Loading...
HomeMy WebLinkAboutContract 36295 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No-80,5: n WHEREAS, CKK Residential Group, Inc, hereinafter called "Developer", desires to make certain improvements to Trinity Lakes Residential Phase I, 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, Denton and Wise 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 and subsequently amended, is hereby incorporated into this Community Facilities 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. 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 II, of the Policy. D. Developer acknowledges that there shall be no reduction in the amount of financial security prior to project completion and acceptance by the City. Trinity Lakes Residential Phase I 1 � CFA 2007093 � M, TES 10 17 07 E. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy. F. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph S, Section 11, of the Policy. G. 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. H. Developer shall install or adjust all of the required utilities to serve the development or to construct the improvements required herein. I. 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). J. 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). Trinity Lakes Residential Phase I 2 CFA 2007093 10 17 07 K. 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. L. 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. M. 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.. N. 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, Bl 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, B1, 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 S 669,614.00. Trinity Lakes Residential Phase I 3 CFA 2007093 10 17 07 SUMMARY OF COST TRINITY LAKES RESIDENTIAL PHASE Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $470,094.82 470,094.82 2. Storm Drainage $123,501.50 123,501.50 3. Street Lights $36,400.00 36,400.00 4. Street Name Signs $1,715.00 1,715.00 B. Engineering Design $C. Construction Engineering and Management by DOE $ $ 4% 25,268.45 25,268.45 D. Materials Testing by DOE $ $ 2% 12,634.23 12,634.23 TOTALS 669,614.00 $ - 669,614.00 Notes: 1. All Preliminary Plats filed after July 2000 will require sidewalks on all streets. 2. Developer's column for Item C represents four percent (4%) cost for construction inspection fees. The City will pay additional inspection fee over 4%. 3. City not preparing plans and specifications. 4. Developer's column for Item D represents two percent (2%)of paving and storm drain costs for materials testing. Trinity Lakes Residential Phase I 4 CFA 2007093 10 17 07 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in triplicate 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 D to er hap executed this instrument in triplicate, at Fort Worth, Texas this the ay of 12007. Approval Recommended: Transportation and Public Works Department :�r'f'- Robert Goode, P. E. Director City of F h Marc Ott Assistant City Manager ATTEST: Marty Hendrix RECEIVE City Secretary Approv as to Fo Assis t ity A orney ATTEST: DEVELOPER CKK Residential Group, Inc. Corporate Secretary Qzgn Trinity Lakes Residential Phase I 5Ylli�Nl �. CFA 2007093 ci 0�--Khpy 10 17 07 F1. � fa i K. PART B —PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: CKK Residential Group, Inc. PROPOSAL FOR: PROJECT NAME Trinity Lakes Residential , Phase I WATER PROJECT NO. P-264-604150079083 E� SEWER PROJECT NO. P-274-704130079083 FILE NO. W-1962 X NO. 20081 � Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of water, sanit and strorm tY �' sewer, drainage and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: TRINITY LAKES RESIDENTIAL, PHASE I (project name) Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents including plans, special contract documents, and thes s � g P General Contract Documents and General Specifications for Water Department Projects, the General Contract Documents and General specifications for Transportation and Public works Projects, the site of the project and understanding the amount of work to be done, M and