Loading...
HomeMy WebLinkAboutJHP Construction; 1989-12-22; U/M 28, EXCLUSIO%S, A COMPREHEUSIVE FORM PREMISESMIPERATIONS IMDEPENDEIIT CONTRACTORS BROAD FORO PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY ALL OWNED AUTOS (PRIV PASS ] ALL OWNED AUTOS (F$/Rp'A$N) NON-OWNED AUTOS GARAGE LIABILITY Carlsbatl, CA 92008-1989 P.0. BOX 807, SAN FRANCISCO, CA 9410 E OF WORKERS' COMPENSATION INSU r- L This is to certify that we have issued a valid Workers' compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. - __ &LT* i3: I : NJ., ;:r pi-,; 0 1_1 EMPLOY E R r * SClF 10262 (REV. 10-86) COPY FOR INSURED'S FILE .+ 1, - e CITY OF CARLSBAD &gZ San Diego County Cal i forni a CONTRACT DOCUMENTS AND SPECIAL PROVISIONS for 1988-89 CURBS, GUTTERS AND SIDEWALKS REPLACEMENT PROGRAM 0 CONTRACT NO. U/M - 28 8/8 0 c TABLE OF CONTENTS -- ITEM - PA( NOTICE INVITING BIDS PROiPOSAL ................................. BIDDER'S BOND TO ACCOMPANY PROPOSAL .................... DESIGNATION OF SUBCONTRACTORS ....................... BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY .............. BICIDER'S STATEMEW OF TECHNICAL ABILITY & EXPERIENCE ........... NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID ....................... CONTRACT ................................. CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY ................. IMMIGRATION REFORM AND CONTROL ACT OF 1986 .............. 0 ........................... CONTRACTOR'S CERTIFICATION OF AWARENESS OF CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM ...................... LABOR AND MATERIALS BOND ......................... PERFORMANCEBOND ............................. ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION ........ SPECIAL PROVISIONS ............................ SPECIFICATIONS ............................... LOCATION LISTING AND SPECIFICATIONS. .................... LOCATION MAPS .............................. 0 0 CITY OF CARLSBAD, CALIFORNIA 0 NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hal 1200 Elm Avenue, Carlsbad, California, until 4:OO PM on the 16th day of Octobe 1989, at which time they will be opened and read for performing the work for t 1988-89 Curbs, Gutters and Sidewalks Rep1 acement Program, CONTRACT NO. U/M 28. The work shall be performed in strict conformity with the specificatic therefore as approved by the Cfty Council of the City of Carlsbad on file wi the Utilities and Maintenance Department. The specifications for the work shz consist of the latest edition of the Standard SDecifications for Public Wor - Construction, hereinafter designated SSPWC, as issued by the Southern Chaptc of the American Public Works Association. Reference is hereby made specifications for full parti cul ars and description of the work. The City of Carl sbad encourages the participation of minority and women-owr businesses. No bid will be received unless it is made on a proposal form furnished by 1 Purchasing Department. Each bid must be accompanied by security in a form i amount required by law. The bidders' security of the second and third nc lowest responsive bidders may be withheld until the contract has been fu' executed. The security submitted by all other unsuccessful bidders shall returned to them, or deemed void, within ten (10) days after the contract awarded. Pursuant to the provisions of law (Public Contract Code, Sect- 22300) , appropriate securities may be substituted for any ob1 igation requii by this notice or for any monies withheld by the City to ensure performance unc this contract. If Contractor elects to use an escrow agent, Section 10263 the! Public Contract Code requires monies or securities be deposited with Stl Treasurer or a state or federally chartered bank in California. The documents which must be completed, properly executed and notarized are: 0 1. Proposal 2. Bidder' s Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Abi 1 i ty and Experience All bids will be compared on the basis of the Engineer's Estimate. The estima quantities are approximate and serve solely as a basis for the comparison bids. The Engineer's Estimate is $84,635. The work is anticipated to t place during November and December, 1989, and take approximately 20 workdays cornpl ete. No bid shall be accepted from a Contractor who has not been licensed accordance with the provisions of State law. The Contractor shall state his he<r license number and classification in the proposal. The follow classifications are acceptable for this contract: -0. f ho-bz-~o&k=!=SIb~ A]=&1D/$yxT B, C-8. e 4 If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, thesc documents must be completed and submitted with the signed contract. The escrov agreement may not be substituted at a later date. One set of plans, special provisions and contract documents may be obtained a1 the Purchasing Department, City Hall, Carlsbad, California, at no cost tc 1 icensed contractors, additional sets may be obtained for a non-refundable fec of $10.00 per set. The City of Carlsbad reserves the right to reject any or all bids and to waivc any minor irregularity or informal i ty in such bids. The general prevailing rate of wages for each craft or type of worker needed tc execute the contract shall be those as determined by the Director of Industria' Relations pursuant to Sections 1770, 1773 and 1773.1 of the California Laboi -- Code. Pursuant to Section 1773.2 of the California Labor Code, a current cop: of applicable wage rates is on file in the Office of the Carlsbad City Clerk The Contractor to whom the contract is awarded shall not pay less than the sail specified prevailing rates of wages to all workers employed by him or her in thc execution of the contract. The Prime Contractor shall be responsible to insure compliance with provision of Section 1777.5 of the California Labor Code and Section 4100 et seq. of thc - Public Contract Code, "Subletting and Subcontracting Fair Practices Act". The provisions of Part 7, Chapter 1, of the California Labor Code commencinc with Section 1720 shall apply to the Contract for work. A pre-bid meeting will be held on October 10, 1989 at 3:OO P.M. at the Utilitiei and Maintenance Admini stration Conference Room, 2075 Las Palmas Drive, Carl sbad A tour of the project site(s) should be made prior to the prebid meeting. Bidders are advised to verify the issuance of all addenda and receipt thereo one day prior to bidding. Submission of bids without acknowledgement of addendl may be cause for rejection of bid. Bonds to secure faithful performance of the work and payment of laborers an( materials suppliers each in an amount equal to one hundred percent (100%) an( fifty percent (50%), respectively, of the Contract price will be required fol work on this project. The Contractor shall be required to maintain insurance as specified in thc Contract. Any additional cost of said insurance shall be included in the bic price. Approved by the City Council of the City of Carlsbad, California by Resolutiol No. 89-328 , adopted on the 12th day of September , 19 89 . 0 0 !September 13, 1989 - Date 0 1 CITY OF CARLSBAD * CONTRACT NO. U/M - 28 PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carl sbad, CA 92008 The Undersigned declares he/she has carefully examined the location of the work read the Notice Inviting Bids, examined the Contract documents, Plans Specifications and Specifications and hereby proposes to furnish all labor materials, equipment, transportation and services required to do all the wor tal complete this Contract in accordance with said Contract documents, Plan: Sptecifications, and Special Provisions and that he/she will take in full paymer threrefor the following unit prices for each item complete, to wit: Item Item Description with Prices or Quantity Price TOTAL -- No. LumD Sum Price Written in Words & Unit (fiqures) jfiqurez Approximate Unit 1 Curb and gutter removal and 52.75 $649. disposal at tLa Dol 1 ars and p?$&”tyCeng per 1 ineal foot. 0 236 LF 2 Sidewalk removal and disposal at NO Dollars and fifty f 3 Driveway approach removal and disposal at O~F! Dollars $8,01 ive Cents per square foot. 14,564 SF $ -55 and xn Cents per square foot. 1227 SF $1.30 $1,22 4 Root barrier installation, complete in place at three Dollars and TO Cents per lineal foot. 215 LF $3. (30 $645. 5 Type “G” PCC curbs and gutters installed including fine grade complete in place at twelve Dollars and :$f 0 Cents per lineal foot. 236 LF $l2.G0 ,62,83 0 Approximate Unit Item Item Description with Prices or Quantity Price TOTAL 0 -- No. LumD Sum Price Written in Words & Unit - (fiqures Ei 4" PPC sidewalks installed including fine grade complete in place at MT\h Dollars and *tT:b Cents per square foot. 14,564 SF $%)e 543,6! 7 5-1/2" PPC driveway approaches installed including fine grade complete in place at four Dollars and X0 Cents per square foot. 1227 SF $il.CC! S4,gCl 0 Total amount of bid in words: Sixty one thousand nine hundred and - sixty three dollars avld t:?enty cents Total amount of bid in numbers: $ 61,965.20 Adldendum( a) No( s) . included in this proposal. -0 - has/have been received and is/ar 0 ", All bids are to be computed on the basis of the given estimated quantities o work, as indicated in this proposal, times the unit price as submitted by th bidder. In case of a discrepancy between words and figures, the words shal prevail. In case of an error in the extension of a unit price, the correcte extension shall be the calculated and the bids will be computed as indicate above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections crossed ou and typed or written in with ink and must be initialed in ink by a perso authorized to sign for the Contractor. The Undersigned has checked carefully all of the above figures and understand that the City will not be responsible for any errors or omissions on the par of the Undersigned in making up this bid. The Undersigned agrees that in cases of default in executing the requirec contract with necessary bonds and insurance policies within twenty (20) days fro1 the date of Award of Contract by City Council of the City of Carlsbad, thl proceeds of check or bond accompanying this bid shall become property of the Cit of Carlsbad. Lilcensed in accordance with the Statutes of the State of California providin! for the registration of Contractors, License No. Classification(s) A €i E The Undersigned bidder hereby represents as foll ows: 1. 0 342549 That no Council Member, officer, agent or employee of the City of Carlsbac is personally interested, directly or indirectly, in this Contract, 01 the compensation to be paid hereunder; that to representation, oral 01 in writing, of the City Council, its officers, agents or employees ha: induced him/her to enter into this Contract, excepting only thosc contained in this form of Contract and the papers made a part hereof b: its terms; and 2. That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. 0 Accompanying this proposal is BiC Eone ff1187h35.3 (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before cornmencing the performance of the work of this Contract. e The Undersigned is aware of the provisions of the California Labor Code, Pal 7, Chapter 1, Article 2, relative to the general prevailing rate of wages fc each craft or type of worker needed to execute this Contract and agrees to cornp' with its provisions. (619) 722-6374 JHP Construction Inc, Phione Number 0 - ?&'e1 "' ' - \oh &I, 2:AG S. Hill St. ste.D Bidder's Address Type of Organization Oceanside, Calif'. (Individual, Corporation or Partnership) List below names of President, Secretary, Treasurer and Manager, if corporation; and names of all partners, if a partnership: - - Jerry Pecaut Corntractor d;~e Q,,~~*A~ c , Go2 John Hartrnan President Jan Ilartman Secretiiry Leslie Pecaut Treasure - 0 - (NIOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED. 1 (CORPORATE SEAL) e 'C v. I Bond No. - 1187435-3 _- 1 s 8'4 %MSE PRESENTS: 2KP CONSTRUCTTON INe, e 1 1 shad, California, ir of the bid amount) SIX Tii?'-?S?-FJE3C7E HLGTDfiED NI?Z'STY SIX 2nd s;i/lOQ. * o 9 * *7 ~. . ~ I. ~ " I( *, ---- - --c___----*_ _I-- __I"- -- ($6.196.32*) - for" which ~~~~e~~ wJII and" tru'8y made, I& bfnd oir~fvaa, ourTi=irss exec$* and administrators, S%ICCBSSOPS or assigns, jofntly and sove~a%l.y~ firmly by these ~~~~~~~~~ 'THE ~~~5~~~~~ QF THE ~~~~~~~~~ ~~~~~~~~~~ ES SUCH that if the ppapasal of the ~~~~~~~~~~~~~~ pr5wcipal for the 2988-89 Curbs, Gutters and Sidawrjrl ks Repla@ement Program, Contract MCL U/H - 28, in the City sf Carlsbibd, io accepted by the city taw~fl of said Gqty, and 6f the above ~~~~~~~ Principal sbmo'I1 duly enter intc and axacute a Cantract inc1ud"ing required bonds and insulaawce policies withirr tw (10) days From the date csf Award o.F Cont.s;aet by &Re City Council of the Cit~ of Carlsbad, b;h?ling duly notified of said award, then this chligaiti~n shall become nu71 and void; otharwise, it shall $e and twea5n 5n full force and effect, and the ~~~~~~ spscif-ied herein skail be fosrfe'rted to the safd City, In the event any Principal above ndmed executed this band as an individual, .It is agreed that the death of any such Prfncipal shal't niet exonerate the Suretg from its obligations urrder tkss bond. fW HITMESS WHEREOF, we hereunto set outs hands and sea8 th4s 13th day of October 1989 . ____Ic.L.-----.^Ic-I Y ccrpsrate $@&I (If Corporation) Amwest Surety Insurance Company - SW!ty u- -_, ~~ BY i./I----.__ I--_ 1 -pa= Monsor V 'fi%"esy - -b-Fa&, ~~~~~~~~~ A~~~~~~~~&E~~~~ OF ~~~~~~~~~ BY ALL PlRIMCIP4LS AN0 SURETY MUST BE ATTACHED. 