Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCHANGE ORDER - RFP - 7390 CONSTRUCTION MANAGER FOR MAX BRT (2)CHANGE ORDER NO.02
PROJECT TITLE:
Mason Corridor - MAX BRT
CONTRACTOR:
CH2M HILL, Inc
PROJECT NUMBER:
7390
PURCHASE ORDER NO.:
9124400 (Closed)
9125602 (Active)
DESCRIPTION:
Construction Management Services for MAX BRT
1. Reason for change:
This change order primarily adds scope and staff to support the Safety and Security Certification of the
MAX BRT project. Additionally, the change adjusts the level of effort from Ditesco to provide additional
administrative support for the project.
2. Description of Change:
The changes included in this contract are summarized below and described on the attached change
order summary form.
1. Add scope, personnel and budget to support safety and security certification for.the project
2. Add additional budget for Ditesco staff to provide administrative support for the project.
3. Change in Contract Cost: $73,794.06
4. Change in Contract Time: 0 calendar days for final completion
ORIGINAL CONTRACT COST
$3,835,369.00
TOTAL APPROVED CHANGE ORDERS
$0.06
TOTAL PENDING CHANGE ORDERS
$0.00
TOTAL THIS CHANGE ORDER .
$ 73,794.00
TOTAL % OF ORIGINAL CONTRACT, THIS C.O.
1.92%
TOTAL % OF ORIGINAL CONTRACT, ALL C.O.'S
1.92%
ADJUSTED CONTRACT COST n
$3,909,163.00
ACCEPTED BY. • 5_11� DATE: 15-Mar-13
CH2M HILL Represe ta'"tive
APPROVED BY- DATE: t2
City Project Mana er
APPROVED BY: DATE:
City Engineer `
r -
L�
APPROVED BY: � � DATE: �-
Purchasing Agent over $60,000
cc: City Clerk Architect
Contractor Engineer
Project File Purchasing
independent Cost Estimate: City Engineering Staffing needs for MAX BRT Project
MAX Project Construction Management and Administrative
1
+r' TMIaS;� .„
OrganWtlan. 'f
1 Raaponalba8y
NWaI
(Hours/�
Manthh)'1
I on
I
rRata fj
! iRonr I
�
} Tolalr
((MthsOuraeanb
CityE hreef•
COFC
OverallProjectres nsible party
Time Inducted In estimate is 10 fnirs/ a k.for 16 mortis permrstrutlbn scheddeand
40
18
S 65
$ 46,600.00
2 months for project closeout January 2013 ttrough Jute 2014
Assistant la City Engineer, wondnetes all construction and adminatratIve related
City Project Manager
COFC
activities. Coondrmtionwith outside agendes; gArc grows;
Time Included in estimate for 50 hsAseek 16 months per wmhxVon Schaal and2
Comtrucfon management consistent ovenslgh
months for project closeout. January 2013 0mugh June 2014
216.5
18
5 60
f 233,820.00
DIRT Conslution Manager
COFC
Assists CM Win 91 conslution and adminstraNe related activities
Time Included in estimate for 50 hsMeek 16 me We per consincvon schedde and 2
216.5
18
$ 45
$ 175.365.00
mortis for project closeout, January 2013 thowh June 2014
Senor Inspector
COFC/Conrad
Field Inspection
'Augmt 2011 ihmgh February 2012, 50 trsfAeek
216.5
7
5 45
$ 68,197.50
Senor Inspector
COFC/Contract
Field inspection
*Anvil 2012 thangh J"2014, 50 hslveek 24 months forpre,mnsVuclbn,
216.5
26
$ 45
$ 253.305.00
mu nstllon related activities and 2 marina closeout
Inspector
COFC/Contract
Field Inseolon
p
'February 2012 though J"2014,50 tashveek: 26 months for premretution,
216.5
20
$ 35
S 272,17constriction
constriction related seMbes arid morf closeout
Inspector
COFC/Contract
Field Inspection
'September2011 ilrowhJure2014, 50lrshw ek 31 mortis farpre amru bon
216.5
33'
S 35
$ 250.057.E
cou nsttion related activities and 2 morAhs closeout
AdminstrativeS Support
wpo
COFC
S capon management staff staff vAN atlminsUetive swport
'No vember 2012 though Jure 2014. 20hrshveek 20 masts for construction related
%
20
$� 25
S' 43,000.00
ectiviam and mortis closeout morcloseout
'Start dates for Inspectors based on date fired Total $ 1.282,715
-Administrative Assistant slan date based on start of wnstutlon
Title: CH2M Hill Change order 2
Date: 4-22-13
CONTRACT CHECKLIST FOR NON-COMPETITIVE PROPOSALS (SOLE SOURCE)
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
The City made and documented an
YES
independent cost estimate before receipt of
proposals.
