Loading...
HomeMy WebLinkAboutCalifornia State Water Resources Control Board - Amendment No 2 Installmant Sale Agreement Project No 1010007-D30C CALSTARS Agreement No D16-02031 12 l g I )�, . �L PRQP 1 CITY OF FRESNO AND CALIFORNIA STATE WATER RESOURCES CONTROL BOARD �%- 0 Water Boarde, INSTALLMENT SALE AGREEMENT PUBLIC WATER SYSTEM CONSTRUCTION FINANCING REGIONAL TRANSMISSION MAINS DRINKING WATER STATE REVOLVING FUND PROJECT NO. 1010007-030C CALSTARS AGREEMENT NO. D16-02031 Ft CAL AGREEMENT NO.SWRCSOOOODOOOOOD16020310C AMENDMENT NO.2 AMOUNT: $75,900,000 ELIGIBLE START DATE:August 23,2016 END DATE:jaRuary 1,2049 January 1.2050 DATED AS OF Au ust 23,2016 The parties mutually agree to this amendment as follows. All actions noted below are by this reference made a part of the Agreement, originally executed on January 31, 2017,and subsenuen#Iv_amended on July S.2017, and incorporated herein: Changes made in this amendment are shown as follows in the attached Exhibits: Exhibit A—Scope of Work(2 pages)* Exhibit A-FBA—Final Budget Approval(5 pages)* Exhibit B—Project Financing Amount(1 page)* Exhibit C—Payment Schedule(2 pages)*** *Text additions are displayed in bold and underline. Except as otherwise noted,text deletions are displayed as strike through text(i.e., strike out) **Entire Exhibit added ***Updated Pages All headers are updated to incorporate FI Cal Agreement No.SWRC80000000000D160203100 All other terms and conditions shall remain the same. IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto. CITY OF FRESNO: APPROVED AS TO FORM: a California municipal corporation Douglas T. Slo �, City Attorne By_ By: 1 7 Name:Michael Carbajal Brandon . Colle Dale Title: Director, Department of Public Utilities Deputy Date: S� STATE 7ER RESOURCES CON RD: ATTEST: Yvonne Spence, CMC By: City Clerk Nam s e don Tit Dep ty Director By: i / Divisi n of Fi /ancial s fstan Deputy Date 51 �' { 14/1�� Nl�d I nib Date: 2015a 25H16 City of Fresno Agreement No.: D16-02031 Project No.: 1010007-030C Amendment No. 2 EXHIBIT A-SCOPE OF WORK 1. The Recipient agrees to start construction no later than the estimated date of September 30, 2016. 2. The Completion of Construction date is hereby established as Jan ary-34.-2019 .tune 30, 2020. 3. The Recipient agrees to ensure that its final Request for Disbursement is received by the Division no later than six months after Completion of Construction, unless prior approval has been granted by the Division. Otherwise, the undisbursed balance of this Agreement will be deobligated. 4. Incorporated by reference into this Agreement are the following documents: (a) the Final Plans & Specifications, dated April 18, 2016 and Addendums No. 1 and 2, issued May 16, 2016 and June 1, 2016, respectively which are the basis for the construction contract to be awarded by the Recipient; for Phase Al; Stamped and Signed Final Plan and Specifications for the Project received November 18, 2016, dated June 24, 2016, and Addendums No. 1 , 2, 3, 4, and 5, issued July 26, 2016, August 4, 2016, August 10, 2016, August 11, 2016, and August 12, 2016, respectively for Phase A2; Stamped and Signed Final Plan and Specifications for the Project received August_28,2018, dated August 17, 2017,and Addendums No. 1,2, 3, 4 and 5, issued October 5, 2017, October 18, 2017, October 27,2017, November 3, 2017, and November 8, 2017, respectively for Phase B &C. (b) the Drinking Water System Permit No.03-89-030. (c) the Recipient's Reimbursement Resolution No. 2015-150 dated July 30, 2015; (d) [Reserved] (e) [Reserved] 5. Reporting. Status Reports due at least quarterly. Project Completion Report due by July 1, 2019. 