Loading...
HomeMy WebLinkAboutContract 47712 C17Y SEBA � CONTRACT NO. Developer and Project Information Cover Sheet: Developer Company Name: Oleander Investments,LLC-c/o Lang Partners, LLC Address, State,Zip Code: 1501 Dragon St Suite 102 Dallas TX 75207 Phone&Email: 214-628-7822,dirik@land-parnters.com Authorized Signatory,Title: Dirik Oudt,Manager Project Name and Brief Lang Oleander Multifamily Description: Project Location: 100 Block 7th Avenue Plat Case Number: FS-15-019 Plat Name: <Plat Name> &FS-15-020 Mapsco: 77A Council District: 9 City Project Number: 02698 CFA Number: 2015-110 DOE Number: None To be completed by�taff Received by: X Date: OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 FT.WORTH,9 U X Page 1 of 11 STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, Oleander Investments, LLC-c/o Lang Parnters, LLC , ("Developer"), desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements") related to a project generally described as Land Oleander Multifamily ("Project") within the City or the extraterritorial jurisdiction of Fort Worth, Texas ("City"); and WHEREAS, the City has no obligation to participate in the cost of the Improvements or Project; and WHEREAS, any future City participation in this CFA is subject to the availability of City funds and approval by the Fort Worth City Council and shall be memorialized as an amendment to this Agreement; and WHEREAS, the Developer and the City desire to enter into this Community Facilities Agreement ("CFA" or "Agreement") in connection with the collective Improvements for the Project. NOW, THEREFORE, for and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, as amended, is hereby incorporated into this Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the Policy in connection with the work performed by said contractors. B. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy and recognizes that there shall be no reduction in the collateral until the Project has been completed and the City has officially accepted the Improvements. Developer further acknowledges that said acceptance process requires the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 2 of 11 to submit a signed affidavit of bills paid and consent of Surety signed by its surety to ensure the contractor has paid any sub-contractor(s) and suppliers in full. Additionally, the contractor will provide in writing that the contractor has been paid in full by Developer for all the services provided under this contract. C. Developer agrees to cause the construction of the Improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project and the exhibits attached hereto. D. The following checked exhibits describe the Improvements and are incorporated herein: Water (A) FA, Sewer (A-1) M, Paving (B) ®, Storm Drain (B-1) ® Street Lights & Signs (C) M. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section II, paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section II, of the Policy. Developer shall ensure its contractor(s)pays the then-current City-established wage rates. F. For all Improvements included in this Agreement for which the Developer awards construction contract(s), Developer agrees to the following: i. To employ a construction contractor who is approved by the director of the department having jurisdiction over the infrastructure to be constructed, said contractor to meet City's requirements for being prequalified, insured, licensed and bonded to do work in public ways and/or prequalified to perform water/wastewater construction as the case may be. ii. To require its contractor