Loading...
HomeMy WebLinkAboutR-2018-100 WWTP Security Fencing Contract with Stiles, dba L & S Fencing RESOLUTION NO. R-2018-100 A RESOLUTION authorizing a contract with Stiles, Inc dba L & S Fencing, in the amount of $95,150 78 for City Project No. 2477, which provides for the installation of security fencing and gates at the Wastewater Treatment Plant. WHEREAS, the City of Yakima owns and operates wastewater collection and treatment facilities in accordance with applicable Federal, State and Local regulations; and WHEREAS, security of the facility is important and necessary to reduce vandalism and protect unwanted visitors from possible injury, which has increasingly become a problem and needs to be further addressed at the facility; and WHEREAS, the Yakima Police Department has recommended extending the wrought iron fence adjacent to a section of the Yakima Greenway Trail as a means to reduce break-ins; and WHEREAS, the City has prepared the plans and contract documents for the installation of the fencing, and WHEREAS, the City of Yakima used the procedure established by the State of Washington for using the Municipal Research and Service Center Small Works Roster process to select a contractor to perform the work, and WHEREAS, Stiles Inc dba L & S Fencing, submitted the low bid and has the ability to correctly install the fencing and gates, and WHEREAS, the City's Chief Engineer has recommended awarding the contract to Stiles Inc. dba L & S Fencing for installing the security fencing and gates, and WHEREAS, the City Council finds that it is in the best interests of the City of Yakima and its residents to enter into the contract to install the fencing and gates at the Yakima Wastewater Treatment Plant, now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the attached contract with Stiles, Inc dba L & S Fencing, in the amount of$95,150.78 for City Project No. 2477, which provides for the installation of security fencing and gates at the Yakima Wastewater Treatment Plant. ADOPTED BY THE CITY COUNCIL this 11th day of September, 2018. ATTEST athy offey, yor ;(46,A ,0PN Sonya Cldar ee, City Clerk t" CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2018, by and between the City of Yakima, hereinafter called the Owner, and Stiles Inc. dba L&S Fencing, a Washington Corporation, hereinafter called the Contractor WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows. I The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF $95,150.78, for Yakima Wastewater Treatment Plant Security Fence, City Project No. 2477, all in accordance with, and as described in the attached plans and specifications and the 2018 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Ten (10) working days If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11th day after the date on which the City issues the Notice to Proceed If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima II The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III INDEMNIFICATION The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor V It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written Countersigned CITY OF YAKIMA CONTRACTOR this (7 day of 2018.av(,)igy f , 4IEA ,'`�.t d*l `'4Ml ac Corporation Cpntractor Ci y nager Attest( �'jWJ S n I.;D RA —Sr/LeSr/� ��/ (/ g �, (Print Name) A ��' `- 'cx`,' ". Its �3 i cd(i,—, tr (President,Owner,etc.)/ L ` Addr s. I ! b� �W'E z /-/4/tA CITY CONTRACT NO' �� 4' / -P) f RESOLUTION NO' D/f3 17n - �ra k;M� Li A. q 89 f�l ITEM TITLE: SUBMITTED BY: 1 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 6.C. For Meeting of: September 11, 2018 Resolution authorizing a contract with Stiles, Inc. dba L & S Fencing, in the amount of $95,151 for the installation of security fencing and gates at the Wastewater Treatment Plant Scott Schafer, Director of Public Works Mike Price, Wastewater/Stormwater Division Manager 249-6815 SUMMARY EXPLANATION: The City of Yakima (City) owns and operates the Wastewater Treatment Plant (WWTP). Due to the Wastewater Division's recent Riparian Restoration Project, the section of the Yakima Greenway Trail that extends along the eastern edge of the City's property near the river, was relocated closer to the WWTP. Following a recommendation made by the Yakima Police Department, the City is extending the fence adjacent to this section of the Yakima Greenway Trail to tie into the existing WWTP fencing. Extending this fence will help reduce the number of break- ins and enhance the overall security of the WWTP; protecting unwanted visitors from possible