Loading...
HomeMy WebLinkAboutContract 33053 J COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 3 3 OS3 WHEREAS, Riverbend Investment, Ltd., hereinafter called "Developer", desires to make certain improvements to Lakes of River Trails, Phase IX, an addition to the City of Fort Worth,Texas; and WHEREAS,the said Developer has requested the City of Fort Worth, a municipal corporation of Tarrant and Denton Counties, Texas, hereinafter called "City", to do certain work in connection with said improvements. NOW, THEREFORE,KNOW ALL BY THESE PRESENTS: For and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: I. 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, is hereby incorporated into this Community Facilities Contract as if copy herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder. B. The requirements of the Policy shall govern this Community Facilities Agreement, provided, however, that any conflict between the terms of this Community Facilities Agreement and the Policy shall be resolved in favor of this Agreement. C. Developer shall provide financial security in conformance with paragraph 6, Section H,of the Policy. D. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy. E. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. Lakes of River Trails Ph. IX-Newer CFA 41/4 and Utilities 10 27 05.doc F. 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, his 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, his 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. G. Developer shall install or adjust all of the required utilities to serve the development or to construct the improvements required herein. H. In the event that City participation exceeds $25,000, Developer agrees that no street construction or storm drainage will begin prior to City Council approval of this Community Facilities Agreement. (Article 104.100, Ordinance 7234). I. Developer agrees that no lot shall be occupied under a certificate of occupancy until the improvements required herein have been constructed(Article 104.100, Ordinance 7234). J. Developer hereby releases and agrees to indemnify and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this contract. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer required to construct current and future improvements provided for in this agreement. 71 Lakes of River Trails Ph. IX-Newer CFA 40/2 and Utilities 10 27 05.doc L. Developer agrees to construct proposed improvements as shown on the exhibits attached hereto. The following exhibits are made a part hereof. Water (A)None; Sewer (A-1) None; Paving (B)Attached Storm Drain(B-1)Attached; Street Lights and Signs (C)Attached. M. City shall not be responsible for 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. II. Street and Storm Drain Facilities A. The Developer(s) agree to install or to cause to have installed, the street, storm drainage, street lighting, street name sign and other community facilities improvements shown as "current improvements" on the attached Exhibits B.B 1, and C. B. As shown below in the "Summary of Cost for Street and Storm Drain Facilities", the Developer shall fund its share of 'current improvements" and shall pay to the City for its share of the cost of street, storm drainage, street lighting, street name signs as shown on the attached Exhibits B, B 1, and C. The estimated total cost of current improvements and related support services specified in this