Loading...
HomeMy WebLinkAbout144-18 RESOLUTIONfart rrfl �r �Rka775t., . 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 144-18 File Number: 2018-0314 INSITUFORM TECHNOLOGIES, LLC CHANGE ORDER NO. 1: A RESOLUTION TO APPROVE CHANGE ORDER NO. 1 TO THE CONTRACT WITH INSITUFORM TECHNOLOGIES, INC. IN THE AMOUNT OF $280,192.55 TO ADD ADDITIONAL PIPE SEGMENTS TO THE 2018 PROPOSED SEWER REHABILITATION WORK PLAN USING THE CURED -IN-PLACE PIPE METHOD 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 approves Change Order No. 1 to the contract with Insituform Technologies, Inc. in the amount of $280,192.55 to add additional pipe segments to the 2018 proposed sewer rehabilitation work plan using the cured -in-place pipe method. PASSED and APPROVED on 7/3/2018 Attest: Sondra E. Smith, City Clerk Treasurer Page 1 Printed on 715118 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2018-0314 Agenda Date: 7/3/2018 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 7 INSITUFORM TECHNOLOGIES, LLC CHANGE ORDER NO. 1: A RESOLUTION TO APPROVE CHANGE ORDER NO. 1 TO THE CONTRACT WITH INSITUFORM TECHNOLOGIES, INC. IN THE AMOUNT OF $280,192.55 TO ADD ADDITIONAL PIPE SEGMENTS TO THE 2018 PROPOSED SEWER REHABILITATION WORK PLAN USING THE CURED -IN-PLACE PIPE METHOD 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 approves Change Order No. 1 to the contract with Insituform Technologies, Inc. in the amount of $280,192.55 to add additional pipe segments to the 2018 proposed sewer rehabilitation work plan using the cured -in-place pipe method. City of Fayetteville, Arkansas Page 1 Printed on 71512018 City of Fayetteville Staff Review Form 2018-0314 Legistar File ID 7/3/2018 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 6/6/2018 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order No.1 for the Cured In Place Pipe term (renewable) contract with Insituform Technologies, LLC to add additional pipe segments to the 2018 proposed sewer rehabilitation work plan, increasing the contract cost from $248,501.00 to $528,693.55. 5400.720.5700-5815.00 Account Number 02017.2018 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Budget Impact: Water and Sewer Fund Sanitary Sewer Rehabilitation Project Title Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget $ 6,267,912.00 $ 470,732.40 I $ 5,797,179.60 $ 280,192.55 �$ 5,516,987.05 V20180321 Purchase Order Number: 2018-00000348 Previous Ordinance or Resolution # Change Order Number: Original Contract Number: 2018-00000017 Comments: Approval Date: CITY OF rAd FAYETTEVILLE ARKANSAS MEETING OF JULY 3, 2018 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Water & Sewer Committee June 12, 2018 FROM: Tim Nyander, Utilities Director DATE: June 5, 2018 CITY COUNCIL MEMO SUBJECT: Insituform Technologies, LLC — Change Order No. 1 RECOMMENDATION: Staff recommends approval of Change Order No.1 for the Cured In Place Pipe term (renewable) contract with Insituform Technologies, LLC to add additional pipe segments to the 2018 proposed sewer rehabilitation work plan, increasing the contract cost from $248,501.00 to $528,693.55. BACKGROUND: The contract with Insituform Technologies, LLC was approved by the City Council on April 3, 2018 by Resolution 84-18. The contract allows for as -needed rehabilitation of sanitary sewer mains and service connections using the cured -in-place pipe method for the prices set forth in the bid documents, with the option to renew for up to four additional one-year terms and price increases upon renewal not to exceed 5%. DISCUSSION: Staff requests adding additional lengths and diameters of pipe into the 2018 sewer rehabilitation work plan. The proposed pipe rehabilitation is based upon Sanitary Sewer Evaluation Survey (SSES inspections) and City field work. The proposed Change Order