ap o a� A c3 m� r z a m� a a Q c U N O f U E a . a n "s $ s a2. s a ^ 'EXHIBIT'E'-page 69 of 91 2-.. I H 9 n k b $ 1g Iv b E b a Q. m b F° b n n F N N N 4 a$ m FL ° 6 E °� N w v m N m u°. g x g X : 8 g 8 $ $ o $ S at • cc $a n » » 2 » » » » » » » 8 » i 2 a - a m m m m m 8 • = a 5 a a 5 5 a m m m m m - `a `a E U o O a a O o 0 0 0 o N g N $ Y U U N O Z f g 3 Y IT 0 6 6 a a a a 6 d ¢ 2 el E -R 2 U a 0 a a a a U U as7 U U fJ U O + ^ ti m a 5 U m '` a a a f a` $ a e u v � �' m q '£ a u a F f a 8 Z K H H 2 Z 2 Z Q a a o a Cr i E S t g LL V 1 Y. 11 t _ s v = x t w a E a E i A @ € 1a o O N' 2g -' a 0 ° m t t 8 v m Y o S f4 vN o t� °�3 ma r m` a 113 a go I V <m 64¢ mpn aR c' 88 88 s m •N vil S Ko rco 'O S"R0 y4.o E ZO _so. nr Y9 a2 fz �'a m n e go s $g :3a 3g mg_NQ L m a s C � Z, g u 2 m r g 9 o.t 5 U a g {8 N 1 As-' i 2 i V Ns R - ° ui Opp 1^ EE,^ Wes$ EC. 33�LL 7ad tqL °N 41 iR Z 3 �� aU �i uri N L^ @ NN NL� �a` r r �° -tl ar u,,, o¢ r Fig Rc Rc Re Ra' »3 !I Z 1° N 3 Y v C -i o Z X a N c e E. e s g c n e r . ° U 8 U U D E C a `d ro s` a 0 H a 8 5 2 0 2 ° .2 $ .2 2 2 ° q E LL L ' ae31g "' v 8 I o t E c E r° E '1 i tilt d "'vo A 'z E r 5 da,^,_ lim r� ` . o om y 85 852 85 A iliUq 5z= g eA�o e NP@j �.�,�� tns� v� t ;ill �W� u q� r� u�� �$ ° .�� E �.`»�' i �.''�'o� ill 6 °r' R`v ' °F.-8 a AE - eT S ems « C tim.- d!$np' mn 9 3 2nA ZY�u yi 11 a.4 O jo O`U C N U rd aL. v 3 if u9 f a 13 cn Et eo` Uo` 1 r t g3 LLr c? e-Q e3 mr - ' 0d g4 Er S ° ng n n aN Ny at . 3o x1 N� uc of 3m e1 __t �1 Ym 3 ~ E 1 `i CrE. Cr 2 . o 5 a R H $ (g s _ 8 8 m o m 5 5 V EX-IIBIT'Bi-page70 of 91 m e b .re. Fi _ 1 b o H 'a n. G r 6 b m ZO 0 iY){ P f�'1 C6l 6 •-H t �v 08 g'E r ., E.. m - Q a 3 LL-8 a o iE * Xp M M g 3C ' g* g. 1 e e o e :F �- g .O 8 8- - g '- ' 8 •- m e 8 g g 2 n 8 o 8 fO 8 O 8 G p w w w w s w w w w w A c m o a °' 3 L = m a a a m m m w m m I w E .nd g g m v` A " , r 'a 8 C E o 0 u NN NN yy z U .Q Q Y f Y Q x Y U o a a n a 8.- 0 a a a a a - a a n a u U U U u -O a U a U u a U S g yy T. L^o}' > U m m Z a a L m a r m t LL f pU a� $ g ¢ 2 z • 8 2 Z ' a o K m K H • G s 2 g 8 A m m M € ` g S N K ¢' c m m = r m` 1 y a a m g E. ` E -• E `u - 5 E B e, ' a a a A a X. V' a a a a W z `� $o a S a S i .— &o a� mm €� os w ao.3 2°w >a a o $a a< mgw liq '4 1,r s� A° `> li 'w „o G `gyp ra ;- t-, �d g1e °v ag 0Z Ae E y 'El �; xi i a rag ▪ c-zi .aE 5 .� c2 m%1 x 3 za a ;a 3wo §m8 rR1 14 E m1 0 3$ So m° g> F mg mp 'w" a n n 32 SN 'vim 2 43 R° w J 2 0 E' ry QY E N g E g 3 s c c s ' S a e m > m c E u gE a _ -8 o E 't � g e e i 4 ' E C d 03 r 8 e3 3o2 4 E Q.a o a J E_ ?+ o _ i 30 E ? 8 c M E. a. 5 El $w E c W - 3 0 3ryn lo `W grv� yNe I ng zP..HI a� $e, c0 m ti% ". 1 ems �r. g R' E o`E -3tqu wd sad .erg, �� � ng ��� Lig 11 a' g r a61, E ' .t 6a g a w a ¢ ? Z Y E c Z c j m t E s .E u 3 Q e 3 O U Q Y U 2 E N E n- e a• N n a Y t a u .1 _ ¢ e E f c Y` �A e! SZ .- o.: gg .2 c g 'f x E E ao c �m Alp '� `o gg qi rA? a > > �w w n y a u « °z a` i6 a C" .6 9� sg inac i cg0-o` o c OM i 2 w LLa ww $a E N £ f,g 36 m ° w 9 s w 00 _ a' u w i I. 8 a EYHIBIT'E'-page 71 of 91 • N N lV N {V b 8 In m H 6 ' n H to la e, , o 6 b �' 12 b O_ b6 g • r.B 8 E Afi ta N 5 el v x s s5. 8 x g e g x g e g b _ g g a U $ • S g o 2 8 8 n 8 g o 8. g m 8 8 _:,,o. fo' 8 8 8 8 8 m 8 2 8 $ 8 PI8 '.. o if a o cri n _ 'mt'r. �w' 5 8 y El, a a a' a a m m • o m m m ° m m m .g3 = m 3 a o of a c C 1 s F_ `a .n 9 9 a a a m a' 8 U yy p 1 ° U U Y Y Y Y Y ,x- g Q U U a' a• a a a a a a a a a a a LL f a a a a a a a a a a 8 a a 8 8 • O V U V u O U a a U U a. U a U 8 a a g g'" g g g 8 m d ,$ q i ',,. T$ .y y t x z a i $ . V 8 g a 8 z z a z z m F 1 N C o 0 F. LL I 1 2 2 E- 2 X LL n 5 r1 a m = = m s mry2x as �Q a mod, E5 u. y. 8 o rm z to Z 7 3 a O o mo @04 s` 2If, s`i�m 0 4., Eo _u o EE 13g Sig t �Y tY >Y v2_ gx N° U� Ny 15U " as 2. c °� °2•' o� c 2a ih 5a CO m w E �E �E F"• F d LS a `• E 2 a., a N t m N' a,, �U st= tiC gY Vc5 rye S EyU- ga 5.' NZ m m m m m a e �ZmO , to V m Q .t c e c 4 _ E ig y o C u ° E $ 8 5 ° c J E 11 S E o 'g u 8 �, 6 u j h m E a C " - v 2 ' a 8 s is -mp im` F.ga *..e m„ am•! �. : ...te d --Po 9g_ Eg - ggg 05E o_ €^ E 520 ,1 , " 'no >g. 2 >R 322 d -egp, "� v` ogB ea3 mV 1 1'51 ��s d" „md.P.g11 ° o d gip taps , � '' %NE t�'ii i d d L um1 E S^W 'a N E a'.h F� °d E ., f E v 3 '° 6 8 c u° o 5 .ti m o Y� 5 I n 2 E o m 1 S 4 a n_ ^o a o o. m U a,{�@i f,! d m'c3� LL ufY -any LL �a�, ��t = aay oag n� Fa °a o 8 - F a ' _ _ ' ° a' t• 4 ° 9 VI l !a e Y ! �S N R 33 ci fm' - H ? m g E 2 2 2 c E m a m rc N a m S F a' 3 '� 0 6 ai Y _ai m E LL u (7 t� z S a' a2. g a m x x N j 1 in 2 _ 'O ?i o 4n r i ti o U 8a Na JN u'm' ... C'r c a' E ¢ Eoe E" E c ¢a 8^, n S L yqq g V Q N 5 o ag U t . ,n8 'ff 3 8 N.r U '�8 .4 9. �3 3 v 7 m U _ 2 U N m a fi 8 8 g CO E 1 m EXHIBIT'B'-oage-2 of 91 • k le N H �' 6 0 , H o N b 6 6 6 to N oB $E °. 8 .� x' n F 8 w 8 $ 8 H - ,- .- ii ii3 S 8• a 8 4 8 8 8 $4 Fr E.Q d . N. ww n w n w• w w w w w .n w w a m g r. f I=- f /_- U - r r U 5 U Y LL r LL 2- d a a S 6 a a n a U U U 6 U U U U a Q: LL a V U U U U U ° m a 2 4 Y f n 5y o`� • .. m �° I V •L' m 8m' u u 8:44 a 3 al Z o 8 0 8 ❑ Q r r t N p 2 t • P g v oi5 9 g m 4 N 1 h g �� € E € g 1 E A r a E o n c o m o i u z^ A'�^ v8 R. Ngy Vim ffi? "'r n� O ,N om Y. °m Z w,uc C n u> > Er- NE Ng ax 6E 6 V'o 9� w« tre G o '`- S2 .r wS 3„- 3¢ ti, o`x sx x6 Mg C.� m° °" 8' a x2 ".3 ^R aV u -r o g '. —A ¢ a `jE vg tiE' 'Bs ei' ci` '5 ig .R m§ 3= ..