Loading...
2016-29611 Reso RESOLUTION NO. 2016-29611 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A SUPPLEMENTAL WORK ORDER WITH SNIFF CONSTRUCTION AND DEVELOPMENT, INC., FOR ADDITIONAL WORK AT THE FLAMINGO PARK RESTROOM AND OFFICE FACILITY PROJECT LOCATED AT 1200 MERIDIAN AVENUE, UTILIZING THE COMPETITIVELY BID NATIONAL JOINT POWERS ALLIANCE (NJPA) COOPERATIVE CONTRACT, IN AN AMOUNT NOT-TO- EXCEED $94,717.63 WHEREAS, the Flamingo Park Restrooms and Office Facility Project is part of the Flamingo Park Master Plan Improvements; and WHEREAS, the existing restroom facility was closed due to its dilapidated state, rendering the restrooms at the southern end of Flamingo Park (at the Tennis Center and in the pool facility), as the only restrooms available for park users; and WHEREAS, the Indefinite Quantity Contract (IQC) process is used extensively by the local, state and federal governmental agencies throughout the United States to expedite the delivery of construction projects and the City, as a governmental agency member, is authorized to utilize the IQC contract for construction services competitively awarded by the National Joint Powers Alliance (NJPA) to the Gordian Group; and WHEREAS, the NJPA contract requires the Mayor and City Commission approval for any work order exceeding $250,000; and WHEREAS, on February 10, 2016 the Mayor and City Commissioned approved Resolution 2016-29293, authorizing a Work Order with Shiff Construction and Development, Inc. for a not-to-exceed amount of$800,838, plus Owner's Contingency in the amount of $80,084, for a total of $880,922, for the Flaming Park Restroom / Office Facility; and WHEREAS, during the course of construction, the Contractor encountered unforeseen site conditions, requiring the contractor to excavate, break-up and remove eight pilings that were discovered under the existing building during demolition; construct a temporary bridge for, construction vehicles, per City Engineer's proposed means, across a 30-inch sewer force main that is 8 inches below grade; and remove and cap an existing unidentified storm water structure located within the new building footprint; and WHEREAS, the scope was modified to address the requirement for additional site fencing and wind screen as necessary per the Construction Parking Management Plan; structural fill under sidewalks, per the recommendation of the Geotechnical Engineer; epoxy flooring in the restrooms instead of tile flooring; and hand dryers, with associated electrical work, in lieu of paper towel dispensers in the restrooms; and WHEREAS, On September 14, 2016 the Contractor submitted a supplemental work order for the modified scope and unforeseen site conditions, utilizing the NJPA cooperative contract system, in the amount of$102,030; and WHEREAS, the work order was reviewed and further negotiated by staff, bringing the total to a not to exceed amount of$94,717.63; and WHEREAS, the requested supplemental work order will increase the total work order to $975,639.63, including contingency. WHEREAS, the Administration has determined that the cost proposal is fair and reasonable, and therefore recommends approval of the supplemental work order. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve and authorize the City Manager to execute a supplemental work order with Shiff Construction and Development, Inc., for additional work at the Flamingo Park Restroom and Office Facility Project located at 1200 Meridian Avenue, utilizing the competitively bid National Joint Powers Alliance (NJPA) cooperative contract, in an amount not-to-exceed $94,717.63. PASSED and ADOPTED this /9 day of OC7UfJPr , 2016. ',7/ ,/ / PHILI' L j E, MAYOR ATTEST: • �, -'.y1 /; '''J'''``\`�`�,,1,1111 a :r. C Iii AF : ' . GRA`,A!D O s a Rf :,'S'��y, APPROVED AS TO �- FORM&LANGUAGE i�= ''�•�^ . . * . &FOR EXECUTION 0i �NCDRp .1� ,(0( (i° ti%� '•••.... .. ••-,* \ s CftyAttomey is Date hhhNiCH-(1 )4:" Resolutions - R7 MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: October 19, 2016 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE A SUPPLEMENTAL WORK ORDER WITH SHIFF CONSTRUCTION AND DEVELOPMENT, INC., FOR ADDITIONAL WORK AT THE FLAMINGO PARK RESTROOM AND OFFICE FACILITY PROJECT LOCATED AT 1200 MERIDIAN AVENUE, UTILIZING THE COMPETITIVELY BID NATIONAL JOINT POWERS ALLIANCE (NJPA) COOPERATIVE CONTRACT, IN AN AMOUNT NOT-TO-EXCEED $94,717.63 RECOMMENDATION The Administration recommends adopting the Resolution. ANALYSIS The Flamingo Park Restrooms and Office Facility Project is part of the Flamingo Park Master Plan Improvements. The existing facilities are insufficient to meet the demands of park users and were closed due to its dilapidated state, rendering the restrooms at the southern end of the park, at the Tennis Center and in the pool facility, as the sole restrooms for park users. The Indefinite Quantity Contract (IQC) process is used extensively by the local, state and federal governmental agencies throughout the United States to expedite the delivery of construction projects. The City, as a governmental agency member, is authorized to utilize the IQC contract for construction services competitively awarded by the National Joint Powers Alliance (NJ PA)to the Gordian Group. The NJPA contract requires the Mayor and City Commission approval for any work order exceeding $250,000. On February 10, 2016 the Mayor and City Commissioned approved Resolution 2014-28806 and approved a Work Order with Shiff Construction and Development, Inc. for a not-to-exceed amount of $800,838, plus owner's contingency in the amount of $80,084, for a total of$880,922, for the Flaming Park Restroom /Office Facility. During the course of construction, the Contractor encountered unforeseen site conditions. In order to address these conditions, the contractor will need to excavate, break-up and remove eight pilings that were discovered under the existing building during demolition; construct a temporary bridge for construction vehicles, per City Engineer's proposed means, across a 30- inch sewer force main that is 8 inches below grade; and the removal and capping of an existing unidentified storm water structure located within the new building footprint. Page 1151 of 1614 In addition, the scope was modified to address the requirement for additional site fencing and wind screen as necessary per the Construction Parking Management Plan; structural fill under sidewalks, per the recommendation of the Geotechnical Engineer; epoxy flooring in the restrooms instead of tile flooring; and hand dryers, with associated electrical work, in lieu of paper towel dispensers in the restrooms. On September 14, 2016 the Contractor submitted a supplemental work order for the modified scope and unforeseen site conditions, utilizing the NJPA cooperative contract system, in the amount of $102,030. The work order was reviewed and further negotiated by staff, bringing the total to a