Loading...
1530* Killebrew PO 33224 & 33225�'/ 6 �56 PURCHASING DEPARTMENT Monday, January 07, 2013 TRANSMITTAL MEMORANDUM TO: City Clerk RE Killebrew PO 33224 and 33225 The item(s) noted below is /are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ® Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest /Signature Once completed, please: ❑ Return originals to Purchasing ❑ Return copies El Special Instructions: Please execute w MarisolOrdonez /.. ��- /C:;1--- From Date T: \Dept_forms \City Clerk Transmittal Memo - 2009.doc DATE: 01/02/13 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.668.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11849 TO: KILLEBREW, INC PO BOX 6258 LAKELAND, FL PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C-8 33807 -6258 PO NUMBER 033225 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 300 N. PARK AVENUE SANFORD, FL 32771 F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. DELIVER BY TERMS UNLESS OTHERWISE INDICATED 63578 09/30/13 NET /30 PROJECT NO.: ACCOUNT NO.: DW11 452 - 4530 - 536.6 -00 NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD UNIT OF UNIT COST EXTENDED COST ITEM NO. DESCRIPTION QUANTITY ISSUE 1 PIPE REHAB SANFORD AREA P 8 922720.00 NA 1.00 922720.00 SUB TOTAL 922720.00 TOT IL 922720.00 APPROVED B APPROVED BY: PURCH A I�t CITY MAN R Z ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP //WWW.SANFORDFL.GOV /DEPARTMENTS /PURCH ASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING M '1 4 t L � WS RM Item No. CITY COMMISSION MEMORANDUM 12-11 8.F AUGUST 13, 2012 AGENDA TO: Honorable Mayor and Members of the City Commission PREPARED BY: Bill Smith, Purchasing Agent �---- SUBMITTED BY Norton N. Bonaparte, Jr., City Manager y G� S UBJECT: Services to Provide Water Pipe Rehabilitation In Support of the CIP SYNOPSIS: Approval of staff's ranking is requested to complete the process, as recommended below, to establish a qualified contractor to perform Water Quality Improvement Projects (5 Yr Capital Improvement Plan (CIP) for Water Treatment Plants; Well Fields; and Water Quality). F ISCAL/STAFFING STATEMENT: The estimated cost for these projects is $4,000,000. Funds are available from the State Revolving Fund (SRF) loan DWI 59120. BACKGROUND: This item includes delegated authority to the City Manager to negotiate a contract for services based on agreed upon unit pricing and to direct a process of Work Order authorization. This will provide fiscal control upon each segment of work undertaken which will ensure that commitments do not exceed available funding. Due to the complexity of detailing bid specifications for a project which is "underground," it was concluded that a qualifications based solicitation was in the best interest of the City. Therefore, requests for statements of qualifications were formally advertised and solicited. On March 5, 2012, statements of qualifications were opened as the first step in selecting a contractor for the installation of new potable water pipes and pre - chlorinated pipe bursting for existing water lines. After a detailed review of the submissions, a consensus qualification scoring by a team of City staff members selected from different departments led to a "short list" of three qualified firms. Killebrew, Inc. is recommended as the number one ranked firm with whom to begin negotiations to complete the award process. This procurement is in compliance with the City Procurement Policy and has been competitively solicited by RFQ 11/12 -02. The water quality improvement projects listed under the Utility 5 year CIP involves replacing and adding new pipes to improve water quality; meet more stringent FDEP regulations; and to improve fire protection. LEGAL REVIEW: tERTFW COPY .iawR N The City Attorney recommended qualifications based solicitation for this project 1 and adapted the Standard 520 Construction Agreement. CMAt I Z October 9, 2012 Florida Department of Rick Scott Governor Environmental Protection Jennifer Carroll Lt. Governor Bob Martinez Center 2600 Blair Stone Road Herschel T. Vinyard Jr. Tallahassee. Florida 32399 -2400 Secretary Mr. Norton N. Bonaparte Jr. City Manager City of Sanford 300 N Park Avenue Sanford, Florida 32772 Re: DW5901200 - Sanford Distribution Dear Mr. Bonaparte: We have reviewed the bidding information for the Water Quality Improvement contract. The selection of the bidder identified below is acceptable. Contractor Killebrew, Inc. GMP Contract Amount $4,000,000.00 This letter is your authorization to award the contract. Please note that this award is a Guarantee Maximum Price contract. Please submit a copy of the award resolution or notice to proceed to: Florida Department of Environmental Protection, Bureau of Water Facilities Funding, 2600 Blair Stone Road M.S. 3505, Tallahassee, Florida 32399 -2400. No disbursements for this contract will be made until a copy of the award resolution or notice to proceed is returned to us. Also an executed financial agreement is required before disbursement will be made. Please send all change orders to Greg Brown of this Bureau for review. If we may be of further assistance, please call Cindy Bonds at (850) 245 -8365. Sincerely, 4 ae 6 4 - P le Robert E. Holmden, P.E, Chief Bureau of Water Facilities Funding RH /cb cc: Migdalia Hernandez - City of Sanford iwile.(1p.statc.1I.us EXHIBIT A WORK ORDER FORM Work Order Number 3 CITY OF SANFORD FLORIDA Master Agreement/Contract Number: Dated: Contract/Project Title City of Sanford Water Quality Improvement Project Solicitation No: RFQ 11/12 -02 ISanford Project No. DW1103 I Purchase Order No. Consultant/Contractor: Killebrew, Inc. Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail Address PO Box 6258, Lakeland, FL, 33807, 863 - 701 -9204, 863 - 701 -0273, Ian @killebrewinc.net ATTACHMENTS TO THIS WORK ORDER METHOD OF COMPENSATION DRAWINGS /PLANS /SPECIFICATIONS FIXED FEE BASIS X SCOPE OF SERVICES TIME BASIS -NOT TO EXCEED AMOUNT SPECIAL CONDITIONS TIME BASIS - LIMITATION OF FUNDS X PRICING IINFORMATION X UNIT PRICE BASIS -NOT TO EXCEED AMOUNT WO TERMS AND CONDITIONS TIME FOR COMPLETION: 270 Days Days of the effective date to this Work Order Effective date- this Work Order: Date of Execution by City Time for completion: The services to be provided by the Consultant/Contractor shall commence upon execution of this Work Order by the parties and shall be completed within the time frame indicated above. Failure to meet the stated completion requirement may be grounds for termination for default. Work Order Amount: Dollars Expressed in Numbers: $ $922,720 Dollar Amount Written Out: Nine hundred and twenty-two thousand seven hundred and twenty dollars XX/100 In Witness Whereof, the parties hereto have made and executed this Work Order on the respective dates under each signature: The City as delegated through its City Commission taking action on the _ day of and the Consultant/Contractor by and through its duly authorized corporate officer having the full and complete authority to execute same. CONSULTANT /CONTRACTOR ATTEST: EXECUTION: C" L Signature, Corporate Officer Signature, Corporate President Corporate Officer Print d Name Title and Date Corporate President, Printed Name and Date CITY OF 7 jv '// Signatu e, Purchasing Manager F. Willi 3m Smith Purchasing Ma a er, Printed Name and Date ignature, Vity Clerk Y Mayor Hiiilef A bi lQ GCe�" . -- 3- / 3 Jeff Tri left / City Clerk, Printed Name afind Date Mayyor, Printed Name and Date i Revised: 1-6-2011 LEBREW, INC. Site Development, Utility Construction & Engineering December 14, 2012 To: City of Sanford Attn: Migdalia Hernandez Re: Credit for reuse of existing FH Migdalia, Per our previous correspondence in the event existing fire hydrants can be re -used and new hydrants are not required a credit for pay items 14 —17 to compensate for the cost of the hydrant will be required. The amount of said credit will be $1,445.00 and will be added as a line item deduct at the bottom of the pay request. If you have any questions regarding this matter please feel free to contact me at your earliest convenience. Thank you, Ian Lund Project Manager Killebrew Inc. Iankkillebrewinc. net P. O. Box 6258 • Lakeland, Florida 33807 -6258 • Phone: (863) 701 -0273 • Fax: (863) 701 -9204 I O O °I O O 0 O O O O O O O o O O 0 O O U ON 00 mLLv � N I y) 1° N a = O m xm LL o g O u � m + of c z" w�5 o - ° m a a + �E I a N A E ° Z " ❑ $ o ° o of °° ° o ° o w ° o o ° o O W G O m 6 0 Z w > ° a ss o ° o o ° o ° o ° o ° o o ° o c ° o o o ° o� o c Y a a N m m a x F '�• — E E o N O _ o 3 F- a t v E a � x o m ~ v 0 0� O m w rn d m o a — I a = > 9 O U H 6 cj W N o o ° o, 0 N 0 0 o 0 ° o 0 ° o w ° o° I ° o N r 1 °o ° � O o o O W O N O li eni O 16 w O O 1 . O R O O I� a °� N N j LL LL LL LL LL J LL LL J LL U fn , NI m I a a� O O Z y /�+ ` iOl �i ' 3 c ? O m -. a dl U d o n. .V ' a U a c� o a o w bI a < ° a I c 'o .o c c ' I OcI v 5 t U. m O m O ❑ F ° o a a a' al � m 3 LL 3 W d N `o ° o ❑I �I o LL, 0 3I w oli 3 O I 3 .N :° of .� c o x o ? a o ry ? o > al a _ ❑ a cal ❑_ > a a ❑ o f I I I I I ° z e ,an tOl ro Q mi of w ml, o a E a of o U a U O c� > a ❑ c > a - - ¢ a o > a x m lL S d O O J o O fV N N V 1 1 Z ° QO O Q m N N N N N N o ° ° o I I o ° ° o ° ° o ° ° o ° ° o ° ° o ° ° ° ° o ° ° o ° ° o o o ° ° o ° ° o o p D D D D O O D D O O O O D D o o O O D D a a o d � ~ o E. S 3 m 5 d o z°'m E ° a w ° o J J a ti� I I I I oNO-� o f v3 N ° f» w ° o ° ° o ° ° o ° ° o ° °° ° ° o ° ° o ° ° o o oI o o ° ° o o o ° ° o o o s _ _ m x ° o ° ° o 1 0 0 0 0 0 0 0 s s o o ° o 0� 6 6 o o E E UW o F a — o o F a w E w y ° ° w ° o6 o ° w w o 0 ° o ° iA w 0 0 0 I a` yi^ 0 0 0 0 0 0 0 0 0 0 o o c 0 0 0 ° 0 0 0 0 0 0 m r 0 0 ° o o o ° o c c c c ° o cz ° ° d I I ? a a a a Q Q 4 4 J J J io a p o Z o I O c 0 c O O U U U U a a ` `o S S a a a a m a L L c c U p w w n 0 o o: m ° m m c 3 3 ` `w o 22 c c 0 3 3 W o � � ° w d m w� o ° o ° o c5 l ov ° o ° O o o o o ° O of ° o o ° c ° o o °:! ° o ° o U s ❑ # ❑ 3k ❑ # ❑ if ❑ # ❑ # E5 # O # ❑ ik ❑ it ❑ # ❑ it ❑ ik o i° -oNO E, ° o v, ° o U ° m `m o z EEI � m �+ Eo�49 I I N E ° v m+ m _. x ° o ° 0 0 o 0 0 0 ° o o o 0 ° o 0 ° o, o ° o c ° o ° oi o ° o o ° o ow o o� cC7 + F m y d o x I- o ° o ° o ° o ° o ° o o o o o� E . U ° Y o` F r N E O m F v ° o ° o ° o ° o o ° o o I o I ° o w w I f9 � F U ° o o ° o o ° o ° o c ° o c ° o � o o W °o 0 � 0 N o c o 0 W O O o 0 o O O O O o ci N w L m o . `o l J LL JI J W W W W W W W W W W < W a W ❑ � I O d «) ? ' d m N N 76 O O YU >_1 > o 0 v m o 0 0 15 > > > — m d d c c c Ir O ❑ ° ❑ = v 2 d = m m (7 C7 I C7I NI F n d Z' m m U ❑ O �I N N N N NI C o w s n m LL ° o ° o °° o cD 0 0 6 6 0 ° w °» ° o 6 E Ei U ¢ # # O # D # E3 # D # # Es� # a p # O # O # O # # O # a # C5 cl # a o o` d ~ o a o + °o, o ° o ci z°'mEI mw' E o' z! m m E in `0p� ^ 3 + m — w m F� ci I o 0 0 0 0 6 � 0 0� I 16 F v m N o 0 0 0 0 0 0 0 0 oI of o of 0 � 0 � N m F c °» ° vs °» wl . ci o °» ° o - o w I I I I tU X O O G O O O O O O O o o O O G O O O O O O O E W `5 2 m C7 — a` E 2 � x f I ° o cli d O j- QQ QQ aa Q Q W a W W W W WI QQ W o I � moo# 10 O '. E I I bl ^ VIII I 0 m° m � V ° o ci 0 6 ci 0 c 0 w v 1 w U " xt � u at sc ac ax xt at u ;t at u « m m d + o— o g 0 0 0 6 6 0� 0 0 6 ° o ° o o 16 Z «vE � a v m c o N o wNOr. m F v l IT o o » III I o o 0 0 of r- d m m x F o. o� ° o . a ° o .I o o ea o ° o 0 o 6 ° o eel ° o 0 ° o 0 �I ° o 0 w ° ol 06 o� o E E E m x ~� I w a - � I ar o _ I I I I I I o 0 S 0 o 0 8 0 0 o 8 S a o o 8 S o o o o S 0 I o 0 0 N O U a O N G Cl � 0 O O O O N O m 0 M O Q 0 O 00 O C I w w w w wl w w c CT i I I p O I S O O O O O O O O 1 O O O O O O O O O O O O O C O O O O C O OI O O� O I m c 0 c 0 c 0 c 0 c 0 c 0 c c 0 U c 0 U c 0 c c c c c U c c UI cl c o f cl c U c c c c c c 3 al 3 o 3 'v 3 "v 3 'v 3 a 3 c 3 a 3 v 3I m 3 <o 3 io 31 �I 3 iOl 31, col 3I iol d — I ' I i N I III I II O m LL v O O O O O O O O O O O E v " > at > u > u > u 2 at > at > at > at > a > u > u ZI as > at > xa Z as > xt o. t-Ew EI ° o o ° o °o o 0 0 0 0 o ° 0 0 0 ° o ° ° o I . ° ywl - I I I 2 i I m `v o y n m 6 a v y � c � I auaE I I I o �w + m � os ° o o 1 . 