°'m No w-. w8. z 8LI w$ cU gr IF- }°LL a° a"' 0u a. sE mm Rz rd "r O m m w w ° a° O 8 4 NR 6 , ' E a S 7 = . ° ` e g g m g 2 E n Isle ° ,3 3 ne e n2 E a E o E c e 51 m 5 9 a ° ° E Vli 8 '^ a og € SM . c r7i g• E yE 2 hi ui 4w8,• ° ' EF42 gcl il w a�g, HIHO: EMI =, g3 m E1Eii h E y°�O d E V� $ U'1 ° rt v L a o-a ac@l a2 xm3 E1 n-�, au 6b .4aE 1 Es6 as 3 .- Sa 8 S `a v s c x tt �` b E m ,°o` ' E g e c 8 E aK I 1 6 13 U A u -2 w E < C ig 5g w Y y -, a 11 ¢ K m g, .E a' T. a 8 u 2 ` o A a E; E 1 y a c e S m r 8 a .A 8 €' a E E 8 w m v J O • 7 ¢S N m 5 y EN `Ti 25 F, E_ 5 o`m m m w Ea 'n _ tl $8 O. 1 2 i m C§ m t LL. , ..�N a`n G m c 9 E o � r g • N G; F$ N am, 'cN .$ e ® n 4 " rc. V m 8 8 a d L' ci • w W u mo ° N 6 6 °N 3 2 N w • 9 r 8 e m• o a 8 r 8 8 8 ' EXHIBIT'E'-page 73 df 91 N 5a Nm••• N Na;C x N 6 m Pa a NQ 6 ' N W 6 ary rvEv - L.; T 1.-, H m3 n r N m 5 g b m ti m • BEs aB. m a is, 8 p 9 N N 8 E- g x g 8 g 8 8 8 2 8 x 8 8 8 4 g S E Ao 2g P. 2 m ,4g m U a M m p N m m N E. , 8 a w ^ m m w 8 G mg. 0a m m B. a Q c a g a & a s s E 0 U v "d d s o x °2 f 5 u o k a aa a a a g a a it a a g a 1,-. a UU U U U V U a U U (j U pp y• p g { D m 2 q 'YC Y C ' m r. a q n in d '3 m m m d U 0. Q '� a 's s s t E u u E r s a z 8 z z 8 = 8 m o 0 0 0 n eEg e. V n" y U E r r r r Co y fi `" S a , 3 u u u 3 $ . 7 6 8 a o i `o ' o rry r & E _ �� z `8 fi§ `8 m z'8 Vm 8 Ra q aY .-n to, plm ¢ g fi. m S on Yj �^ 3W re 9 '0 . T LN � tZ GN g, Vu - u0 No a5 3 P. m4 S Q g h+ Q a s � _ �� `� s o t 'v ug ze 3l 3- 1 3x wN_ o a .E 3e .Sgg As, a ;' tea` 38 30 30 3o m ko �� 8LL usi" h .S� z 1',ry35 Se SE. RE. RE Sa ,SR h N 8 3N m"2 'b e.~ a G N LL N 3 N g m 2 6 8 g 4 8 ,0 ✓ _ 3 E o d '3 1i `; w n m Q L22 o :'- E 8 c - a - m .� I - 6 ,§ � E ` E 9 m 3 5 g $ 8 C E • 3 8 o t 8 8 0 E� o a d o 1 o ry c e t e a n d =m n `m o _ E 8.v a „oi `N V an 'm g,a c Q `g , of eg mt .m om E 3o a <o 3'.,3 -o 9. $ ' P. ▪ � Z �e �'ajt Z.v z'q a U � a my uq@1 �a� � i 1 z. uuW u @F�4 ugge@a °gAI£ oat aN�. ,7 E mU �� m9 m E i, TA V 9U Voli ggt Eg § EgE bgg bgb N^_ inne giIv E21 Sat ; ®, 3m€ RE a o ,' m ..i E a A m ra d an`a_ V a A m`a A E x '9 n s _ 3 n t, _N o t x _ a ; 8 i r 5 E u a E v n E o n x m a O c g E 2 E E E a S $ = 5 m 3 A E fi a u m -1t m -, a m W . 4 U m i o g c R 1 >, a 6 w ytn 4 a � Q x a a m.s g � m yd m m m U u K. R ae i 2 a E r� XQ �9 �8 n V.1 q Fw z—n�'' cai73 .act ma' -i o .4 Z cE 3g e3 -n -fl '�v =6 of gg or ua �E c S.2' 18 E 3'N a E a E d E n m H Y n m s Ng g ' m 5 a3 g LLz a a _ �° 3 2 qsx rc sLi 2 1 O O N z g N s' e z o 8 s 8 g S s a • F mEX 1IBIT'R -page'4 of 91 N Elq if e €� F. r b o 8 bni H yy FM . E 6 M FO X b O _ 6 '_ M M 6 C N fa N 8 v m Q.8. U M b LL M co. 1 * •g at x :e * e g x g x _ E 8 0 8 8 0 $ 8 $ a°8 R 8 H o s S M e N a $ m g g ry 2 g Q R o 6 t p g 8 $ E a a c § _ a - 5 E m a m o w ? 5 S •m o, m m 8 )) a Y Y g 3 J U g U U U 2 U a a a a g a a a n a a a a U 5 U V U U U U a 6 U U U U (� U U E 8 E 'a2i a a n •u 2 °^o 2 a a w i r 5 € 5 . `o ci m a o a LL g m z m u e 8 8 g P. 2G • $ Tp _y _ _ e 5 a E t p e y 2 LL 5 LL Q E H B a _ _ ¢ m �i g c c e c CO G = J € C g y 0 R A e E € ? E 1 a. O W n 0uu 2g Mg cs o. ,; m� mg" het >ii E. .ti 20 a.o gN z E8 0 -m SE <o ce m‹ '0 << in'"5'' IZ mm 3� ce Li p 8 <m s` 2 em cm �3 _� xo `. =6 $s 6a go, L. 6 a -Y . r c -e8 -ex r8 S 5 pe F4 gt �j og 3LL ssi i ag wo o D=' ZQ� 03 's • ` M- 8c "o 'fi 3� n� O 3 f mY ,20 'y m Qy /J u F' cn. E. E & egg 6 a m .7.. qE 'g c Eg Z. 22m 5 C° = m -�` g 1 E ' .4h o e a J g o c $ B a g t .. 1 t q a rtai G S •3 3 m E m 3 B r ". o• Ol a.a7 f1 ,..0e,e, 6,,, c j ro .c n e ry.,• oe2 `08t me u a$ . ong ft.. v-.€' q o s' 08->` o E - L .,- A. ' mm w wh N y7 EEtl a" ^ $ aodL t .. 2 ;IR, 3s 4' S'Eg `mE LLE,�n m � gl& g. E _t m� =2 Y em@i rvMS- sv1 8 ca n 8 .0 tW@� 1 U 2 n_ o E4(di ae .EM 1 o -,1.1 €'il ma i V a o $d 6 Fss wa� om§ r6 g 'Z'o-] U 8.n/ a aE 6 4.— '- E ao.t $� gC g E ' E i E- N 6 `' c g 6 s 6 1 i' E a r g o. x' L g 1 a ^ tt a M 8a• H gc '� S m �i a` $ a' • a a i e = U U , � E . a` zQQ o Yc 2c 4 E Oz m .�� UZ c <E ci u @ UP 1� '° E g! i x1 g,, s1u is Z, • $i 2= Sr 3dv Bid km vS xa a: a'3 �y DU g L Uw c� a, o it; E FiQ ou 9 Ua o� o- 2_ - m . RN 3" .1 g� �& LL� oa st �F� 'i a ,m. cN 3� 8 28 gppe D3 g a 88. 8 a N� 3 3 3o dr Y u a s o E . e a R o 9 N 3 e N a [V a a $ s "s mEX-1IBIT'B -page 75 of 91 • n 6 6 E 5 r+N n 8 N 6 8 b 8 N C 66 8 a 8 t2 An 2 2 .. 800 r m m n ,R 'S $E 2 n ,7S m N N 4 V x x x x 2 2 2 x 5..: 8 8 8 8 8 8 8 8 8 8 aV 8 y m 8 0 8 8 m{ yo 0 i'c- n n ng. A 8 73 m 6 �dF- a ,,, N N a w 2 w m A 2 w q 1 a m m u z i Y r `� 0 cai0 0 a 0 0 F a a a a a a a a a a a a a d" 1 U a o .0 V@@ o a 0 a u u a 0 0 0 o`�' m a V aZ m o U a a q m 6 8 T. E 2 ." 2 ` S g = g m VA1 0 2 8 4 F 1= Z 2 Y B r E Z I g Ft 9 8 G 8 2 . 5 m S N 8 i S $ to c ._ m m p p r " RE 2 15 U Ili U'p Z ,� 6 E U' N 0 1 m m S 2 x _o _ e 8' m 4f m gg8 0 p a s2Po .Nf HI P. E 20 bm o8 .o a- a° go se.y 8, G 3 "� il nv me. s& 22 rx z A� -1 LLa so -° s IQ _ Z. 6. .m w Z,f 3i c g 2 $t G K Q a.ac m. W4 0'v SU of < og SLL 8c NY o 0 to 3 a i ice Ng a vg n F� 0 S ma �F `� p " 3 $ ry O2 2 l- Y Y '8 c u V 3" , ua N 8 iZ E c S �°, E c E D E N g v v rB a ill - E m ~ ' c il': H0I t Ei . 0 _ o g t.a^. 9 ggi UI 3ia _ge tm5, P� m ., mog -e2 u k 3a6Ema 51,1i M em mo` 5'4 a gry8 �rf2'' 1�� g:°. " lie;' - --N@, 1 ..iliadN a3 a`�ri n a' !6 E E 990_! Ci. g a @ . °t1 E I' t a „ a g w = .. Ono g 1 .N E ` " ,. g a 2 .. E n Y 6 a A 2 Y 5• m c N q N a S ri } U y E n n g o .3.a & m y a ,6 O 3 N 5P. 3 c f� . 2 i a£ ?? 2 LL (1 �N Y� ei Y � S d 2' e _V pi 8n �'3u A-2 un 3m o2 a v c� EN 9a g 2m G S m m O U e� �0 n - t n i E a `E 8 o u_N `E Q! gg n` E.g. `�'E .2 41 Y`R i� zu` 3� �€ r =1 S� N V 9 l7 n m m m 5 E co 2 a n N N a` 8 i� .B 5 i m 5 N 9 • • FX-IIRIT'R -raga 7R of Q1 6 N =:,:E a 6 f(i" V M,. [V n 9 tG 7 o to N 5 t0 N H i6 6 6 iV to 6 tV N 5 bQ b C a r go 8 Q o m r S N U a 8E S 8 8 F g .