Loading...
HomeMy WebLinkAboutCAG2022-341 - Change Order - #1 - SCI Infrastructure, LLC - 76th Avenue South: North Segment - 01/17/2023Agreement Routing Form • For Approvals, Signatures and Records Management KENT This form combines & replaces the Request for Mayor's Signature and Contract Cover Sh W A S H I N G T O N (Print on pink or cherry colored paper) Originator: Department: C. Frame PW Engineering Date Sent: Date Required: > 1 /18/2023 N/A 0 b. aAuthorized to Sign: Date of Council Approval: Q El Director or Designee ❑ Mayor 08/02/2022 Budget Account Number: Grant? El Yes ❑ No R90125.64110.120 Budget? 0 Yes ❑ No Type: Federal Vendor Name: Category: SCI Infrastructure, LLC. Contract Vendor Number: Sub -Category: 170264 Change Order #1 C Project Name: 76th Avenue South - North Segment L `0 Project Details:Additional Costs for Lateral Bend Installation, Conduit, Cement Concrete C C Sidewalk and Chain Link Fence C W W Agreement Amount: $9,553.24 Basis for Selection of Contractor: Bid W Go L Start Date: N/ATermination Date: 75.5 Working Days Im a Local Business? ❑ Yes ❑ No* *Ifineets requirements per KCC 3.70.100, please complete "Vendor Purchase -Local Exceptions" form on Cityspoce. Notice required prior to disclosure? Contract Number: ❑ Yes 0 No CAG2022-341 Date Received by City Attorney: Comments: Ch C 3 30 Date Routed to the Mayor's Office: t/1 Date Routed to the City Clerk's Office: adccw22373 , z0 Visit Documents.KentWA.gov to obtain copies of all agreements 4 eo KENT W A S H I N O T O N CHANGE ORDER NO. #1 NAME OF CONTRACTOR: CONTRACT NAME & PROJECT NUMBER: ORIGINAL CONTRACT DATE: 0 'tt, N/Y— RECE I VeC BAN 0 9 202,E SCI Infrastructure, LLC ("Contractor") 76t" Avenue South - North Segment August 23, 2022 This Change Order amends the above -referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: i. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: Bid Item changes to the Specification Bid tab: 8024, Add 10 LF (sheet 11) 1147, Add 8.5 SY (sheet 11) 1280, Add 4 LF (sheet 20) 8040, Subtract 20 Each (Sheet 28) ADD New Bid Item Sch II: Bid Item No. Price $7,100.13 CO 01, QTY 1, Unit LS, Unit The following Changes are being made to the Contract Plans. See Revision 1 attached for revised Contract Plan Sheets 10, 11, 13, 14, 16, 20, 21, 23, and 25. STORM: CB#7 Type 2 Sump elevation added to profile, sump depth shortened to standard 2' depth WATER: Move GV from 10' west of TEE to 16' west of TEE at 30+95.6 Add 12 45-degree bends (4 total) at 32+62.04, 32+69, 32+90, and 32+99 R Changed RPBA connection to existing service lines at 32+75 - 65 R Revise Watermain Crossing profiles at 30+96, 32+72, 32+79, 32+84 SITE/ROADWAY: Fence angle points added. Driveway profiles revised to correct existing grade information CHANGE ORDER - 1 OF 3 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $4,165,504.10 (including applicable alternates and WSST) Net Change by Previous Change Orders $0.00 (incl. applicable