10) Unnecessary Experience and
Excessive Bonding
Unnecessary experience and excessive
NO
bonding requirements were not included in
this solicitation or contract documents.
11) Organizational Conflict of
Interest (OCI)
If there is an apparent or potential OCI the
solicitation contains provisions to eliminate or
mitigate the conflict (e.g. by inserting a clause
NO
that prohibits the contractor from competing
for the follow-on contract to the current design
or research contact) and OCI Certification is
submitted by the contractor.
12) Arbitrary Action
There was no arbitrary action in the
procurement process. (An example of
arbitrary action is when award is made to
NO
other than the contractor who most satisfied
all the City requirements as specified in the
solicitation and as evaluated by staff.
13) Brand Name Restrictions
Brand Name or Equal. When it is impractical
or uneconomical to provide a clear and
accurate description of the technical
requirements of the property to be acquired, a
"brand name or equal" description may be
used to define the performance or other
salient characteristics of a specific type of
property. The City must identify the salient
characteristics of the named brand that
NO
offerors must provide. When using a "brand
name" specification, the City does not need to
reverse -engineer a complicated part to
identify precise measurements or
specifications in order to describe its salient
characteristics. FT A's "Best Practices
Procurement Manual," (BPPM) contains
additional information on preparation of
specifications including examples with
specific language.
14) Geographic Preferences
The solicitation contains no in -State or local
NO
geographic preference except where Federal
statutes mandate or encourage them.
15) Contract Term Limitation
The contract period of performance for rolling
stock and replacement parts does not exceed
five (5) years inclusive of options without prior
NA
written FTA approval. For all other types of
contracts, the procurement file contains
evidence that the contract term is based on
sound business judgment.
18) Award to Responsible
Contractor
The City made a determination that it was
awarding to a responsible contractor
considering such matters as contractor
integrity, compliance with public policy, record
of past performance, and financial and
1. Y
technical resources.
2. Y
1. Appropriate Financial, equipment, facility
3. Y
and personnel. (Y/N)
4.Y
2. Ability to meet delivery schedule. (Y/N)
5. Y
3. Satisfactory period of performance. (Y/N)
4. Satisfactory record of integrity, not on
declined or suspended listings. (Y/N)
5. Receipt of all necessary data from
vendor. (Y/N)
19) Sound and Complete Agreement
This contract is a sound and complete
agreement. In addition, it includes remedies
YES CHANGE ORDER
for breach of contract and provisions covering
termination for cause and convenience.
24) Clear, Accurate, and Complete
Specification
A complete, adequate, and realistic
specification or purchased description was
YES
available and included any specifications and
pertinent attachments which define the items
or services sought in order for the bidder to
properly respond.
38) Sole Source if other Award is
Infeasible
The contract file contains documentation that
award of a contract was infeasible under
small purchase procedures, sealed bids, or
competitive proposals and at least one
of the following circumstances applies:
(1) The item was available only from a single
source. (Verify prices are no higher than price
for such item by likely customers.)
CHANGE ORDER
(2) Public exigency for the requirement did
CONTRACTOR IS CH2M HIII
not permit a delay resulting from a
competitive solicitation.
(3) An emergency for the requirement did not
permit a delay resulting from a competitive
solicitation.
(4) The FT A authorized noncompetitive
negotiations.
(5) Competition was determined inadequate
after solicitation of a number of sources.
39) Cost Analysis Required
Cost analysis and profit negations were
performed (initial award and modifications)
And documented for price reasonableness
YES
was established on the basis of a catalog or
market price of a commercial product sold in
substantial quantities to the general public or
on the basis of prices set by law or regulation.
40) Evaluation of Options
The option quantities or periods contained in
the contractor's bid or offer were evaluated in
order to determine contract award. (To be
NA
eligible for Federal funding, options must be
evaluated as part of the price evaluation of
offers, or must be treated as sole source
awards.
42) Written Record of Procurement
History
The file contains records detailing the history
YES ORIGINALLY SELECTED
of this procurement. At a minimum, these
BY RFP PROCESS
records include:
CONSULTANT HAS BEEN
(1) the rationale for the method of
RESPONSIVE AND PRICES
procurement,
(2) Selection of contract type,
ARE FROM EXISTING LINE
(3) reasons for contractor selection or
ITEM PRICING FROM BID
rejection, and
4 the basis for the contract price.
