Loading...
HomeMy WebLinkAboutCO 12 Nwo "�" CAG-13-015, CO#12-14 CHANGE ORDER # 12 AIRPORT.,Renton Municipal Airport DATE. 06-06-14 LOCATION:Renton,Washington GRANT#.3-53-0055-024 CONTRACTOR:ICON Materials This change order was prepared in accordance with FAA Program Guidance Letter 12-03.A price analysis was prepared and it is recommended that the FAA accept the analysis as evidence of cost reasonableness. You are requested to perform the following described work upon receipt of an approved copy of this document or as directed by the Engineer: Item# Description Unit Unit Price Quantity Amount Delete Bid Item 2-51 1 (Preformed Pavement Marking) SF $15.00 (-1,275) -$19,125.00 Delete Bid Item 3-29 2 (Preformed Pavement Marking) SF $15.00 (-1,340) -$20,100.00 Delete Bid Item 4-52 3 (Preformed Pavement Marking) SF $15.00 (-1,741) -$26,115.00 Delete Bid Item 5-47 4 (Preformed Pavement Marking) SF $15.00 (-2,290) -$34,350.00 Add Bid Item CO-12-1) 5 (Preformed Pavement Marking) SF $15.00 3,389 $50,850.00 Add Bid Item CO-12-2 6 (Preformed Pavement Marking) SF $15.00 3,161 $47,415.00 Add Bid Item CO-12-3 7 (Preformed Pavement Marking) SF $15.00 5,056 $75,840.00 Add Bid Item CO-12-4 8 (Preformed Pavement Marking) SF $15.00 5,045 $75,675.00 Add Bid Item CO-12-5 (Mobilization, Labor& Equipment, and Additional 9 Construction Staking) LS $21,646.83 1 $21,646.83 Increase Bid Item 2-53 10 (Pavement Marking Removal) SF $3.00 4,100 $12,300.00 Increase Bid Item 4-54 11 (Pavement Marking Removal) SF $3.00 1,960 $5,880.00 Increase Bid Item 5-49 12 (Pavement Marking Removal) SF $3.00 1,840 $5,520.00 Add Bid Item CO-12-6 13 (Premium for Week-end Work) LS $18,880.29 1 $18,880.29 1 Subtotal $214,317.12 State Sales Tax(9.5%) $20,360.13 This Change Order Total $234,677.25 Previous Change Order Amount $466,881.64 Original Contract Amount $5,460.424.21 Revised Contract Total $6,161,983.10 Taxiway Construction\Change Orders;CO 12x.docx Recommended by Date: gineer, Reid Middleton, Inc. Approved by. �� -�_ ( Date: Owner, City of� Rento ' . . Accepted by &L'����--•-' Date. Contractor, ICON Material Accepted by: Date: e ral Aviation Administration CHANGE ORDER # 12 AIP PROJECT NO. 3-53-0055-024 AIRPORT Renton Municipal Airport LOCATION Renton,WA JUSTIFICATION FOR CHANGE This justification for change was prepared in accordance with FAA Program Guidance Letter 12-03 1. Brief description of the proposed contract change(s) and locations(s). This change order consists of the following: 1. Delete Bid Item 2-51 "Preformed Pavement Markings" at the original bid price of $15.00 per SF. 2. Delete Bid Item 3-39 "Preformed Pavement Markings" at the original bid price of $15.00 per SF. 3. Delete Bid Item 4-52 "Preformed Pavement Markings" at the original bid price of $15.00 per SF. 4. Delete Bid Item 5-47 "Preformed Pavement Markings" at the original bid price of $15.00 per SF. 5. Add Bid Item CO-12-1 "Preformed Pavement Markings" replacing Bid Item 2-51 at a unit price of$15.00 per SF. 6. Add Bid Item CO-12-2 "Preformed Pavement Markings"replacing Bid Item 3-39 at a unit price of$15.00 per SF. 7. Add Bid Item CO-12-3 "Preformed Pavement Markings" replacing Bid Item 4-52 at a unit price of$15.00 per SF. 8. Add Bid Item CO-12-4 "Preformed Pavement Markings"replacing Bid Item 5-47 at a unit price of$15.00 per SF. 9. Add new Bid Item CO-12-5 "Mobilization, Labor and Equipment, and Additional Construction Staking" at a lump sum price of$21,646.83. 