agreement, including design, construction and inspection is estimated to $358,577.07. Lakes of River Trails Ph. IX-Newer CFA 40/3 and Utilities 10 27 05.doc SUMMARY OF COST Lakes of River Trails Phase IX Item Developer City Cost Total Cost Cost A. Construction $ - $ 1. Streets $233,157.95 233,157.95 2. Storm Drainage $94,320.00 94,320.00 3. Street Lights $17,600.00 17,600.00 $ 4. Street Name Signs $400.00 400.00 B. Engineering Design $ C. Construction Engineering and Management by DOE $ $ 4% 13,099.12 13,099.12 $ $ TOTALS 358,577.07 $ - 358,577.07 Notes: 1. All Preliminary Plats filed after July 2000 will require sidewalks on all streets. The developer is responsible for installation of sidewalk and a separate financial guarantee is required in the form of a bond or check for the cost of the sidewalk. 2. Developer's column for Item C represents four percent(4%) cost for construction inspection fees and materials testing. The City will pay additional inspection fee over 4%. 3. City not preparing plans and specifications. c �I f Lakes of River Trails Ph. IX-Newer CFA 4°/4 and Utilities 10 27 05.doc IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary,with the corporate seal of the City affixed,and said Developer has executed this s instrument in triplicate,at Fort Worth,Texas this the_ tday of , 20(0 Approval Recommended: Transportation and Public Works Department Robert Goode, P. E. Director r' City o 0 NO M&C REQUIRED -, Marc Ott Assistant City Manager ATTEST: ; Marty Hendrix City Secretary Approved as to Form: J Assistant CiffAttoiney ATTEST: DEVELOPER: Riverbend Investment, Ltd. By: RBE Investment Corp. Managing General Partner �-. Corporate Secretary Ken Newell President Lakes of River Trails Ph. IX-Newer CFA 40i5 and Utilities 10 27 05.doc C 06/16/2005 10:09 8178472098 STABILE AND WINN INC PAGE 02 2005/JUN/16/THU 06: 19 AM GSWW FAX No. M 306 1555 P. 002 PART B 9 PROPOSAL (This Proposal must not be removed from this boob of COW=Docmnt>nts) TO: RIVERBEND 114VESIIVIDn LTD. Bort worth,Texas DEVELOPER Jane,2005 FOR PAVING R&RAVEMENTS LAKES OF R1VF.lt.TRAK S,PH.IX D.O.E.NO.4907 FILE# W-1691 Includes the,f4nuishiag of all watmish (except as specified to big furnished by the City), equipment and labor for the installation of pavameat and 811 ne marry appurftenees end incideuW work to provide a complete and serviceable project. #1+ Pursuant to the foregoing`Notice to Bidders, '-1rnoludrog plans, spe Bial connect documents,and the Cientrral Contract Documents and General Speeitieadon for Trenspor adm s ind Public Works Projects,the site of the ' project and understanding the amount of work to be done,and the prevailing condWans,Cofactor hereby s� proposes to do all the work,furnish all labor,equipment and mater hal except:as specified to be fkmished by { The City, which is necessary to fully complete the inspection and approval of Ilho Director of the Transportation and Public Works Depathnent of the City of Fort Wank Taxan; and binds hbwelf upon aomptance of this proposal to execute a contract and famish ae approved Performance Bond, Paym=t t Bond,lvt daenance Bond,and such other bonds, if racy,as may be recluhrd by the Contract Documents for Ila perfonmimg and empleiiag of the said work. Contractor proposes to do the work within the time staved and for tl a following sums(Furnish and install, itneluding all appwtMSQt work,complete in place,the following ite ms): BASE BOD:PAVING OMPROVEMFN S ITpM AMM DESCW'UON OF I WTIH UNIT TOTAL hU QUAN7TTY Bm ERI Fc]MR r=rN ttna pB= UTNT nm (Furnish and install,inhaling all appmhmaut work complete in pk ice,the following iterns): 1. 