the prevailing conditions, hereby proposes to do all the work, furnish all labor, 7 equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents �.. and subject to the inspection and approval of the Director of the Department of f : Engineering of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, P P Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor L` to do the work within the time stated and for the following i proposes g sums: k^: F� B-1 Updated 05/16/2005 UNIT III: STORM DRAIN ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place,the following items) Item Approx. Unit Item Description Unit Price Total No. Quantity Measure "D"Item reference Amount ment 1. 44 LF 36" RCP CL. III Pipe $ 100.00 $ 4,400.00 2. 118 LF 33" RCP CL. III Pipe $ 87.50 $ 10,325.00 3. 310 LF 30" RCP CL. III Pipe $ 77.00 $ 23,870.00 4. 212 LF 27" RCP CL. III Pipe $ 65.50 $ 13,886.00 5. 247 LF 24" RCP CL. III Pipe $ 56.50 $ 13,955.50 6. 85 LF 21" RCP CL. III Pipe $ 49.00 $ 4,165.00 7. 1 EA 36"Type `B" HDWL. $ 2,000.00 $ 2,000.00 8. 1 EA 33"Type "B" HDWL. $ 1,750.00 $ 1,750.00 9. 1 EA 4'x4' J-Box $ 3,000.00 $ 3,000.00 10. 1 EA 5'x5' J-Box $ 4,500.00 $ 4,500.00 II. I 1 EA 10' Curb Inlet $ 2,500.00 $ 27,500.00 12, 40 SY Rock Rip-Rap $ 80.00 $ 3,200.00 13. 1 LS Trench Safety $ 500.00 $ 500.00 14. 1 LS Bonds $ 10,450.00 $ 10,450.-00 TOTAL AMOUNT BID STORM DRAIN $ 123,501.50 B-4 Updated 05/16/2005 r UNIT I: WATER ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT a% (Furnish and install, including all appurtenant work,complete in place,the following items) (D-No.refers to related items in the Part D Special Conditions:) ` Item Approx Unit Item Description Unit Price Total t; `> No. Quantity Measure "D"Item reference Amount `• ment 4148 LF 8" DR-14 PVC Pipe $ 18.50 $ 76,738.00 2. 18 EA 8" Gate Valve $ 895.00 $ 16,110.00 3. 5 EA 6" Gate Valve $ 595.00 $ 2,975.00 4. 5 EA Fire Hydrant $ 1,995.00 $ 9,975.00 5. 74 EA 1" Services $ 530.00 $ 39,220.00 6. 100 LF 8" Bore w/Casing $ 195.00 $ 19,500.00 7. 1 EA Remove Ex 16" 908 $ 4,000.00 $ 4,000.00 Bend and Connection 8. 1 LS Fittings and Blocking $ 10,750.00 $ 10,750.00 9. 1 EA Test $ 1,000.00 $ 1,000.00 10. 1 LS Trench Safety $ 500.00 $ 500.00 TOTAL AMOUNT BID WATER $ 180.768.00 y' �I�!1 I., 1. i' B-2 Updated 05/16/2005 i x UNIT H: SEWER ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work, complete in place;the following items) (D-No. refers to related items in the Part D Special Conditions:) Item Approx. Unit Item Description Unit Price Total No. Quantity Measure "D" Item reference Amount ment 1. 180 LF 8" SDR-26 PVC $ 24.50 $ 4,410.00 2. 2734 LF 8" SDR-35 PVC $ 16.50 $ 45,111.00 3. 1 EA 5' Diameter Manhole $ 3,900.00 $ 3,900.00 over Ex. 27" Main 4. 10 EA 4' Diameter Manhole $ 2,050.00 $ 20,500.00 5. 4 EA 8 Plug $ 20.00 $ 80.00 6. 48 EA 4" SDR-26 Service w/CO $ 370.00 $ 17,760.00 7. 26 EA 4" SDR-35 Service w/CO $ 360.00 $ 9,360.00 8. 2914 LF T.V. and Test Mains $ 0.80 $ 2,331.20 9. 11 EA M.H. Vacuum Test $ 80.00 $ 880.00 10. 1 LS Trench Safety $ 500.00 $ 500.00 TOTAL AMOUNT BID SEWER $ 104.832.20 �l B-3 Updated 05/16/2005 t TOTAL AMOUNT BID WATER $ 180,768.00 TOTAL AMOUNT BID SEWER $ 104,832.20 TOTAL AMOUNT BID STORM DRAIN $ 123,501.50 TOTAL AMOUNT BID PAVING $ 0.00 GRAND TOTAL AMOUNT BID $ 409201.70 i I`. i F B-6 Updated 05/16/2005 f PART B - PROPOSAL(Cont.) After acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security, if required is to become the property of the Developer. The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord with the following publications, both of which are incorporated herein and made a part hereof for all purposes: a 1. The General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, which may be purchased from the Water Department. 