WSST) Current Contract Amount $4,165,504.10 (inch Previous Change Orders) Current Change Order $8,836.13 Applicable WSST Tax on this Change $717.11 Order Revised Contract Sum $4,175,057.34 CHANGE ORDER - 2 OF 3 Original Time for Completion 75 working days (insert date) Revised Time for Completion under 00 working days prior Change Orders (insert date) Days Required (f) for this Change Order .5 calendar days Revised Time for Completion 75.5 working days (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above -referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CON By: Namd: (title) DATE: Ut -'t1 2 - 7-1, C E, LLC CITY OF KENT: By: (signature) Print Name: Chad Bieren, P.E. Its Public Works Director (title) Chad Bieren Chad B I e re rl 2023.01.17 14:46:39-08'00' DATE: AF EC KP CHANGE ORDER - 3 OF 3 ATTEST: - 4-a Kent City Clerk C(In this field, you may enter the electronic filepath where the contract has been saved) APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department CHANGE ORDER - 4 OF 3 File No. 200.2 KENT W ASniNOtON CHANGE ORDER WORKSHEET NO. 1 Construction Engineering Division - Public Works Project: 76th Ave South - North Segment Project No: 21-3012 Project Engineer: Mark Madfai Fed -Aid No: STPUL-1075(004) Capital Projects Cameron Bloomer (KBA, Inc.) Contractor: SCI Infrastructure Manager• - Date: 1/6/2023 1. ProDosea %.nan ie Bid Item changes to the Specification Bid tab: 8024, Add 10 LF (sheet 11) 1147, Add 8.5 SY (sheet 11) 1280, Add 4 LF (sheet 20) 8040, Subtract 20 Each (Sheet 28) ADD New Bid Item Sch II: Bid Item No. CO 01, QTY 1, Unit LS, Unit Price $7,100.13 The following Changes are being made to the Contract Plans. See Revision 1 attached for revised Contract Plan Sheets 10, 11, 13, 14, 16, 20, 21, 23, and 25. STORM: CB#7 Type 2 Sump elevation added to profile, sump depth shortened to standard 2' depth WATER: Move GV from 10' west of TEE to 16' west of TEE at 30+95.6 Add 12" 45-degree bends (4 total) at 32+62.04, 32+69, 32+90, and 32+99 R Changed RPBA connection to existing service lines at 32+75 -65 R Revise Watermain Crossing profiles at 30+96, 32+72, 32+79, 32+84 SITE/ROADWAY: Fence angle points added. Driveway profiles revised to correct existing grade information WORKING DAYS: This change order adds 0.5 working days to the contract. H. Reason and BacKgrouna ror Lnange Additional clearance is needed to install watermain fittings for water service and fire line laterals between STA 32+70 and 33+00, bends are being added to move the main East at this location. Watermain profiles are being adjusted to clarify bend and valve locations. The sump to CB#7 was shown with a depth greater than the 2' necessary, and is being revised to the standard depth. Minor irrigation and fencing location information was added to help clarify locations of improvements, Driveway profiles are being revised to correct existing grade information. Page 1 III. Method of Payment NEW PAY ITEMS ❑ Not