10. Increase the quantity of Bid Item 2-53 "Pavement Marking Removal" at the original bid price of$3.00 per SF. 11. Increase the quantity of Bid Item 4-54 "Pavement Marking Removal" at the original bid price of$3.00 per SF. Taxiway Constructiori:Change Orders`CO 12x.docx Nklv� 44%011 12. Increase the quantity of Bid Item 5-49 "Pavement Marking Removal"at the original bid price of$3.00 per SF. 13.Add Bid Item CO-12-6"Premium for Week-end Work"as a new bid item for perform week-end work at a lump sum price of$18,880.29. Design Directive#13 was issued November 26, 2013, (attached)documents these revisions. 2. Reason(s) for the change(s) (Continue on reverse if necessary). In August 2013 it was determined that the plan quantities depicted in the Bid Schedule for"Preformed Pavement Markings" (Bid Items 2-51, 3-39,4-52, and 5-47)had been incorrectly determined during plan preparation. The quantities had been computed based on the square footage area of the yellow marking applied to the pavement. The industry standard for providing preformed(e.g.—thermoplastic) pavement marking is based on the-dimensions of the yellow marking and the dimensions of the black marking around the yellow marking. Therefore, the quantities in the Bid Schedule were substantially low. This change order does not change the intent of the original design regarding placement and location of preformed pavement markings, but provides the correct quantities of preformed pavement markings at unit contract price. Application of preformed pavement marking is sensitive to moisture and temperature conditions. Accordingly, application is scheduled to occur in late-spring or early summer of 2014 to assure application in proper conditions. This results in the need for the contractor re-mobilize to the site as well as additional construction staking for locating the pavement markings at the proper locations. To accommodate airport operations between the fall of 2013 and spring of 2014,painted pavement markings were applied as temporary marking to Taxiway B. In spring 2014, the painted pavement marking must be removed prior to application of the preformed pavement marking. Therefore, the quantities for"Pavement Marking Removal" (Bid Items 2-52, 4-54, and 5-49) are increased to reflect this work. This work is performed at the unit contract price. To minimize impacts to Boeing aircraft access to the Compass Rose at the airport, preformed pavement marking application on the portion of Taxiway B adjacent to the Compass Rose will be performed on the week-end when Boeing aircraft are not taken to the Compass Rose. A premium for week-end labor and equipment is included in the change order proposal. 3. Justifications for unit prices or total cost: Justification was prepared in accordance with FAA program guidance letter 12-03. 