Loading...
HomeMy WebLinkAboutContract 46834-A2 CSC No.46834-A2 AMENDMENT No . 2 TO CITY SECRETARY CONTRACT No . 46834 WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and Associates, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 46834, (the CONTRACT) which was administratively authorized on the 9th day of July, 2015 in the amount of $49,500 . 00; and WHEREAS , the CONTRACT was subsequently revised by Amendment No. l in the amount of $120, 000 . 00 authorized on September 13th, 2016 (M&C 27- 910) ; and WHEREAS, the CONTRACT involves engineering services for the following project: North Tarrant Express Segment 3C, IH - 35W from US 81/287 to Alliance Boulevard; and WHEREAS , it has become necessary to execute Amendment No. 2 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE , CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1 . Article I of the CONTRACT is amended to include the additional engineering services specified in proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $500, 000. 00 (Water: $250, 000. 00; Sewer: $250, 000. 00) . 2 . Article II of the CONTRACT is amended to provide for an increase in the fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $669,500. 00. 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date subscribed by the City' s Prof Services Agreement Amendment Template OFFICIAL RECORD Revision Date: November 23, 2021 [North Tarrant Express Page 1 of 2 CITY SECRETARY FT. WORTH, TX designated Assistant City Manager. APPROVED: City of Fort Worth ENGINEER Kiml.ey-Horn and Associates, Inc. bay B�AGu7� Dana Burghdoff( 11,20 11:04 CST) 'a 4'4a" 11 `. Dana Burghdoff John Atkins, P.E Assistant City Manager Vice President DATE: Feb 11,2022 DATE: 0 2/0 8/2 0 2 2 APPROVAL RECOMMENDED: Chr1,topherHard (Feb8,202214:13 C- Chris Harder, P.E. Director, Water Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. John Kasavich, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY: M&C: 21-0993 Bev, Date: 12/14/2021 DBlack(Feb 9,2022 15:11 CST) Douglas W. Black Form 1295 : 2021-794173 Senior Assistant City Attorney a � ATTEST: ���°-R 041 p�o° ��8 °o��ld ee P V° 0, n ette S.Goo da l I(Feb 14,202207- CST) ° O° O O °O "� Jannette S. Goodall �� � 00000000 /7 City Secretary �1�*XASa�o OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX Prof Services Agreement Amendment Template Revision Date: November 23, 2021 Page 2 of 2 [North Tarrant Express Segment 3C] [CPN CO26351 Kimley>>>Horn September 7, 2021 Mr. John Kasavich, P.E. Project Manager City of Fort Worth Water Department 1000 Throckmorton Street Fort Worth, TX 76102 Re: City of Fort Worth-North Tarrant Express Segment 3C—Amendment No. 2 Continuation of Services KHA No. 061018146 City Project No. 02635 Dear John: This letter is in reference to a contract between Kimley-Horn and Associates, Inc. (Kimley-Horn) and the City of Fort Worth (the City) dated 07-10-2015 referred to herein as the"Contract". The Texas Department of Transportation (TxDOT) is entering into an Agreement with a qualified Developer to identify and construct highway improvements in Tarrant County including portions of the Interstate 35W corridor within the City. This amendment is estimated to provide additional engineering and project management services through June 2022. Kimley-Horn will provide the services outlined as follows: Task- 1: Program Management (Partially Reimbursable by Developer) 1.1. Project Administration: A. BDE Reporting: Complete monthly M/WBE report forms for the City. Submit M/WBE change forms as necessary for any changes in M/WBE status. B. Monthly Invoices: Prepare monthly invoices that meet the CITY invoice format requirements. C. Deliverables.- 1. Monthly BDE Reports to CITY 2. Monthly Invoices to CITY D. Process Payments to Developer: 1. Conduct and document meeting with CITY and Developer to discuss and create payment process protocol. 2. Develop standard invoice and backup material in accordance to the CITY's and Developer's requirements. 3. Conduct and document verification meeting with CITY and Developer regarding the standard invoice and backup material. 4. Monthly invoice and backup material: Prepare monthly invoices and backup material to meet Developer format requirements. 