Loading...
HomeMy WebLinkAboutContract 52116 Received Date:04/01/19 Received Time:3:03 PM Developer and Project Information Cover Sheet: Developer Company Name: QTS Investment Properties Fort Worth,LLC Address, State,Zip Code: 12851 Foster Street, Suite 205,Overland Park,KS,66213 Phone&Email: 913-312-2240, Shirley.Goza(a Otsdatacenters.com Authorized Signatory,Title: Shirley E. Goza, General Counsel and Corporate Secretary Project Name: QTS Data Center Brief Description: Water, Sewer,Paving Project Location: 14100 Park Vista Blvd Plat Case Number: FS-18-113,FS- Plat Name: Alliance Gateway North 18-250 Mapsco: Council District: 7 CFA Number: CFA18-0168 City Project Number: 101966 I i City of Fort Worth,Texas OFFICIAL RECORD Standard Community Facilities Agreement-QTS Data Center an sEcRETARY CFA Official Release Date:02.20.2017 Page 1 of 11 FT WORTH,TX STANDARD COMMUNITY FACILITIE§AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52116 WHEREAS, QTS Investment Properties Fort Worth, 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 QTS Data Center ("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 `vith 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 require4 the Developer's contractor(s) City of Fort Worth,Texas Standard Community Facilities Agreement-QTS Data Center OFFI SAL RECORD CFA Official Release Date:02.20.2017' Page 2 of 11 CITY SECRETARY Ft WORTH,TX 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) ®, Sewer(A-1) 0,Paving (B) ©, Storm Drain(B-1) ❑, Street Lights & Signs (C) ❑. E. The Developer shall award all contracts for the construction of the Improvements in accordance with Section Il,paragraph 7 of the Policy and the contracts shall be administered in conformance with paragraph 8, Section 11, 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 maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. City of Fort Worth,Texas Standard Community Facilities Agreement-QTS Data Center CFA Official Release Date: 02.20.2017 Page 3 of 11 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 her�in. 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. City of Fort Worth,Texas Standard Community Facilities Agreement-QTS Data Center CFA Official Release Date:02.20.2017 Page 4 of 11 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 dama,-es are caused, in whole or in part, by the allemed newli,-ence 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 damazes are caused, in whole or in part, by the alleged nealizence 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 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. City of Fort Worth,Texas Standard Community Facilities Agreement-QTS Data Center CFA Official Release Date:02.20.2017 Page 5of11 N. Upon completion of all work associated with the colstruction of the Improvements, Developer will assign to the City a non-exclusive right to �nforce 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 contract. 