HomeMy WebLinkAbout14-068 - KPG Inc - 42nd Avenue South Roadway Barrier DesignSUPPLEMENTAL AGREEMENT No. 2
AGREEMENT No:" 1 - OtI (�j�
PROJECT No. 91310301
City of Tukwila
Public Works Department
6300 Southcenter Boulevard #100
Tukwila, WA 98188
14-068 (b)
Council Approval N/A
KPG, Inc.
753 - 9th Avenue N.
Seattle, WA 98109
PROJECT: 42°' Ave S Roadside Barrier — Project No 91310301
This SUPPLEMENTAL AGREEMENT NO. 2 is to supplement the agreement entered into with KPG,
Inc. and the City of Tukwila, which was executed on the 9th of June, 2014
All provisions in the basic agreement remain in effect, except as expressly modified as follows:
Article 2, Scope of Services, shall be supplemented with the following:
The Consultant agrees to provide construction services in accordance with the scope of work included as
Exhibit A.
Article 3, Duration of Agreement; Time of Performance shall be supplemented with the following:
Contract time is extended through June 15, 2016
Article 4, Payment, shall be modified as follows:
Payment for work provided by Consultant shall be made as provided on Exhibit B, attached hereto,
provided that the total amount of payment to the Consultant for this work not exceed $9,965.29 without
express written modification of the Agreement signed by the City. The new total contract shall not exceed
$105,892.78 without express written modification of the Agreement signed by the City.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals this a3`- day
of 1b.,tC,UivkkitA , 2015.
APPROVED:
CITY OF TUKWILA
Attested:
UllClaAL
, Christy O'Flaherty, Citykaerk
APPROVED:
KPG, INC.
Nelson Davis, P.E.
Principal
(5°tdi Og/6/4/./6S
Exhibit A
City of Tukwila
42nd Ave S/ Allentown Roadside Barrier
Supplement No. 2
Construction Support
Scope of work
December 11, 2015
The Consultant shall provide on-call Construction Engineering support services for the 42nd Ave S/
Allentown Roadside Barrier project. All effort on this project will be as requested by the City. The
scope of services and associated cost of services (Exhibit B) are based upon the assumptions
outlined below.
A. The Consultant shall provide project management of consultant staff and prepare progress
reports to be included with the monthly invoices.
B. Prepare for and attend pre -construction conference with the City, Contractor, and affected
utilities. Meeting arrangements will be by the City. Meeting notes will be distributed by the
Consultant.
C. The Consultant shall provide on-call field support to the City inspector for the duration of
construction. The level of effort for field support time is estimated at 4 hours per week for
the contract duration of 3 weeks. We have also included a $750 budget allowance for
materials testing if needed. Material testing services will be performed by a reputable
testing lab acceptable to the City.
D. The Consultant shall review material submittals and RFI's provided by the Contractor as
requested by the City. The level of effort for office support is estimated at 6 hours per week
for the contract duration of 3 weeks. Submittals pertaining to contractor means, methods,
and sequencing (traffic control, erosion control, etc.) will be reviewed by the City.
E. The Consultant shall review change conditions as they arise and make recommendation to
the City for field changes/change orders.
F. The Consultant shall prepare Record Drawings for the 42nd Ave S/ Allentown Roadside
Barrier project based on redline drawings provided by the City.
Deliverables:
Items to be provided by the Consultant:
• Documentation from site meetings, change conditions, and field directives.
• Change orders, if required.
• Reviewed submittals, as required.
• Full size Record Drawing mylars
H
2
X
w
HOUR AND FEE ESTIMATE
City of Tukwila
Labor Hour Estimate
0
O c M
ca
»= -Q3 (0
0 Q
(0
O
c 0
N D O
cn
Q r
(fl
co
T 0)
S2 co
(n
0
NCO
•
• c
0 a)
d c
w
0)
N -
69
O
M N
N r CO
m N CO
(0
69 -
EA
69
CO N
7 0)
CO.NI Cr)
(00
69 69
O
O
O
O
Hi
0 0
0 0
Cfl
N
CA
0)
N
(O
0)
0)
EA
N
O
O
O
O
O
N
O
O
O
O
O
O
O
O
O
O
O
0 0
O
0
O
O
0
O
O
O
O
O
O
O
V
O
O
N
O
r
co
N
O
(7
ca
1—
ort Services
- Construction Su
O
N
N
O
O
and Coordination
c
N
E
N
co
2
U
N
0
U )
N
E
c
O
U
N
a
a
N
a
c
0
0
a
0
a
[0
0
O
0 -
CL
W
a
N
c
0
U
N
a)
cc
E
9
(1)
d
w
O
0)
c
.3
(0
0
-0
O
0
N
0)
m
(a
a
0
0
(1)
N
c
N
0
w
N
i
E
0)
0)
N
0)
ro
a)
(C
sting subconsu
N
c
0 0
O
0
-a
0
a
N
0)
0)
triN
0)
0)
Total Estimated Fee:
49os
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number:14-068W
Council Approval N/A
CONTRACT FOR SERVICES
Amendment # 001
Between the City of Tukwila and KPG, Inc.