801 - Street, - 1300, Kim ey>>>Horn Page 2 1.2. Meetings: A. Semi-Monthly CITY Progress Meetings (two times per month): Prepare for, conduct and document semi-monthly project update meetings with the CITY project manager and other CITY staff as required. B. Semi-Monthly Developer Progress Meetings (two times per month): Prepare for, conduct and document semi-monthly project update meetings with the Developer and CITY project manager and other CITY staff as required. C. Stakeholder Meetings: Prepare for, conduct and document stakeholder meetings with CITY and appropriate stakeholders along the 1-35W corridor as required over this contract period. D. Deliverables: 1. Meeting notes and action items for each attending party from each meeting. 1.3. Roadway, Water and Sanitary Sewer Conflict Issue Resolutions: A. Coordination with CITY regarding conflicts between the future roadway infrastructure and the CITY's water and sanitary sewer infrastructure that creates a service interruption that the CITY deems not in their best interest therefore warranting a potential realignment of the roadway to avoid the conflict with the water and/or sanitary sewer infrastructure. B. Coordination with Developer and/or TxDOT regarding conflicts between the future roadway infrastructure and the CITY's water and sanitary sewer infrastructure that creates a service interruption that the CITY deems not in their best interest therefore warranting a potential realignment of the roadway to avoid the conflict with the water and/or sanitary sewer infrastructure. C. Deliverables: 1. Meeting notes and action items for each attending party from the coordination effo rts. Task - 2: Conflict Analysis along 1-35W(Fully Reimbursable by Developer) 2.1. 1-35W(Eagle Pkwy to North Tarrant Pkwy) Schematic Review: Review proposed TxDOT ROW maps and proposed roadway alignment schematics as compared to the existing CITY water and sanitary sewer maps. Identify potential conflicts between proposed TxDOT ROW, proposed roadway,water and sanitary sewer utilities. 2.2. Site Visits to Conflict Areas: After conflict identification, perform site visit to obtain additional information not shown on maps and schematics. 2.3. Utility Conflict Plan Set Reviews: A. Assist CITY with conflict plan set review. 1. Review 30%, 60%, 90%, and 100% plan sets. 2. Develop comment logs for each submittal. 3. Keep record of submittals and review schedules. 2.4. Miscellaneous Survey A. Assist CITY in property interest research. 801 - Street, - 1300, Kim ey>>>Horn Page 3 B. Provide miscellaneous topographic survey as requested by the City. 2.5. Miscellaneous Subsurface Utility Engineering A. Provide SUE Level A at various locations and depths as requested by the City. 2.6. Deliverables: A. Conflict review logs (30%, 60%, 90%, and 100% plan sets). B. One full or half size plan markups for each submittal. 2.7. Meetings: A. Attend additional meetings outside of scheduled bi-weekly meetings to resolve any conflicts that may arise and need to be addressed at a separate meeting. B. Coordinate decisions that are made outside of the scheduled bi-weekly meetings with Contractor, City staff, and any other stakeholders. Task - 3: Construction Support Services (Fully Reimbursable by Developer) 3.1. Construction Support Services: Provide professional construction phase services for construction of the proposed project for the purpose of providing an Owner's Representative for the CITY during construction. The CITY will provide construction management services and inspection for the project. This scope of services does not include construction phase services related to inspections or testing, applications for payment, request for information, disagreements between the CITY and the Developer or their subcontractors, or determination of substantial completion. The following services will be performed for the construction contract of utility relocations during the contract period: A. Preconstruction Meeting: 1. Attend a preconstruction conference for each relocation project. B. On-site Observation: 1. Make Site visits on a part-time basis (twenty (20) hours per week) in accordance with the construction period in order to observe the progress of the Work. 2. Such visits and observations will not be exhaustive or extend to every aspect of Contractor's work, but