0 0 0 ° o ci ° o o N - "'.-. 0 0 o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 E _ I ° w c I I t E .m m x w o o� i i o 0 w cY I I FBI 0 I 0 ci 0 w 0 ° w 0 ° en 0 °» 0 ° w 0 ° n 0 ° en w o w 0 ° en ° w 0 °» ° en 5 = d m `o o w w w w w w ug I u u�l u� U d I I Q O I O O c O c O c C O c C O c C O c p O U O ° U O O U O O C OI O U O O U O O U O O O U U U U U U U U U O C CI C R N 0 3 3 3 3 3 3I 3 3 0 0 al o _ 0 I 25 m y " m 0 E o - I ° J a N ° N a� o o � o- E 4 + m of ° o ° o ° ea °� o ° v o S S of a o 0 0 0 0 0 o S o 0 0 - E E o u � L Q > I 0 0 0 o O o O o O o o) o o 0 0 0 a w ° N E « m w m ° o o ° o ° o ° o ° o o _ � f9 1A f9 1A W 1A f9 f9 l9 Y9 N N O N � N F v MI M 0 O O O O O O O 00 N ° O N O _i- N a' � w m Q Q Q Q of 0 0 0� D U U U N fn In N d d d ° -' m n v a n n n L 3 3 � o 0 � o e ° o � p � o I of in c lV (V fV = !- � O Z v u> ao n Q w m ml rn ° m1 m m m NI a i 'i I ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° of 6 ° ° ° ° o E E E5 O OI 0 0 - m d� � o 6 6 o 0 0 0 0 0 0 o o O O o o 0 d 0 w w w ° w ° ° w ° o ° o, ° o, of ° ° o ° w o 0 w m e I w n wl I - 0 - 0 - - 0 - 0 - 0 - - - - - 0 of eI a - 0 - 0 U ,S # # # # # #I # # # # # # # o Z ° w F oaoE ° o ° o, ° w °� c; ° w ° ° w ° ° o, w ° o w c v o a z - c g d E 2 m w' `o E - U. o�� I m a 5; J E y� °, F v o o ° o o ° o o o o c l o �Qrn o F 0 0 0 0 0 0 0 m 0 0 0 0 ° 0 o� 0 6 o� 0 0 0 0 0 0 E E o U u i m I I E ~ A x ° O o 0 0 0 0 0 0 0 0 o a o 0 0 o O ° I I % I I I I � w I y N w 0 o 0 0 0 0 0 0 0 0 0 0 0 0 o o 0 0 c ci ci 0 0 ° o n 0 ° 0 0 - a (n O •E � W W W W W W W W w 7 N I I I m m m a c a o 0 0 2 v a E E ❑ v W d N N fn N N N N >I y w ° N j o y O N C N o L fn o o m L 3I C ° i c c o o a, c7 a � ❑ = c w ° 0 U m 3 m w °� m a o ti ❑° � ❑ �I ❑ �I 1 _ I v r a 2E h °o l w ° N °» a w oe O O C O O e O CR O > 1= E U) E o 0 o p 0 ° o o 10 0 0 c 0 0 o o 0 ° ° 0 °° 0 0 i N f9 fi T� E oo a w d d c I ° a n c e3 E E o y y + v - -m m x o o o� 0 0 0 o 6 o 6 ci o 0 F w F E � H m x I o a S o S o S o 0 0 o a o 0 8 a w a dw_ � I m w ow m t 61, I o c » o en 0 w 0 ui °» 0 p N 0 O 0 0 c c 9 d f0 r N W O m N a in o ug u� ug W w ugl u� u u W u W tgi �I w U O o t0 iD N O tp N O o tp > O � Q Q Q ¢ LL d LL v li a � LL a v LL a ar IL a m O J O _I c J _ N c _ 10 >I WI a > w 10 > W (0 > W > llJ r > ltJ r d d �i d O - d Q d D l0 d O i0 m ml y m I m m rn o o a � °ol c o u 0 O 0 0 0 O O [D v y Ea U > > > +O r o m v O o O o o 0 ci ci 0 0 0 0 I p Z°vE � g E ° ma I y I i E m " ++ d + m — m m X O r I m C � � t0 o r O O O O O O O O v v o x' O O O ° wi O G w O O C O O O ° w O °» O O u� O O °» O °» O O o — o r ". 1. I v j w om 0 o 0 0 o 0 o o a of 'I o Z5 O I v o o °° � w m — v' � ° o ° o w � o » ° o 0 0 a m U (n O� a Q aa aa QQ = � c ig F. O O N ? S O o b O O p o p `O a v v v m 5 t o w , o O O o C, Q N = p ° ° O i z` / Qq A ) ' { {& z £)/ \ k zi 76 §� ] ) � e ) /{ _ [ K� \ f ` & ( \ \ — — / I z f K \ — \ ( — 0 I \ 'E: « / { m m ( { l c - m \ ) \ { { \ _ Si f ( { { \ _ \ , / V + f - { E f \ i — i : _ ( § ; _ { { _ { { — § \ ( \ ` \ \ \ \ \ \ \ \ } X DATE: 01/02/13 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11849 TO: KILLEBREW, INC PO BOX 6258 LAKELAND, FL 33807 -6258 PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 85801 2621681 C -8 PO NUMBER 033224 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 300 N. PARK AVENUE SANFORD, FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/13 NET /30 63577 ACCOUNT NO.: 452-4530-536.63-00 PROJECT NO.: DW 110 3 NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST 1 METER REPLACEMENTS AT THE 113675.00 NA 1.00 113675.00 FOLLOWING LOCATIONS: PAGE SCHOOL, MARINER VILLAGE AND TWO METERS ON SEMINOLE COUNTY BLDG AND MED ART BLDG STATE REVOLVING LOAN DW159120 SUB TOTAL 113675.00 TOTAL 113675.00 APPROVED BY: APPROVED URCH IN T CITY ROAGER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP: //WWW.SANFORDFL.GOV /DEPARTMENTS /PURCHASEITERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING T pin%N �4- 1 WS RM Item No. CITY COMMISSION MEMORANDUM 1 2 -1 18.F AUGUST 13, 2012 AGENDA TO: Honorable Mayor and Members of the City Commission PREPARED BY Bill Smith, Purchasing Agent SUBMITTED BY: BY: Norton N. Bonaparte, Jr., City Manager Y Clew S UBJECT: Services to Provide Water Pipe Rehabilitation In Support of the CIP SYNOPSIS: Approval of staff's ranking is requested to complete the process, as recommended below, to establish a qualified contractor to perform Water Quality Improvement Projects (5 Yr Capital Improvement Plan (CIP) for Water Treatment Plants; Well Fields; and Water Quality). FISCAL/STAFFING STATEMENT: The estimated cost for these projects is $4,000,000. Funds are available fi•om the State Revolving Fund (SRF) loan DWI 59120. BACKGROUND: This item includes delegated authority to the City Manager to negotiate a contract for services based on agreed upon unit pricing and to direct a process of Work Order authorization. This will provide fiscal control upon each segment of work undertaken which will ensure that commitments do not exceed available funding. Due to the complexity of detailing