1 (ATTACH ~~~~~~~~~~~€N~ OF ATTORNEY HEJ FACT) ---e rm--r_c__yI_ 4 "L -.I -* __ 7 STATE OF CALIFORNIA, COUNTY OF San D; eqo SS *- On October 13, 1989 , before me a Notary Public, within and for County and Slate, personally appeared to me (or proved to me on the basis of satifactory evidence) to be the person whose name is subscribed to the within ins as the Attorney in Fact of and for the AMWEST SURETY IN subscribed the name of the AMWEST SURETY INSURANCE in Fact. . ~a 2- Jonathan Monsor ~ =r=C.:-. - 2-- OFFICIAL SEAL NOTA AMWEST SURETY INSURANCE COMPANY P.O. BOX 4500, WOODLAND HILLS, CA 91365-4500 (81 8) 704-1 1 1 1 NAME OF PRINCIPAL: Department. This Power of Att een revoked an KNOW ALL MEN BY make, constitute and COMPANY, A CALIFORN Bonds up to $25,000. Y thereby. This appointment is made und led by facsimiie under and by the authority of the foll AMWEST SURETY INSURANCE COMPANY at a meeting duly held on December 15, 1975. RESOLVED that the president or any vice-president, in conjunction with the secretary or any assistant secretary, may appoint attorney or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company to and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said offic remove any such attorney-in-fact or agent and revoke any power of attorney previously granted to such person. RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the COI (i) when signed by the president or any vice-president and attested and sealed (if a seal be required) by any secretary or assistant SeCri (ii) when signed by the president or any vice-president or secretary or assistant secretary, and countersigned and sealed (if a seal be rt by a duly authorized attorney-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limp authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to an of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligz the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by its proper officers, an 89 19 February r) be hereunto affixed this *' day of Sa &~A/&z+ Gary R Peterson, President GAY& I Karen ( STATE OF CALI CC)UNTY OF LOS ANGELES - ss 39 A D , 19 - , personally came before me Karen c to me known to be the individuals and officers of AMWEST SURETY INSURANCE COMPANY, CALIFORNIA who executed the above instrument acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corpor and that the seal affixed to the above instrument is the seal of the corporation. and that said corporate seal and their signatures as such officers w and subscribed to the said instrument by the authority of the board of directors of said corporation. Gary R. Peterson and 21 Feuruary On this ~ day of ... ..............*....e.....*. WFUN SEN t . icarcL/?, / qdQ (alM KARENT W0LC MORITA ULIFOIINIA { (SEAL) mwPuowc~ N : Los ANXLLS Cowl" UrComm EXD Aug 14 1990 : e \ ............................... STATE OF CALIFORNIA, COUNTY OF LOS ANGELES - ss CERTIFICATE I, the undersigned, secretary of the AMWEST SURETY INSURANCE COMPANY, a California corporation. DO HEREBY Ct foregoing and attached Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the By-Laws ( and the Resolutions of the board of directors set forth in the Power of Attorney, are now in force Signed and sealed at San Dieao this ~ 13th day of October Hs __-- Y*/tLn- YQ,O" ? DESIGNATION OF SUB-CONTRACTORS The Undersigned certifies he/she has used the sub-bids of the following list€ contractors in making up his/her bid and that the sub-contractors listed wil be used for the work for which they bid, subject to the approval of the Utilitic and Maintenance Director, and in accordance with applicable provisions of tt specifications and Section 4104 et seq. of the Public Contract Code - "Sublettir and Subcontracting Fair Practices Act". No changes may be made in these sut contractors except upon the prior approval of the Utilities and Maintenanc Director of the City of Carlsbad. If no subcontractors are listed, tt Contractor agrees that he/she is fully qualified to and will perform the work The following information is required for each sub-contractor. Additional page can be attached, if required: Items of Complete Address Phone No. with ZiD Code w/Area Cod Work Full ComDanv Name m w \ ?2 "Nr. \ 0 e DESIGNATION OF SUB-CONTRACTORS (continued) The bidder is to provide the following information on the sub-bids of all tt listed sub-contractors as part of the sealed bid submission. Additional pagc can be attached, if required. Type of State Carlsbad Contracting Business Amount of Full ComDanv Name License 81 No. License No.* Bid ($ or S e \ \ I? ON T7 2 0 * Licenses are renewable annually. If no valid license, indicate “NONE’ Valid license must be obtained prior to submission of signed contracts. J-qp (‘nnqtrllpf-ion Tqp Bidder’s Company Name (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.) 2110 S. Tlili st. c?p I , Bidder’s Complete Address Oceawe, Calif. 92054 (CORPORATE SEAL) e 1 BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersigned submits herewith a notarized or sealed statement of his/he financial responsibility or financial statement. JW Construction Inc. is a Pinanciallv responsible Cnrnnratinn -. 2 0 solvent Corporation, Our Corporation ~~ccount i R 7\17 th SGc.iiri t.~: Paciric Bank of OceansiGe, Era;ach 421 nccoiint rliin-her -I pal: ~ 3 4, yp 3terlaborand1 -d nerfnrrianrp bnnd iin if awarded this contract. e ii (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED. ) (CORPORATE SEAL) * e 9' INCOME STATEMENT J H P CONSTRUCTION INC. 2110 SOUTH HILL STREET, SUITE D OCEANSIDE, CA 92054 8 FROM 09/01/89 YEAR TO DA' TO 09/30/89 TO 09/30/( INCOME SALES - JOB #1 0.00 0.0% 10,805.00 SALES 43,095.15 45.8% 43 , 095.15 SALES - JOB #2 12 , 107.70 12.9% 12 , 107.70 SALES - JOB #3 30,136.50 32.1% 30,136.50 SALES - JOB #4 8 , 130.37 8.6% 8,130.37 SALES - JOB #5 528.00 0.6% 528.00 ------------ ------------ TOTAL INCOME 93,997.72 100.0% 104,802.72 I COST OF SALES CONCRETE 19,021.05 20.2% 19 , 096.05 ASPHALT 7,061.56 7.5% 8 , 687.94 7 , 286.05 UNDER LAY 7,286.05 7.8% GAS 145.49 0.2% 145.49 0 SIGNS 286.65 0.3% 286.65 PRUCHASES/MATERIALS 1,883.45 2.0% 3 , 055.55 OUTSIDE CONTRACTING 712.50 0.8% 712.50 EQUIPMENT RENTAL 12,621.28 13.4% 12 , 621.28 SCAPE REMOVAL 427.17 0.5% 427.17 EQUIPMENT LEASED 6,815.58 7.3% 6,815.58 VEHICLE - INSURANCE 0.00 0.0% 148.66 BOND - INSURANCE 1,086.71 1.2% 1,550.42 WORKER'S COMP. INSURANCE 261.49 0.3% 261.49 CONSTRUCTION MANAGERS 98.82 0.1% 1,102.61 CASUAL LABOR 1,416.00 1.5% 1,716.00 WAGES 23,462.00 25.0% 23,462.00 FICA (EXPLOYER'S) EXPENSE 1 , 762.03 1.9% 1,762.03 FED. UNEMPLOYMENT EXPENSE 187.70 0.2% 187.70 STATE UNEMPLOYMENT EXP. 419.65 0.4% 419.65 TOTAL COST OF SALES 84,955.18 90.4% 89 , 744.82 GROSS PROFIT 9,042.54 9.6% 15 , 057.90 ------------ ------------ ------------ ------------ OPERATING EXPENSES 0.00 WAGES -3 , 159.00 -3.4% FICA (EMPLOYER'S) EXPENSE -237.25 -0.3% 0.00 0.0% 0.00 FED. UNEMPLOYMENT EXPENSE -25.27 WORKER'S COMP. EXPENSE -284.95 -0.3% 0.00 0 ACCOUNTING FEES 77.60 0.1% 77 e 60 AUTOMOTIVE 320.96 0.3% 551.99 BANK CHARGES 72.51 0.1% 78.51 FUEL 0.00 0.0% 476.72 * (r TOOLS EXPENSE 285.37 0.3% 1,043.14 LICENSES AND FEES 33.90 0.0% 373.93 MISCELLANEOUS -0.03 0.0% 3.42 OFFICE SUPPLIES 112.75 0.1% 240.03 0 0 0 1 L PLANS L SPECS 201.00 0.2% 201.00 0 POSTAGE 0.00 0.0% 58.68 RENT 2,100.00 2.2% 4,100.00 -502.41 -0.5% 7,205.02 NET OPERATING INCOME 9,544.95 10.2% 7,852.88 NET INCOME or - LOSS - 9,544.95 10.2% 7,852.88 ------------ ------------ TOTAL OPERATING EXPENSE ------------ ------------ *4 ------------ ------------ ------------ ------------ 0 e ~ ~I, J H P CONSTRUCTION INC. 2110 SOUTH HILL STREET, SUITE D OCEANSIDE, CA 92054 BALANCE SHEET AS OF 09/30/89 0 ASSETS CURRENT ASSETS CASH IN BANK -5,933-11 ------------ TOTAL CURRENT ASSETS -5,933.11 ------------ FIXED ASSETS AUTOMOTIVE 16,075.65 MACHINERY & EQUIPMENT 2,375.40 TOTAL FIXED ASSETS 18,451.05 ------------ ------------ TOTAL ASSETS 12 I ------ ------ LIABILITIES and CAPITAL CURRENT LIABILITIES PAYROLL TAXES PAYABLE 7,804.19 TOTAL CURRENT LIABILITIES 7,804.19 ------------ 0 ------------ LONG TERM LIABILITIES LOANS LESLIES HAIR -1,900.00 LOAN PAYABLE AUTO -823.20 TOTAL LONG TERM LIABILITIES ------------ -2 , 723.20 ------------ CAPITAL OFFICERS DRAW -2,728.28 RETAINED EARNINGS 2,312.35 NET PROFIT or LOSS 7 , 852.88 TOTAL CAPITAL 7,436.95 ------------ ------------ TOTAL LIABILITIES and CAPITAL 12 I ------ ------ a ' "J . INCOME STATEMENT J H P CONSTRUCTION INC. 2110 SOUTH HILL STREET, SUITE D OCEANSIDE, CA 92054 0 FROM 08/01/89 YEAR TO DA': TO 08/31/89 TO 08/31/2 INCOME SALES - JOB #1 10,805.00 100.0% 10,805.00 1 TOTAL INCOME 10,805.00 100.0% 10,805.00 1 ------------ ------------ COST OF SALES CONCRETE 75.00 0.7% 75.00 ASPHALT 1,626.38 15.1% 1,626.38 PRUCHASES/MATERIALS 1,172.10 10.8% 1,172.10 VEHICLE - INSURANCE 148.66 1.4% 148.66 BOND - INSURANCE 463.71 4.3% 463.71 1,003.79 9.3% 1,003.79 CONSTRUCTION MANAGERS CASUAL LABOR 300.00 2.8% 300.00 TOTAL COST OF SALES 4,789.64 44.3% 4,789.64 e GROSS PROFIT 6,015.36 55.7% '6,015.36 ------------ ------------ ------------ ------------ OPERATING EXPENSES WAGES 3,159.00 29.2% 3,159.00 FICA (EMPLOYER'S) EXPENSE 237.25 2.2% 237.25 FED. UNEMPLOYMENT EXPENSE 25.27 0.2% 25.27 WORKER'S COMP. EXPENSE 284.95 2.6% 284.95 231.03 AUTOMOTIVE BANK CHARGES 6.00 0.1% 6.00 FUEL 476.72 4.4% 476.72 TOOLS EXPENSE 757.77 7.0% 757.77 LICENSES AND FEES 340.03 3.1% 340.03 MISCELLANEOUS 3.45 0.0% 3.45 OFFICE SUPPLIES 127.28 1.2% 127.28 POSTAGE 58.68 0.5% 58.68 231.03 2.1% RENT 2,000.00 18.5% 2 , 000.00 ------------ ------------ TOTAL OPERATING EXPENSE 7,707.43 71.3% 7 , 707.43 NET OPERATING INCOME -1,692.07 -15.7% -1,692.07 - NET INCOME or - LOSS - -1,692.07 -15.7% -1,692.07 - ------------ ------------ -------__--_ -------__--- ------------ ------------ e .* . ’ re J H P CONSTRUCTION INC. 2110 SOUTH HILL STREET, SUITE D OCEANSIDE, CA 92054 BALANCE SHEET AS OF 08/31/89 0 ASSETS CURRENT ASSETS CASH IN BANK -1,370.47 TOTAL CURRENT ASSETS -1,370.47 ------------ ------------ -1, TOTAL ASSETS LIABILITIES and CAPITAL --_-__ --_-__ CURRENT LIABILITIES WORKER’S COMP. PAYABLE 284.95 PAYROLL TAXES PAYABLE 696.24 TOTAL CURRENT LIABILITIES 981.19 ------------ -----o------ LONG TERM LIABILITIES LOANS LESLIES HAIR -700.00 LOAN PAYABLE AUTO -211.60 TOTAL LONG TERM LIABILITIES -911.60 ------------ 0 ------------ CAPITAL OFFICERS DRAW -2,060.34 RETAINED EARNINGS 2,312.35 NET PROFIT or LOSS -1,692.07 TOTAL CAPITAL -1,440.06 ------------ ------------ -1, TOTAL LIABILITIES and CAPITAL ------ ------ 0 ., a. --. . &lL& FINANCIAL STATEMENT J.H.P. CONSTRUCTION, INC. 2110 SOUTH HILL STREET #D OCEANSIDE, CA 92054 S.f&>&5b 1 G -/ c5 *-V! @44 hgj OCTOBER 23, 1989 CURRENT ASSETS PRESENT VALUE DEBTS FIRST TRUST DEAD, TWO LOTS ..................................................................... CAMBRIA PINES, CAMBRIA, CA 20,000.00 -0- 2.75 ACRE LOT & HOUSE MURRIETA, CA 495,000.00 175,000.00 LESLIES HAIR BIZ, HAIR SALON 2110 SOUTH HILL STREET #D OCEANSIDE, CA 92054 100,000.00 -0- OFFICE EQUIPMENT 12,000.00 -0- 1988 MILLARD OVERLAND 125,000.00 68,000.00 1978 FLEETWOOD R.V. FIELD OFFICE 18,000.00 4,500.00 1989 SUZUKI SAMARI 8,000.00 3,400.00 0 1978 LAYTON TRAILER CONSTRUCTION OFFICE 4,500.00 -0- 1989-843 BOBCAT, BACKHOE AND TRAILER 45,500.00 22,000.00 1976 CORVETTE 10,000.00 -0- 1970 TRUCK, 10 WHEEL DUMP 25,500.00 15,000.00 1977 CHEVROLET ONE TON, FLAT BED TRUCK 6,000.00 -0- 1986 FORD RANGER 5,100.00 1,200.00 ___________-------------------- - $ 874,600.00 $ 289,100.00 TOTAL ASSESL $ 585,500.00 ------------ . ------------ PREPARED WITHOUT AUDIT BY DAVID KEHRWALD, RTM INCOME TAX ACCOUNTING. 0 0 J.H.P. CONSTRUCTION, INC. 2110 SOUTH HILL STREET #D OCEANSIDE, CA 92054 INCOME STATEMENT JANUARY 1, 1989 THRU JUNE 30, 1989 Income INCOME 92,017.00 ------------ GROSS INCOME $ 92,017.00 ------------- ------------- Expenses CAR & TRUCK 1 , 088.00 SUPPL I ES 14,281.00 ENTERTAINMENT EXPENSES 152.00 TELEPHONE/UTILITIES 771.00 REPA I RS 46.00 LEGAL & PROFESSIONAL 210.00 OFFICE EXPENSE 2,173.00 DEPRECIATION 3,664.00 CONTRACT LABOR 11 , 652.00 RENT EXPENSE 1, 200.00 0 ------------ TOTAL EXPENSES 35,237.00 ----_____-___ NET PROFIT/LOSS $ 56,780.00 --------_---- ------------- PREPARED WITHOUT AUDIT BY DAVID KEHRWALD, RTM INCOME TAX ACCOUNTING. .. ,’ 0 - 0 J.H.P. CONSTRUCTION, INC. 2110 SOUTH HILL STREET #D OCEANSIDE, CA 92054 INCOME STATEMENT JANUARY 1, 1988 THRU DECEMBER 31, 1988 Income INCOME 277,978.00 ------------- GROSS INCOME $ 277,978.00 -------------- -------------- Expenses CAR & TRUCK 2,392.00 RENT EXPENSE 9,200.00 SUPPL I ES 61,763.00 ENTERTAINMENT EXPENSES 1,349.00 TELEPHONE/UTILITIES 1,671.00 REPA I RS 3,166.00 OFFICE EXPENSE 4,290.00 DEPRECIATION 7,655.00 CONTRACT LABOR 49,866.00 0 ----------I-- TOTAL EXPENSES 141,352.00 ___---_------- NET PROFIT/LOSS $ 136,626.00 -------------- -------------- PREPARED WITHOUT AUDIT BY DAVID KEHRWALD, RTM INCOME TAX ACCOUNTING. ..,I 0 1 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar character to that include in the proposed Contract which the Bidder has successfully performed and giv references, with telephone numbers, which will enable the City to judge th Bidder’s responsibility, experience and skill. An attachment can be used, i notarized/sealed. 0 e il (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED. ) (CORPORATE SEAL) 0 1 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 0 State of Cal i forni a 1 ) ss. County of San Diego 1 Jerry Pecaut , being first duly sworn, depose and says that he or she is Contractor 0 (Name 1 _(Title) JHF Construction Inc. the party making th (Name of Firm) foregoing bid that the bid is not made in the interest of, or on behalf of, an undisclosed person, partnership, company, association, organization, o corporation; that the bid is genuine and not collusive or sham; that the bidde has not directly or indirectly induced or solicited any other bidder to put i a false or sham bid, and has not directly or indirectly colluded, conspired connived, or agreed with any bidder or anyone else to put in a sham bid, or tha anyone shall refrain from bidding; that the bidder has not in any manner directly or indirectly, sought by agreement, communication, or conference wit anyone to fix the bid price, or of that of any other bidder, or to fix an overhead, profit, or cost element of the bid price, or of that of any othe bidder, or to secure any advantage against the public body awarding the contrac of anyone interested in the proposed contract; that all statements contained i the bid are true; and, further, that the bidder has not, directly or indirectly submitted his or her bid price or any breakdown thereof, or the contents thereof or divulged information or data relative thereto, or paid, and will not pay, an fee to any corporation, partnership, company association, organization, bi depository, or to any member or agent thereof to effectuate a collusive or sha bid. I declare under penalty of perjury that the foregoing is true and correct an that this affidavit was executed on 16 day of nrtnhpr . 0 ---.----- (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED) (CORPORATE SEAL) SAW DIEGO COUNTY 0 CONTRACT - PUBLIC WORKS, 650,000 OR MORE This Contract is made this a& day of , 19B, by ai between the City of Carlsbad, California, a mdnicipal corporation, (hereaft, call ed "City") , and , whose principal place of 0 JHP Construction Inc. business is 2110 s. H ill St.. Ste D OL-ide CA 93054 (hereinafter call ed "Contractor"). City and Contractor agree as follows: 1. DescriDtion of Work. Contractor shall perform all work specified in t Contract documents for the 1988-89 Curbs, Gutters and Sidewalks Rep1 aceme Program, Contract U/M - 28 (hereinafter called ''project"). 