HomeMy WebLinkAbout94-07 RESOLUTIONRESOLUTION NO. 94-07
A RESOLUTION AWARDING BID # 07-34 AND APPROVING A
CONTRACT WITH DEAN CROWDER CONSTRUCTION, INC. IN THE
AMOUNT OF $3,737,966.15 FOR THE CONSTRUCTION OF BROYLES
ROAD, WSIP SUBPROJECT WP -lb; AND APPROVING A 10% PROJECT
CONTINGENCY IN THE AMOUNT OF $374,000.00.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby
awards Bid # 07-34 and approves a Contract with Dean Crowder Construction, Inc. in
the amount of $3,737,966.15 for the construction of Broyles Road, WSIP Subproject WP -
lb. A copy of the contract, marked Exhibit "A," is attached hereto and made a part
hereof.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby
approves a 10% project contingency in the amount of $374,000.00. ,,��,,KjTREy',,,,,
=V. •
"32
•
:FAYETTEVILLE:
''9ygpkANstt•°do,`'
IwtMN
PASSED and APPROVED this 5th day of June, 2007.
APPROVED. ATTEST:
By: { By: (90,vncal..d
SONDRA E. SMITH, City Clerk/Treasurer
DAN COODY, Mayor
[V
1
DOCUMENT 00500 - AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Project Name: Wastewater System Improvement Project (WSIP)
Contract Name: Broyles Road Improvements
Contract No.: WP -lb
Bid No.: 07-34
Project No.: 02133-0324
Date: June , 2007
THIS AGREEMENT is dated as of the 51kday of cif.int in the year 2001 by
and between City of Fayetteville (hereinafter called Owner) and Dean Crowder Construction, Inc.
of Bentonville, Arkansas (hereinafter called Contractor).
ARTICLE 1- WORK
1.01 Contractor shall complete all Work as specified or indicated in the Contract
Documents. The Work under this Contract is generally described as follows:
Project Name: Wastewater System Improvement Project (WSIP)
Contract Name: Broyles Road Improvements
1.02 The Project for which the Work under the Contract Documents may be the whole or
only a part is generally described as follows:
The Contract provides for the construction of Broyles Road on the north beginning at
Persimmon Street and south along the existing line of Broyles Road approximately
3,350 feet, continuing south on a new alignment another 2,550 feet, to the
intersection of Broyles Road and Woolsey Farm Road. The project includes
construction of three box culverts and approximately 4,700 feet of storm sewer.
ARTICLE 2 - ENGINEER
2.01 The Project has been designed by McGoodwin, Williams and Yates, Inc., who is
hereinafter called Engineer. The Engineer assuthes all duties and responsibilities,
and has the rights and authority assigned to Engineer in the Contract Documents in
connection with completion of the Work in accordance with the Contract Documents.
00500-AgreementR.doc 00500 —1
DOCUMENT 00500 — AGREEMENT (continued)
2.02 All work and materials shall be subject to direction and approval by the Engineer. For
this work, Owner has contracted the Engineer to assist in the evaluation and
acceptance of the material and work performed by Contractor. The Engineer shall
serve as Owner's project representative as it relates to this specification.
ARTICLE 3 - CONTRACT TIME
3.01 TIME OF THE ESSENCE:
All time limits for milestones, if any, Substantial Completion, and
completion and readiness for final payment as stated in the Contract.
Documents are of the essence of the Contract.
3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. The Work will be Substantially Completed within Three Hundred (300)
calendar days after the date when the Contract Times commence to run as
provided in the GENERAL CONDITIONS, and completed and ready for
final payment in accordance with the GENERAL CONDITIONS within
Three Hundred Sixty (360) calendar days after the date when the Contract
Times commence to run.
3.03 LIQUIDATED DAMAGES:
A. Owner and Contractor recognize that time is of the essence of this
Agreement and that Owner will suffer financial loss if the Work is not
completed within the time specified above, plus any extensions thereof
allowed in accordance with the GENERAL CONDITIONS. The parties also
recognize the delays, expense,and difficulties involved in proving the actual
loss suffered by Owner if the Work is not Substantially Completed on time.