2. The Standard Specifications for Street and Storm Drain Construction r�? which may be purchased from the Department of Transportation & Public j; Works. u The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within ID calendar days after issue of the work order, and to complete the contract within 45_ working days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of , our principal B-7 Updated 05/16/2005 place of business,are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. B-8 Updated 05/16/2005 f I(we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. I (Initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4 (Initials) Respectfully submitted, WO Iky- C16 l ro q,51 --51 By: Title - � Address //w2 , iX 053 Telephone: (Seal) Date: r B-9 Updated 05/16/2005 FRI/JUL/06/2007 04:32 PM STABILE & WINN, ING FAX No. 817 847 2098 P, 001 FAX TRANSMISSION P.O. Box 79380 PEPS' ` ? Saginawjexas 76179-0380 Office:..(8'17) 84.7-20-8.6 Fax:* (817) 84 7-2098 To: Date: -7% 1.09 From: ,r . ���.. Pages: -r Nofes: If you have any trouble receiving this fax, please call (81 7) 8.47-2086 FRI/JUL/06/2007 04:32 PM STABILE & WINN, INC FAX No. 817 847 2098 P. 002 1labilc & 11ri1111, I11c. P.O. Box 79390 Phone 817.847.2086 Saginaw,TX 76179-0380 Fax 817.847.2098 JOB NAME: Trinity Lakes Phase 1 07/06/2007 CITY/STE: Fort Worth,Texas OWNR/DEV: Riverbend Investments, LTD. ENG/FIRM: Icon-Fulton Engineers, Inc. ENGINEER: David Gregory 817-552.6210 ESTIMATE: Not Stated BID DATE: 07/09/07 BID TIME: Private WORK DAY: 45 EA. #: DESCRIPTION: QUANTITY: UN: UN/PRICE: AMOUNT: 01 6"Cement Stab. 14.967.00 SY. 2.00 29,934.00 02 Cement Q 30#/S) 224.51 TN. 125.00 28,063.75 03 6"Conc Paving 11,369.00 SY. 25.62 291,273.78 04 7"Conc Paving 1,842.00 SY. 28.12 51,797.04 05 7"Curb 7,261.00 LF. 2.00 .14,522.00 06 6"HMAC Paving 887.00 SY. 22.75 20,179.25 07 6"Driveway 723.00 SF. 5.00 3,615.00 08 4"Sidewalk 4,540.00 SF. 4.00 18,160.00 09 W.C.Ramps 2.00 EA. 675.00 1,350.00 10 DE Barricade 2.00 EA. 900.00 1,800.00 11 Ad),Manhole 10.00 EA. 300.00 3,000.00 12 Adj.W.V. Box 16.00 EA. 150.00 2.400.00 13 Traffic Control 1.00 LS. 4,000,00 4,000.00 Total 470,094.82 PRI/JUL/06/2007 04:32 PM STABILE & WINN, INC FAX No. 817 847 2098 P. 003 BID QUALIFICATION: 01 This proposal is submitted with the understanding that the owner's credit and Financial arrangements for making payment under the Contract are satisfactory to Stabile&Winn, Inc. 02 Partial Payments on the Fifteenth of the next month, Final Payment immediately upon acceptance from Owner. 03 Two Year Maintenance Bond is included, 04 All Testing, Soil Series,and Coring for Compliance to be furnished&paid for by others. 05 All Construction Staking to be furnished and paid for by others. 06 Inspection trees,if any,to be paid for by others. 07 Backfill all work Is included. 08 Utility Relocations, it any,to be furnished&paid for by others. 09 Temporary Barricades with Lites&Signage are included. 10 Imported Material(Topsoil, Select Fill,etc.)&Seeding Parkways are not Included. 11 After the Utility Contractor has completed their work,the Street Subgrade and Parkways must be restored to*/-0.10 Ft. by others or it will be done on a Force-Account-Basis. 12 Excess Excavation disposed of on jobsite. 13 The Erosion Control Plan(SWPPP)and the implementation of the plan are not included. However,the maintaining of the existing implementation is included. 14 Sales Tax is not included. 15 Concrete Header, if needed,at$12.00 per LF. This Bid Qualification is a part of this Contract. Contractor., STABILE&WINN, INC. Sign t... John W. Stabile President �I UNIT IV: PAVING IMPROVEMENTS ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT s:. (Furnish and install, including all appurtenant work, complete in place, the following items) Item Approx. Unit Item Description Unit Price Total Amount No. Quantity Measure "D" Item description u« ment 1. 14,967.00 SY 6" Cement Stabilization $ 2.00 $ 29,934.00 2. 224.51 TON Cement @ 30#/SY $ 125.00 $ 28,063.75 (t; 3. 11,369.00 SY 6" Concrete Paving $ 25.62 $ 291,273.78 4. 1,842.00 SY 7" Concrete Paving $ 28.12 $ 51,797.04 5. 7,261.00 LF 7" Curb $ 2.00 $ 14,522.00 6. 887.00 SY 6" HMAC Paving $ 22.75 $ 20,179.25 7. 723.00 SF 6" Driveway $ 5.00 $ 3,615.00 8. 4,540.00 SF 4" Sidewalk $ 4.00 $ 18,160.00 s(4 9. 2.00 EA W.C. Ramps $ 675.00 $ 1,350.00 10. 2.00 EA Dead End Barricade $ 900.00 $ 1,800.00 11. 12.00 EA Adjust Manholes $ 300.00 $ 3,600.00 12. 