not to exceed amount of $94,717.63. The revised supplemental work order (Exhibit A) was submitted on October 3, 2016. The requested supplemental work order will increase the total work order to $975,639.63, including contingency, which is reserved for other items that may arise during construction of the project. The cost proposal was reviewed and analyzed and was found to be fair and reasonable. CONCLUSION The Administration recommends that the Mayor and City Commission adopt the attached resolution, approving and authorizing the City Manager to execute this supplemental work order with Shiff Construction and Development, Inc., in the not to exceed amount of $94,717.63. KEY INTENDED OUTCOMES SUPPORTED Build And Maintain Priority Infrastructure With Full Accountability Amount 1 $94,717.63 Account 1 388-0820-069357-00-410-546-00-00-00- 23200 - MDC CDT Interlocal CDT/Resort Tax Total $94,717.63 Legislative Tracking Capital Improvement Projects ATTACHMENTS: Description ❑ Exhibit A- Shiff Supplemental Work Order ❑ Resolution Page 1152 of 1614 AIS I Q C Work Order Signature Document THE GORDIAN GROUP NJPA EZIQC Contract No.: FLO6-022912-SCD New Work Order X Modify an Existing Work Order Work Order Number.: 038312.01 Work Order Date: 10/03/2016 Work Order Title: Flamingo Park New Restroom/Office Facility Supplemental Owner Name: City of Miami Beach Contractor Name: Shiff Construction & Development, Inc. Contact: FERNANDA SOTELO Contact: Justen Shiff Phone: 305-673-7000 x6877 Phone: 9545242575 • Work to be Performed Work to be performed as per the Final Detailed Scope of Work Attached and as per the terms and conditions of NJPA EZIQC Contract No FLO6-022912-SCD. Brief Work Order Description: New Restroom and Office Facility at Flamingo Park Time of Performance Estimated Start Date: Estimated Completetion Date: Liquidated Damages Will apply: 111 Will not apply: El Work Order Firm Fixed Price: $94,717.63 Owner Purchase Order Number: Approvals 1 0/3/1 6 Jimmy L. Morales Date Co act Date David Martinez, P.E., CIP Director Date • Work Order Signature Document Page 1 of 1 10/3/2016 Page 1153 of 1614 siQc Detailed Scope of Work THE GORDIAN GROUP To: Justen Shiff From: FERNANDA SOTELO Shiff Construction & Development, Inc. City of Miami Beach 1350 NE 56th St-Ste. 100 1700 Convention Center Drive Fort Lauderdale, FL 33334 Miami Beach, FL 33139 9545242575 305-673-7000 x6877 Date Printed: October 03, 2016 Work Order Number: 038312.01 Work Order Title: Flamingo Park New Restroom/Office Facility Supplemental Brief Scope: New Restroom and Office Facility at Flamingo Park nPreliminary n Revised © Final The following items detail the scope of work as discussed at the site.All requirements necessary to accomplish the items set forth below shall be considered part of this scope of work. 1. Provide credit for(5) recessed combo paper towel dispenser/waste receptacle and provide (5)Dyson AirBlade dB Model AB14 hand dryers. Provide electrical and other as required. 2. Provide wind screen on site fencing requested at precon meeting and additional 322LF fencing due to parking management comments. Original proposal had 660LF and final fencing needed was 982LF. 3. Provide credit for tile flooring in bathroom and provide epoxy flooring as directed by Owner. 4. Plans initially called for trees to be demolished. During early meeting, it was suggested that trees instead be relocated. After proposal completed and approved and during precon walk-through, requested trees be removed as initially required per plan. Credit provided for relocation. 