applicable Sch. Item Description Total Est. Unit Unit Price Total Estimated Cost of No Item II Additional Cost for Attached Revisions 1 LS $7,100.13 $ 7,100.13 Incl. Lateral Bend Installation New Pay Items Total: $ 7,100.13 DELETE EXISTING PAY ITEM(S) per 1-09.5 ❑ Not applicable Sch No. Bid Item No. Item Description Qty Unit Unit Price Cost of Item N/A $ - Delete Existing Pay Items Total: $ - INCREASE/DECREASE TO EXISTING PAY ITEM(S) ❑Not applicable Sch Bid Item No. Item Description 7 Qty Unit Unit Price Cost of Item No. Supply and install 4 inch Diameter sch 80 PVC 10 LFT $31.00 8 8024 conduit $ 310.00 Cement concrete sidewalk 4 inch depth with 8.5 SY $138.00 1 1147 thickened edge $ 1,173.00 Install New 8 foot High Chain Link Fence and 4 LFT $132.00 1 1280 Gate $ 528.00 PSIPE Arctostaphylos UVA URS/ Kinnikinnick, 1 -20 EA $13.75 81 8040 gallon I I $ 275.00) Increase / Decrease to Existing Pay Items Total: $ 1,736.00 *TOTAL ESTIMATED COST OF CHANGE ORDER: 1 $8,836.13 * Total of the Cost of Item Columns Page 2 ,IV. WORKING DAYS Original Contract:I 75 I Due This Change Order:I 0.5 I Previous Total: I 75 Explanation/Justification for Additional Working Days: This change order adds 0.5 days to the contract. Watermain work is critical path. 8 crew hours were added for the bends/blocking work and 4 crew hours were credited back for revising the watermain later crossing at 30+96 to go above the existing utilities. This results in a net increase of 4 crew hours or 0.5 working days. Prepared by: Capital Projects Supervisor Construction Manager: *TOTAL WORKING DAYS: 75.5 * This Change Order + Previous Total Cameron Bloomer - Jason Barr UOi ally signedbyBarry Y DN cn=lawn Barry, o=City of [ou=[onstrucBon Engin nng, email=leam�kemwa.ew, a=us Dale: 2023.01.1215,58:14 0800' Jason Barry Eric Connor Date: 1/6/2023 Date: 1/12/23 Date: 1 /13/23 Page 3 11/29/2022, 2:15 PM PROJECT: 76th Ave S-N Segement REVISION: 13 nFSCRIPTION- Plans revised per Field Memo 02. Changes include adding/changing some water fittings. Sheet 14 - Added water materials and short load concrete for thru $ 10,901.30 Sheet 15 - Added 45 deg bends around water meters, credit back $ (3,974.34) Total Cost: $ 6,926.96 Bond & Insurance $ 173.17 TOTAL COR: $ 7,100.13 S:\JOBS\2210-76th Ave S-N Segment\05 Extra Work\Field Memo #2, Plan Revision\Field Memo #2 Plan Revision Cost Rev 3 Sheet 74 - Added water materials and short load concrete for thrust blocks 1 A Labor: Foreman Operator Grade Engineer (0) Laborer Grade Checker (L) Pipelayer Flagger Teamster 1 B Equipment: D 61 Komatsu Dozer Hamm Roller Dump Truck 45 Mini Excavator Foreman Truck 240 Excavator 950 Loader Pipe Truck 1C Subcontractors 1 D Materials Rate/MH No. Hours / Day Days Subtotal: 93.24 1 4.00 1.00 372.96 88.37 2 8.00 1.00 1,413.92 88.37 66.36 69.91 67.57 2 8.00 1.00 1,081 .12 56.27 84.46 Subtotal Labor: S 2,868.00 Rate/Hr No. Hours / Day Days Subtotal: 221.72 111.20 94.31 62.24 35.57 1 8.00 