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 streetl fights or if the city is not installing the streetlights, inspection fees equal to four perc�nt(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 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 City of Fort Worth,Texas Standard Community Facilities Agreement-QTS Data Center CFA Official Release Date:02.20.2017 Page 6 of 11 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. Q. Developer acknowledges that in accordance with Chapter 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott Israel; and(2)will not boycott Israel during the term of the contract. IMMIGRATION AND NATIONALITY ACT R. Developer shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Developer shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Developer shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Developer employee who is not legally eligible to perform such services. DEVELOPER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY DEVELOPER, DEVELOPER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Developer, shall have the right to immediately terminate this Agreement for violations of this provision by Developer. City of Fort Worth,Texas Standard Community Facilities Agreement-QTS Data Center CFA Official Release Date:02.20.2017 Page 7 of 11 Cost Summary Sheet Project Name: QTS Data Center CFA No.: CFA18-0168 City Project No.: 101966 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 $ 180,886.00 2.Sewer Construction $ 479,403.00 Water and Sewer Construction Total $ 660,289.00 B. TPW Construction 1.Street $ 63,130.00 2.Storm Drain $ - 3.Street Lights Installed by Developer $ 4. Signals $ - TPW Construction Cost Total $ 63,130.00 Total Construction Cost(excluding the fees): $ 723,41 3.00 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 13,20.5.78 D. Water/Sewer Material Testing Fee(2%) $ 13,205.78 Sub-Total for Water Construction Fees $ 26,411.56 E. TPW Inspection Fee(4%) $ 2,525.20 F. TPW Material Testing(2%) $ 1,262.60 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 3,78 i.80 Total Construction Fees: $ 30,199.36 Choice Financial Guarantee Options,choose one Amount 'P.",ark one Bond=100% $ 723,419.00 x Completion Agreement=100%/Holds Plat $ 723,419.00 Cash Escrow Water/Sanitary Sewer—125% $ 825,361.25 Cash Escrow Paving/Storm Drain=125% $ 78,91.2.50 Letter of Credit=125%w/2yr expiration period $ 904,273.75 City of Fort Worth,Texas Standard Community Facilities Agreement-QTS Data Center CFA Official Release Date: 02.20.2017 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 QTS Investment Properties Fort Worth,LLC —7 7 / Jesus J.Chapa(Mar 27,2 19) Jesus J. Chapa Assistant City Manager S Date: Mar 27,2019 Shirle, .a(Mar26,2019) Name: Shirley E. Goza Recommended by: Title: General Counsel and Corporate Secretary l /- Evelyn Ro!bfe (Mar27,2019) Date: Mar 26,2019 Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: By signing, I acknowledge that I am the Approved as to Form &Legality: person responsible for the monitoring and administration of this contract, including i ensuring all performance and reporting �� .�z� ,ey. Richard A.McCracken(Mar 27,2019) requirements. Richard A. McCracken Assistant City Attorney iVaralBs M&C No. N/A Janie Scarlett Morales(Mar 27,2019) Date: Name: Janie Morales Form 1295: N/A Title: Development Manager F0 . ATTEST: 0. %. 