No. 1 includes: Additional quantities to the as -needed 2018 Bid Unit Prices for 6", 8", 10" and 12" diameter sewer pipe, Adding diameters and quantities for 15", 18" and 24" diameter sewer rehabilitation. Based upon the additional diameters and quantities, the proposed 2018 contract cost will be increased from $248,501.00 to $528,693.55. BUDGET/STAFF IMPACT: Funds are available in the Sewer System Rehabilitation project. Attachments: Proposed Change Order 1 with attachments Copy of Resolution 84-18 (Page 1) Copy of previous Bid Tab Redlined copy changed agreement pages (00500-3, 00500-5, and 01110-4) Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 i CITY OF FAYETTEVILLE ARKANSAS Contract Modification PROJECT DATA Project Name: 2018 Sanitary Sewer Cured in Place Pipe Date of Request: 06/04/2018 Project No.: Bid 18-22 Construction Modification Date: Date Signed by the Mayor, City of Fayetteville Ordinance/Resolution Resolution no. 84-18 Resolution Date 04/03/2018 CONTRACT MODIFICATION DATA ® Change Order ❑ Written Amendment Modification No.: CO 1 To: Insituform Technologies, Inc. Project: 2018 Sanitary Sewer Cured In Place Pipe Owner: City of Fayetteville Engineer: City of Fayetteville The Contract is Changed/Modified as follows: A. Add quantities and sizes/diameters of sanitary sewer main for cured in place pipe rehabilitation as documented in the attached schedule labeled Change Order no.1 for the 2018 Work Plan. B. Revise the Language in Section 00500 AGREEMENT as indicated on attached pages 00500-3, and 00500-5. C. Revise the Language in Section 01110 SUMMARY OF WORK AGREEMENT as indicated on attached page 01110-4. Reason for Change/Modification: A. The requested additional sanitary sewer pipe rehabilitation will be utilized for increased pipe quantifies and pipe size/diameter. Attachments (list Supporting Documents): Page 1 of 2 r cl rY of FAYETTEVILLE ARKANSAS Contract Modification A. Attached pages as noted above. Contract Amount or Price Contract Times (Calculate Days) Original $248,501.00 Original Duration Annual 2018 Previous Contract $0 Previous Contract 0 Days Modification(s) Date: Modification(s) (Contractor): (Add/Deduct) (Add/Deduct) Recommendation: This Contract Modification C01 $280,192.55 This Contract Modification 0 Days (Add/Deduct) (Add/Deduct) Revised Contract $528,693.55 Revised Contract Time Annual 2018 SIGNATURE RECORD Mayor, City of Date: Fayetteville, (Owner) Insituform Technologies Laura M. Andreski, Contracting and Attesting Date: June 5, 2018 (Contractor): Officer Recommendation: 44hP Date: i J+rNe 20I Utilities Director 3 Page 2 of 2 DOCUMENT 00550. --NOTICE TO PROCEED (REVISED 04/23/2018) TO: Insituform 17988 Edison Avenue Chesterfield, MO 63005 Via email to: Tim Peterie, Insituform Contract Name/Title: 2018 Sanitary Sewer Cured In Place Pipe, Bid 18-22, Construction. Owner: City of Fayetteville, Arkansas You are notified that the Contract Time(s) under the above Contract will commence to run on a date mutually acceptable to Insituform and the City of Fayetteville, By that date, you are to start performing your obligations under the Contract Documents. In accordance with the Agreement between Owner and Contractor, the date of completion ready for final payment is calendar year 2018. The proposed/draft work plan is attached to this notice to proceed for your review. A preconstruction meeting, or telephone conference is requested to review the proposed work plan prior to any work performed by Insituform. Before you may start any work at the Site, the General Conditions provide that you and Owner must each deliver to the other, (with copies to Engineer and other identified additional insureds) certificates of insurance, which each is required to purchase and maintain in accordance with the Contract Documents (this has been received and is acknowledged). Also, before you may start any work at the Site, you must submit the following: 1. Acknowledgment of the Work Plan. 2. Construction progress schedule. 