4. The sponsor's share of this cost is available from: Port Funds 5. If this is a supplemental agreement involving more than $2,000, is the cost estimate based on the latest wage rate decision? Yes No NA X Taxiway Construction\Change Orders:CO 12x.docx 5. Has consent of surety been obtained? Yes Not Necessary X 7. Will this change affect the insurance coverage? Yes No X 8. If yes, will the policies be extended? Yes No X- 9. Has this Change Order been discussed with FAA Officials? Yes X No When 11/14/13 With Whom Peter Doyle Taxiway Construction\Change Orders\CO 12x.docx OW *./ Renton Airport Change Order Cost Analysis/Backup for Taxiway B System Rehabilitation—South Portion Change Order##12 This cost analysis is prepared in compliance with Program Guidance Letter 12-03. Comparative costs have been taken from bid prices for other projects, from construction cost guides and from quotes from suppliers. The quantities to complete each of the activities listed below are small in comparison to the quantities for a typical project,therefore unit prices for the items listed will be higher than expected for a large quantity. • Preformed Pavement Marking Quantity Adjustment This activity consists of the following tasks. 1. Delete Bid Item 2-51 (Preformed Pavement Marking) The deletion of this bid item results in a credit for the entire bid quantity at the unit contract price established in ICON's bid for this task and is determined to be fair and reasonable. The plan quantity of 1,275 SF at$15.00 per SF results in a credit of$19,125.00. 2. Delete Bid Item 3-29 (Preformed Pavement Marking) The deletion of this bid item results in a credit for the entire bid quantity at the unit contract price established in ICON's bid for this task and is determined to be fair and reasonable. The plan quantity of 1,340 SF at$15.00 per SF results in a credit of$20,100.00. 3. Delete Bid Item 4-52 (Preformed Pavement Marking) The deletion of this bid item results in a credit for the entire bid quantity at the unit contract price established in ICON's bid for this task and is determined to be fair and reasonable. The plan quantity of 1,741 SF at$15.00 per SF results in a credit of$26,115.00. 4. Delete Bid Item 5-47 (Preformed Pavement Marking) The deletion of this bid item results in a credit for the entire bid quantity at the unit contract price established in ICON's bid for this task and is determined to be fair and reasonable. The plan quantity of 2,290 SF at$15.00 per SF results in a credit of$34,350.00. 5. Add Bid Item CO-12-1 (Preformed Pavement Marking) The unit price of$15.00 per SF for this added bid item is the same as the unit contract price submitted by ICON in the original bid for this task of work and is determined to be fair and reasonable. The Contractor's unit price of$15.00 per SF for 3,389 SF results in a cost of$50,850.00. 6. Add Bid Item CO-12-2 (Preformed Pavement Marking) The unit price of$15.00 per SF for this added bid item is the same as the unit contract price submitted by ICON in the original bid for this task of work and is determined to be fair and reasonable. The Contractor's unit price of$15.00 per SF for 3,161 SY results in a cost of$47,415.00. 7. Add Bid Item CO-12-3 (Preformed Pavement Marking) The unit price of$15.00 per SF for this added bid item is the same as the unit contract price submitted by ICON in the original bid for this task of work and is determined to be fair and reasonable. The Contractor's unit price of$15.00 per SF for 5,056 SF results in a cost of$75,840.00. 8. Add Bid Item CO-12-4(Preformed Pavement Marking) The unit price of$15.00 per SF for this added bid item is the same as the unit contract price submitted by ICON in the original bid for this task of work and is determined to be fair and reasonable. The Contractor's unit price of$15.00 per SF for 5,045 SF results in a cost of$75,675.00. 