will be limited to spot checking, and similar methods of general observation. Based on the site visits Owner's Representative will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents keep CITY informed of the general progress of the Work. 3. Owner's Representative will not supervise, direct, or control Contractor's work, and will not have authority to stop the Work or responsibility for the means, methods, techniques, equipment choice and usage, schedules, or procedures of construction selected by Contractor, for safety programs incident to Contractor's work, or for failure of Contractor to comply with laws. Owner's Representative does not guarantee Contractor's performance and has no responsibility for Contractor's failure to perform in accordance with the Contract Documents. C. Progress Meetings: 1. Attend progress meetings based on the construction period and visit the site for observation at that time. ReNsImeag 801 - Street, - 1300, Kim ey>>>Horn Page 4 D. Shop drawing and Samples: 1. Review and take appropriate action in respect to Shop Drawings and samples and other data which Contractor is required to submit, not only for general conformance with the Contract Documents. 2. Owner's Representative will submit reviews and appropriate actions to the CITY. The CITY will submit the reviews and appropriate actions to the Engineer of Record. 3. Such review and action will not extend to means, methods, techniques, equipment choice and usage, schedules, or procedures of construction or related safety programs. Any action in response to a shop drawing will not constitute a change in the Contract Documents, which can be change only through the Change Orders. E. Substitutions and "or-equal/equivalent": 1. Evaluate and determine the acceptability of up to three (3) substitute or"or- equal/equivalent" materials and equipment by Contractor in accordance with the Contract Documents. 2. Owner's Representative will the submit evaluations and determinations of acceptable materials and equipment to the CITY. The CITY will submit the evaluations and determinations of acceptable materials and equipment comments to the Engineer of Record. F. Request for information (RFI): 1. Provide necessary interpretations and clarifications of contract documents and make recommendations as to the acceptability of the work. Owner's Representative will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to CITY as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by CITY. 2. The CITY will submit the responses to the Engineer of Record. G. Final Project Walk Through: 1. Attend the"Final" project walk through and assist with preparation of final punch list. Attend One (1)final site visit for each utility assembly to determine if the completed Work of Contractor is generally in accordance with the Contract Documents 3. Owner's Representative does not guarantee Contractor's performance and has no responsibility for Contractor's failure to perform in accordance with the Contract Documents. Owner's Representative will not have authority to stop the Work. 3.2. Review of Closeout Documents.- A. The Owner's Representative will review the Developer's closeout documents for each conflict package for compliance with the City's standard requirements for project closeout. B. The Developer will prepare Record Drawings for this project. Kim ey>>>Horn Page 5 1. The Owner's Representative will review and comment on Developer's Record Drawings for compliance with the City's standard requirements for Record Drawings. 3.3. Deliverables: A. Twelve(12) Progress Meeting Agendas and Notes B. Responses to Contractor's Requests for Information C. Review of Closeout Documents Task -4: Survey and Subsurface Utility Engineering Services 4.1. Easement Research Services A. Perform research to locate and obtain copies of existing easements for selected utility lines identified by the CITY. Kimley-Horn has budgeted $19,000 for this task. B. Deliverables: 1. Copies of located easement documents and a cad sketch if existing documentation does not clearly depict the easement. 