2. Provisions of Labor and Materials. Contractor shall provide all lab0 rnateri a1 s, tool s, equipment and personnel to perform the work speci f i by the Contract documents. Contract Documents. The Contract documents consist of this Contract; t Bid Documents, including the Notice to Bidders, Instructions to Bidder and Contractors' Proposals; the Plans and Specifications, the Speci Provisions, and all proper amendments and changes made thereto accordance with this Contract or the Plans and Specifications, and t bonds for the project; all of which are incorporated herein by th reference. The Contractor, the Contractor's sub-contractors, and materi a1 s suppl ie shall provide and install the work as indicated, specified and implied the Contract documents. Any items of work not indicated or specified, b which are essential to the completion of the work, shall be provided the Contractor's expense to fulfill the intent of said documents. In a instances throughout the life of the Contract, the City will be t interpreter of the intent of the Contract documents, and the City decision relative to said intent will be final and binding. Failure the Contractor to apprise her/his subcontractors will not relieve her/h of the responsi bi 1 i ty of compl i ance. Payment. As full compensation for Contractor's performance of work und this Contract, City shall make payment to the Contractor per Section 3 of the current edition of the Standard SDecifications for Public Wor Construction. The closure date for each monthly invoice will be the 30 of each month. Invoices from the Contractor shall be submitted according to the requir City format to the office of the Utilities and Maintenance Director, 20 Las Palmas Drive, Carlsbad, California 92009-1519 no later than the 5 day of each month. Payments will be delayed if invoices are received aft the 5th of each month. The final retention amount shall not be releas until the expiration of thirty-five (35) days following the recording the Notice of Completion pursuant to California Civil Code Section 31E 3. 0 4. a 5. IndeDendent Investiqation. Contractor has made an independ! investigation of the job site, the soil conditions at the job site, all other conditions that might affect the progress of the work, and aware of those conditions. The Contract price includes payment for work that may be done by Contractor, whether anticipated or not, in or to overcome underground conditions. Any information that may have bt furnished to Contractor by City about underground conditions or other , conditions is for Contractor's convenience only, and City does not warri that the conditions are as thus indicated. Contractor is satisfied w a1 1 job conditions, i ncl uding underground conditions and has not re1 on information furnished by City. 6. Contractor ResDonsible for Uiifsreseen Conditions. Contractor shall responsible for all loss or damage arising out of the nature of the wa or from the action of the elements or from any unforeseen difficulti which may arise or be encountered in the prosecution of the work until i acceptance by the City. Contractor shall also be responsible for expens incurred in the suspension or discontinuance of the work. Howeve Contractor shall not be responsible for reasonable delays in the completi of the work caused by acts of God, stormy weather, extra work or matte which the specifications expressly stipulate will be borne by City. Chanse Orders. City may, without affecting the validity of the Contrac order changes, modifications, deletions and extra work by issuance ( written change orders. Contractor shall make no change in the work withoi the issuance of a written change order and Contractor shall not be entitli to compensation for any extra work performed unless the City has issui a written change order designating in advance the amount of addition: compensation to be paid for the work. If a change order deletes any work the contract price shall be reduced by the unit price, lump sum price or if the amount cannot be determined from the Contract, by a fair ai reasonable amount. If the parties are unable to agree on that amount c reduction, the work shall nevertheless proceed and the amount shall b determined by 1 i tigation. The anly person authorized to order changes o extra work is the Utilities and Maintenance Director. The written chang order must be executed by the City Manager if it is for $15,000.00 or les or approved by the City Council and executed by the Mayor if the amoun of the change order exceeds 615,000.00. 8. Immiaration Reform and Control Act. Contractor shall comply with th requirements of the "Immigration Reform and Control Act of 1986" (8 US Sec. 1101 - 1525). Prevailinq Waqe. Pursuant to the California Labor Code, the Director o the Department of Industri a1 Re1 ations has determined the genera' prevailing rate of per diem wages in accordance with Cal ifornia Labor Code Section 1773 and a copy of a schedule of said general prevailing wage rate! is on file in the Office of the Carlsbad City Clerk, and is incorporate( by reference herein. Pursuant to the California Labor Code, Section 1775, Contractor shall pay prevai 1 i ng wages. Contractor shall post copies of all applicable prevailing wages on the job site. 0 7. 0 9. @ 10. Indemnity. Contractor shall assume the defense of, pay all expenses defense, and indemnify and hold harmless the City, and its officers I employees, from all claims, loss, damage, injury and liability of evc kind, nature and description, directly or indirectly arising from or connection with the performance of the contract or work; or from i failure or alleged failure of Contractor to comply with any applicable 1i rules or regulations incl uding those re1 ating to safety and health; excc for loss or damage which was caused solely by the active negligence of I City; and from any and all claims, loss, damage, injury and liabilil howsoever the same may be caused, resulting directly or indirectly fl the nature of the work covered by the Contract, unless the loss or dam? was caused solely by the active negligence of the City. The expenses defense include a71 costs and expenses, including attorney's fees f 1 itigation, arbitration, or other dispute resolution method. 11. Insurance. Without limiting Contractor's indemnification, it is agrc that Contractor shall maintain in force at all times during the performar of this agreement a pol icy or pol icies of 1 i abil i ty insurance at lea $1,000,000 combined single 1 imit covering its operations, includi coverage for contractual 1 i abi 1 i ty and insurance covering the 1 i abi 1 i set forth herein. Contractor's liability insurance policies shall contain the followi cl auses : A. "The City is added as an additional insured as respects operations the named insured performed under contract with the City." B. "It is agreed that any insurance maintained by the City shall app in excess of and not contribute with, insurance provided by th pol icy. I' All insurance policies required by this paragraph shall contain tl foll owing clauses: A. "This insurance shall not be cancelled, limited or non-renewed unt. after thirty days written notice has been given to the City." B. "The insurer waives any rights of subrogation it has or may havt against the City or any of its officers or employees." Certificates of insurance evidencing the coverages required by the clause set forth above shall be filed with the Utilities and Maintenance Directc prior to the effective date of this agreement. 12. Workers' ComDensation. Contractor shall comply with the requirements c Section 3700 of the California Labor Code. Contractor shall also assum the defense and indemnify and save harmless the City and its officers an employees from all claims, loss, damage, injury and liability of ever kind, nature and description brought by any person employed or used b Contractor to perform any work under this Contract regardless o responsi bi 1 i ty for negl i gence. 0 0 e 13. Proof of Insurance. Contractor shall submit to the Utilities ai Mai ntenance Director certi f i cat i on of the pol i ci es ment i oned i n Paragrapl 10 and 11 or proof of workers‘ compensation self-insurance prior to t start of any work pursuant to this Contract. 14. Claims and Lawsuits. Contractor shall comply with the Government To Claims Act (California Government Code Section 900 et seq.) prior to fili any lawsuit for breach of this Contract or any claim or cause of acti for money or damages. 15. Maintenance of Records. Contractor shall maintain and make available no cost to the City, upon request, records in accordance with Sections 17 and 1812 of Part 7, Chapter 1, Article 2, of the California Labor Cod If the Contractor does not maintain the records at Contractor’s princip place of business as specified above, Contractor shall so inform t Uti1 ities and Maintenance Director by certified letter accompanying t return of this Contract. Contractor shall notify the Utilities a Maintenance Director by certified mail of any change of address of su records. 16. Labor Code Provisions. The provisions of Part 7, Chapter 1, commenci with Section 1720 of the California Labor Code are incorporated herein reference. Security. Securities in the form of cash, cashier’s check, or certifi check may be substituted for any monies withheld by the City to sect performance of this Contract for any obligation established by tt Contract. Any other security that is mutually agreed to by the Contract and the City may be substituted for moneys withheld to ensure performar under this Contract. Provisions Rewired by Law Deemed Inserted. Each and every provision law and clause required by law to be inserted in this Contract shall deemed to be inserted herein and included herein, and if, through mist; or otherwise, any such provision is not inserted, or is not correcl inserted, then upon application of either party the Contract shi forthwith by physically amended to make such insertion or correction. 0 17. 0 18. 0 19. Additional Provisions. Any additional provisions of this Contract ai set forth in the "Special Provisions" and "Specifications" attached herel and made a part hereof. 0 SAX DIEGO C0L"T'r' ( KdST BE AWTKWED. ) (CC!R,PORATE SEAL) APPROVED AS TO FORM: Q. Gaep City Attorney 12. 'ZQb e?. -- ..- - . . . ... . 0 Eli 07j"FICZR 0 WITNESS my hand and official seal Prkdent, and known to me to he -Secretary of the Corporation that executed the within Instrument, known to me to be the persons who executed the within Instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the within Instru- ment pursuant to its bylaws or a resolution of ita board of directom. CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY ''1 am aware of the provisions of Section 3700 of the California Labor Code whi requires every employer to be insured against 1 iabil ity for workers' compensati or to undertake self-insurance in accordance with the provisions of that Cod and I will comply with such provisions before commencing the performance of t work of this Contract. I' * IMMIGRATION REFORM AND CONTROL ACT OF 1986 "I am aware of the requirements of the "Immigration Reform and Control Act 1986" (8 USC Sec. 1101 - 1525) and have complied with these requirement including but not limited to verifying the eligibility for employment of a agents, employees, sub-contractors and consultants that are included in th Contract. I' CONTRACTOR' S C ERT I F OF AFFIRMATIVE ACTION PROGRAM 0 I hereby certify that in performing under the Purchase Order awarded by the City of Carlsbad, wi' comply with the County of San Diego Program adopted by tl Board of Supervisors, including all (Legal Name of Contractor) I I t &kI%ci Date (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED. ) (CORPORATE SEAL) //-U-P/ 4 eforc me, the under. to me to be th~President, and known to me to be Secretary of the Corporation that executed the within Instrument, known to me to be the persons who executed the within Instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the within Instru- ment pursuant to its bylaws or a resolution of its board of directors. sclvl &n.uT-n* mmt pursuant to its bylaws or a resolution of its board of directors. WITNESS my hand and official seal. (seal) Signatur Notary Public in and for said County and __ ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City Carlsbad whose address is 1200 Elm Avenue, Carlsbad, California 9200 hereinafter called "City" and whose address is hereinafter called "Contractor" and whose address is hereinafter call ed "Escrow Agent". For the consideration hereinafter set forth, the Owner, Contractor and Escrl Agent agree as follows: 1. Pursuant to Section 22200 of the Public Contract Code of the State I Cal ifornia, Contractor has the option to deposit securities with Escrl Agent as a substitute for retention earnings required to be withheld City pursuant to the Construction Contract entered into between the Ci and Contractor for the 1988-89 Curbs, Gutters and Sidewalks Rep1 aceme Program, Contract No. U/M - 28, in the amount of $ dat A co, of said Contract is attached as Exhibit "A". When Contractor deposits tl securities as a substitute for Contract earnings, the Escrow Agent sha' notify the City within ten days of the deposit. The market value of tl securities at the time of substitution shall be at least equal to the ca! amount then required to be withheld as retention under the terms of tl Contract between the City and Contractor. Securities shall be held in tl and shall designate the Contractor as the beneficial owner. Prior to ai disbursements Escrow Agent shall verify that the present cumulative markc value of all securities substituted is at least equal to the cash amoui of all cumulative retentions under the terms of the Contract. 2. The City shall make progress payments to the Contractor for such func which otherwise would be withheld from progress payments pursuant to tt Contract provisions, provided that the Escrow Agent holds securities i the form and amount specified above. Alternatively, the City may make payments directly to Escrow Agent in tt amount of retention for the benefit of the City until such time as tt escrow created hereunder is terminated. 