- 3 yy 8 8 o S a g r m g 'Y O CVin N N C 8 _ 8 b p 8 V i W N g ti m fl. _ » 0 �O N N N N N N M N N N p M N a 22 Ia c a' S m u a a °s r u d ZF w r E A < o a 8: a n a u a aa a a a a aI- a a U UU o U g t E n 2 2 2 m m m g m p. m . 3 f Si9 B a z n u o` m` o 0 0 0 4 n `t GS ;; -}{{ N NNN N g y . lytt C m m N Cs, 2 a E L t c LL x (�al c 8 8 ¢ - a a , Ti c O a o m ma ' ' f ¢ " 4 E Ce a a O o 4 Z. og e8 Nm ? ym 73 2 ine S o I ri L p a qo t go . u'' op a c cc aR o �>> gis y o a 44 a a 56 =a Sg vi- a a. a SI Q u3 we v6 wg di'- wE 2i In m_ mp m $k ga 9 'mW h Pi gp V. 3 33 %I �_ 0 o o ow 0 W t9 N N n 3 '°ia m q w u w C. 3 Q m e 1 i 6 E „ w rc k E F E U i s -' i 0 E o g s 8 E c ° % '• 3 N fl - 9 C 9 o u o o ur a '5 g ° E .E°. I mpENE €7. eB/E 2ffl V O Z'$ g 26 i < ^ Em o .. g�L a HI L2:4 o .60$ qyy -4' a agg amae 2 gm" :owQ ! 68'ns uE m� A "uE'2, S 1� E u @i N'm^ 5Ep� m4 na$ mu u d �a2 d5 ' 2E ` E ,n m ¢1p o Y v 1p E -� c o'i a @ ` n a .a c a E Nag ! _ O U ~a " - l U 6 d g !± m _ u a E E E 2 8 A ~ - r . w w M ti z 2 > g a F d ffi o 1 o 8 c . ; - LL m m n a n m o€ 2 I ,2 c xw �a E: 4 U m^ ,. t I s y;g gg z g ` u �So' g t'o`Sa .§ -m tgggo °m $n El iN ym c no n1 Eri m o p a Pe je A- 2: Iv y~ �C Y12 C 3 GE }m €E =y E. 1 3E i _ -y' 0 C LL� 2 ,� n m WQ 'm a w gj U m 1 3 = N P. o E N 8 m m EX-IBIT B -page 77 of 91 to Eq. N e ox - b . e a m6 t Q 5 �; m m s oR e 5 e E n - m ar v-g m P b N b m O O as M . 't4i �9 N R gE m N E N x _ N _ 8 _ - LL Y v . - 8 8 8 6 - 0 8 8 . 8 yy18 8 8 8 8 8 8 8 88g 8 a El g m m 3 - N R N a a 9 0 o m m m m v N a R 1- u Z xX N N Y Q 2 Y 2 Y 8 1- F 4 Y = `2 • F a a Et a a a a a s a a a a n i a O U u p a U U a U U u O u U IE I r .e J -W o E.2 ` s or o m ,sio 2 v 2 a g `.9 x 8 Y 1 8 c g 5 0 8 o 9 U — C N = ` ' +� E Z e H < a 8 a 1^ O O 6 Q 6 o en00 O C • wN YQ wN ke Eo ng `z b ^II 9 mF oV m N8 62 n G E Tr. 1/t •Y 3r id sg L' WH ce `E Z VLL Y! 4 N m8 �� l7 tiN P8 PO u 8 m = 3 P n N t I .1 t{ $ t E E N n E a O m g a 8A v 7 EE E 8 `o u EE N .� g i E Z C c t' a- c .1 8 m i' g 97,A z $ E ;op °' e v E o G m 4 0 '.1 iI LA =da N^� 61 083 Snd smo -tag q 2 a2R m2a $ o ff_ xo ov t 24 E A.L E .P E ,gg yM cN ^S NSA, '^ .9n 2 -tag .Y. 460 mr E. o cEi f. '648 'mt `�' m n 8 -n 2- a 0 vA a f'nP.0 em a g^ 0 �a _ n o "9 10C o„^•� wet � s�.,=, 3� _ .a_ bm= -' art Y _m@� wU � 3 _ �§ 1 Et _ 3 m o yCy '� @ og nr g .e in''e� in :- !° n ai s n c .N S a; -..t n E %n a r n @) lac c c u m ; 6 m' ,[ � N E .w E" n w a a r LL 8 8 r Y t a o u 8 f g m N 3 8 a J F 2• t 4 E C N ' .6 'A H . U c E N ad Se - 2-- 4 �a Yo 'Al. �� Z. "da - xa Z' 88 ug eN k''s itE 82. mg `du 1m Em $' o€ q`q_° pqu $ 0 cN = mi 2 >H CN ¢ E' GE it . o L3 Y-, 8 " y- g. Yu Nm. s .9a 3t _` gam` A. az e3 0o m a w.g b t N .S 8 N '�f ' ? N 'c 0 Z' 3 ry tl 8 en2 a E 8 E w ato 0 8 8 8 g ii m 8 8 FX-MIT -Marge 7R of 91 kb el m N k ; N Fr (` N 0. • p V O 8 O $ I. b m a p N Q O pif' N U N tVE. • • .E 8 g g g X g g g o S 8 X g X X 5 g g 8 0 8 8 ., F rra 8 0 R B _ i -73 ua a ,w n w ,q w w w E a w w 9 O 0. C C P E P. C o g u m a a tl Aa C C ,� a 5E u • • o Y a o ?z x ? r .?z s o ta a a a a a•a a a a s a a d a a u u a U a a E, a 5 a a I a , t at= f Z • h m G x m` E `a X m m t ' - pp C` c ` N N n c a LL -,• rcn ' Z°n m� m Oi ` 9 QQ'$ o NV 5a w gt 'y'0 in?L CRY E NA r,g =d on EF ,yi C� _ v€y+, E E ¢ • 9 � a $ m1. mb m 1�V„ fi, �� 3 $ N. Bo - O v K v wU to 20 s 3 a- E - 3 a• 0° _ f'' �N L 3 "a' £J Y IV.mE cE � j 8 R � ypS� E p E E a w E m o .581 u Y m N Q rn n v B 5, y g v '+m E o q J Q o c l 8 E �° omm c-�'�F �� v_ �w ,�, �� of N@ <�c =H , ti I o�.E H I o n.7 �g# &I I N ¢l d i i i d 0 o` lit 4 g Hi i ¢m a Y`N " o o"°i E 141 am 01 '$ a i N; 8ry .m'.'d �.mi� ten. w'�' c c:i� nw -"im 6 o u° mom@' n Rn@i in�m E �" 3O1.z_ a� Aga Nm� N&� "off �� g inA� >8 E i vi c. n NaE _ $ Naa �'a- w' 1 'a' omd E. Sat :9E t-dE o.Y Ya 3 ~a o 9 w ' ' i m 3 a A ' w ; Y a s a S y ' m $ z Y W Y a a $ m a ��" Y a w c? L n. N ¢ X X t+Y 3i N a o a LL y m .5 r 2 c -g . a-5 03 11 cs254E fie z¢ �� m5 a -.t °q 0 cq E eet � al Gn' iia n -II sl 80 n It it 5 o I 1 N -;re . . �m �N i• A z_ ,P g ,N N in y - ' N O 0 CV g C . n T La 5 N 0 § § m EX-IIBIT'B -page 79 0f 91 14 9 �' n b H E r 8 6 n m n & ti fVV Am � M E Y N 1t�V E N U z K * X K o'e ee X `t g 1 5 $8 8 8 8 8 8 t 8 8 a 9 LL U l r N8. 8 8 8 8 8. 8 8 8 6 E N qy 5s6 6 8 a p {7!_ 10 8 O S VQ w 8 w w w w g g w 1 a a c & on c g 8 a e e a m c r 5 E 0 z Z O Q Q LL J Q 0 Q Q t/1 O ci a d.a U a a a a a O.a a a a a U U U U U U ° LiU a- U U U U m A A m n A E ,g > > g 'e .� e > z o .� @ .^ 34 b ° = $ 8 ,A� p m ° u` U C a F N C) E 8 S m m z ° Ez L L e e�6 S c c c c = c cg y C 5 e 5' 5 G W $ .c3 E E o E 3 n m E c N 6 a' a ' ' N a Q. 4 0 OO c a 8 So. S r m m m v m s v g fi o a ° 5 5 a wm nSoo 2 a ¢y U �' E op c 5 m8 a 5p Z zao gN g EA °2 - 3Q e o =z u . " E @ 8e a C . fig <2 as 3 . ay gE .f. m m r/ .c u -m d_ c? hU p Rg LLN N" -t 3 o ^& �u eo2 83 �E m N € a' a G g-,, N .a o0 8 S 3 N w Q N f E2 1 E 0 e'. o o > E o i .� > 1. § 8 o m E 8 Y, an d Eo c u' U E 1 VV 4 o B S 0 c e 8 HI Ec 'S0cVmLC .� Y soC8 NSo `c n a 0S ? Y) I. N p p N 'C U c N'_c g Eu51 111 Lol nei NQ a `csm® d_'yn+c 1 ma c 3Nm! wFd E HI Ce5 ~eL1 wS aN ywmE g o ge 9b NY@/ � o `2 £ 8 r2 I. a o = ¢ .L Z' z c N 'd c a v S S a I c c c Q U .5 ceg. E. .9 m N czt E z n' z v 'n c o Zi E crd F3F3-E s n E F O f.2 u Y c in Y 3_ m K N g9 N pN F� G� G.� z E- 2 Uc o€ 1. W V D 4 V S V N m n �. .c u.