6. Scope of Work. The Project consists of up to four design and bid packages that comprise the entire Regional Transmission Main (RTM) Project, which includes a total of up to 69,300 linear feet(13.1 miles) of transmission pipeline. Upon completion of the Southeast Surface Water Treatment Facility(SESWTF), the Recipient will require infrastructure to deliver the treated water to the existing distribution system. These regional transmission mains will effectively deliver water to the existing Transmission Grid Main system, which will serve areas throughout the City of Fresno. The regional transmission mains will vary in size from 20-inch to 66-inch pipelines, mostly consisting of cement mortar lined and tape coated construction. Signage. The Recipient shall place a sign at least four feet tall by eight feet wide made of 3/ inch thick exterior grade plywood or other approved material in a prominent location on the Project site and shall maintain A-1 City of Fresno Agreement No.: D16-02031 Project No.: 1010007-030C Amendment No. 2 EXHIBIT A—SCOPE OF WORK the sign in good condition for the duration of the construction period. The sign shall include the following disclosure statement and color logos (available from the Division): PRO 1 � A Water Boards "Funding for this $75,900,000 Regional Transmission Mains Project has been provided in full or in part by Proposition 1 —the Water Quality, Supply, and Infrastructure Improvement Act of 2014 and the Drinking Water State Revolving Fund through an agreement with the State Water Resources Control Board. California's Drinking Water State Revolving Fund is capitalized through a variety of funding sources, Including grants from the United States Environmental Protection Agency and state bond proceeds." The Project sign may include another agency's required promotional information so long as the above logos and disclosure statement are equally prominent on the sign. The sign shall be prepared in a professional manner. The Recipient shall include the following disclosure statement in any document, written report, or brochure prepared in whole or in part pursuant to this Agreement: "Funding for this project has been provided in full or in part through an agreement with the State Water Resources Control Board. California's Drinking Water State Revolving Fund is capitalized through a variety of funding sources, including grants from the United States Environmental Protection Agency and state bond proceeds. The contents of this document do not necessarily reflect the views and policies of the foregoing, nor does mention of trade names or commercial products constitute endorsement or recommendation for use." A-2 City of Fresno Agreement No.: D16-02031 Project No.: 1010007-030C Amendment No. 2 EXHIBIT A-FBA- FINAL