4.2. Subsurface Utility Engineering (SUE): The SUE shall be performed in accordance with Cl/ASCE 38-02. The CITY will identify the utilities for the SUE to be performed. Kimley- Horn has budgeted$33,300 for this task. Four different levels of SUE are identified. The following is a description of each level of SUE used on this PROJECT. A. Level D 1. Collect level D as part of Task 2—Conceptual Design of this scope of services. B. Level C 1. Field locate and obtain horizontal position of visible utility surface features for all of the utility systems described within Level D. C. Level B 1. Indicate by marking with paint, the presence and approximate horizontal location of subsurface utilities using geophysical prospecting techniques, including electromagnetic, sonic, and acoustical techniques. D. Level A(As indicated in table above) 1. Location (Test Hole) Services: Locating the horizontal and vertical position of the utility by excavating a test hole using vacuum excavation techniques and equipment. In performing locating (test hole) services ENGINEER will: a.) Excavate test holes to expose the utility to be measured in such a manner that insures the safety of the excavation and the integrity of the utility to be measured. Excavations will be performed using specially developed vacuum excavation equipment that is non-destructive to existing facilities. If contaminated soils are discovered during the excavation process, the ENGINEER will notify the CITY. b.) Obtain x, y and Z information at each test hole. 801 - Street, - 1300, Kim ey>>>Horn Page 6 Compensation A. The Owner's Representative shall be compensated an additional fee of$500,000 on a cost- plus maximum basis for the personnel time, non-labor expenses, and subcontract expenses in performing services summarized above and as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the CONSULTANT's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Rate($/hour) effective through June 2022 Senior Professional II $265—$300 Senior Professional 1 $220—$285 Professional $180—$230 Analyst $120—$200 Senior Technical Support $145—$210 Technical Support $80—$135 Support Staff $90—$130 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at 1.10 cost. 4.6% will be added to each invoice to cover certain other internal office cost expenses as to these tasks, such as in-house duplicating, local mileage, telephone calls, facsimiles, postage, and word processing. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. Direct reimbursable expenses such as express delivery services, fees, travel, and other direct expenses will be billed at 1.10 times the cost. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to Owner's Representative plus a markup of ten percent (10%). 801 - Street, - 1300, Kim ey>>>Horn Page 7 Budget Modifications The proposed budget modifications reflect the additional funds needed for the additional services. The details of the budget modifications can be found in the table below: Description Original Budget Amend. Amend. Revised No. 1 No. 2 Budget Water $29,700 $60,000 $250,000 $339,700 Sewer $19,800 $60,000 $250,000 $329,800 Total $49,500 $120,000 $500,000 $669,500 The following tables summarize our revisions to the SBE percentages: This Amendment SBE Sub-Consultants Fee Lamb-Star Engineering, L.P. $9,354.50 (Construction Phase Services) V&A Consulting Engineers (Construction Phase Services) $2,028.00 Gorrondona&Associates, Inc. $9,975.00 (Easements and Survey Services) The Rios Group, Inc. $20,000.00 (Subsurface Utility Engineering Services) Total $41,357.50 SBE Percentage 8.3% Total Contract Description Original Amend. Amend. Revised No. 1 No.2 Contract Amount $49,500 $120,000 $500,00 $669,500 Total Contract SBE $5,000 $9,600 $41,357.50 $55,957.50 Total Contract SBE 10.1% 8.0% 8.3% 8.3% Percentage City's SBE Goal -- 8.0% 8.0% 8.0% With these budget modifications, our total contract SBE participation is projected to be$55,957.50 (8.3%). With an 8.0% goal, this would meet the City's SBE participation requirement and Kimley-Horn's commitment of 8.0%. 801 - Street, - 1300, Kimley>>>Horn Page 8 We appreciate the opportunity to be of continued service to the City. Please contact us if we need to provide any further information. Very truly yours, KIMLEY-HORN AND ASSO TES, INC. 9- ,19. ohn R.Atkins, P.E. Sr.Vice President KAFTW Utililies1061018146-NTE-3C\PPPIPOST_NTP1Amendment-21NTE-3C_Am-2_Ltr 2021-with-W1rSwr-Ext.dcc 80111 Ft.Worth, 76102 m-i D() A W N a m•< o o c � � o � O A A W W W N N N N N N N o fn m Cl) p A(7 A p 3 3 C(/?