injury, which has increasingly become an issue. The proposed project is to install 450 feet of fencing and three swing gates. City staff used the Municipal Research and Services Center Small Works Roster to obtain a list of fencing contractors. Once the list was obtained, an Invitation to Bid was sent to the following five contractors: Fencing and Awning; Mt. Adams Fence Company; Perimeter Security Group; Selah Fence Company; and, Stiles, Inc. dba L & S Fencing. Two contractors submitted bids, with Stiles, Inc. dba L & S Fencing submitting the lowest bid. The terms of the attached contract is for the installation of security fencing and gates at the Wastewater Treatment Plant in an amount not to exceed $95,151. The project has been budgeted and is to be funded by Wastewater Capital Fund 478. ITEM BUDGETED: STRATEGIC PRIORITY: Yes NA APPROVED FOR SUBMITTAL: STAFF RECOMMENDATION: Adopt Resolution BOARD/COMMITTEE RECOMMENDATION: ATTACHMENTS: Description • Resolution \N • Security Fence O TP Security Fence ract Upload Date 8/23/2018 9/4/2018 Type Resolution act 2 P *r- or Engineering Division CM 129 North Second Street ` Yakima, ashington 98901 , (509) 575-6111 1 F° (509) 576-6305 August 2O' 2O18 L & S Fencing 1711SvvierLane Yakima, WA 88901 Re Yakima Wastewater Treatment Plant Security Fence City Project No 2477 Dear Sirs The City Manager of the City of Yakima has authorized an award of the contract for the above nehananoed project to your company on the basis of your quote submitted on August 0th. 2018 in the amount of $95.150,78. This letter is official notification ofthe award mf the contract to your company by the City ofYakima. Enclosed are a copy of the proposal, three copies of the contract and a performance bond form Please sign and return all copies of the contract form to this office, along with the fully executed performance bond and certificate of insurance, within ten (1O) calendar days When theme items have been approved. the City will execute the contract form and bind a signed contract, certificote, and proposal into three (3) sets of contract documents. The three completed sets of documents will be distributed to the City C|erk, City Engineer and Contractor Once the Performance Bond and Insurance Certificate have been approved we will notify you to contact Bruce F|oyd, Construction Supmrvisor, of our office to schedule a pre-construction conference and to discuss various forme and documentation that must be completed and turned into him at the Pre- construction Conference The Notice to Proceed will also be discussed at the Pre-construction Conference Bruoe'u office phone ie (6O9) 575-6138 For your information, we are enclosing a copy of the bid summary for this project. Sincerely, Brett Sheffie|d, PE Chief Engineer enu| uv Bruce Floyd,Construction Engineer Marc Cawley,Wastewater Superintendent Susie Cutter,Contract Specialist pmanvo PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN 8Y THESE PRESENTS: That whereas the City ofYakima, Washington has awarded to Stiles Inc., dba L & S Fencing (Contractor) hereinafter designated uo the^Prinoipu|^a contract for the construction of the project designated Yakima Wastewater Treatment Plant Security Fence, City Project No. 2477,all as hereto attached and made a part hereof and whereas,said principal is required under the terms of said contract to furnish o bond for the faithful performance uf said contract: NOW, THEREFORE, we, the principal, and (Sumhy), a corporation, organized and existing under and by virtue of the laws of the State of . duly authorized tu do business in the State of Washington,as surety,are jointly and severally held and firmly bound unto the City nf Yakima,Washington, io the penal sum of$ ___ (Total Contract Arnount)lawful money of the United States,the payment of which we jointly and severally bind ourselves,our heirs,executors,administrators and assigns,and successors and assigns,firmly by these presents. THE CONDITIONS OF THIS BOND IS SUCH, that if the above bonded principal uhuU faithfully perform all of the provisions of said contract in the manner and within the time therein set forth,or within such extensions of time as may be granted under said contract, and shall pay all laborers,mechanics,sub-contractors and materialmen,the claims of any person or persons arising under the contract to the extent such claims are provided for inRCVV3A.O8.O1O;the state with respect to taxes imposed pursuant to Titles 50. S1 and 82 RCVVwhich may be doo, and all persons who shall supply said principal or