5. Provide credit for native soil under sidewalks and provide structural fill per response by geotech engineer in RFI response.This is for the sidewalks connecting the turnaround to the building. Does not include fill under building and surrounding walks which is being done under protest under#6 below. 6. Remove pilings found under existing bathroom building. 7. Provide means of protection over existing, previously unidentified 30"force main running under parallel to property only 8"below grade.At request of City, Contractor provided proposed means of protection which was approved by City engineer. Contractor takes no responsibility for adequateness of proposed method as it is not an engineer. 8. Provide method to excavate, remove and cap existing, previously unidentified storm water structures located in the building site. Direction provided by City public works. Subject to the terms and conditions of JOC Contract FLO6-022912-SCD. 1 0/3/1 6 C.• ra or Date David Martinez, P.E., CIP Director Date Jimmy L. Morales,City Manager Date Scope of Work Page 1 of 1 10/3/2016 Page 1154 of 1614 Contractor's Price Proposal - Summary Date: October 03,2016 Re: IQC Master Contract#: FLO6-022912-SCD Work Order#: 038312.01 Owner PO#: Title: Flamingo Park New Restroom/Office Facility Supplemental Contractor: Shill Construction&Development,Inc. Proposal Value: S94,717.63 01-Hand Dryers $9,320.31 02-Fencing&Windscreen $8,499.13 03-Bathroom Epoxy Flooring $7,098.09 05-Structural Fill©Sidewalks $8,272.42 06-Piling Removal $37,580.05 07-Water Main Protection $18,255.07 08-Cap Unforeseen Piping $5,692.56 Proposal Total $94,717.63 Thisl total represents the correct total for the proposal. Any discrepancy between line totals, sub-totals and the proposal total is due to rounding. The Percentage of NPP on this Proposal: 8.96% Contractor's Price Proposal-Summary Page 1 of 1 10/3/2016 Page 1155 of 1614 Contractor's Price Proposal - Detail Date: October 03,2016 Re: IOC Master Contract#: FLO6-022912-SCD Work Order#: 038312.01 Owner PO#: Title: Flamingo Park New Restroom/Office Facility Supplemental Contractor: Shiff Construction&Development,Inc. Proposal Value: $94,717.63 Sect. Item Mod. UOM Description Line Total . Labor Equip. Material (Excludes) 01-Hand Dryers 1 02 41 19 13 0055 EA Drill 2"Diameter Core In Up To 4"Concrete $276.18 Quantity Unit Price Factor Total Installation 10.00 x 22.95 x 1.2034 276.18 2 10 28 13 13 0095 EA 12 Gallon,Recessed Mounted,Stainless Steel Combination Folded Paper -$2,439.05 Towel Dispenser/Waste Receptacle(Bobrick Classic B-3900) Quantity Unit Price Factor Total Installation -5.00 x 405.36 x 1.2034 -2,439.05 Credit for paper towel dispenser provided in original proposal.Please note there will no waste receptacles in bathroom. 3 10 28 13 13 0191 EA Surface Mounted,Automatic Sensor,Cast-Iron Cover Hand Dryer(World $563.67 Dryer Model A) Quantity Unit Price Factor Total X X Installation 5.00 x 93.68 x 1.2034 = 563.67 Labor only to install Dyson hand dryers. 4 10 28 13 13 0400 EA Dyson AirBlade dB Model AB14 $8,488.12 Quantity Unit Price Factor Total NPP Installation 5.00 x 1,429.94 x 1.1872 8,488.12 (5)Dyson hand dryers requested and approved by Owner. 