ULTRAVIOLET LIGHT CIPP LINING OF EXISTING SEWERS

City of Cincinnati-Metropolitan Sewer District
Project #: 2010-UV
ULTRAVIOLET LIGHT CIPP LINING OF EXISTING SEWERS
PART 1 – GENERAL
1.01 DESCRIPTION
A. SCOPE
This contract covers the rehabilitation of severely deteriorated existing sanitary and combined
sewers by lining using the following approved process: Ultra-violet light cured-in-place pipe
(CIPP).
The primary contract objective is the structural and hydraulic renewal of the existing sewer main.
This specification pertains to the rehabilitation of main line sewers including cleaning and
televising of the sewers in addition to the reinstatement of tap connections.
The project is composed of approximately 1,153-feet of 12” sanitary and combined sewers. See
Appendix “A” for lining locations and pipe section data. Liner thickness shall be designed by the
contractor in accordance with this specification.
The contractor shall begin construction within 14 days of issuance of the Notice to Proceed and
complete all work no later than December 31, 2010.
In conjunction with rehabilitating the sewer sections and related appurtenances specified in this
project, the contractor shall excavate and repair sewer mains as necessary or specified, clean and
televise sewers, reconnect existing sewer service connections, and provide all submittals required
by this specification. Television inspection includes televising immediately before lining,
televising after lining, televising after making repairs to correct liner defects, and televising after
rehabilitating lateral connections.
A predetermined, lump sum amount of five hundred dollars ($500.00) is included in the list of bid
items to cover the cost of permits that may be required for the contractor to perform work in the
public right-of-way. MSD will reimburse the contractor for actual permit fees charged by the
various municipalities.
Award of the contract will be determined through an evaluation of bids and made in light of the
best interest of MSD.
The contractor shall furnish all labor, components, materials, tools, and appurtenances necessary
for the performance and completion of the contract. Copies of all internal pipe inspection videos,
reports and project maps are included in the bid documents. This is considered by MSD to be the
best available information; however, there are occasional inaccuracies and errors. As such, the
contractor shall bear the ultimate responsibility for verifying actual field conditions and reporting
any discrepancies to the MSD Project Manager prior to bid and construction. Change orders will
not be issued during construction based solely on inaccurate information in the bid documents.
The contractor shall be held fully liable for any damages incurred during the installation of liners
that are caused by its negligence or the negligence of its subcontractor(s). The contractor shall
hold harmless the City of Cincinnati and the Hamilton County Board of County Commissioners
Page 1 of 12
City of Cincinnati-Metropolitan Sewer District
Project #: 2010-UV
and all its representatives from all suits, actions, of claims of any character brought on account of
any injuries or damages sustained by any person or persons or property in the performance of this
contract.
Patents, Trade Secrets and Copyrights. The contractor shall pay all license fees and royalties and
assume all costs incidental to the use in the performance of the work or the incorporation in the
work of any invention, design, process, product or device which is the subject of patent rights,
trade secrets protection rights, or copyrights held by others. The contractor shall indemnify and
hold harmless the owner and engineer and anyone directly or indirectly employed by either of
them from and against all claims, damages, losses and expenses (including attorney’s fees and
court and arbitration costs) arising out of any infringement of patent rights, trade secret protection
rights, or copyrights incident to the use in the performance of the work or resulting from the
incorporation in the work of any invention, design, process, product or device not specified in the
contract documents, and shall defend all such claims in connection with any alleged infringement
of such rights.
B. MSD PROJECT CONTACTS
This contract will be administered and performed under the direction and inspection of the MSD
Project Engineer/Manager, Michael Stevens, P.E., Wastewater Collection Division, 225 West
Galbraith Road, Cincinnati, Ohio 45215, telephone number 513-352-4941. All technical
questions should be directed to the Project Engineer/Manager. All contract-related questions
should be directed to Donald Cahill, Wastewater Engineering Division, at 513-557-7105.
C. REQUIREMENTS
Contractor shall provide and install a resin impregnated fiberglass material tube with a plastic
coated wearing surface in all sewers identified for CIPP lining in accordance with American
Society for Testing and Materials ASTM F1216 and ASTM F 2019
1.02 QUALITY ASSURANCE
A.