Accordingly, instead of requiring any such proof, Owner and Contractor.
agree that as liquidated damages for delay (but not as a penalty) Contractor
shall pay Owner One Thousand ($1,000.00) for each calendar day that
expires after the time specified above in Paragraph 3.02 for Substantial
Completion until the Work is Substantially Complete.
00500-AgreementR.doc 00500 —2 .
DOCUMENT 00500 — AGREEMENT (continued)
ARTICLE 4 - CONTRACT PRICE
4.01 Owner shall pay Contractor for completion of the Work in accordance with the
Contract Documents an amount in current funds equal to the sum of the amounts
determined pursuant to paragraphs below.
UNIT AND LUMP SUM CONTRACT PRICE: For all Work, a Total Sum
being:
Three Million Seven Hundred Thirty -Seven Thousand Nine Hundred Sixty:
Six and 15/100 Dollars ($3,737,966.15)
4.02 Changes, modifications, or amendments in scope, price or fees to this contract shall
not be allowed without a prior formal contract amendment approved by the Mayor
and the City Council in advance of the change in scope, cost or fees.
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMH 1 1 AL AND PROCESSING OF PAYMENTS:
Contractor shall submit Applications for Payment in accordance with the
GENERAL CONDITIONS. Applications for Payment will be processed by
Owner and Engineer as provided in the GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS RETAINAGE.
A. Owner shall make progress payments on account of the Contract Price on the
basis of Contractor's Applications for Payment as recommended by •
Engineer, within approximately 30 days of receipt of the Application for
Payment, during construction. All such payments will be measured by the
schedule of values established in the GENERAL CONDITIONS or, in the
event there is no schedule of values, as provided in the General
Requirements.
Prior to Substantial Completion, progress payments will be made in
an amount equal to the percentage indicated below, but, in each case,
less the aggregate of payments previouslymade and less such .
00500-AgreementR.doc 00500 — 3
i'
DOCUMENT 00500 — AGREEMENT (continued)
amounts as Engineer shall determine, or Owner may withhold, in
accordance with the GENERAL CONDITIONS.
a. 90% of Work Completed (with the balance being retainage). If
Work has been 50% completed as determined by Engineer, and
if the character and progress of the Work have been satisfactory
• to -Owner and Engineer, Owner on recommendation of Engineer,
may determine that as long as the character and progress of the
Work subsequently remain satisfactory to them, there will be no
• additional retainage on account of Work subsequently
completed, in which case the remaining progress payments prior
to Substantial Completion will be an amount equal to 100% of
the Work Completed less the aggregate of payments previously
made, and
b. 100% of Equipment and Materials not incorporated in the Work
but delivered, suitably stored, and accompanied by
documentation satisfactory to Owner as provided in the
GENERAL CONDITIONS.
Upon Substantial Completion, Owner shall pay an amount sufficient
to' increase total payments to Contractor to 95% of the Contract Price
(with the balance being retainage), less such amounts as Engineer
shall determine, or Owner may withhold, in accordance with the
GENERAL CONDITIONS.
5.03 FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, Owner shall pay the remainder of the Contract
Price'as recommended by Engineer and as provided in"the GENERAL
CONDITIONS.
00500-AgreementR.doc 00500 — 4
DOCUMENT 00500 — AGREEMENT (continued)
Contract Times, and in accordance with the other terms and conditions of the
Contract Documents.
G. Contractor is aware of the general nature of work to be performed by Owner
and others at and contiguous to the Site that relates to the Work as indicated
in the Contract Documents.
H. Contractor has given Engineer written notice of all conflicts, errors,
ambiguities, or discrepancies that Contractor has discovered in the Contract
Documents and the written resolution thereof by Engineer is acceptable to
Contractor.
I. The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performance and furnishing of
the Work.
ARTICLE 7 - CONTRACT DOCUMENTS
7.01 CONTENTS:
The Contract Documents which comprise the entire Agreement between
Owner and Contractor concerning the Work consist of the following and may
only be amended, modified, or supplemented as provided in the GENERAL
CONDITIONS:
1. This Agreement.
2. Exhibits to this Agreement (enumerated as follows):
a. Contractor's Bid.
b. Documentation submitted by Contractor prior to Notice of
Award.
