Loading...
HomeMy WebLinkAboutContract 52939 Received Date: 10/18/19 Received Time:8:04 AM Developer and Project Information Cover Sheet: Developer Company Name: Pate Ranch Commercial LP Address, State,Zip Code: 2100 Ross Avenue,Dallas,TX 75201 Phone&Email: 972-762-3900,jhawes@,,providentrealiy.net Authorized Signatory,Title: Julian Hawes,Jr. , Authorized Signatory Project Name: Tavolo Park Phase 2 Brief Description: Water, Sewer,Paving, Storm Drain, Street Lights, Signals Project Location: South of Altamesa Blvd. &West of Chisholm Trial Pkwy Plat Case Number: FP-16-050 Plat Name: Tavolo Park Mapsco: Council District:T6 CFA Number: CFA 18-0119 City Project Number: 101565 City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 2 EFT. AL RECORD CFA Official Release Date:02,20.2017 ECRETARY Page 1 of 14 ORTH, TX STANDARD COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. 52939 WHEREAS,Pate Ranch Commercial LP,("Developer"),desires to make certain specific improvements as described below and on the exhibits attached hereto ("Improvements")related to a project generally described as Tavolo Park Phase 2 ("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-Tavolo Park Phase 2 CFA Official Release Date:02.20.2017 Page 2 of 14 Cay SECRET' FT.VUQFtTtI� 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)jZ,Paving(B) ,;, Storm Drain(B-1) P", Street Lights & Signs (C) ®E 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 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-Tavolo Park Phase 2 CFA Official Release Date:02.20.2017 Page 3 of 14 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. 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-Tavolo Park Phase 2 CFA Official Release Date:02.20.2017 Page 4 of 14 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 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-Tavolo Park Phase 2 CFA Official Release Date:02.20.2017 Page 5 of 14 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 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-Tavolo Park Phase 2 CFA Official Release Date:02.20.2017 Page 6of14 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. S. FUTURE CITY PARTICIPATION i. Developer is required to construct an 8-inch water main running parallel with Bryant Irvin Road,which roadway is being constructed pursuant to this Agreement. City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 2 CFA Official Release Date:02.20.2017 Page 7 of 14 The Water Department desires to participate in the cost of the Improvements in order to oversize the 8-inch water main to a 24-inch water main. The Fort Worth City Council has not approved the City's financial participation in this Agreement in order to oversize the water main. Developer has included the oversized water main in the design of the Improvements for this Agreement. To avoid construction delays, Developer desires to execute this Agreement prior to the City Council determining whether the City will participate in this Agreement in order to pay the cost of oversizing the water main. If the City Council approves the City's participation in this Agreement,Developer and City agree to execute an amendment to this Agreement to add the City's participation in the cost of the Improvements. Developer will be responsible for paying the City's application fee in order to amend this Agreement if the City Council approves the City's participation. If the City Council does not approve the City's