That portion of Contract No. 14-068 between the City of Tukwila and KPG, Inc. is amended
as follows:
Section 03: "Duration of Agreement; Time for Performance"
Contract time extension through December 15, 2015.
All other provisions of the contract shall remain in full force and effect.
Dated this cZi day of
CITY OF TUKWILA
ATTEST/AUTHENTICATED
4i )?,ot
City Clerk
CA: 2012
, 20 / (71
CONTRACTOR
Printed NamefTitle: /464.40•4 t144%..1
T4 Pitif GoAar
APPROVED AS TO FORM
City Attorney
C/ CV4k--
Page 1 of 1
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number: 14-068
Council Approval 6/2/14
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and KPG, Inc., hereinafter referred to as "the Consultant", in consideration
of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform engineering services
in connection with the project titled `42nd Ave S Roadside Barrier'.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2014, unless sooner
terminated under the provisions hereinafter specified. Work under this Agreement shall
commence upon written notice by the City to the Consultant to proceed. The Consultant shall
perform all services and provide all work product required pursuant to this Agreement no
later than December 31, 2014 unless an extension of such time is granted in writing by the
City.
4. Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall
not exceed $95,927.49 without express written modification of the Agreement signed by
the City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion
of the work under this Agreement and its acceptance by the City.
D. Payment as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
,5,L aC i6'/V -S
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall be
endorsed to provide contractual liability coverage.
CA revised : 1-2013
Page 2
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self-insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Consultant
before commencement of the work. Certificates of coverage and endorsements as
required by this section shall be delivered to the City within fifteen (15) days of execution
of this Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
CA revised : 1-2013
Page 3
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this
warrant, the City shall have the right to annul this contract without liability, or in its
discretion to deduct from the contract price or consideration, or otherwise recover, the full
amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree
that venue shall be properly laid in King County, Washington. The prevailing party in any
such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive
termination of this Agreement.
CA revised : 1-2013
Page 4
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
KPG
753 9th Avenue North
Seattle, WA 98109
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
DATED this
day of
CITY OF TUKWILA CONSULTANT
Attest/Authenticated:
, 2014.
By: \X
Printed Name:Nelson Davis, KPG
Title:_Principal
Approved as to Form:
City ClerkChristy O'FC2erty Of ice of the CityAttorney
CA revised : 1-2013
Page 5
EXHIBIT A
City of Tukwila
42nd Avenue S Roadside Barrier
Engineering Design
Scope of Work
May 10, 2014
BACKGROUND:
The City of Tukwila intends to install roadside barrier along 42nd Avenue S and S 115th
Street in general accordance with the recommendations contained in the `42nd Avenue
S — Roadside Barrier Analysis' prepared by KPG (9/25/2013). The proposed
improvements include installation/replacement of approximately 2,400 linear feet of
barrier along the west side of 42nd Avenue S / south side of S 115th Street. The
roadway is located adjacent to the Duwamish River and the barrier will improve safety
along this stretch of the roadway.
The work includes survey, geotechnical investigations, utility coordination, grant funding
assistance, and permitting to support final design and construction of the improvements
as described in the Scope of Work. It is anticipated that the barrier will be installed in
one or more segments depending on available budget and other considerations. The
Consultant and City will work collaboratively to prioritize the segments at the 30%
design level.
90% Design will be completed for the entire project and final Plans, Specifications, and
Estimates will be prepared for the initial project segment for advertisement and award
by the City. Preparation of Bid Documents for future segments, if required, is not
included in this scope of work and will be completed under separate authorization as
funding becomes available.
City of Tukwila KPG
42"1 Ave S Roadside Barrier Page 1 of 5 May 10, 2014
SCOPE OF WORK:
Task 1 — Management, Coordination & Administration
1.1 The estimated project duration is 6 months. The Consultant shall provide overall
project management including:
• Project staff management and coordination
• Subconsultant management and coordination
• Schedule and budget monitoring and reporting
1.2The Consultant shall assist the City with construction grant funding application for
the Highway Safety Improvement Program (HSIP).
Task 2 — Field Investigations
2.1 The Consultant shall coordinate geotechnical review to determine groundwater
depths, trenching recommendations, and other information for construction of the
new pipeline. Geotechnical review will be performed by GeoDesign under
subcontract to the Consultant and will include the following work:
• Review available existing geotechnical, geological, and environmental
reports for the project area.