� n 3 a ngc 3 m J g Y 6 i F c a a uQ -Li El co 3- RG N o : gg H 'al 05 EE om 02 Cc I a r a 3y ym - .' "� S io o o„ rc g2 3a g N'E 'S z E 3� 8 o s n 3 a o Q N o " �n c`v "� N N om w P. o 5 2 5) 5) 8 5) ry Q N w 8 NEX-BRIT B-page 30 of 91 e § ti 9 Z. Fi , n b e to to m m a 67 L m na 9 U s.E X$ X X $ X X X $ 2-g b gb g g $ X. LL V 2 2 .12 �, IC 8 0 m A m 8 8 8 8 E E % �8. . Aini ._ e a m m $ N 1.74 a 0 I e m r § a e a F. a E m d. o . z o a a a z m a(2 a> .._• a E i a d • d u n U U J O U U U U U U U fJ U U so 13 Et g e v a g t. c E E t 5 i o! m N m > O 1 > m An ¢ 3 a •a g ` s o ° `o z 2 v E' i $ s Q -3 '0 8 m` m` m 3 ` ee - e g € t z € n IIa F ¢ V, ¢ N f. a Vl m jq ¢ UU Z L rvry g a N U y U' a € a m ' Q 0 8 a 4 U • a a ,E 1 ° � z orem 3 3 Ny' s r p 66 Y °ca E e a R c$a m r N 3 ¢ g 1 g .11 ` o� ` mal N a2 N N ?nYE 0 •am a " " aIIG a - a a `R _ g� 3N 2Y Se v = a F Q m zx k ¢ ' v " . cgm- <. °fJ n o a= g o 2 U z m al Q - 33 0 - l x z E 1 cr " r ry 1 o ,� ; 1 , g E g R € a s o m'RE 2 u_^ Z .1 Q§ g =3s l$g iE ,g1 rr.9 ` m$ amp gA; 'gs m w o.. r2 "0--!. ?m tiry °ry 5 c ® o. n : .621. 0 4 g U e m e £y E nR Q A 'F@i VI1 ° i' °}' 9n m gq e, eom z? emi Fo 1� - a oe n em • yry�i 8 8 VI 8a a, a - dps ffg a .4n� g, t € _ .° e 'Sm@i in � ��� en� � c mF @ _ � t� ...a ! a 8 m 3 v n a n3 'o- �a °B L W E a s Q .'3 0 =m@� 5g e E 3 _ a 1 o r 4 R _d 2 n 5 " , m Ent g`2 $n E 7 E o ' o n a n c o v o v a A - 5 m . a R.- r E U U S 5 E n ' r E V/ oy �N fm ag el cf .° zE 5I fo 2E ec 3a w, & 1 8 e¢ GN en �a $i 9A Ea It 9Z co 9w ;a Ce si :pp o• n@ 3a a.3 8 ft H I a€ 3N .� 9 3 m 5�. 0 R 3 _ R R, ry 3 .. r m o " a g s s s s a s g 'a R R n n R R R R .� 8';',,, �EX-IIBIT B -page 31 of 91 E fr b $ i E b § :6 2 e !o a F w Ir b b 6 m O r to o � n E.; m • 880 w e 4 s, 8 o m .. Q. g 8 8 8 8 8 - 8 . .- g -. -a o - E- 8j 8 0g 80 S 8 S 8 8 8 8 8 aS S N N n 8 eg. g m 8 8 E E.0 - w in w g N. w wa w w w w w u1 8 a _ a E c g c e o c c c E t w 2 .6 s m 'a t r 5. g EE U • d d a d a a a a -a a a a a O O a u u U p U U U U u -- U Oa U U 2 s ttu S' A E e g g g o 0 2 . a a m . u m m S E. 2 m a m m o u $ 'g an' 2 z u z y b 0 0 U I, U i E n 5 e 2 8 I 8 o �n 8 m m $ .y a N 5 m m 3 5 = a s • V. c t c v c c SS f0 Z t 0 � a a S e a" C z a o 8 m o 0 a c z f o e 'F., $ e & s' smm .0 - iR eo m RI zo Q o pw J m o lam ogaG 2 g.M. a m a 3` U as Z� p;. �c2 S= u w �g ti s 21 z-g s2 ml RI a ' 8. .- -1 <w .25 "J '6. gg Z x 3 O w -E b or' 8 S3 -a O u a m in n r g i 2 _W ' o e V. LI 8 E .5 c 8 r' a y�, E n 2 r im i m w 8 s E '$ o " E p E 8 E g $,• HI 3 S "� o Og s m E. E oq6e 2 5 o u8 3ju HI ��� .oM Ifi tfl Hi c �2 a o-aM a :3 °^ 2 dm ne E om$,g °,� ¢T owc andsrnx wry®t§d- viaB 4.. L y6� vy - Eu - � a.E cE E.+o3 8w t c . - - ° m E u E f E p O' m c Si U y '�' m v .. u m fJ O �' U m E� 2 oc Y f a 2 .c = O m X M z w a C c v t2 m 0 E Oo N Nq o f V �L e 0 E � �'' E c E Z'm E'N QQ G1 6� Q. ea: 2 d o, p, 24 Op �Lm wg • Uk nm M um aE z2 1s of uE �U �o E s� o� c3 L p„ ,y rca xti >ya 6 g YU Y 5 aU 3N in"- DE ' '�`o . ,. J5vi 0 4 :]O a4 m J O. 1 9 1 g m q d v U. n u • 'a▪ R 8 S $ R S n 8 S 8 8 8 8 R FXHIRIT'F'-raga 87 of qt I LI : &! \f n 2 E . . a § a. a § a� ) k 8 8 8 $) . ( E a ■ § & ■ § } ) k \ 2 B } \ / d. e �6 ! ; i ) il �� `\ } } e k § i ! 2 | ! .6 \ \ \ 0 ƒ 34 D. L }® §■/ |; ; ;■ § !2 !a ;§7o \ \A // \} \\ B (o I-2 K» | )� e o m al I | | # e ` ( . | § ! ! ! -al ! |P) » !§ § hi it: \14/ §§( {§k k§{ 04E ! E)/ E. ; $!5 !.! | ) . 2 ` 2 ! U. }�\ ! ia k /\ _/ -/ \} �) @ ]� ]) ij. �\ `2 ; ' k § § 2 . - EXHIBIT a-ma 2/@ m.1 cn ••10 III E ti II �l/� YI m (0is ,4:R rtigig ig 1.* i. I. '$o i4 to 4. !4 'IV i !c m o fp.1 Irn Io 10 to o !al to ;o lot 18 ,dm 1n !0 0 0 Id )311,E.5. 0 0 0 ,o m l -0 d la o 0 o Io o ; ;o o f� o am m • 1 i ,m m I '� b!" n 1`� i I Im � I I � 1 E _ L. I I • I1 a(i (� p'�d Iy� �p �p o Lp Ip i p a( !0 I0 .0i '. ,N f a ;W,o ,a I.- .0 o m :. 0 r0 -.n Iw 10 I0 0 ,in ; .0 o o mmo p o m m m Im I� I I m Im 18 d I d m to d o18 ( r I0 m j 1n O _R 'Fr'0 10 '•`of 0! l7 v' , .m I..- a I , 1g I8 E �' !�•'�id m I°yf ,a g 4; Im I.- la r I I I o m n Q m•t .E:53 la l'ui IN IR I 'e 1 o) 1 1;_;t°1i_ 4i r '� 4 Ala o , 0 1- _ �:.. •0 r Y) Ill m 'Cl) II) ;m CDCDDi .0 im n .I P" 1.... n m m •m o ,0,-.0,• . tC 0 0 !o Is O o 0 o .- o o 'o I�,� o 6 o Oo .o1.'8 I� o O N • i U �` `�`�j. j{,. .rY :N it. y ..O 'TJ :.S Ll iyy � S S5 •.N ' i l (1 ,1 i '. .i 1 • N 1 G a b O..Aga' N 4) 4) 4) m CO CO 4) I.L ,co 4) 'co 4) m ' e G .c I a .c L 'y -- J -FJ J 'J J J a IJ J t ;� 1 J •O V' 0 .0.. V' V' `V' E45 .t m m C ,Cm a g 'a ;O O N 8 0 .0 b iQ O qC CN CN yC CN N C2tt '22C N 6'6 m. a 8- ,515 ,� N 01 Glu01 .t ; aa2..2. a t3 t g g � t '2. a • a 0 ,aa z 11) 2 ¢ 5 n 2 2 Yu' I' 5 y g g g .i'z Z Z Z Z Z 'C3 C -1 p ]� mS C {�'R1 1�j 5. mC (A G N me -, N N I >q q L t W t S •L ` �y W W t0 N C C C C 'C a Z ❑ Z O Z LL f0 F- F F- 1- 1- 1- F •IL ❑ ❑ ❑ ❑ ❑ F F r- -g U U U U (gS •U O 5 O O c LL) E 2 . m o d 0 ti 0 0 0 0 0 0 0 0 o o -o azz52x22zz222m 1, mggg222zzzzz3z s w cu a a s Wa a o. a a a a a o. a a e n. a a a a a a. O. a a a a a N a a a a a' a a a a a a a a a 5 > a Q. a 0. 6 a a a a a a a a ❑ U U U' (9 U U 0 0 0 U U 0 O U G H 1- O O U 0 O 0 U U U o U 0 0 m m m l0 o V x n 'U) N ' N o o C EC M '.. a li N a N N ' o N cT y E 1 ' N o owl ( 0 4 m E N tmd (� y `u g . J E t m CG , N N VI 6 • F. 6 o J � m C E :� .E m qt �, of "" N .3 0 ;' .7 m c t c W QW •A g m •ig ' u • 4 N 8 0 d R a d N .q g �`�y'1 N N (30 (1 W m C Rm V ix m m F N 5 3 .m 0 u N CO E f>) (.� m m m m O o1 3 O I21I m m .H m y „ •i E g 1 1 s 8d tad I'd G g_ m z v C9 O. o c) z € II : 1 1 o 1 Cjir� s .o ce i 's c9 . 