REFERENCES
This section contains references to the following documents. They are a part of this section as
specified and modified. In case of conflict between the requirements of this section and those of
the listed documents, the requirements of this section shall prevail.
Reference
ASTM D543
Title
Test Method for Resistance of Plastics to Chemical Reagents
ASTM D543
Test Method for Tensile Properties of Plastics
ASTM D790
ASTM D883
Flexural Properties of Unreinforced and Reinforced Plastics and Electrical
Insulating Materials
Definitions and Terms Relating to Plastics
ASTM D1600
Abbreviations, Acronyms, and Codes for Terms Relating to Plastics
ASTM F412
Definitions of Terms relating to Plastic Piping Systems
Page 2 of 12
City of Cincinnati-Metropolitan Sewer District
Project #: 2010-UV
ASTM F1216
ASTM F 2019
B.
Rehabilitation of Existing Pipelines and Conduits by Inversion and Curing of a
Resin Impregnated Tube
Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place
Installation of Glass Reinforced Plastic (GRP) Cured-in-Place Thermosetting
Resin Pipe (CIPP)
CIPP LINER SAMPLES
1. SAMPLE PREPARATION: The Contractor shall prepare samples of the installed CIPP
liner for subsequent testing of its physical properties. Samples shall be prepared and
tested using the flat plate sampling method in accordance with the procedures in Section
8.1 of ASTM F1216 or ASTM F2019, as is applicable. The sample will be constructed
on the same materials (tube and resin/catalyst) as is used for that given liner installation.
The flat plate sample shall be large enough to provide five sample specimens for each
Short Term Flexural (Bending) properties as per ASTM D790 and ASTM D638
respectively.
2. SAMPLE TESTING. The cured sample shall be tested by an independent testing
laboratory, as recommended by the CIPP liner manufacturer and approved by the
Engineer, for the bending and tensile properties, as per ASTM D790 and ASTM D638
respectively. Final payment will not be made until test results are received. The
Contractor shall be responsible for any deviation from the specified physical properties
and those evaluated through testing. Failure to meet the specified physical properties will
result in the CIPP liner being considered defective work which will be handled in
accordance with MAG Section 106. The Contractor shall be responsible for all costs
associated with the testing of the liner physical properties.
3. SAMPLING FREQUENCY: The above-stated sampling shall be performed for each
separate installation of CIPP. For example: one flat plate sample from each individual
pipeline liner installed.
4. WALL THICKNESS: The wall thickness of the material tube shall be ordered to the
next calculated design thickness. Unless otherwise specified to provide for excess resin
migration, the gap thickness of the wetting-out equipment shall be sized to allow an
excess of 5 to 10 percent resin to pass during impregnation. The minimum wall thickness
shall be determined at a minimum of three locations on a cut section of the CIPP flat
plate sample using a method of measurement accurate to the nearest 0.005 inch. The
minimum value shall meet the requirements of Section 2.07.
C.
CIPP LINER HANDLING
Contractor shall exercise adequate care during transportation, handling, and installation to ensure
the CIPP material is not torn, cut, or otherwise damaged. If any part or parts of the CIPP
materials becomes torn, cut, or otherwise damaged before or during insertion, it shall be repaired
or replaced in accordance with the manufacturer’s recommendations and approval by the
Engineer before proceeding further; and at the Contractor’s expense.
Page 3 of 12
City of Cincinnati-Metropolitan Sewer District
Project #: 2010-UV
D.
WARRANTY:
The Contractor shall warrant the completed work against defect in workmanship and material for
a period of one year. The Engineer, while not acting as quality control agent for the Contractor,
shall be allowed to view and document any portion of this contract, including but not limited to,
verifying type and quantities of resin used at any point during this work.
Finished and cured CIPP liner properties specified in Part 2 shall be tested as specified. Previous
test data will not be acceptable.
1.03 SUBMITTALS
The following submittals shall be provided:
1.
Shop drawings which detail short and long term properties (providing all supporting rest
data) of all component materials and construction and recommendations for material
storage and temperature control, CIPP liner handling, insertion, curing, trimming and
finishing. The submittal shall also include structural calculations for each CIPP liner
size, the recommended thicknesses, and the method and equipment used to reinstate
connecting sewers.
2.
Detailed method for addressing sampling requirements.
3.
CCTV Inspection reports as specified in Subsection 3.01.
4.
Manufacturer’s recommended installation procedures.