to furnish to the City a payment and performance bond in the names of the City and the Developer for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years from the date of final acceptance insuring the maintenance and repair of the constructed infrastructure during the term of the City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 3 of 11 maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. iii. To require the contractor(s) it hires to perform the construction work contemplated herein to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City shall be named as additional insured on all insurance required by said documents and same will be evidenced on the Certificate of Insurance (ACORD or other state- approved form) supplied by the contractor's insurance provider and bound in the construction contract book. iv. To require its contractor to give 48 hours advance notice of intent to commence construction to the City's Construction Services Division so that City inspection personnel will be available; to require the contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, to not install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. V. To require its contractor to have fully executed contract documents submitted to the City in order to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Developer's contractor. vi. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement, if any, until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. G. Developer shall provide at its expense, unless otherwise agreed to by City, all engineering drawings and documents necessary to construct the improvements under this Agreement. H. Developer shall cause the installation or adjustment of the required utilities to serve the development or to construct the Improvements required herein. City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 4 of 11 I. City shall not be responsible for payment of any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. J. Developer hereby releases and agrees to indemnify, defend and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this Agreement. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer and required for the construction of the current and future improvements provided for by this Agreement. L. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, its contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said Developer, its contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers,servants, or employees. M. Developer will further require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further, Developer will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date:07.30.2015 Page 5 of 11 construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications. N. Upon completion of all work associated with the construction of the Improvements, Developer will assign to the City a non-exclusive right to enforce the contracts entered into by the Developer with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Further, Developer agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. O. Inspection and material testing fees are required as follows: i. Developer shall pay in cash water and wastewater inspection fees and material testing fees equal to two percent (2%) for a total of 4% of the developer's share of the total construction cost as stated in the construction contract. ii. Developer shall pay in cash paving and storm drain inspection fees equal to four percent (4%) and material testing fees equal to two percent (2%) for a total of 6% of the developer's share of the