4. contractor shall be responsible for paying all fees for the expense incurred by Escrow Agent in administering the escrow account. The: expenses and payment terms shall be determined by the Contractor and Escrc Agent. The interest earned on the securities or the money market accounts he1 in escrow and all interest earned on that interest shall be for the sol account of Contractor and shall be subject to withdrawal by Contractor a any time and from time to time without notice to the City. 8 (hereinafter referred to as the "Contract". 0 name of 3. 5. e 6. Contractor shall have the right to withdraw all or any part of t' principal in the Escrow Account only by written notice to Escrow Age accompanied by written authorization from City to the Escrow Agent th City consents to. the withdrawal of the amount sought to be withdrawn Contractor. The City shall have a right to draw upon the securities in the event ( default by the Contractor. Upon seven days written notice to the Escrc Agent from the City of the default of the Contractor, the Escrow Age1 shall immediately convert the securities to cash and shall distribute ti cash as instructed by the City. Upon receipt of written notification from the City certifying that ti Contractor is final and complete, and that the Contractor has complied wi. all requirements and procedures applicable to the Contract, Escrow Age1 shall release to Contractor all securities and interest on deposit le escrow fees and charges of the Escrow Account. The escrow shall be closi immediately upon disbursement of all moneys and securities on deposit ar payments of fees and charges. Escrow Agent shall rely on the written notifications from the City and ti Contractor pursuant to Sections 4 to 6 inclusive, of this agreement ar the City and Contractor shall hold Escrow Agent harmless from Escrc Agent's release and disbursement of the securities and interest as st forth above. The names of the persons who are authorized to give written notices or 1 receive written notice on behalf of the City and on behalf of th Contractor in connection with the foregoing, and exemplars of th respective signatures are as follows: For City : Title Name Signature Address For Contractor: Title Name Signature Address Name Signature Address At the time the Escrow Account is opened, the City and Contractor shal deliver to the Escrow Agent a fully executed counterpart of this Agreement e 7. 8. 9. 10. e For Escrow Agent: Title 0 2 IN WITNESS WHEREOF, the parties have executed this Agreement by their prop€ officers on the date first set forth above. For City : Title Name Si gnat ure For Contractor: Ti tl e Name Signature 0 0 a 1 SPECIAL PROVISIONS 0 1. PLANS AND SPECIFICATIONS A. The specifications for the work shall consist of the latest editic of the Standard Specifications for Public Works Constructior hereinafter designated SSPWC, as issued by the Southern Chapters ( the American Pub1 ic Works Association, the City of Carlsbad supplemer to the SSPWC, the Contract documents, the Special Provisions and tt Specifications contained herein. The standard drawings utilized for this project are the San Dieso Arg Reqional Standard Drawinqs, hereinafter designated SDRS, as issued t the San Diego County Department of Transportation, together with ti City of Carlsbad Supplemental Standard Drawings. Copies of pertinel, standard drawings are enclosed with these documents. 6. 2. WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment ar materials and performing all operations necessary to complete the projec work as shown on the project plans and as specified in the specifications Expeditious commencement and completion of work is of prime importance. 3. DEFINITIONS AND INTENT A. Utilities and Maintenance Director: 0 The title shall mean the Utilities and Maintenance Director or hi approved representative. B. Reference to Drawings: Where the words "shown", "indicated", "detailed", "noted", "scheduled or words of similar import are used, it shall be understood tha reference i s made to the pl ans accompanying these provisions unl es stated otherwise. C. Directions: Where the words "directed" , "designated", "selected" or words o similar import are used, it shall be understood that the direction designation or selection of the Uti1 ities and Maintenance Director i intended unless stated otherwise. The word "required" and words o similar import shall be understood to mean "as required to properl, complete the work as required and as approved by the Utilities an' Maintenance Director" unless stated otherwise. D. Equals and Approval s: Where the words ''equal I), "approved equal 'I, "equivalent" and such word: of similar import are used, it shall be understood such words arr 0 followed by the expression ''in the opinion of the Utilities 2 Maintenance Director" unless otherwise stated. Where the WOY "approved", "approval ", "acceptance", or words of simi 1 ar import i used, it shall be understood that the approval, acceptance, or simil import of the Utilities and Maintenance Director is intended. 0 E. Perform and Provide: The word "perform" shall be understood to mean that the Contract( at own expense, shall perform all operations, and shall provide i labor, tools and equipment, and further, including the furnishing i installing of materials that are indicated, specified, or required mean that the Contractor, at own expense, shall furnish and insta the work, complete in place and ready to use, including furnishing necessary labor, materials, tools, equipment and transportation. 4. CODES AND STANDARDS Standard specifications incorporated in the requirements of t specifications by reference shall be those of the latest edition at t time of receiving bids. It shall be understood that the manufacturers producers of materi a1 s so required either have such speci f i cat i c available for reference or are fully familiar with their requirements pertaining to their product or material. 5. CONSTRUCTION SCHEDULE A. A construction schedule is to be submitted by the Contractor p Section 6-1 of the SSPWC at the time of the preconstructi conference. No changes shall be made to the construction schedu without the prior written approval of the Utilities and Maintenan Di rector. Any progress payments made after the scheduled completion date sha not constitute a waiver of this paragraph or any damages. 0 B. C. Coordination with the respective utility company for removal relocation of conflicting utilities shall be requirements prior commencement of work by the Contractor. The Contractor shall begin work within 5 work days, unless otherwi specified by the Utilities & Maintenance Director, after being du notified by an issuance of a "Notice to Proceed" and shall diligent prosecute the work to completion within the number of consecuti calendar days, workdays, weeks specified in the "Notice to Proceed D. 6. NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to t plans or specifications upon written order by the Utilities and Maintenan 0 Director. borne by the Contractor. 7. GUARANTEE Any cost caused by reason of this nonconforming work shall 0 All work shall be guaranteed for one (1) year after the recording of "Notice of Completion" and any faulty work or materials discovered duri the guarantee period shall be repaired or replaced by the Contractor. 8. MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance with the produc manufacturer's directions, the Contractor shall obtain and distribute ti necessary copies of such instruction, including two (2) copies to ti Utilities and Maintenance Director upon completion of work and prior the filing of Notice of Completion. 9. INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construction shall be equippi with mufflers in good repair when in use on the project with speci attention to City Noise Control Ordinance No. 3109, Carlsbad MuniciD - Code, Chapter 8.48. 10. CITY INSPECTORS All work shall be under the observation of the Inspector(s) designated the Utilities and Maintenance Director. The Inspector(s) shall have frt access to any or all parts of work at any time. The Contractor sha' furnish the Inspector(s) with such information as may be necessary to ket the Inspector(s) fully informed regarding progress and manner of work ai character of materials. Inspection of work shall not relieve tl Contractor from any obligation to fulfill this Contract. 0 11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be insert1 in this Contract shall be deemed to be inserted herein and the Contra1 shall be read and enforced as though it were included herein, and i through mistake or otherwise, any such provision is not inserted, or not correctly inserted, then upon application of either party, th Contract shall forthwith be physically amended to make such insertion 1 correction. 12. INTENT OF CONTRACT DOCUMENTS The Contractor, the Contractor's subcontractors and materials suppl lei shall provide and install the work as indicated, specified and implied 1 the Contract documents. Any items of work not indicated or specified, b( which are essential to the completion of the work, shall be provided i the Contractor's expense to fulfill the intent of said documents. In a' instances throughout the life of this Contract, the City will be tt interpreter of the intent of the Contract documents and the City's decisic 0 relative to said intent will be final and binding. Failure of t Contractor to apprise Contractor’s subcontractors and materials supplie of this condition of the contract will not relieve him/her of t responsi bi 1 i ty of compl i ance. 0 13. SUBSTITUTION OF MATERIALS The Proposal of the Bidder shall be in strict conformity with the drawinl and specifications and based upon the items indicated or specified. TI Contractor may offer a substitution for any material, apparatus, equipme or process indicated or specified by patent or proprietary names or names of manufacturer which the Contractor considers equal in every respe to those indicated or specified. The offer made in writing, shall inclu proof of the State Fire Marshal’s approval (if required), all necessa information, specifications and data. If required, the Contractor, at t Contractor’s own expense, shall have the proposed substitute, materia apparatus, equipment or process tested as to its quality and strength, i physical, chemical or other characteristics, and its durability, finis1 or efficiency, by a testing laboratory as selected by the City. If tl substitute offered is not deemed to be equal to that so indicated t specified, then the Contractor shall furnish, erect, or install tl material, apparatus, equipment or process indicated or specified. Suc substitution of proposals shall be made prior to beginning of constructioi if possible, but in no case less than ten (10) days prior to actul instal 1 at ion. 14. RECORDS The Contractor shall keep a current record of the completed areas t include times, dates and other pertinent data, and submit to an assign€ Inspector at the end of each work day or at the beginning of the next WOY day, upon request by an assigned Inspector. a 15. PERMITS A Right-of-way Permit will be required to be obtained by the Contract( as soon as the Contractor is notified of selection as the Contractor fc the project. Compensation for the permit shall be included within th contract costs and no additional compensation will be made. When awlvin for the permit. traffic control Dlans for the areas of work are rewired in addition to other requirements. Traffic control plans shall confor to the latest edition of the State of California, Department a Transportation Traffic Manual, Manual of Traffic Controls for Constructic and Maintenance Work Zones. Submittal of traffic control plans to tb Traffic Engineer a minimum of two (2) weeks prior to the preconstructic meeting is necessary to allow proper time for review, corrections resubmissions and final approval prior to the preconstruction meeting. 0 3 16. OUANTITIES IN THE SCHEDULE A. The quantities given in the proposal by the City for unit price item: are for comparing bids and may vary from the actual final quantitie: Some quantities may be increased and others may be decreased c entirely eliminated. No claim shall be made against the City fc damage occasioned thereby or for loss of anticipated profits, tt Contractor being entitled only to compensation for the actual wov done at the unit prices bid. B. The City reserves and shall have the right, when confronted wii unpredicted conditions, unforeseen events, or emergencies, to increa: or decrease the quantities of work to be performed under a bid un- price item or to entirely omit the performance thereof, and upon tt decision of the City to do so, the Utilities and Maintenance Direct( will direct the Contractor to proceed with the said work as : modified. If an increase in the quantity of work so ordered shou' result in a delay to the work, the Contractor will be given i equivalent extension of time. A Change Order must be issued prior 1 any change in work in accordance with the Contract, item 7. 0 17. SAFETY & PROTECTION OF WORKERS AND PUBLIC A. The Contractor shall take all necessary precautions for the safety ( employees on the work and shall comply with all applicable provisioi of Federal, State and Municipal safety laws and building codes i prevent accidents or injury to persons on, about or adjacent to tl areas where the work is being performed. B. The Contractor shall erect and properly maintain at all times, q required by the conditions and progress of the work, all necessai safeguards for the protection of workers and public and shall PO( danger signs warning against hazards. 