participation in this Agreement, Developer and City agree to execute a change order to this Agreement to allow Developer to construct the 8-inch water main instead of the 24-inch water main. Developer assumes all risks and responsibility for Developer's decision to execute this Agreement prior to the City Council determining whether to approve the City's participation. ii. Developer acknowledges and agrees that due to Developer's election to execute this Agreement before the City Council determines whether to approve the City's Participation in the oversized water main, the potential exists for technical, delivery, or acceptance problems, or delays in the construction of the Project, or other claims made against City or Developer. BY CHOOSING TO EXECUTE THIS AGREEMENT BEFORE THE CITY COUNCIL HAS MADE A DETERMINATION WHETHER THE CITY WILL PARTICIPATE IN THIS AGREEMENT, DEVELOPER ASSUMES ALL RISKS AND DEVELOPER SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL DAMAGES, INCLUDING BUT NOT LIMITED TO, ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGES AND PERSONAL INJURY (INCL UDING DEATH), OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED. DEVELOPER City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 2 CFA Official Release Date:02.20.2017 Page 8of14 HEREBY EXPRESSLY RELEASES AND DISCHARGES CITY FROM ANY AND ALL LIABILITY FOR DAMAGES, INCLUDING, BUT NOT LIMITED TO, ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS, PROPERTY DAMAGE AND PERSONAL INJURY (INCLUDING DEATH)ARISING OUT OF OR INCONNECTION WITH,DIRECTL Y OR INDIRECTLY, THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S DECISION TO EXECUTE THIS AGREEMENT BEFORE THE CITY COUNCIL DETERMINES WHETHER TO APPROVE THE CITY PARTICIPATIONIN THIS AGREEMENT. DEVELOPER, AT ITS SOLE COST AND EXPENSE, AGREES TO AND DOES HEREBY INDEMNIFY,DEFEND,PROTECT,AND HOLD HARMLESS CITY,AND CITY'S OFFICERS,REPRESENTATIVES,AGENTS,EMPLOYEES,AND SERVANTS FOR, FROM AND AGAINST ANY AND ALL CLAIMS (WHETHER AT LAW OR IN EQUITY), LIABILITIES, DAMAGES (INCLUDING ANY AND ALL ECONOMIC DAMAGES, PROPERTY LOSS,PROPERTYDAMAGES AND PERSONAL INJURIES INCL UDING DEATH), LOSSES, LIENS, CAUSES OFACTION, SUITS, JUDGMENTS AND EXPENSES(INCLUDING,BUT NOT LIMITED TO, COURT COSTS, ATTORNEYS' FEES AND COSTS OF INVESTIGATION), OF ANY NA TURF, KIND OR DESCRIPTION ARISING OR ALLEGED TO ARISE BY OR IN ANY WAY RELEATED TO CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO EXECUTE THIS AGREEMENT BEFORE THE CITY COUNCIL DETERMINES WHETHER TO APPROVE CITY PARTICIPATION IN THIS AGREEMENT, OR (2) BY REASON OF ANY OTHER CLAIM WHATSOEVER OF ANY PERSON OR PARTY OCCASIONED OR ALLEGED TO BE OCCASIONED IN WHOLE OR IN PART BY THE CONSTRUCTION OF THE IMPROVEMENTS OR DEVELOPER'S CHOICE TO EXECUTE THIS AGREEMENT BEFORE THE CITY COUNCIL DETERMINES WHETHER TO APPROVE CITY PARTICIPATION IN THIS AGREEMENT, WHETHER OR NOT SUCH City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 2 CFA Official Release Date: 02.20.2017 Page 9 of 14 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. [REMAINDER OF THIS PAGE INTENTIONALLY BLANK] City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 2 CFA Official Release Date:02.20.2017 Page 10 of 14 Cost Summary Sheet Project Name:Tavolo Park Phase 2 CFA No.: CFA 18-0119 City Project No.: 101565 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 $ 1,072,882.04 2.Sewer Construction $ 402,025.00 Water and Sewer Construction Total $ 1,474,907.04 B. TPW