total construction cost as stated in the construction contract. iii. Developer shall pay in cash the total cost of streetlights or if the city is not installing the streetlights, inspection fees equal to four percent (4%) of the developer's share of the streetlight construction cost as stated in the construction contract. iv. Developer shall pay in cash the total cost of street signs. P. COMPLETION WITHIN 2 YEARS i. Developer shall complete the Improvements within two (2) years, provided, however, if construction of the Improvements has started within the two year period, the developer may request that the CFA be extended for one additional year. ii. Nothing contained herein is intended to limit the Developer's obligations under the Policy, this Agreement, its financial guarantee, its agreement with its contractor or other related agreements. iii. The City may utilize the Developer's financial guarantee submitted for this Agreement to cause the completion of the construction of the Improvements if at City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 6 of i l the end of two (2) years from the date of this Agreement (and any extension period)the Improvements have not been completed and accepted. iv. The City may utilize the Developer's financial guarantee to cause the completion of the construction of the Improvements or to cause the payment of costs for construction of same before the expiration of two (2) years if the Developer breaches this Agreement, becomes insolvent or fails to pay costs of construction and the financial guarantee is not a Completion Agreement. If the financial guarantee is a Completion Agreement and the Developer's contractors and/or suppliers are not paid for the costs of supplies and/or construction, the contractors and/or suppliers may put a lien upon the property which is the subject of the Completion Agreement. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) City of Fort Worth, Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 7 of 11 Cost Summary Sheet Project Name: 02698 CFA No.: 2015-110 DOE No.: None An Engineer's Estimate of Probable Cost is acceptable. However, the construction contract price will ultimately determine the amount of CFA fees and financial guarantee. The bid price and any additional CFA payments will be required prior to scheduling a pre-construction meeting. An itemized estimate corresponding to each project-specific exhibit is required to support the following information. Items Developer's Cost A. Water and Sewer Construction 1. Water Construction $ 132,438.86 2.Sewer Construction $ 38,499.84 Water and Sewer Construction Total $ 170,938.70 B. TPW Construction 1.Street $ 301,365.29 2.Storm Drain $ 41,986.08 3.Street Lights Installed by Developer $ 140,544.70 4. Signals $ - TPW Construction Cost Total $ 483,896.07 Total Construction Cost(excluding the fees): $ 654,834.77 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 3,418.77 D. Water/Sewer Material Testing Fee(2%) $ 3,418.77 Sub-Total for Water Construction Fees $ 6,837.55 E. TPW Inspection Fee(4%) $ 13,734.05 F. TPW Material Testing(2%) $ 6,867.03 G. Street Light Inspsection Cost $ 5,621.79 H. Signals Inspection Cost $ - H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 26,222.87 Total Construction Fees: $ 33,060.42 Choice Financial Guarantee Options,choose one Amount Mark one) Bond= 100% $ 654,834.77 Completion Agreement=100%/Holds Plat $ 654,834.77 Cash Escrow Water/Sanitary Sewer=125% $ 213,673.38 x Cash Escrow Paving/Storm Drain=125% $ 604,870.09 x Letter of Credit=125%w/2yr expiration period $ 818,543.46 