1.00 284.56 1 51 .35 1 8.00 1 .00 1,210.80 90.55 1 8.00 1.00 724.40 47.04 1 8.009 376.32 Subtotal Equipment: $ 2,596.08 Quantity UM Cost/Unit Subtotal: Subtotal Subcontractor - Quantity UM Cost/Unit Subtotal: 1 LS $ 1,500.00 - 1,500.00 EA 463.91 - 1,855.64 Short Load Concrete for Thrust Block 12-Inch 45-DEG Bends 4 $ Subtotal Materials: 3,355.64 Subtotal Items lA-1D $ 8,819.72 Mark -Up on Labor at 29%: S 837.72 Mark -Up on Equipment at 21%: $ 545.18 Mark -Up on Subcontractors at 1 2%: S - Mark -Up on Materials at 21%: $ 704.68 Total Cost 1 A - 1 D $ 70,907.30 Sheet 75 - Added 45 deg bends around water meters, credit back for faster instal/ pg 2 lA Labor: Rate/MH No. Hours / Day Days Subtotal: Foreman 93.24 1 (4.00) 1.00 (372.96) Operator 88.37 2 (4.00) 1.00 (706.96) Grade Engineer (0) 88.37 Laborer 66.36 Grade Checker (L) 69.91 Pipelayer 67.57 2 (4.00) 1.00 (540.56) Flagger 56.27 Teamster 84.46 Subtotal Labor: $ (1,620.48) I Equipment: D 61 Komatsu Dozer Hamm Roller Dump Truck 45 Mini Excavator Foreman Truck 240 Excavator 950 Loader Pipe Truck Rate/Hr No. 221.72 1 1 1 .20 94.31 62.24 35.57 1 1 51 .35 1 90.55 1 47.04 1 Hours / Day (4.00) (4.00) (4.00) (4.00) Days Subtotal: (142.28) (605.40) (362.20) (1 88.16) 1.00 1.00 1.00 1.00 1 C Subcontractors Quantity UM Cost/Unit 1 D Materials nijantity 11M Cost/Unit 10-Inch 11.25-DEG Bends 2 EA $ 270.54 4-Inch Gatevalve with Riser 2 EA BI 2040 Credit 2 Loads Trucking and Tip Fee 40 CY $ (20.00) Subtotal Equipment: S Subtotal: Subtotal Subcontractor Subtotal: 541.08 (800.00) Subtotal Materials: Subtotal Items lA-1D $ Mark -Up on Labor at 29%: $ Mark -Up on Equipment at 21%: $ Mark -Up on Subcontractors at 1 2%: $ Mark -Up on Materials at 21%: $ Total Cost 1 A - 1 D $ (1,298.04) (258.92) (3,177, 44) (469.94) (272, 59) (54.37) (3,974.34)1 Field Memo 02 Contract Name: 76th Avenue South — North Segment (21-3012) Contractor: SCI Infrastructure Subject: Revision #1 Date/Time: September 21, 2022 / 09:30 David, Attached is Revision #1 for the above referenced project to be incorporated into your contract documents. Please acknowledge receipt of this field memo along with supporting attachment. Feel free to contact me with any questions or comments. Thank you, Gary S. Paxton 425-531-8071 Please reply to: KBA Resident Engineer: Contractor's Rep Date/Time: C{Ar't,. S. Paxton Acknowledgement: Date/Time: Signed: An equal employment opportunity, affirmative action employer. Accommodations for people with disabilities provided upon request. 0 Printed on recycled paper made from 100% post -consumer waste fiber. KENO•T W-INOTON PUBLIC WORKS Carla Maloney, P.E. Design Engineering Manager 400 West Gowe Street Kent, WA 98032 Fax:253-856-6500 PHONE: 253-856-5500 Date: To: September 13, 2022 Jason Barry, Construction Engineering Supervisor Cameron Bloomer P.E., KBA, Inc CC: Eric Connor, Construction Manager Phil McConnell, Construction Project Manager Eric Knowles and Toby Mollett, City