5 26 05 33 13 0019 CLF 1"EMT With 3#10 THHN/THWN Assemblylncludes conduit,set screw $2,022.66 connectors,set screw couplings,straps,wire as indicated.Not for use where detail is available. Quantity Unit Price Factor Total Installation 2 97 x 565.16 x 1.2034 = 2,022.66 Electrical wiring for new electric hand dryers 6 26 24 16 00 0367 EA 1 Pole GFI,120/240VoIt,15-30 A,Branch Circuit Breaker,10,000 Amp $408.73 Interrupting Capacity Quantity Unit Price Factor Total Installation 5.00 x 67.93 x 1.2034 = 408.73 20 A breaker for each Dyson hand dryer. Subtotal for 01-Hand Dryers $9,320.31 02-Fencing&Windscreen 7 01 56 26 00 0005 LF Temporary 6'High Chain Link Fence And Posts,Up To 6 Months $774.99 Quantity Unit Price Factor Total Installation 322.00 x 2.00 x 1.2034 = 774.99 Addtl fencing required due to requirement of on-site parking. 8 32 31 13 00 0012 VLF 24"Diameter Hole,Auger By Machine Fence Post Hole In Soil $846.42 Quantity Unit Price Factor Total Installation 64.00 x 10.99 x 1.2034 = 846.42 322110=32'2'=64LF Contractor's Price Proposal-Detail Page 1 of 4 10/3/2016 Page 1156 of 1614 Contractor's Price Proposal - Detail Continues.. Work Order Number: 038312.01 Work Order Title: Flamingo Park New Restroom/Office Facility Supplemental 02-Fencing&Windscreen 9 32 31 13 00 0230 SF Vinyl Coated Polyester Windscreen For Fence,7 Oz Per SY $6,877,72 Quantity Unit Price Factor Total Installation 5,892.00 x 0.97 x 1.2034 - 6,877.72 Per City at precon meeting,add windscreen to fencing.Final fence quantity-982"-6'H Subtotal for 02-Fencing &Windscreen $8,499.13 03-Bathroom Epoxy Flooring 10 09 30 13 00 0002 SF 8"x 8"And Larger Unmounted Floor Tilelncludes glazed porcelain,unglazed -$6,016.76 porcelain and glazed ceramic tiles. Quantity Unit Price Factor Total Installation -780.00 x 6.41 x 1.2034 -6.016.76 Per City,provide credit for floor tile and install epoxy floor. 11 09 67 29 00 0007 SF Epoxy Flooring Trowel Applied Mortar Compound,3/8",Chemical Resistant $13,753.13 (10000-12000 PSI) Quantity Unit Price Factor Total Installation 858.00 x 13.32 x 1.2034 - 13,753.13 Per City,provide credit for floor tile and install epoxy floor.780 plus 10%for base. 12 32 14 11 00 0008 SF Thin-Set Latex Portland Cement Mortar -$638.28 Quantity Unit Price Factor Total Installation -780.00 x 0.68 x 1.2034 = -638.28 Per City,provide credit for floor tile and install epoxy floor. Subtotal for 03-Bathroom Epoxy Flooring $7,098.09 05-Structural Fill @ Sidewalks 13 31 05 13 00 0004 CY Native Soil/Dirt-Common -$10,210.87 Quantity Unit Price Factor Total Installation -513.00 x 16.54 x 1.2034 -10,210.87 Response to RFI stated that fill underneath sidewalks shall be structural fill.Original proposal had native soil with 4"crushed limerock.Provide credit for 513CY of native soil from original proposal and provide 513CY of sand fill. 14 31 05 13 00 0010 CY Sand Fill,Washed Aggregate $18,483.29 Quantity Unit Price Factor Total Installation 513.00 x 29.94 x 1.2034 = 18.483.29 1 Response to RFI stated that fill underneath sidewalks shall be structural fill.Original proposal had native soil with 4"crushed limerock.Provide credit for 513CY of native soil from original proposal and provide 513CY of sand fill. Subtotal for 05-Structural Fill c Sidewalks $8,272.42 06-Piling Removal 15 01 22 23 00 0315 WI< 6 To 11 CY Hydraulic Excavator With Full-Time Operator $27,292.43 Quantity Unit Price Factor Total Installation 3.00 x 7,559.81 x 1.2034 = 27,292.43 Excavator required to excavate,remove and break-up existing piles found underneath existing bathroom building. 