3. Schedule of any remaining Submittals. 4. Satisfactory evidence of insurance in accordance with the requirements of the General Conditions. 5. Maintenance of Traffic as specified. You are required to return an acknowledgement copy of this Notice to Proceed to the Owner. 00550 Notice to Proceed 00550-1 DOCUMENT 00550 - NOTICE TO PROCEED: (continued) Dated April 23, 2018 City of Fayetteville By (signature) Jim Beavers, Utilities Engineer i (Type or print) ACCEPTANCE OF NOTICE TO PROCEED Insituform Technologies, LLC u Contractor By (signature) Laura M. Andreski (Type or print) Title Contracting and Attesting Officer Date June 5 , 20 18 Copy to Engineer (Use Certified Mail Return Receipt Requested, or hand deliver) END OF DOCUMENT 00550 (REVISED 04123/2018) i i 00550 Notice to Proceed 00550-2 i DOCUMENT 00500 — AGREEMENT (continued) amount based on the unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 The Contractor and the City of Fayetteville shall negotiate the annual work plan based upon the City's needs and the Contract Unit Prices as specified within the Contract Documents. The work plan and the proposed annual contract amount shall be approved by the City of Fayetteville City Council. The City of Fayetteville is , under no obligation to purchase a minimum amount of any item awarded and City of Fayetteville may choose to purchase more, less, or none of the rehabilitation, depending upon its needs. This contract is generally for miscellaneous and unidentified rehabilitation of sanitary sewer mains and service connections using the cured -in-place pipe method. The City of Fayetteville will pay the Contractor in the manner and at such times as set forth in the General Conditions such amounts, as required by the Contract Documents. 4.03 As provided in the Contract estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the Contract Documents. 4.04 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. 1. There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 00500 Agreement 00500-3 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 6 - CONTRACT RENEWAL 6.01 Contract Renewal. A. The contract may be renewed for additional periods up to four (4) additional annual contract periods beyond the original bid and will be based solely upon the option and agreement between both the City of Fayetteville and the CONTRACTOR. The prices and rates bid by the successful bidder shall be firm throughout the initial one year period of the contract. Prices and rates may only be increased or decreased for the next or subsequent contract extension period, and only if the parties agree to extend the contract. If the City of Fayetteville seeks to decrease or Contractor seeks to increase any price or rate, each party shall give the other party written notice thereof at least ninety (90) days prior to the end of the contract year, together with a justification for each proposed rate of price change. City of Fayetteville and Contractor shall negotiate in good faith the amount, if any, in the increase or decrease in the price or rate; provided, however, in no event may any specific unit cost change more than five percent (5%) of the preceding year's value. If the parties are unable to agree on the extension of the contract, then the contract shall terminate at the end of the contract year, subject to the City of Fayetteville's right to unilaterally extend the contract of the same terms and conditions, for a period not to exceed four (4) months to enable the City of Fayetteville time to rebid this document. B. Purchase orders may be issued to the successful bidder with a contract period not to exceed one (1) year. C. Payment for work shall be made upon completion and acceptance of the work by the City of Fayetteville. ARTICLE 7 - CONTRACTOR'S REPRESENTATIONS 7.