Construction 1.Street $ 1,686,854.45 2.Storm Drain $ 752,571.90 3.Street Lights Installed by Developer $ 297,647.00 4. Signals $ 143,733.45 TPW Construction Cost Total $ 2,880,806.80 Total Construction Cost(excluding the fees): $ 4,355,713.84 Construction Fees: C. Water/Sewer Inspection Fee(2%) $ 29,498.14 D. Water/Sewer Material Testing Fee(2%) $ 29,498.14 Sub-Total for Water Construction Fees $ 58,996.28 E. TPW Inspection Fee(4%) $ 97,577.05 F. TPW Material Testing(2%) $ 48,788.53 G. Street Light Inspsection Cost $ 11,905.88 H. Signals Inspection Cost $ 5,749.34 H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 164,020.80 Total Construction Fees: $ 223,017.08 Choice Financial Guarantee Options,choose one Amount (114ark one Bond=100% $ 4,355,713.84 x Completion Agreement=100%/Holds Plat $ 4,355,713.84 Cash Escrow Water/Sanitary Sewer=125% $ 1,843,633.80 Cash Escrow Paving/Storm Drain=125% $ 3,601,008.50 Letter of Credit=125%w/2 r expiration period $ 5,444,642.30 City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 2 CFA Official Release Date:02,20.2017 Page 11 of 14 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 // Pate Ranch Commercial LP v�stCL yG�2.4 a-`i.�/ Dana Burghdoff(Oct 16,20 fcG-�� Dana Burghdoff Interim Assistant City Manager • l�tLl.4 N H-A 1yEs ' Date: Oct 16,2019 JULIAN HAWS: Name: Julian Hawes, Jr. Recommended by: Title: Authorized Signatory C I K1 Date: Oct 16,2019 �r Evelyn Nobel S(Oct 16,2019) Evelyn Roberts/Jennifer Ezernack Project Assistant Planning and Development Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Approved as to Form &Legality: administration of this contract, including ensuring all performance and reporting Richard A. WoracXen requirements. Richard A.McCracken(Oct 16,2019) Richard A. McCracken3v-L_ Assistant City Attorney Jennifer Ezernack on behalf of Janie Morales(Oct 16,2019) M&C No. N/A Name: Janie Morales Date: Title: Development Manager Form 1295: N/A ATTEST: �` R r I/ Q, •a� n� (Oct 18,2019 �i�YiOh U Mary J. Kayser/Ronald Gonzales City Secretary/Assistant City Secretary `••. TEXP�� OFFICIAL RECORD City of Fort Worth,Texas C� SECRETARY Standard Community Facilities Agreement-Tavolo Park Phase 2 CFA Official Release Date:02.20.2017 FT. WORTH,TX Page 12 of 14 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 Estimate (Remainder of Page Intentionally Left Blank) City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 2 CFA Official Release Date:02.20.2017 Page 13 of 14 ATTACHMENT"I" Changes to Standard Agreement Community Facilities Agreement City Project No. 101565 Negotiated changes are included in the body of the Agreement. City of Fort Worth,Texas Standard Community Facilities Agreement-Tavolo Park Phase 2 CFA Official Release Date:02.20.2017 Page 14 of 14 00 42 43 DM-BID PROPOSAL pose 1 er7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item inrormation Bidders Proposal Bidlist ltcm Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value U TER I OVEMENTS 1 3312.0117 Connection to Existing 4"-17'Water Main 33 12 25 EA 2 $1.000.00 $2,000.00 2 3312.2003 1"Water Service 33 12 10 LF 126 $1.050.00 $132,300.00 3 3311.0241 8"Water Pipe 33 12 11 10,33 11 LF 5106 $27.00 $137.862.00 4 3305.0109 Trench Safety 33 05 10 LF 9371 $0.20 $1,874.12 5 3312.3003 8"Gate Valve 33 12 20 EA 14 $1,330.00 $18,620.00 6 3312.0001 Fire Hydrant 33 12 40 EA 9 $4,250.00 $38,250.00 7 3305.0003 8"Waterline Lowering 33 05 12 EA 2 $3,320.00 $6,640.00 8 