BUDGET APPROVAL (FBA)/ELIGIBILITY DETERMINATION APPROVAL Table 1: Approved Construction Bid Amount CQN-FRAGT-0R €S-TIMAT-E-D-BID AMOUNTBID ARRRR- D Phase p GGSTS Phase A2: Floyd johnsto nstrustiaa --- �294;184 $ 179,!1w Phase B.; TSID $&,4-3 ;g94 TIRD T3D Phase G- 9 M, 4�A99 TIED TBD CONTRACTOR ESTIMATED BID AMOUNT BID APPROVED COSTS Phase Al: Mountain Cascade --- $28,471,884 $28,44f!J8 Phase A2: Floyd Johnston Construction --- $18,204,180 $18,179,180 Phase B& C: Vido Artukovich &Son Inc $11,490,484 $11,465.484 1 VIDMAR, Inc. a Joint Venture — 1 - BUDGET Table 2: Approved Final Project Budget Pan- '. C9QT T A Q I TVDC QF=IA.IQPK A. GonstR4r�fioR Phase P Mountain-Gasse/d,e, �884 Phase $FF-dtl�iQ�� �'4.4q-9-,- ,730,000 City r=Fesma 250-POW As f9w, l P. Pre Pw iris - -er4-a 8gc ��� � � uP--hase �-VVH �8 E.AfiowapGes eDesign rg V 2;v6r-v;vvr,nn 75 n Bid --' A nYt 8 rd� B SQL -Ad ministFat49R 4 4 8 l Thor f nm iai;Ge g A-FBA-1 City of Fresno Agreement No.: D16-02031 Project No.: 1010007-030C Amendment No. 2 EXHIBIT A-FBA—FINAL BUDGET APPROVAL(FBA)/ELIGIBILITY DETERMINATION APPROVAL . n PROJECT COST TABLE TYPE OF WORK APPROVED BUDGET A. Construction Phase Al: Mountain Cascade 28,446,884 Phase A2: Floyd;Johnston Construction 18,179,180 Phase B &C: Vido Artukovich &Son. 1 Vidmar, Inc.a Joint Venture 11,465,484 City of Fresno 1,969,500 Construction Subtotal 60 061 048 B. Pre-Purchased MateriallEguipment 0 C. Land Purchase 225,000 D. Contingency 3,023,952 E. Allowances Planning 0 Desi n 2,675,000 Bid Documents & Project Advertisement 0 Construction Mana ement 5,800,000 Administration 4115 000 Value EngineerinG 0 Labor Compliance 0 Allowances Subtotal 12,590,000 TOTAL (Subtotal A+B+C+D+E) $75,900,000 Note: Adjustments may be made between Line Items on the Final Disbursement. A-FBA-2 City of Fresno Agreement No.: D16-02031 Project No.: 1010007-030C Amendment No. 2 EXHIBIT A-FBA-FINAL BUDGET APPROVAL (FBA)/ELIGIBILITY DETERMINATION APPROVAL 2 - PROJECT ELIGIBILITY DETERMINATION The eligibility determinations and conditions of approval identified below are based on the review of: • Stamped and Signed Final Plan and Specifications (P&S)for the Project received August 5, 2016, dated April 18, 2016, for Phase Al; • Stamped and Signed Final Plan and Specifications (P&S)for the Project received November 18, 2016, dated June 24, 2016, for Phase A2; and, • Stamped and Signed Final Plan and Specifications P&S for the Project received August 28, 2018, dated August 17, 2017,for Phase B &C; • Addendums No 1 and 2, issued May 16, 2016 and June 1, 2016, respectively for Phase Al; and • Addendums No. 1, 2, 3, 4, and 5, issued July 26, 2016, August 4, 2016, August 10, 2016, August 11, 2016, and August 12, 2016, respectively for Phase A2.: and, + Addendums No. 1 2 3 4 and 5 issued October 5 2017. October 18 2017 October 27. 2017, November 3,_2017,and November 8,2017 respectively for Phase B & C. The eligibility determination for the bid items shown in the schedule of values provided by the Recipient are as follows: Table 3: Eligibility Determination Agreement for Mountain Cascade.