Loading...
HomeMy WebLinkAboutItem #03 Approval of Award of the Site/Civil Portion of Blackwood Avenue Streetscape Project ,Sre center of Good Ling O C � AGENDA ITEM COVER SHEET Meeting Date: June 21, 2011 Item # 3 Reviewed By: / Contact Name: David Wheeler, P.E. Dept. Director:,, S i ! Contact Number: 407 - 905 -3100, ext. 1504 City Manager: Subject: Award of the Site /Civil portion of the Blackwood Avenue CRA Streetscape Project. (CRA District) Background Summary: The CRA project on Blackwood Avenue from SR 50 to Old Winter Garden Road includes realigning portions of the sidewalk and roadway to allow for new landscaping, irrigation and lighting and to provide pedestrian crosswalks along Blackwood Avenue. This portion of the project is only the site /civil work to prepare the site for the new landscaping, irrigation and lighting which will follow the completion of this work. Proposals were solicited from the six prequalified firms for the required work categories (concrete, and asphalt). The lowest proposal of $106,285.40 for the base bid with an add alternate for concrete paver crosswalks of $50,586.50, totaling $156,871.90; was received from Barracuda Building Corp. As shown below, four of these firms submitted a proposal; a fifth firm submitted a bid but was unresponsive; and one firm chose not to bid: Contractor Base Bid Add - Alternate Total Barracuda Building Corp. $106,285.40 $50,586.50 $156,871.90 Atlantic Civil Const. Corp. $129,516.25 $42,002.71 $171,518.96 — Britt Construction $158,830.23 $59,338.63 $218,168.86 America Persian Eng. $162,457.18 $74,901.00 $237,358.18 Issue: The Engineering Department and CRA Administrator proposes that the City Commission accept the proposal of Barracuda Building Corp. Recommendations The Engineering Department and CRA Administrator recommends that the City Commission award the project to Barracuda Building Corp. in the amount of $156,871.90 which is the cost of the base bid plus the concrete paver crosswalks add alternate, and issue the purchase order. To fund the project, the CRA Administrator recommends that the City Commission, as part of this action, approve a transfer of funds within the CRA budget to fund not only the civil portion of the project ($156,871.90) but also installation of wiring /lighting (approx. $100,000) and the roadway landmark sign ($21,700). Currently, there is approximately $124,000 still remaining in the CRA Capital Improvements account which was originally budgeted for $220,045. Approximately $96,000 1 has already been expended for design and engineering services, surveys, technical services, and purchase of Tight fixtures and poles. Accordingly, a total of $158,000.00 is proposed to be transferred from Account number 130- 516 -00- 3102 Engineering Expense ($26,000) and Account number 130 - 516 -00 -4900 Reserve for Contingency ($132,000) to increase the Capital Improvements account 130- 516 -00 -6302 from $220,045 to $378,045. The landscaping and irrigation remainder of the project will be funded out of the CRA: next fiscal year budget. Attachments: Scope of Work and Bid Form. Detailed bid submitted by Barracuda Building Corp. Financial Impact: The proposed transfer of $158,000 to fund this project comes from portions of the CRA Budget which are not anticipated to be expended this fiscal year for any other project or activity. The transfer will increase the total CRA Capital Improvements Budget from $220,045 to $378,045. Type of Item: (please mark with an x') Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction X Original Document/Contract Attached for Execution by City Clerk Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. N/A Reviewed by (CRA Administrator) N/A 2 CITY OF OCOEE BLACKWOOD AVENUE CRA STREETSCAPE PROJECT TASK ORDER NO. SCP -11 -04 SCOPE OF WORK AND BID FORM Invitation to Bid The City of Ocoee, Florida (City) is soliciting bids from prequalified contractors to reconstruct portions of sidewalk and curb and gutter along Blackwood Avenue. The intent of the project is to realign portions of the sidewalk and roadway to allow for new landscaping and lighting (not part of this project) and to provide pedestrian crosswalks along Blackwood Avenue. Only those prequalified contractors who submitted credentials for asphalt and concrete may bid on this