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 7 $5,300.00 $37,100.00 9 0241.1016 Remove 16"Water Line 0241 14 LF 80 $13.00 $1,040.00 10 0241.1351 Salvage 16"Water Valve 0241 14 EA 2 $500.00 $1,000.00 11 3311.0561 16"PVC C905 Water Pipe 3311 12 LF 94 $66.00 $6,178.92 33 11 10,33 11 12 3311.0641 24"Water Pipe 12.33 11 13,33 LF 3832 $115.00 $440,680.00 1114 33 11 10,33 11 13 3311.0647 24'Water Pipe,CLSM Backfill 12,33 11 13,33 LF 40 $50.00 $2,000.00 11 14 33 11 10,33 11 14 3311,0652 24"Water Pipe,CSS Backfill 12,33 11 13,33 LF 360 $34.00 $12,240.00 11 14 15 3312.1004 4"Combination Air Valve Assembly for Water 33 12 30 FA 1 $17,400.00 $17,400.00 16 3312.3006 16"Gate Valve w/Vault 33 12 20 EA 1 $14.200.00 $14.200.00 17 3312.3008 24"Gate Valve w/Vault 34 12 20 EA 6 $30,150.00 $180.900.00 18 3311.0341 10'Water Pipe i2 11 10,33 11 LF 135 $35.00 $4,725.00 19 3311.0441 12'Water Pipe 12 11 10,33 11 LF 204 $45.00 $9,792.00 20 3312.3004 10"Gate Valve 321220 EA 2 $1,800.00 $3,600.00 21 3312,3005 12•'Gate Valve 33 12 20 EA 2 $2,240.00 $4.480.00 23 24 25 26 27 28 37 38 39 40 41 42 43 44 45 TOTAL NI R IMPROVEMENTS1 $1,072.882.04 CITY OF PORT WORTH STANDARD CONS'nRUCTION SPECIFICATION DOCLMIFNIS-DEV ELOPER AWARDED PROJECTS Fmm Versim Mx)22.2019 19-0915 00 42 43 Bid Propoed DAP Wililiu AS 00 42 43 DAP-BID PROPOSAL PW 2 or1 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Itcm Spccification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT SANITARY SE WER IMPROVEMENTS 1 9999.0001 Connection to EJdstin 10"Sewer Line 00 00 00 EA 1 $700.00 $700.00 2 9999.0002 Connection to EAsting 8"Sewer Line 00 00 00 EA 1 $700.00 $700.00 3 3339.1001 4'Manhole 33 39%33 39 EA 17 $3,900.00 $66,300.00 4 3331.4208 12"Sewer Pi 13 33 3120 1 LF 501 $41.00 $20,541.00 5 3331.4201 10"Sewer Pipe 12 33 31 20 1 LF 345 $38.00 $13.110.00 6 3331.4115 8"Sewer Pipe 12,333120 1 LF 3618 $33.00 $119,394.00 7 3331.3101 4"Sewer Service 3331 50 EA 126 $1.200.00 $151,200.00 8 3305.0109 Trench Safety 330610 LF 4464 $1.00 $4,464.00 9 0241.2103 8"Sewer Plug 0241 14 EA 2 $50.00 $100.00 33 10 3339.1003 4'Etdra Depth Manhole 200 39 10,33 39 VF 29 $150.00 $4.350.00 11 3305.0113 Trento Water Stops 33 05 15 EA 14 $300.00 $4.200.00 33 11 10, 12 3331.4116 8"Sewer Pipe,CSS Back811 12.3331 20 1 LF 140 $40.00 $5,600.00 t3 3331.4209 12"Sewer Pipe,CSS Back6N 33 12 1 10,201 3 LF 70 $40.00 $2,800.00 14 3301.0002 Post-CCTV Insp2ction 33 01 31 LF 1 4464 $1,501 $6,696.00 15 3301.0101 Manhole Vacuum Testing 33 01 30 FA 17 $110.00 $1 870.00 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 TOTAL UNIT I $402,025.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Vuuon Mk 22,2019 19-0913 00 42 43 Did/repwW DAP WIIifla ah 00 42 43 DAP•010 PROPOSAL Peae 3 or7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item 8^iFcutinn Unit of Bid No. DescriptionSection No, I Measure Quantity Unit Price Bid Value UNIT I:DRAINAGE IMPROVEMENTS 1 3349.6004 30'Recessed Inlet 32 49 20 FA 1 $12,000.00 $12 000.00 2 3349.6003 20'Recessed Inlet 33 49 20 FA 2 $8.900.00 $17 800.00 3 3349.6002 15'Recessed Inlet 33 49 20 EA 1 $8,400.00 $6 400.00 4 3349.6001 10'Recessed Inlet 33 49 20 FA 15 $4,100.00 $61,500.00 5 3349.5001 10'Curb Inlet 33 49 20 EA 4 $4,000.00 $16 000,00 6 3349.5002 15'Curb Inlet 34 49 20 FA 1 $6,400.00 $6,400.00 7 3349.5003 20'Curb Inlet 33 49 20 FA 1 $8,900.00 $8,900.00 8 3349.1002 21"Flared Headwall,1 pipe 33 49 40 EA 3 $2 100.00 $fi 300.00 9 3349.1003 24"Flared Headwall,1 pipe 33 49 40 FA 3 $2,200.00 $6.600.00 10 3349.1004 27"Flared Headwall,1 pipe 34 49 40 EA 1 $2.300.00 $2 300.00 11 3349.1007 36"Flared Headwall.1 pipe 34 49 40 FA 1 $3.500.001 $3.500.00 12 3349.3011 48"Straight Headwall 1 pipe 33 49 40 EA 2 $18,000.00 $35.000.00 13 9999,0001 10x4 Flared Headwall,1 pipe 00 00 00 FA 1 $14,000.00 $14,000.00 14 9999.0002 30"x30"Square Orifice Plat 1 pipe 00 00 00 FA 1 $1 500.00 $1.500.00 15 0241.4401 Remove Headwall/SET 0241 14 FA 1 $700.00 $700,00 16 3349.7001 4'Drop Inlet 33 49 20 FA 1 $4.950.00 $4 950.00 17 3341.0201 21"RCP,Class III 3341 10 LF 808 $61 A0 $49,288.00 18 3341.0205 24"RCP Class 111 3341 10 LF 1418 $70.00 $99,260-00 19 3341.0208 27"RCP,Class 111 3341 10 LF 191 $78,00 $14 898.00 20 3341.0302 30"RCP,Class 111 3341 10 LF 472 $89.00 $42,008.00 21 3341,0309 36"RCP,Class III 3341 10 LF 103 $116.50 $11.999.50 22 3341.0409 48"RCP,Class 111 3341 10 LF 329 $185.00 $60,665.00 23 3341.2001 10x4 Box Culvert 3341 10 LF 140 $622.00 $87.080.00 24 0241.2110 21"Storm Abandonment Plug 0241 14 FA 1 $100.00 $100.00 25 0241.3104 24"Storm Abandonment Plug 0241 14 EA 2 $100.00 $200.00 26 3349.0001 4'Storm Junction Box 33 49 10 EA 2 $4.800.00 $9 600.00 27 7349.0002 5'Storm Junction Box 33 49 10 FA 3 $5.600.00 $16,800.00 28 9999.0003 12'Storm Junction Box/Pond Outlet Structure/ 00 00 00 FA 1 $26,500.00 $26,500.00 Safety End Treatment and Handrail 29 3137.0104 Medium Stone Riprap,dry 31 37 00 SY 687 $56 50 $38.815.50 30 3305.0109 Trench Safety 33 05 10 LF 3461 $0.50 $1 730.50 31 9999.0010 6'Concrete Pilot Channel 00 00 00 LF 1538 $52.30 $80,437.40 32 9999.0011 Outfall Protection Fence&Locking Gate 00 00 00 LF 220 $37.00 $8 140.00 33 34 35 36 37 38 39 40 41 42 43 44 45 TOT -DRAINAGE IMPROVEMENTS1 $752,571.90 CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Forte Version Ma)22,2019 19.0915 00 42 43 aid Pr"oW DM ulilkin xlr 00 42 43 DAP-BID PROPOSAL Page 7 of 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity unit Price Bid Value Bid Summary UNIT I:WATER IMPROVEMENTS $1,072.882.04 UNIT 11:SANITARY SEWER IMPROVEMENTS $402.025.00 UNIT III:DRAINAGE IMPROVEMENTS $752,571.90 UNIT IV:PAVING IMPROVEMENTS UNIT V:STREET LIGHTING IMPROVEMENTS UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid $2,227,478.94 This Bid is submitted by the entity named below: BIDDER: BY:Juhl It Burnsco Construction,Inc. 6331 Southwest Boulevard TITLE:Presir 1t Beabrook,Texas 76132 DATE: Contractor agrees to complete WORK for FINAL ACCEPTANCE within 122 working days after the date when the 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 Mal 22,2019 194A 15 00 42 43_Bid Nopocd_DAP Wililia xl. ^ -ROPOSAL SECTION 00 42 43 Developer Awarded Protects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project{tem Information Bidders Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure t`tl Unit Price Bid Value 1 0241.1300 Sawcut&Remove Exis 0241 15 _ LF 244 $25.00 $6,100�00 2 3213.0504 Barrier Free Ramp.Type M-2 32 1320 EA _ 2 --$1.950.00-_ _ S3 900.00 �3 3213.0506 Barrier Free Ramp,Type P-1 32 1320 -EA- - .- .6 $1,950.00 $11,700,00I ~ 4 3213.0510 Barrier Free Ramp,Type C-3 32 l3 20 EA-_ 1 $2,500.00 $2,500.00f 5 3213.0501 Barrier Free Ramp,Type R-1 - - _ 32 13 20 - EA _-18 y� $2,050.00 rt$36,900.00! 