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. 00500 Agreement 00500-5 SECTION 01110 — SUMMARY OF WORK (continued) I . Purchase orders may be issued to the successful bidder fwith a contract period not to exceed one (1) calendar (inclusive) year. 2. Payment for work shall be made upon completion and acceptance of the work by the City of Fayetteville. 1.10 COPIES OF DOCUMENTS: A. Furnished Copies: After execution of Agreement, Contractor will be furnished at no cost, a maximum of three (3) sets of Contract Documents consisting of full-size Contract Drawings including revised Drawings and the Project Manual, in addition to those used in execution of the Agreement. B. Additional Copies: Additional copies of above documents will be supplied by Engineer upon request of Contractor and approval of Owner. 1.11 SCHEDULE OF OWNER -SUPPLIED EQUIPMENT AND MATERIALS: None. PART 2 - PRODUCTS — NOT APPLICABLE. PART 3 - EXECUTION — NOT APPLICABLE. END OF SECTION 01110 01110 -Summary of Work - Final 01110-4 f k k ey16 \ - \ ) \2 k } \ \ \ \ \ \ \ k \ \ ][& § \/\ (F � _ \\ 3} \\ - §z \ < < z i) () { } 3) / - \ § )_ #f' !f' }}) ) _: /j: /j: )// \ \\ /\ \ E:E g 3 e u,\ uj / 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 84-18 File Number: 2018-0186 BID #18-22 INSITUFORM TECHNOLOGIES, LLC: A RESOLUTION TO AWARD BID #18-22 AND APPROVE A ONE YEAR CONTRACT WITH INSITUFORM TECHNOLOGIES, INC. WITH THE OPTION TO RENEW FOR UP TO FOUR ADDITIONAL ONE YEAR TERMS FOR AS -NEEDED REHABILITATION OF SANITARY SEWER MAINS AND SERVICE CONNECTIONS USING THE CURED -IN-PLACE PIPE METHOD 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 #18-22 and approves a one year contract with Insituform Technologies, Inc. for as -needed rehabilitation of sanitary sewer mains and service connections using the cured -in-place pipe method for the prices set forth in the bid documents attached' to this Resolution, with the option to renew for up to four additional one year terms and price increases upon renewal not to exceed 5%. PASSED and APPROVED on 4/3/2018 Attest: Sondra E. Smith, City Clerk T r*d;;F"qs�!i�� 04 t�jf`'Sf ° • .. • int <'4�` Page 1 Printed on 4/4116 Aft CITY OF FAYETTEVILLE ARKANSAS Construction - 2018 Sanitary Sewer Cast in Place Pipe Bid No. 18-22 Official Bid Tabulation Bid No. 18-22 Date: 03.07.2018 Time: 2:00 PM Lioneld Jordan, Mayor Certification of Funds: $350,000.00 Max Bid Award Limit: $437,500.00 Number of Addendums: 1 Insituform Technologies, LLC Suncoast Infrastructure, Inc. ITEM ESTIMATED UNIT UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT 1 6" x 4.5mm trenchless rehabilitation by CIPP of existing LF 4,000 $ 38.00 $ 152,000.00 $ 45.00 $ 180,000.00 sewer pipe mainline, complete in lace 2 8" x 6.Omm trenchless rehabilitation by CIPP of existing LF 1,500 $ 36.00 $ 54,000.00 $ 53.00 $ 79,500.00 sewer pipe mainline, complete in place 3 10" x 6.Omm trenchless rehabilitation by CIPP of existing LF 500 $ 36.00 $ 18,000.00 $ 59.00 $ 29,SOO.00 sewer pipe mainline, complete in place 4 12" x 6.Omm trenchless rehabilitation by CIPP of existing LF 500 $ 42.00 $ 21,000.00 $ 63.00 $ 31,500.00 sewer pipe mainline, complete in place 5 Internal Reinstatement of Service EA 100 $ 0.01 $ 1.00 $ 150.00 $ 15,000.00 Laterals 6 Standard Mobilization (within 15 EA 2 $ 1,000.00 $ 2,000.00 $ 5,050.00 S 10,100.00 .working days) Emergency Mobilization (within 3 EA 1 $ 1,000.00 $ 1,000.00 $ 16,384.00 $ 16,384.00 working days) F87 Trench Safety Comply with OSHA Standards 29 CFR 1926 Safety LS 1 $ 500.00 $ 500.00 $ 2,590.00 $ 2,590.00 and Health Regulations for Construction Subpart