3. Performance, Payment, and other Bonds.
4. General Conditions.
5. Supplementary Conditions.
00500-AgreementR.doc 00500 — 6
•
DOCUMENT 00500 - AGREEMENT (continued)
6. Labor -Related Regulations.
7. . Specifications consisting of divisions and sections as listed in table
of contents of Project Manual.
8. Drawings consisting of a cover sheet and sheets as listed in the table
of contents thereof, with each sheet bearing the following general
title:
Broyles Road Improvements
9. Addenda numbers 1 to 3, inclusive.
10. The following which may be delivered or issued after the Effective
Date of the Agreement and are not attached hereto: All Written
Amendments and other documents amending, modifying, or
supplementing the Contract Documents pursuant to the GENERAL
CONDITIONS and Notice to Proceed.
ARTICLE 8 - MISCELLANEOUS
8.01 TERMS:
A. Terms used in this Agreement which are defined in the GENERAL
CONDITIONS shall have the meanings stated in the GENERAL
CONDITIONS.
8.02 ASSIGNMENT OF CONTRACT:
•
A. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the .
written consent of the party sought to be bound; and specifically but without
limitation; moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by Law), and unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release
. or discharge.the assignor from any duty or responsibility under the Contract
Documents.
00500-AgreementR.doc 00500-7
DOCUMENT 00500 — AGREEMENT (continued)
8.03 SUCCESSORS AND ASSIGNS:
A. Owner and Contractor each binds himself, his partners, successors, assigns,
and legal representatives to the other party hereto, its partners, successors,
assigns, and legal representatives in respect to all covenants, agreements, and
obligations contained in the Contract Documents.
8.04 SEVERABILITY:
Any provision or part of the Contract Documents held to be void or
unenforceable.under any Law or Regulation shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon Owner and
Contractor, who agree that the Contract Documents shall be reformed to .
replace such stricken provision or part thereof with a valid and enforceable
provision that comes as close as possible to expressing the intention of the
stricken provision.
L. 8.05 CONTROLLING LAW:
A. This Agreement shall be subject to, interpreted and enforced according to the
laws of the State of Arkansas without regard to any conflicts of law
provisions.
8.06. ARKANSAS FREEDOM OF INFORMATION ACT
A. City contracts and documents, including internal documents and documents
of subcontractors and sub -consultants, prepared while performing CitY
contractual work are subject to the Arkansas Freedom of Information Act
(FOIA). If a Freedom of Information Act request is presented to City of
Fayetteville, Contractor will do everything possible to provide the documents
( in a prompt and timely manner as prescribed in the Arkansas Freedom of
Information Act (A.C.A. §25-19-101 et. seq.) Only legally authorized
photocopying costs pursuant to the FOIA may be assessed for this
compliance.
00500-AgreementR.doc 00500 — 8
DOCUMENT 00500 — AGREEMENT (continued)
IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement in quadruplicate;
One counterpart each has been delivered to Owner, Contractor, and Engineer.
This Agreement will be effective on J u,11j 5
Effective Date of the Agreement.
CONTRACTOR:
Dean Crowder Construction,���Inc.
By:f��C�K�.b'l
Title: Todd.Crowder, President - Owner
Attest
• . Addressgiving notices
208 S: E. 215' Street
OWNER.
Bentonville, Arkansas 72712
License No. 0031610307
Agent for Service of process
J U,j,ued
(If Contractor is a corporation,
attach evidence of authority to sign.)
END OF DOCUMENT 00500
00500-AgreementR.doc
Ci of
B
, 2007 , which is the
�} tteville ;A .nsas
int/OAL
Title: Dan Cood
Attest
allot
Address for givmg notices
113 West Mountain Street
rV• •
cv
_TEAYETTEVILLE;
,,y�.9pk SPS'$
�1I/'�,, ., ANS.
Fayetteville, Arkansas 72701
(If Owner is a public body, attach
evidence of authority to
sign and resolution or other documents
authorizing execution of Agreement)
Approved k to Form:
By:
Attorney For:
00500 — 9
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Wttevllie,.