16 01 74 19 00 0015 EA 40 CY Dumpster(5 Ton)"Construction Debris"Includes delivery of dumpster, $3,140.48 rental cost,pick-up cost,hauling,and disposal fee.Non-hazardous material. Quantity Unit Price Factor Total Installation 3.00 x 869.89 x 1.2034 = 3,140.48 Dumpsters for removal of piling. Contractor's Price Proposal-Detail Page 2 of 4 10/3/2016 Page 1157 of 1614 Contractor's Price Proposal - Detail Continues.. Work Order Number: 038312.01 Work Order Title: Flamingo Park New Restroom/Office Facility Supplemental 06-Piling Removal 17 02 61 13 00 0004 CY Disposal Fees Of Contaminated Soil $7,147.14 Quantity Unit Price Factor Total Installation 88 00 x 67.49 x 1.2034 = 7.147.14 Disposal fees for excavated dirt not able for re-use. Subtotal for 06-Piling Removal $37,580.05 07-Water Main Protection 18 01 22 20 00 0006 HR CarpenterTasks in the CTC include appropriate costs to cover labor.These $5,396.53 tasks will be requested specifically by the owner for miscellaneous work not covered in the CTC. Quantity Unit Price Factor Total Installation 120.00 x 37.37 x 1.2034 = 5,396.53 19 01 22 23 00 0214 WK 1-1/4"x 8'x 10'Steel Plate $9,467.97 Quantity Unit Price Factor Total Installation 48.00 x 163.91 x 1.2034 = 9,467.97 (2)6'x10'plates.=120SF;120sf/80sf panel=1.5 panels/wk x 32 wks=48 panel weeks 20 07 21 13 13 0023 SF 4"Thick,R20.0,Extruded Polystyrene,Foam Board Insulation $1,424.83 Quantity Unit Price Factor Total Installation 400.00 x 2.96 x 1.2034 - 1,424.83 Task used for styrofoam panels placed under steel panels per City engineer direction.Panels are 4'x8'x4". 200SF.8"thick required.200SF x 2(to achieve 8"thickness)=400SF 21 07 21 13 13 0023 0021 MOD For Horizontal Surface Application,Deduct -$9.63 Quantity Unit Price Factor Total Installation -9.63 x -0.02 x 1.2034 = 22 31 05 16 00 0007 CY #57 Stone Aggregate Fill(#4 To 1") $836.99 Quantity Unit Price Factor Total Installation 18 00 x 38.64 x 1.2034 836.99 #57 Rock for fill around railroad ties 23 31 05 16 00 0026 CY Aggregate Placementlncludes Spreading,Grading,Compaction Rolling $403.11 Quantity Unit Price Factor -Total Installation 1g 00 x 18.61 x 1.2034 = 403.11 24 32 94 16 00 0011 LF 6"x 8"Railroad Ties $735.28 Quantity Unit Price Factor Total Installation 100.00 x 6.11 x 1.2034 = 735.28 Railroad ties to support steel plating."Please note,City requested proposed design from Contractor to create a cross-over bridge at the entrance of project where a 30"force main exists 8"below existing grade. • This pipe was not provided on any original plans and no accomodations for protection was provided in original work order. At the direction of City Contractor provided a proposed sketch which City engineer modified and approved.As noted in several emails,Contractor is not an engineer and takes no responsibility should proposed bridge fail to protect force main. Subtotal for 07-Water Main Protection $18,255.07 08-Cap Unforeseen Piping 25 01 22 20 00 0024 HR PlumberTasks in the CTC include appropriate costs to cover labor.These $1,344.34 tasks will be requested specifically by the owner for miscellaneous work not covered in the CTC. Quantity Unit Price Factor Total Installation 32.00 x 34.91 x 1.2034 = 1,344.34 Plumber to cut and cap storm water lines.