task work order. Bids are due from all interested and pre - qualified firms on or before 2:00 pm on May 17, 2011, in the Engineering Department, 150 North Lakeshore Drive, Ocoee, FL 34761. Bids may be faxed to this location at 407 - 905 -3151 or e- mailed to rhoward@ci.ocoee.fl.us. In all cases, bids should be provided on the Bid Form included in this solicitation. Each page of the Bid Form must bear the signature of the person who is authorized to commit the firm to the work for the bid price. Only those prequalified contractors who submitted qualifications for asphalt and concrete may bid on this task work order. The existing contracts between the prequalified firms and the City apply to this solicitation, which will be awarded as a task order under an existing contract. There is no bid bond. Prices must be valid for a period of 90 days following bid opening; this period may be extended by mutual agreement of the parties in order to provide sufficient time for permitting, shop drawing approval, and other pre - construction activities. No payment and performance bond or builder's risk insurance will be required; however, the selected contractor will be responsible for all materials, equipment, and installed products until such time as they are accepted by the City through the issuance of a Certificate of Substantial completion. A one -year warranty period will begin at that time. Nature of the Work The work will involve removing existing concrete sidewalk, asphalt pavements, and curb and gutter, followed by stormwater structure and inlet modification, construction of asphalt pavement, concrete and sidewalks, and signing, and striping. One add - alternate bid item is included. All work is to be done in accordance with the plans prepared by the City of Ocoee, the Measure and Payment section (below), and approved shop drawings. The total bid price must include all costs required to complete the work, whether or not the materials and labor are explicitly listed. Quantities shown in the Bid Form are summarized from the plans. Such quantities are provided City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194• www.ocoee.org as an aid to preparing bids and are not binding on the City as minimum quantities. Payment will be based on installed and accepted quantities. Underground water, sanitary sewer, irrigation, electric power, and telecommunications facilities are known to exist within the project area. Contractor will need to locate and protect existing underground utilities and work with City staff to resolve any conflicts discovered. Any changes to the plans required by the agency may result in modification of the task order and/or the final price to be paid. The contractor is responsible for developing and supplying an acceptable stormwater pollution prevention plan (SWPPP) prior to construction. Construction Schedule The construction period is 45 days to substantial completion and 60 days to final completion, or such schedule as may be negotiated by the parties in order to accommodate the events listed in Exhibit A and as it may need to be modified during the course of construction to accommodate other events. Substantial completion is the point where all facilities may be used for the purpose intended with no significant "punch list" items remaining to be resolved. Note that there is no restoration phase of the work. Each bid item includes related restoration work as part of the bid item. Thus, any facility for which restoration has not been completed and accepted by the City cannot be considered to have reached the point of substantial completion. The 15 -day period between substantial and final completion is intended to allow time for asphalt curing prior to installation of final pavement markings. The Contractor will be required to furnish a confirmed start date and construction schedule to the City at the preconstruction conference. The City can delay the start date shown on the Notice to Proceed to allow a reasonable time for approval of shop drawings, mobilization, and similar start-up actions. The number of unfavorable weather days that are included in the 45 -day construction period to substantial completion is equal to five days per month, or a total of 7 days during the primary 45- day construction period. No unfavorable