0 18. SURVEYING The Contractor shall employ a licensed land surveyor or registered civ engineer to perform necessary surveying for this project. Requiremen. of the Contractor pertaining to this item are set forth in Section 2-9 of the SSPWC. Contractor shall include cost of surveying service with appropriate items of proposal. No separate payment will be made. 19. UTILITIES A. Utilities for the purpose of these specifications shall be consider as including, but not limited to pipe lines, conduits, transmissi lines, and appurtenances of "Public Utilities" (as defined in t Public Utilities Act of the State of California) or individual solely for their own use or for the use of their tenants, and sto drains, sanitary sewers, and street lighting. The City of Carlsb and affected utility companies have, by a search of known record endeavored to locate and indicate on the Plans all utilities whi exist within the limits of the work. However, the accuracy completeness of the utilities indicated on the Plans is n guaranteed. Service connections to adjacent property may or may n e be shown on the Plans. It shall be the responsibility of t Contractor to determine the exact location and elevation of a utilities and their service connections. The Contractor shall ma own investigation as to the location, type, kind of material, age a condition of existing utilities and their appurtenances and servi connections which may be affected by this Contract work, and addition the Contractor shall notify the City as to any utilit appurtenances, and service connections located which have be incorrectly shown on or omitted from the Plans. B. The Contractor shall notify the owners of all utilities at least hours in advance of excavating around any of the structures. At t completion of the Contract work, the Contractor shall leave a utilities and appurtenances in a condition satisfactory to the owne and the City. In the event of damage to any utility, the Contract shall notify the owners of the utility immediately. It is t responsibility of the Contractor to compensate for utility damage C. The temporary or permanent relocation or alteration of utilitie including service connections, desired by the Contractor for o convenience shall be the Contractor’s own responsi bil i ty, and sha make all arrangements regarding such work at no cost to the City. delays occur due to utilities relocations which were not shown on t Plans, it will be solely the City’s option to extend the completi date. In order to minimize delays to the Contractor caused by the failu of other parties to relocate utilities which interfere with t construction, the Contractor, upon request to the Utilities a Maintenance Director, may be permitted to temporarily omit the porti of work affected by the utility. The portion thus omitted shall constructed by the Contractor immediately following the relocation the utility involved unless otherwise directed by the Utilities a Maintenance Director. E. All costs involved in locating, protecting and supporting of a‘ utility lines shall be included in the price bid for various items ( work and no additional payment will be made. advance of the work to allow marking of the utility locations at tl various sites. G. It shall be the responsibility of the Contractor to protect a existing utilities. 0 D. 0 F. The Contractor shall notify Underground Service Alert far enough 20. WATER FOR CONSTRUCTION Contractor shall obtain a construction meter for water utilized during tt construction under this Contract. The Contractor shall contact tl appropriate water agency for requirements and shall include cost of watt and meter rental within appropriate items of proposal. No separate paymei 0 will be made. SPECIFICATIONS FOR 1988-89 CURBS, GUTTERS AND SIDEWALKS REPLACEMENT PROGRAM 1. The work to be done consists of furnishing all labor, equipment a materi a1 s and performing a1 1 operations necessary to complete the work speci f i ed herei n . Traffic control measures incl udi ng street detours and barricades wi 11 as required in item 15 - Permits, of the Special Provisions and accordance with the approved Traffic Control Plan. No street closur will be permitted without prior approval of the Traffic Engineer. The Contractor shall cooperate with local authorities relative to handli traffic through the area and shall make his own arrangements relative keeping the working area clear of parked vehicles. The Contractor sha provide the "NO Parking - Tow Away Zone" signs that are to be posted hours in advance of work. The local Police Department shall be notifi 72 hours prior to the posting of the signs by the Contractor. Full compensation for furnishing, placing, maintaining, and removing sic and temporary supports or barricades shall be considered as included the contract prices paid for the work and no separate payment will be m? therefor. 5. All work shall be done in accordance with the Contract documents, Speci Provisions and these specifications. 6. The Contractor and all subcontractors, suppliers, and vendors, sh; guarantee that the entire work will meet all requirements of this Contr; as to the quality of materials, equipment, and workmanship. 1 Contractor, at no cost to the City, shall make any repairs or replacemer made necessary by defects in materials, equipment, or workmanship tt become evident within one (1) year after the date of recordation of t Notice of Completion. Within this one (1) year period, the Contract shall also restore to full compliance with the requirements of tt Contract any portion of the work which is found to not meet thc requirements. The Contractor shall hold the City harm1 ess from claims any kind arising from damages due to said defects or non-compliance. The Contractor shall make all repairs, replacements, and restoration wit! ten (10) work days after the date of notice by the Utilities & Maintenar Director. Failure to comply could result in forfeiture of the Performar Bond. 8. Before ordering any materials or doing any work, the Contractor sh; verify all measurements, dimensions, elevations, and quantities. No ex1 charge or compensations over and above payment for the actual quantit- of the various items of work will be allowed because of difference betwc actual measurements, dimensions, elevations, and quantities and thc indicated in the specifications; or if certain items of work have not bt included in the Bid Proposal. Any difference therein shall be submit1 to the Utilities and Maintenance Director for consideration befc 0 2. 3. 4. 0 7. a proceeding with the work. 3. 9. A. The Contractor will provide and install "Tow Away No Parking construction signs, #TC-R 30-S, for use in posting streets in advanc of the work. Signs shall be placed at least 48 hours prior t commencement of work. Signs shall be posed at intervals of not mor than 100 feet on both sides of the block affected by the work. Tow-away of any vehicles in violation of the "NO Parking" signs wil be handled by the Carlsbad Police Department. The City assumes n liability in connection with movement of vehicles by the Contractor C. Temporary signing shall be removed as soon as the work areas ar complete and are accepted by the Utilities and Maintenance Director A. Notwithstanding any other or concurrent notification by the City o the work operations, the Contractor will notify residences an businesses of work utilizing a notification method approved by th Utilities and Maintenance Director. B. Notices shall be left on or at the front door of each dwelling o commercial unit abutting the work areas. This shall be done two (2 days prior to placement of "No Parking" signs. The Contractor shal be required to insert dates and estimated times of work. If the wor is delayed or rescheduled for any reason after placement of "N Parking" signs or distribution of notification letters, the Contracta shall re-date the signs affected and redistribute notificatia 1 etters. 11. Payment for the placement of the "NO Parking" signs and notices shall t: considered included in the bid price paid for the work and no additiona payment will be made therefor. 12. A. Pavement, root and other material removal shall conform to Sectic B. All concrete or pavement removals shall be made along a saw cut or The extent of the pavement removals will t 0 B. 10. 0 300-1 of the SSPWC and to these special provisions. weakened plane joint. marked in the field by the Utilities and Maintenance Inspector. C. All removals shall become the responsibility of the Contractor ar shall be disposed of at a legal dump site. D. Removal, cutting and clearing of all tree stumps and roots shall t the responsibility of the Contractor. E. Payment for the concrete removals including asphalt removals necessai to form new gutters and all materials disposal shall be considerc included in the unit price bid for this item and no addition: compensation will be made therefore. F. The basis for measurement shall be made on the horizontal sidewall curb and gutter areas. The removal of asphalt concrete in the roadwi necessary to form gutters will not be considered in the payment of tl 0 pavement removal item. * 13. A. A construction of concrete sidewalk and curb and gutter shall confoi to the requirements of Section 303-5 and 201-1 of the SSPWC and the' speci a1 provi si ons. The repair of the driveway aprons shall be included under the driven i tem. Curbs and gutters, sidewalks and driveway aprons shall be rep1 aced kind with the existing surrounding improvements and according to t San Diego Regional Standards Number 6-2, 6-7-1 and 6-14-1. 0. Payment for the concrete curb and gutters and sidewalks shall t considered included in the unit price bid for these items and I additional compensation will be made therefore. The Contractor shall be responsible for the installation of root barriei provided by the City at specified locations. Installation will be ' accordance with the manufacturer's specification, provided by the Cit: and the Utilities and Maintenance Director. Base material under sidewalks, curbs, gutters and driveway approaches sha be compacted prior to the new installation. A. Asphalt concrete shall conform to the requirements of Section 203 ai 302 of the SSPWC and to these Special Provisions. B. Asphalt concrete shall be Type 1-B-AR-4000. C. 0 B. C. 14. 15. 16. 0 A tack coat shall be applied to all abutting concrete surfaces at tl rate of 0.10 gal/SY. The tack coat shall be Type SS1 asphalt1 emu1 sion. Asphalt concrete in roadway sections shall be removed by saw cut S' inches (6") from gutter lip and parallel to portion being removed wil a two inch (2") overlap at both ends. E. Asphalt concrete roadway sections shall be replaced with a minimi thickness of three inches (3") after compaction of base material. F. Compensation for the asphalt concrete complete and in place shall I considered included in the unit price bid for the curb and gutter ai no additional compensation will be made therefore. Clean-up and dust control shall conform to the requirements of Sectic 7-8,1 of the SSPWC and to the Special Provisions/Specifications. Compensation for site clean-up and dust control shall be consider€ included in the unit prices bid for the various items of work and r additional payment wi 11 be made therefore. D. 17. A. B. 0 * 18. It shall be the responsibility of the Contractor to repair all damage 19. San Diego Regional Standard Drawing 6-14.1 shall be modified by t "5-1/2" thickness in place of the 4" thickness for residenti driveway and 7-1/2" thickness in place of the 6" thickness f commercial driveway. Driveway aprons will be same thickness driveways. I' property caused by the Contractor. substitution of the following: 0 e 0 -@ Iyy nYYY CI w -nu y. *(o, SN OILGO RtOlOCYAL SIANOAno DWwlw r4 4?=* 1u I CURB AND GUTTER COMBINED Rmmw Ihl rr It II I1 It I 0 -RUNJWJ I ~NTlWOUS -- e ~?lUWJoim I -- I -------rrr-, J CONTIGUOUS 1. frrrr ckw )r 517 * C * rwI 2 Ir w Olnrrr)Q=10fU m - LECLNO OM P\ e e v-1, SIDEWALK - TYPICAL SCCTlONS , lE OCrAWWG MUYIIR b Moccaml(uour fidr;rir- 2. ELEVATION 1. NO ~..l mu m w v~ir taruu~n m ~~~ av tm 2 cowrrr WI b,M.C*2Sw. & w -1 w 6-1s d G.18 lot 4tR - 'OQIW -o CONCRETE DRIVEWAYS 0 .................................................................... I I 4 I I I , 0 I I , I , 1 I I I 1 I I I , I I I I I I I I I I * , I I I I I 0 I I I I , I IV) : #I- I I2 I I , 8 8 , I I I I I t I I I 8 I I I I I * I 8 I I , t I I 0 I I I I I I I I I I I t I 0 I I t , 0 , , I I I I 1 I I I I .t I RU I 1 I I ,LLI , I , I I I I I .* I .I 1LLt lu.l I I .I *u)l I .I I 1 tu), Iu)I I I I 8 I I I 1U.l lrnt llnt *ln# #in4 8m8 , ., i# i ...... .. ........ .......... I I I I I I .I I I I , I I , I I , 8 I I I I t I I I I @I I , I I *u I I I 1 I I I , I :w: I .a I .I I I I ,-e IC, : N!. !...!. ..!,?!. !...!. ..:. ..:. ..: I I I I t I 1 I I I I , I I I I I I I I , I I I I * I I , , I , I I I I I ,-I. 0 I I , I I I I I I I , , 8 I 0 8 I t I I I I I I I I ,.n,r* I I I I I I I *u ; 2 :2 I 0 nu : 2: I I ...... ........................................................ lNlCl CY IP ; 0 , 8 w Io. I &%;x# I I I t I a I I I I I 8 I ,- 4. I I :z:z! I 8 +I tI we t I 8 , I I I 1 8 , 0 I I , , I I I I I 8 8 I I I t I I I I I 4- u.0 I I I- I 8 I 1 * I t , I 8 t t ........... .. 8 , :- ,m~&:C:&:m:&:&:G:-: !.? !.N !.? !.N :.? !.?? :.5 :.?! !.? !.? : e!:; i 22 : I-: 2V) : ~3 ;5 : -: : zz: cain ; eE; wca : ???: Zm na a I I I 6 I I 8 cw * =I UCY I UI L1l I -4 I :2:2: !. I I I I , I I I I I 8 * I t I 8 8 I I * I I I I I 1 8 I , t I I I , I I I I I 8 I I I I 1 I I I I ,-,.,-,.,-,.,., -I-,., : ? !.? !. .. :. .. I.? :.e !.? !.? !.? !.? !.?! :.? !.? !.?! : PW IU 1 ,- 0- t ..... ........................................................ +CY IW t I , I I I UIY or.* I -I- #*+I I I t t AI- I t I I I I , 3 i32: I I * t I I 1 I 0 I I I ........................................................ I I t I I I I , 0 I I I * I I I I I I I I 0 I I I I I I I I I I I 1 I I I , I I IWc,Wt I I , , e , I t IW,WI a I I t I I I Ic*eI I I I I I I *AIAI I I I I I , 0 141<1 I I I I I I ,WlW*WLI I *el *+I IC *At g.. : I I I I , I t I I em ~mwi I I I I 8 I uoc #occL* I I I u3 I3*I I t I I I I I I I I 8 , I I I I 0," : YE: I I I 8 t I , I , , I I I I I I t 8 ?! I I I I 8 I I I I I I , IC* 52: , I I , I ,A,z;al :s:rc:m: :iz:z:z: :c:z:z: ~wami 8: !?: I I I , I I 1 I I I I I I I I I I I I , I I , I , , I , I , I 8 I I , I I e I I I I I I lrnl I I I I I +;; :E:$;;; :3 IWI :s: ,A ,E?; I I I , I I- I :g:g: 101 I tozIlW* I I 8 I ,&I&* t ,fn4u)I 1-1 I , I 1 I I 8 I I Iu) i2 I , I :s:z:z: 21g:rc: 6 I ...... ;~i~:wixi~i,i&isi"'"'"' E ;,g ;*E i 3 ;,: =;E; .. ,.: : ......... IC: 2 i c x ;A:.? !.5 !.5 :. .. 0 .. I= IW .I 8 :~:":m:~:rn~.n:rci~i~:o:-:N:~i~i , I I I 8 ,-,.-IC1 ........................................................ 