(.Phase Al): Bid Item Description Percent Eligibility 1 Mobilization and Demobilization _ 100% 2 Mediator 0% 3 Traffic Control 100% 4 Worker Protection 100% 5 66 inch water transmission main 100% 6 60 inch water transmission main 100% 7 54 inch water transmission main 100% 8 48 inch water transmission main 100% ......... ........... .. ......... .. 9 30 inch water transmission main 100% 10 16 inch water main 100% 11 12 inch water main 100% ........ ..... o 12 10 inch water main 100% 13 Trenchless Crossing at Peach Ave 100% 14 Trenchless Crossing.at Clovis Ave ___ _ __ _ 100% 15 66 inch butterfly valve 100% 16 60 inch butterfly valve 100% 17 54 inch butterfly valve 100% 18 30 inch butterfly valve 100% 19 16 inch butterfly valve 100% 20 12 inch gate valve 100% 21 10 inch gate valve 100% 22 10 inch combination air valve assembly 100% 23 8 inch combination air valve assembly 100% 24 4 inch combination air valve 100% 25 12 inch diameter blow off assembly 100% 26 Temporary blow off 100% 27 Access Manway 100% 28 Corrosion Monitoringsystem 100% .._... A-FBA-3 City of Fresno Agreement No.: D16-02031 Project No.: 1010007-030C Amendment No. 2 EXHIBIT A-FBA— FINAL BUDGET APPROVAL(FBA)/ELIGIBILITY DETERMINATION APPROVAL Bid Item Description_ Percent Eligibility 29 Trench Resurfacing 100% 30 Extra Welded Steel Pipe _ 100% 31 Remobilization Due to Heading change 100% 32 Supplemental Work 100% Bid items as shown in the schedule of values provided by the recipient Table 3b: Eligibility Determination Aq�tement for Floyd Johnston Construction Phase A2 Bid Item Description Percent Eligibility 1 Mobilization and Demobilization 100% 2 Mediator 0% 3 Traffic Control 100% 4. Worker Protection 100% 5 48 inch water transmission main 100% 6 42 inch water transmission main 100% 7 36 inch water transmission main 100% 8 24 inch water transmission main 100% 9 12 inch water main 100% 10 10 inch water main 100% 11 Trenchless Crossing at H Street 100% 12 Trenchless Crossing at McKinley Ave 100% 13 Trenchless Crossing at Fresno Street from station 302 100% 14 Trenchless Crossing at Fresno Street 100% 15 48 inch butterfly valve 100% 16 42 inch butterfly valve 100% 17 36.inch butterfly valve 100% 18 24 inch butterfly valve 100% _ 19 12 inch Gate Valve 100% 20 10 inch Gate Valve 100% 21 6 inch Combination Air Valve Assembly 100% 22 4 inch Combination Air Valve Assembly 100% 23 10 inch Diameter Blow off Assembly 100% 24 Temporary Blow Off 100% 25 Access Manway 100% 26 Corrosion Monitoring_System 100% 27 Trench Resurfacing 100% 28 Extra Welded Steel Pipe 100% 29 Re mobilization 100% 30 Supplemental Work 100% Bid items as shown in the schedule of values provided by the recipient Table 3c: Eligibility Determination Agreement for Vido Artukovich &Son. Inc. /VIDMAR Inc. a JV (Phase B & C): _ Bid Item Description Percent Ell ibilit 1 Mobilization and Demobilization 100% _ Mediator F.I.- 3 Traffic Control 100% 4 Worker Protection from cavin round 100% 5 42 inch water transmission main _ 100% A-FBA-4 City of Fresno Agreement No.: D16-02031 Project No.: 1010007-030C Amendment No. 2 EXHIBIT A-FBA—FINAL BUDGET APPROVAL(FBA)/ELIGIBILITY DETERMINATION APPROVAL Bid Item Description Percent Eligibility 30 inch water transmission main 100% ---- 7 24 inch water transmission main 100% 8 20 inch water transmission main ! 