8759 SY 6--=h I tlnn PRT Remfrwraci C'nnerete Pmmmgm N twrabjL-Swa y— iln]l�g And tweat3r--Emm Cents 521.25 I K 12ft-75 2. 9323 SY fr-ineh%hi1jw l Suh¢raria (App=109f l- mCLtQ •cellars And shapfm Ccvb RI 65 a]S,3s1.21 _ Parior2se424.ccbIAMS of Rr m txe+u ' nsi'hit 06/16/2005 10:09 8178472098 STABILE AND WINN INC PAGE 03 2005/JUN/16/TRU 08; 19 AM GSWW FAX No, 817 306 1555 F. 003 PANG I N(PROM ENTS-ConNnucd rrEM APPRON2. DESCRIPTTON OF MUS W1Tll UNIT TOTAL NaQJJAb=nI RMPRTC:PS WRMENTN WORDS MR AMOi1NTBID (Furnish and install,including all appmto anit work,complete in plt we,to following itmns): 3. 140 ION& Hydrated rime f3nWHm6N3Q- niAet��irjn t�nllsts And CPamts S47_111) $13 52000 4. 5244 LE winch Tnbx=I Cmrh t9lro ollam And nn Com S200 � S. 12 EA Ading MxnhnlaS three,hrrnAmil DOi]Wg And no r=ts $100.110 S3,6nn-nn 6. 1 $A TniatRil harric &m nne thedmand three hnndfpA fes► ►llats And anCew ,Sl,a4n nn $l,zsn_nn 7. 3 EA Remnv ex R rrica s one bmdred Dollar3 And Kin__ ., Cults .6100101 $3nn_n,._ 8_. 8 FIA A,dju.vt W tQaViv.hffr nap bnodred Eft Dollars Aad nn. Ceps 415n_nn $19200-00 9 r'r 56 SY RmkRinRan And m Cents Sen-nn $1,120 OB____ TOTAL AMOUNT BASE BID PAVING EUROVEM ?iTS 01-N7,95 t Pav*2U-M4,odS LAM OFXYMIRAE,S MMEDI 06,/16/2005 10:09 8178472098 STABILE AND WINN INC PAGE 04 2005/JUN,116/THU 08:20 AM CSWW FAX No. 817 306 1555 P, 00' PART B-PROPOSAL(Cont) Within nen (10) days ager acceptance of this Proposal,the undensigne3 mill execute the formal contract mw wtii deliver an approved Surety Bond And such other bonds as required by the Contract Documents, for the fiith$il perftnance of the Cmtract the attacbed bid security in the amour of 5%is to become the property of Centex Homes,Inc.,in the event the comuact and bond dt bonds are not exert ted and delivered within the time above set forth,as liquidated damages for rim delay and additional vro*caused the mby, The undersigned bidder certified that lit has been tlrnidred at lemt one set of the GaAcaal Coact Documents and General Specifications fDr Water Department Projects dated January 1, 1978, and that he has read and thoroughly undersmnds all the regt&emmts and coudWoms of those General Docu netm and the specific Contract Documents and appurtenant plans. The saccrostal bidder shall be required to puform the work is uccox El with the following publications,both of which are incorporated herein and made a part hereof for all perpot es: ti 1. The General Contract Documents and General Speck0catior s for water Department Prajects dated January 1,1978,which may be purchased from the Water f Department , 2. The Standard Spetificatlons for Street and Storm Drabs Coi rstrtncdoa which may be purchased from the Department of Transportation&Pubde Works The undersigned assures that its employees and apptioeom for emplolmeat and those of apy labor orgsuiraOoa, subcontractors,or employment agency m either futnWhing or referring =ployee applicants to the vnd%3Wed are not discriminated against as prohibited by the tum of City Ofdi mce No.7279 as amended by City Ordivaatce No. 7400. The Badder agrees to begin construction within 10 calendar days after i;sue of the work order,and to complete the contract within M working days after beginulrtg c9ostruction as set forth In the written work order to be futnisbed by the Owner. (Complete A or B below,as applicable:) The principal place of business of our company is in the S ate of 77,s4-n- Nonresident bidders In the State of our principal place of business, ki�: required to be percew lower than resident bidders b) state law. A copy of Ste statute is attached, Non resident bidders in the State of ,our principal place of business,are not required to undethid rmideut bidders. 