Survey Department From: =*- usanne Smith, Design Engineer Mark Madfai, Project Engineer Through &rla Maloney P.E., Design Engineering Manager Regarding: Revision #1 76th Avenue South - North Segment Federal Aid No. STPUL-1075 (004) Project No. 21-3012 Please have the contractor make the following revision to the above project. Bid Item chances in the Specification Bid tab: 8024, Add 10 LF (sheet 11) 1147, Add 8.5 SY (sheet 11) 1280, Add 4 LF (sheet 20) Changes to the plans (see Issued for Construction plan sett: SHEET 10 N27+50. 26 R, Remove irrigation sleeve bid item 8024 SHEET 11 KC WTD Manhole information added. 33+02, R, Irrigation Sleeve and Beginning of Planter extended north. 35+10, Change WSDOT Plan reference to A-40.10-02 35+74.72, 21.23 R, CB#7 Type 2 Sump elevation added to profile. SHEET 13 30+95.63, 28.67 R, Move GV from 10' west of TEE to 16' west of TEE. SHEET 14 32+62.04 28.6 R, 32+69.26 25.67 R, 32+90.13 25.67 R and 32+99.00 28.67 R, Add > 12" 45-degree bend (4 total). a -32+75 -65 R, Changed RPBA connection to existing service lines. C UJ Y Mayor Dana Ralph City of Kent Public Works SHEET 15 30+96 Profile, changed watermain depth, added gate valve symbol. 32+72 Profile, changed connection to 90-degree bends, added gate valve symbol. 32+79 Profile, changed connection to 90-degree bends, added gate valve symbol. SHEET 16 32+84 Profile, added gate valve symbol. Sheet 20 Fence angle points added. Profile FG elevations corrected. Sheet 21 PC station and elevation data added in driveway. Sheet 23 Station and elevation data added in driveway. Profile FG elevations corrected. Sheet 25 Profile FG elevations corrected. Sheet 28 Bid item 8040 quantity changed to 1960. End of Revision No.1 Ld U �. C4 M �N LO I pN �o 11 m M m2 w z ON %p W+ a N 3U) NJ 1n W O <+ M n wn +�N y}} M N Q J ZJ W W W ( O N M d N S} Z m q U 2 014 q LC) j N o u3 LO2 2-l2 03 d V U 26'X 93 u. I +�pN SH 03 cc _ zi'�'• In p N •fifiF4 I t� f y^�N? M Z 1 J m F 5 x i z I M 66-6Z 03 6L'0£ 9j - dM> a,4 ana Y; P J d k V) W 93 776Z 03 I QLN VI Z; JIOi I I HM�W NNeN.-FC4 LL'O£ Sd ZCqN.N-.NN•2O p ZMy��N 6L'8Z 03 �N_^ { Z K O R N N N � N Z + > ? Z,0£aJ� w t sVpp I ikM i n Z — m� ZAo< I OM m� t t0'SZ 03 u M 1 W Q O 1 - I j � 0 � 4Z'0£ OA 9Z'8Z 03 sa t w I 1 a I i O L£'0E 03 Z 1'8Z 03 I � n 9£°0£ 0.4 1 I 90'8Z 93 I I 1 1 LV0£ 93 -- 1 l0'8Z 03 I � ICI I I cvi) N N W z 3 e SWK 93 6'LZ 03 7 NN os-00 0-4 16`LZ 03 { ( jijiEE ��zzzz 1 1 'k$'U£ 0.4 SS'LZ 03 w M N W } N OC, NM I 69.05: 93 'Qow m 6L'LZ `-? — } m 0 N U N 1 it i M *19'0E 3A o 9L'LZ 93 Pll < a Jill L'LZ 03 o i II4 I 1 I £L'0C W — w ZL'LZ 03 } 8L'0£ 93 89-LZ 03 1 r 69'LZ 0 1� W 2 U O �o I � � om U J� a a o ! I x o N N Z 1 I > N e�1 4Y Z �OOU OJ O -> > 0, � � 5auxoIn � .- OODN�JJ� co 1 NW W� op p�N �w IFa N N d jp w a.ao OWN J N am N M N �(nWO �J��� aracz 00 XLL00U0 N r WLd 00o N . o I 6 C9 N i N w w N �x no m � N 8Z`8Z 03 N I I �N I G C. V.