weather days are allocated during the 15 -day asphalt cure period. The City will evaluate any time extension sought by Contractor in light of these built -in time considerations. Invoice Submittal Invoices for progress and final payment along with any required shop drawings and releases of lien from subcontractors and suppliers should be sent to the Owner's Representative, who shall also be the point of contact for any questions and issue resolution: Ryan P. Howard, P.E. 150 North Lakeshore Drive Ocoee, Florida 34761 rhoward@ci.ocoee.fl.us 407 - 905 -3100 ext. 1506 Office 407 - 905 -3151 Facsimile TO #SCP -11 -04 Blackwood Avenue CRA Streetscape Project 2 APPLICATION AND CERTIFICATE FOR PAYMENT FORM Application No. Progress Payment Final Payment Contractor: Contract Date: Application Date: For Period Ending City Project No.: 77703 Account No.: P.O. No.: Project Name: Blackwood Avenue CRA Streetscape Project Construction Start Date: End Date: Construction Days - Elapsed: Remaining: 1. Original Contract Amount $ 2. Sum of Approved Change Orders to Date (from Table) $ 3. Current Contract Amount (Sum of Lines 1 and 2) $ 4. Total of Prior Pay Applications (including retainage) $ 5. Amount of this Pay Application (including retainage; from Bid Item Quantity Spreadsheet) $ 6. Total Earned to Date (Sum of Lines 4 and 5) $ 7. Total of Payments Made by City to Date $ 8. Retainage Held from Prior Pay Applications $ 9. Retainage to Be Held in this Pay Application $ 10. Total Retainage Held to Date (Sum of Lines 8 and 9) $ 11. Total Earned to Date less Retainage (Line 6 minus Line 10) $ 12. Total Earned less Retainage for this Pay Application (Line 5 minus Line 9) $ 13. Total Amount to Be Paid by City for this Application (Line 11 minus Line 7) $ Approved Change Orders Change Date Approved Date Accepted Total Change in Order No. by City by Contractor Contract Price Total (Write in Line 2, above) TO #SCP -11 -04 Blackwood Avenue CRA Streetscape Project 3 Contractor's Certification The undersigned Contractor hereby swears under penalty of perjury that (1) all previous progress payments received from the Owner on account of Work performed under the contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive (not applicable for first application.); and (2) all materials and equipment incorporated in said Project or otherwise listed in or covered by this Application for Payment are free and clear of all liens, claims, security interest and encumbrances; (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in the Contract Documents. Dated , 20 (Contractor) By: (Name) (Title) COUNTY OF STATE OF Before me on this day of , 20_, personally appeared , known to me, who being duly sworn, deposes and says that (s)he is the of the Contractor above mentioned; that(s) he executed the above Application for Payment and statement on behalf of said Contractor; and that all of the statements contained therein are true, correct and complete. Notary Public My Commission Expires Payment shown on Line 11 is recommended by City's Resident Project Representative B Date: (Authorized Signature) Owner's Approval By: (Authorized Signature) Date: (Title) TO #SCP -11 -04 Blackwood Avenue CRA Streetscape Project 4 To R 0 a : m w 0 w 0 rz 0. w / \ 0 w U ° co 7 — a) I I 0 0 M 2 z 0 ...-0 o § & \ re 0. pi . V \ \ 0 c £ E eL g \ e C 0 Z k — k 7\ k k\ / % \ 3 \ co m as U c � ° t f t g a) Z < c 7 7 I @ `o 2 k/ t o e U= g/\ c c/ 0 3 P. O 2 0 q 5 ® k k k k C /\ 3 0$ \ • o a) ° 5 % 0 0 0 0 c as / o @ r 0 a) § o @ 7 @ c c c E> 5 E __ ° • ° 0 2 0 2 / // CO I 2 k § t E \ / .. > 0 0 0 0 0 0 \ .0 CO / / 0 § 0 \ 0 § § § § § L t - / ° >, / 2 m/ I ct ± ce cc w w — � 4 4 e 0 e Q cu • U) $ m n U > - < < m < > > > » U. L.L. U 2 2 _I _1 -' a-1 n& w-1 w n n n CD -I u - ^0 0 0 r 0) ~ CO q .- n / 8 k f ° § co G R & ,_ ƒ o co 7r 9 © a § E e- CI c V in to i- co ■ o .,- CSI C (0 I © 2 4 O H ■ 2 i- / 2 co • / CO ® 0 W v) o a) 2 a I I c g c m ? co —I m cA o£ o &� 0 % a> CO E V) 0 k c �I E 0 E - ƒ 2 0 ° $ 0 = Cl) \ 2 up ° ° E c / 0 a, % 7 K k f z % < \: § § E k c— J E \ 2 \ co o E c jƒ *a ° 0 7 3 ° 2 m 0 0 0 : c; 0 i « 0 ® , q . 