8 32L3.03014•Cone Sidewalk 32 13 20 SF 13b91 - $5.00 $68.455.00 7 3213.0101 6"Conc Pvmt _32 13 13 SY _ 18402 $33.20 $610 946.40 ~ 8 3211.0501 b'Lime Treatment 32 11 29 - SY 19506 _$2.55 $49 740.30 _ 9 32l1.0400 Hydrated Lime 32lb/sy -�� 32 1129 TN_ _ 312 -- $160.00 $49 920.00 10 3213.0103 10-Conc Pvmt 32 13 13 SY 1503 $44.05 $718,147.15 11 _3211.0502 8"Lime Treatment-�_ 32 11.29 SY 17281 S2.65 S45,794.65 12 32I1.0400 H-ydrated Lime Q 421bts 32 1129 _ TN M 363- -�$160.00 $58 080,00 13 - 3212.0504 7-As art Base Type B -32 12 13 - SY _ 139 _$42.50 - $5 907.50 14 3212.0302 2'Asphalt Pvmt Type D 32 1216 _ -_ SY_ _219 S16.50 _$3,613.50 _15 3217.4402 Remove Lane Legend Arrow -�_ i 32 1723 - EA - � 2 _-- $40,00 $80.00 18 _ 3217.4404 Remove Lane Legend Only ^ 32 17 23 _EA _- 2 $_50.00 $100._00 17 3217.4301 Remove 4"Pvmt Mark 32 1723 LF _18 -_ S 1.00 $18 00 - 18 3217.4303 Remove 8'Pvmt Marking 32 1723 -LF - -1176 �-$1,75 19 3217.2103 REFL Raised Marker TY II-A-A 32 1723 _ EA 52 _ $4.95 S25T40 _20_ 3217.00014'SLD Pvmt Marking HAS�_ -- 32 17 23 LF_ 620 _$1.3_0 _ $8W.00 --21 _-321Z0002 4•SLD Pvmt Marking HAS(1') 32-17-2 3 _ LF_ ^5316 y _ $1.30 $6,910.80 22 -3217.0101 6"SLD Pvmt Marking HAS(W) 32 1723 LF 800 - $1.95 $1,560.00 23 3217,0301 12"SLD Pvmt Marking HAE(W) _ _32 17 23 LF 223_ $8.25 $1,839.75 24 3217.1002 Lan, a Lend Arrow - � 32 1723 EA 4 $240.00 $960.00 25 - 3217.1004 Lane Legend �- 32 17 23 _ y EA- - 2 $290.00 $560.00 27 28 29 30 _r- 31 32 33 34 35 36 37 38 39 40 42 43 44 45 V V $1,686,854.45 CITY OF FORT WORTH STANDARD CONSMUC17ON SPWMCAMON DOCUMENTS-DEVELOPER AWARDED PROJECTS Fame vemon May 22.2019 00 42 4]Hid Proposd DAP ft iaa xls 00 42 43 DAP-BID PROPOSAL Page 7 or 7 SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unnit of Bid No Description Section No. Ma;a,tire Quantity Unit Price Bid Value Eli!!mm UNIT I:WATER IMPROVENIENTS UNIT II:SANITARY SEWER IMPROVEMENTS UNIT III:DRAINAGE IMPROVEMENTS UNIT IV:PAVING IMPROVEMENTS $1,686 854.45 UNIT V:STREET LIGHTING IMPROVEMENTS UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid $1,686,854.45 This Bid Is submitted by the entity named below: BIDDER: BY All :R.GI JAI GH.CO CONTRACTWG,INC. 6331 SOUTHWEST BOULEVARD TIT SIDEV BENBROOK,TX 76132 DA Contractor agrees to complete WORK for FINAL ACCEPTANCE within 60 working days after the date when the CONTRACT commeaces to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form V"on Mey 22,2019 00 42 43 eld Pmpmel DAP hri q dr -nnvnc SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unitof Bic! No. Description Section No. Measure uuntity Unit Price Bid Value UNIT V:STR ET LIGI ITING IMPROV EMENIS 1 3441.3302 Rdwy Ilium Foundation TY 3,5,6,and 8 34 41 20 EA 19 S500.00 $9,500.00 2 3441.3352 Furnish/Install Rdwy Ilium TY 18 Pole-Double 34 41 20 EA 3 $2,353.00 $7,059.00 33A Arm-Powder Coated RAL-9017 Traffic Black 3 3441.3352 Fumish/Install Rdwy Ilium TY 18 Pole-Single 34 41 20 EA 16 $2,353.00 $37,648.00 33A Arm-Powder Coated RAL-9017 Traffic Black 4 3441.3301 Rdway Ilium Foundation TY 1,2,and 4 3441 10 LF 22 $1.00 $22.00 5 3441.3351 Fumish/install Rdway Ilium TY 11 Pole w/33B 344120 EA 22 $2,353.00 $51,766.00 Arm-Powder Coated RAL-9017 Traffic Black 6 3441.3051 Furnish/Install LED Lighting Fixture(137W ATI32 34 41 20 EA 22 $2,353.00 $51,766.00 Cobra Head Black) 7 3441.3050 Furnish/Install LED Lighting Fixture(70W ATBO 34 41 20 EA 22 $2,353.00 $5I,766.00 Cobra Head Black) 8 2605.3015 2"CONDT PVC SCH 80(7) 23 05 33 LF 3588 $12.00 $67.056.00 9 3441.1408 NO 6 Insulated El_ec Con_dr 3441 10 LF 3054 $1.00 $3,054.00 10 3441.3404 2-2-2-4 Quadplex Alum Elec Conductor 34 41 20 LF 4170 $3.00 $12,510.00 11 3441.1772 Furnish/Install 240-490 Volt Single Phase 34 41 20 EA 1 $5,500.00 $5,500.00 _ Transocket Metered Pedestal ^12 13 14 18 16 .._ 19 20 22 23 24 25 26 27 28 29 30 31 _ 32 33 34 35 36 37 38 39 T AL UNIT V:STREET LIGHTINGINIPROVEMENIg $297,647.