6 g v g o d .1 .§ m �s _- a a LL LL m m LL �L W '7. 1, s 19 J J J g 1 W -Sa to 8 N g in ❑ ❑ O O O ❑ ❑ a ❑ g E 1 ❑ ❑ ❑ N . a g, C (. .� 2 m m m .m m m N m U U O m 4) 2 a , m o m s 0 g z z z z z z z L S NN 2 S 2 0 R 0 0 0 0 0 O O O o 5 54 0 0 0 w m o a m u a%) 7 a ti cC 0"n) V U .$� W pN N N = N .E y> d tlp M a. 2 C6 RI. C. G. SF V .0 8 8 '6 8 m 8 t"C J J J 3 J .S E J C) '1 1 J J 10 g N N N .5 .5 N. O CO a CO m , O ..) J .1 J J J J J .c L .0 .: J ,,t 2 'g 'a 2 )o �` 4) CO CO CO m CO CO 2 CO V) vl N v) N Li 'c c c c c n tq n 'S m 5" 3. ypm 41 Q y4 tc" =1 p 0p p 0 p 0p U. pp� o - o o , o o ry ll[[ryi. ,, a q Yl .Z O O O o 0 0 .V § N Y) 8 4) )n u) ID fo s m m G r On r A r- O n r 1- r •' EXHIBIT'B'-page 84 of 91 ' agN U m m a I;e . . .e ,� e o'- [le 'le I o ae - I- ie -e ;e I '-e Ilk �e Ise ae ;e - -e -e -e i;e ;e Io o I- ;e I ee l0 0 'rr 10 10 o (v ro ic- p 0 0p 0 o CD 0 to io v) :o o a 0 o in 8 Ira N In o n O eh 10 ' p In n �o • O 10 0 O O i0 O O -o (c` le o o O 'N o p p �l7 ' IO O 0 1O COO OI m Im In lyg i0 +O 0 i0 im 0 j0 D IO IO N o id Is Id 10 10 Ig O iN I Off) im N i0 I0 10 0 t"' '0 10 'g$ iN l0 !0 '0 o io 0 ;;.o io l00 '0 .0 0 0 ;0 (co `n to q o o. 00 t0 p0 '0 0 -.n l"9i to iN Ig IN •F, I I.eQ ,§ Of CD Ip I00 '1A '0j 00 �tm0 10M leg IO) ,fA W N tM Ig IN I.`- 02 `IA 10 IA g 100 10 Ir.O m iM �1* 'o e+Ne�- Ol (O��y 3 h O ' 'CDD ' I� '0 IN. 'O IO M O fA V '.N e0 l0 .n-• i IN I.0) O0) I i !,g I1 I8 i0) : IN ,� 0 V �IN9 ami _c 0 ! :(0 le» _0 l� U) I� 11 . 1 1 fg I I«gg I ICO I l2 tg 18 1g Ir n_ •N ,o 'O 0 'O ,Oi •O O) 0 ,fD•co U) 0 ;0) , . I to .0 I 0..o) 0O) 0) O) O) 0 -o O) o) . 0• 0 ,a _0 o 0 0 0 0 -o 0 0 :5 .5 0 0 0 8 'g • Io oo • CO o '�p vp .E•:o '. -i o .❑ !o ❑ o 'o to 0 0 0 0 o m a• 8 m • n el °12 :.m :u. •�g'm 'C 0 3 m .m 'N 1`m 'm m m1m m m 'm m 'Sa ? g,:••2 ,y m O :h •C •m 0 m 'tn co :co ,y h :N 'i3 'en en co .en to W ❑ , C9 (9 T 2 '2 '' 'U - U'a a - ° I F�1 J 'IJ- -! FI C, 'CO FI E o n 'o m y• D 'c'w 2 2 m § _ m ,U . IN .N to •0 •0 •0 .0 0 0':CO 0 I .E v ; m c c o -u a o .m c c U 5 6 m ,'N h .'9c 'N :3c '-v o o. E N. m 1co ,,_2` •.mc. o E .c 1U •E . 'w w w - ,V U i .O m O .0 L .L .. . c c.c nE v 'N U .a,U U x §..a 02. a s ga a a a 8. a 8. n'8. av v I,- ,a m . m m m o t . :._ m U' `o o z , a Q t f, .°m5 2 0. m m m i sm 0 b .5 i '12 -8 m!, m.d 80 '�0 '' W yUmo 'm m v .8 D 'ammm .mmmcc -.= o U U U x 2 0 SC •E ,Yj C. O Q•LL U ,� 2222586 N 0N 'iUj '� O 7 5 O.CO .Z ,Z Z ,0 c :o LL 0 0 Q 0 ❑ Y 1-, 02 0 0 0 0 0 LL 6 6. Q 0 0 0 0 .O `O Y Y 2 O $ , m m' c 1n • c m m m w m m c c CO m E 2 � .� .m E m . E l e g 8 = a 8 m 2 2 2 g e E e e E E E a d c .o 0 0 S L° L° m `� `m . a e m 9 `m m m m m` `m {m > > > m m m t `m m a e .2 r > > > ❑ en 4nJ Q , v al G N 0. .p -, w w 7/ m v v v ' -7 7,4 y v m Q 4 Yn y `m t .2 r e C m m .2 2 m w �Cy m E e e e EL° t° 1. e'a m 'm .E 2 E > 12 12 -5' -5' o o w ' U U U m Y Y fn m r ❑ m Y Z ❑ r r r r r r N ❑ ❑ ❑ r r r r F r :m m U U Y . O• rr 0 g m O O •d J O 0 fN.1 O U Cl)(0 .3e000000NNINJ000000enen 2 r o) ZZZ c 2 2 LL 2 2 6 2 O Y p n 2 2 2 2 2 LL 6 Q Q 2 2 2 2 2 2 Y Y Z „w. c aaa5aaaaa aaaaaacaaa O. aawSs s a a a 0- a a s a a a a n_ a O. • 0 0 0 r 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 U 0 U 0 0 0 0 0 0 0 0 r N m N .0 0 • N an aim O' UI '' �i m , ct .7 0 , s 1= 4_ m 1D 5 m C d g aN�� sN�{, J lmryp 0I VI q to N m N N y O• N Y IL . 2 V O O o N J J m N m a Q_ .m FF U m c r a $ G m o O C N r - 0 K m .2 o - ,N-- CI N. N m m m 'u1 T CO a c m Y .a P. aqqi < Ill 2 < < a' g E o o d duiro v m - C O m O u 5 $ 0 r .- 0 0 d d o N eo n 0 n 0 0 v m J m e m 8 r M Q' W • } i` J U U .a m m f 0 vi 0 0 0 N N N N N .10 m Di • •� K m '@ 8 yyY 0y 55 0 0 o > o U U V- x s .. m . 0 0 0 U ?U U , o CO 9 = N 03 e. o .0 ,.,4 o 0y 4 0 re tj O D U U y. b ' LL LL LL LL .a a c m Z o y } �c�V tO�D 5 S• m pmp W N 1- N m - q 2 Q ih a N > ~ r 1 O 6 Lv IV 7' - T T C gi@ c ea u) m 5 1° m _ 3 $ d c0. a ' ' a ° m m a .a a s .6 'S e�' e 5 _� o 0 5 g u, 0 w 88 N o e0� 0 n 0 o 0 -g 0 0 0 o en 0o 0 2 .2 en o -0 w 1 C N N O ❑ ❑ ' ❑ eD 0- 0 1onD 0 ❑ d ❑ ❑ 0 2 2 0 ❑ 0 0 ❑ ❑ ❑ •Y E C Q 2 w 0) O) CO 2 2 J ) m , D) Cl) -o to N rn N ' 0 0 0 0 N N fg fg 0 ?. W N N z z z _ IL o 2 N o U cta 2 2 2 2 2 2 if_ a v: a 2 2 n n 2 e- . ce O n O e 5 ' - 0 3.- ❑ W X O O O O O. O o N �1 ' 0 0 0 0 0 o ej Y 2 o s Q m i n o -o .3 z c '' co Y F 2 2 2 2 2 2 -9 Q Q .2 ,n n n n n g m Z n O i n .n n •u_i U V I U " o U m m .. vi of m !LC s N J )i ai ui ui 4 ui ui - -5 ci vi c m c o d m o 0 0 .o .o �i o a o 0 0 o g g m o t o m . m J ? .3 d c J E C N r J J J J J m m O▪ J J J J J J m 'O J y� N 0 'a O O 0 CO 0 al 00 O O J 0 0 .J J O .0 L .0 •�.D J 7 J O C C C 'V1 2 = CO Y co C Y $ U. u_ co w co co co co 0. a a a co co co co N 'co 0 e7 G N • F.:En O g N W N O 0 O O O O 8 O 8 O n O S 8 5 O.O 5 ,S S o o 8 8 o 8 o o No 8 o .o) 8 8 8 o 0 o •a o. o do d o 0 o s s o § o n n n n n n n n n n n m 0 m m m CO CO 0 e0 0 0 0 0 0 m eo eo CO 0) O) O) eA O) ' EXHIBIT'B'-page 85 of 91 I 2:),,,ID oe a • • I:e Ie ;e roe +,e e ie le ,e to+-e •a le I: le le Ie o ig 'e ,;e ,o.,o o ;o ?o',e a Cog 1e .e c o 1. '0 lm . ro o IN 10 I� o m I� o I0 I CO I m o 10 L- 0 I� n m :o 0 1- o o a O O I•N :0 iN V. m IO .f` O Im,O O ,O O ,o l0 r If7 N N O to. IO IO I0 rm ,O O o1 I.-- Iv o C it O N I1� K to 'C O C;O o O O C ;C IN '0 m I !0 C C I of of Im , jm ia, Im 1 Iva I im Imi I'aa , I ,m im 4.3 .m Im Im I f� I m I� I Ip I I i l Ip , 1 I j I ' ! 1 IO o to to ro 'Ia '•o to 'O .- ;o lo'o I0 o {r0o o •o IOm• IN CO +N '0 10 0 .0 0 I0 'o io 50 o I0 !o Ig +co i� I N I +a '� I� is IS co m '"Q' Iv o m I- 'B `$o w fn m is- :�!'