City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 8 of 11 ACCORDINGLY,the City of Fort Worth and Developer have each caused this instrument to be executed in quadruplicate in each entity's respective name by its duly authorized signatories effective as of the date executed by the City's City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER Oleander Investments,LLC-c/o Lang Partners, LLC Jesus J. Chapa Assistant City Manager // Name: Dir udt Date: 01 �P Title: Mana Recommended by: Date: ATTEST: (Only if required by Developer) t�JU Wendy C abulal, EMBA, P.E. Development Engineering Manager Water Department Signature Name: Douglas V6 Wiersig,P.E. Director Transportation&Public Works Department 1F F® Approved as to Form &Legality: ATTEST: Richard A McCracken Assistant City Attorney Klary J.eet e City Se M&C No. '404 Date: 412oI t k For., 124 s : rJl4-- OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement Ft WORT",TX CFA Official Release Date:07.30.2015 Page 9 of 11 Check items associated with the project being undertaken; checked items must be included as Attachments to this Agreement Included Attachment Attachment 1 - Changes to Standard Community Facilities Agreement Location Map Exhibit A: Water Improvments Water Cost Estimate Exhibit A-1: Sewer Improvements Sewer Cost Estimate Exhibit 13: Paving Improvements Paving Cost Estimate Exhibit 13-1: Storm Drain Improvements Storm Drain Cost Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Cost Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 02698 None City of Fort Worth,Texas Standard Community Facilities Agreement CFA Official Release Date: 07.30.2015 Page 11 of 11 00 42 43 DAP-BIDPROPOSAL Page I of 2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information-Lang Oleander Multifamily-REVISED APRIL.8,2016 Bidders Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT I:WATER IMPROVEMENTS 0241.1011 Remove 4"Water Line 024114 LF $8.64 0241.1012 Remove 6"Water Line 0241 14 LF 258 $8.64 $2,229.12 9999.0005 Kill Existing Water Ta -Close Corp Stop/Remove Meter 0241 14 EA 19 $974.16 $18,509.04 3201.0151 Asphalt Pvmt Repair,Water Service 3201 17 LF 68 $196.56 $13,366.08 0241.1302 Remove 6"Water Valve 0241 14 EA 1 $270.00 $270.00 3312.0117 111/2"Water Service,Meter Reconnection 33 12 10 EA 2 $810.00 $1,620.00 0241.15.11 Salvage Fire Hydrant 0241 14 EA 1 $555.12 $555.12 3305.0109 Trench Safety 330510 LF 351 $1.08 $379.08 3311.0001 Ductile Iron Water Fittings w/Restraint 331111 TON 1.235 $2,002.15 $2,472.66 3311.0041 4"Water Pie 3311 10,3311 12 LF 38 $29.16 $1,108.08 3311.0141 6"Water Pie 331110,331112 LF 55 $33.48 $1,841.40 3311.0241 8"Water Pie 3311 10,33 a 12 LF 258 $58.90 $15,196.20 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA 4 $1,474.20 $5,896.80 3312.0001 Fire Hydrant 331240 EA 1 $4,768.20 $4,768.20 3312.2802 4"Water Meter&Vault 331211 EA 2 $23,740.30 $47,480.60 3312.2203 2"Water Service 331210 EA 2 $3,251.88 $6,503.76 3312.3002 6"Gate Valve 331220 EA 4 $1,164.24 $4,656.96 3312.3003 18"Gate Valve 331220 EA 2 1 $1,468.801 $2,937.60 3312.3103 8"Cut-in Gate Valve 331220 1 EA I 1 1 $2,648.161 $2,648.16 TOTAL UNIT 1:WATER IMPROVEMENTS $132,438.86 UNIT II:SANITARY SEWER IMPROVEMENTS 3305.0109 Trench Safety 330510 LF 189 $1.08 $204.12 3301.0002 Post-CCTV Inspection 330131 LF 189 $3.24 $612.36 3301.0101 Manhole Vacuum Testing 330130 EA 3 $243.00 $729.00 0241.2013 Remove 8"Sewer Line 0241 14 LF 375 $15.12 $5,670.00 0241.2103 8"Sewer Abandonment Plug 0241 14 EA 2 $216.00 $432.00 0241.2001 Sanitary SeNver Grouting 024114 CY 3 $1,539.00 $4,617.00 