;173
v -o7
CONTRACT
OWNER
City of Fayetteville, Arkansas
Water & Wastewater Department
PROJECT MANUAL
FOR
FAYETTEVILLE PROJECT NO. 02133-0324
CONTRACT NO. WP -lb
WESTSIDE WASTEWATER FACILITIES
BROYLES ROAD IMPROVEMENTS
FAYETTEVILLE WASTEWATER SYSTEM
IMPROVEMENTS PROJECT
April, 2007
ENGINEER
McGoodwin, Williams and Yates, Inc.
909 Rolling Hills Drive
Fayetteville, AR 72703
OWNER/PROGRAM MANAGER
City of Fayetteville, Arkansas
Water and Wastewater Department
113 West Mountain Street
Fayetteville, AR 72701
•
ADDENDUM NO. 3
Westside Wastewater Facilities
BROYLES ROAD IMPROVEMENTS
Fayetteville Wastewater System Improvements Project
City of Fayetteville, Arkansas
Contract No. WP -1b
Plans No. Fy-315
Dated April, 2007
The Specifications and Contract Documents for the above project are hereby changed
or clarified in the following particulars:
SPECIFICATIONS
Document 00400 — Bid Form
1) On page 00400-6, refer to Bid Items No. 22, 23 and 24 Either cast -in-place or
precast box culverts will be allowed for Bid Items 22, 23 and 24. If precast box
culverts are bid, shop drawings will be required for changes in the design of the
precast culverts including the headwall/wingwall connection to the culverts.
Headwalls and wingwalls shall be constructedas indicated on Plans Sheets BS1
through BS6.
GENERAL
Acknowledge receipt of this Addendum by returning the attached acknowledgment form
by facsimile transmission to the Engineer at (479)443-4340. Also acknowledge receipt
of the Addendum in the space provided on page 00400-2 of the Bid.
May 1, 2007
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
909 Rolling Hills Drive
Fayetteville, Arkansas 72703
Phone (479)443 3404
FAX (479)443-4340
1
1
1
1
The Specifications and. Contract Documents and the Plans for the above project are
hereby changed or clanfied in the following particulars:
ADDENDUM NO. 2
Westside Wastewater Facilities
BROYLES ROAD IMPROVEMENTS
Fayetteville Wastewater System Improvements Project
City of Fayetteville, Arkansas
Contract No. WP -1b
Plans No. Fy-315
Dated April, 2007
•
SPECIFICATIONS
Document 00140 — Bidder's Qualification Statement
1) On page. 00140-1, under Experience Statement, paragraph 1, delete the words
"wetland mitigation."
2) On page 00140-2, under Financial . Statement, paragraph 1, after the. words
1 "Attach a financial statement," add the words, "in a separate sealed envelope."
Document 00400 — Bid Form
' 1) On page 00400-1, under Article 2, paragraph 2.01, change the days that the Bid
will remain subject to acceptance after the day of Bid opening from 90 to "60."
2) On .page 00400-4, under Article 3, paragraph 3.01, delete paragraph "M" in its
1 entirety.
PLANS
Sheets BC -1, BC -5, BC -8, and BC -26
1) New plans sheets are attached which show the outline of Reinforced Concrete
Box No. 3. (Replace existing plans sheets with attached sheets.)
Sheet BC -24
1 1) On Detail 6, the 4" ACHM Surface Course shall be constructed in two (2) lifts.
GENERAL
Acknowledge receipt of this Addendum by returning the attached acknowledgment form
by facsimile transmission to the Engineer at (479)443-4340. Also acknowledge receipt
of the Addendum in the space provided on page 00400-2 of the Bid.
Attachments: Plans Sheets BC -1, BC -5, BC -8, and BC -26.
April 30, 2007
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
909 Rolling Hills Drive
Fayetteville, Arkansas 72703
Phone (479)443-3404
. FAX (479)443-4340
ADDENDUM NO. 1
Westside Wastewater Facilities
BROYLES ROAD IMPROVEMENTS
Fayetteville Wastewater System Improvements Project
City of Fayetteville, Arkansas
Contract No. WP -1b
Plans No. Fy-315
Dated April, 2007
The Specifications and Contract Documents for the above project are hereby changed.
or clarified in the following particulars:
SPECIFICATIONS
Document 00400 — Bid Form
1) Attached is revised page 00400 5 of the Bid. Bidder shall affix this page over the
respective page of the Bid by taping, or stapling. [Units are changed on Bid Items
10,11,and 12]
GENERAL
Acknowledge receipt of this Addendum by returning the attached acknowledgment form
by facsimile transmission to the Engineer at (479)443-4340. Also acknowledge receipt
of the Addendum in the space provided on page 00400-2 of the Bid.