100% 9 16 inch Water main 100% 10 14 inch Water main 100% 11 12 inch Water main 100% 12 Pits for trenchless crossinn at McKinley Ave _ 100% 13 f 48 inch b .688 inch Thick steel casing Di De 100% 14 30 inch water transmission main 100% 15 42 inch butterfly valve 100% 16 30 inch butterfly valve 100% 17� 1 20 inch butter-fly valve 100% 18 16 inch butterfly valve 100% 19 14 inch butterfly valve 100% 20 _ 12 inch ate valve 100% 21 Utility Designating 100% _ 22 UtilityLocating100% 23 6 inch Combination Air Valve Assembly 100% 24 4 inch Combination Air Valve Assembly 100% 25 10 inch Diameter Blow off Assembly 100% 26 10 inch Diameter Blow off Assembly w/2 connections 100% 27 6 inch Diameter Blow off Assembly, Type B 100% s 28 Access Manwa 1001% 29 Closure with Access Manwa 100% 30 ! Insulating Joint Test Station 100% 31 Forei n Pipe Test Station 100% 32 Potential Test Station 100% 33 f Trench Resurfacing 100% 34 Grid Main Connections 100% 35 Extra Welded Steel Pie 100% 36 Remobilization Due to Heading Change 100% _ 37 j sul2plementat work 100% 38 24 inch Butterfly valve 100% ...... ......... Bid items as shown in the schedule of values provided by the recipient Eligibility Determination Conditions of Approval 1. Necessary insurance directly related to the construction contract and extending throughout the period of the construction contract will be eligible for DWSRF financing. This includes builder risk insurance, public liability insurance, fire, and Project specific insurance. 2. Earthquake insurance and "Act of God" insurance are ineligible for funding. 3. Asphalt pavement, corresponding improvements, and excavation and refill materials due to trenching are limited to replacement of the trench width plus one foot on each side of the trench disturbed due to the construction work of the subject contract only. Full lane width paving or slurry seal is eligible only if required by ordinance or code. A-FBA-5 City of Fresno Agreement No.: D16-02031 Project No.: 1010007-030C Amendment No. 2 EXHIBIT A-FBA— FINAL BUDGET APPROVAL (FBA)/ELIGIBILITY DETERMINATION APPROVAL 4. The cost of local permits and licenses other than those issued by the Recipient are eligible for DWSRF financing. 5. The approved contingency may not be increased above the approved contingency shown in Table 2. Any unclaimed construction or allowance costs may also be used towards approved construction change orders. The change order approval may not: (1) increase the maximum amount of the financing agreement based on Table 2: Approved Construction Budget, (2) increase the term of the financing agreement, or(3) result in a substantial change in the Project scope. 6. Review of the P&S by the Division is conducted to determine eligibility and administrative compliance with the Policy. Issuance of the FBA does not relieve the Recipient and the design engineer of their legal liability for the adequacy of the design. 3—PROJECT COMPLETION SECTION 1. Project Completion Report The project completion report shall contain the following: 1. A description of the final constructed project. 2. A description of the water quality or quantity problem the project sought to address. 