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 3 $212.76 $638.28 3331.3311 4"Sewer Sevice Reconnection 333150 EA 2 $466.56 $933.12 3331.3101 4"Sewer Service 333150 EA 1 $933.12 $933.12 3331.3201 6"Sewer Service 333150 EA 1 $1,512.00 $1,512.00 3331.4115 8"Sewer Pipe 3311 10.3331 1 12,33 LF 157 $41.04 $6,443.28 3339.0003 lWastexvater Access Chamber 333940 1 EA 3 $2,085.481 $6,256.44 3339.1001 4'Manhole 33 39 10,33 39 20 1 EA 1 3 $3,173.041 $9,519.12 TOTAL UNIT II:SANITARY SEWER IMPROVEMENTS $38,499.84 UNIT III:STORM SEWER IMPROVEMENTS 0241.3014 Remove 21"Storm Line 024114 LF 4 $27.00 $108.00 0241.4001 Remove 10'Curb Inlet 0241 14 EA 2 $555.12 $1,110.24 3341.0205 24"RCP,Class III 3341 10 LF 260 $87.48 $22,744.80 3349.5001 ]0'Curb Inlet 334920 EA 4 $4,505.76 $18,023.04 TOTAL UNIT III:STORM SEWER IMPROVEMENTS $41,986.08 CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fonn Version April 2,2014 00 42 43 Bid Proposal_DAP 04-08-16 rev to City.Js 00 42 43 DAP-BID PROPOSAL Page 2 or2 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application - Project Item Information-Lang Oleander Multifamily-REVISED APRIL 8,2016 Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT IV:PAVING IMPROVEMENTS 3201.0112 5'Wide Asphalt Pvmt Repair,Residential 3201 17 LF 258 $32.40 $8,359.20 3201.0113 6'Wide Asphalt Pvmt Repair,Residential 320117 LF 252 $38.88 $9,797.76 0241.0100 Remove Sidewalk 0241 13 SF 6625 $0.86 $5,697.50 0214.0401 Remove Concrete Drive 0241 13 SF 760 $0.86 $653.60 0241.1300 Remove Cone Curb&Gutter 024115 LF 1055 $5.40 $5,697.00 0241.1100 Remove Asphalt Pvmt 0241 15 SY 440 $0.81 $356.40 3201.0614 Conc Pvmt Repair,Residential 320129 SY 223 $252.72 $56,356.56 3214.0200 Brick Pvmt Repair 32 14 16 SY 23 $388.80 $8,942.40 3125.0101 SWPPP>_iacre 312500 LS 1 $10,191.96 $10,191.96 3213.0301 4"Cone Sidewalk 321320 SF 6800 $5.78 $39,304.00 9999.0001 4"Cone Sidewalk,Colored&Stamped 321320 SF 1688 $13.10 $22,112.80 3213.0402 7"Concrete Driveway 321320 SF 535 $8.75 $4,681.25 9999.0002 7"Concrete Driveway,Colored&Stamped 321320 SF 458 $15.61 $7,149.38 3216.0101 6"Cone Curb and Gutter 321613 LF 1013 $25.76 $26,094.88 3213.0102 7"Conc Pvmt 321313 SY 121 $84.40 $10,212.40 9999.0003 7"Cone Pvmt,Colored&Stamped 321313 SY 151 $146.12 $22,064.12 3211.0502 6"Lime Treatment 1 3211 29 1 SY 272 $15.12 $4,112.64 9999.0004 IMill Exist.Pvmt&Install 1 1/2"Asphalt Pvmt Type D Overlay 1 32 12 16 1 SY 1 1724 $34.561 $59,581.44 TOTAL UNIT IV:PAVING IMPROVEMENTS $301,365.29 UNIT V:STREET LIGHTING IMPROVEMENTS 2605.3015 2"Condt PVC Sch 80(T) 260533 LF 1357 $13.94 $18,916.58 2605.3016 2"Condt PVC Sch 80(B) 260533 LF 58 $26.90 $1,560.20 3441.3021 Ornamental Assmbly,Simple 344120 EA 24 $4,192.83 $100,627.92 3441.3303 RdNvy Illum Foundation 344120 EA 24 $810.00 $19,440.00 TOTAL UNIT V:STREET LIGHTING IMPROVEMENTS $140,544.70 Bid Summary UNIT I:WATER IMPROVEMENTS $132,438.86 UNIT Il:SANITARY SEWER IMPROVEMENTS $38,499.84 UNIT III:STORM SEWER IMPROVEMENTS $41,986.08 UNIT IV:PAVING IMPROVEMENTS $301,365.29 UNIT V:STREET LIGHTING IMPROVEMENTS $140,544.70 Total Construction 1311111 $654,834.77 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 912 calendar CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version April 2,2014 00 42 43 Bid Proposal DAP 04-08-16 rev to City.ils 0� COOPER ST. CAN 1V 8 W.f3 cri r �LY13. J tv W. S f << r W A j FRS AVE. w �T ori W. r � � } PARK AV %P.N W. t W. R"I AVE. ki WINDSOR PL ALI w A !VG 19 e , f LOCATN MAP - i i C8869Z0£160L-SLZd:'ON 1J3fO*dd 83M3S (b00-b90)SV%31'HITIOA�11IOd'NOISIAI08nS S1-13013S £8869Z09 1609-59Zd:'ON 1O3fONd'[31VM I h6Z-)j'ON 