bid specifications for a project which is "underground," it was concluded that a qualifications based solicitation was in the best interest of the City. Therefore, requests for statements of qualifications were formally advertised and solicited. On March 5, 2012, statements of qualifications were opened as the first step in selecting a contractor for the installation of new potable water pipes and pre - chlorinated pipe bursting for existing water lines. After a detailed review of the submissions, a consensus qualification scoring by a team of City staff members selected from different departments led to a "short list" of three qualified firms. Killebrew, Inc. is recommended as the number one ranked firm with whom to begin negotiations to complete the award process. This procurement is in compliance with the City Procurement Policy and has been competitively solicited by RFQ 11/12-02. The water quality improvement projects listed under the Utility 5 year CIP involves replacing and adding new pipes to improve water quality; meet more stringent FDEP regulations; and to improve fire protection. LEGAL REVIEW: _ ►ED COPY The City Attorney recommended qualifications based solicitation for this project CRY Cwt 311" and adapted the Standard 520 Construction Agreement. ciofc Dft , - 2t— I Z _ October 9, 2012 Florida Department of Rick Scott Governor Environmental Protection Jennifer Cal t.t. Governor Bob Martinez Center 2600 Blair Stone Road Herschel I Vinyard Jr. Tallahassee. Florida 32399 -2400 Secretary Mr. Norton N. Bonaparte Jr. City Manager City of Sanford 300 N Park Avenue Sanford, Florida 32772 Re: DW5901200 - Sanford Distribution Dear Mr. Bonaparte: We have reviewed the bidding information for the Water Quality Improvement contract. The selection of the bidder identified below is acceptable. Contractor Killebrew, Inc. GMP Contract Amount $4,000,000.00 This letter is your authorization to award the contract. Please note that this award is a Guarantee Maximum Price contract. Please submit a copy of the award resolution or notice to proceed to: Florida Department of Environmental Protection, Bureau of Water Facilities Funding, 2600 Blair Stone Road M.S. 3505, Tallahassee, Florida 32399 -2400. No disbursements for this contract will be made until a copy of the award resolution or notice to proceed is returned to us. Also an executed financial agreement is required before disbursement will be made. Please send all change orders to Greg Brown of this Bureau for review. If we may be of further assistance, please call Cindy Bonds at (850) 245 -8365. Sincerely, ° 4ec /e Robert E. Holmden, P.E, Chief Bureau of Water Facilities Funding RH /cb cc: Migdalia Hernandez - City of Sanford t ii1iir.&p.5tatc.11.us EXHIBIT A WORK ORDER FORM Work Order Number 2 CITY OF SANFORD FLORIDA Master Agreement/Contract Number: Dated: Contract/Project Title City of Sanford Water Quality Improvement Pro ect Solicitation No: RFQ 11/12 -02 ISanford Project No. DW1103 I Purchase Order No. Consultant/Contractor: Killebrew, Inc. Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail Address PO Box 6258, Lakeland, FL, 33807, 863 - 701 -9204, 863 - 701 -0273, Ian @killebrewinc.net ATTACHMENTS TO THIS WORK ORDER METHOD OF COMPENSATION DRAWINGS /PLANS /SPECIFICATIONS IFIXED FEE BASIS X SCOPE OF SERVICES ITIME BASIS -NOT TO EXCEED AMOUNT SPECIAL CONDITIONS TIME BASIS- LIMITATION OF FUNDS X PRICING IINFORMATION X UNIT PRICE BASIS -NOT TO EXCEED AMOUNT WO TERMS AND CONDITIONS TIME FOR COMPLETION: 120 Days Days of the effective date to this Work Order Effective date- this Work Order: Date of Execution by City Time for completion: The services to be provided by the Consultant/Contractor shall commence upon execution of this Work Order by the parties and shall be completed within the time frame indicated above. Failure to meet the stated completion requirement may be grounds for termination for default. Work Order Amount: Dollars Expressed in Numbers: $ $113,675 Dollar Amount Written Out: One hundred and thirteen tousand six hundred seventy -five XX/100 In Witness Whereof, the parties hereto have made and executed this Work Order n e respective dates under each signature: The City as delegated through its City Commission taking action on the,lU y of and the Consultant/Contractor by and through its duly authorized corporate officer having the full and com ete authority to execute same. CONSULTANT /CONTRACTOR ATTEST: EXECUTION: }� r Signature, lCorporate Officer Signature, Corporate President 1 7 Corporate Officer Printed Name, Title and Date Corporate President, Printed Name an at CITY OF SANFORD ignature, Purchasing Manager F. V tilliam Smith Purchasing ana er, Printed Name and Date 4 (2, 7 f - Signature, gity Clerk Mayor L - 5 _ Jeff Triplett City Clerk, Print_ Name and ta' e v Mayor, Printed Name and Date f Revised 1 -6 -2011 WORK ORDER TERMS AND CONDITIONS 1. By accepting this Work Order (WO) the Contractor/Vendor /Contractor accepts all of the Terms and Conditions included herein. The Buyer is the City of Sanford, Florida, hereinafter referred to as the "City ". The term "City" is used in a broad sense to include its employees, directors, officers, agents, volunteers, etc. 2. All information referenced is hereby incorporated into the WO. These Terms and Conditions may be varied only by written amendment signed by the parties. All modifications in performance, including but not limited to, extensions of time, renewal, or substitution are void absent dually signed amendment by the parties. Time is of the essence of the lawful performance of the duties and obligations contained in the Work Order. The Vendor /Contractor agrees that Vendor /Contractor shall diligently and expeditiously pursue Vendor /Contractor's obligations. 