5.
A safety plan is required prior to construction and shall include any applicable Material
Safety Data Sheets (MSDS) sheets.
PART 2 – PRODUCTS
2.01 GENERAL
A.
All materials and installation procedures provided by the Contractor for use in the CIPP
installation process shall be equal to or exceed the requirements of Sections 5 and 7 of
ASTM F1216 or ASTM F2019 Section 5 and 6, as is applicable.
B.
Wrinkles in the finished liner pipe which cause a backwater of one (1) inch or more or
reduce the hydraulic capacity of the pipe (wrinkles which exceed five (5) percent of the
pipe diameter) are unacceptable and shall be removed or repaired by the Contractor at no
additional cost to the Owner. Wrinkles in the finished liner pipe that reduce the structural
stability of the pipe are unacceptable. If a void between the wrinkle and the pipe exists, the
Contractor shall repair or replace that section of the pipe at no additional cost to the Owner.
Methods of repair shall be proposed by the Contractor and submitted to the Engineer for
review.
C.
Contractor shall be responsible for control of all material and process variables to provide a
finished CIPP possessing the minimum properties specified in ASTM F1216 or ASTM
F2019, as is applicable and supplemented herein.
Page 4 of 12
City of Cincinnati-Metropolitan Sewer District
Project #: 2010-UV
2.02 MANUFACTURERS
A.
Approved CIPP liner manufacturers are LightStream, LP/StreamlinerUV™,
2.03 CHEMICAL RESISTANCE
A.
DOMESTIC SEWAGE
The chemical resistance tests should be completed in accordance with Test Method D543.
Exposure should be for a minimum of one month at 73.4 degrees F. During this period, the CIPP
test specimens should lose no more than 20 percent of their initial flexural strength and flexural
modulus when tested in accordance with Section 8 of ASTM F1216 or ASTM F1743, whichever
is applicable, when subjected to the following solutions:
Chemical Solution
Tap Water (pH 6-9)
Nitric Acid
Phosphoric Acid
Sulfuric Acid
Gasoline
Vegetable Oil
Detergent
Soap
Concentration, percent
100
5
10
10
100
100
0.1
0.1
The Contractor shall be responsible for all costs associated with the chemical resistance tests.
Proof of meeting these requirements shall be provided to the engineer for approval at least seven
(7) days prior to commencement of work.
2.04 COMPONENT PROPERTIES
A.
FIBERGLASS TUBING
The fiberglass tubing shall be made of non corrosion material and shall be free from tears, holes,
cuts, foreign materials and other surface defects.
B.
RESINS
The physical properties quoted in Section 2.05A apply to CIPP manufactured polyester or
vinylester resin. Resins should be appropriate for conditions encountered.
2.05 FINISHED AND CURED CIPP LINER PROPERTIES
A.
The physical properties of the cured CIPP shall have minimum initial test values as given in
Table 1 for polyester and vinylester resins. Properties for these or any other enhanced
resins shall be substantiated with test data.
Table 1. Standard Resin
Test Property
Test Value
Page 5 of 12
Test Method
City of Cincinnati-Metropolitan Sewer District
Project #: 2010-UV
Flexural strength
Flexural modulus
25,000 psi
1,200,000 psi
ASTM D790
ASTM D790
2.06 DIMENSIONS
A.
Contractor shall make allowances in determining the inliner tube length and circumference
for stretch during installation and shrinkage during curing. The minimum length shall be
that which continuously spans the distance from the center of the inlet manhole to the
center of the outlet manhole. The Contractor shall verify the lengths in the field before the
inliner tube is cut and impregnated. Individual installation runs may include one or more
manhole-to-manhole sections as approved by the Engineer. Installation of the liner shall be
through existing or new manholes. Excavation for liner insertion shall not be permitted
except to replace the manhole cones, if necessary and/or required.
B.
The diameter of the existing pipes may be larger than the nominal inside diameter. It is the
Contractor’s responsibility to determine the required diameter of the liner.
C.
The maximum wall thickness shall be at least the calculated design thickness, or the
minimum specified, to increase the diameter only as much as necessary.
2.07 DESIGN CRITERIA
A.