'V a;��rser Mary J.Kayser(Apr 1,2019) Mary J. Kayser/Ronald Gonzales +, City Secretary/Assistant City Secretary OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Community Facilities Agreement-QTS Data Center CFA Official Release Date:02.20.2017 FT. WORTH,TX 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 Improvements ® Exhibit A-1: Sewer Improvements Water and Sewer Cost Estimates ® Exhibit B: Paving Improvements ® Paving Cost Estimate ❑ Exhibit B-1: Storm Drain Improvements ❑ Storm Drain Cost Estimate Exhibit C: Street Lights and Signs Improvements Street Lights and Signs Cost�stimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-QTS Data Center CFA Official Release Date:02.20.2017 Page 10 of 11 ATTACHMENT"1" Changes to Standard Agreement Community Facilities Agreement City Project No. 101966 None. City of Fort Worth,Texas Standard Community Facilities Agreement-QTS Data Center CFA Official Release Date:02.20.2017 Page 11 of 11 Urk l-00 42 43 DAP-BID PROPOSAL Page I o14 SECTION(10 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BI® Bidder's Application Project hent Information Bidder's Proposal BidlistDescription Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure Quantity UNIT 1:WATER IMPROVEMENTS 1 0170.0101 Specified Remobilizatfon 01 70 00 EA 1 $ 7,000.00 $ 7,000.00 2 0241.1013 Remove 8"Water Line 02 41 14 LF 238 $ 32.00 $ 7,616.00 3 3201.0616 Conc Pvmt Repair,Arterial/industrial 32 01 29 SY 425 $ 68.00 $ 28,900.00 4 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 1 $ 6,650.00 $ 6,650.00 5 3311.0261 8"PVC Water Pie 331112 LF 15 $ 51.00 $ 765.00 6 13311.0461 12"PVC Water Pie 13311 12 LF 1,197 $ 65.00 $ 77,805.00 7 3312.0001 Fire Hydrant 1331240 EA 1 $ 4,550.00 $ _ 4,550.00 8 3312.0117 Connection to Existing 4"-12"Water Main 1331225 EA 2 $ 1,890.00 $ 3,780.00 9 3312.2801 3"Water Meter and Vault 1331211 EA 1 $ 21,000.00 1$ 21,000.00 10 3312.3005 12"Gate Valve 1331220 EA 5 $ 4,564.00 1$ 22 820.00 TOTAL UNIT I:WATER IMPROVEMENTS $180,886.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1.20-15 00 42 43_Bld Propaaals_OTS.xlsm unit t-00 4243 DAP-BID PROPOSAL Page 2 of 4 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE RI® Bidder's Application Project Item Information Bidders Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Itern No. Measure Quantity UNIT 11:SEWER IMPROVEMENTS 1 0241.2013 Remove 8"Sewer Line 0241 14 LF 945 $ 30.00 $ 28,350.00 2 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 5 $ 1,680.00 $ 8,400.00 3 3301.0002 Post-CCN Inspection 33 01 31 LF 2,822 $ 12.00 $ 33 864.00 4 3301.0101 Manhole Vacuum Testing 3301 30 EA 13 $ 175.00 $ 2,275.00 5 3305.0109 Trench Safety 330510 LF 2,822 S 21.00 $ 59,262.00 6 3305.0113 Trench Water Stops 330515 EA 6 S 85.00 S 510.00 7 3331.4115 8"Sewer Pie 3311 10,33 31 12,33 3120 LF 800 $ 46.00 $ 36,800.00 8 3331.4116 8"Sewer Pipe,CSS Backfill 3311 10,33 31 12,33 3120 LF 2,022 $ 91.00 $ 184,002.00 9 3339.0001 Epoxy Manhole Liner 33 39 60 VF 19 $ 300.00 $ 5,700.00 10 3339.1001 4'Manhole 33 3910,33 39 20 EA 12 $ 5,040.00 $ 60,480.00 11 3339.1002 4'Drop Manhole 33 39 10,33 39 20 EA 1 $ 7,840.00 $ 7,840.00 12 3339.1003 4'Extra Depth Manhole 133 39 10,33 39 20 VF 118 $ 440.00 $ 51,920.00 TOTAL UNIT It:SEWER IMPROVEMENLTSJ $479,403.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Version September 1,2015 00 4243_Bid Prapwefk_OTS.xhm Mit I-60 42 43 DAP-BID PROPOSAL PaC=3 OI 4 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BI® Bidder's Application Project Item Tnformalion Bidder's Proposal Bidlist Description Specification SectionNo. Unilof Bid Unit Price Bid Value Item No. PMeasure Quantity UNIT IV:PAVING IMPROVEMENTS 1 0241.1300 Remove Conc Curb&Gutter 0241 14 LF 170 $ 9.00 $ 1,530.00 2 3213.0101 6"Conc Pvmt 321313 SY 220 $ 49.00 $ 10,780.00 3 3213.0302 5"Conc Sidewalk 321320 SF 5,530 $ 6.00 $ 33,180.00 4 3213.0506 Barrier Free Ramp,Type P-1 321320 EA 6 $ 1,190.00 $ 7,140.00 5 3216.0101 6"Conc Curb and Gutter 321613 LF 210 $ 50.00 $ 10,500.00 TOTAL UNIT IV:PAVING IMPROVEMENTS $63,130.