3114 'I NDOIB`i21 1 101 W NOISIAI09nS SMJ-MOO-I(l:N'f'I NOO'78'NZ 10"1 �I M M M x � o wl w a O W zF<r jaQ ;gsgv,<oEz k'oz H� "N'•�««owow z ¢ 0.z Do ao—opooQnnzS3z F co«`¢y�o ao�'uei�e v 3nz 3¢u_ � i_oo4qu�a uu'izz���i;:`w axoz�ii<a coC`o'o`Sze t�Z �f= 3: t offiwo>8 �ynn�'au4 � <5�_a� �. � H Yn� a (C ¢'w�osiia wU��xzixx xxx nn n 3a 4a o J 3bt uu ¢ paces �4 ui 8 h rtp� „$ o3 N'ci i o rcZ i�ma @ e Wz <Z mN04 N}Q d • �,... z - � k � � Z� aY � ' � $ �� Q �_ Qa m� N Od�Oi Nt>d~ 'l+ •` ` - _ - �' n� i t � y 4 U� O 1 d Ob�ZC SOI-- m� m�0i l�vlo¢�o zs3 0 Bos !p0 O?Oj o --------- FA U 3 � ✓acnve urvn,rl 5,. A 95••' _ � � �^i X 35 og 0 "C a _ R 3nN3AV 1NnowuiVd 9 ""' - r t 2z D x Vis' '.a cgs F - mt n -j j 01- e J W W ° t1 c; " 1`� qqq 5� ,8 W Q .... e M.VI�m t en»rz ul Q sic ----------------- ud W, mIF O coo '3 g ,TOYTT-3.OI,Oum N Lu' nN3AV N ------- 3 0j11 ;� $ ip ct LU3 eg§o a .4 - o §c e k to o i .. ... ......_ .. ... _. .... wy .... ._..... .. ..-.... ._....'r 0 zj Jo q uj 05`6 go 'G§o � • ------------------------ ' 3f1N3AV A3'IafiH �4 '4 AN� o o a e 3oa o o e x �a1 €� Iu = ms oy a Y W�JAM U Any4o�wn m �e�m w�v ego}gyz «u ugn„3B X83€ o� w Mom vi cYiaa�� v~iz 4 � 0 � ' 7S W Of 3 7 =� fib= m �3 i p4z aaz ` a S-1 F V s a ��„ joi- n 5 a �m omN sae s� 35�e= „Eka � s �- ¢z-aza z4- n-� „ a ids � ��S �.� e�� But p z ^W aaotiaN on�o< N� ��3 �Q� �e�= `az lip a 4 Y4 ma lzom Z? _or 1 gHES 1 o Sae m' zv 40� ri cnoa�o i=3 6.2 _ epi a[ o tl„ �O o T. F OOEt= 3 t7� y L �o me o o '3o�e� USA '�n m�oz°"m m3o 8 o�F „ tl �js� 3` Wa �b ug sm. �m ^> oma<ow o V 0 q mill 3� =g Is � MEN fill � 9 m a� a �_ 4 sod gL Sol Roll a? m m 3 3� $-' m s 9 s g��~a Baa 8^ - S of �ll € ff , 52.. , RIS - t 8 s'g eg �a Mud R a�e�m NU tm! IRV e 190 olio I j g Qqj 32 Ian W5g� s : Ewa a�l e6e o e �y5 w fjAI o € 0�8� f �IS! <1n� � Eq�mm� „e �� ���age 0 �0 �'= s goo � � QW>�s`1:151yn 0„ � 1211.1ap 3 � HIM - 3411 ill ��€ ��� n71 21d cy a W l el s odea -"- gem god Is„=$ 8 �� ��g olo NMIo -N =a �� a1 : o o" W R Yeo= e � �<n " IN. la!_ � to � o��” a�.S$ e� = a ��� ��� Oq jig < a e;�;�� i 7h'e� 1.1 O 11 �� e" os� ode ms`s a�� x 0 7^� pill ill Win � 5 ;� =eH „ 6 0=" 6 ! a age e €o is 3g� �< 3oW e �3 „ €1 s 1h. ;oe DR€a 9 �' R�op'o€doe o;�g „ ON 0'-41 ild Ivy Apo SIR „gym aoego "�8 €� s€e _€n _ � hIll �„ l Mil 11, 1_ 01 11 RR gg��m G8 €`I"mQ�8Y8oa�8o 601 � � €im„ji ��e< a�se�� ��i&„ �7s„ �Y�e €7&� �dm8 2 YDS H1 1v x 0 00 0 w F 5 0 SO Z s :5 o iFAT------ ------ HIS. 4 -.9 0. ----------------------- ---— ---------- -------- -----—- ---------------- ------- ----------- N3AV INnowuiv:i jn 4h g :S s -.-A F Z - uj Ir ------------------------ z MT,IM— LLI uj� UJI Hill------- ---- ----- -------- ------------------------ ------------------- - -------- ------- - 31144AY HJLL 0;! z X11L Z uj! h w o "m LUW cc 0 .......... w W','M.................... z cgc_j 19 0 911 I.;o LL to Cso p H 0 qN, 0 ------- ----------------- -------U-------- -----------------7-- ------ ------- TAU--------------------------- 41, 2z 2v L gg z 9 Q�€ � ;aLLo H o 21 e eoM �o N �z `x e g i n 2 5 a M z pyo Ph - sno 10 m3 y 2=2 �a R1 s€ � ppx= 1g P 'N z €€" x�F 2 �x. �.s o 3 t31z o 03 rY i.z aaK £ e ca "i?` =,aFB �x N�j�.o €a �x< ar, o o10 e�� HIM � 5e� o �a �e � lip! o � �, .a W J3 � 10 HIM � 3 � �� �30�=� �, Eee d �3�u� ip! smoQQ m3o ay€ & e ' �� yEygF mob o j° o H. =s LL-an qqppai3� e €� � ����o�aa �$ : a € I � o �o= x 3 is J oa I 515 3 r ego ax=e o �o ' s 3 a_at$ m e _oa�Q3 € 8 lig x So �W I 5 6x�o � ono n o Bno 6� � `2a G� m =_a 6v La A lildg! 