12_ CL% m 0 2 1 « CO £ � CI CD @ @ 6 - 2 c 2 CO Cl > > _ � ± \ 7 7 R `0 o f \ % CO CD CO % / f / g « c \ \ \ \ $ 0 0 \ cts 0 � c r ( E \ - \ x � 0 \ \ \ CI, cn 0 R e = x m 0 c E c ii o @ k c 0 0 w ° § .2 2 / / _ ° k k R / k 7 c k > 2 \ k\ 1 R = 0 0 0 C • 0[ E E 0 2 2 2 q 0 6 2 E 0 7� I I 0/// / / ii cu _ \ E <¥ L u- u- << n m m$ 7 m »» W 2 w n u u u w u u u n n 2 0 0 11 0 n Q c q \$/ o q •t- .- o co 2/ a co J $ \ 0 § 2 E 2 co co 0 el © N C C N N N co ts ■ E f 0 q t+-, L) ■ E N C r.2 = 2 « 2 0 Measurement and Payment This section describes each bid item so as to clarify what it includes, any required specifications for the work, and how payment will be made. The included bid items describe the entire scope of all work required to deliver the finished facilities ready for use. Where appropriate, a bid item's description includes an indication as to whether prior City approval of the proposed improvement is required pursuant to a submitted shop drawing or catalog cut sheet, as appropriate. There are no "General Requirements," "Overhead," "Insurance," or other overhead bid items. All overhead, profit, administrative expenses, or other considerations must be included in proposed bid item prices. Any cost items not explicitly stated for a listed bid item but necessary for completion of the work must be included within the bid price. Restoration associated with included construction is considered to be part of each related bid item. There is no explicit pay item for final grading and sod replacement. This means that items like final grading and sod restoration are implicit elements of any construction activity that generates a demand for those actions. For example, paving and pouring concrete will typically result in damage to adjacent natural surfaces, which must be restored as a component of the paving and concrete installation activity. Thus, each item listed below includes the cost of any other actions necessary to restore pre - construction groundcover conditions or to extend existing ground covers across areas where material has been removed but will not be replaced. Where sod is needed only outside of the sidewalks to provide a suitable permanent ground cover, the Contractor shall furnish St. Augustine or Bahia solid sod, as appropriate, to match existing surfaces. Where no vegetative cover exists nearby, then Contractor shall provide a three -inch layer of pine straw or other mulch material, as may be approved by the City. No bid item will be considered to be 100% complete until all restoration is completed and accepted by the City. Restoration cannot be delayed until the end of the project. When seeking partial payment for a bid item that requires restoration, it will be assumed that restoration is equal to 10% of the total cost of that item. As a result, payment will be limited to 90% of the bid price until restoration is completed by the Contractor and accepted by the City. The quantities listed in the plans and on the bid form were developed by the City using the best available information. Bidders are responsible for confirming all quantities related to lump sum items; there will be no adjustment in price if a difference in effort is discovered after the project award is made. Unit price items for which a bid quantity is given in cubic yards, square yards, linear feet, number of units, etc. will be paid based on the actual quantity installed and accepted by the City. A reconciliation change order will be issued at the end of the project to match contract and installed unit quantities. The following numbered paragraphs explain each of the bid items listed on the Bid Form. The paragraphs explain what is included in each item and how it will be paid. 1. Mobilization and Demobilization (Bid Item 1) — Includes all general costs of starting and ending the project work described, including transport of equipment and materials, portable toilets, construction signing, site clean up, and transport of Blackwood Avenue CRA Streetscape Project 7 construction trash and excess materials. The cost of any fencing, signs, markings, and other items necessary to secure each work site and to notify the public as to the hazards present is explicitly included in this bid item. Insurance and indemnification costs are part of this bid item. No more than 50% of this bid item can be paid on the first invoice and at least 25% must be invoiced in the final pay request. This bid item is not to exceed 10% of the total cost of the project. 