9. Add Bid Item CO-12-5(Mobilization, Labor& Equipment, and Additional Construction Staking) The proposed lump sum price of$21,646.83 for the proposed new bid item for the adjusted preformed pavement marking quantities is approximately 11%of the proposed cost for this work. For projects of this size and scope, mobilization,labor and equipment, and additional construction staking percentages of 8%to 13%are common. Due to the break in schedule between performing the Taxiway B construction and this added work,the Contractor will de-mobilize from the Taxiway B site (fall of 2013) and re-mobilize when weather conditions allow application of preformed pavement markings(spring of 2014)to proceed. 10. Increase Bid Item 2-53(Pavement Marking Removal) The increased quantity of pavement marking removal will be performed at the unit contract price for Pavement Marking Removal of$3.00 per SF as established in the original bid submitted by ICON. The Contractor's unit price of$3.00 per SF for the estimated increase of approximately 4,100 SF of pavement marking removal results in a cost of$12,300.00. 11. Increase Bid Item 4-54(Pavement Marking Removal) The increased quantity of pavement marking removal will be performed at the unit contract price for Pavement Marking Removal of$3.00 per SF as established in the original bid submitted by ICON. The Contractor's unit price of$3.00 per SF for the estimated increase of approximately 1,960 SF of pavement marking removal results in a cost of$5,880.00. 12. Increase Bid Item 5-49(Pavement Marking Removal) The increased quantity of pavement marking removal will be performed at the unit contract price for Pavement Marking Removal of$3.00 per SF as established in the original bid submitted by ICON. The Contractor's unit price of$3.00 per SF for the estimated increase of approximately 1,840 SF of pavement marking removal results in a cost of$5,520.00. 13. Add Bid Item CO-12-6 (Premium for Week-end Work) The proposed lump sum price of$18,880.29 for the proposed new bid item recognizes the cost of paying week-end overtime rates for labor and equipment (estimated to be two 12-hour work days)to accommodate Boeing's request to minimize impacts to Compass Rose access. Labor rates are time and a half on Saturday until 6:00 PM,after which rates are double time. Sunday labor is paid a double time rates. These rates are standard for the industry. The Preformed Pavement Marking Quantity Adjustment change order price (including SST) from ICON Materials $234,677.25 Conclusion: The requested change order amount is a fair and reasonable estimate for the adjusted quantity for providing and applying Preformed Pavement Markings. H:doc/23ap/10/007 Renton TW B&5ignagef south Taxiway Constr/Change Orders/Renton CO#12 Cost lustification.doc.mjc ICON Materials 1508 Valentine Ave.SE � Pacific IVA 9804" (206) 573-3200 0 Fay (206) 575-0319 ww-miconmaterials.com Ckiot#y/snsntMDetail with Ca}e orie Revised [ e Proposal Project Name: Renton Airport Taxiway"B" Customer: City Of Renton Job Number: 513342 Billing Address: 3555 NE 2ND STREET Bid As: PRIME Renton,'WA 98056 Estimator: David Gent phone: 425-430-7400 Project Address: Renton,WA Contact: Completion Date: Unit Total Description Quantity UM Direct Cost mired Cost Unit price Total price MU% 7CFW�80�1.