`'S g i0 k6 WI I� ' 'ii I8 Ig• '' I '�! .,' I0'g ;m I ,N IO- ;w 1m ,m 1m' IS I�' ,n 1� a- ;� 2 '� I [«, ' g' jam, I «, N '. , ;cd r :o0o 00 : .- : : : I� ,0▪ 'o !o .- 0 Io 0 0 o o .o 8 ,O ,0 :o 0 to 8 i8 o 8 !o . .0 '00 0 ,0 I C C C C .9 I o o o -.N I .D , - `A I I I .•E 'E • ; E '•E pE - E E E . I 'y ' U co U :U U _N C rf '❑ {N n H 'C N .N • 2 'c J y 'N N U 'Y '_ .� 80 4j0 O rri O `❑ E n'� -!5 O N E uO1 5 'o of W '8 ,c 'rn m m` `m o .`m ro om, 'EL E 2 '2 .o c O � .,¢ .c c 'fc ,. W .m y '; t co a • y 'g % 3 .3 ' .t 3 >'o U u _ .9 c .i..N ' c g 3 c .c ' m m U1 U N •U o 2 m `@, • ' a m E a, a) a,, rn i ;m m m e -t • E- .m •co ;g :.a = m 5 t3 o ,, .E t .§ o . Zo A �' :A o A g. F 10 k ;,> > 1 w co m'tri, '� -O •y N N 2 B U H 'i m m m m .c P•I' `cm, of 10 U O E E m 'm.I� c c 'e •m ai I c o .a c . � •8 8 _ o 'W W W c c c . o p c c a ,j o o ° g U 0 c a a ',g, m r o x x ,x U .7, K o s E. c . 2• ' $' Ti. 'Q `o t`o U o a do :j N m a' g c `o a -U 2 2 .2 o .-E P o'`o .g m m t o `m m m m t' m m m A A 11 O o m m m p m o -22 = ._ --- m m a a a 2 2 ' c. 0 2 2 a co a z 2 2 xm J R -, > •O crry 3 3 co u. 0 U '0 Z5 3 2 2 0 m m 3 3 5 'z 5 5 5 a O Q f 5 F z 5 U U ' 5 U F Y 5 5.,5 F 5 5 5 2 2 '5 g Y Ym Ymc g• t m g • ala BE E m W C N▪ N N V C N N N E 'g N C m8mEgEmw f = .6 = EE gE > > E L •.c ma `m, ` E a '2 L o ... .c Ov m E - m m 2., E E Q oo. -, > m QUnm a U Q o. 3 o y @Zc co g- o c .E Eo c o E E o 8 E E E u w E o E w o c o o Y Y I- I- I- m Y 'Z I- I- x -.I m 1,- U Y Yu- .1- J m Y CO Y u_ I,-- I- 12 Y Y U. U. z g • O O O q = O O fuC > O Q O 'aa Q, ❑ < y ❑ ❑ ❑ .z O O A 0 ❑ -a c• c 5 2.� a x < S S F z 5 U U c C 5 0 g' Y 2 *' rC r 2 5 5 5 ❑ rG 5 .g c c u. a a a 4 a a a a a a a d c C a a c a' .a a. 0- a s d 11 d 0 d d CL c c a a a a x a a a a a a a a c c a a c a a a •a a s a a a a s a F Fes- U U U U 0 U U U U 0 U 0 U Fes- F- U 0 1-- 0 0 0 0 U 0 U 'U 0 0 0 U U U li, - o ', F n ❑ 2 • N ui do a ^a ^ E # a' F' m 'o m m N 4 m Li' - q ,., cc m m 9 q o 5 r.4 8 m m d, m p 0 d p o d m o O O Fc m e >. x O (N(..�� 0 0 0 Z N J i4 Jry OryJ�[ 0 N ,- - , m .m m F $ m o Y Q F N N_ .O -N .0 -.Z. C �C O n R m 2- -z m P, o - m a m U O x L. O O (V O U V N 8 Is-' O 0 F 5 o of -. 8 m Cu o " o . § E 5 S `, `g um, m` m m U p C o m ce c z o m O N Q ~ E N 'off x m £ U m E g v„, N C• LL U U N 0 .a .6 2 N K a1 an O 8 N m t1 cm u2. 2 a o E nL. yd I •a d J oS 6 ,t 0 s W m m .g N O d '3 C C C [n r' ., J - ? a T 'm z Z 1- z E � E a` >i g � m - § Cr m o- c x x x � � w m t � � ,� r= U c U U C9 O m 7 2 > > ❑ g ,, o U > > (n U _ � F F Q b [b o � � � 4 0 0 � N D. m• .t❑A N t❑!, U 1•: O m m >J> Y Q O ❑ ❑ U U 2 x 2 ED to O N N 0 2m 2 2 Q 0 N 2 o .Z O' U F, U (.1 N C U U U z rm 22 22 N -C-G a' m 5 r r . r 2 .0 > U U r e. ' U r r ' m fn U U Q O =o 2 2 t v Z 2 c c .',, O ❑ r`0n 2 to �_ _ pmp ❑ 2 2 ❑ ❑ ❑ ❑ 1°j' .. N .. N a x 8 M N m o U C V 2 O m m e, m m rG N - o 2 2 S 2 N w tp 'B •9 a, 0 N 'g. c U �^ E c a`, a"i U K ame C`oC o E m CJ o o O CJ U U U o y, C J J J 10 lV N. J J Q Y t�l, V' N d m m .y .� :.. N J J V. m (/, m V, N m i j L E �C�pp 4 m .t� o m W m m a2 •m CO m 0 f[ o O Li L, U' U' y N h a :_I - N N to U Y N O D U N CO J m m m U 5 N f/1 K >i > N r OO o O O O O 0 0 O O o m. $ pN p E orim O N M O m N N OS NN OC Op OO .. Mfir CD 1- 0000 00 O 000 01 OOOOOm00 O 00'N N N N N N N N N N N N N N N N N N N N N N EXHIBIT'B'-page 86 of 91 °- 1 .I•i� !iiji.k lia io oe to to !,e,O le .e N- f I� I la top Ie oe !e le I� lee le jie le e.ja - ie 12 12 Im O IO 10 Im iV a I� Ica 1m IN o N. ;O 8 F. O•'q 8 8 IOm O IO :O m m :O ON, 10 IO) O O ,0 N j m o o Id 0 !co to lai m '0 m :0 0 0 0 0 0 0 a o vi .- to n id I0 1N i° 1 c4 ic° I i m 1- m m S1 b)° m I I n '$ v to i0 n I , 1 ` I I 1. I I Ip .p �pp :p i I 1 �qpp ,0 )00 1poo too ?0 i0'O jp gig 10 }0N M O O p0 I0 10 ,ID )0ua •Oo 0O11Gp1 l00 10 0001' .�u0. 8 :0 .0 10. !o Oo ;O '0 p IA Im jsP- i8 18 O 10 '8 ; Im .m ,N IS ,0 o i2 la `2 'O 'N F4 12 12 0, fm N pW ig l"'" 1 N 1mg`1 N 4N .m In.8 10f 1 !co0 !Z ,A 1 '.f9.w 1m 15 IN 1m I 19 N is I gi gi IM I In IF9 i ,2 Io j2 a 2 1 Ir •8 0 !n Im f2 iN a v0 N Ivv; 11 .en 13 :SO'N � :N j N I N 1� I 'N M j ',N I �N N ip o :o ,a-.0 .0 0 0:.0 -0 0 :0 ,0'0 o o .. '0 o o .o o'o Io 01 0) 1 01 'O .0 O O O O O N N :R N 0 'O ;O 0 0 ,O . 1- •- 0 O :O O O O .O O O ;O O o • 1� 1 N ' d • : • e rr C •,..1 . J ; :❑ ❑ LL LL G V )0 U O ''O I .N T•0 6 C 'C �O .8 .ts ._ 1N 'U, . - O E•1 J iC 1 V a) a cs c .IU C 0 W ' 1,. -'C 1p p_ _ 15„, U •,d ay^ ❑ ,.0 ' .3 ._ a O ,co U a co ;co IU C d 1 N, O',m 'O, .� C CO 1C0 m • '06 ' !PI ,0 v Y' .m. 2 FI J 0'1 'g DI . .m 2 .r, o '-*-2 :m o c 0I .2 c co m v m:0 = m „, N ,m ,ri J :5..Q C a 2 :0 2 0 P a) C co r y c ,c a 0- o ., m c c 8 c .m .g li :5 .4 'c 'E 0 U !:m ' d 2 2 'c 'm E `g °- c o . - a .0 to LL 8� c i� .Z .8 .. -- .'2 a. co..8 .8 c . 8 .N _ ..g m _ 0 0 2 1 8 o n'5.2 ,$ 3 a `o c e 8 .m � rn a 'Q .a m U .L •❑ a'i a,� o co •o `o c ,, e mr m r r m : : E E 0 OJ •c. m aa. ❑ 0 d E m Si) as ,E 8 t a s S 'c cn 0 5 5 0 0 ,m 0 U C7 W 5 m 2 5 5 m .I-- c10n ,¢ 0 m ¢ >o > o¢ o z K 5 5 '0 •�¢( (0 H ¢ 5 '5 .LJi LL 0 Z S CQ) Y S Q 5 5 .5 Q a I'a U. Y Yd.- ZOO Z U (O 0 U Y 2 2 Y •F =) Z I L L W m a N a O m 2 2 ,on 2; g —2 g 8 is t 2 m .6 g .6 , Y 5 E s E �+ E m o > > C m t c p L N al m a) L O d L 0 � N L a) ..0> L al N a1 41 0 N L O j. � L � � -da V F. O > e Q Hg _n,: Y' U > y U a ❑ a Q ' o, e a ~ a3 .