3. A discussion of the project's likelihood of successfully addressing that water quality or quantity problem in the future, and 4. Summarize compliance with environmental conditions, if applicable. Project Completion Reporting 1. The recipient must notify the appropriate Division of Drinking Water(DDW) District Office and the Division of Financial Assistance that its project was completed by submitting a Project Completion Report to the Division with a copy to the DDW District Office. 2. The Project Completion Report must be submitted on or before the due date established per Section XIV.B.2 of the DWSRF Policy. A-FBA-6 City of Fresno Agreement No.: D16-02031 Project No.: 1010007-030C Amendment No. 2 EXHIBIT B- PROJECT FINANCING AMOUNT 1. Reasonable Cost. The reasonable cost of the total Project, including associated planning and design costs is seventy five million nine hundred thousand dollars and no cents ($75,900,000.00). 2. Project Financing. Subject to the terms of this Agreement, the State Water Board agrees to provide Project Funds in the amount of up seventy five million nine hundred thousand dollars and no cents ($75,900,000.00). The estimated amount of principal that will be due to the State Water Board under this Agreement is seventy five million nine hundred thousand dollars and no cents ($75,900,000.00). 3. Payment, Interest Rate, and Charges. The Recipient agrees to make all Installment Payments according to the schedule in Exhibit C at an interest rate of one point six percent(1.6%) per annum. The Recipient agrees to pay an Administrative Service Charge in lieu of interest as reflected in Exhibit C. The Recipient agrees to pay a Drinking Water Small Community Emergency Grant Fund Charge in lieu of interest as reflected In Exhibit C. 4. [Reserved] 5. [Reserved] 6. [Reserved] 7. The term of this agreement is from August 23, 2016 to Jaeuawy-'I-2949 January 1, 2050. 8. Budget costs are contained in the Project Cost Table, which is part of Exhibit A-FBA. B-1 City of Fresno Agreement No.: D16-02031 Project No.: 1010007-030C Amendment No.2 EXHIBIT C—PAYMENT SCHEDULE See the attached preliminary Payment Schedule. The final Payment Schedule will be forwarded to the Recipient after all disbursements have been paid and construction of the Project has been completed. C-1 L p � O N O N 7 7 � 'C y .R L a v I� A a 'u c a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 . . 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C. C. 0 0 0 0 0 0 Vi �1 d a L U 00 M O M �C C\ 00 rl �O O� �O M v1 N M T M 7, m (=, r O) v_1 O O O O O O N vl N r� IR N O O llD l- ll� \cl C o0 0o rl1 N c� 7 O 01 ^ O O O o0 N D\ Z M ^ m M V a, O O O ^ N �O \D N cJ N 01 cl lo 7 cl M oo �D pp u \c O1 O O \O N N oo M O N V l- ^ w a, h v) \D N �c O oo N 7 \D N N O 0 b 01 � O [� ' N O [ M 'O F M \O M V a v') w oo O r- O G c- Q, N o0 oo cV iA �o V V �G oo N c- c+, O� c- vi 4 4 4 v, �o l- O� c �c In O1 O O O O O oo lD In a O1 N vl r- o0 0o r \O m O v1 O t- c, O O 0) O C� �D SY 01 01 O1 01 01 Oo 00 Oo f� r � \O vl C1 M N •-- O T f1n � 1/1 M '- T f� )f"� M --i T 1� N o0 oo m 7 vl [- r- r r- r [� r � � � � b � \ � vTl vNi V) V'1 In cmn v) In V 7 V V 00 0` M ^ M oo 't V 7 V 7 -It 7 It 7 7 It IT' -It 7 -IT 7 7 7 7 7 V It V It � 7 V 00 N Q\ . 