The liner shall be designed for a “fully deteriorated” pipe condition in accordance with the
procedures of ASTM F1216, Appendix XI and these specifications. All material properties
used in design calculations shall be long-term (time-corrected) values. The Contractor shall
be familiar with the existing site conditions when preparing the liner design.
B.
Contractor shall prepare design calculations for approval prior to performing the lining
work. The submitted design calculations shall provide the following information as a
minimum:
Project Number
Manhole to Manhole designation
Pipe Nominal Diameter
Minimum Liner thickness
Proposed Liner Thickness
2010UV
US MH # to DS MH #
(inches)
(mm)
(mm)
The Contractor shall note that the actual level of deterioration may vary within any given
section of sewer. Pipe ovalities should be, at a minimum, determined from screen
measurements off the most recent TV inspection. If more advanced ovality data exists,
such as from laser profiling, then this data will be used in lieu of screen measurements.
C.
The following parameters shall be assumed for the liner design:
1.
2.
3.
4.
5.
Modulus of soil reaction, E'S = 700 psi (fully deteriorated)
Unit weight of soil = 120 pcf
The minimum ovality for straight runs shall be 2.0 percent
AASHTO H20 traffic loads
AREMA E-80 railroad loads
Page 6 of 12
City of Cincinnati-Metropolitan Sewer District
Project #: 2010-UV
6. Groundwater elevation can be assumed at 50% of the distance between the pipe
invert and the ground surface.
7. Factor of Safety, N=2.0
8. 50 year design life
2.08 PRODUCT DATA
A.
Contractor shall provide the following for information only in accordance with Section
1.03:
1. Certification showing the Contractor is currently licensed by the appropriate
licensor to perform CIPP installation. Certification shall be given to the Engineer
before any materials are delivered to the job site.
2. Certification stating CIPP tube has been manufactured in accordance with ASTM
F1216, ASTM F2019 or ASTM F1743, as applicable, is, and resin is, suitable for
its intended use.
3. Test report of CIPP sample(s) and tests as specified in paragraph 1.02.B. and
2.04.A.
4. Warranty information.
5. Material safety data sheets for all hazardous chemicals used or expected to be onsite. At a minimum, sheets for the resin, catalyst, cleaners, and repair agents
should be submitted.
6. Design calculations per 2.07-B above.
2.09 CIPP TERMINATION POINTS
A. The Contractor shall provide shop drawings for approval detailing the proposed CIPP liner
terminations in accordance with Specification 1.03: Submittals.
Part 3 – EXECUTION
3.01
INSTALLATION PROCEDURES
A.
GENERAL
It is forbidden to “wet-out” inliner at the construction site because of external influences such as
heat, no possibilities to control vacuum and correct mixture of resin.
The Contractor shall ensure that the pressure inside of the CIPP tube exceeds the pressure due to
groundwater.
No contractor, or its subcontractor(s), shall perform any work without notifying MSD personnel
for inspection. An MSD inspector or designated representative shall be on-site prior to installing
lining materials and backfilling excavations. Notification shall be verbally given to the MSD
Inspector preferably on the previous working day or no later than 7:30 A.M. on the day the work
is to be performed. Daily notification shall include the location of work, nature of work, the
crew, and the time it will be on-site.
1.
Access to Municipal Water Supplies
Page 7 of 12
City of Cincinnati-Metropolitan Sewer District
Project #: 2010-UV
The contractor shall obtain all the necessary permits and pay all fees required to use the
various municipal water works supply systems. All costs for water usage shall be
included in the various contract items. Water services to residents or other users of the
municipal water works system shall not be shut off.
Some municipalities may restrict water usage due to outside temperature or other issues.
It is the contractor’s responsibility to obtain the necessary permits and be aware of any
restrictions prior to lining. Failure to comply with the rules for usage of the water works
systems may result in denial of any use of the water works system facility. It is
recommended that the contractor have other methods of getting water to the jobsite.
Time extensions to the contract will not be written solely because of municipal water
restrictions due to temperature.
2.
Notification of Residents/Businesses
It is the responsibility of the contractor to notify all residents and businesses that could be
affected by the sewer reconstruction. Notification shall be given at least 36 hours prior to
the start of the cleaning and lining operation. This notification shall consist of written
information that outlines the process, explains all chemicals that shall be used and their
effects and odors, and timing of the project.
3.