-,Design Directive#13 1.00 LS $17,979.21 $17,979.21 $21,646.83 $21,646.83 19.950/u Addion Airmark Installation ITEM#809 Labor EU210+.£lt Material SubconLwilad Tru&Jng Miscellaneous EW Unit: $8,184.21 $1,320.00 $0.00 $5,850.00 $2,625.00 $4.00 $4.40 Total: $8,184.21 $1,320.00 $0.00 $5,850.00 $2,525.00 $o.00 $0.00 CEC-1/21/2014 8:37 AM:Markup is as follows: Subcontracted work$8475.00 @12%=$1,017.00 ICON labor$8184.21 @290=$2,373.42 ICON Equipt.$1,320.00 @21%=$277.20 Total allowable markup=$3,667.62 Bid Item 2-51 increased to 3,389 LF to be perform @ Contract unit prices Bid item 3-39 increased to 3,161 LF to be performed @ Contract Unit Prices Bid item 4-52 increased to 5,056 LF to be per,romed @ Contract Unit Prices Bid Item 5-47 increased to 5,045 LF to be perfromed @ Contract Unit Prices t,D Mobilization 1.00 EACH $2,625.00 $2,625.00 7obCostiD: 50.162 3 �24L EguiL71F1'rRia} fit�hrnn[ra[&d Trucking Mi�_cr llaneousW } Unit: $0.00 $0.00 $0.00 $0.00 $2,625.00 $0.00 50.00 Total: $0.44 $0.00 $0,00 $0.00 $2,625.00 $0.00 $0.40 Misc&SubContractor Mob 1.00 EACH $2,625.00 $2,625.00 {1.00 DY,2.63 Trucks,0.13 EACH/HR} tB Supervision 1.00 LS 59,504.21 $9,504.21 3obCost1D: Ldb2L Equiprnent Material Subcontracted TruckinoI r �€ aw Unit: $8,184.21 $1,320.00 $0.00 $0.00 $0.00 $0.00 $0.00 Total: $8,184.21 $1,320.00 $0.00 $0.00 $0.00 $0.00 50,00 Operator Foreman [10.00 DY] 120.00 HR $68.20 58,184.21 6/4%2014 4:W24 PM Page I Of 3 Unit Total Description Quantity UM Direct Cast Direct Cost Unit price Total Price MU% (Item 809-Deslgn Directive#13 Addition Airmark Installation ITEM#809 continued) Pickup-Bare Rate [10.00 DY] 120.00 HR $11.00 $1,320.00 ?o Survey 1.00 LS $5,850.00 $5,850.00 JobCosUD: 925-Weekend Work For 1.00 LS $16,063.46 $16,063.46 $18,880.29 $28,880.29 17,54% Striping Labor Eouiomen ateriai Subcontracted Truekino Miscellaneous EW Unit: $5,015.46 $408.00 $0.00 $10,640.00 $0.00 $0.00 $0.00 Total: $5,015.46 $408.00 $0.00 $10,640.00 $0.00 $0.00 $0.00 CEC-6/4/2014 3:45 PM:ICON allowable Markup is as Follows: Labor @290 =$1,454.35 Equipt@21%= $85.68 Subcontracted Work @12070= $1,276.80 Total Allowable Markup= $2,816.83 ICON Support Crew For 1.00 LS $5,423.46 $5,423.46 7obCostiD: Weekend Work ITEM#925 Labor €quip2nent Material Subcontracted Truckino M%Xilaneous Bw Unit: $5,015.46 $408.00 $0.00 $0.00 $0.00 $0.00 $0.00 Total: $5,015.46 $408.00 $0.00 $0.00 $0.00 $0.00 $0.00 Labor Support [2.00 DY] 24.00 HR $104.49 $5,015.46 1 Tn Flatbed [2.00 DY] 24.00 HR $17.00 $408.00 C Hicks Overtime Premium For 1.00 LS $10,640.00 $10,640.00 JobCostiD: Weekend Work Item#925 6/4/2014 4:86:24 PM Penton Airport raxlway„6° Page 2 of 3 i • • FAIL `�.✓ Percent of Amount Direct Cost Labor: $13,199.68 38.77% Equipment Owned: $1,728.00 5.08% Equipment Rented: $0.00 0.00% Materials Owned: $0.00 0.00% Materials Purchased: $0.00 0.00% Subcontracted: $16,490.00 48.44% Trucking Owned: $2,625.00 7.71% Trucking Hired: $0.00 0.00% Miscellaneous: $0.00 0.00% Plug: $0.00 0.00% Direct Cost: $34,042.68 ay Item Summary • Percent of Amount Bid Price Total Direct Cost: $34,042.68 84.00% Total DC Adds/Cuts: $0.00 0.00% Total Indirect Cost, $0.00 0.00% Total Bond: $67.62 0.17% Total Overall Cost: $34,110.29 