-f7 0,l7 0 V < - m m m a• '< m m m n�'.(n.0. "m m 0 o. m .�. m m Rt w m m x cn m C)o�. y m 0, o ? y m y=< o'oo o m m m Q 3 C m y o> > y m y 3 n m m o a p1 = p o o c cn con� n ao m y 3 ? r01n 0 fn p m T a v C m`z =m m�ao o v m2 g0 m > > c m ID E2m o (nen -'0 m ? - m o py v' o 0 W t0 N A x-m •� j J(D O 00 m m A < (n y O O cn = N 0 Z O o A � v G7 � — "cn m o .� xa N N = O CD p O W W w ppOff m N m m m N O O O 00. O O (T 00 Vt A O W O A N N V O N m O' Ut N V l 4f = O ID O Ut p(T N N N N O N mo 0 D O -pOj ry fJD 0 00 O O O O O O O C CD O m o ncQ O m m N O N 0 0 O O O O O Ut O O N L �O AW A N N V O VI 0 O W m J £ 00 V m v W m Q '�• W O O(NT�(JT l a Z :5 VI O O w 3 O y tF) m co m D m A O O O N N A O CD N (n N i C> 0- 0 y w o W 3 m CT CD F..f f)1 N W W W tp W (n N N (n (n A O Q. W A N o A W W J J V N r Z K V J V A J V(D 0 (D O�t0 Vt �� O O O O O O O O 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 N n N > 3 O cD tD G Vwi O J V 1/� m VI W O Ot Vt W W O O (p m C Z � G = O 3 m c x 0 0 0 0 o m m CD A N di O NOo w w o 0 m v m m 0 m a o �Qd m m m Cn(n� m 0 O m Q Qm 1-4 .O. o_o y m J K N — 3 1 A N�W j 0 O d C C m N 0 O T N O N W W N = N J d W 00 w W O (Jli tVT 0 0(NT iNT 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 d N N fn 41 A O (O .G W W fn 0 � J V V y N 0 CT O O a O O O J V O O N N O O to O O 4�O O O O O O O fn O 0 0l O O N O O O Ut tT O O Ot IT O O O 0 0 0 O O O 0 0 0 0 0 0 N O V O C IUD O Q n� O m o v n 0 m m � m m 0 0 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, December 14, 2021 REFERENCE NO.: **M&C 21-0993 LOG NAME: 60NTESEG3CA2-KHA SUBJECT: (CD 4 and CD 7) Authorize Execution of Amendment No. 2 in the Amount of$500,000.00 to an Engineering Agreement with Kimley-Horn and Associates, Inc. for the North Tarrant Express Segment 3C, Interstate Highway 35W Project and Adopt Attached Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council 1.Authorize execution of Amendment No. 2 to City Secretary Contract No. 46834 in the amount of $500,000.00, an engineering agreement with Kimley-Horn and Associates, Inc., for design oversight and project management services on North Tarrant Express Segment 3C, Interstate Highway 35W from United States Highway 81/287 to Alliance Boulevard, for a Total Revised Contract in the Amount of$669,500.00; and 2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water& Sewer Bond 2016 Fund, in the amount of$600,000.00, by increasing estimated receipts and appropriations in the North Tarrant Express Segment 3C project (City Project No.0O2635), and decreasing estimated receipts and appropriations in the Unspecified-All Funds project (City Project No. UNSPEC) by the same amount. DISCUSSION: On June 23, 2009, Texas Department of Transportation (TXDOT) entered into a 10-year Agreement with North Tarrant Express Mobility Partners (NTEMP) to identify and construct highway improvements in northeastern part of Tarrant County including portions of Interstate Highway (IH) 35W, IH 820, and State Highway (SH) 183 corridors within the City of Fort Worth (City). TXDOT and NTEMP control the schedule timeline, the scope, and the total cost of this project. These improvements affect the City's water and wastewater infrastructure which often require relocation. On July 9, 2015, the City executed an administrative engineering agreement with Kimley-Horn and Associates, Inc., in the amount of$49,500.00 for design oversight and project management services on North Tarrant Express Segment 3C on IH 35W from United States Highway (US) 81/287 to Alliance Boulevard. The Agreement was subsequently revised by Amendment No. 1 in the amount of $120,000.00 authorized on September 13, 2016, Mayor and Council Communication (M&C) C-27910, that provided for additional design oversight and project management on the project. Amendment No. 2 will provide the following additional services as NTEMP continues to expand the limits of the highway project: • Project management • Plan reviews of drawings provided by the contractor or other engineers • Construction support services including attend preconstruction meetings, on-site observations, construction progress meetings, and shop drawing reviews • Project meetings with the City, stakeholders, contractors, other