Bypassing Flow
a. Bypassing Sewage Flow. Bypassing sewage flow around the section(s) of
sewer to be lined shall be performed by plugging the existing upstream
manhole or adjacent sewer system and pumping the sewage to the next
unaffected downstream manhole. Pump and bypass lines shall be of
adequate capacity and size to handle the flow without sewer backup. Hoses
and fittings shall be in good condition, without holes, so as not to cause
sewage spills. Sewer service connections within the section to be lined shall
be maintained by the contractor as required or temporarily taken out of
service to permit lining. The contractor shall be responsible for the
continuity of sewage flows and sewer service to each facility connected to
the sewer section being lined during the execution of the work. If sewage
overflows or backup occurs and enters buildings, the contractor shall notify
the MSD Project Manager immediately. The contractor shall be responsible
for cleanup, repair, and property damage costs and claims. A copy of a
written release shall be furnished to the MSD Project Manager. The
contractor and its subcontractor(s) shall coordinate setup to minimize
duplicating bypassing efforts.
b. Maintaining Flow. It shall be the responsibility of the contractor, throughout
the tenure of this contract, to provide and maintain sufficient flow at all times
to pass any flash of storm flow of drainage ditches and prevent any
backwater flooding due to obstruction caused by construction equipment or
materials. The contractor shall be responsible for prohibiting storm or
subsurface water from entering the sanitary sewer during lining operations as
may be caused by flash floods, high creek waters, heavy rains, etc.
B.
SEWER CLEANING
Page 8 of 12
City of Cincinnati-Metropolitan Sewer District
Project #: 2010-UV
1.
The contractor shall attempt to clean every segment of sewer to be lined.
2.
In general, protrusions (deposits, break-in taps, roots, etc.) greater than 5% of the host
pipe diameter shall be removed.
3.
The contractor shall immediately notify the MSD Project Manager if he believes the
cleaning will cause a sewer collapse due to the existing deterioration of the host pipe.
C.
INSTALLATION
The liner will be installed by the pull/winch method.
It is the contractor’s responsibility to ensure that at no time does resin come into contact with the
groundwater thus creating an environmental issue. Preparing the old pipe or inversion of a
preliner is part of the installation and is included without any additional costs.
1.
D.
Pull/Winch Method: Before pulling the inliner in a protective foil has to be installed.
The inliner tube shall be impregnated with resin and lowered into the manhole. The
tube shall then be pulled into position within the existing pipe with the aid of a power
winch that is equipped with a device to monitor the force and prevent excessive tension
and tube elongation as determined by the liner manufacturer. The pipe shall then be
inflated with air. The inliner has to be inspected immediately before starting the curing
process.
CURING
Pre-curing video inspection of the inflated liner must be recorded. Curing must be done under UV
– Light only. The curing process shall follow a step cure or similar approach recommended by the
manufacturer and approved by the Engineer, and shall be held at the top step for an adequate
length of time as determined by the liner manufacturer to ensure that the design physical
properties are attained.
Pressure, temperature and curing process shall be monitored by both, computer and video at any
time as determined by the liner manufacturer.
3.02
FINISHED PRODUCT
A.
FINISH
The finished CIPP shall be continuous over the entire length of an installation run.
Defects such as foreign inclusions, dry spots, pinholes, delamination, and wrinkling beyond the
specification allowances, determined by the Engineer as affecting the integrity or strength of the
CIPP, or as adversely affecting the hydraulic capacity of the CIPP, shall be repaired or replaced at
the Contractor’s expense.
B.
SERVICE CONNECTIONS
After the curing is complete, existing lateral service connections shall be fully re-established.
The service opening shall have no jagged edges and shall be sanded smooth.
Page 9 of 12
City of Cincinnati-Metropolitan Sewer District
Project #: 2010-UV
C.
INSPECTION
The Contractor shall inspect the CIPP after installation. The inspection will be performed and
recorded using closed circuit television equipment in accordance with the PACP standard. If
defects or voids exist as described in Section 2.01, the Contractor shall repair or replace that
section of the pipe at no additional cost to the Owner. Methods of repair shall be proposed by the
Contractor and submitted to the Engineer for review.
All CCTV inspection work shall be performed in accordance with NASSCO’s Pipeline
Assessment and Certification Program (PACP). The entire inspection survey shall be recorded in
MPEG-1 format written to DVD and submitted with digital links to the surveys.