84.17% Total Overhead: $360.94 0.89% Total Profit: $6,055.89 14.94% Total Margin: $6,416.83 15.83% Total Bid Price: $40,527.12 6/4/2014 4:06:24 PM Renton Airport Taxiway"B" Page 3 of 3 r DESIGN DIRECTI'vT DD Number: 13 ovimer Renton Municipal Airport Contract No. 3-53-0055-24 Contractor: ICON Materials Engineer: Reid Middleton Inc. Engineer`s File No.: 232010.007.005 Project: Taxiway D System Rehabilitation -South Portion Reconstruction DIRECTIVE Specification Section: Para.:__ Drawing Ref. C5.1 and C5.2 Detail: I Plan Sheets C5.1 and C5.2 depict revisions to the application of painted and thermplastic (preformed) pavement markings. As - are result of these revisions,and also due to an error in determining the square footage area of thermoplasitic pavement markings E during design,the quantities of thermoplastic pavement markings are also revised as follows: PHASE 2 2-51 original Units 1,275 x $15.00 = $19,125.00 Item 2-51: Preformed Pavement Marking 3,389 S.F.X $15.00 = $50,835.00 New PHASE 3 3-39 Original Units 1,340 x $15.00 = $20,100.00 l Item 3-39:Preformed Pavement Marking 3,161 S.F. X $15.00 = $47,415.00 New PHASE a 4-52 Original Units 1,741 x $15.00 = $25,115.00 • Item 4-52: Preformed Pavement lklarking 5,056 S.F. X $15-00 = $75,840.00 New PHASE 55-47 Original Units 2,290 x $15.00 = $34,350.00 • Item 5-47:Preformed Pavement Marking 3.045 S_F. X $15.00 = $75,675.00 New Bid item quantity adjustincnts per schedule still be reconcilcd as part of progress estimate adjustments. Contractor shall submit intended adjustments to individual bid items for reconciliation with engineer. Signed by: 1=r1€.C.�'1+Gi.'�/Cree c zytf Date. 11/26/13 CONTRACTOR RESPONSE (Select one) No Cost Change Order �!, Change Order with Cost Adjustment Anticipated 1 i} 1 Re sponse fro Date Retu sP med. 3 Cl,'Attachments h ldocVormskconstructionlizone\request for interpretation.doc cc: Owner Above bid items 2-51,3-39,4-52,5-47 to be installed at contract unit prices of $15.00 SF Added cast not covered Under these items is attached on the following "Cost Detail Sheet" Please note there will also be increased Units for Bid items 2-53,4-54,5-49 (Pavement Marking Removal) This work will be performed per the contract Unit Bid Price. $3.00 SF pex January 10, 2013 Attn: Cuck Coffey ICON Materials 1508 Valentine Avenue SE Pacific,WA 98047 Reference: Renton Municipal Airport—Taxiway B Rehabilitation-South Portion Construction Surveying Services for Design Directive #13 Dear Chuck: Apex Engineering PLLC is pleased to present this proposal to provide additional construction staking services for design directive 13 as related to the referenced project. The following is our proposed scope of work. Re-confirm our previous orientation to found primary project survey control. Provide layout for the re-application of pavement markings per design directive 13 and associated design directive plan sheets C5.1 and C5.2. The total estimated cost for these additional construction staking services is P,850. All field work is supported by professional office personnel and will be supervised by a registered Professional Land Surveyor. Apex is covered by errors and omissions insurance and pays prevailing wages. We look forward to providing these additional surveying services for this project. If you have any questions or comments regarding this proposal, please call me at (253) 473-4494 Ext. 1058. Sincerely 5 Jeff�Ma Project Manager prt�p eay Noa e T+s m�errts L1 Ns CaasnerY ae prpns arY Alec Erghsx*+d to a s?e7c CroW`o'his D'use i 0Xrar4 s n cm'arrs�robe cedtwo m ay uhe rpybes :,rdasacrx d A�rs'irarrais m Q+cy rcttso to�ir!