consultants, and citizens • Conflict analysis along IH-35W. In addition to the contract amount, $100,000.00 ($50,000.00 water, $50,000.00 sewer) is required for project management and inspection. NTEMP will reimburse the City for this amendment and future amendments as needed for this project. The design and construction of the water and sanitary sewer extensions west of IH 35W, are located outside TXDOT's project limits, and are not eligible for reimbursement. Funding for the Construction Services on North Tarrant Express Segment 3C, IH 35W from US 81/287 to Alliance Boulevard Project is as depicted below: Fund Existing Additional project Total* Appropriations Appropriations Water Capital Fund $512,890.00 $0.00 $512,890.00 (59601) Sewer Capital Legacy Fund $235,530.00 $0.00 $235,530.00 (59607) Water/Sewer Bonds 2016— Fund $120,000.00 $600,000.00 $720,000.00 56005 Project Total IF $868,420.00 $600,000.00 $1,468,420.00 *Amounts rounded for presentation purposes. This project will have no impact on the Water Department's operating budget when complete. DVIN OFFICE: Kimley-Horn and Associates, Inc. agrees to maintain its initial MBE commitment of eight percent that it made on the original agreement and extend and maintain that same MBE commitment of eight percent to all prior amendments up to and inclusive of this Amendment No. 2. Therefore Kimley- Horn and Associates, Inc. remains in compliance with the City's BDE Ordinance and attests to its commitment by its signature on the Acceptance of Previous MBE Commitment form executed by an authorized representative of its company. This project is located in COUNCIL DISTRICTS 4 and 7. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Unspecified —All Funds project within the Water/Sewer Bonds 2016 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Water/Sewer Bonds 2016 Fund for the North Tarrant Express Segment project to support the approval of the above recommendations and execution of the amendment. Prior to any expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs),: TO Fund Department ccountl Project Program ctivity Budget Reference # Amount ID ID Year i (Chartfield 2) FROM Fund Department ccount Project Program ctivity Budget Reference # Amount ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by_ Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: John Kasavich (8480) ATTACHMENTS 1. 60NTESEG3CAl-KHA APC Form 02635.pdf (CFW Internal) 2. 60NTESEG3CA1-KHA 1295 form.pdf (CFW Internal) 3. 60NTESEG3CAl-KHA Map01.pdf (Public) 4. 60NTESEG3CA2-KHA funds availability.docx (CFW Internal) 5. 60NTESEG3CA2-KHA 56005 AO22(r2)r.docx (Public) 6. 60NTSEG3CA2-KHA FID Table (WCF 10.19.21).xlsx (CFW Internal) 7. SAM.gov Kimley-Horn and Associates.pdf (CFW Internal) N N N N N N N N N N N N N N o F-� � z W W W W W W W W W W W W W W m w m m m to to to cn cn cn cn to Ln to Ln to cn y O1 cr)0 a) a) 01 Ol Ol O1 Ol 01 0 0 0 CDN O CD O 00 0 S O 0 O 0 0 O O O O O O O O 0 0 O O O O O O 7C Ul U'1 (n U'I (n Ul U'1 V1 Ul Ul Ul V7 U'1 V1 Vl Vl a 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 � V m m u rn rn rn V cn V m m m m m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 A A A A A A A A A A A A A A A A W W W W W W W W W W W W W w W W O O O O O O O 0 0 0 O O O O O O In Ln w w A A A A A A A A W F- w " LO lD lD LD l0 CO lD CO W N W F+ O O O O 0 0 O O O CD 0 to cn In In to to In to (n N w F� Ln In In U9 Ln w In L" O O O O N N N N N N N N O F� O F� O O O O O O O O n n n n n c n c n c n c n c n c 0 0 0 0 O Z O Z o Z o Z O Z o Z Q1 at D1 a> M -0 Ol -0 ON1 Ln N N NJ Ln N N w w w w W M W M W m W M W M W M Ln u, Ln cn to n Ln n to n cn n cn n Ln 0 0 0 0 0n c n c n c n c n c n c 0 Z O Z o Z O Z o Z O Z V V V V V - V - V -0 V N N N (n 0 0 0 0 o n o n o n o m o m 0 m n n 0 n LD lD lO lD N N N N N N N N N N N N l0 lD lD lD O O O O O O O O O O O O lO LD lD lO N N N N N N N N N N N N l0 l0 lO lO N N N N N N N N N N N N • i/F lvf i/� VF to i/? to in• i/) t/� i/1 {/� to i/� N V/ N t/ W W W W W W W W W W W W to w to In 0 0 O O O O O O 0 0 0 0 O PPP O O O O O O O O 0 0 O O O O O O O O O O O O O O O O O O CD CD CD O 0 0 O O O O 0 0 0 00 0 O O O O O O O O O O 0 0 O O O O 0 0 0 0 CD O CD O O O O O O O O O O CDO CDO O 0 0 O O O O O O � 4 � w O O < o < o as ao m rD m ro as oa n n 0 