7 �D N N " N N N N N N N N N N N N N N N N N N N N N N N N N N y. �D a, tt N 01 1=1 W 00 00 00 W 00 0o Oo 00 00 00 00 00 - 00 00 00 - 00 00 00 00 00 00 00 00 00 00 - M M N l� n r- r n r r- r r r r � N r- � � r n r n cz r O N 00 �O O .• 0\ 01 � ON m oN ON O1 a, c, 01 a, m 01 c, � m 0\ 0, � � C, m � T 01 01 01 aN F - M v lr n nIq I v n � v, n n n1 v 1 n n n n nIq v, � n n n � na ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ _ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ w O, M -. M o0 7 V V 7 't 7 7 7 V V 7 Tt Tt V 7 V V 7 7 V 7 7 7 - 7 7 0o N c1 •D '7 \O N N N c i c! N c`J cl N N N N N N N N N N N N N N N N N N N N cl N C C cO -r- pOi °0 00 °o 00 00 00 00 0022 00 00 00 00 00 00 00 00 0o ao 00 00 00 00 00 00 00 0_0 00 02 c an d lc r 7 M O\ [- r- � r r- r r r n n � n n n n r n r- r r- r- r. t- r- r r r n n Oy V 0\ M M M N lZ r- r r- r- rZ � n n n n n n n r r r [� r [� r � n r- r N oo TD O ^ ^ 01 01 a, cl cl O\ m cN a, ON CN ON O+ ON ON � 01 O1 m m cl ol 0, 0\ Oi m 0\ C1 C1 cy es � -- ca ^ ^ ^ .-. ^ ^ ^ _ ^ ^ ^ ^ ^ ^ ^ - ^ ^ ^ ^ ^ ^ - ^ ^ ^ ^ ^ F w c� M M 00 v) O vl O) [� [" [� M M M l� Q1 \O \D vl O o0 O 00 \O �D oo m 0o N O, 7 \ID V lr� c7� M M cn o0 O N a, N V n M -O = O l- r M O y, ++ N �c m 7 N O \D N V M l- �cO [- 01 M m w w w � O m 00 t mw v) c-- vi r N F. m [� c 0\ ^ lD r- T M �O [� N O N oc �D m N � 0\ n w m m a, N c- vl �c m v) M V 1� N O1 y d \c cl ^ vt N N N 7 T M m M N vl 01 M V1 \0 00 0 ^ M n \D � m O ^ N M V vl n r 00 00 m 01 c, i N oo \O O ^ O m a\ oo r \0 v) kn V M N ^ O a, a, 00 t- \O vl K1 N ^- O O1 00 [l- �c w' m ^ M V V1 �O �D V1 kn v) kn w) vl v) Vl V1 V) V1 v) V 7 7 V 7 7 V V V M M M M M V V V CJ CJ C7 O c) c) O c) O O O O O O O O O O O CD O a) O O O O O O O O O 0 e O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O o A .r Q b O O O O O O O O a, a, v1 m n r r ^ ^ [- m In 00 w m m V 10 'T \O m m m oo �oU Cl O O O O O O oo M 00 00 [- O M O c� O 7 r O) N O r� 14� c1 n/'1 N 7 7 00 N O O O o O O vl M 7 O oo O m v) w CN O (71 w l- w O M O m N O M v) �o 4•, O v) V C, o1 m v) N w �o N m N o0 -- N Q\ 't py N N N N N 7 \c O) M r- N oo v) N N oo 'D �_ N CDv) N -� a, oo [- ,O n t M N O O 0, C` o0 00 00 00 ° °� a, O O O O O O O O O O O O O ^ N M 7 o0 0o a1 N N N O O 0 6 - c, OO F o = a 4.1 U Mo c ° N O � [� 00 00 o 0 a> � •� o 0 0 0 �wo / U7 ° A ,2 r o0 W 01 01 O O - - N N M M V l- [- DD W m 01 O O ^ N N M m V 7 3 n E V ^ N N N N N N N N N N N N N N N N N N N N rn rnM M M M M M M M O N C O O O O O O O O O O O O O O O O O O O O O O O O O O O CD O O O O O O O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N A C bD E N `o on c a cFi� d ° Q P u 7 O N M V vl �O [- o0 01 00 O •-� N M vl U L1. U w w C; Z N M 7 v1 [� W Qi --� ^ --� - --� ^ - ^ ^ N N N N N N N N N N m M M M M m L' O R O Y� O O � � N V y N y i+ 7 � 'O yVi d d R a 'u C L a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o g o 0 0 o d o 0 0 0 0 0 0 0 0 d o 0 0 0 0 0 0 0 0 0 0 0 C. 0 0 0 0 040 d y U Vl D\ ^ -- DD N r O � 7 O 7 O M CDr M 00 00 Cl O N ,O N M C, M 00 to o0 C, N r r r � � o0 r ,O O\ Vl N O O O `n ON r D\ Vl R N CD h cV 7 7 CDO — oo '� r r N V ,O 00 O bD V 00 r a, r M h M N 7 M C, � c, n ,O r r Vl ,O O Vl .