2. Survey and Stakeout for Construction (Bid Item 2) — Includes all costs associated with transferring the locations shown on the plans to the actual construction area, including outlines and elevations. This bid item includes any pre - construction videos and photographs the Contractor may compile for its own purposes in order to document existing conditions. Potential bidders are advised that the construction plans associated with this project were not produced in AutoCAD format, although they can be provided in that format and the original survey on which the plans are based (prepared by Southeastern Surveying & Mapping Corp.) is available in that form. It is expected that this bid item will be invoiced throughout the period of project activities in proportion to the amount of work completed. The City will separately procure any post - construction as -built survey. 3. Stormwater Pollution Prevention (Bid Item 3) — Includes the costs of furnishing and installing erosion control fencing, temporary groundcover, and other efforts to reduce stormwater flows into and out of the work site in accordance with NPDES rules and City regulations. This bid item may be paid at a rate of 50% for each month of the 60 -day construction period. 4. Maintenance of Traffic (Bid Item 4) — Includes all costs associated with construction signing, flagman traffic control, temporary directional signs, temporary pavement markings, barricades, and other devices and manpower required to direct motorized and pedestrian traffic around and through areas of construction, whether on the roadway or other locations where such traffic may be reasonably expected. Maintenance of traffic plans should be provided to the City before construction begins. It is expected that this bid item will be invoiced throughout the period of project activities with the first pay application containing a request for no more than 50% of the total bid price with the remaining 50% must be invoiced in the final pay request. 5. Remove Concrete Curb, Sidewalk, Curb Ramps, Bus Stop Pads, and Median Bullnose (Bid Items 5 -8, 10) — Includes all costs associated with removing all indicated curb, sidewalk, curb ramps, and bus stop pads; e.g., sawcutting, breaking the material into suitable pieces for transport, and transporting the material to a suitable disposal site. Payment may be made on a proportional basis according to the amount of work completed by Contractor and accepted by the City. 6. Remove Pavement Markings (Bid Item 9) — Includes the cost of hydro- abrading existing thermoplastic pavement markings where asphalt is to remain. Payment may Blackwood Avenue CRA Streetscape Project 8 be made on a proportional basis according to the amount of work completed by Contractor and accepted by the City. 7. 1.5 -inch Type SP -12.5 Asphaltic Concrete (Bid Item 11) — Includes all costs associated with material and labor required to create the paved driving surfaces shown on the plans, inclusive of required base and sub -base, including transport, placement, and compaction. This material is equivalent to S -I asphalt and is governed by the specifications provided in Florida DOT Section 331. This bid item includes the cost of any restoration of adjacent surfaces damaged by construction. Payment will be made according to the actual number of square yards installed by Contractor and accepted by the City. 8. Furnish and Install 8 -inch Soil Cement Base (Bid Item 12) — Includes all costs associated with materials and labor required to furnish, place, grade, and compact the soil cement base for asphaltic concrete pavement. This bid item includes the cost of any adjustments to grade required to provide the elevations shown on the plans, including the cost of any suitable fill required Also includes the cost of grading and compacting subgrade materials to 98% using the modified proctor test. Payment will be made according to the actual number of square yards installed by Contractor and accepted by the City. 9. 