•L£ �3 oN , n � L9"LZ 03 -jw CO m I I i 1 9ff if t, CC, + w A 6Z' L£ 9J o a �I� 6CLZ 0 I i ¢m> �w U { , t1 III Z fA :x04 0 < o ._. o S8'LZ 07 T: Ia Q 1 , w I i _ 3 a rn i %06'LZ 03 r viz d z I i { o o I Z�' L£ OJ z ®... 56'LZ 03 1 I ( � N I Z91£ 0-4 90'8Z 03 i 1 I I j 99' L£ 93 L 'L£ A313 II LO'8Z 03 0019l 6Z vis i 1 NV388 30V89 !t N80'8Z 03 I i �II 6.0 L£ 0M I I 60'8Z 03 IF N 90'8Z 03 Ii� 0 La !I I iI 1a N� I I z 6£`L£ 03 fl � f i l0'8Z 03 I I Ifj Z ' Jill —_66`LZ sc'L£ Di o Z __.i' , a 0= I I w � o0£' L£ 03 o F-7 L'8Z 03 N w t 1 a 9Z'L£ 0-A a 1-` tb'8Z 03 I t r Q `L QZ L£ 0j 1 I .� 0 8L'8Z 03 I N 3 w 9L`L£ 0� IE. S LZ'6Z 03 i L L' lC O3 L9'6Z 03 a { I{ I {III 890' L£ 9i I NLL x 03 1 v? i I III I i Ln N w LVOT 03 Yp l I f IWA m + c 44 94 I0 N N U. I I N N w rn r � r N U. r W f a aa0 1 Fo5: CL N U Z to x �<z gigN Q0— NA 'zz I aoa rl JCS Z tnNU CC jCZ oWZ Ia � o ri 1— N � e--- co N p O u) o N + X O W M LL O y Xw o< =:22, —16 x 00 N W (> O O O �+7�ppC7 C9 p (LL!'lNd'JJ (� U N I W W In N N to G N Y C7 N a ssvio NOILVAV3X3 VMLX3 4NV ONIHOHS k 'ONISGINO wi stlwn 1N3WAvd C E)A ` 10 ,n o In CV o N �,-, ���' l� 03 H . -. woo m+u> r7O 03 o (FR it I c I O a0' 10 N c I— ��'yc�• w ;OS'0� 03 c 001"+5LO I Z + o l£'0£ 9j — i R- , p.� 66`6Z 03 o �iu''b"d . I .- 6L'0£ 03 ��.��.� k '� Z9'6Z 03 + a, x Ma i 14 b V0F Di --- t'6Z 03 9VW 0�� t�+ss i I + 6L`8Z 03 1 N z_ ¢� y-v, N I I.I a47i 0�t �� of F. I ®I I I 8Z 03 z — 1 t 1 Ii LZ'0£ 0i o 9Z'8Z 03 c a I ao Z l'8Z 03 _� I _ �a Y o I c I I M _ ro 9£ 0£ `•}j I 90`8Z 03 O 6 1 ( I N N (n oyx CL j z t I , °' N lti 0i 0A o x w 10 8Z 03 w I I i N ? I I I Co � o wwW C44 „L6'LZ 03 j n I 1 1 fOWJ ' 93 056°LZ �Nz 0'0£ l3 1 I Id 0 *9'0£ W to N I ® o MiJ W 0 'a.o II. 6S'0£ O� N �eXz 6L'LZ 03 IN a $ ,� N N J 9L'LZ �3 N • JJ I� N J Wao 10 I- N �w L LZ 03 I x h N> In . z 1 I L'0£ CIA ZLLZ 03 N 2 cc ci 2c,' n x m + U 8L 0£ 03 Mew 89'LZ 03 lxl F- ® N `W J Fil W ten)N '1� ' �' I O IG 6 :x ED � - N N ! J I VI i p I � Cf ro I I i O I 00 � O to � t7 CV = c Jtt� N M. 'f M O W / X T 0 Qo 00 N J n] M �2 O N Q d (yy 1 3 cO (D i C M ! Cl) UO + II 1 i m co 1 M O W rr— � i f af bit o N d I W = I I I N 1� N11 M � N Z C / J t it I m I I I a tE Cn p N m Q i p a I O ao 1 1 LJ m 1 1 N 0 1 M 1 1 1 1 t � t _ zm i f S rn (/a e .� �;�aaLi � min M v 00 00 N m 0 x w r rn i ��41 C5 O Ow a O O Ln O -- ---- �1700T J p S.W.' �p M_ss LO Oi SAW'` � M O r+� n 00 J ,. ±M m NJN cq 6, W O NON (A Np N.. J_ ~ cOp W W M � uj N I r nr� i Ncl Q JNN naF� a lJ N N N p 0 M J 'f 0) tO N O Ol N N Lo C 2 ^ m O+ N a o N N N � +++0 000 r .- � NNN N n Ln QN ~J O Q D N 1 al N F^ Jd NN UN�o 1=mN X O W 0 Q M (W n � co J N W J a0O Q 11'1 N O J fn �D K + O h N .4. F a p N m H Nw� a U a O} O 7 N cli m J Z O 0 N Z �. W W W Z CW.'1 Z O �- N ZfnS W :wow O F Q �� OLU U ,_L h O LU pm W wFZ< m v=ivWi d Up> Z ain W30 J n <0?LL1 00 wm w z LL EL 01 Z CV ri 4 w t- 41 ( II I 5,00' 5.00' zi I' M o a01 �Q 00 � m;z I' + �Nm�rJT SQN-Q gI NAM 'N � ~N � N�� I N► 'I ! oJ oGfa � mW i + OGo tn I I N 1 � ,m if o� N I LnM + ¢ J m N N r, N J oc +NNE m O b ! a I t 1 +N o ( I W .