--' 00 r r T M G p V V M E. r T oo N O O oo v1 O M N r r r A `n M O 7 V O M In r C, O N M Monin r� in C, — N C, `Q O M �* M C, 'n r r 'n W m O M vl r r ,O r N In 00 O O C, 00 In — `n Cl N M M N O `o `n w7 O C� ,O N r N o0 M 00 M 00 N — VI N -- ON 0o r ,O 7 M N O a, 00 ,O Vl M N — w `4 M N O r r b V M ^ 7 V M M M M M M M M N fV (V fV [V N V V V 7 V V N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N n W� y. 00 00 00 00 00 00 00 00 00 00 00 00 00 D2 00 00 00 00 00 00 00 00 00 00 W 00 00 00 00 00 00 C. OD +°• r" r" Cl r r r C, r r" C, Cl C, C, r 01 r h r r r ON C, ON C, r o c >, a` o\ Cl Cl C, Cl C, rn rn C, Cl ON C,C, C, C, C, rn a a, rn o, o, rn ON rn rn ON rn ON rn rn 'r F R V? n 'n nlr � lr n vi n n v, ll 'n lr n n v, v, v, v, v, vi vi vt vi �n `n `n `n `n o! a - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - o, N N N N N N N N N N f i fV N N fV N N N N N N N N N N N N N N N n In 'd y 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 N 4. C O — .-. _. — �— O ^ r h r r h r r r r r r r r h r r r r r r h h h r r r r r r r r 7 N a r r" r-� r" r rz r r--� r--� r rz r r" r e r r r" h` r r r r r" r r" r r r r o C, C, o` rn ON rn C, C, o, ON 0� C, rn o` C, C, ON C, C, C, C, o, ON rn m C, C, D, C, m o, r to R R V1 V1 Vl V1 Vl Vl Vl V1 Vl Vl Vl V1 V1 Vl Vl V1 V1 Vl Vl V1 ul Vl V1 Vl Vl V1 Vl Vl Vl nVl C, y ca - — - - - - - - - - - - - - — - - - - - - - - - - - - - ^ t- F O, ,O zt O r O, 00 �o V M M V V 7 O O ^ 00 Q, r 00 �_ O 00 r cr 0 0 r r M 0 0 O0 Vl r r 00 M Vl h N N O 00 O 00 Vl 00 T M VI r M C, M Vl `n N Vl 7 r Vi ,O O ,O V N O Do Ito0 00 10 00 10 oo M O C, O, C:. .+ C O, CDV O� r �o r O V O r \O �o 00 C) V O, v1 -- C, h 'O �O �c h 0o O N M vl 00 OD w W ,O h ,O 'F N C, v1 -- n C, — M ' 7 7 N Cl, lO N ,O O M n ,O \O In ' r N ,O C, a, oo oo oo h ,O ,O 'n V M N — C, oo r vi 4 N O oo ,O V N O r vn N O C �+ rn N — O O, 00 r ,O V1 lzr M N — CDC, h ,O V1 M N ^ D1 00 r ,D V1 M N r M M M M M N N N N N N N N N N N N v, O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O Cl O O O O O O O O O O O O O (D C. y ,. ,O ,O ,O ,O ,O ,O ,D ,O ,O ,O ,O ,O ,O ,O ,O ,O ,O ,O ,O ,O ,O ,O ,O ,D ,O ,O ,D ,O ,D ,O VJ ice+ R — — — — — — � a ca . b O ++ mC, 00 r m 00 C) 7 h Vl ,O 00 O — CD O O V V M ,O v1. r ,O O 7 b V r M O U O L" — M 7 O 00 M -t Vl -�t 00 M ,O Vl Vl C, r Vl O O N M M r ,O V N N O 'C, M ,p O 7 C, N N Vl N M O N — h — M Vl r O cF O C, N Ci O Vl r 00 00 00 O r — 7 V1 7 u•1 M — h N ,O O N 7 V1 7 M C, r Vl In O O. 0 O O O N r ,O a0 Vl M N N M V r O Vl O ,O M O C a 00 00 00 00 00 00 T O, O O — N M Vl ,p 01 O N M Vl r C, ^ M Vl r C, N V1 O V Vl ,p h 00 C, O — M 7 Vl ,O h 00 O1 O N t Vl ,O h 00 (1 N M Vl r 00 O N N N N N N M M M M M M M M M "t 7 7 7 Vl V1 Vl Vl V1 V1 Vl O, — — — — — ,-. .-. .-. — — — — — — — — — — — — .-. .-. — .-. .-. � CD r o o a y o 0 0 `� c ,D a C F r to W O z d R w ❑ A a gi o aoi C ° Vl Vl ,O ,O h h 00 w C, C, O O N N M M t Vl Vl ,O ,O r r 00 00 C, C, O 3 r M M M M M M M M M M 7 � 7 V N "I ep Vl O N C O O O O O O O O O O O O O p O O O O O O O Cl O O O (D O O O O p O y N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N Li O C/) 04 o C z d a C a ° E U ti h 00 C, O N M 'It Vl •,O r 00, O, O N M 7 Vl ,O r 00 01 (D N M V V) ,O U a U L4 LL �i �. M M M M V 7 't zt 7 V V 'T Vl Vl Vl Vl Vl Vl ul V1 Vl Vl ,O ,O ,O ,O ,O ,O ,O