13. The principal place of business'of our company or our par rot compagy or rna or9ty owner is in the State of Texas. Psvin�Y6R-024sdi TAr�'�S orKr�'s7t t1t/tA.s,I'AA58 DC 06/16/2005 10:09 8178472098 STABILE AND WINN INC PAGE 05 2005/JUN/16/THU 08:20 AM GSWW FAX No. 817 306 1555 P I(we)acknoM*%e receo ofthe Marring addenda to the plmos end spe cifiicatioos,all of&e pMvlsiw>,mad zecluaorememts of v Wcb have bees takau taco consldwWon on popm'stion of the 1'oregoiaig bid: Addendum No. 1(Initlals) A40eudm a No_3(bMah) Addendum No.2(lnWals) Addendum No.4(Iuibkb) Respectfully sub mitted, ,Rtahile&all m,rnr Jobe W.:�tahile itle tia�nt Address P-0-Any n3ao— Telephone:_SE 1947-Mif; - (Seal) Date: </AWALS ' 1'r Psve�286-024 ods I.AX399 UW7a V)M TRAA-%]'BASS IX" 2005/M/25/TUE 08: 52 AM GSW! FAX No- 817 306 1555 P. 006 2005/JDL/06/.WED 08:29, AM CSW FAX No, 817 306 1555 P. 006 i BASE HID:STORK DRAW P'AC>lT.rIM-. 1TEM APPRM MCRIPTION OF ITEM WIIa Lm TOTAL b. O 13m ARC(RR4 A RXEM nJ WUMS EIS AMnrn rr xm Ra wish and instal,iaQhu*a"aicacn=work,omnpift m placq the foRowips ftm): t,'Rr`P Clm m p,ift i 25. �80 LF ?I-inr- ►,atnc - nn1lam Auld shdd Ce�1s �49_t0 `{,o6R all i 26. 149 LE ?A inch RCP Cloaca m Pipe RR DOB= And ifg�M SUM) ZT. 391,. LE, Wo6b Cly irr Hipm Dim hmdred$bnty tmr __j--mum And At tlmft $1.34:30 S5251 1-31) ftn thnimand f,--i►nndm m=mWe" Dona= And a Clnb V,47&OQ SL4AWJM— 29. 1 EA 5.rvle,arm drain man ole pw CI:,atandard S�n I aea�n?hrnfornd nma htMrirw�i — DoLWo And nn rub QQ $1,940_QQ 30. 1 EA 4,x 6'Rkwm bmrgnn lww aix A►nnsr+nrl igen hf mdnad . t�er�n n+lla� AMnn Ce�u+ta $012540 612s OD I 3L 1 EA —mil to ex MADAb ACE And 32 1 La Imanu qafigy twn•hnnrieed reueeh►±Aa�] 'lbllsrs ARA ne Comb $27-5-0 TOTAL AMOUNT STORM DRAIN FACII,TMS: -; -. S 94 w 90 3SVd ONI S3I1nun ha>nvM o6czesZLT8 zo:0T 9902190/L0 20054CT/25/TUE 08:52 AM GS4~W FAX No. 817 306 1555 P. 007 ZUUS/JUL/06/WED 08:29 AM CSWW FAX No. 817 306 1555 P. 007 TOTAL AIVIMDUNT DABS BM WATER S� TOTAL.AMOUNT BASE M SAWARY SRWM S 115,11 taft TOTAL ANACRJNT BAM BID STORM DRAW S 2aan nn TOTAL UT>LYl'X• $311? P*PiopoW man snot be xmmioved fum this book of Cmtmd Doomeuts) I I f RtE9L•6,od� �o�Rivp��s,r�nc I L0 39ad oNI S3IlIliin N3xivm 066ZBSZLTS Z0 OT 5002/90/L0 2005/OCT/25/TUE 08: 53 AM GSWW FAX No. 817 306 1555 P. 008 zuuh/JUL/Ub/wE» WD AM . GM FAR No. 817 306 1555 P. ODE j PART B-PROPOSAL(Cont.) W-Ab tem(10)days after aeceptaom of tbb Propose), this undersigned will examft dw formal contract and wM deliver on approved SmxV Bound and such other bonds as required by the Coatract Doctamwn, !br the thidM pertvreoamua of the'Couaza'The nuse]ted bid shy ha the onou t of 5%is to become rite property of kt#vcrbmtd Investnift B.LTD„-in the event%e ooetract and band or bftA aro not executed mrd dekve:ed wait k the time above sat Sadat.m UqaMwd damages for the delay and 8441donal amxk caned ihmeby. I 17Ae tindas 4med bidder ceatiixed that he bas bcca Stashed at least one oat of the Genwal Com Doeurna is and GeuaW l3*ditallons