1 co I , I I , : z?: 0 ...................................................................... I L I I I I I 8 I I I I I I I I , I , I , I I I I I I I I 1 I I 1 I I I I I I I I 1 I I I I I I I I 1 I , I I I I I I I I I I 1 I I I I I I bm I IC I I 1 I , , I I 8 1 , I I I t 1 I I I I I I 1 1 I I I 8 , 1 I I I I I I I I I t 1 I I I I I I I , I I , 1 I I 8 I I 1 I I 0 I I I , I I I I I I I I * Iv) I 1 I 8 * , ' 1 I I I , t I ILL t I I 14 I .I ., , 1 I 8 1 IYIU-I 8 .I I I I I I , I :3 : :. :. :. :. :. :. :. : ? :.?? :. :. :. :. :.t IZ ; ou ; I I I , I , I I I , I ...... .. .. .. .. .. .. .. .. .. .. .. .. I I , I I I I I I I I 8 I I is ,v)tv;: :rn:m: if : 1 I I I 1 I I I I I I I :' : I I , I I I I I I I I I I I I I , I I I I I I I I I I I * I I I I t I I .I 1 8 I I I I I= I I 1 I I I I I , I I I I , I I I 1 I I I I I I , 1 , I I I I I , IC1 I I I I I i ., *u ; I I I I I tLLl I I I , I I I I 8 I I I I I I I .I I I I I I I I 1 I I I 8 I , I I I :g: , 6 I &I : :. ............................. 3 : '* .. : I I I I s i8 : " :4 ; IX ~n ; 0.8 I 8 , I I I I .. .. .................... I01 , * 8 , I 1 I I I I aha I I C* Z* Wt mu * =a I I-W I I I I I , I I I 0 8 I I , t I I I I , 8 8 I I I I I I 1 I I 8 8 I I I I I 8 I I I I I 8 I I I I 1 I I , , 0 I *-I I I- * ,m*&xiL:2l IC 2ii : :&:G,?n,.a,k:- am,&: I .. :.z :.?? :.?? :.?? L'fl :.? :.?? : .. :. zm : me 13x1 OBm 'ee; :- :- :- :- :- :- :- :- :%: *OB 2 : e?: : z3: 23 I =; I 83 :2:: I I I 1 I 6 I .... :.?? :. .. ..2 :.: I- I- I aw 4 zi GS i1: i IF 0 I , I , I I I I , 1 IYI I I 1 I I I I I 0 I , I I , I I I I IrnI I I , , , I I01 1 I I I 8 I- I. I- I- *- LLY I nw e< 8 I WCI : 'fl :.Y! :.I L'f! :.c L'fl :.? :.c : ? :. :. 'fl :. 'fl :. 'f! :. 'f! :. Lil I I I I I I I I 1 I I I I I I I I 6 I I I L I I I I I I I I I 0 , e l I I , 1 1 6 1 I I I I I I I I I I , 8 ...... .................................... .................... I 1 I I I I I I I I I 8 I I I I I I I I I I I 8 I I I I I I I I I. I ...... ........................................................ I I I I I I .* , L I t I I I I I I I I I I I I I I I I I I IU, .I 8 I I I I , I I I I , IC1 8 I 8 , I I , I I I I *Nee1 8 I I I , I I I I I I 8 kWlUl I I 1 I I I I , ea* 1 I , I I I I I I I I * iWiNi I I I 1 I I , I I I , I * I7lWlml I I I 1 I , I I , I 1- IC1 IC 128 go1 , , 1 I I I -m le I cp: IY I cow IC.) -e IC+@ -IC ,a, cm ~mwa a= ,IX~I , I I I I I I I :&: * I I 1 1 I I -I OII "p '$:-I1- I t I 1 I , I I :oa',,~;": I I I I I I I I , I 8 :IX: 3: I; P I * I I I I I 8 I ,wlu:e:u;cA:n:m: t k:R hU I I 8 I , 6Na ea* Z!Ki!iLb IClOl :a: :3 IW, @Ye 121 Im* ;s;=* :4: :e: C* I I I I I I :%:8:i3:8:5:.? ,*A; i3 :aq am: :4 :3: :z: ...... ;~~.~~.~~.~~.~~.~:.~:.~: .. 1 lrnl ;F:~i~;~;b;o:-:N: N:NtNi I i2iaiwiaik I I I I I ,w,w,p:*~,o I I I I L I I IIL,U-lLLtLLIY I I 1 I I I I Imlcolfnlmlu , , 1 , I ,(n,v)lv)lv)lU *el tLLl IUIU*UIU*C I-* am* tC.8 I I I I I I 8 ., I , 8 :8:S:S:8:E 1 I I :. 5 :. 5 :. 5 :. 5 :. ! *r I 1 EO 1 : ..?!: i8it: I * Ihaml ,o,N,&:g:g:!2:3: ,\,z: t *W., ........................................................... I I I I * I 1 a @ ............................................................ I , t I t I I I I I I 8 8 I 8 I I I I I I I I I 0 8 I I I I I 4 I I I , I I I I I , I 4 I I I I I I 4 I I I I I I I I 1 1 I I I t I 0 , I I I I I t I tfn . &I- * tz I IW 8 I I 8 I t I I I * 0 I&# 8 ' I I I I I I ., I I I I I I ., I , tv), I , sx ; i8 i I t 4 .......................... I I 8 001 I I I .. :. ..:.??:. ..:. ..: ..:. ..:. 8 I 8 I I 0 , 1 I I 1 1 I 4 I I I 0 I I I. I I 8 I I * I ' I I I I I I I , t , I I I I I I * I I I I I I- 4 I .I #I-, tu-) , llul .I #XI I *I * I , e?-* 8 I , I I I 1%: :g: tu ; s :u : E : .. '* I I. I is : 3 In f ns , I I I 0 t I- am; 8: $0: :2: 0 In a ... :. .. :. .. :. .. : 'tl ...... ......................... I-I ZI wa mu I zu I I t I 1 I 0 I I 0 I I I 0 I I I I I I I I I I I I I t I I I 0 , I I I I. I I. I I I I I 8 I 6 I I I I I I I I I I I I I I I I I I I ,I&# 0 8 I I IfnI i ;E*. 8bl. I 0.8 5?$ i :[ .... .. cw -m I u-w. I ........................ :.?? :.x :.?? :. :.%: ,m:z: :k:zOF*-l I- I. 1. 0 e= U I t 0 0 I 8 I I I I. t. t. I. I I I t I. I i;i E; ir ; ow IU t fn!? :z:: ,ee:.:-:.:-: *a : Z? : ?? :.?? :.?? :.?? : zfn I= I &E :E.: 2; I 0," : 5?:: .a fn I :.?? :.?? :.?? :.?! :. :.?? : IF, .. ........ I I 1 I 0 I I I I I I I I I I I I 8 I I lccl I I 121 IN1 I I , , ......................... a. I ..... .......... .. .... ,-I I I :9: , I 3: -t- *+*I -IC :&: XU 3 ;3s: : *ma :. : ?? :. I I I I I :w: I ......................... IUlUl I I .. I .. I I I cm omwe <LL I0Za.I *w* u3 *3** I I I 1 I , I , t I I I 1 :...:...:...: I , I I I I * 1 I t I I I I 0 I I I 8 I I I I I I I I I I I I Iln4 IC8 IUI I01 rWI IC1 Ifnl=l IdICI *P)I :...:. I I 8 I I , I I I I I I * , I I I I :E: 0,I "p 3: z: I 101 lrnl ,re ,PI I I I , , I I I I :q: :q; I igi ;E; ;z;fnt I I I I t IN* I I IO' I lr)l so1 I I I glua I I *w* IZI Iwt IWI tp)a31Ui#q*N1 1 I , I I I I , I I I t I ,-I isi :e:%:: :3 i I-. :g: :I2: IS i iqi i .... P G :.?? ,G;E;c:" .... ..??: e: .... I I , :zc: I2 I :k: :s: :c: :e: I I z: :z: IZI I :6:G:6:z:s:w* .. 0 :.?? :.?? :.?? :.q: 'i! :.E: : .,z: ..:. ..:. ..:. .... ..:. ..:. ..:. ..:. ...... :... .. ..:. ..:. isi Bra; 8 IWI IWI :R: :3L, ,b: 4x :+i,%i~iziz;s: ; 1 I*:m p) * m i ;s: i k.[ % i % i 0 0 ............................................................ , I I I I I I , I I I I I I I , I , , I I e ' I I , I I I I I I I 4 I I I I I I I 1 I *VI I I , , I IC I e I I sx * 1 I I I t I I I I I 8 0 I I I I I 8 , I I I I 8 I I I I I I 1 I I I , I I 1 I I I 1 I I I I I I I I I I 8 I t I , I t I I e I I 4 I * I , 1 I I I I I I a I I I I 8 4 * I I * I I I I I I 8 IW : I I I I I I I I 8 I a I I I I , I I ......... I I I I I I I I 8 I 1 I a. a I 8 I I I 8 ...... ............. ...................... I I I , I I 1 I I I I t I I II * I * I IU 1 I I ;g ; I I I I I I I , I I I 0 0 1 I I , I I I I I I I I 8 I I I I I I I I , I , I I I I I I t 1 I I I 1 I , I I I I I 4 I I , I , I 8 I I I I I I 0 I I I 8 I I I ......... , I I 8 I , , I I I I I I I I , I I L I , I I I< ; , , I ...................... I I ....... 1.8 ,F, I * = :s I I d an 8 u IO e s :e : na B : : 22 : c: $at : <e I 8 I I I I I. I I I I I * I I I 8 I I 0 ,U, ah* 4x1 ,"I *VI8 I I I , I I I I 8 I .... :oc: :,: !. CI ZI wo "V I 2< 8 CUI I =I L." I UY I -2 I vu IY I w3 02 I QUI *< I I ut I Qa" 80c)I I e)- I I 8 I I I I I 1 8 I I I I 1 I I I I , I I I I I I I. I- 4 I *0*ha ,.I '.- :. : : lml- t .... I- 8 ........... :. :.$ !. .. :.:: :.k :. .. :. :E:=: I t t I I :z: 8 I : 'f! :.'f! :.z :. :2: I- I- * 0 I I , I I I. I- * I I I ,Ut I", Iuil I- t- IC, to. I- I-, I- I "Ef 1311 *- ; ?!3: fu, ILL I 2: ICCI ; 2s: 23 I 2; I 2" : ?: 3: z: :.c :. .. :.!? :.?? :.? !. 1. 'f! !. 'f! : I I I I , I , , 8 I , 4 I I I I I I I I I I I I I I I I I I I I , I. I , I I I I I ................................... ......... ,- I I I I 8 I I I I I I I ............................................ IUI cm t mw I I I I I I I I I I I I I I I I , I I I I I I I t I I I I I I I I , ' I I :9: I I I I- I ...... :2: CCL IW t It .I 2c 0 I I I I , , , I 8 :u: 1 tu1 ..... $5 : ;; i I I I I I , I I I I ~n I I 8 I , I .:z: I 0 IW*OL* I I , I I I t , I I I :Kg; I I I :EL; -ig\ ;g;g: 0 8 I I I I I Ihl I ICI~~I I , **I I t9 8 *"*ais: 8 I I I *$:z;"* Olrl :,:5: I ,5# :9: :i5; I , ,ze,lL:g: I o;Cr* :3: :E: :P: I :z:g:Cn: :s: I I '=:.%:.5: : ?? :.?? :. :. I*,*, ";"; 9.9 I I 4 . , ,o: 1h; hiEh; I 1 I I 8 igi,i ;#hui&i IUII #VI ;t: lw: :3 ,I-, IW ILL, IUJ, ana 12,011 I I I I I I 0: I I I .I I-, *I t I I I I , I I , t t I I l0lvIl lS-104 10104 I YI :g hi I :-r :gi azt 0 I I ICL*UI"I :s: ...... .. .... ........ Ei if:h:&: :.k :.?? :. I 1 1 I :z .: l0l-l I :Cu:m: ,*,UIYjts: I 19;h; i E? r. .. ;, .......... i. .. :. ...... :. ...... :. .. i. .. !. ........ E IC' I I I 0 0 ........................ I I , I 0 I I I I I I I , I I , 8 I I 1 I I I I a I , , I I I I tv) I 8 1 8 IC I IZ I I IW I t I I i$ i I t IU ; I I , 0 I I t I 0 I I I I I I t 8 I 1 I I I I 8 ...... ............ t I I I I I 8 I 1 I , II 1 t :o: IU ; I 1 x ;s ; I I I U 1 I 0 In I LL8 t CI I ZI Wt 0: ~n * I 8 n* I I I 1 0 IU : , I I I I I 8 ............ I 8 I 1 I I 0 , 1 t I 0 8 8 3 : .' -. ; e!$ ; CW I , I 8- 4 <= , zi -2 ;$E\ t *me I -It- 3 !zzi: I I * lrcl : ?! :. .. :. .. : ;- :w: 2- : z2 :u : w3 ;-I * Om Z : 23; : ? :. Pn :. .. : I , I ,I&* LLY * I nw av1 ann, I I I- I I CS IY 1 t 101 t -VI uw I lnw IC .I -I- lCCl ..... ............ I I , g z. : , I , I ULL ILLn.., I IUI I cm amwi u3 13** I I I I I 8 I I I I .I I I I I I I I I 1 t I I , I I I I I I I , I I I ea* I t OU d ;YE; ............ "p IW, I t :2: I I I :z: 6,: :8: :E :15: :s I .I I I I I I",%: 1 t I :z:cn: I ,LL*u: ...... : 5 :. .. !. .. : :!s: :3 .: I I : 7.z: ............. -1 3: I I 1V)I I= I IC I I ,-:z: :;5 ,cLltne ;o;c2;e: I I I !g;ga -4 I 1 I I IZI , ICL, I ICIU-LI , I I t , t , I I , I I I I co I I I I I 0 0 ................................................................ , I I , I I , 8 I I 0 , 4 I I I I I I 1 I 1 I , L I , , I I I I I I I I I I I I I , I I I , , , I 8 I , 1 I I I I I , , I , I I I * I I I I I * I I I I I 8 I I 1 I * t I I I I I I I t I t I * I 8 ' I I I I I I 1 I , , I I I I I 1 I I I I I I I I t I I I * I , I I 1 I I I I I 9 8 I * I I , I I I 8 I , I 8 I I I , I t I I I I * , I I , 1 I I I I I I I I I I I 1 I , 1 I , I I I , I I , I I I I I I I I I , 8 I I I 0 I I I I I I I I 1 I 1 I I I , I I I I 1 I 6 I I I I 1 8 I I I I * I I I I I I 8 I 0 8 I I I I , I I I , I I I ............................................................ , t , I , ,. I I I , I I I I I I I 8 I 8 I I I I I , I I I I I I , I I 8 8 ............................................................ a * I I I 9 I I 1 I I t t I 8 2 , I 6 I , I , I I I I I I I 8 I 0 e 0 , Q I I $- I I I z I w mu , I I I 0 I I I I 8 I , , I I I , I I I I I I I I I 8 * I I , t , I I I I I I I I. I I I * 8 z 22 , I I I I I I 4 I I I I I I ,-,&;&;&;.;A;.,. ,.,.I $*"3*$;2; ....... ... .. .. =a cw a= L% -2 wx 0 Em :G:.:-:.: tc :.l :.l !.k :. :.T! :.x :.:: :.?? :.?! :.?! !. :.?? :. I I I I * I , I I I * I I I I I 1 I I I I I ' I I I I I I I I I , , * I I I I I I I I I 0 I I I ,.,.,.I. I I I t I I I I I I I I I. ,. I. ,. I. I. ,. ,- I- ,- I ua nw m"Ef Em 22 .. dlA Wd +e AI- 3 : 1 :.l :.?! :.?! ;. :.?! :.?! :.?! :.?! :.?! :,1 :.l :.l :.l :.?! : I , I I I I I I I * I I , I I I I I I I I I I I I I I. * , I I I I I I .. .. .. .. .. .. .. .. .. .. .. .. .. .. I INI , : :. , t :. I :. :. I :. I :. :. I :. 0 :. I :. I :o 4 :. I :. ern ua I I I I I :. I I * 1 , I I , I I I I I I I I I : I I I I I 1 1 I I I :w: , I I I , I 8 ........................................................... E; e= ou t 2 , , I I I I I I I , I I I I I I I I I I I I I 8 I *AI I I I lY1 IC* IZI IUI IUI ,L,r,N,MI , I I I owl I I I I , 8 , I , , I , I I I I I I I i$i IN1 8 I I I , 4 I I I I I a I I I $01 I IZI * I :5: ,WI I 1 I I , t I Ihl '<:N: , t 01 *<# I<* IC4 OI ? I I I ,N,*tlrl I , eo1 I I , I I~I~IQI in* I 10*<*<*<1 I ut , , I IhlVIlMl , I I I I01 :=:%:IS:%: In:-:-: I I :q:R:R:R: *wj=Ni9,: ,M:%:9,: $2 r :g; I 1 , I 8. ,z,z*zn :r;zi:i I I :2: ,m~~i~~~;~im:~:~:~:~:~:~:~:~'~' :5: 3: ws I-* I I , , 8 I In8 ,-, ,tu,2:2: 2;s: z;\: I ,w,O,r&lr)t I AI I 1 1 tat I I I IAIwIwIw) I. I IO1 , I IO, IMl IWI , 8 I I ,>1z12,z, IWlYlWlYl :;i;i;i I *VI 1-0 \,w,wIwIotwIwIwIsI-?: : z:.!?:.??:.??:.!?: 'li: %:.??:.%:.!?:.%:.%:.~:,?:.?: ;~~~;~~~~~~~~~i~i~i~i~:O:r:N:~: I I I I I I I I ur;9;9:s*s; ........................................................... 0 0 .................................................... t t I I t I t I 1 I I I I 1 I I 1 l a I I I 8 I I I I IC I .z I I , I I I I I I I I I t I I I t 1 I 1 I I I t I I I I I I I I , , t 8 I 8 , 8 0 , I I I I 1-1 I I , I<* I I I * t I 1 , I I I I , I I I I ::; I I I I I I I I I I I I I I I , I I 8 tun I I I I I , I It1 I I 8 , 0 t I 1 I I , I . .,. . -. I , I 1 OW8 I I * t I I :s: I I I I I I , I I :z: I , I I t I , :5: * I I I I I I I I 1-1 i# ; I 1 I I , I * , I IU ; I I I I I+* I I I 1 I I I ......................................... ...... I I I I I I .* I I I 8 *I . t I * I t I , 8 I I I I I 8 8 I , I , I I I I I I I , t. I I IU ; I ........................................ 2 iB : 8 :u : I I I 8 I I I I I , I , I I I I I I 8 I I 0 * I I I I 8 8 I I oc #a. I u 8n. I I n.1 I I I 1 s I et I I t I I I I 0 1 I =I WI I I 1 , I I I 1 , I I s : *. '* : 1 -0 I I =a I cw I I I , I * I I I 8 I 1 I I CI I t- I 22 : aLL t 2: :- IC,. :;:&:iL:siL:- '-I : ?. !.Z :.: !.Z !.Z :.?! !. .. ..?? ;.? :.?! : YS :r : t I I I I I 0 I , I , : ?. !.? !.?. :.?. :.? !.? !.? :.c !.?. :.?!: : !. !. !. !. :.?? :. :* !. :* : I I C& 0 %2 -2 : a : SI: -2 ,we, 8 I t I a- :?e: we : 'Cz: 5- ,M I 2: #+.I nu I I I I I I I I I I- I- I. I- ,- I- I- ,- I- I. I I , t 8 I I 6 , I I I I I I I I I I I I , t 8 1 I 8 I 1 I I t I I I I I I I I I I , 8 t *.I I I I I I ah1 .. .. .. .. .. .. .. .. .. ea2 ,w I I cc, -I+ .... 3 : 32: I , I , I I I , I I I I I I , I I I I I I I I , t I I I 1 I I I I I I I IUI ........................................ I I 8 I I 1 t I I I I I g; : : kp ;3;; I I I I 8 I I I I Ic,uIuIUIUIwIw: I I I I * 1 \g;z;z;z:z;zi2: , I I , ,E!t:W' I t I m:ma ,U: I I , I , I I :=%K~;~;~;s;5; :s:u,u* 1-1 I I 'z:d'n' 3i .- * au;a;a;a*a* =:a: I I :e; .I .I .: .:9;-:2; 8 ;u G:G;:e"' I ,U:g:!?:Z: e=: IWI zhh:z:z:W' ,&I :2:-,-,-*-. I., I I I I I ,~,U,U,UIUI~lmo~~ IfAltUI i3 1-11 I I I I :nicm+a+meIctwa~:~: 'S:m;rntmtmamt2:Z:+' WlWlWlWtYl 21 I I ,~,$:-,~:-:-:~:-:~:~: I~INI\I\I\I\I\(\I : Ed: ~~;~~~~~i~~~i~\~~~;~: 8 I t cm ,mw~ uoc ILL^* I e I 1-1 .I .I .I .awl I 4 ,uI*+*+*l-8+~~4 ma ?i , I I 8 I UI :?3 :w: IC :z: :z: *I le le1 I I .I., .,.I .IO1 I t I I :e: I I : ?:.??!.?!.?!.?!.?!.?!.?!.d!.+: ...... I= @ I I : ..z: .......................................... a 0 ...................................................................... 8 I , I I I 1 I I I * I 4 I , I I I I I I I I I t I I I I I L I I I I I I t I I 8 , 0 I I I t I I I I I I I I t t I I I I I I 1 I 4 I I I 1 t I I I I I t , I I I I 8 I 1 I I 1 1 I I Iu) I I I I I I I I I *I- f I 1 I I I I I I I= I I I I I I I I I I I I 1 I I I I I 1 I 8 I *v I I I I I , I , I I , I 8 , t I I t I I I 4 I I ;# i I I I , I I I I I I , I , I , , 1 I I 8 I 1 I 0 I I 1 I I , I I I 0 I * I , I I , I I I 1 I I I I I I 8 8 I , I I I , I I 8 I ...... .................. ........................................ I , I I I I I I I I I., * I I I I I I I 8 *. I 1 I I I I I I I * I I I I 1 I I , I 8 I I I I IS I 8 * 8 I IV I I I I I 8 * I 8 1 I I I , I I I I I I I I I I I I I I * I I I. I *-I I01 I 101 4 I I 1-1 101 IC, I 1 , I I I , 1x1 I S ;g ; 8 , en I an I I 1 I I 4 1 :x: I I ...... .................. ........................................ I. I I I :;: ,a: 0 I t I :z: I I I a 8 0 *< ; I , I I IC8 IC-, I , n I- z W az W I I I t 0 8 I I I I I I 1 t 1 , , I I , I 5 I I I I I I I I I I I I I01 ,. I. 1.101 I I I t I 8 I I I I I- I I. 1 ,- I. ,- *-,. I ........ .. .. .. . Q ; 5; :~:~'M' 1011 IN1 5% 1 :.?? :A I. i. :.?? :. :.z :A ;A i.? !.? I. LC I I I I I I I * I I , I I I I I I I , 8 I I , I * I I 6 I I I I I , , I I I I , I I I I * I- 1- I- I- I. ,. I ,- I I I I I I , I I -v) LLY --I vu W3 LU oau) woa IW I #I- .I I-o: v)W -* I +*I A* .. .. .. .. :r : : j,: u)2 * WI- I : 2e: I. I. I- I :.: :.: :.?! !. : 2:: 3, Io: * : 3s: 10.1 :u: , I I I I I I I I 8 8 8 I I , 8 I I I I 6 I I I 1 , I * I I 8 I I I I I I I I , I I I I * 8 *. I I I I I I&* 121 :. :. :.?! :. :.?! :.?! !.?! :,: :*?! !. :.c I I I I I I , :2: ...... ........................................ 1 I I I I I I I I 3: 3- :...:...!...!.::. I I 1 , I I I I 8 I $el* s!W .................. ........................................ I I I I I I I I I I +m I mu I <e B en I v3 I3* I ou -1 a : 2:; I I I 8 I I I 1 I I I 8 I I I I I I I I I I I I , I 8 I I , 1 8 , I I I I I I I I , I I , I I I I I I I , I I I I I I * I I I I lWl I I I 1 I , I I I I 121 I I I I *#a1 ,011 *a* o** , I I , I *e, I I * I , *OB I ? 3 z I I I I I I I :^:a: :8 :w: I IWIC, IV*zEZ, oh, lZ*W* I , 801 e<* vo:*t**tl I *I-lW1 am* :z: :e:a; :1: I I t ,Ct :$I: *PC, IC1 * , t :I: I ;3;g;z: #Ne I I ;& ;s ;;; , I I I 8 I I I I I :g;q:z: ,",E:,.: I IWI 1 I I :5::: tr-1~;~; I ;$;z;s;$;g;LJ;g;g;g;k :E .: :x;e:8?; I ik!~~~~~i~~CO;Q; *N:M:$!m:a 0o;a ,I I t , I I I I I I :g: :l-:L:g: I4 (AI am11 I I I I IPC* I I I I I tLL1 * * I I Iv)* :a: :n:z: I ,lnIln1lnIlnIu*m1u,mImIm IN1 INIWI*l I I :.? :.?!.?:.? !.5 :.? :.5!.! :.?! :.: ...... :.?!.??:.?:...:. I 8 I , I : I t! .. i .. !. ...... :. ...... I. .. :. .. !. .. !. ...... :. .............. !. ...... 0 0 ............................................ I I , I 1 t I 1 8 I I I I I I I 0 I I t I I , I , I I I I I * I I 8 I , I I I I 1 I I t I I I I I I I I I I I i IW I , I I ' I 6 IC I I I I I I I I I2 1 I I I I I I I I * * , IW ; , IW ; I I I I I I I , I I I I I I I t I I ig : I I I I I 1 8 , I I I I I 1 I , I I t L I I , * I I I I I I t t , I 0 0 0 I I I I 1 0 I 8 ...... .............................. I I I I I , * I I I I I I I I I I I I I I I I I I I 0 I I I t I &I 1 , I I I tu ; , I I I , I I I 8 r :d * 2 I= I I t I I I I I I I , I OW; I 4 , 8 :< : : :. :.?? :. 3 : .... ; I I I I I I IQ I I I I I I I t t I ILL, I I I I I ' I I I I I I01 I I I I I 801 , I I I l a WW 1 4 I zeu I I 1 cw 8 u tL I .. .. .............. na I I cn ZI WI I , 0 8 I , I 6 I I I I I , 8 I 9- I 4- I-, 1-07, I I 22 : ............. :.c :. .. :. 2W :o: w3 ;d I em t2z; IInI I- *. IC1 , s,: -z *wet : c :.c :.?? :. :.? :.c :.z :. ue 2 : E?: 23 I , 1 :9: I : 3s: 2; , I 6 I I I I I I $5 : 5e: 2" : :?.; <a 8 si I I I 0 I I I .... ;El- * IYIlOl I I I I I I I * ,111 4 I , am1 1 I , I I ILL YY I -a I UU IY 4 LU I-: I t I I I I t I I I I I I I I , I I I 8 I I 8 I I I I I I I I I *- *- $0, ILL, 121 I -W :a I ca IY I ...... ........................... , I I WW le .* -e Ice@ Ab-. ............................. em lmwo 8 8 , I * I I 1 I I I 1 I I I 8 I I I I I I I I -1 t I I I , I , I t I I , * I I I 1 I I , I t 8 ?: 3: E: , * I I I I I I I I I I I I I I I I 8 I I IAI 1-1 I 1 I I I I I I :2: ;< ;s; :5: 1 I I ddZ;sI*: I I 1 1 I I I I ,W,bL!C: I t I I I I 8 I I I I :zd;i :E: I :8 I-. :3: * I :s:2:%a: IC e, I I I I I I I I I :z:g!3i I 8Wl OC le1 I I 10 I I I t I I t I I 1>a I I I * , 1 IWI I 8 :3 :i: *-,ZlLLI I I I I 1 I 1g:m: I I I I I :":8: 8 I I :2:2: I ,\*s: I I :m:m: ...... : ? :. ?! :. .. :. .. :* F :. 5 :. .. :. : : ..x: .................................. I I I * t I 108-1 I I I I I 1s @ I EO 0 :3:s: I nm;*@ 1 I IW .e 0 0 ........................................................ I I I I 0 I I I , I I 0 I I I I I I I I I I I I I , I t 8 1 I I t 1 8 I I I 0 I 6 I 0 6 I I , I I t I , I I 8 I I I I I I 1 I , I I I 1 ILL, I I I I IW, :&e I I I I ILL1 IWI nor, ,-,e*, ILLLIorS IorlUl 8 I I 1 :E: :!!!: I I I I :s: :s: :or: :E::: 4 rcn I IC I tz I 8 , I I I , ' , I I I I 8 1 , I I * ;g; I I ILL1 I I I I I , I I 1 I I I I- I lorl I I I I I Irnl 1 I I ,' I I I I I t I I I I I I I I I I t I I * I I , I I 8 I I I I L I I I I I I a= I I 1 I 1 I I 8 I I I ig: i# i ;s;m* :g: *u ; I. so: ;E+: ...... :. .. :.f! :.: :. .. :. .. :. .. :.: :. .. :. .. :. .. :*: : :-:G: I I I I I 8 , 1 I 0 I I I I t I I I I 8 I , I I * , I I I , I I , I 6 I * I 1 I I I I I I I I I 4 , I , I r; i 3 :g : 8 :4 ; I I I I 8 I I I I , I I I I I *o* ............................................. , I I I I I I , I I I , I 1 , I I , I 1- I 8 I I 8 , I I I LLI el =I WI n.1 B : .. *. : , I I v)v 1 I I , I , azu I I I t , cw I I I I 1 I 22 : Zcn : WE : 23=: odcn ;zz; "- : ????: :.I :.?! :.?! :.?! :.?! :.?! :.?! :.?! :,?! :.?! :.z : 2: Ice1 I 1 I , , I I I I I * :o: 22 I s5 :%e: 1 8 2" : t?.: , , I ,. I au , zi ,*,,,s,~:~:~:~:~:~:~: I 0 I I :.e :.f! :.< :.z :.c :.?! :.% I :.: * :.: :.x I :. I ..: I I I I I I I I I I lUl I 1 I I 1 I I I Icn, I I I I 4 I I I I I i I , I I I 101 , I I I I 8 Irn* I. ,. ,. I- 1.1. I- 8- I- I- IN8 I I I , I I 1 I , I I , I I * I 6 I I UY I -2 I uu IY * uzc @-I I nu IU I ...... .. .. .. .. .. .. .. .. .. .. ;L -VI cor X.; az3 * I. I. :. :. :. :. :. :. :. :* :. 0 : I I I I -18- I I I I t I I I , I : 32: I I * I I * I I , I I 8 I I 8 I I t ............................................. I I , I I I I I , I , ~-m I~YI OII I I 8 I , I , I , I I I I I I I I I I I I I I * I I I I I 8 8 I I , I I I I I I I I I I I I I , I 8 I I I I 6 I I I I I I I 1 I I I 8 1 I 1 1 I L I I Ben* em1 1-11 *o ,#I ,-, 101 ,V@ eo I I , I * I I I I I I I , I * I , , , I I 1 I I I I 1 * I I , I I , I I I I I OP: I I I I I I , * I I I Id, 3; ,u: F :w: loo*t:c;:n 7: N88;x: IN, ;3 :ii I<* I I t :x: I I :z: I :e: mu: :x; q ;<,*;rn'u: I* I I ;uai%ig; I iac,ai ,u.,&Iu.l iHr 8u.l !Hi I&, I , :15: I I :3:7: :cn: I I :,,,,,,?i3i :p:p:p:s:g:8:g:s: IM ,e: , I I I I I IuIvlvlulvlululu.&lu~ ...... ;.5 :.5 :.5 :.: :.5 :.y :.5 :.: :.5:,: :. ..: :3 .: ;~isi9is~~js~~~~igisI :zz: .. :...:...:...: ............................. :. I- I , 12 la* 8u.1 *ma I , I 8 , I ,cn:cn:cn: I I I IFlVl t eo I e .. 0 ................................................................ 0 I I I 1 I I I I I I , I I I I I I 1 I I I I 0 I I I I I 0 8 , I I I I I I I I I I , I , I 8 I I I I 8 I I I I , * I t Iv) I I > I I t I t I , I I I I I I t I I I I I I I t I I I I 0 * I I I I I IC I , I I t I I I I I * I I I I I ;2; I I I I 0 0 I I I 8 e-, I , , I I I I 1CI I I t t 8 I I I , I I I IVI I I I I2 ; q : , I I I I OW0 I I I I I I I , I I I 8 I I I 8 I I 1 *v)I I I I I I I I I I I , I I I I t * I I I I I I I I I t , I I 1 I I I , t I I 'I I I 8 I I I I I I I I 1 , I I I I I I I I I I I I I I I I 1 , 4 I I I t I I I I I I I 8 #I 1 I I I I I I I I :p: * , , ....... :. .. :. .. :. .. !. .. :. .. :. .. :. .. :. .. :. 5 :. .. :. .. :. .. :. .. :. :v i I I I I I 1 I I I I :E: , I I I I I I I I , 6 I 1 :a: 8 1 I I I I 1 , I~I I I * I I I , I I 1n1 0 I I t I I 1 *PI 8 I I 1 I I I I- a<, I I I z iz I t I I :%:a: ,e: :. ..:. ..:. ..:. ..:. ..:.k:.z :. a ler I er IP 1 8 I , I I Iv)* , 1 8 :. .. :. .. :.5! :. ..... *XI I. am, 8 I o ;n ; <* 88 z : '. '. :* .... :.% :.: :.N ........ :. .. :. :.T! :.: :. .. :. ..... a= I 2: ,$: zm : I I I :z: 8v)* I :o: va w3 ;3 ; Ow : s=: -s lWCl cdv) ; 55; I I :,: :.?! :.?! :.1 :.?! :, :.?! :. :.: :.: :.T! :. :. ..: ....... :...1. ..:. ..:. ..:. .. :. ..!.?:. .............. ..... wed : Et:. z3 : Elm- I OV 2 :?E:. PI e1 xt WI en2 : I I I I I I I I , I I I I I I I I I I I 1 I I I I I I t I I I I I , ,*I- I , I- # L I I , ,9.,*: s!ii i C: cw ;$,- :-:s:-' .. UY I -2 1 I I , I I t I I I I I I I I * I I 8 I I 'Ul 8 * * I , I I em1 1- t- IC, I- I- I- I. I- I In1 * I I I I I 1 I I I I I I I I I I I , I I I t I t , I 1 I I I 1 I 0 I I I I I I I I I I I 1 8 I t I I I I I , I , * I I I .. 1 I I Em ILL ; z: : ;z i e= IW mu IC., I I , , I I I I I I I I I * , * I 4 I , I 8 ............................................ ..... , I I 4 * , I I I I t I I I I t I I I I I I I I I I I , I I 1-11 I I , I I I I I 1 I I I I I I I , I I I I I I 40, I IUS em I~WI aer #an* VD ,a+i , I I 1 I I I I I I , I I 1 I I , I :z: I I I t I * I :P: ;!4: :&:*Im' I , I ICl3:Z: t I I I I :e:v):s: I I :z: :E: :*: :n:n: ,c :a: 0 , I g:z: , I I I I :,:s: I I 8.4 :2, *a: I #g*Ni :o:o: :P: I 1 $i I~I 121 *<I 3: z: I I e I I I I I I I I I<l*S , I I I I I e I I 'v).08 I I I , I I , I * I I I I-, 8 I I I I * I 4ILI 1n1 Iln* t I I I I I ,U-IJc, I , I I , t I I llLl I I Iv)' I=* ea1 IW@VII , , I lU* ,WIv)I , 1 I I I :3 :;Ti 1 :ri i3 6 8 I- I 8 I I I '=-;2!;i an21 I I I , I :rizi :2:u I I I :s:a* *- t .. .. .. .. .. .... .. ;~isig;?:g:si WIV*91 lVl0.l i i. :.k i.5 3L.q :.5 :.h:. !. :.5 !.N 1. i. i. i E?! ............................... i ............... I...;...: ,on-, IC,-* :3 .: :N:n:U:n: rh* 10~010l01 ,C,-l-,w,5:z: 0 a .................................................................... I I I I I I I I 8 I I 8 I I I I I , I I I I , 1 0 t , I I I I I 8 0 I I I I I I 8 8 I I I I I I I 1 I I I I I I I , I I I I t I 8 I I I , I 6 8 I I I , I , I I I t I I I I I 1 I I , I I I I I I I I , I I , I * I 0 a I , I I I I I , I 1 I 8 I I I 0 I I I I a I I I 8 I OV) I IC I I= I I I , I I I I 8 , ;g; I I I I t , lMlX1 ;g; I I I I I I , 4 I I 8 I I :t;:p: I I , I I :%: , I I I I :p:s: I I I I I IWI t I I I I IWI IWI IWI *Yl IUI lot1 1II OW, III IUI ,I* I I I I ,t: 1 I ............................. : :.?.:...:...:. :z: q i ...... .......... I I I 8 8 I , I I I I I 1 I I I I 0 I I 8 I I I * I I I 8 I I I I I I I I I I I I , , I I I 8 I I 8 I I I I I I I I I I I I I I I I I I 1 I I I , IX 8 I I 1 I , I 4 I I I I I I I , I I I , I , I 1 I I , I I I I I I I I I I 0 , I I I I I I I I I I I 10-1 t- I , , , I I , , I , IV), I I I I Im* 4 IU 8 I * I *I- I I , 'I I I , I I I I. I IU ; I I I I 1 1 I I I I I l e I 0 .. ... ........... 3 is : I 1 I 8 , I- I 1 I @XI :E: 2i :2 : 8 :4 : .... I I I : !.k! :E: :...:...:...:...:...:.5!:. ..: I :.?? !.? :.? :.? :.? i. I. i 3:.%!.z!.%...:...!. i. !.? !.? :.? !.?! !.? !.E I. i 3 iz3: I $i LB CI 3cI WI 8- I ! :. I , I I I 0 a I I I 1 I 8 1 I 8 I I 4 , I t , I , , I I 1 I I 1 , I I t 1 -I I- I .. .. 1- I- I iz I i 22 : 5: nu m2 i zz; EE ::.: g; ; : I 0;: i :- :&::: I I I I I I I I I I I I I ILL1 I I I I 8 I * I 1-1 I t I L * I I 1 , I I I I i I IIn, llLl IV), 101 I- 8- I- I- 16, I I I 1 I I uu, : I- I- I. I. ,- I .. .. u-x @ uu IY I w3 *a I -2 8 -0 4 ,22: c)- : !??; fu, Ba a : ? !.? :.? !.? :.Y! !. I t I 1 I I 8 8 I 1 I I 8 I I I I 1 0 0 I I I I I I 1 8 I I I I I I I I I I I , 1 * I I I I I I. I .. .. .... I-, I I-* I I- I AI- : ..!.??!..,!, ..:.??:. ..:. :...:...:. I I :... :. 8 :.z::...: I 4 I I I I I I I I I I I I I I * I , *WI , , I I 8 1 I 8 I I I I .e ...................................................... IUI la* I I 1 I I I t I I I I 4 I I I I I I t , e I I I I cm ~mw, 55 : 3e: Ou ::?.: 1 , I I I , I I I I * I I I I I I I I I I 1 I 1 I I , I 6 I I I , I I I I I I I I I , 8 I I I I I I I I I I I I I I A I I I I I 8 * I , l*l 0-1 lull I I I , t I 1 I I I , I I I I ea1 I I I I a<* I I I *(uI(uI ll-1 I I I I IOICI~ I I a :o:o: 8-11 I I 8 I I I I I I I :e;$; :e: :2: :s: I I I I I I :sj9: I 1 I I I :z: 3: :a: s: * I I , 1 I :z: ,<:E: I I I I I I I I I I I :g:g: I 1 1 I , IC*: :4:2: 4 I 0 I I , I 1 :z:z: I I iwi ia :g;v is ;z; Id1 I.- a, ;i;g: 6 , I , I IYI 8 8 , wo Iv)* IWI 82 I 4; $;; 8 I 8 :2:3:-: i8igL:K E! I * I I I I I , I 1 I I * I ...... ................. .. ........ .... *= I 8W ., I I-0 I IUI erne :m: 101 *:s:3: :k:E:4:$: 8 ..:. t 1 :. ..:.5:. I , I z:... :...: 6 I I 1 :!!2:2:::2:s: ,-I-*cIcIcI I- ,-a?,-,-, ,-:2:E:s: ......................... :::z:. .................... :...: :...:. 0 - 0 ............................................ I I a I I I I I I I 4 t I 0 I 6 I I 1 I I I 0 I 8 I 1 , 8 I 1 1 I I I I I I I I I I I I I , I I 1 I , I I tv) e I I 4 I I I I 4c * I az ; I I , I * I * :s I I I I I I I I I :E ; I I I I I I I I I I I I I a I , IU * I I I t I I I I 8 I 8 I I 8 I I I I I 8 I , 1 I I I I 0 I I I I I I I I I t I I I I I , 4 ....... ................................ I I t I , 8 I I I I t ', I I , 1 I 1 0 I I I I I I I 0 I I , 1 II I I I I I I 4 I I I I I I I I I I I *u ; 8 I 0 I 3 is : IY an I I I I CI *a. I , I I I I I I I 2 :a : 3 : .* '. .I- I I , I I 1 a.8 I I CI I I 0 8 8 zI WI ................................. I I I I I I * I 8 I I I I * I I * I I I I I I I 1 I I I , , I .!$ i t e* , I I I 1 I 0- * cW I xn u= 8 u. :In : :- :- 8NtNnh:Gn LLY t -2 # as: I- 4- I I .. :.e :.? :.z !.Z :.:: :.: :.? :.:: gs i3 : I I I I I I I :z :E : I * I , I I 1 I I I I I 3 !E?: I I 1 I I I I I I E x ; !. I ?i I SI i I 1 I t 8 I I I , I I I I t I- ,- 1- ,- I- I- I- I-, *e IWC -In ; zz; O- :??:. !.? !.?! !.? :.? :.? :.? :.?! :.Y? : InW ,e.* * , I -e 1eI-t I I I I t A* I I 8 * I I I I .... ................................. , I I I I , I I I I t , I I I I 4 I I I I t I * , I I t , 8 em SrnW8 .. .. 35 : 52: 5" :%!:. :. ...................... !. ..: I I I I I I I 8 4 I I I t I I I I I I I I I I I I I I I I * I I I I , I I 0 I 0 , I I I I * I I , a I I I I I I I I 1 I I I I I 3: s: I I :*: I I I ;;; I I t I :s :j: I I 8NI I I I I ;a:*: * I I I I 19; I I I I I 1 I :5: I 8 isin! I 8 I ;g ;L2; , I ;si I I :g:s* * I I I I :&,2:?;gi::-: 80191 Ib*UIWI ;z;g; 0- 8 t I I I *A I , ILLIN8 I I 1L1 I I I I I , I I #=I , 8 1 I I 1 lv)IWI I 4 I 1-1 I I : .... :.*.!.?!.??;.5:.!?:.??!.??:.::.??: lNlN,N,N,~:%:3:k: :E .; * I IatelNlMI *c,cIclcIcIcI~I~I i i:: ..................... .............. a 0 ............................................ t I t I I I I I I I , I I 0 0 I , I t I I I I I I I I I I t I I I 1 8 I I I I I, I I IC I I 1 I I I= I 8 I , I , 0 t I I I I I I I I I I 1 I 0 I I IU I I I I I I I I I I I I I I 8 I I , I 1 I I I 8 I I I , I I ;g ; I I 0 I 1 I I I I I , I I I I , I I I I I , I I I I 0 I I I I I I I I I I I I I I I , I I , I , ....... .............. ................ I I I I .I I I , I t I , I I I I I I I , I I I I I 8 I 4 , I 1 I , I , I IX I , I I , I I , I IO I I , t , I I 1 4 I , I I , , I I , I I I I I 8 I I I I I I I I 8 I 8 I 3 is i 3 :g : I I I I 1 I f I< ; I x :. !...!...LC!. a a1 I I a.I a c +I z =I ut W ..... g I I I I I 8 I I 1 I I I 0 8 I I 0 I I 0 8 !. .. :. z :. ..... B WO I 1 I I =' g5 : I I I I Ez! -a. ; I 4 E, -, I LLb! LLY ; nu taw ,s W"E! ;zE; '3: wv) am ;E=; ww ;c =- :???!. !.?!:.?!:.??:. LC: :...: -v) E, la I ..... mu mu I I I I 8 I I t t-8 I 0 I I I t ,.I I I ,-I .......... ..... I I. ,- I CW ua 5: ; Zi G$ gs ir i , I I t I I I I 1 a .............. :2:2: .. I I I I I , I I tU-l ILL, I I I,# I , IWI I I , I 1-1 I. ,- ,an, W3 I I- I , I I I I I I I Ce *a 8W I I v)W ,W a+ .I e , I I -I- -+ &*+I I I I I I I 2C 2C I I 3 i3s: I I I I I I I * t 3 ....... :...:...:.?!. !...:.?!. :. ..: lw; I :w: ' I ? I I I I I I I 1 3 * I , I I , I I I 1 I I I !S ZS :mwl I ~n; v v :$E;. j...;...;...;. ............... q :z: *-el IN; is; I I I * I I ;d I is: I I :%: I I I I I I I I I *I I I 4 I , ?: I I , * I I I I I I I I I 8 I , t I 1 t I 1 8 I I I I I I 0 , I I I , I , I , I t I I , 1-41 I 8 *<a 12-11 * I I I I I :i5: 1e-I :*: :iJ :s: :<: c 3; c, I I :z:5: :e: , I :ti: I- I I 1 I I ;Ei Id1 I I I I I :e: I :,: I I I :z: I I : :. ..!.??:.5 !. ..!. :.? !. !. ..:. ..: :o: I :z:z: :E%; ,-,-I I I I I I I I I I I I t e I I I 1 I I I,I 0 I iEisi 4-1 I .... .. .. I I I t IS I IW .I I tm* I I I t e-* ........................... .............. 