1 €� c p s UhlWal We 1001; j;S ooe =h "e ..eM;e �mxEm 8 ep` -'e & 0<4`4 g=` �zw ll!l. "� gam__ ` n 1€oxo -eap t M �vHE &gym _"- �xg= 00 mg o3 eon p bs 1101 !Ni 1g, s �s � =�o so� � �� 6=g .€ Vere ga MQF 9961 413, uld 5 15 4�o �€x:g goal NUB a 284E, -Ass �=o �oo4x ��a IMI in: a gg 111i !g it "z §1 rD L2 E, L) 0 o V1 C) N N 7 06 0) fA JC ��Fi CL W a � 2^z¢ {ry'�l co Q a O O cr O O A 3 RHS, n� r o Sw 0 aQ � waQuo � W N W LU p O 133a1S 3IV03SOH 'M ¢ w a H w O 9s N I I I ; w I I I I z 'w m I I I e .. cnwo u) L_____:____J 2H 1 W N p . . IW w Z N Q N 2 W z Q O X O' O >ofCL( W1,01 W _ _ W W c7 .-.f' pOZKUj d'U _ Q � I a,Q Jp�NH I — w`-`�OQ2o O U p d o I. . . .. .. . . . . . . . . . . . . . . . . . . : o I I W I F- I z s I z � > Z Lill, > o „W L .. . . . . . . . . . . . . . . . . . . . . . . : o J � _ I _ > w > w w 4 w wa L ~ ax IL Q d N � gk I 0 �4 W I II w zzz0000 d d a_ CL J N N 0 0 0 0 w w w m d d d X X X X K � Of T. = L LLIW J Q I y.+ � I ~ 2 I .. . . . . . . . . . . i . € m pReco N o 33a S a aNV t lilt 91 101 vc x•9oz is wasva9rs sxuxra xr 0MO'HX3 Bim onand t,00-V90\S1181HX3\JMO\VOO-t,90\SJMO\:8 N N co of JN H a W 00 N nF Q m W H 0\ F- ` u. O W O wo Q w_ Q3 Z O d a c� � w � A � R, a i 133a1S 3�da3SOa 'M "' W a H U) I � N O U I I z W WZW�NQ . I .. CL iF �?Qzx�O Lj wa'aC07W ro' — — — — — — — — — — — — — — — — 1 p Uj Z Cil U Q J J N z W J O Q 2 O SOU.-oaU e O F Z Q W III oZ Q > >W r Q > _ Q U = > LLJ Q a > w F N w w II - - - - - W Ld ZZZ0000 0 0 0 0 v~i v~i v~i o o o o 0 0 0 0 X of of of W W W a d d d > j a� III � oG �V � a h J LL g �n F 3als a3aN 7 rrioi row mue zr im xasi�s src�s'n 2 bPH JMTHX3 aim onend 1700-t,90\SlIBIHX3\JM4\t,00-t90\SJM4\:2! x N C) cd Q C14 W 00 0 C4 V Z F� C"3 0 € ti _a 0 itsun go u 40 o __ "10.3wvmW 9i LL 133HIS 31VC13SOU "M 0 ¢ z (� w w If —i w F it W2 IL_--- -____-'1 if Ow w C < ,)7 COO a- Z:5 -j dd it Fj N 4 ul WY < CL QLd n- CL CL z o o CL CL ILI" 0 0 X x T------ W _j 1133H40 NVPiO r-4-- • I p DMG*HX3 ams Dn8nd V00-t,90\S1I8IHX3\E)M(I\t,00-V90\SDM(]\:H A." 0 CV W ¢ �" a _ w 00 co C, 0 �o 0 F 0 z o C'n z -CYN d M P-4 —1.3—3H J L-- = 0 U 0 cl� 0- r9 1:4 z al cli LU LU cq C) ppz Z bug LU 2 01-W ,Uw, L W w" < Wz 00> > (L W 04 LLJ w(D a C)z C6v'Q :5 Z < ww( --j ? Zo o 0 Lill LU big 0 FD M 6 (D it Z LU Uiit � zl z UJRN -. 0 > Z W 0 C) 0 0 Z a- a- i Ld o o 0 x x CC W- w w a- m A --------- _*1�401S U3C]NV31O.i .......... 10 qv OMa*HX3 Nms oi-18nd V00-t'90\SiIBIHX3\0M0\t00-t90\SDMG\:d 5MO'HX3 Av6 DO8O6 VO0—*90\S1IB|HX3\!DMO\t0O—Veu\S5mo\:H LQ 05, C,4 w co 0 i.�.yl Q C � O Ora 3 O z �D 0 z b Him 3vftwLL 0 �= 133HIS 31V03SOU "M Z z w w t4 7— cv w cn c ojww V ,w (L w Z, w cj w a. II II -f >ui z*,6 w_j I Il -------------- 'Lu �LLJ Ld -j kms; it Z-j a- W ILL) V) V) Z z 0 0 F- FZ U) W — — 0 0 x x Lj 4i . . . . . . . . . . . W------------ Gi i 49-1" s � � ti N4 133HIS H3C1N f3l, ---------- OM(I*HX3 ins zwiend 1100—V90\Sil8lHX3\9MCI\t'00—ir9O\somc)\:8 C11 00 co ON E_ 0 C, 1, 0 Fz UD 0 U EWA 0 cn gn U 00 o LL 133HIS 31va3som Im z 2i LU w Z: cli z uj Ico i II IL-- - --- IT*LU Lu S, fn wz fw °z<(Z' uj cq www> 'D t!�t zZg < W O O z IUJ Z lilt' Jw lu, i I: Ilii J, CD lu J5 J UJ M LU LLJ C 0 0 Z o 0 _J LLI LLJ 0 V) 0 a- CL bj LQ w 0 0 X X Df LLJ Ull J,33US H3aNVal nos 9ma'HX3 iHDII onend l00-V90\S1I8IHX3\9M0\t,00-490\S9M0\:a d t 0) C.4 w 00 to CA 0 c:I 0 R U Owm 94 2 cn EI3 I LLI 133HIS 3iva3sou m C14 w0 0 04 F- W iz=7777N U) I I f cli C� L Z W c w w wo�10 w CCO C-�< �4 z —' z!E2 W w ,j.0 uj 00 0 z En q z gogvZw <m 0 UJI UJ > UJI ZI i Ul >t Ld LL CL z z o C) C) o La uj 0 V) 0 CL CL 1 LO D 0 0 x x Of X La w a- CL Ld --j 0 --------- -.03HIS H3aNV31. ------------ DMG*HX3 iHOII DnEmd 1100-V90\Sil8lHX3\!DMa\1100-t'90\SDMO\:d