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Vartlon September 1,2015 0042u Id ProposelaOTS.xlam Unit I-00 42 43 DAP-BD PROPOSAL Pape 4 o14 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal eidlist Description SpecificationSedionNo. Unitof Bid Unit Price Bid Value tBmNo. Measure I Quantity Bid Summary UNIT I:WATER IMPROVEMENTS $180,886.00 UNIT II:SEWER IMPROVEMENTS $479,403.00 UNIT IV:PAVING IMPROVEMENTS $63130.00 Total Construction Bid � $723,419.00 M�td� BIDDER: By: Name 6 z^1 M dot- Holder Construction Company 15455 Dallas Parinroy Mill (Signature) ��ap Addison,TX 75001 Title: ADD TITLE Date: _-*•f l-I Conh•actor agrees to complete WORK for FINAL ACCEPTANCE within 365 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS I. Form Version September 1,2015 00 42 43 BW Propoaels_=xIsm I I N O Lt_ r O Z O c O (n N . O a)O N O N � n C Cl) N X M �' M x O h X 7ffO O � V C N 0 O (0 m� LL0- INDEPENDENCE PKWY ~ w LU W a a O W 2 � � Q o0 U CD O J a. N g o 1"1 JvddH ( U 20 C ~ > z � � Z � N o W w Y cv tin cy) w (L Up 7� > � � F- 04 > os wy O allo � a W O U �� Li Z W m z0 W m U) U q X Q co � p CL o o � o LL- sa6owl 6mp l—mp 6mp s;b—p;nx 6mp s;b—woo;sx 6mp s;b—a;isx bmp s;b—I nxax bmp.s;b—a}isxax 6mp s;b—Rjopunogx 6,p-s;b—Z;ojd-6pgx :s;alx wdoq- 6LCVC)L/£ [[I—AF j[ bmp-Slp - 4!-1A ;l9!q-]—HJ0—a00\6m P\MJ S10-6L04£ 3 6£90\111! MiA\:N :al!d C) LU O ILL z LU LUr 6 W --1 F- W Z z LL ILYL-1 Z< w of - ' ° > LL w of LLI C) (3) W w C'4 W W C\l (H i t�d d0NN 0 W F- F- < ca 0 C) LO a. LL x M CO M Cc x MU*) a- r'- < 0 6 0 0 0 tf = 00 ILL il cn I A CO -X ................................................ X X t z Lu Ix X w ............ .......... ......... UJI > J7-7---Aj T r-L uj t ,i Qz ............ ......... I CN w z .................. ...... . ................. ........................... ------------- 6. UJ ca > Z 0 w CIO C-) B X............. M > a CU U) C:) 0 0 LL -LMM-4 DAP I-Ligg< imp Elm-abG9 b-lrFjt-27n,*x AWPx" l 6mLP-tLb 4MUMICIV bWtqt1,Z'0ld�Pw -�RJX 1P, 47 f Zeri I B-P,Sio - '01-M -v A qv 3-vj�-QC.D\b&W%jM A sio-F-tulkevaA lid-NLL.A':)i }u O 00 04 L0 z CD LL < w w w z w n� 0 LL _j w m cr 0 �: z< 0 Z w M: w co 04 .- 'l- _E2 3: z 0 04 w w < Hl�JON < cD co 0 0 CD Lo ir ir c cn a) D m M jr 04 w w a_ (L X cl) U) 4) M co (n F- — cu �Z_ a) Nr m X) M: a) tf SF- 04 0 _c 0 r W -tf KH IfO N� 0 Ooo LL Q. 0) Z uj 0 Lq U) z LLJ LLJ X > W o gw_ V 3NI-1 3M36,19 < w ---------- L L; li :mz :Lu U W w T 0 00 • -` `�=� LL`s 6� tt�tttt'�D ca W ca W co < mo >a,) > F- ca Q_ 0 c) C3 LL0 lis .f I 1149' 6" 'F!Z)-WX b-P 2/4 -//W t�.Psjb-04129 "P.Clk bmp�4b-Al!­ t.: S.Lc) al, I ludzi* inwfai/4 [LbnoA.11 6.p- 1.7 - .%� SID-SCOPE MLA:>i :.1!.4 i o I co N O C� CD U- .,......._............. ? M LLQ a Z LLQ ... ._.. _._. ........... _......... L o o Z 0 rn W ss Ss I = (0 N ND - Hi?JON Q o 'c ami C) 00 061 I ^� _ XMA N M N U_ F- CO 20 ■� WovF- L o o U 01 .`.�' Y O 0 4f co LL a cn CD— co w a I Q m w 0 W > 2 > o w . . o - W � J I w z u) W u) W o� o� 0�0 I V aZ mz I Q C� io � v� OL Y V Z w z W a I Q I u • i 4 W > Z o \ ` W m U c.9 m cc CL o o oVO U - li W ,op..•,ggs .p•lr. �,-.,r +;�c. -i ,.�.k 6LOZIOkI£ ... -i1I'�lf 6rP"Sit) -"G, —8;!T-4-3—TMO0\ BMJ S1 6L0*i'SC90 ?`!;1 Mai%:)r :.I!j