fbr Water Depatmneat Prgwb dated 7aaumy 1, 1978,at;td.Oast he has read aad tborougWy emdm uu*all the rotpuirmeats and cooddow of thoseGenual bocmnsnta mad*a spedfic Comact Dooumeats t and�ptut�ntp]mts. The su c asfal bidder obiR be required to perform the work in accord with the followft publications,botk of iwlairda are incorpol Ied kcrek axed made a part h""f for al purpoam: ' L no General ContraetDommiambs omd General SpecMeatlons tar Water Department P'rojecls dated d attaao y,1,1978,whielt may be poxtbased from the Water Department. — — -- --• — -Zt '�" -Ttiasfawdttrd�peciS�fans?orStreetmad�onat�raln�o>astrq�a�idchamury�s•pur�sedfnum----- —— - the Deputesent of i'rAeVortation&Yulft Wot`ks. The'vud%Ii aed assures d3rat its eanployees and%THo to a for employment and those of imy labor organiaedian, ttr+bccutractm, or employment agamay in other AM96hing or rel9aYing employee applicants to the uode m),ped are Awt disesta7 Awed egaim as pmltfted by the tow of City Ordinance No.7278 w=envied by City.Oxdimaoe No. 7400:.' ' j Than Bk1der ames to begha exon whtth 10 calendar days after bm of the wok order,and to compleb the ooktteat vulihia woahsattg Jaya ekes beVnnlag cons![uction as sot ii&m the written wo*aft to be A=Wmd by ' the Owaar- (Complete A or B below,as applicabhc) A:< The ptfnohpal place of business of our ompany is in the State of i Nomesidw We=In the State of .oar principal place of business, ore xequired to be pati t lower than residatat bitldei t:by stale law A copy of 9xa 6 talvne is wed. Nod rosidut biddms iu the State of ,oar-pd oW place of budwss,are tat < regWxed to underbid reeideat bidders. The principal place ofbusinaao of our company or our pmtetat company or mtyoriay owner Is In the State of To= - , f�i iA�?SB•aT,aG�de LA>�OFEr4Fa1A'RAr�.si.FUA11a ec 80 39bd DNI S3IlI-nn 83N-1bM 0EEZ89Z/T8 Z0=0T 9002/90//0 2005/OCT/25/TUE 08:53 AM GSWW FAX No• 817 306 1555 P. 009 2UUb/JUL/Ub/WB-U•UU:3U AM U9M PAY No, 817 306 1555 P. 009 Y(")edcaowleije !of dw lbllov&g aMmda to lite pl me and spmffi adooao,all of tie pwvWotte and m*mm%of wMck Lave bora W=9nto oonsMmdou ou"wdk o of tbo tbtagolag blds 1 Addends No.I ),.,^_ Addau%m No.9 I i Addru&=No.2(lftbb) AddmdnmWe.4C f kW) xespeot nuy sobami44 i E i $Akar I THl tial Tn . ` Gary Welker TlCia I ' . t'�irlert r TAW,Omyniod • 1Snifedfl0 1 , ,Texas76ncA •�...._._._. ._ - - - � ... _. � _ ,.. .. ._... .._ .. . _. - _. '1b18�10DC 7 0�/vim cl J }.?! I t . tsd�ase�u•caa. i�otsr�exz�ra�ac I . 50 39Cd ONI smix iii ba>nvm OCCZ89ZLIO Z0:0T 500Z19040 f ' I. STREET LIGHT COST ESTIMATE QUANTITY UNIT COST TOTAL COST INTERSECTIONS 3 EA $ 2, 000 $6, 000.00 MID-BLOCK RESIDENTIAL 4 EA $ 2, 000 $8, 000.00 CHANGE OF DIRECTION RESIDENTIAL 1 EA $ 2, 000 $2, 000.00 MID-BLOCK COLLECTOR 0 EA $ 2, 000 $0, 000. 00 MID-BLOCK ARTERIAL PARKWAY 0 EA $ 2, 500 $0, 000. 00 MID-BLOCK ARTERIAL MEDIAN 0 EA $ 2, 500 $0, 000.00 RELOCATE EXISTING LIGHT 0 EA $ 1, 500 $0, 000.00 Subtotal $16,000.00 City' s Cost $00,000.00 Developer's Subtotal $16,000.00 10% Contingency $1,600.00 Project Total $17,600.00 Adjacent Developer's Cost $00,000.00 Developer's Cost $17,600.00 2% Inspection Fee $00,000.00 CFA CODE #2005133 DEVELOPER'S COST: $17,600.00 LAKES OF RIVER TRAILS, PHASE IX October 17, 2005 Fort Worth, Texas October 17, 2005 PAGE I OF Exhibit C II . STREET LIGHTS WORK DESCRIPTION: 1. The Developer shall provide for the installation of streetlights at the approximate locations shown in Exhibit "C", immediately after final acceptance of the street construction, in accordance with engineering plans and specifications approved by the Transportation and Public Works Department. 