3. Cancellation rights reserved by the City. The City may cancel this WO in whole or in part at any time for default by written notice to the Vendor /Contractor. The City shall have no liability to the Vendor /Contractor beyond payment of any balance owing for Material purchased hereunder and delivered to and accepted by the City prior to the Vendor /Contractor's receipt of the notice of termination. 4. Terms of shipping are F.O.B. the City's delivery location unless otherwise noted within the terms of this WO. Regardless of the indicated F.O.B. point, the City does not accept title until the delivery is acknowledged by an authorized City representative" 5. Prices stated on this WO are firm, all inclusive and consistent with applicable negotiations, bid(s) and /or quotations. The City is exempt from the Florida Sales and Use Tax and will furnish the Vendor /Contractor with proof of tax exemption upon request. Extra charges for any purpose will not be allowed unless explicitly indicated on the W0. This order is hereby cancelled, if pricing is omitted. 6. The Vendor /Contractor warrants that any material or equipment supplied hereunder is new, unused condition and free from defects in title, workmanship, defects in design and in full compliance with the specifications defined by the City in the order. The goods or services furnished under this WO are covered by commercial warranties for such goods or services and that the rights and remedies provided therein are in addition to and do not limit those available to the City. A copy of these warranties and all applicable manufacturer's warranties shall be furnished at the time of delivery. 7. The City reserves the right to conduct any inspection or investigation to verify compliance of the goods and /or services with the requirements of this Work order and to reject any delivery not in compliance If any deficiency is not visible at the time of delivery the City reserves the right to take and /or require appropriate corrective action upon the discovery of any deficiency, non - compliance, or defect 8. All tools or property furnished to the Vendor /Contractor by the City shall remain the property of the City, be subject to removal upon the City's demand, be used only on behalf of the City, be maintained in good order, and be clearly identified as property of the City. The Vendor /Contractor assumes any and all liability of whatsoever type or nature for loss or damage to such property. 9. The Vendor /Contractor agrees to comply with all Federal, State of Florida, Seminole County, City laws, ordinances, regulations, authority and codes and authority having jurisdiction over the purchase. 10. To the fullest extent permitted by law, the Vendor /Contractor shall indemnify, hold harmless and defend the City, its agents, servants, officers, officials and employees, or any of them, from and against any and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony, arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or in part by the error, omission, act, failure to act, breach of contract obligation, malfeasance of officers, officials, employees, agents or subcontractors of Vendor /Contractor. Additionally, the Vendor /Contractor accepts responsibility for all damages resulting in any way related to the procurement and delivery of goods or services contemplated in this Work order. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the City as set forth in Section 768.28, Florida Statutes. 11. The Vendor /Contractor shall not assign this W0, any rights under this WO or any monies due or to become due hereunder nor delegate or subcontract any obligations or work hereunder without the prior written consent of the City. WORK ORDER TERMS AND CONDITIONS -Page 2 12. The Vendor /Contractor shall not disclose the existence of this WO without prior written consent of the City except as may be required to perform this WO. 13. All Material purchased hereunder must be packaged to ensure its security and delivery in accordance with the City's shipping and packaging specification and good commercial practice. Each package shall be labeled indicating the addressee of each package or shipment and the applicable WO number. All shipments shall comply with HAZMAT requirements including, but not limited to, (DOT) regulations published in 49CFR 1399, OSHA regulations 29 CFR 4999. 14. The Vendor /Contractor shall perform the obligations of this WO as an independent contractor and under no circumstances shall it be considered as agent or employee of the City. 15. The Vendor /Contractor ensures that its personnel shall comply with reasonable conduct guidelines and City policies and procedures. 16. After each delivery, the Vendor /Contractor shall provide to the "bill to address" an original, "proper invoice" (single copy) which includes: a) Vendor /Contractor's name(dba), telephone number, mailing address; b) City's P.O. Number; c) Date of invoice; d) Shipping date; e) Delivery date; f) Payment terms; g) Description of goods /services; h) quantity; i) Unit price; j) Extended price; k) Total. The City has the right to reconcile invoice with the WO and adjust payment accordingly to comply with the WO. Payment will be made only to the Vendor /Contractor identified on the WO and for received and accepted goods /services. The City shall have right at any time to set -off any amounts due to the Vendor /Contractor against any amounts owed to the City by the Vendor /Contractor and shall in the case of Vendor /Contractor default retain the right to further adjust payments as consistent with the best interests of the City. 17. Payment of invoices will be in compliance with Chapter 218, Part VII of Florida Statutes, City Ordinance No. 3029, Purchasing Policy of the City and the stipulations, terms and conditions of this WO. Any cash discount period will date from receipt of invoice, receipt of actual delivery or date of invoice, which ever is later. 