• Select boring locations and coordinate and manage the field investigation.
• Mark the boring locations and request public utility locates. A separate trip
to the site will be necessary to mark the boring locations in order to get the
utility locates completed and obtain a right-of-way use permit from the City
of Tukwila (City). We assume the City will waive the permit fee, as they
have on past City -related projects.
• Explore subsurface conditions by completing up to two soil borings along
the west side of the roadway to a depth of approximately 20 feet below
ground surface. Drilling will be completed using hollow -stem auger drilling
techniques, and samples will be collected using standard penetration tests
for correlation with soil engineering parameters. Samples will be collected
at 2.5-fot intervals to a depth of approximately 15 feet and then at 5 -foot
intervals to the bottom of the boring. Our representative will collect soil
samples and maintain a log of the subsurface conditions encountered.
We anticipate the borings can be completed in one day.
City of Tukwila KPG
42nd Ave 5 Roadside Barrier Page 2 of 5 May 10, 2014
• Complete laboratory analyses on disturbed soil samples obtained from the
explorations to assist in soil classification and evaluating engineering
parameters. Testing may include up to two moisture content
determinations and up to two grain -size distribution tests.
• Prepare a report summarizing our findings, conclusions, and
recommendation related to the following:
• Subsurface soil and groundwater conditions and results of laboratory
testing.
• Soil parameters for use in design of guardrail supports.
Task 3 — Survey and Mapping
3.1 The Consultant shall perform topographic survey and prepare project base maps.
Base mapping shall extend approximately 4,000 linear feet from S 115th Street at
the east side of the intersection with 40th Avenue S to the existing guardrail on
42nd Avenue S approximately 300 feet south of the intersection with S 124th
Street. Survey shall extend from the north/east edge of pavement on S115th
Street / 42nd Avenue S to the apparent ordinary high water mark of the Duwamish
River and will include channelization, surface features, grade breaks, and
existing guardrail.
3.2The Consultant coordinate with a utility locate firm to mark the horizontal location
of utilities within the mapping limits and incorporate into the project base maps.
Measure downs for gravity utilities crossing the proposed guardrail will be
obtained and incorporated into the base maps.
3.3 Right of way will be shown on the base maps based on GIS information and
other publicly available sources. It is assumed that all proposed features lie
within the existing right of way and that no acquisition or right of way calculations
will be required.
Task 4 — Prepare Final Plans, Specifications, and Estimates
The Consultant shall prepare Final Plans, Specifications and Estimates for the initial
phase of this project for advertisement and award by the City. Plans shall be formatted
to provide sufficient detail for convenient field layout of all proposed facilities. City
standard details and WSDOT standard plans will be supplemented with project specific
details as required. Final bid documents will be signed by a licensed professional
engineer in the State of Washington.
City of Tukwila KPG
42nd Ave 5 Roadside Barrier Page 3 of 5 May 10, 2014
4.1 The Consultant shall prepare 30% Plans and cost estimates for the entire project
area consistent with the recommendations contained in the `42nd Avenue S —
Roadside Barrier Warrant Analysis' (KPG, 9/25/2013) and modified based on
actual survey and geotechnical findings.
4.2The Consultant shall distribute 30% plans to utility providers along the corridor for
verification of their facilities, identification of conflicts with proposed barrier, and
coordinate with franchise utilities for any necessary relocations.
4.3The Consultant shall work collaboratively with the City to prioritize segments for
implementation over one or more years. Priorities will be based on available
budget, severity of safety concern, utility issues, and/or other factors as
determined by the City. Project segments will be summarized in a brief technical
memo for use by the City in future budget considerations.
4.4 The Consultant shall incorporate comments and prepare 90% Plans for the entire
project area, with cost estimate broken into the segments determined in Task
4.3. Plans will show layout of guardrail, terminal ends, curbing, channelization,
and cross sections at key locations to permit convenient layout in the field.
Details showing modifications to WSDOT standard plans based on actual site
conditions will also be included. Specifications will be prepared for the initial
segment anticipated for construction. A $5,000 allowance is included in the
project budget for geotechnical assistance with final design. Structural
streambank repairs / retaining walls are not anticipated or included in the project
budget.
4.5The Consultant shall incorporate city comments and finalize Plans,
Specifications, and Estimate for bid advertisement of the initial segment. The
plans may be for the entire project length or for a portion of the project based on
available budget or other considerations at the discretion of the City.
4.6The Consultant shall upload Bid documents to bxwa.com for advertisement.
Fees for advertisement will be paid by the City.
4.7The Consultant shall provide bid period services to include responses to bidder
inquiries, preparation of addenda, attendance at bid opening, preparation of bid
tabulation, and recommendation to award or reject the apparent low bidder. The
budget assumes a straight forward review process with the low bidder receiving
the contract award.