0 0 .......................................... I t 4 I I I I I 0 I I I , I I t , 1 , , I I I t 8 t I I , 4 0 1 I I I I I 8 , , I I I , t I I t I mI I I I I I +I 1 , I I =I I I I I I I I I 8 1 I I I 0 1 I Iml I I I I I I I * I I I I I I I 111 , I I 1 * I I IC, I I I I 1 I :8: :3: 1; I I t I I I I I I 1 I I I Imt , I I I , t I e l I I 1 I , I I ...... .............................. I I I 1 I ., I I I I * I I , I * I I I I 1 4 8 I t I I I , 1 I I1 I I I , I 1 I 3; I a I I , I I 1 I I I si 8 I I I I I I 3nl e I I 1 t I 3%: , I I 4 I ................. w , 1 t I I I I I 1 I 1 I t I I 8 c z w z w I I I I ...... I n .. :. :...:..?:. mu I I I I I zz< , I I I I I t , , I I I I t I 02 I I I I I , I ,- I I- I I I ,In,- ,-I- I I- I. I -a cw <ry YY ua x I I I I I I w3 -I I nw I.-, ,.? :.z :.e : -2 :. 99 :. ‘f! :. .. :. .... E* cam 2s; we ?? :. .... :.? :.2 :. ;.?! :.? :.z :.‘f! : Ea m 8 I I $I 0 .. I , t I tY1 -2 2:; 8 1-1 I I *.I- 10, ,- ,- ,. 8. a *In Cry w I I I I *w c .I I I I I I I I I I I , I * I I I I I I. I a I I , I ,In*. I -c CCI AI- I I- .... :. :...:.*.:.%:. .... :.?: ... :...: 33: I I I I :-:a: cm mu, ary I I y::. :. ..:. :...:. :. ..!. ;. ..:. ..: I I * I :y: I I I I I I I :w: I I I I I I t I 1 I I I I 3 L ? 3 .. .. 2s 52: I I I I I 4 lerl t I I I I I lYl 1 I I , * I I I *PI t I e I I I I t I 8 I I , I , I I c , I 8 1-11 I I I I I I I IAI 121 IWI *UI I t * I I t , :6: :4: :z:g:3: I I a :E;#!;; I , I I :o: IZI 3 3: -I I I IWl(n. I $<I I I I I I IC, t 1 101 I I I I I 8 I I I I t I I @=I I I IWI IN: :i:o,: :“hi :4: t I i8i 1 IWI I I :ci$igiEi i?i?i :2:5:2:-, 8 2 ;si :2: em, I I kea** :g:g: .... :. .. :.: :.: :. .. !. .. :.E :.k :.? :.??: I 3: ,-,CU, :n: *In1 E .: t2: :2: 2; I I I I I .......................... .............. 0 0 .......................................... * I I I 1 I I I I I 8 I I I I I I I I I I 1 I I 8 I I I I , I I I I I 1 I I 1 I I I , I I I I I I I I I I I 1 :a:a:a: I IWI E::: ,rY,Z' IrYIaBa, :m,a,ac: I Ialala, :%:s:"' I :s:s:s: :?:&:-: 1010,o. .. IC ..:.??:.?!:. ..:. *.:.??:.??:.:: lerl lU,rYI 11, 111 m1 CI =e WI <I U' I-, am1 I I 1 I I I :gigig; , +:=& L *a*aLIac, 3: :iigi * I I I.*.I., ne* I ...... I I , 4 I I .I I I a I , I I , , I , I I I , I 4 I I I , I I I I * I I I I I I * I* ue , I I I La! I 0 t I I g:! I 8 I , I I I I I I 4 8 I I I I a a. 8 8 z I I 0 , .... .. .. I 0 , I I I I I 0 * I I- I 8 % :. :. :. :...:...:...:...:. :. ..: w mu I I 4 I I 1 1 I I I 1 I , I. I- I. I I I I I I I I I * I I 815 si , :- :;:. :- :. I5,CUI-I sa LLY -a :. :.?! :.I :.?! :.h :.: :.?! :.N :.:: ; 2s 3 : , I I I I I I I I I 8 22 s=: I I I I I 8 I 1 I I I I I t , em gE; 2e Y?? :. !.?! :.c :.?! :.?! :.?! :.?! :.* :.?! : 3 32; I I I I I I I I I , I I I I I L- I ? I I 1 I I I 3 I 1 I I I I I I * I I I I 0 -a. cw -m 0 , I I I I 1 I I I I I I I I I I I I. 1- I. I. 1. I. 1. I- I nu) (L I 1 I I Cmz w I v)w I- .I I I I I nt- CCI I t -IC I I I I I I I I I I I I I I I I 0 I I I ..................................... I 1 I I I I I ..................................... cm aw: I g: 3:; 1 I I I I I I I I I , I * I 1 8 I t I I I I I 1 I I I I 8 I I I I I * I I I I * I I I 8 e l lc$l-l , I IQ8-1 I I 1Ul:2: z :pie: I I I I I I , , , I 1 8 ' I , I a: I I :s:z:p :k: I , :g: ,rY: ij LI 8Alb: I I 8 :2:k:b: :F=: 8 , I I I I I :s:s:g: I ILL, 1aIQ*al tLLIILIYl #fa* 3:s; I iLL~~~~;g~~;~; :mhh! :m: mI , 13cI IC,- IWI :!2:,,u, u, .... i. .. :.z :.? :.t :.5 :.5 :.5 :. .. :.5 : XI :~;~:~:O:~:N:W;~: 3 i. .. :. l-lv,-,s:s:s:s:s: m*m1 w .I .............................. @ 0 .......................................... I 6 *"I I 8 I I I , I 1-1 I I I I I I I I I , 1"l I I , I I I 1 I I I , I I I I I I I , UI CI 1 I I I I * I I I I :i: I I , I I I I :3: I *e#"* 'w:g;":ac: I"* I II-IC* G:i;g; :big; I ;z!g;;; m8w1 I"l(nl !!!:i: :2!' :::-I 7cI I(YIntLI?:"# t": l"l"lol"lz: IS, , I :s:s:- 1 ,js:s: :s:3! In, 1; I 6 I I I I I I , I I :&:&:?:&:&: :&:s: .. ..:. .. ..!.?!:.?.:.??:.7.:. ..:.y:.t: I I I I :. : t I- I 6 I I .I I I I * I I I 8 I I I , , I I t 8 I I 8 * I , I I I I I , I I I I 8 I I I I I I In I * I I I I , I I 1 I I I I I 1 * * I I , SU 35; I I I 1 I 1 0 I I I 1 I I I I " , I I I- ;L w n. I I I t t I I I I I I L I I 0 , 8 ............................... I I 6 I 8 I t I , I I , , I I , I I I I I I 8 1 I I I I I * I I I I I I 8 * E *' *. : 8 I., 3s :. I. aP#;:&:-'-' 8 .-,$;o, zi Y,Y --I I. :.% :.?! :.?? :.y :.? i.z :. ,.?? ; fBz 22; :z % : -a. cw "(n 5" u< 3 ; "- %? :. :.?? :.?? :.?? :.c :.c :.?? :.m :.I : z3 I I I I I I 0-1 I 22 8-+I 3s: I I I I I :u: 1 E; zg mw: ? I I I I I I I I I I 3 E 0 w3 I I I 1 nw eu) no, I I I I I I I I I I I I I I I I I I I. I. I. *. I. *. I. I- I , -n I I 8 I I I I , I I I I I , I 8 , I I I I I * I I I I I I I. I 8 8- .I I I I I I I @MI ..................................... I I I , I I I 8 t I I I I 8 I I I I I , I I 8 ................................ ..... I I I 1 I 6 I , I -I* 8s -1 3:; 9. 8 I I I I I I I I I I * I I I I I I I L I I , I I * I I I I , I I 8 1 I , e I I I I I 8 I I I I I , t I I 8 I I I I I 8 I , I I I , :8: * , , 1 I I , 1 :e; I , I I , , In* I I :$: , I I I I I I , I I I ,?I * I I , I I I I I I I I I I IZI I I 1%) I , I I I I taz1 I I I :9: , I I I I :u: I g ;u 8 AI irii I :&;$;$;;;;;w, :;:m;nl: IC, .... i. .. i.2 ;.k ;.k ;.k :.k )?? ;.? i.k : I I I I I :E: 8 ;;;g; :e: :%: 1-1s1F1-1-l-I ern1 ,$:?:*I blm: ,~:~:z:%! m .: Z% i. .. :. ................ .............. 0 e ....................................... I I I I I I I I I I I I I * I , , I I I I I I 6 IS I I , u. I 1. I ., I I I I I I 0 * , I I I , I 8 I , 0 I I 23: I I I I I I t I PI I I I I , I 1 8 I I I I I I I I I t I I I I I 0 6 1 I I a.1 I I<; .......................... ..... a. c az w E .' .' Y I I , ... .. Z? * I I I 8 I I 5: gg 3 : a"E! zz! !.% !.?! !.? i. .. I. .. i. .. i. 35 i t3 :.,.:.,.:.?:...:...;...!* :...: 32 E;. I...i...i...i...i...i...i. i...i ? I I I I I , I I , I 8 I I I I. I I 4 Ea , 10,- I I -a. cw <e LLU -2 e !. :.?!:.%: :...:...:...: :...: t I I , I I I IYI I , I I I I ea, I I** *MI , t 8 I I L L I I ..... uad cz !. Ollm 22; Ea e I 2: I-cn I I 121 , I I I +a 2.: I 1 :In: * I * I 2; I , I I I I I I I <= WLQI I i :a: I I I I I I- I- * I I I , I I , , *&I I , I ...... ac * I I ~-m mu, 8 I I 1 I I I I I I I I I I I I I I I 1 I I I * I I , 1 I I I I I 1 I t I I , I e t 8 I I I I , , * I 8 I , , I I I I I , I 0 I I sa* I I i * I 1 I I 8 I 1 I I 8 z :o: *(IC8 I 8 I :z: I I :e: I , ?! Cl ig; <I I , I I I I nu* 3 :2: I I I I I I I I 1 , t I :5: , I I I I , I I I I I I I I , I I , I I, I I I I , I 8 I I ,I , * * I * I , 10, , * :N: 3: * I t ,, I .... .. i...i.?i.ki...i...i. i...:...:... i 2: B .: :m: 0 t I , Eo,: :s:-* I I I I I I I 1 a ....................................... 0 m--=-DAREA OF REPLACEMEP vi'tl3non < 2 'I 'IS I a a- --Ill ' 59 - w .-l 4 0 u) 0 b z 17. a 0 AREA OF REPLACEM e - _/ .. IJ' A! z W 0 4 ,J W cz a Q: W a a 8 -. r..W- Of: *-- uny n.*r.-.#a -e../ -/**a* ,-. - 423 - ,4?r #&* 0 W U LL 0 4 W a !! * ;@,>I Y 7, =b ..--I 1 4 32 L\ 4- 9 .%, (&; h: *" b @ .- '$I @,.l./o a0 310 . @ .i 511 @ -7 512 0 5131 0 651 oa o@l 0 6% 0 61 0 .+ a I*. V1111#*1. w CL .LL 0 Q: w a a 8 I - r- -- ~ ''a .-- - ( u NO SCALE =-=--.AREA OF REPLACEMEN 0 u July 15, 1991 JHP Construction, Inc. 2110 South Hill St., Suite D Oceanside, CA 92054 Re: Bond Release - Contract No. U/M-28 - 1988-89 Curbs, Gutters & Sidewalks Per instructions from our Utilities/Maintenance Department we are releasing the followi1 bond, which is enclosed so that you can return it to your surety: Performance Bond No. 1196976 Amwest Surety Insurance Co. Warranty - $15,490.80 (Remaining 25% of Bond) &&; Assistant City Clerk Enc. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2801 r. e 0 . July3, 1991 TO: FROM: Utilities & Maintenance Director K" KUNDTZ, ASSISTANT CITY CLERK RELEASE OF WARRANTY BOND, 1988-89 CURBS, GTJ"ITERS & SIDEWALKS, CONTRACT NO. U/M-28 i- The work performed by6 satisfaction of the Utilities & Maintenance Department. ct U/M-28, has been completed to thc Therefore, please release thc ions, please contact me at ext. 4100. PP c: Street Maintenance Superintendent H:VJBRARr\UM\WDATA\MEM\MEM92009.AD * -W@TE IT- DON'T SAY I@ * .. To =/2/ & BReply De- Wanted -! From Karen Kundtz, Assistant City Clerk UNO Reply Necessary &.?!A/ - Re: Bond Release - - Z& a/&-sf- . /yf/-/y a, -+ Our records indicate that the above-referenced subdivision/project is elgible for release. your written authorizationlapproval for release. Please let me know the status, and if release is 0.k. UiA 6-%&Z nd for t +eF g$4, I We need Thanks, .a ", PRINTEI Y- AIGNEAFORM NO 55032 * t . W'1It:II -DUN IbAY I clt Date uqLd2--. _- 1 6 To =/A & @!Reply Wanted From Karen Kuiidtz, Assistant City Clerk - ONo Reply Necessary - /7//-/7 A, -9 &// - Re: Bond Release - - # &/&-&f Our records indicate that the above-referenced subdivision/project is elgible for release. your written authorization/approval for release. Please let me know the status, and if release is 0.k. u-d &%&X nd for tk +ef &&4, J We need Thanks, P"lNT Y- AIGNEA FOAM NO 5032 . I 1 June 24, 1991 JHP Construction Co. 2110 South Hill St. Oceanside, CA 92054 Re: Program - 1988-89 Per instructions from our Utilities/Maintenance Department we are releasing the followin bond, which is enclosed so that you can return it to your surety: Bond Release - Contract No. U/M-28 - Curb, Gutter and Sidewalk Replacemer Labor & Materials Bond No. 1196976, Amwest Surety Insurance Co. $30,981.60 2i!iiii%.i-?i.i-?~ Assistant City Clerk Enc. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-280 4 e 0 January 24, 1991 TO: KAREN KUNDTZ, ASSISTANT CITY CLERK FROM: Utilities & Maintenance Director RELEASE OF BOND FOR CONTRACT NO. U/M-28 The work performed by JHP Construction Company for the 1988-89 Curb, Gutter and Sidewalk Replacement Program, contract # U/M-28, has been completed to the satisfaction of the Utilities & Maintenance Department. Therefore, please release the JHP n Company Labor and Materials Bond, per contract # U/M- ve any questions, please contact me at ext. 4100 : ERSON c: Street Maintenance Superintendent 1 I t I I - DUN' 1 3uue ! w Date /d Reply Wanted F a /%@-e Lz&y4&w / To yk - From Karen Kundtz, Assistant City Clerk UNO Reply Necessary e e z - & q4 -4P /.p - Re: Bond Release - Our records indicate that the bond for the above-referenced subdivision/project is eligible for release. We need your written authorization/approval for release. Please let me know the status, and if release is 0.k. Thanks, +-. 9$/- c1-2' /< /jc4@5P (9J Jt PIIIN' Y- ,1 ll AIGNEA FORM NO 55-032 1 0' ! VUI\lI k II - UUIY I 9M1 Date /d Reply Wanted 0 F - TO yh A%zk&zL lie: Bond Release - From Karen Kundtz, Assistant City Clerk UNO Reply Necessary __ - z h d q~ -&- w /7%J-@ &,- Our records indicate that the bond for the above-referenced subdivision/project is eligible for release. We need your written authorizationlapproval for release. Please let me know the status, and if release is 0.k. Thanks, +-* -&Ad Plllh 5- AlGNEn FORM NO 5542 t July 24, 1990 JHP Construction Co. 2110 South Hill St., #D Oceanside, CA 92054 Re: Bond Release - 1988-89 Curbs, Gutters, Sidewalks Program Contract U/M-28 The Notice of Completion for the above-referenced project has recorded. Therefore, we are hereby releasing 75% of the Perfor- mance Bond. Please consider this letter as your notification that $46,472.40 of Amwest Surety Insurance Co. Performance Bond No. 1196976 is hereby released. remaining 25% for a period of one year. At that time, if no claims have been filed, it will be released. The Labor & Materials Bond in the amount of $39,981.60 will be eligible for release six months after the recordation of the Notice of Completion, on December 7, 1990. A copy of the re- corded Notice of Completion is enclosed €or your records. We are required to retain the Y:$& Assistant City Clerk Enc. 1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-2801 Recording request by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 Space above for Recorder's use May 24, 1990 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation is the following described document: Notice of Completion Sidewalk, Curb and Gutters and Driveways Contract //U/M-28, J.H.P. Construction, Contractor Our staff has determined that the recordation of this document is of benefit to the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. &Y& Assistant City Clerk Enc . 1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-280 Recording request by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 , Space above for Recorder's use YOU ARE HEREBY NOTIFIED THAT.. . CONSTRUCTION LENDE Reputed Construction Lender has furnished or will furnish labor, services, equipmc of the following general description Federal Public Work SE Sec 270A-270E for the building, structure or other work of improver The name of the person or firm who contracted for ti such labor, services, equipment or materlal IS. 0 OWNER or PUBLIC AGENCY W or Reputed Owner (on public work) (on private work) N E R r 1 materials furnished or to be furnished is J C 0 P Y FOLD HERE Additional trust funds to which supplemental fringc payable are listed on the backside NOTICE TO PROPERTY OWNEF If bills are not paid in full for the labor, sew ment, or materials furnished or to be furni chanic’s lien leading to the loss, through c( sure proceedings, of all or part of your prc so improved may be placed against the pr though you have paid your contractor in fi wish to protect yourself against this conseq requiring your contractor to Furnish a signet the person or firm giving you this notice be payment to your contractor or (2) any othe r 1 device which is appropriate under the circi Dated: ORIGINAL CONTRACTOR or Reputed Contractor, if any. 3- TelephoneNumber( 619 ) “**e@ 560-4; L _1 This form distributed by - P.O. Box 85152, MB 132, San Diego, CA 92138 (619) 560-4722, FAX 61!