18. If this WO involves the Vendor /Contractor's performance on the City's premises or at any place where the City conducts operations, the Vendor /Contractor shall request information from the Purchasing Manager regarding insurance coverage requirements. In circumstances where insurance is required, Vendor /Contractor shall provide proofs of insurance required by the City, or City reserves the right to cancel this Work Order, immediately suspend performance by the Vendor /Contractor at Vendor /Contractor's expense and prohibit access to City premises until such proofs of insurance is verified Noncompliance with this item shall place the Vendor /Contractor in default and subject to disbarment from the City's Vendor /Contractor List. 19. The failure of the city to enforce any provision of this WO, exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 20. The Vendor /Contractor shall notify the Purchasing Manager of any inherent hazard and applicable precautions, protective measures and provide any additional relevant information, including MSDS, related to the Material being purchased herein. 21. The City shall have the right at no additional charge to use all or portions of material found in the Vendor /Contractor's applicable literature relevant to the purchase. The Vendor /Contractor agrees to advise the City of any updated information relative to the foregoing literature and documentation with timely written notice. 22. A person or affiliate who has been removed from the City's Vendor /Contractor List may not submit a bid or transact business with the City in excess of Category Two for a period of thirty -six (36) months from the date of being removed from the City's Vendor /Contractor List. 23. In compliance with 8 U.S.C. Section1324a(e) [Section 274A(e) of the Immigration and Nationality Act (INA)], the City will not intentionally make an award or upon discovery of a violation will unilaterally cancel this WO with any contractor who knowingly employs unauthorized alien workers. WORK ORDER TERMS AND CONDITIONS -Page 3 24. This WO shall be governed by and interpreted in accordance with the laws of the State of Florida. In any action or proceeding required to enforce or interpret the terms of this Agreement, venue shall be of the Eighteenth Judicial Circuit in and for Seminole County, Florida 0 v> oI °o of o I ° o l o oo ° j o of 0 0 of o 0 0 o. of oil oo ° en e»i O I N i i p O m d m m v d d o E n 0 . O' \ ol O 1 \ O ; > o ! O_ Oi O O ' f > ?I >I > I O_. O o �j `� I� ° ax ° se', °. I ° °I ° I acs u'�� se axl °1 OI 'cl uI of o o o f o o'. o'i °OI 0 0 0 v a o ° oI of � ° w o 0 o0i o. o I ° I o n 2 ai m r�� ° + m I I I I I I AR £ ai o Z T N m w I I m p 2 m 2 - N o m p a m j I E m I ri u m v m O x o r �- o O O; O of O O O O O O O O OI O of Oi O O I O O O O O O O O O ' G « C p i T oli �°\� ° of o of O o O o pl. I c ' a m i oI 0 o 0 ° o o of o. of o' o o� o 0 o o o' o 0 0 o of o m a m x ° vii °» ° ° » vs viI °» ° rA 7 2i E D v Y CY 0 m 5 I i o ol o o 0 0 o o o o o of o _ , o o o. o IC I o 0 oI 0l 0 o 0 0 o 0 o of o 0 0 0 of o a t0 L O .N., o rn W O O L d m m c o o� o o o; of 0 0 0 0' 0 of o, o f o, of of L v � ;o x Nj oi o wil w o w n m wl N v of a y o (0 di y U ° ol O of o ° o o, 15 ° o N of N o o o l i o o ol th �i m C m m a N v)i di H) pI dil W vij dil d n a' N m N In (n V)I LL LL' LL': LL�I LL LL LL'': LL Ix UI J� I m m (0 p d I l I i I I III E c z z I '', Z C v o o U 5. T y a Oo. o : c U c c O d °1 U �' IL c l d "51 o N' DI mi wa a nl a a �, c ai n C1 UI x I I I ELI ?, a'�. 0 Z QI m� r' Q m� m roi E _ o of of o 0 01, o p _ O O O O O O O O O °» OI O, O'. w'. O O O 19 O O 19 O of o �» O O O 191 O O O O O O 19 O O O e9 O O O 191 O ° w O O O » O O O e9 m'c m iLL v � I j I j i d � - - - y - a 0 � O 0 0 � O 0�, �) of o OI O o of of - o o�, 1 oII I OI I III O O ° d N+ o: O' O o O of O' o O o O 0 O o O O O' O O O O 6 o O' of O p ¢ O d C fA: Ui H�, fA t9 b9 di e9: FA df M e9: F9 � I I 1 z @ o N m E o A c v y O p J a N C I i I E in` - I 19 - m o of 0'! » of o o', w: o' of o »! o o o » o of 0 o oI o o, o' 0 o ; ! w 0 o 0 w 0 of 0 ai! 0 o 0 0�' o 0 ° o o o of o o1 o 0 of o o o' vi en w, of o,, o ens ~ a m d: m o o o of oi of o o o o o o d 76 E I 3 I 11 i 1 II I I j II w� - d o o of o of o 0 o of f9, 0 ° o f9 o o 19 o oI oI of e9� o� o o t9 o 0 O W of o�, o'�. 19 o 0 of 19 o o 0 oI .1 of o of 191 Yii F9 o of o' 0 o o, o o �� N� H I I w I i I I I o. of of o o� a o 0 0l of 0 0 o 0 0 °» 0 6 0 0. 0. of o o of °off o ' ° .j of of of m 9 O v a � of o. m 19 o o N 19 o oI �I 191. o o o 19 o of oml 19 of of o mi o o vi f9 o o' fA F o' o, o' H o 0 19 o 0 o0 � Al i o 0 0 al �j o oI o 0 0 0 �n o � �. N 0 0 0 N t LL� LL', LL LL LL LL I LL� LL LL LL'. LL' ' W � W'I W I W � I I I II I I I I i I a - 1 p : I - m 0 I I io o I I .) I I ' a a v I o w o d U o ° I `o oi o a a a o o. y a t I : U a U III m' of of o''I o � ❑ a � �I a mi c �1 a 31,I �i c ', cll cl m V m ml O io LL mt S m m ml m ° m o o N m N N v 7o m , o Z mI m O a O m0 Q m� N NII m NIi �� N NI N E d o: ° j �I III �I i VIII 1 II 0 of o; o; o° o� o o; o o 0 of o. 0l of o o o; of oII o -1 0 .I1 0 0 o 0 0 . o I o I �l m E n oI o a oI i o o o ai o oI ° o r oI ol1 0' o 0 U Q. Q Q QI Q� O o QI Q D 01 O o O «° g 2 + o'' o o, o� o ai� ai 0 0 o� of 0 o en o o 0� o o' 0 o'' 0 0 0 o 0 Q o' 0 0 o o of 0 oi� 00 ° w -oil ol o� 0 0 o 0 0 o a o ai »; » ai ai enl ai ei ai » m f O 9 Q IC I II I ca N O W N Z � l0 O N LL in lO N I I I i II I I ! � ate. E o m v O a o JLL� E u1 m o y + .. d �' 1 a` E _ Q o m x of 0 0: ° o of I I � o o o of o o of 0 of o 0 I I o! of o o o o o` o' o 0 0 d m x_ ~ ... o 0 o o!. o 0 o 0': o 0. o o; of oI o oi. O' of o�. o o e°s o' ° o o o o °I o 0 o 0 0 o 0 of of of o o' o! o E N i. I I I _ m m x o ai o ai o ai o o o'� ° o ai ai air ai ai °! o: of a>'�. ° ° 1 O o 0 ai o ° O ai o of o ° ° ° o O O ai ai''. o� ° O 6 1 d m i I I I m v w yi o8 .1 of o! 0 o'. 