P TOTAL BASE BID $ 248,501.00 1 $ 364,574.00 CERTIFIE Andrea Rq�nieJCPPO, CPPB, Purchasing Manager Date 3/ /3 Redlined Copy DOCUMENT 00500 — AGREEMENT (continued) amount based on the unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 The Contractor and the City- of Egyette-ville .shall negotiate the annual work plan based upon the Citv's needs and the Contract, Unit Prices as specified within the Contract Documents. The work plan and the proposed annual contract amount shall be approved bN the Ciq, of Fay-cttevillc Ciq, Council. Cent, aeteF Shall he eRtifled . . The City of Fayetteville is under no obligation to purchase a minimum amount of any item awarded and City of Fayetteville may choose to purchase more, less, or none of the rehabilitation, depending upon its needs. This contract is generally for miscellaneous and unidentified rehabilitation of sanitary sewer mains and service connections using the cured -in -place pipe method. The City of Fayetteville will pay the Contractor in the manner and at such times as set forth in the General Conditions such amounts, as required by the Contract Documents. 4.03 As provided in the Contract estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the Contract Documents. 4.04 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. 1. There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. 00500 Agreement 00500-3 Redlined Copy SECTION 01110 — SUMMARY OF WORK (continued) I. Purchase orders may be issued to the successful bidder I' all 8PPI-Oki"ARle 1.0tfll Of -with a contract period not to exceed one (1) calendar (inclusive) year. 2. The cost. i.e., 5. Payment for work shall be made upon completion and acceptance of the work by the City of Fayetteville. 1.10 COPIES OF DOCUMENTS: A. Furnished Copies: After execution of Agreement, Contractor will be furnished at no cost, a maximum of three (3) sets of Contract Documents consisting of full-size Contract Drawings including revised Drawings and the Project Manual, in addition to those used in execution of the Agreement. B. Additional- Copies: Additional copies of above documents will be supplied by Engineer upon request of Contractor and approval of Owner. 1.11 SCHEDULE OF OWNER -SUPPLIED EQUIPMENT AND MATERIALS: None. PART 2 - PRODUCTS — NOT APPLICABLE. PART 3 - EXECUTION — NOT APPLICABLE. END OF SECTION 01110 01110-Summary of Work 01110-4 Redlined Copy DOCUMENT 00500 — AGREEMENT (continued) 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACT RENEWAL 6.01 Contract Renewal. A. The contract may be renewed for additional periods up to four (4) additional annual contract periods beyond the original bid and will be based solely upon the option and agreement between both the City of Fayetteville and the CONTRACTOR. The prices and rates bid by the successful bidder shall be firm throughout the initial one year period of the contract. Prices and rates may only be increased or decreased for the next or subsequent contract extension period, and only if the parties agree to extend the contract. If the City of Fayetteville seeks to decrease or Contractor seeks to increase any price or rate, each party shall give the other party written notice thereof at least ninety (90) days prior to the end of the contract year, together with a justification for each proposed rate of price change. City of Fayetteville and Contractor shall negotiate in good faith the amount, if any, in the increase or decrease in the price or rate; provided, however, in no event may any specific unit cost change more than five percent (5%) of the preceding year's value. If the parties are unable to agree on the extension of the contract, then the contract shall terminate at the end of the contract year, subject to the City of Fayetteville's right to unilaterally extend the contract of