3.03
CLEANUP
A.
3.04
Following inspection, the Contractor shall clean up the entire project area. The Contractor
shall dispose of all excess material and debris not incorporated into the permanent
installation off-site.
CONTRACTOR QUALIFICATIONS
A.
GENERAL
The CONTRACTOR shall demonstrate that a minimum of five (5) miles, on a single project, of
work similar in scope, has been successfully performed by the CONTRACTOR. The
CONTRACTOR’s Project Manager and Superintendent shall be assigned full time to this project
and be present in the City while WORK is being performed.
The proposed Rehabilitation process shall be proven technology, which is defined as a minimum
of 25,000 linear feet of successful wastewater or Stormwater collection system installations in the
U.S. and must be documented to the satisfaction of the Owner.
The Rehabilitation installation work done under this specification shall be subject to inspection
by the CONSTRUCTION MANAGER. All parts of the work shall be accessible to the
CONTRACT MANAGER. Defective work shall be corrected to the satisfaction of the
CONTRACT MANAGER.
3.05
PRE-AWARD SUBMITTALS
A. Contractor’s Experience
Within ten (10) calendar days of issuance of Notice of Apparent Low Bidder, the
CONTRACTOR shall submit contractual required documentation that a minimum of five (5)
miles, on a single project, of work similar in scope, has been successfully performed by the
CONTRACTOR and its personnel assigned to the liner installation and curing, utilizing the
CONTRACTOR’S proposed rehabilitation system for this project according to the requirements
in section 3.04. The CONTRACTOR shall identify the employees i.e. Project Manager,
Superintendent, Foreman, etc.; that will be assigned to this project and provide references. The
CONTRACTOR’S Project Manager and Superintendent shall be assigned full time to this project
and be present in the City while work is being performed.
Page 10 of 12
City of Cincinnati-Metropolitan Sewer District
Project #: 2010-UV
B. Past Projects Documentation
Within ten (10) calendar days of issuance of Notice of Apparent Low Bidder, the
CONTRACTOR shall submit contractual required documentation of 25,000 linear feet of
successful wastewater or Stormwater collection system installations in the U.S. of the proposed
rehabilitation process to satisfy the contractual requirement of the products commercial viability
and CONTRACTOR capability.
C. Manufacturer Certification
Within ten (10) calendar days of issuance of Notice of Apparent Low Bidder, the
CONTRACTOR shall submit manufacturer’s certificate(s) indicating that the supplied lining
materials for storm drains, sewer mains and sewer lateral connections meet the requirements of
the Specifications, ASTM standards and a certificate of compliance from an independent third
party lab.
D. Manufacturer License
The installation of the sewer lining and lining of the service connections shall be performed by a
Contractor licensed/certified by the manufacture/owner of the process. The Apparent Low
Bidder is required to submit within ten (10) calendar days of receipt of the Notice of Apparent
Low Bidder a copy of the license from all manufacturers for which they are licensed/certified and
a letter from the manufacturer(s) stating the name, address, point of contact, and telephone
number for City’s verification.
Page 11 of 12
City of Cincinnati-Metropolitan Sewer District
Project #: 2010-UV
Appendix “A”
File #
US
Manhole
DS
Manhole
001/10U
002/10U
003/10U
004/10U
005/10U
006/10U
007/10U
29313056
29313057
29313058
45506002
45511001
45511002
45511003
29313055
2129 KINDEL AV
29313056
2143 KINDEL AV
29313057
2144 COLERAIN AV
45511001
3505 FORESTOAK CT
45511002
3504 FORESTOAK CT
45511003
3480 FORESTOAK CT
45511004 3615 OLD RED BANK RD
Project Address
Political
Subdivision
Cincinnati
Neighborhood
Pipe
Size
Number
of Taps
Lineal
Feet
Slope
CINCINNATI
CINCINNATI
CINCINNATI
CINCINNATI
CINCINNATI
CINCINNATI
CINCINNATI
WEST END
WEST END
WEST END
HYDE PARK
HYDE PARK
HYDE PARK
HYDE PARK
12
12
12
12
12
12
12
2
6
3
3
1
6
4
133
134
125
225
147
176
213
5.70*
3.25
2.38
0.29
0.27
0.38
0.27
25
1153
*Estimated
TOTALS
Page 12 of 12