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fono Venim May 22.2019 00 42 4)Bid Pmp—I-DAPSTREET LIGHTS O SIONALS.xir SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid No. DescriptionSection No. I Measure Quantity Unit Price Bid Value UNIT VI:TRAFFIC SI,PNAL IMPROVEMENTS 1 3441.4109 Remove Sign Panel 344130 EA 5 $230.00 $1,150.00 2 9999.0001 Remove Push Button with Sign Panel 3441 13 EA 6 $115.00 $690.00 3 9999.000)Remove Barricade 00 00 00 EA 1 $259.00 $259.00 4 2605.3025 3"CONDT PVC SCH 80(T) 26 05 33 LF 3134 $23.00 $72,082.00 5 3441.10013-Sect Signal Head Assembly 344110 EA 6 $1,150.00 $6,900.00 6 3441,1003 5-Sect Signal Head Assembly 3441 10 FA 1 $1,438.00 $1,438.00 7 344 1.1011 Ped Signal Head Assembly 3441 10 EA 2 $978.00 $1,956.00 8 3441,1021 2"Ped Push BTN Station W/Sign 3441 10 EA, 9 $1,553.00 $13,977.00 9 3441.1215 Fumish/lnstall Hybrid Detection System 3441 10 APR 1 $9,028.00 $9,028.00 10 3441,1217 Furnish/Install Hybrid Detection Cable 3441 10 LF 205 $3.45 $707.25 11 3441.1220 Fumish/Install Model 711 Preemption Detector 3441 10 EA 1 $2,122.00 $2,122.00 12 3441.1224 Furnish/Install Preemption Cable 3441 10 LF 70 $1.55 $108.50 13 3441.13104/C 14 AWG Multi Conductor Cable 3441 10 LF 30 $1.78 $53.40 14 3441.1311 5/C 14 AWG Multi Conductor Cable 3441 10 LF 450 $1.84 $828.00 15 3441.1312 7/C 14 AWG Multi Conductor Cable 3441 10 LF 180 $2.01 $361.80 16 3441.)322 31C 14 AWG Multi Conductor Cable 344110 LF 695 $1.44 $1,000.80 17 3441.1414 NO 8 Bare Elec Condr 3441 10 LF 90 $1.73 $155.70 18 3441.1502 Ground Box Type B,w/Apron 3441 10 EA 9 $550.00 $4,950.00 19 3441.1603 Furnish/Install 10'-14'Ped Pole Assembly 3441 10 EA 5 $1,323.00 $6,615.00 20 3441.1623 Furnish/Install Mast Arm 52'-60' 3441 10 EA 1 $6,524,00 $6,524.00 21 3441.1701 TY I Signal Foundation 3441 10 EA 5 $1,208.00 $6,040.00 22 3441.3201 LED Lighting Fixture 3441 10 EA 5 $575.00 $2,875.00 23 3441.4001 Furnish/Install Alum Sign Mast Arm Mount 3441 10 EA 4 $978.60 $3,912.00 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT I:TRAFFIC SIGNAL IMPROVEMENIM $143,733.45 CITY OF FOR I WOR1 H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Form Vcrsim May 22,2019 00 42 43 DW Pmp"ad_DAP-STREET LIGHTS k SIGNALSAIs i SECTION 00 42 43 Developer Awarded Projects-PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's proposal Bidlist Item Specification Unit of Bid No. Description Specification No. Measure amt, Unit Price Bid Value Bid Summary UNIT I:WATER IMPROVEMENTS UNIT Ii:SANITARY SEWER IMPROVEMENTS UNIT III:DRAINAGE IMPROVEMENTS UNIT IV:PAVING IMPROVEMENTS UNIT V:STREET LIGHTING IMPROVEMENTS $297,647.00 UNIT VI:TRAFFIC SIGNAL IMPROVEMENTS $143,733.45 Total Construction Bid $441,380.45 This Bid is submitted by the entity named below: BIDDER: BY:Wesley Saylor& C&S Utility Contra 6705 U.S.Aighway,287 287 TITLE:pred1denj Arlington,TX 76001 DATE: Alfl-7a7I Contractor agrees to complete WORK for FINAL ACCEPTANCE within 130 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AWARDED PROJECTS Fmm Vanion May 22,2019 00 42 43_Rid Piopml_DAP-STREET LIGHTS A SIGNALS xis � rn 014 c-I � ~ N W = J d } N J Q ' W J N Q C N ❑ W Q0- lL X W W 0 Z w N jLn = Z I� 0 Z o H ocfazMg Z Lu W H N - J r; 0 1 r U- — U J. CL _ lkv add Q U ail w Lr) w Y N (�D V o o CL 0 U u O \ �y � L V O uj z 0 �- �� LU O OV �Q �� I � NMEMMMMEA ll � l � 6mp•dyW kUNDIA\4VJ\S4!414x3\4S Z as24d\tl=O\S6uImP'O\810W6-0\TS6T\D06100\005uOPnpard\waVAs aly\yP.Jomy\\:H.LVd3-II3 Wd 9£:T:ltl 6TOZ'bZ AIn['AepsaupaM:NO IlapulM Awaial:AS OlUOld O o, 40 oc N \ wLn a W N \ W J � V o w w cr Q a N fit 0 .1 LL X w w w OW CA a � J O - W U , — = N a3 0W OQ `�' > = LJZ1 Q \ a3 oZOF- uz oo Wy Q W \ O Lon LU C) LU .Lr)-I C7a � OF ZrNf- _j O \\ � QO Z) Q r-i We a3 Oar-I Lno Z \\\ MHzW u W a o F— W P [� Z W = ir ¢ �Zg a3 H z o Z W o w Y w o > J= ( a w fZ J W cr- p H �\ LU Q F— ►III � � Q IIII o H =e - a3 � °° W N fi1 99 W W o � II O o a � 3 rxo O � i L z a3 F �\ II w3v Z a� aie vsanviiv ^ �7 � � Cm Ln Q Q U � lit � a 3 z 2 6Mp-ILLfl\OYJ\RIgl4xa\dS Z ase4d\VdJ\s6uimpoglO\ub-O\IS6T\O06T00\OOSuop:)nDad\UM4Sk all\L4JOAAU\\:H1Vd3'IId Wd bO:b:ltl 6TOZ'al jagwaadaS'Aep-upaM:NO IIaPW A Au-K:A9 031LO1d \ W C) LL \ O \ N LU w J \ \ O J N N V] \\\\ C/] QLL 4 Q V] \ 00 W W 00 L�r d O 11 L" Ln wU U w X~ d Z tn < < Z � g Lu i� 00 \ \ H ° 3 \ w U a G aa a Lu —_ \ C w V] 1 0. 0 a � / I CL w w 04 F— w °" a LLI o \ a w L1J O w i J L X LU O \\\ r L4f) w Q IIII Q tn o H \ cn cn 00a z C7 tn rcn (V Q o IIII z o a. IIII � a cn a a ! - IIII DC a WU 00 � a O III --- — — — — — — — — L _ _ — MlB V59W V1lV O Q 111 6Mp*iiin\m\sl!4!4X3\.45 Z ase4d\tl4?\s6u-ejO\eT0\u6!-C\TS6T\006TOO\00Suopnpad\wa4sAs a!9\4]-A+U\\:H1tld31I4 Wd OS:E:ltl 6TOZ'6T jaQwaadaS'4epsin4l:NO ND03ssel0 Awaial:A9 431101d N \ o � o H Cj q � \ � ¢ _ >- Ow o JL Ln w a w a � ~ Ln C LL o w w - w o CL 0w a 0z � 0w 0., N i� Q �Z V O H j o w cr 00 zwr-iLU J \ O � ao O v�i0 \ \ a o \\\\ Ln �oeP En Ln cn \ Q Q rA \ a `v, a O 0 ' \ Fes-- U O "� z WLU 2 0 w w \\ yp Tdy131kOVM 3: _ O W 3 p tm \ 6 y w FCV {i 1L p oQ3 X w o w 2 ao pQ 00 W (.7 � J d �\ a iHM ' 0 \\\ x b Q 1�11 o w Q a Q 4 �$ ►III o ►III � ►III s m PL4 ~ \� lit 6MP'9NIAVd\OVJ\s4lgl4x3\dS Z—4d\VjD\s6ulMeip\gtp\u6lsap\TS6i\006TOO\OOSuOA-P-d\wa4U alg\4IJO+11\\:H1tld3lId Wd OE:Z:ltl 6TOZ'bZ AInC'Aep-uPaM:NO IlaPul 03J1Old LL � 0 �\ aq Or14 LU cC14 0 v OU O aQ w >- aCA COP)0v Oa = JN xOv aw aav' C-4 � w w ark a � LLa Q OU ocww Q als; o 0za m — OC N J O II wNF Ln vQi e-i >LLI 2 Z n LLJ -j �Z 2E \ u LLI LU ZwT-, w F-' N J \ \ N q O d � (n Q Ln ioe P a. Q N low Oa q� a�. � Nq o v N a vs U o ,n F— � U Paz P4u a � W„ \i �" � v w wOx � \ ary = Z w } LU2 a o 00 _ m p00 o a � q aQ � pa aQ F-- a z a P. O a - IxU OU _� a W a w ax a s a" � a � oa O LU w � • x � O p; U re a ' Pr �i w Lu Q J • N q � � N q • cn NQ Nq Pry O a0 a cn a � au aU ar,G � cH m r � Q2 c a" cn N q N q N q Oa aUD Ocoo a Oa a oa a � r as �\ ava' a � aP a � I au ��\ - - - -_� X Onl9 tlS3Wtl _ aNQ a Q aQ a � au ark 111 � 6mP'iLLn\OVJ\S4!4!4x313S Z-e4d\V37\S6ufMeuO\8T0\u6C-O\TS6T\006T00\OOSUDPnPOld\WB*S aIN\47-M4A\:HIVd3lI3 Wd TE:Z:IV 6T0Z'bZ AInE'Aep-upaM:NO IIaPUIM A—C:,kg O311Old \ x oC \ N \ H \ ra 1= W N \ O J Q W J O J N (n \ w � ¢ m W r- Q a $ w w 0 O � o aU < re) O \ _ P N a �n o z o n J cn �- Ln v, > _ � r. CL rn .� \ A , W U W z 0 V >> a o w � cn 9 < < 2i aWa zwC) oa \ Oar- Iv) o \\\\ U / 3 J / \ f--' N w LJJ — 3, \ W Q Z / �\ Fcc Q z �\ Z zR V o 0 \\ y led, ; C) f""� \! N V1 � •�i w o 1' \ d F+ C, Z W ' a J a vi \\\ r W = Ui Q �\ W w 0 tz Q i-- Q F— D • Z w w aK CIO • ���� P-r a " O W `. f- ���� c it ppp� g 0 rimP-¢!!1\OVJ\Sumw3\As Z-e4Avzi:)\Sr3uIMe}0\8T0\ufi m0\TS6T\006T00\OOS-lpnPvd\L+OWS alg\4 JOM:W\\:Hltld3"li-J Wd 6E;Z UV 610Z'bZ AInC'Aep-uPaM:NO IIaPUM Ate[:A8 Q311A1d