4 -inch Concrete Sidewalk (Bid Items 13 & 14) — Includes all costs associated with preparing the compacted subgrade, construction and placement of forms, 3,000 psi concrete, concrete placement and finishing, form removal, and any required restoration adjacent to the sidewalk. Preformed expansion joints shall be placed at every fourth surface cut along linear runs of sidewalk, between the sidewalk and any integrated driveway apron, and between any new concrete and an adjacent hard surface. Surface cuts of minimum 1 -inch depth shall be located at a distance equal to sidewalk width between preformed expansion joints. Payment will be made according to the actual number of square yards of concrete installed by Contractor and accepted by the City. 10. Concrete Curb & Gutter (Bid Items 15 -17) — Includes the cost of preparing the compacted subgrade, construction and placement of forms, 3,000 psi concrete, concrete placement and finishing, form removal, and any required restoration behind the curb. This structure is subject to the specifications provided in Florida DOT Index No. 300, which may be field modified with City approval to better match contiguous existing curb. Payment will be made according to the actual number of linear feet installed by Contractor and accepted by the City. 11. Construct Concrete bus pads (Bid Item 18) — Includes all costs associated with preparing the compacted subgrade, construction and placement of forms, 3,000 psi concrete, concrete placement and finishing, concrete reinforcing, form removal, and any required restoration adjacent to the pads. Pads shall be constructed in accordance to the detail provided in the plans by Tolar Manufacturing Company. Payment will Blackwood Avenue CRA Streetscape Project 9 be made according to the actual number of pads installed by Contractor and accepted by the City. 12. 6 -Inch Concrete Sidewalk Ramps (Bid Item 19) — Includes all costs associated with preparing the compacted subgrade, construction and placement of forms, 3,000 psi concrete, concrete placement and finishing, form removal, and any required restoration adjacent to the ramps. This pay item also includes the cost of materials and labor associated with detectible warning surfaces in accordance with Florida DOT Index No. 304. The cost of detectable warning surface mats at all driveways and roadway crosswalks must be included in the cost of this bid item. Payment will be made according to the actual number of square yards of concrete installed by Contractor and accepted by the City. 13. White Thermoplastic Stop Line, crosswalk line, lane stripe (Bid Item 20 -22) — Includes the cost of materials, surface preparation, and installation of 24 -inch wide white thermoplastic stripe forming a stop line, 12 -inch wide thermoplastic stripe forming a crosswalk line, and installation of a 6 -inch thermoplastic line forming a lane skip stripe . This bid item includes the cost of protecting the paint from traffic incursion during cure time. All material used is to be in conformance with Florida DOT Section 971 and must be one of the approved materials for use on Florida DOT projects let in 2011. Glass beads are to be provided so as to supply a retro- reflective surface for nighttime conditions. Payment will be made according to the actual number of linear feet installed by Contractor and accepted by City. 14. White Thermoplastic Directional Arrow (Bid Item 23) — Includes the cost of materials, surface preparation, and installation of a 9 -foot long white thermoplastic directional arrow conforming to MUTCD s. 3B -19 and Figure 3B -20. This bid item also includes the cost of protecting the paint from traffic incursion during cure time. All material used is to be in conformance with Florida DOT Section 710 and must be one of the approved materials for use on Florida DOT projects let in 2011. Glass beads are to be provided so as to supply a retro- reflective surface for nighttime conditions. Payment will be made according to the actual number of arrows installed by Contractor and accepted by City. 15. Construct Bullnose Median (Bid Item 24) — Includes the cost of preparing the compacted subgrade, construction and placement of forms, 3,000 psi concrete, concrete placement and finishing, form removal, and any required restoration behind the curb. This structure is subject to the specifications provided in Florida DOT Index No. 302, which may be field modified with City approval to better match contiguous existing curb. Payment will be made according to the actual number of median bull -noses installed by Contractor and accepted by the