� ar y a > co O o ¢ -' Q to- a m $ E .L . .9 m 1 •c 'm v -s & ' d E a s g a .9 - c v lE L a v i .e E d Z' "6 8 ❑ < 1- h in co 1- O F F Z m Q m •H 1-- O .m K m m Z Y )o- 0 4 C2 Fo m )- H co 0 Z J O a Z J O O J J Q O Q 2 J 0 0 0 J '6 XX Q N Q O Q Q Q N O O N. >> . F- Q . . LL LL U ? U c Q Q a F a LL a U O O U Y `L Y x . a a 0- a a a a a a a a a a a a. o. a a a a a a a a a a a a a a a FFa-- n. a O. a a a a a a a a a a g a a a a a a a a a a a a a a a a a a a a a a a U U U U 0 U U U 0 U U 1-- 0 0 0 U U 0 U 0 U U 0 U U U U U U U o U m U U c0v a1 v pp a .- x c cv E 2 83 m C a °) Lc; c m O N . E a _- N ca N C C U 0 ` j p V , co o- •E 2 r = 0 Q a7 ,, C 4 zN F c2 .Q, ❑ U. y 10a N c z M m a 8i > t E c -� di Ei si E C7 .- -I o m w a E S ,a a m t .y co m co Q 2 W _@ La, CO r N (. a e 0 Et-8 -= r r 4 �S' E 8 0 o $ g N m 'm 0 88`+ E-v2i 0,-- #m �p a�1 2 0 om' om' c e 81 2 N N c 'N S fn .0 n 13 .F N 07 N N O.E, Vrs4 0 y 2 O O V a ~ N Q Q a M m ao Y < d 'z m # > _ m 8 o' ,,,co- 8 a c d co `2 cdc? 'J6 ❑ a u, .4 N > C .g' ,n 0 c a n Q a, 2 a `0 g C E 0 E E 0 N " ,o `o ` o U a ;w E li m n mo .- No a _ > Cl) 4, c2c� 0 y n E v .— co c, m . g a 2 E U'9 'G 8 •o a m =1 - .E § E ,2 a >. a Z p, f N N o ;.8 'o i n : m L •c 2 cc c S c e. E C, aE, N m o E 2 o 9 oj' m aa; m o v c i. 5 0 0 3 . U re U ti o ,0+, t > m O J J: S S 2 m rn , > J 2 J J , NO o f a, N Q o 2 -C 3 m m 0 m i$ NN J> N N O ❑ C N o, O 'C Ea' ❑- X ❑ ❑ a N m ¢ 2 Y N W N O Y ❑ ❑ O N CO CO -,2 -L2 1� NO o 8 C a 'L 2 >. Q ' L7 K N. p N m -g." CO CO N ' CO ^ ` mm w a ~ Q ~ <a m a . Q (. o o o .o Uoo � o0 8 o o- . - ❑ S o o ` m J2 � 44U o2N2UU22UmcngN � U 0 , .Q Qmm. gYX � � is > > a1 " g3oyya N o y cE. vG •m E y N Y m o, a ,,i c o q O O o ; NoL J J lL . a•J A' c J J g c _ N a " 7 0 O fa a Z` JJ a 0 19pin N N f 0 ,2 0 0 F f4 Y N N ' J co U. R F it W 7 O ❑ Pi m F W ❑ Z N p (� • pp] n • O W m m N. W 0 W 0I 9 O O O N. O , N n Co O N N N PV O O O O O O O O O O O 00 0 00 0 00 0 N 0 0 O O O O O O O O 0 O O O O N N N N 01 _ N N N N N N N N N N N N N N N N N N N 'N N N N N N N EXHIBIT'B.-page 87 of 91 . "cn a to y • . to :0 '0 0 e 1 10 ,e 0 0 0 =e ie o- to jo to e 'gig ' o Lo • Io o 'o ;o !o;o to p Ie p , ,o le (o !e , '0• IO 10 '0 O 10 10 O 0 O I0 0 ',0 0 I0 O 10 0 !O 0 IO IO O S 10 10 toot. O 10 0 I0 i0 0 i0 •O 'o Io i0 10 m i0'I0 i0 'O 10 10 10 0 0 0 I0 '0 IO I0 IO O ,0 IO O '0 Io ' O 10 ,O 'O j0 la 'O la I ' I I I ; l I I I I I I 11 1 . I I ! III '. I I I I_ : ' I I 12118 ;g S '8 8 ',po 8 to '8 to S :6', o 'Sig o .0 !0 0 'S 14 ;Qo ;o o Itp0 o 0 0 '0 O :ps. o. cg•001 .cO0 IIto Ig 18 N JN 101 ;0:0,0_I0 IINO-iN 1Q ,F.M,{n 10�)1 IN.!(h IN m) i0 1pN I{c��j '''p0 ig : IO I0 W co Io O '.N IQ '0) im ,R I r Ia 10 't(0 0 -o ito to ;tt,1 ,40 IN 0 :m I0) 'Enn '0 o i`0 '.- I[I (0 is t(o9 Im o 'Ea „,of'(0 I0) .0 i0 im 0 ,� .V I N jN f/! _ _ 1IA In i... Io+ .fin W 0 I 1 fn to ,o IN Im fn fn IA fn I IN F �V3 0 I r»,0 1 'e» 1 (' : I 0) 'tn I - '0 . I i 1 , 1 0 0 io :0 0 0 ;S 'o g 8 8 :o 8 o jo 10 0 0 0 !o ,0 8 818 ,8 .8 8 !8 :0 0 818 'o ;^o 'o o y .o 0 g 'U O = - .n a <i �`.c C F w . m a a la o E a a U a c 3 ;5 O c o =' o , .> '0 o z o o , m ; :0 ga N.- 'n u ,a f ' 'rn ;� 0'0 c ,2 � o dlc c m ' 0 2 c o :d •o .E to 2• Zr, _$ ° c ,.0 'S c ._ ..E 5 _g o ;u g, m 4 0 _v -'2 o '� • C -' N F.J 6 5 a C7 .A'� d:1 g 8 ya U a U C C g U .-g :5 0 N Z '0 ..'Y-j 3 , 2 2 'a4) 'i ,) N,U ' o `m m 3 O 2 8 :E c 5 f .I E U 8ic ,m m '„ :? ,c w .2 ,U ;.g `m . F m .2 § ''n .(0 Q '11 E'U Q .3 m N '•c 7 8 o ' o ,H I U ttcpp �' 'o .o 0 •a 6 : c U -O .> rEE a N C O U O :z N 2 0 2 2 O c f0 K N .No' Y S N Y Vc .(n ,0 .o ,U •-. . O a 3 9 .r U •c m o - .E - a, r o. g r t U % Z K Y %,m .E g ¢ ?. 2 .c ,W m m a - 5 m o m 9 co m m a o U 5 L° .= .0 U O CJ to y U v7 vl m U x m 4! U 'U U U �x�n NI co, N2 .0 K a U a t7X > c� 1 U U.��JJ • .2 U F. 2 U 2 !2 I- < 2 Q 2 < 2 40 Y F- < < < U < 2 2 2 Q U 'Y' Y 2 Y 0 0 0 N N 2 N ANC C C C N N 0 0 co X 24 X a ,,x 2 E ttL x , s e g g t o a a x m g E E -'c E Fg ?' E ,x ,x - 0 0 •0 -, 0 C '_ 1- 0 in 3 8- 0 > co -¢ ¢ 1- m' m' m .0 2 0 y � ¢ C) o ¢ a , a c0i .0 co 0 o C a C e �° o C o EE m 5 .5 o a A 5 A o 0 0 EL° °1 C o w v E m o o 5 ' I- F- ,F- I- F- F- I- ce I- 0 Q Y I- U CO CO CY 0 0 0 I- I- 0 I- m (7 I- m (0 F- 01 I- I- 0 . 2 tu • > QF- O .QOO >< QY K O ¢ O ¢ m m x fF.�1I Q Q O O K Q m m O CO Q .2 z C.) Z 2 U 2 2 I- U Q 2 U 2 U Y 1- 00Uz22QUYY2YUU as n 0 a s a a s 0 0. a 'a a a a 0. a a a a a a w 0. a 0. a a a a a a a a I� a a a a a a a a a w a a a a a a a a o. a a a a a a a a a a a a a a a O. • 0 0 0 0 0 0 U U 0 0 U U 0 0 U U U 0 0 0 0 0 0 CO U U U 0 U U U 0 O 'U U •E m a Co 0 I. y Q 8 N E a o m d U 4 `0 $ x 0 w ct d `8 (7 o 0 U '8 m m 5 4 m `.B co p 0 g o m m umi o o U w 8 H E i 2 q (n �i' N 4 m m t c c `m 0 > o w N o N t Y = rn Nqq .c U i rE a m U a N U u Q N } , m yyN ,_ -0, 'a"a W m IL N > F- E O •_si w U Y 8 m 0 2` to m m C h LL c U N a „.- al w }� 'rn U w ro 3`0 o) 0 m x .o `m �° �$ a� L IL' 3 a " S�S 10 co 2 , m •a o F` O A E• m o 8 a 10 t 0 t9 0 g 0 •'• 6 ' c EO x o w S (0 = • C v m 0 `D m y {� 5Ni to 0 m oa, x m W to to m `' .' o 0 Y N 0 Q Y O -`:; 5 m A o i z Q: m m € O a m 'm .a F_ Z a ran o io Q c a7 a m k Z of K o O N N o a o Z m• c v = 0 m m •n c N ? $ 0 t a 6 P co '�. 0 0 a x m rn 2' ' z m m m E g m ro E 8 -8. )o m r` 8 al 0, U N c °o - o E ?).o�} n p Np Jn = . °' m = N N No m N O O K ui o d ap Q $ c (>� 8. 