0 rn' a' o 0 0 of 0 0 0 ail o� o. ° ai of Q. o 1 . ai, of 0 o a> of o ai 0 o ail. 0 o o o 0 0, 0 o 0 of 0 I o 0 of y _ 9 U O O O NI m' O a O1 O O O O O O O O O O o O O m O o n O• � rn O O 6 O O OI OI o� O O m O O N In O 7 LL' LL LL LL LL� Q W V j J Ji Jl J J' W W I lIJ LLl LLl w W I I I N I � I I II I l C C Q O O OI U o U 0 '' O fO GO O_ N IL LL IL LL, QI p (V Nl Nl N NI N, ry E � t7 MI � p o 0 0 0 0 0 of 0 0 o0 o O O I o o 0 0 o 0 f o O 0 o! O 0 o of 0 0 o O o o 0 0 0 0 m i a ai as ail N O O O� O O O O O Oi O O O O, O O O E a of o o! 0 0 0l I . 8 +° of of o o of 0 o 0 0 0 o 0� 0. of 0 0 6 0 0 0 0� 0 0 o 0 0 o 0 o o O I o o, o o of ca o O. o' o of o m r o a o E 3 m.om I I I I I I I ', I 1 11 o m v 2 z �oE N W m d LL m o w y N N E o� 6 I l i 1 I I I 'I. I a a v c O o o� of of 0 of 0l O of 0 0 o , 0 0 0 0 of 0l of o' o 0 of 0 0 of 0 0 o of x en w ai a> w ai ai w ai e> `» a> vi; w ail i l l V I , ,, U y I I I — o F I i m v r O1 o eA o ail d as o! air, of ens o f o o o o o o! oe aj ai�., I I I 'I ° o o I o o o ° o o oo li o' of dl o, o'. of d '�, ajl ai ai ail I I I I � i o c I II I o f 0 d> o 0 o ai� ol, 0� as 0 o ar 0 0 u>1 oi 0 di 0 0 0l, 0 ° vil m 1 0 of 0 ai ail I o 0l ai w of o 0 as dal �' 0l �.. m w m > y a j of o N a); o 01 NN 0 0 t7 ai 0 o C' ai 0 0 VI ai, c°n N H 0 o N ai o 1. o o� N, ail o N M of o oI NI a)� of °o, o o'. N N N1 f9 f9 a) o � o O b)'' o o III w m � ul I I I I I I d W I I I W : I O , al .2 a > > > > .p .I a c c c ml m c, q m' m c ml m >I > d m' > . 1 > >' d d >I o > _v > v (n 1 V m >I d > ml a_ 1 fn m i 1 m > 1 1 Fn W o > In OIL, P C f51 .SI fn c c � cl r V r ip l0 r G r (V r x , V aJi m' O N �1 N O I. ro N O m Z E N Ni t0 N n W N N O N O� i N I M n f7 M O m �nl tO� f� COI l I ml m O 0 0 0 ° o 0 °o. o1 of o of 0 0l 0 0 0 o oi o' o-� 0 0 0 o 0 oI 0 o ro � � I I o_ O O O O U a y o d O m m + O O o o O of O o O O'I o� o, O o'. o OI . of O 0 o w O of O w O O en O ° vi' O O vii F o m o E a U _ m I I I ! N N r E o a i75 o + m I m + d ❑ o _ m os 0 a u> 0 0 v3 I i 0 ml I 0 °» I 0 e> I 0l� of ». rA l i I o of o vi o f o' of ml ol o o di o o o wI di. d3 1 I oI vii I I o m I 0 w I o of 0 of of o'. ol of o, of o', of of of I m of 0 o o� o o o of 0 o, o of o! 6 0�' o oI o o� o o 0 o', of o o of o' o of o w o. o'. E E - I I _ 0 F a N c r I 1 I »,.., _ N o'.. o o 0 o'' 0 bi. f9, o 0 0 vi o�. of 0, OI 0,; o 19: 0 of o 1 f9 0. o1 of 191 of o 0l 0 o' d FA� dj o o 0 o o ci �, 19I o of o fAj 0 0; of of 0 of o o bi . d3'I vi' F9 O a I I I I a E � � s V I I !9 o1 OI H. H o of O O II o O H O O W O H O o O O W O o O Ni O OI oil O O d1 O O v! X o8 m - y O O A U O O O' O O O o I O G of O O o O O OI O O OI OI O O O O O O N 1 O O' OI th � O O O Or_ N � O �' � O� O O O O O 0 O' O m O I I 1 1 I I I ! I I I I y r _ I O N �1 o ,. J �. O O O O O O O O O rO O' O O11 O O 1 - m O Oi O O OI. O O O O O O O' O OI OI . c I cc ll a O d c 0 c o' c o'.. c o c c c �� c c c of o of o o'' o oI c o ' of o' 1 ? - , o f o� R • U 'm U' o cI �m U' U UI UI Ui U UI U U Ui U' c! c c c c', c c� cl 'm �m �m `ml m. m m m1 m m m'I m dl d ~� d d d d dl� N d N yl d'I di d d x 3'. 3 3 31 3 3 3 3I 3 31 I I I i d Z N m v m m n m� rn I o N. m e m m N'I in1 m m m, N m E d v vI o. v e'. v v i v'. v I I I I m 'Il p 0 o 0 0 0 0 o 0 o O of o o o! O o of 0 o 0 o f o 0! 0 of 0 of o 0 c N O. o m o f9 o 1A o �y' o f9 o Ui �� o f9 o tA o w o Vii o f9 w 6 o w I N OI O Oi Oi O O 61 O O O� o O O 51 O OI O O ` OI O p . 0 p p O OI o O 0 w a m p 0l of of o'; o o o'' ol� o 0 of o 0l 0 o 0 o 0 0 0 0 oI 0 o 0 o 0 o, 0 of 0 o o E o v + F m E U a I 0 Z D y - a h o N - . a vi E I � I I j I I I I I E to m ° + d m + m a`2 E o., o o o o oi o o o. o of of o o f o o oll o o! of of ° ol o of 0 o 0 o o x �I x ° en, °» ° v� - ° en ; o w °»' ° ° v� ° �n ° j o d, o o; o o o of o of o� o� oll of o o m '+ o I j i I II o. o o o o 0 0 0 0 0 0 0 0 0 0. 0', of of o!, o. o o of o o o o o of of m x 0 0 0 0 E O W Y y Q I i I I I I I 0 0 0 o 0 0 o 0 0 0 of 0l o of o f °o; o of o of o o f o a 0 0 o 0 m x di'. w of en d » o w o; wil O en O, » O vj o' o'. x>i w » of vi w vs vi' o O' m III ws v I I I I x A o U o 0 en 0 0 of 01 0 0 vi! o! o of vii o o o rn o o 0 vi o! o; 0' ui 0 0 o vii 0 o. of vi 0' of a,, 0 o' o wl »� 0 0 »I 0� o o' o vi.. w 0 0 ea 0 0 en a� o m 'A y o. o o of o 0 0 of 0 0 o 0 0 0 0 0 0 o 0 0 o 0 0 0 0 0 0� o o of o'� o. of a o O o o! 0' of 0 I oil 0 I oo i o 0 o m > a o 0 0 om °m o .- 0 N 0 a o rn o �, N .- a vl O W W W I I W ' W il l WII W !I i N I i I I I I I I I I (V I I = I C O O O O O Oi O OI O d d U C O U o' U C� O" U of U C, O V C O UI C O! U U C VII O C C CI �. O O OI O C C O N 01 C C o C G O C C O C O C C o C C 0. C C OI C o' C C O O -c- O� O OI O O C P m m ml m m mI 3i m 3'. m Zi m 3 3 3 3j 3 31. 