[Enclosure: Bid Page 00400-5.]
April 18, 2007
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
909 Rolling Hills Drive
Fayetteville, Arkansas 72703
Phone (479)443-3404
FAX (479)443-4340
l
DOCUMENT 00400 -BID FORM (continued)
Unit Price Schedule:
No. Item
1. Mobilization L.S. $ 1 $
2. Maintenance of Traffic L.S. $ 1 $
3. Site Clearing L.S. $ 1 $•
4. Earth Excavation C.Y. $ 30,010 $
5. Compacted Embankment C.Y. $ 19,965 $
6. -. Rock Excavation C.Y. $ 2,200 $
7. Undercutting, Furnishing &
Compacting Hillside Material C.Y. $ 7,075. $
8. 24" Select Fill Material C.Y. $ , 14,925 + $
Under Roadway
9. Subgrade Preparation S.Y. $ 21,425 $
10. Class 7 Aggregate Base Course Ton $ 10,030 $
'11. ACHM Binder Course Ton $' • 2,880 $
12. ACHM Surface Course Ton $ 4,035 $
13. 4" Compacted Aggregate Base S.Y. $ • 138 $
Course (Cl. 7) for Driveways
Estimated
Unit Unit Price Quantity Total Price
14. 6" Compacted Aggregate Base S.Y. $ • 350 .$
Course (Cl. 7) for Driveways
15. 6" High Concrete Combination L.F. $ 11,535 $
Curb and Gutter
16. 4" Nonreinforced Portland S.Y. $ 2,200 $
Cement Concrete Sidewalk
17. 8" Reinforced Portland
Cement Concrete Sidewalk
18. Seeding and Mulching
S.Y. $ 36 $
Ac. $ 9.5 $
00400 -Bid Form Addm 1 doc 00400 — 5
City of Fayetteville, Arkansas
Water & Wastewater Department
PROJECT MANUAL
FOR
FAYETTEVILLE PROJECT NO. 02133-0324
CONTRACT NO. WP -lb
WESTSIDE WASTEWATER FACILITIES
BROYLES ROAD IMPROVEMENTS
FAYETTEVILLE WASTEWATER SYSTEM
IMPROVEMENTS PROJECT
April, 2007
ENGINEER
McGoodwin, Williams and Yates, Inc.
909 Rolling Hills Drive
Fayetteville, AR 72703
OWNER/PROGRAM MANAGER
City of Fayetteville, Arkansas
Water and Wastewater Department
113 West Mountain Street
Fayetteville, AR 72701
1
1
1
1
1
1
1
1
1
PROJECT MANUAL
Broyles Road Improvements
Fayetteville Wastewater System Improvements Project
Fayetteville, Arkansas
City of Fayetteville Project No. 02133-0324
Engineer's Project No. Fy-315
Engineer: - McGoodwin, Williams and Yates, Inc.
909 Rolling Hills Drive
Fayetteville, Arkansas 72703
Tel. 479-443-3404
Fax. 479-443-4340
00001b Project Title Page . 00001-1
1
1
1
1
1
1
1
i
1
1
1
�1
City of Fayetteville, Arkansas
Wastewater System Improvement Project:
Broyles Road Improvements
Contract No. WP -lb
DOCUMENT 00005 — INDEX AND CERTIFICATION PAGE
DOCUMENT
/ DIVISION
00120 -. 00700
00800 - 00900
Div. 1
Div. 2
Div. 3
Div. 4
Div. 5
Div. 6
Div. 7
Div. 8
Div. 9
Div. 10
Div. 11
Div. 12
Div. 13
Div. 14
Div. 15
Div. 16
SPECIFICATION INDEX
DESCRIPTION
Invitation to Bid through General Conditions
Supplementary Conditions; Forms
General Requirements
Site Construction
Concrete
.Masonry
Metals
Wood and Plastics
Thermal and Moisture Protection
Doors and Windows
Finishes
Specialties
Equipment
Furnishings
Special Construction
Conveying Systems
Mechanical
Electrical
CERTIFICATION(S)
NUMBER
OF PAGES
83
17
72
87
22
0.