City. 16. Stormwater Inlet and Structure Adjustment (Bid Item 25) — Includes the cost of excavation, structure and inlet modification, installation of pipe into structure, the mortaring of pipe joint, and any other labor, tools, and materials associated with modifying an existing catch basin and inlet to properly function with the new Blackwood Avenue CRA Streetscape Project 10 alignment of the roadway and curb Payment is to be made on a lump sum basis when the work is completed by Contractor and accepted by the City. 17. Foundation for CRA Icon (Bid Item 26) — Includes all costs associated with construction of City Icon concrete foundation. The City will provide a construction detail at time of construction. The materials, preparation and labor necessary to provide a complete foundation ready for use. This bid item has a $5,000.00 allowance which may be negotiated at time of construction when detail is provided. Payment will be made on a lump -sum basis following installation by Contractor and acceptance by City. 18. Remove Existing Landscaping (Bid Item 27) — Includes all costs associated with removing trees and vegetation in the medians and disposing of the plants at a suitable facility. Tree removal includes stumps and major roots within the immediate area, excavating and leveling the affected area to 4 inches below the curb line. Grinding of stumps is permitted for large trees provided that all plant material is removed to allow final grading. Payment may be made on a proportional basis according to the amount of work completed by Contractor and accepted by the City. 19. Remove Existing Lighting — Health Central Entrance (Bid Item 28) — Includes all costs associated with removing the two street lights as indicated on plans, such as the cost of excavation, breakdown, transport to a location as designated by Health Central, and disposal of the supporting concrete footer. Payment is to be made on a lump -sum basis. 20. Construct Concrete Paver Crosswalk (Bid Item 29) — Includes all costs associated with construction of concrete paver crosswalk as indicated on plans and shown in cross - section B -B on Sheet 7, the materials, preparation and labor necessary to provide a complete pedestrian crosswalk ready for use. Paver base is to be compacted to 98% using the modified proctor test. Payment will be made on a lump - sum basis following installation by Contractor and acceptance by City. (Remainder of page left blank intentionally) Blackwood Avenue CRA Streetscape Project 11 rr �' q .N 'Q ..C1 1� cue 'C `� U w o - v a w . U • � l N 'V CI) co w rJ a' m CO O c I o E Y , 0 < Z o c t o 0 °' m - °' 47 r4 re a y O - u) a U 3 3 w 0 u o 0 > Y `° o c a' t 65 m ,_ N Y 0 y U N N CO 0 a) ta W Y 0 N a 2 0 - 0 ti 0 i 1 o a' N d 'El o Q Q F o 0 0 0 c m1 U c0 c N °b c c 0 U cl' off E o ? m t a' a' I m E m c n y U U U y m o m o in Q � 0 c c c c > "5 2 :1 ) . - ` - o ' v U L v) m c a v o o o o m m v -E g Y N g c a?1 c U c) 0I 0 a a 1._ o > o o eu U 0 N >. _co S N > > > > > > U L in c0 LL 0 V) m m O j O 00 N N NI N a) a) Le? G C >, O a _J 2 (/) fn W' CE X CL X � U. Tr v f- 0 f- L) y 0 0 G J J J U) W! W J W f/1 co fn ( ID -J J J Q 0 I 1 _ c Z" 1 O � I -.4 �— r r M I 0) CO N r CO M N 0) . CO N O '- ICI 7 I f� Q "I• I o L. I I d E E a- N M 'a' 10 CO 1� CO 01 G T. N M 't L() (0 l''' U CA 1 qt ■ j I I j I 0 vc It �.� To o o � • - s oo o o � - � 0 �- H 0 's' 11) k n Pp \ K\ O' ,..,c 1— Vtl c- tr) .. (%k -t, N o c CO et cu co Q, E Q C J — kk. � ` � o a) Q, O p a p ho �� II �Q p w a) CO CT' ° a) 00 c 0 u 22 c II N o E -- N.1 m W U U N" N 2_1 3 0 11) Q Y C U 2 L". `S c N C a) Q =p O) i ?� N _ W a E J CO ° Q J o o II a ° ° o ° c c u = Q 0 ch y € J t m 2 m 0 I 0 m c r () CL m v i c c D > > H O a) O m 3 o' N 9 p S co •— a co H m a) O p ^ m N ca m 0 co, C c L c d U L i C. N (n 72 "if O O Q o1 m c J O E c E V u t d E E I O — Z y U N c a . c> `n . c0. J. 0 N L L N O 7 C. ,2 W y 0 o LL ra 0 CA 0 1— H CO y o ° W 8 U o 0 o II . CI I3 4. � c co t) t m co eG U • (fl N r io 5 0 t/a I ti x x 1 I 0 cn V) C/) LL) U II a> • 5( LL LI- LL Q c W () J J J W W � J J J J ` D J (1) C/) -J Q ■ 1 1-. "Cl ° c - r` M I M II .-14 A N 0 0 O) N N r I e- ro . (0 co O Q ro a a as O CA I 1 I ti m E ao CA O r N M v CO Ii ao � E O) O r N (_ V 3, r r N N N, N N N N N' N : I , ; N M M M O Z 1 i , Z - t 0