43) Exercise of Options
The grantee exercised an option on this
contract adhering to the terms and conditions
of the option stated in the contract and
determined that the option price was better
NO
than prices available in the market or that the
option was a more advantageous offer at the
time the option was exercised.
If an option was not exercised under this
contract, check NA.
44) Out of Scope Changes
The grantee amended this contract outside
the'scope of the original contract. The
YES, THE WORK IS OUTSIDE
amendment was treated as a sole source
THE ORIGINAL AGREEMENT
procurement (complying with the FTA
requirements for a justification, cost analysis
and profit negotiation).
45) Advance Payment Provisions
The contractor did not receive an advance
payment utilizing FTA funds and the contract
NO
does not contain advance payment provisions
or, if it did, prior written concurrence was
obtained from FTA.
46) Progress Payment Provisions
The contract contains progress payments
based on costs incurred (as opposed to
percent of completion) and the contract
contains a provision giving the grantee title to
YES
property (materials, work in progress, and
finished goods) for which progress payments
are made. The contract may contain other
security in lieu of obtaining title.
47) Time and Materials Contracts
This is a time and materials contract; the
grantee determined that no other type of
NO
contract is suitable; and the contract specifies
a ceiling rice.
48) Cost Plus Percentage of Cost
This is not a cost plus a percentage of cost
NO
type contract.
49) Liquidated Damages Provisions
This contract contains liquidated damages
provisions and the assessment for damages
NO
is specified in the contract at a specific rate
per day for each day of overrun in contract
time.
50) Piggybacking
1) The file contains: Assignability provisions.
NO
2) The procurement file contains: Price
reasonableness determination.
56) Clauses
This contract contains the appropriate FTA
YES
required clauses.
Excluded Parties Search
YES
EPS run and include in the file.
of
,,rt� COAtins
Planning, Development & Transportation
Engineering Department
281 North College Avenue
P.O. Box 580
Fort Collins, CO 80522.0580
970.221.6605
970.221.6378 - fax
fcgov, com/engineering
To: John Stephen, Interim Director of Purchasing and Risk Management
From: Erika Keeton, Special Projects give(�k .--_
Date: 4/17/2013
Re: C112M Hill - Cost Analysis and Change Order #2 Justification
CH2M Hill requires an additional supplement (CO#2) for the MAX BRT project as the construction
phase of the safety and security scope will be transferred from the AECOM scope and added to the
CH2M Hill scope. Additionally, City administrative staff is being reduced and will be supplemented
instead by CH2M Hill staff in the field office.
AECOM performed the safety and security functions related to the design phase. It was expected the
construction phase would also be performed by AECOM, but due to the necessary and substantial
interaction with the construction management team, it has become apparent that a more integrated
approach is warranted. This CO#2 will allow C112M Hill to perform additional construction phase safety
and security services through the remainder of the project.
C112M Hill is actively managing the construction activities and should be utilized for this particular work
effort for maximum efficiency. C112M Hill is requesting a supplemental budget increase of $73,794.00
for the expansion of the safety and security scope and to provide the additional administrative support. I
have prepared an Independent Cost Estimate (ICE) also attached, which is slightly higher in cost at
$89,430. The ICE is based on the hours and rates from the AECOM scope to be removed and comparable
City administrative staff that will be reduced. The ICE also takes into account that CH2M Hill has some
safety and security tasks identified in the current scope totaling $66,000. The difference between the ICE
and the proposal is due to a variation in hourly rates, as the hours proposed are comparable.
Based on my experience, I believe the requested Change Order #2 for the amount of $73,794.00 is
reasonable for the anticipated safety, security and administrative work remaining for the construction and
testing/startup phase of the BRT project. I recommend approval of this Change Order.