£tx savicec p�� wdwtRU+e..+:sen dApex EnoxsirVFLLC. 2rx'}1 a{>,35°'^�rranf.Sc ite 20f,Terra,t i?51 r > 9149 (253;473.1494 'F: -ti253 j 473 0594 I4 it Y Amax s+m aw. w t1 tnH-if;SAN H2lVYY t Mt3&d N4NI 8`i�4 G F+G iHff Nouvi lie*am M1 usAs 8 AVNUXV.L H.Lnos 1$ _ taamsn ti� nR raom saw ro c a (�I� :s —--—- mo-as 335 DD+9Z vis 3NnHDivm _- _— r c rE !� '•:�,� � s r�Y tJ # r HiY Mr�asnd _ _ f 11111 ; ee l 4Y�tY i3Y Y� lei k.'Y:rr 3r3 r! j fiCj -rr FG G EC,�F.3" We L FfifirF^:QEF bs D 7f-c^ ;p IIFR�A �Y� stPE d erotstsoa g :z xx#ajm R m m R C1A x a a a A nam x�5 m R71 R a` ��� } (3 3 E Sa T.F?.FFFEF''EF EE E ,CF rE�i� '� .- # - i r irl E E E B y4. admA ax,,[[m a 3i "ast.Asa enc a�i "a1f20r'� t�� C(t aja aa m ii tl a A 8 31,ns�Kt atA N en # r $tom t 7rmA 8,1� R' IR AAt7t AiR x # X .,. .K y t t t✓R,t LrL t!sit„t3L rl :m il+ L t}L E-,G ES L kilqnia: is Y NoW Ws; ^ A H F C 7 ilH�s#F 'aEeja i':II}R Z a°Sii R�.��RjR�R R L RI so 1� ®a 1 13 i # Rid # xiB j ( x Y iat Y�c'x Y3i€r r W Fz`I V) E E 4 = m A..aa 'iA�a��aarm l 74S i f �6 # �a 8}yRA ?aFP-X=tea E:d 'A a Z 'tZS $$a15y6 t t E t+E L eT t:E tbL t tit L t L L Gsk L t_.t: . HOUSUd 2,11 al x , HOUSDd t 3tlo 335 DDk9Z VSs 3mnHD1VM9 � i Mt q ICICII—-=4\4-C 0 ,/W,Y=fit M, —:.i Ci4StSL: r t41]h69�4)IfY{}TrA r - 5 M-sec str N s-irvsaMeNrAa3vrt uavr-nvd a Iri s 4 C> ITQC=S 6 M*WK 81 NOtLtY�iSWU Yt'�S 8 &#&XVI H1fi0S S { SNOBII lYdty.YTR lIC1tC3i!-N6J3fiti.S ASY.3 ¢.1 i��4 it H _ — 1IN :V 93 a Im Mai ff s o a 9~uif BtYM1 JC NttL"Y3)AYMSY. ��,; � � 5 `^aYytzrt s?�az ...••�. Y a � i ��.. #� TIARi A ri4L�Mfi IYAYtYl �� jqq�<y �yj lI ON 8 �f1Lr— c� _z z .3W 37th 151M po 5 .tYptLC.'t-V 3m] S `R � vXat sa tftL"�1x ia'Ilxtt Q a za z� W-ssr cnr�^.+m on7a�wz a�il�r::wn�u�coa\n5ct�rsl� +�Y+rs nct«155 .. rsa xn a.a E r sg•Ly S7 xl _ w-,d ^Ni>bm 1tGYGAYd t ¢i K+i5 ti#s fir:! ` NOLLYU71&1t N "3LSAS 8 AYMIXYi Huno5 a E Etu�t 1 WACt1 1T.]f'i71 kCWtIJ-In,�r+C!a 4; 1 :7�F R 12 J �Ao a_'i3_S oo39z vis 3wif- LWn z Wry WQ=d 4Jt4`1 V S� /•w •bu .. t es+ct►t � � t � x t 1t �` ' � � { k Y E i G z;ri l 4s S i 4 a d�s ;s 1 ktx t t t=t 4 iv A jaf tQ�31f d�33G'�»t ['tC-a sE I �3t..j293 'Ia 71 ef:7 SS 4�`3} � ib a k: :x t a a •s,.�" t£si slziz s!i sfc?e to nstz z st8CL 3sie:� £CS �2 1 may' 1a; E i =�c � � k j�. -`NCILr+7d C �:i { { ' � � • � � ! � !� � i d i � � € { k (i 00 ��� •� � k \� i�...., � j '. � ...__. 31�i<2�3k;iso �� ..� !C� S : %}pp t _ tY � """�^ • t S 4 A�1 Gc'G u IIYS;- L'°t � �.- n 4S G,R�G t ,5 tz t sr st 9 ,. st� u5! •y � � � E� � � '"�tgr n�t,a�><�..,a�x€a xis a z!i!tretrldeta aj'a x sg„�,�',�E��i,'`' w1mod s sI iekc stns c x, x x x: x z?.)aia a a a atr r->! •I.:. S.. tf! i YQi�E CL :8E tr rtAfefr' c I 1 . { itv"Mc4d34 i LJ Czr "`t''s' t.� � ;r ,f a.7 �� ffii""Ai•�F., t�=t r 1 �`$�� •€ _}AitlY x x�z� is�;4r # /� r'� •� � ( tas x t �x j int g 3t r :t! IrtIL� kr alit k`{ fg u�E 1•-! \ � U `\ � At -Ft-,e Z� tC z Tee .8i::x�s XF.:R-R'G,-;2:n�� 7t�f71t E" xw Ix`t.;nd i d •� fib' C2)sp •:� Cid,f� t —__--_ __ = g � a rfcrar $ [- — _ �= z 3Aoev 33S co--gr its 3NnHJAYn