City of Tukwila KPG
42nd Ave S Roadside Barrier Page 4 of 5 May 10, 2014
Task 5 — Permitting
5.1 The Consultant shall prepare and submit a SEPA checklist to the City for
processing. No other permits are anticipated or included in the scope of work.
ADDITIONAL SERVICES:
The City of Tukwila may require other services of the consultant. These services could
include additional design, right of way, environmental documentation, construction
phase services, or other work tasks not included in the scope of work. At the time these
services are required, the Consultant will provide the City with a detailed scope of work
and an hour and fee estimate. The Consultant will not proceed with the work until the
City has authorized the work and issued a Notice to Proceed.
DELIVERABLES
• Draft and Final Geotechnical Report
• 30% Plans and Estimate (5 copies)
• Technical memo for project phasing
• 90% Plans, Specifications, and Estimates (5 copies)
• 1/2 size final Plans (10 copies)
• Full size final Plans (5 copies)
• Final Specifications (10 copies)
• Final Engineer's Estimate
• Upload of Bid Documents to bxwa.com
• Completed SEPA checklist
City of Tukwila KPG
42nd Ave S Roadside Barrier Page 5 of 5 May 10, 2014
HOUR AND FEE ESTIMATE
City of Tukwila
42nd Ave S Roadside Barrier
Engineering Design
d
LL
w
1-
Labor Hour Estimate
O
C N V
O 92
.� 0)
0 c
W E/T
i 0
1- ID CO
O G)
C N
N '0
W
C
0
a
0
N
d
(0
r
(D
0
CO
O
O
0
0
O
0
V'
O
O
O
(D
CO
v
0
O
O
(O
O
0
a
E
Qc
0
O LcIi -
c . R
0
c E -a
i-
(� R
O 0)
EC CD
ER CO
C
ca R _
(0�
O
R .0 .y
2
Q
e -
y •
co
64 Cf)
64
N
O
O
O
O
O
O
N
O
O
v
0
O
c
O)
co in
0 0
0
rnG)
a) To R
C CH'
(13
o • t o co
(U
(0
N N
to
OL
C N i
c n
LE,
011- o.E
U cc
N
tn
CV
0)
a
R
N
(0
R
m
(0
R
d
0)
(n
(0
1-
(O to 0 CI
0)0000
O O C) O
CO 10 CO0r
CO CO O h
c) O)
u4 Cs (»4Ar
0
O
O
O
O
O
O
W
co
O
O
0
O
O
O
O
O
N
M
O
0
N
C
O
0
O
O
N
Q
R
E
(u
.0
0
3 (R)
O
T L
(U .co) _
N Q0 a)
U O .O .0
co
C2LE ) R N
o a.0
U N
NCO CO CO
M
N
co
H
CO C9 CO 0 0) 0) 0 0 0 N
.IN C) 00�
r- CO d' CO V' 0 (0 0 0 0 N
Cs/ LO )C00 CO (01n CD 0)
Csi (CC 16 CO
V3 ea to to) (fl CA 64 69 64 64 40
N
co
00
a
0
O
O
O
O
O
O
O
O
0
O
O
O
O
O
0
0
0
0
0
O
0
O
O
co
CO
O
(.O
CO
N
co
O
O
(O
O
N
0
co
CO
CO0
(0
CO
C.4
r
CO
O
0
(O
O
0
O
N
d
CO
CO
O
M
0)
is
W
v
R
a
0
tea)
w io
E
41 4:2
C. (0
CO) L1-1
CR
coCO
Ta"
c E„„a0 0 N Al )os a)
` C`') O 0 m 0 co co N
R 2 U N d N -O .5 a a a
0.
EL, o w w e 0 0- E E E
N CO et Lf) Cij
R7.ch eheh.,j. et et
c
a) 0
m '(0
E o
co Lu °'
0
-D
• ,_ (u
R+-. 0
v)Gci E m
oc o E 0 0
0
Iil0 N
Ll
V co-r.(O O
CO
U
cN4- 0 l0 L
I-
.:
`1 (A N Odo (n UC (6 A
O r? E d q 2 y 0 F-
0)
T-
O 02
co
10
r 1
41,
O
O
O
O
O
O
O
O
CO
CO
O
O
N
10
0
a)
U
0
W
(n
E
(0
N
C
E a.
a 2
Y • e-
XI
1-
(0
1 -
as
y
Of
1-
� Oco-
▪ a3 CV et
o
1-•0)
OS 0)CA
COO COO COO
Project Total:
64 64 64
0
0
CO
et
CO(0
Ch
69
(0
co69
(b
1)
64
N
M
O
69
O
O
(0
69
GD
CO
bq
GO
O
ozi
64
O
(h
O
(h
0
N
10