- N OO+IOI 9l+lOL aO0 N Q Oto I' a II ,o I o W W J 1z a w 0.. bD w If�I iI I Z IL r'qj nj � h z rn 'O XN N F � 5XV 5.00' + vs gaD N g W tncl I h 'tea 4S1 15< i OM41 _ Z N II Ell, • ~ I f co N 'a ±:� N W claQ � � o I( ��� �� 1 t I -' " -S �i i �N N w •a_S( __ _ __ � ;�. 3•; i� N O N � I M�2 I 5.00' 5.00' 00 a W `o U rn OF a OWN OWQ T' +W NQ� N W �p ` wh w c F< Jdm O Uwe co X1 OM '•'n� li } 1 !J -CD I NJ Wjj^++: 1•�J M gN QQ FM NO h O J_ O m _ 8 (gar 5.00' 5.00' Y I i N g N � in ro z � M,,R ON I R r h N U� ai ' 11 _1 Co .. -- , + 1 O rN N LO W W Q �O cn ¢¢,, Q O 0 N N N (..` co z a H N �C + Q m f C-2 h KU a�r v o m �WZW w w a o a ��o z(nS pmEnw Q z w � W 0, h x a c w O�z cn {o1 > U - 0zP w FQ Nom Q = CLP0< OF z n 3 u Y w O Zi w Li wO o C Q X z o W w (!) U wm W- M UZ N MOi U- 2 O z N M) u N I I E W_ Ld J LL. 0 w d 01 Z B V- K V aOJ j V 0, 2 JCA N co w o N OV Q UOG QW 50 ZO Q z W 7^ W V' KI fA 0 CL F C z U w ~OKVI Z ~ N OWWJ = U OJJ W`�W wpaF F w > Fo a : F =.�i av=� F Z aN 3W NN X ZOW Ix (=U U' 0 wM O?m O, wm OK Zd O z CV M N n I 1 � c an>.. a I n Z�OC l I I acai5'4i� n'� �Z 1 yq N fJRjp LB+OZI g + -4 W 4 I � F N I I � I I � ct•az I �n1G�En i I F u>N>{{ Y •LU �a g o►vz+m _ a o � 46•LZ A313 09.91+OZ I V1S I I I Yn LO. LU o I c�� t w U 1 = z N N i ri w i 1 t i I L Ytp q dDM I o� a �fti Gam! I <�w LO N ZG' li-t011 I I t Ctl I Q� • p 1 W P M y+ n,M mOn 7 I ol T Yn M K) N O 04 Lz t7L 1 z 91 O0� O J W O Ix a� W O < U) Z a wzv=i z F z_ < w aWw N Z K O WO < > uj �w< F z > F 0w a a3 ~ ciQ �Zo 7 <U < W W we < P3 M � r w= EnIRO IOi WO UD Z 4 C m U U U U U U V O O O O O O N pppp N M d N N N N m Q Q Q Q Q J m CA U' O Cl CJ CD O N M LI) N H O a x Q N w N w CL ir w w D a w x m Z a o \ w z d r z vxi 'Li z a z f0l1 Z J Y O 0 N a¢ U tL w C09 \ Y FO- U x \ m w \ zo Z a z p N \ O K Y Q z a cYi o > Q Q I Y W _ ZO N w Z) \En Q j zz w U U m 3 0 V1 j O x a o _ a \ c °° w z W � Z� z Ix o J�J zw J O y O a r gw a. ❑. � x a _ _ Q a z a� w a x cn ui C F w w U Q) a z w O U W Cj w � � � w`^ az x c> m c� w a Q a �a g> > z w IR a a M ¢t N Nrn Fzaz O U N z Q J K a d z o d ll-+aol+�o ui ui UNUU af/1 3 eru` SLY U Y� O.t mj p C5 '�sr` • + z Q t d• m t0 O Y U.N min • m If 0 M N O O + N Vl z Q Z w tip � O CV N h ow z N i Ix 9-: N Z O ^ A o �X K U W = W a w0 IaJw7 �N a— w J€d' t2 w0 O Z Qg U^ J�w N3 Oa3 N uFi OZ O Q w>Y xY Om ao wcnN �$ o2 c 0 p boFc z m= R.-> m pc,�m xwoo w� ,�k =a z00 �<Z �ZI W05w N N�p� r`O ww 5 N Ox CL ~ci�0m� oZo Zw OpaJWx Z 'EWLwO�rOrZ YU�O �Wpp�aO Zp�a v00Uw O Z 0 IC4m ~Kow0m d a FF WCjCQ9 boo. oZoLd 7d Z UOdAx �f Z A<1 J W D m D N O b f- b� 0 w 2 Q N J O d N Z O Z N w 0-. -O U zF Ozr.n2 z rn a < o z a� �gzo �a pZa o �Y F �f5 m� Oa� OtOi� MR. Wfx w woaoa w w zoa JO m� OOK 1 z w HQ t 0 1 m3¢ga J H W 0 z N z W I-- x W z O I, J W Q z zz J EL W W J Q U V1 O O z 1��� ��r ■aid sir Vd r.► dl •a��-�ali �a�lral,i rw► ram;. �a� rail t Ali I/�1. .1 Ate\ A►�7� f�� Ilgi! r�► r i t