the same terms and conditions, for a period not to exceed four (4) months to enable the City of Fayetteville time to rebid this document. B. Purchase orders may be issued to the successful bidder HP to aii appfel*imate iota! of $350-000.9 ith a contract period not to exceed one (1) year. C. . i.e•- Payment 00500 Agreement 00500-5 Tim Nyander Submitted By INSITUFORM TECHNOLOGIES, INC. CHANGE ORDER NO. 2 City of Fayetteville Staff Review Form 2020-0314 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 4/8/2020 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order No. 2 to the contract with Insituform Technologies, Inc. to adjust the linear footage and diameters of sewer lines to be rehabilitated in 2020. N/A Account Number N/A Project Number Budgeted Item? NA Does item have a cost? NA Budget Adjustment Attached? NA Purchase Order Number: Change Order Number: Original Contract Number: Comments: Budget Impact: N/A Fund N/A Project Title Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Previous Ordinance or Resolution # 1 4-18 Approval Date: 4/13/20 V20180321 CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: April 8, 2020 STAFF MEMO SUBJECT: Approval of Change Order No. 2 for the 2020 Cured In Place Pipe Sanitary Sewer Rehabilitation Project. RECOMMENDATION: Staff recommends approval of Change Order 2 to the contract with Insituform Technologies, Inc. which will not change the current contract price. BACKGROUND: 2020 is year 3 of a 5-year renewable sanitary sewer rehabilitation contract with Insituform Technologies. Bid #18-22 was awarded through Res. 84-18 and then amended through Change Order No. 1 through Res. 144-18. The current annual contract amount is not to exceed $528,693.55. This will not change with proposed Change Order No. 2. DISCUSSION: Each year a work -plan is developed by city staff to identify line segments most in -need of cured - in -place liner installation under this contract. Change orders are necessary to adjust funds to match the proper lengths and diameters of the lines receiving rehabilitation work. The 2020 work plan primarily focusses on a large segment of 24-inch diameter clay sewer pipe between the Washington County Juvenile Detention Center and Cato Springs Road. This segment is a priority as West Fork will soon be discharging all their municipal wastewater through this segment of aging pipe. BUDGET/STAFF IMPACT: This project is already budgeted, and this Change order does not affect the contract price. Attachments: Change Order 2 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 `i G O M cC �i N C o O N CL 0.. O U cl a G N 00 U oo O I `V M O 0 N R O O � tA w I,- C) li C � p`--� cn L q z 2 C] x O :J y N of 0 UJ U ot µ jf r a z J .O 0 0 00 o 0 o O vi O O O O 000 fA 69 IA C. _ 6�4 bN9 6G9 67 N y 0 o 0 0 o c o o is O N m �D o Cl CDC.o U o r o 0 N 64 6�9 69 6�4 I� 69 b O O O O 0 O 0 O pa 69 64 GS 69 I.--+ 69 69 'tl a� CC O _ N a N /1 W v O O O O O O O O O O O O p D1.0 r� ¢; OMO M M <-A O O u 64 64 69 FA w w Gr. LT- O m a a a a w w W o ! '+ C kn h Cl) 00 �p O v a M 4- ti O 4, C h O 4, C" w ❑ y O '^ 4, O 75 n cd c° U U cd c U s! c U `° r o = cu •D C ate-. .O C3. C aL+ A • O. [ ' A • O, +� A • ¢' ❑ iC N bA O .� 12, y 'y •� N N` •� N N. OC,5 O C .� N U X T Q R k O A xLE 04 O X p bA O k Z bA O `p Vl �fi l� O o ,r, N O O eD O O O O ,O O N 6�9 69 69 r FA C) � 69 C. o C) n C-- p O o o O N co N 0 O o O p O Cl61c) In N O� v'i 69 In m o �n � o c O 00 IN In, 69 GO b4 CD a N O V1 CD „� CD O C)O O C)00 0 C)� d' M O(D cn 64 64 N N cl C. U u_ o• •C P+ U C. [ lJ C N O\ i N C O. > pa w T N i U O. N Ll (U o- U O G C¢ a w N c~d U w C .O N C O O a y O CIO E v❑ N .L' V] hA O U N O �n Q7 in N. v N .O to a00 �• r O ai (D v UW 00 G O p O C Ci U U U U z 0 N O N O 'L7 M 0 O N a) m (U a. 0 c� M 0 0 M N rn to CL r- O y V u i W