2. Streetlights on residential and /or collector streets can be installed using overhead or underground conductors with the approval of the Director of Transportation and Public Works. 3. The City will install all the streetlights that use overhead or underground conductors on residential, and collector streets. The developer agrees to pay the city the amount shown below prior to the City starting its design efforts. 4 . Streetlights on arterial streets shall be installed with underground conduit and conductors. 5. The Developer agrees to dedicate all easements required for the installation and maintenance of the street lights and to provide for the installation of any electrical transformers required for the proper operation of the street lights 6. The estimated cost of this street light installation is detailed on page 1 of exhibit C and is summarized below, the street lights will remain the property of, and will be maintained by the City of Fort Worth. DEVELOPER'S COST: $17,600.00 LAKES OF RIVER TRAILS, PHASE IX October 17, 2005 FORT WORTH, TEXAS CFA CODE #2005133 Page II of Exhibit C III "STREETLIGHTS" INTERSECTIONS WELL SPRINGS DR & FALL CREST DR 1 FALL CREST DR & TRINITY TRAILS 1 TRINITY TRAILS & EDGEPOINT TRL 1 MID BLOCK EGDEPOINT TRL 2 FALL CREST DR 2 CHANGE OF DIRECTIONS WELLS SPRINGS DR 1 LAKES OF RIVER TRAILS, PHASE IX Page III of Exhibit C " Iv STREET NAME SIGNS 1. The City of Fort Worth will install the street name signs upon final approval of the street construction. The street name signs will remain the property of, and will be maintained by, the City of Fort Worth. 2. The Developer will pay for the street name sign installations required for this development to the extent of$100.00 per intersection. This unit cost will be revised annually by the Department of Transportation and Public Works to reflect prevailing costs of materials and labor. 3. This development creates the following four (4) intersections at a cost to the Developer of$400.00: Edgepoint Tr &Wells Spring Dr Edgepoint Tr& Trinity Trails Fall Crest Dr & Wells Spring Dr Fall Crest Dr & Trinity Trails Lakes of River Trails, Phase IX CFA code: 2005133 October 6, 2005 kS J- �y� 1 1 r l I I � r I I I I I I 1 1 1 I / I � I / I / I ��'I►'S ]�mrs �,� �,5MV � / ALM ivy j / Cuti (oma 5_� I '�i:; wj Ceti � i J cd' ac tt>.esoe I ~ 1 a+eo s3.my� 1 Fil 0-4 I I E.q r i i 0 W = � O I a I do I rn r— —� wvl11 F c I -- ---- --� Fil iZ Y �pp 1 3 1 S71V7I1 4LINI81 Surat uaaat 1 1 F C _ 1 E— taI O � o 8Q SJNIBdS TT8M i- 22 A W 4 0 22 t3. e Z � O m y t F O v Y 4 N � a a Y R: n��. w °p = Cod.-; (<�� •-.-. I »SSR N� lZ_1 n � - R R n W n 71 Q m _ - a Z m F a co R M& S71VMd ,.LININ. H Y Y Y z I n atz _ a w cai - Gr. E"' - 3 ' HCl SDN(NdS"7734 'NQ SDNNdS 773M s H ' R ^ 'R (33YdS N3d0) l fz X0019 '01z'Sd'991111 10A '0l1'R 1N31US34M WS&M1 � m J 2 � § ( w S 2 | ' W � amq . k ■ . ; _ . . ® ; . � • _ _ - 1 Iva AJJNIYI - � - � - ' gN« MI! a gmM2 773! , . r\N3dO) Jam. TOT. m*». a *ail,mom__ § § k AR ( § § � � ■ - § - k �w � _ § . �\ ad ~® a � ; 2a m | k \ • ' • \ . " am w - ` § • 2 a m Q , - o ; � � ® � � ; . • - - . . @rw= UIMM S71M luilviwi N'N ; _ DQ - DQ _ - m/ ► i E ^ , « i - % - , ► ' nNwTSA a gmN272M , r%_ , e m, ,=y m'Od'991111 '70A UP,a_.'PW__