0
0
0
0
0
0
0
0
0
0
0
Certifications are on the following. pages
00005 -Index & Cert.doc
00005-1
•
STAMPS SEALS AND SIGNATURES
CERTIFICATE OF
AUTHORIZATION
SEAL AND SIGNATURE
APPLICABLE SECTIONS
onImmutio
v
�tgits
►— endYly
S o E
sv` NNo.132
cc
Awe
M. Lane Crider, P. E.
E
w 4 4
No. 9233 I
el
AlE
Sections 00120 through 01780.
ao?AU
1►►''��%i,
Rick A. Cowdrey, P. E.
ittlAtE
F
A� :Gra .t
RAI EREII
PROFESSIONAL
ENGINEER
No.4320.
..4%••- A. cot
wrt04j12/07
Sections 02230 through 02240 and
Sections 02300 through 03300.
00005 -Index & Cert.doc
00005- 2
STAMPS,'S'EAL'S AND_SI'GNATURES fcon'tinued)
CERTIFICATE OOF l
AUTHORIZATION 1
SEALAND SIGNATURE
APPLICABLESECTIONS
Bruce'Shacklefor:.d,
REPA
oFumuj„�,
���RO'�
�.
tr�,,
t,�.
ACKLE
onniimmodo
AY
IYI
:
ORD,
r'=atz
•F
S , REM,
11].
F
t- .1
cI
>,_
' S'ecti'on :0227.0.
REM
5607
!Oo005=lndez'& .Cert: d oc
00005- 3
1
1
1
1
1
1
1
1
1
'1
1
1
1
1
1
1
1
11
1
i.
1
I
1
1
Wirlee
INTRODUCTORY INFORMATION
00005 Index and Certification Page
00010 Table of Contents
00100 BID SOLICITATION
00120 Invitation to Bid
00140 Bidder's Qualification Statement
00200 INSTRUCTIONS TO BIDDERS
00400 BID FORMS AND SUPPLEMENTS
00400 Bid Form
00410 Bid Bond
00430 List of Subcontractors
00500 .
00500
00550
AGREEMENT FORM
Agreement Form
Notice to Proceed
00600 BONDS AND CERTIFICATES
00600 Performance Bond and Payment Bond
00700 CONTRACT GENERAL CONDITIONS
00800 SUPPLEMENTARY CONDITIONS
00860 Prevailing Wage Determination
00900 ADDENDA AND MODIFICATIONS
00930 Request for Interpretation
00931 Field Order
00932 Request for Proposal
00940 Change Order
00945 Work Change Directive
DIVISION 1 - GENERAL REQUIREMENTS
01110 Summary of Work
01250 Contract Modification Procedures
01270 Unit Prices
01290 Payment Procedures
01290.01 Application for Payment
01290.02 Schedule of Values
01290.12 . Certificate of Substantial Completion
01290.14 Contractor Affidavit for Final Payment
00010 Table of Contents
TABLE OF CONTENTS
City of Fayetteville Project Number 02133-0324
Contract Number. WP -lb
Contract Title: Wastewater System Improvement
Project — Broyles Road Improvements
00005-1 of 3
00010-1 of2
00120-1 of 3
00140-1 of 3
00200-1 of 7
00400-1 of 10
00410-1 of 2
00430-1 of 1
00500-1 of 9
00550-1 of2
00600-1 of 4
00700-1 of 42
00800-1 of 10
00860-1 of 1
00930-1 of 1
00931-1 of 1
00932-1 of 1
00940-1 of 1
00945-1 of 2
01110-1 of4
01250-1 of2
01270-1 of 8
01290-1 of 2
01290.01-1 of 2
01290.02-1 of 1
01290.12-1 of 1
01290.14-1 of2
00010- 1