16.00 EA Adjust water valve box $ 150.00 $ 2,400.00 13. 1.00 LS Traffic Control $ 4,000.00 $ 4,000.00 L TOTAL AMOUNT BID PAVING $ 470,694.82 4. TOTAL AMOUNT BID WATER $ 0.00 TOTAL AMOUNT BID SEWER $ 0.00 TOTAL AMOUNT BID STORM DRAIN $ 0.00 TOTAL AMOUNT BID PAVING $ 470,694.82 ' GRAND TOTAL AMOUNT BID $ 470 094.92 kY 7 Ay !i( Y y�e I(we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on y preparation of the foregoing bid: ?` Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4(Initials) Respectfully submitted, By: Title Address oCeB.w -79380 Telephone: (Seal) Date: 2 oo) esr: (i'ii III STREETLIGHTS I. STREETLIGHTS COST ESTIMATE: QUANTITY UNIT COST TOTAL COST INTERSECTIONS 5 EA $ 2,600 $13,000.00 MID-BLOCK RESIDENTIAL 6 EA $ 2,600 $15,600.00 CHANGE OF DIRECTION RESIDENTIAL 3 EA $ 2,600 $7,800.00 MID-BLOCK COLLECTOR 0 EA $ 2,600 $00,000.00 MID-BLOCK ARTERIAL 0 EA $ 3,200 $00,000.00 MID-BLOCK ARTERIAL MEDIAN 0 EA $ 3,200 $00,000.00 RELOCATE EXISTING LIGHT 0 EA $ 1,650 $00,000.00 Subtotal $36,400.00 City's Cost $00,000.00 Developer's Subtotal $00,000.00 4% Inspection fee $0,000.00 Project Total $00,000.00 Adjacent Developer's Cost $00.000.00 Developer's Cost $36,400.00 DEVELOPERS COST: $36,400.00 CFA CODE # 2007093 Trinity Lakes Residential, Phase I Fort Worth,Texas September 27, 2007 PAGE 1 OF EXHIBIT "C" II. STREETLIGHTS 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 of Fort Worth will install all the streetlights that use overhead or underground conductors on residential, and collector streets. The developer agrees to pay the City of Fort Worth the amount shown below prior to the City starting its design efforts, at the option of the developer and at their expense they may purchase the poles, fixtures, and mast arms from the City in order to assure compliance with city material standards 4. Street lights on arterial streets shall be installed with underground 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 operations of the street light system 6. The estimated cost of this streetlight installation is detailed on page (1) of exhibit"C" and is summarized below. The streetlights will remain the property of, and will be maintained by the City of Fort Worth. DEVELOPERS COST: $36,400.00 July 12, 2006 CFA CODE # 2007093 Trinity Lakes Residential, Phase I PAGE 2 OF EXHIBIT "C" III. STREETLIGHTS LOCATIONS: INTERSECTIONS: Trinity Blvd & Merganser Dr 1 Shoveler Tr & Merganser Dr 1 Wood Duck Dr & Merganser Dr 1 Wood Duck Dr & S Norwood Dr 1 Wood Duck Dr & Layson Teal Way 1 MID-BLOCK: Shoveler Tr 2 Wood Duck Dr 2 Merganser Dr 2 CHANGE-OF-DIRECTION: Merganser Dr 1 Shoveler Tr & Layson Teal Way 1 Merganser Dr & Layson Teal Way 1 CFA CODE # 2007093 Trinity Lakes Residential, Phase I PAGE 3 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$245.00 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 seven (7) intersections at a cost to the Developer of$1,715.00: Merganser Dr & Trinity Blvd Merganser Dr & Shoveler Tr Merganser Dr & Wood Duck Dr Merganser Dr & Layson Teal Way Wood Duck Dr& Layson Teal Way Wood Duck Dr & S Norwood Dr Shoveler Tr & Layson Teal Way Trinity Lakes Residential, Phase I CFA code: 2007093 September 27, 2007 w z � 1: CL izz- o � Q LQ � Q (y) ppTZI J Z 0 = Ii co C M U 00 OD R1 00 CU 0 CU Cl1 co ,,D Cu 00 t Q W SO4�i�2,t 2 I r � W i --- - - QQ- - - - - t t --J ----I_--J L---L-----J i ' to o o Q a 1�; W W 0 N i I I r I I w ZQ 1 1 u WA w v Q( (^ O (`^^ vJ J I ' ---------------- 1 ' I W r I , >b ' I , 1 , _ 1 L �1 I 1 1 I 1 11 -- I I-�- �_----I J. 1 I ' I o z r� r ill r C4 0 1 a t i fir; �1 i rl r r I i I r r ; I r : � I O I ; W O f I N ' 22 LQ 1 O i I tAj 1 1 e 1 I I 1 1 I 1 1 1 1 1 1 FJL1; I1 1 , 1 I � � i L-j LL---i---J LL---L-- 1 I1 = rl rl W r ' I` I r' k 1 r; 1 �,rl 1 1 I fl i 1 I ; 1, 1 �I 1 1 i o, a N m Y O M cD lam. 1..1..1 M W V/ NCI O O xx 1� r N f`� I rn +n t— � N � 00 — 4 Om D O v - � � v z 6 z o 0 � � c v O N O C U +; _a CIA J N 4-j (A U Q m N O 0 � 00 NiN N > C ~ Q �ln U N 0 3r--- OW cn E � E CN co Z +, ~ � � I 0 >- o L. 0 Q l� - m U d' _ � m O v U O I I LO J 1 O O � I � I w w o N J Q Q Ln x U