Cltyof
Fort S Independent Cost Estimate
Dale of Estimate: 4-Mar-I3
Contract Type:
Existing Contract or PO (YIN): Y
Description of Goods (A) or Services (B):
Provide safety and security service to the MAX BRT project for construction activities. This task is reduced from
AECOM scope and added hereto CH2MHil1. Also add consultant administrative staff to backfill reduced City staff. -
I have obtained the following estimate from;
Published Price List / Past Pricing (date)
Engineering or Technical Estimate (performed by) Erika Keeton
Independent Third Party Estimate (performed by)
Other (specify)
Cost Estimate Details:
(Estimate calculated in US Dollars)
Cnst of Standardltems
Product
Cost($/ea)
Cost($/ea)
Notes/Data Source
Delivered
No Freight
Total
Cost of Services, Repairs, or Non -Standard Items
Item/Task:
Materials or Work Description
Other Direct
Costs
Labor
Rate ($)
Labor
Hours
Labor
:Class
Allocated
Overhead
SG8A`
Profit
TOTAL
Admin Staff - 10 hours per week
(10 months) Mar -Dec
$ 25.00
400
$ 10,000.00
Construction Phase Safety and
Security Oversight
$ 270.57
40
$ 10,822.80
Safety and Security Lead
$ 236.75
206
$ 48,770.50
Safety and Security Consultant
$ 157.63
490
$ 77,336.70
Reduction for Existing CH2M Hill
Scope
$ (66,000.00
ODC's 10%)
1 $ 8,500.00
1
8,500.00
$ 89,430.00
Total
Signature of Pr arer. fi
Erika R. Kee on
'Seling, General and Ma int Vnflw Experne
_9101^_
! t/ `..' `
Mason Street 612T Proj cc[ iliaungement Services -Supplement No. 2 (Construction Plinie Services)
Cost Gstimnlc - Junc, 2012
_:..r__.,- -._::s �..•-•• �N.,GumVucl unllasc__-,._. ::.�,Mr--.••1-. ..a--.-�a-s•�®®®®
�9��lAIR��11l��Illl��wt'lArlfflNA1n91��R�TI�nRltllf RlA�nwRln�911�eol.�r.1}�101er.9�f few�Yl�nRf�Rlllne9l
II?PlnJcel CnnG'oli jfaslii),--��I�.,;i.171.��jw�"�•�t
�3'H�"T3�jai°(�i�"•�•Qj--(.��["'i(����(".)(���'{
' JO
..
.. r.. SI WJ�[_'--'-'_'..'.��,.._'j
_ _... riAiA
III: ConslrucHan Phase •Svfcry'Sccurilj PcvFr�nm
Osc`Nl;hl
(fnsli'>)T�y.'jl�I�+�Q�
r�'^�P"�'s("'�11=-j-'1L:.-]�L,L�[�'.��'�i��`1'�'��[��'(�'�,�7J61
�•h�s_JtL1Ms('"-''""1"11-1-i:.
._. _- SU4.9ju
FZ IJro=
==r-;L==-
(.�5�=1��'".�'3G`�i��3�'
J-'fl:.�.!.a]."t'a_(L-'�^.,^�r-
77—.: �--]==17777
-94VtU
ifolal+-�MUy'�{'
00]00
1691
1963
19E
�yLI
IOJ]
10N
jTIl1)
fi0
42�r1oiJji46�
�H�I.Y]�SI
11
eJ6y[3]
[�943[`yT2
66���M11�
5I]�aJ5��1
2111;;�]
�SI.I.I,SJA�'*
�+ _�("_.-��('�fJ111.411
_j
A.g Is 1.1 1., vv u,o v.. ", un v.e vn vn ua v.a v.. 11 v! v.a .. vn vn v.a v.a _11,
1. r m.l�re In11ip.,
'_. linl W cl uw-cun�rc o�.l moNimlion.�.l Pryrrl ��w>�rcm acli.inc.
\Ia+J.A'lY." l-o�xoaa'lan I`hve �rn�ccsn-I%�I_.2nc.hml.�l.
System for Award Management
Page 1 of 1
CH2M HILL ENGINEERS, INC.
DUNS: 969082739 CAGE Code: 6HU60
Status: Active
Entity Overview
Entity Information
Name: CH2M HILL ENGINEERS, INC.
Business Type: Business or Organization
POC Name: None Specified
Registration Status: Active
Expiration Date: 10/09/2013
Exclusions
Active Exclusion Records? No
SAM I System for Award lft ge nent 1.0
Note to all Users: This is a federal Government computer system. Use of this
system constitutes consent to monitoring at all times.