(2)men,2 days Contractor's Price Proposal-Detail Page 3 of 4 10/3/2016 Page 1158 of 1614 'Contractor's Price Proposal - Detail Continues.. Work Order Number: 038312.01 Work Order Title: Flamingo Park New Restroom/Office Facility Supplemental 08-Cap Unforeseen Piping 26 01 22 23 00 0314 DAY 6 To 11 CY Hydraulic Excavator With Full-Time Operator 54,348.22 Quantity Unit Price Factor Total Installation 2 00 x 1,806.64 x 1.2034 = 4,348.22 Discovered(2)existing 4"storm water drain pipes running through building site.per owner,excavate pipe. cut and cap 4"pipe outside of perimeter of building. Subtotal for 08-Cap Unforeseen Piping $5,692.56 Proposal Total $94,717.63 This total represents the correct total for the proposal. Any discrepancy between line totals, sub-totals and the proposal total is due to rounding. The Percentage of NPP on this Proposal: 8.96% Contractor's Price Proposal-Detail Page 4 of 4 10/3/2016 Page 1159 of 1614 II IA Subcontractor Listing THE GORDIAN GROUP Date: October 03,2016 Re: IQC Master Contract#: FLO6-022912-SCD Work Order#: 038312.01 Owner PO#: Title: Flamingo Park New Restroom/Office Facility Supplemental Contractor: Shiff Construction&Development,Inc. Proposal Value: $94,717.63 Name of Contractor Duties Amount No Subcontractors have been $0.00 0.00 selected for this Work Order Subcontractor Listing Page 1 of 1 10/3/2016 Page 1160 of 1614 W �.:J W p CM W w G G > t C1 W } 0 ;o t ICC L w� O Z C H Ct. N +CL- • z CC Q Ch a m v v _W a w o a a a Z I— w °c c c O W W � ` y N..- , a= c ° o o I p t/3 O 04, O CC L a O O 0 o 14:3' >- W w '' *" Q h— v a g o 2 11-, om V O a m < d IC w 0 J CO N U = 2 <; E' a V Q F N Z 2 {IL' y�,, O d' n CI G W CI CC UI O W ce a k n wu a O z , 0 2 0 x In W V a a. 0 w i o ° a ki iaji 0, * v o o sial '° e, '= N N ° °, o N w W . , a a E Z' 'L' m o S 'c° o Z' v 6„ ? Z a`, i ,, ° ° a v aL ro s v ° v fu 2 ro .0 c x t, a x it' o 8- e of c E ? x c d a > > o licliC • , o i 'age 11%1 16 w z x 2 I C4I- . C'-'eId ,-- 0 I i 0 >, m (...) . 2 0 >N .(o (3) L- a a, a C A - W t.. - - - 1 ' CO , < I - z 0 ^ th m 0 co 0 C o m 0 0 .171- -a 0 to co < L— CO - z >> ''' v. i 0 .... t,. w CZ ...f. ..0 . , 0 r, m A,, 0 S >> 0 0 Co ° - Is' A. 42": 6_0 T 1 1V"tC=4.iC 14$t :- N 14 0 S ,2' ? C) D -. C4' I - i EN Q.. - 1 , ....„,„ 1 ... ......„ ,.." F. >, %.-1 = 7 , — 6: ,k*. Co 0 I r i 6 - 3,4 . Co u 1 0 LC) -0 4,44031 a) L_ , ' 1... ..... - ......, ,. .., 0 \\N'‘ -0 _ a) I , , -----: a -1" C --. - ® - co i •C i _ C °6 2 C ID 411.1 w A 0 i - x 0 LU Z C4- 'c\ tu 1"*Z cc ..t. .. , . 4' -c 0 E C ....c w / c4 a 4) .1:1 41 >- _ 13 CO t5 co m c ,,,C4 leti .b.. 2 t)._ '45_ 2 gls. , — 2 a.. - c c to z I— 0 47 g 0 c..) 0 i 4 g Lc2 — c 5. V 17 "t:$ 1,12 c "E• "C .0 E 5, _0 0 2 2 g sg OOP ' D' w Plag4:11 T42 at 11:114.0. (4 x 0 w < 0 • , II9 1: k '.. P-1 w -, N w ck 0 ) I ' ' .ti 4 - a 1..„ N .c... '3 y .-. W 3 ^ N a o < a ....., en - , 'sr • CO U1 fel ... z .,.. al IRMO < w n: r% a. Ili ei s- ,,,..... u — .... '3-2 r , 7.,0 0 0_ C Ln -0 U -J . 0 0 B 0, a 4Th aL• ...`n LIJ — ■TD -5 ce 4,-.' 0 > < (0 cp — .... .... Ca. 0 0 w a) w •w c Z ..4_„, CO CO a' ;---,- 0 L.) '>*-- E - 0 0 j .i..-: iii :60 1 0 cp F- -D 0 1 z cn 0 o u) ,--- 75 = c ,- 0 ce CL > 0' L v) (1.) o Q) -o a >7 *V C ro 0 4.., Ce 1 C 11J = te ''''''■ 0 U o 0 ,<C z < CO (1.1 t ' (1;1 CO i 73 F-13 U 73 a) il , 11 0 . \ 0 Cr W ..,.." i 0 C) z < c = 0 WIN E.0 :I) v) 1 >'• 4d 0 0 Of! t= = 0 0 Og U . „ L.. cu fv(r) 11 ,f, D X u, >- 0 as 8 -,, 0 0 m 'ef) 4.., c C c L 0 w L'' a) c as ro , a s.... ly 0 U us w a)" CI -a L. ...., a) c .--6 c w a) 1-- u- o a as L.. a 0 U 6 I 2(2 03 or z S --IQ,. 49 c E 0 a) ..c, a *S2 a) E o 0 0 0 et >. c .., 'a (1' — (3) c o 1,- C4 C > x (0 -± 76 n . i r a tn ca u A A a..... A Page 1163 of 1614 A 1