2 0 d O E IA O N 'Ol a ,' 0 O D N re @ 0 ,0 a O )o F- 'el L u5 a FL Ol E U O r o w 0 cs 0 0 S , ' $ a a; o a 0 O1° CO 83 m 8 0 x $' co .,-, 0 0 a m E Q _, 2 a = 0 U 0 >J, a w N U a E E c t- (9 U o a of o do 7 y 2 (7 X w` E 0 m 2 `.. .2 ,, i� W en m n > -,y X ,- a Y 0? _a c . LL u a t_ m ¢ Fo Q 2 x o .6 d O N o io m aUi ' 6 z _, 0 U 2 Y > N 2 U U m 2 • F Q > x 2 Q N N F- m�� m 2 U 2 c y O Q Q o 0 1 g E 2 3 c U E K U U U'pp 'c Y c 4 ¢ : U =' 2 U ' 2 y •U U Q 'g' U c to w a . O Q m .. > -8 )9 ' 3 'm - a ui U , - u ai if ai - m o E m o U t c c a! 6* `o c x2 a 2 c c c •c E e y 5 m m e y gC m o U C °-°' N a g - m g 3 U ¢ a E g m c E c o o Fa @ L° o 3 m m N of w' - m 0 0 m W N aci )« N N N t .0 - m C J C N L a '� 0 5 in m O m N 0 rn U 3 m m U z a g O m a a I- w (� 'm Y a U rn in } U 2 ry `N o 8 `8 a `8 `8 8 8 8' 8 8 0 6 o 8 o F3 8 8 S S 8 80 88 0 0 0 0 0 N N N CO N N N N N N N N N N N N Cl N N N N Cl N N Cl N N N N N N N N N N EXHIBIT'B'-page 88 of 91 o`° a Itg d id la .o to id 10 'o o o If? 0 IO ifs �O IO O 'm �ry NN ip h' 10 'n ie -W Im ^CFI Nni Im I� 0" ',O 'O ,O .O 0 0 tf -,o J o 'U s� c • Jo. C. 5 2 U a : c •o m m g . U U d ;:co c c , x m L H m s � o `• 'LL • o N r a c O x 0)) U U co A c ENE 8 x m • F F Z < Uj, U d a E m 'S y E 's S K Z m H F 0 a a O. O. a a a a 0. a a 0 U U U U U U a m m �°• d To 3 co Y O € • m m N m U `o N O • cD m m m m c U U m m m 8 2 0 .M U ro ... LL LL ¢2 O • ro c m U• m X U Y XX Lo' CO c c g F e) a h co F co w n N N N N N N EXHIBIT IB'-page 89 of 91 1-6 Jo 06 a6ed-,G,118IHX3 (0' PIPE NOLOGY Quality&Technology from the Inside Out AIR INVERSION / STEAM CURE INSTALLATION PROCEDURES INSTALLATION PROCEDURES 1 Invert the resin-impregnated tube Into the pipeline using air pressure(or a column of water)at a sufficient head to fully install the tube into position(i.e.,depending on the length of the inversion a 8inch diameter liner by 6mm in thickness Is typically 10psi to 20psi) On longer installation lengths it might be necessary to add a small amount of water to facilitate the inversion process. Thermocouples should be installed during the inversion process at the host pipe-liner pipe interface(top and bottom)at all access points. Let the liner Invert freely(without a holdback rope)for the second half of the Inversion and to deflate and exhaust the water,if used,in the inversion process once it reaches the downstream access point. Attach the inlet and outlet pressure fittings to the upstream and downstream ends of the tube;and connect these fittings to the boiler truck and outlet control station,respectively. Re-inflate the liner using pressurized air to the recommended minimum expansion/curing pressure given by tube manufacturer. 2 Once in place and properly inflated,continue discharging air at the downstream end while maintaining the recommended expansion pressure(Installation note:If the pipeline is below the water table,1.5psi mush be added to the recommended expansion pressure for each 3 feet of external hydrostatic head on the host pipe(measured from the flow line of the host pipe)). Start the steam generator and when ready,begin to discharge steam until an air temperature of 190degF is obtained entering the line. Maintain this exotherm is observed at the downstream end(or the liner is hardened at all observable points);typically this will be achieved in 10-45 minutes depending upon the diameter and length of the reach. 3 While continuing to maintain the recommended expansion pressure,increase the flow of steam allowing the temperature to rise to a maximum valve of 260degF. This will typically necessitate the operator throttling back the air supply to achieve this maximum temperature. This will begin the liner's post-curing phase. Observe the temperatures at the various interfaces and begin timing. 4 PLEASE NOTE. THE COATING HAS A MAXIMUM TEMPERATURE CAPABILITY OF 399degF; DO NOT ALLOW STEAM TO REACH THIS TEMPERATURE OR MELTING OF THE COATING CAN OCCUR. 5 Continue post-curing at the above conditions until the temperature measured at all points along the host pipe-liner interfaces have a reading at or above manufactures recommend temperature and duration 6 Once the post-curing portion of the process is complete,discontinue the addition of steam,continue maintaining the curing pressure and allow maximum ventilation to occur using air flow only. Continue this cool down process until the temperature at the thermocouples placed in the interface(s)report a value below 100deg F. Water may be introduced into the liner during this process to facilitate the cooling process. You may also deploy a chiller on the air. In any event,the cool down rate of the liner(NOT THE AIR) should be no greater than that specified by the resin manufacturer for the thickness being processed. Typical cooling rate are given below: 4.5-10.5mm — 45degF/10 minutes 10.5-18mm — 35degF/15 minutes 18-22.5mm — 25degF/15 minutes 7 Once cool down is complete,the ends of the liner can be opened. Inspect finished line and reinstate the laterals. Air Inversion Unit"Shooter" ��® 0 PIPENULUGY 1 00 0 Install ---> <____ Downstream Manhole CIPP LINER r1Manhole 1, --- _ — --,:i-.. _ _ .... - , .b, ---v,-,,, .. .., L' :;:0 S - '- 1+8 AK; -: TIJ , P r. 1 ., .., N 1..1 AE Plpeline Infrastructure.Solved.'"'. _ :__. -, _ ,-_�___ :.v. _ _ - ,,EQUIPMENT LIST MAJOR CURED-IN-PLACE EQUIPMENT i Boiler System Water Boiler Steam Boiler Inversion System Shooter Air Compressor A-Frame(Water Inversion) Jetter Unit Jetter Truck/Trailer Vactor Truck TV Inspection Unit CCTV Truck W/Robotic Video Camera and Cutter System Support Trucks 3/4 Ton Pickup 1 1/2 Ton Pickup Wet-Out Tube Transport Road Tractors Refrigerated Trailers By-Pass Pumps and Piping 2"-4" for Small Diameter CIPP Larger Bypass Equipment up to 12"Pumps/HDPE discharge(only when necessary) Traffic Control(Cones,Barricades,Flexible Drums,Signs,&Changeable Message Signs) Confined Space Entry Equipment EXHIBIT'B'-page 91 of 91