11818 ROCK LANDING DR STE 200
NEWPORT NEWS, VA, 23606-4230,
UNITED STATES
IBM v1.863.20130412-1616 (I
WWWl _ ® USA.aovee
https://www.sam.gov/portal/public/SAM/?portal:componentld=7cbf8635-6l f6-41 ff-bfb6-2... 4/22/2013
��z
CHANGE ORDER NO. 2
SUPPORTING DOCUMENTATION
Project: Construction Manager for MAX BRT Project
Project No. 7390 (CEI project # 457230)
Date: . March 12, 2013
Description of Change:
MAX Field Construction Office
3000 South College Ave., Suite 201
Fort Collins, CO 80526
fcgov.com/maxconstruction
This change order is primarily to provide safety and security consulting services to the City of Ft. Collins' Mason
Corridor MAX Bus Rapid Transit (BRT) project. The change order also adjusts the scope and level of effort for
Ditesco to provide administrative support for maintaining the project files.
Scope Adjustments
Safety and Security Certification Consulting Services
The following scope of work identifies tasks to provide assistance with the continued development and
management of the MAX BRT project Safety and Security Certification (SSC) Program to be conducted
during the construction Phases of the project.
Task 1- Review and Revise the Design Verification Checklists - The Certifiable Items List (CIL) prepared by
AECOM only covers the design certification portion of the process. They utilized design documentation
based on the 95% design drawings for the Guideway/Stations contract and the documentation needs to
be updated to reflect the 100% design level/issued for construction (conformed drawings). AECOM also
prepared design checklists for the STC and TMF contracts. AECOM did not prepare design checklists for
the City performed work (traffic signals, etc.). For this task, CH2M HILL will review the documentation
prepared by AECOM and update/create the design certification checklists based on the conformed
construction documents as needed.
Task 2— Prepare Construction Verification Checklists — CH2M HILL will prepare construction checklists for
each part of the construction activities being completed by several entities including the City, contractors
and suppliers. The project components that will require construction verification checklists include:
1. Guideway/Stations contract (awarded to Concrete Express Inc. [CEI])
2. South Transit Center (STC) contract (awarded to Growling Bear Co. Inc. [GBI])
3. Transfort Maintenance Facility (TMF) Expansion contract (awarded to Heath Construction
[Heath])
4. CNG Fueling System at the TMF —under design by the City
5. Troutman Underpass — Contract managed by the City work complete except for punch -list and
FLSC determination that surveillance cameras need to be retrofitted into the tunnel
6. NRRC Overpass — Still in design by City Engineering. Current thoughts are to change order all work
except the steel bridge structure into the CEI contract.
7. City Traffic Dept.
i. Includes traffic signal system procurement, installation and testing, EXCEPT that CEI is
installing the pole foundations and underground conduit.
Page 1 of 3
ii. Includes signing and striping along the downtown portions of the corridor (for the
dedicated guideway and intersections south of downtown this is provided through the CEI
contract)
8. City Electric Utilities Dept is providing all permanent and temporary power supplies
9. City Water Utilities Dept is providing all water/sanitary sewer modifications
10. City IT Dept is connecting the communications infrastructure together and to the City network.
The individual components are being procured either through the CEI or other Transfort contracts
11. Transfort
i. Procuring 6 CNG busses from NABI
ii. Procuring Advanced Traveler Information System (ATIS) from Clever Devices
iii. Procuring TVMs —bids received and being evaluated
iv. Upgrading the Operations Center
Task 3 —Prepare Testing/Start-up Checklists— CH2M HILL will utilize Transfort's completed
startup/testing plan to prepare certification checklists to verify the successful completion of testing and
start-up activities including:
1. Component testing as part of the contracts that provide the components (see above)
2. Integration testing. This testing will be led by Transfort with heavy interaction from City IT & City
Traffic Departments
Task 4— Prepare Operations/Training Checklists—CH2M HILL will prepare certification checklists to verify
the completion of training activities including:
1. Transfort training for operations
2. City Streets Dept for snow clearing & maintenance
3. Emergency Services
4. And other details yet to be worked out
Task 5 —Participate in Safety and Security Certification Process — CH2M HILL safety and security staff will
participate in the certification process by providing technical support and by providing guidance/oversight
to ensure that the end results meet the FTA's requirements/expectations.
1. Supporting FLSC/SSWG
2. Provide training to construction management and resident engineering staff on verifying and
completing construction checklists
3. Field visits —CH2M HILL safety and security staff will conduct periodic reviews and audits of the
safety certification program. It is anticipated that an initial visit will be made followed by monthly
certification meetings, reviews, and audits. As the system nears completion, it is expected that
the frequency for meetings will increase to weekly. Twelve field visits are proposed to support
the certification effort.