3 3 io io do io fall X 1 1 � °i ° o o, b o i� z n m m o N cn vj vo. m! n m� rn o N p Q1 OI O O O O O O O o1 0 � O O O oI c; o O O O O O O O O O O O O O W 2 a o E a >i > >. _ EJ >I 2; >I a > O > # aI p p r m W o O O (9 O ci fA O O O f9 O f9 I O O O O l O'. OI 19 FA O o O 19 O iA O O 1 f9 O O of Oi O O OI O O O p D_ O « } ~ 0 c p E 191 f91 fA f9 !9 69 m j I I m £ ai 3 III II I o Z o m W m o LL — I I 1 I E o m a a' a h N m m c ( ! I I W a o i I E w � o a`M E 1 I 01 0 0, o 0 0 0, III of o! of o 0 o of 0 0 a o, of of o" o dl o' o o�i o' o� o a r h ol o o o o oii of o o�I o 0 0' o' o a m y o o o of ° 0 o 0 o, oo ° i 0 o 01 o o 0 o o 0' of O o o'. of of o o d l0 F - E 3 m I I I « N e9 ., - m T x o m o� of 7 o 0 N o1 o'I e9i 0 o » 0 01 1»I 0 0 m o 0 19 0 o e9 0l o o 0 19 N ol. o 0! o' �1 » o. o of 0 wl 19 0 0 » 0l o' fA W Q 0 .I 11 I I, a d E m mom I I i I o O »i o H o� H of » o vii. o� wl o e9. o O » of 0 I a r91� vi o � OI w1 o o O es 0 0 I 0 w o 0 0 rA 0 0 w 0 0 0l w x ,2 O v I I I d � o o o; 0 0 0� o 0 o o 0 0 of o o I of of of 1n' viI 1n of m N v C 0 ui 1A: 0 f9 0 M ui t9 vi f9 11 19 to 191 M ui i9 Oi Ni i MI 19 fA, f9 NI � e9 U) o ¢I w u�l u ¢ w u�. ¢, w', ¢'I II I I I o O I I �. I III I' c I c1 I I I I c I - i II I « « s « m m 31 ml 3 m 3, m Q m1 3i m� ml 3 m 3i 3' II m' 31 m m a l of o n .N of o; o o o `o oI o � o' ��! of ,cmi ul � o1 g. O N N N III 0 U Ci c U c U C fmn N pppCyyyl L t0 l0N s L m� C� �I 0 N t �� mI m m rn ml m 05 �I d o m m d C WW I. d ml o� � m m ml nl o o m c 3i 3 3i 3 p 0 cl wI, O o n; o n'. o � of I. o w. ¢ dl m p o o ° o 1 0 0 0 0 0 ° o ° o o oi ° o ° o o °O ! ° o 0 0 ° o ° o ° o m 'c_ m W I i I I I i I I ❑ ❑j ❑i O ❑I ❑I ❑ ❑ ❑ ❑ ❑I ❑ O « a o m + o d o o o of o o o ,, o� o o' o of o o: o o ol, 0 o' 6 of 0 6 o 0: 0 0 0 0 0 o o o o o O O. Q y + f9 eA iii f9 III W f9! d! (9 19I o f9 o. 191 M o {qI m ~ E D ❑ E III � i � I _ I m « o ,� W y N W N J h G I 1 1 I O y « ❑ 0 » � Y o x o I OI of � o:' o f of '• o o of I i of o o of of � °ol o o o 0 I i o of o I o of o, of I O11 0 �'. of o f o' of I a i, o' of of o o 0 0 o o of p N Z9 m m o 0 oI o o !AI o ol of f9� o o ° o o B9� o o oo� ci M1 o o o f9� o 19 of " O M ° o 69 ° o ° o of o b9 Wj ° o of Vi' °o O N E I I of o of o 0 0 0 0 o of o' oI o" o o 0 - m m x e9 en vi sA sA vi 0l a; viI of o w� o of o. of of o 0 0 a o; o' �. 0l dl m F O1 f li II I W a a i I Al i lj l I E � I I. y Y — I 11 I � � O O O 19i O O O f9 O O OI f9' O� O O f9 O O O 19 I O O O Vi I O O 0- l9'. O O O lA O O O N3 O O O O' O. 191 f9! O O I ci I I O O O �.'I O OI O O O '51 I O'I ci f9ll o'', 19 v y O o O 0 0 J 0 0l OBI o o ° oi o 0 o o o n D D U U j � m I W W� QQ W aa WI W QQ Q � WI W Q W W a WI Q' W WI a¢ 1 QQ W� JI W Q � W N I 'ml I 1 I 3I 3j 3 31 3 3; 3 3 3' 3 3 ai U I � o o o o p o a 2 'l m Z Q Z m 2 of u u o.I ZI III 2 p ZIi, 0. In 2 �I o !I O al Nil ❑ Z ZI N Ni I ai al rimi' p ml in w O y' C cn� O v c� In > th j U c C O c L C O m 0 J J 1. = In pcv 1 o E I o COI O w =O s ❑ to tn. J ❑ Q) ❑I fn ❑ inl ❑ fn ❑ j' m � III Q Q ^III Q O ¢ OI OI N IA , m I 0, o of 0 0 0 o o 0 0l 0 0 0� 1 0! o O o U L Q i9.'. M bi f9 OI FA bi bi ° M bi W 19 bal ° Vi bi N LL v C Oi O O O OI O O O O O O 0 O O a p o 0 0. o ai + o 0 O 0 O 0 0 0 01.. 0 0 o 0 o 0 0 o O� o ° 0 o 0 oii 0 0 ~ E E W. L. to 1 11 1 Z m E i6 p � N W II I � N p to � 1 I II Il E °- a LL o 3 i a` 2 E m 11 _ d o o 0 bi o 0 0 rA� o 0 0 v)i 0 ol 0 0'. 0 19. 191 0 0 0 bi 0 0 o b) 0! 00 0 1 ° 0 wi 19 0 ° 0 o 0 bi 19 °� 0 0 bi ° 0 ° b) ° I ° o 0 0 ° bit d3 ° o 0 bi o o o o 0 o o of 01 0 of 01 01' 0 O o of o o of o of o 0 of 0 0 0� 0 N 9 X N' 0 d3 191 b) of o e9 of bil ° big 0 0 bi, bi 0 19 oI u>I o b> 0 191 ° M. ° w 0 19 E E w I I I I I I -o F y c I 1 11 i I 0 of o o o 0 o 0� of o. of o o o o o' o of o °i o 0 of o 0 0 - W A x bi 1 �1, ° M bi bi ° bi o) 19 01 bii 01 0 bi' bi 0 o dl bi of o b) b) N I I W d'I big N o 0 of bi of 0 o 0 o 0 of v)�. o 0 o, 19I o 0 0 H of 0 0 bi o 0' oI bi1 0 0 o' bi; 0 0 °» o� o 0• o 0 o� bi vf, 0 o' m o ° •1 1 , o 01 0 l bi'. di1 I o of bi 0 ° bi d � o of ° 0 o�� G o. o O O o�'� o 0 of o� 1 o�� o� 01 Oj O Nj O V � LL C N bii fps bi� O 01 h 19 tTj 191 � 01 191 GD bi O bi N bi O� N! u ° O i fA O di 1� <lW 101 E MI bil � 1 U u U N O ? - Q W, Q W; l Q' W Q W Q W W1 Q Q: W a W W Q WI W a1 Wi Qa W Q, a W'. Q 7 � I • I I I I 1 t I 1 I O 1 O 1 I I III N� O tD1 a H� I o. OI bi OI oI al n' a y N Q Q LL� LL LL LL IL a o� p N N N l6 l0 �i ry N. N N N J JAI J r JI r W W W W W r W r O ❑1 Ol DI 01 b] O 011 ` O N O �I O�i O ����' O� �� O o m d o o o o. o, di �i, di 0 o 19 of 0 vii o o -. 0 d3 0 O 0 di 0 o h 0 0 0 0 o 0 0 0 O O N O U L c m l m 0 m o NW � �i 0 a 0� I ° ol ° »i of o 0 o 0 0 EE U) a U � I L � I ° Z =vE i U N ;MR E ° o m iL 5; a N 5 U) J N C O N' _ N Z6 0 _ v m x o s F `� °o ei o vi o o. ail o of o: vi o q'. O', °I l o. o o o o o of o dij .n ° dil ' o O o 0 0 0 0 0 0 0 0 » °» di vi o o� o, o o o of 0 0 0 0 o � c I I o o I ' o oj. ' O o o o 0 0 0 0 a °� o, of I o.'' of o o� o o� o 0 0 ° di 9 x ui, w dij en' di dij t9 di: di vi w _ E - a L ro Z6 - v 6 x o rn F- O d w O d w O: o vr: O' O o' o yr vi O OI o''.. d I di'. di OI 61 dil O O O O d d d ' di di w ° wi I i W ( l a p ^ c 2 w N M x 0 0 0 di 0 0 0 bi o 0 0 dil 0 0 0 di I 0, o' 0 w OI oil 0 l vi: I o o o pl I I of o �� �I'. N 0 0 0 o o o O '�, o o � o i°n IQ m o N N T I OI OI O ci � O O O' O O N O O O O � d r di di di; f9 d! d)� dil di di 'O y o C W W W W W WI W mI J y W � I OI I 1 O zo d C C _ � .O II I I iDf 10 o Oi O>. ip y d ❑ fO OOOq� X1 O pJ m 1z zl LL LLI� LLI a NI O @ rn ❑ LL LL LLi c '@ cl III K. K K KI K : I I 1_ 5 31 m m `i a I E i I II o O ° o N O A C m � W d � e E a �- a O o o U 0 da o p O S + 0 0 w r o o E U c - m m 5 d o w o a3i w E z� mw w w N d o m « N o � m + m a 2 E - m m 0 0 0 -w m x o s r ° o w H o ?� r � m c . - E E U lL O � L a A S m m E w a .m m x o m r �- o w w � E o � m w d J N a d N N X O U ° o b Nj Q j U a m fn O j U � n O n U N cl O r 9 0 O z E m / :` E � -7 I » f E 65 E o' \ . ; . ; . . . 76 -S; 3:.- z E 0 o = E E E -ia ME E 75 # i 0 E2 CY n � E ��� ; � � � � � � � � \ lo: Lo. cil c j: 6: 61 6: ` � �� \ \ \ \ \ � \ \ \ 5 75: �Ei El E: Ei Am w: '2 - 16: t o : : 5 E: oi 1: El 75. i w: ol 0 o El 76i -6i a! 0 E cl k i _Z51 E21 E �.R / E m oi o" w "I z \ ci o I IL