Task 6— Prepare final Safety and Security Certification Verification Report —The FTA requires a safety
and security verification report be prepared for the project The report will also summarize any issues
encountered, achievements realized as well as lessons learned and suggested revisions to the MAX SSC
program. CH2M HILL will prepare a draft Final SSVR Report for City review. CH2M HILL will update the
report to incorporate City comments and submit the finalized report for approval. The report will contain
a summary of the certification program and contain the Certificates of Compliance.
Task 7 — Update Safety and Security Plans as Appropriate — It is anticipated that the FTA will request the
City to update the SSMP, SSCP & SSPP prepared by AECOM in late 2011/early 2012 to address the changes
to process/project structure that have occurred. In this task CH2M HILL will update/edit the documents,
Page 2 of 3
submit them to the City for review, incorporate City comments and prepare the finalized documents for
City approval/signature.
Administrative Support Services
The following scope of work identifies tasks to provide assistance to the City of Fort Collins to maintain
the MAX BRT project files at the project field office. This work involves tracking all project documentation
from the project's SharePoint site, printing, sorting and filing the documents. It also includes processing
all field related project documentation including material tickets, certified payroll documents, DBE and
subcontractor forms, material test results and communications. Work for this task spans all three project
components; MAX BRT, South Transit Center and the Transfort Maintenance Facility.
Staffing/LOE Changes
Safety & Security Team
CH2M HILL'S safety & security team will report to Jonathan Spencer as assistant CM and Chair of the
Safety & Security Working Group (SSWG). The team will report to the CM (Keith Meyer) and through the
SSWG to the FLSC. CH2M HILL's team of system safety and security staff consists of John Simon, CSP as
the technical lead, supported by Marc Morgan in the preparation of checklists and other documents.
Wayne Gilles will provide strategic/planning support and advice to the team.
CH2M HILL'S staff proposed for this project has worked on numerous BRT and transit certification
projects, including the certification of the Metro Orange Line in Los Angeles and the Hartford Busway in
Connecticut.
Administrative Support Services
The CM Team staffing plan does not include administrative support for project filing. All such support was
to be provided by City staff. Based on this change order, Lindsay Reichel from Ditesco will maintain the
MAX BRT project files at the project field office. This effort is estimated to be 8 hrs per work week for the
remainder of 2013.
Change in Contract Value:
Because the original project budget included approximately $66,000.00 for general Safety and Security
certification support of the MAX BRT project the additional cost for clarifying/expanding that scope as described
above is approximately $53,700, including an allowance for travel costs. The additional cost for providing the
added administrative support for the project is approximately $20,100.
The total net change in the contract value is Seventy Three Thousand Seven Hundred and Ninety Four dollars
($73,794.00). Please see attached resource allocation plan that details the distribution of both labor and
expenses based on the changes described above.
It is our understanding that in a parallel effort the City will be reducing the Safety and Security scope of work for
both AECOM and CEI. With this and our combined efforts to lead the Safety and Security effort, we expect a
significant savings to be realized by the overall project.
Change in Contract Time:
There is no change in contract time associated with this change order.
Page 3 of 3
w�mi
s yMn Pru rlrrr 11 IW nnN WNrvtl NNrNnN MIMMLLrrr Mitlmntl
!/YIZ Ullil � ;.!)Z/u 10/Vli IY43Z Ali/Yll Y4v Lll1! ]/LIS Ul/11 4Vf! !Il/I! Yllu 4Vi! 9/YIZ 10/VlS ulUil lYV1! Yflu 3lilu ]IVfI 4f/u f/Vf. 41/l] VVf1 Vf/t, tl/Yl] orn neN n b M1tw
r.�.y1 wr4/nr rrtt S/M npnnphr
MEEM
®®®®®gym®®®
gap=
Nam���®®®®®®�®®®®tom
E
®®
'�mr�_--a—_®m®®®®�m�ma_®®®®®®®®mm®ma®®®®®mom
FCM
HINSIMEMMMER
®®®
mfl__m�rms�®®
MMmnm�s�m®®gym—mmm®��®om�mm—mm
�-_am•�_�m�mm®mm®®®®mm®®m®mmo—_s—s—mmm®F�F�®��m�m�m�
cam—_--®©�—m®____®__—_�—�—m�nm�m����®—®.�
amimmomm
ENE=-
--
UMM
®�
affilm
m
ort MIl YrNm+rlutlnnn..
aluxwow�r...a..wm rMae• su n.r..,M.r>snm/l.mm.sr.. n..i
MMMOLIN
.
--------
MIER
----------