sub-contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Yakima, Washington, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said prinoipa|, or any sub-contractor in the performance of said work, and shall indemnify and hold the City ofYakima, VVoxhington, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said uon|ruuL or from defects appearing or developing in the material or workmanship provided or performed under said contract after its acceptance thereof by the City of Yakima,Washington,and all claims filed in compliance with Chapter 39.08 RCW are resolved and all taxes pursuant to Titles 50 and 51 and 82 RCVV have been poid, than and in that event this obligation shall be void; but otherwise it shall ba and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington IN WITNESS VVHEREOF, the said principal and the said surety have caused this bond to be signed and oou|od by their duly authorized officers this day of .201 - - (Principal) (Signature) (Print Name) Approved aoto form: (Title) (CityAttom*N (Surety) Gr (S0nom«) '—' (Print Name) * UOT Yakima Wastewater Treatment Plant Security Fence City of Yakima Project No. 2477 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS. ..___ ..._ MOBILIZATION 1 1 LS 49 Per 2018 WSDOT Standard Specification 1-09,7 2 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS Per 2018 WSDOT Standard Specification 1-1(15 and Specification#12 _.. - STEEL ORNAMENTAL FENCE- 7 HEIGHT i 3 450 LF 0610 5(4,5(k.'—'I Per Contract Specification P14 .._ 4 STEEL ORNAMENTAL DOUBLE SWING GATES 3 i Q;si-339,os Per Contract Specification#14 EA co II 3.ot, CRUSHED SURFACING BASE COURSE I 5 46 TON 4 27 I P, L..7 ' I 10 035,72 POI Contract Specification#13 Or' I i REPAIR OR REPLACEMENT 6 1 FA $ 3,000.00 $ 3000.00 Per Contract Specification#15 SUBTOTAL i37,937.-71 TAX@8.2°/o 7ii6 TOTAL 95i I 66,78. c ,j (. / . .‹. , ..14(. ) /k Contractor's Signature: Date: Yi el / 2 -- - —ENGINEERS BID SUMMARY STILES INC.dba SELAH FENCE CO. Yakima Wastewater Treatment Plant Security Fence L&S Fencing ESTIMATE Selah, WA Yakima,WA CITY PROJECT NO.2477 ITEM B .id Security ....._ ____ NO. ITEM QTY UNIT UNIT PRICE 1 AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNITPRICE j AMOUNT UNIT PRICE ' AMOUNT . i 1 i . .-.. 1 . __ MOBILIZATION 1 LS $0 00 $0.00 $0.D0. $0.00 $0.00 $0.00 • . . _ ----- 2 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $0 *.00 $0.00 $0 ____ .00 $0.00 $0.00! $0.00 ' i 3 STEEL ORNAMENTAL FENCE-7 HEIGHT 450 LS $152.80 $68,760.00 $125 70 $56,565.00 S .34 $57,303.00 'I 4 STEEL ORNAMENTAL SWING GATES 3 LS $7,946.90 $23,840.70 $6,113.00 518,339.00 $7,986 48 i $23,959 44 --- ... ., • 5 CRUSHED SURFACING BASE COURSE 46 LS $30.00 $1,380.00 $218.17 $10,035.72 $96.42 $4,435.32 ....._ 6 REPAIR OR REPLACEMENT 1 FA $3,000 00 $3,00D.00 $3,000.00 $3,000 00 $3,000.00' $3,000.00 __ __. „. ____ . • . . _ ....„_. .. — _ .„. .. _ ..._ ....... ._SUBTOTAL S96,980.70 $87,939 72 588,697 76 . •_ . .. SALES TAX @ 8.2% $7,952.42 $7,211 ,.06 $7,273.22 . .• •... . • •• TOTAL 5104,933.12 $95,150 78 $95,970.98 . •, • 1 I .___ ..... . ! _• . . . ...... ... ... ._ . • .. . ' __, . _ . • .... .. - • VVVVVVVVVVVVV V_VVVVVVVVVVVVVVV • : • : . • . : . ... • •, . . . . _ • . ! • 1 I : . •• -- . , . : i I . . . . CITY ENGINEERS REPORT „.:-..._,,...„.,...., CITY OF YAKIMA QUOTES WERE OPENED ON AUGUST 9,2018. ;,.• •0 1: Y. .14 ALL QUOTES HAVE BEEN REVIEWED BY THIS OFFICE. , ,...„--------.- - ,: .4 ,, 4..., ;„ Yakima Wastewater Treatment Plant I RECOMMEND THE CONTRACT BE AWARDED TO r- 0/7 1:'"• •I ., ,..... ., AWARD MADE BY CITY MANAGER Security Fence ...1.. I:, ....$,I. L&S Fencing . 1 ik i'.1 •• .1 PROJECT NO 2477 - 1 -41:.„ .? ,---•, , 4 , 1!)-1 -it ---. - --I: - • • -,,J-1-,... ,.. ,...-,\ -...e.,, ' i.'.--.-.--•.'',e .-,2' R /c)I(c2 r , G'-1 1 4' ,...;-'.-) \--' ,., - ''...: '''.4"0,21?VT ' N ...: DATE. August 15,2018 DATE .::'1Thi ENG INEE-_; ''-• ..---;,- DAT CITY MA ,:t7,' ''''-'1'z•:-.:-.:n.,.z.'2.':"-- SHEET I of 1 FILE.V\WTP Security Fence Bid Sum pub Yakima Wastewater Treatment Plant Security Fence CITY OF YAKIMA PROJECT NO. 2477 INVITATION TO QUOTE CITY OF YAKIMA ENGINEERING DIVISION Contractor 129 NO 2ND STREET YAKIMA, WASHINGTON 98901 Phone PHONE 575-6111 Address Quotations will be received by the Yakima City Clerk until 2 00 pm, August 9, 2018 PROJECT SCOPE The work shall consist of procuring and installing approximately four hundred fifty linear feet (450') of steel ornamental fence and three 16-foot double swing gates to match existing Ameristar, Montage II invincible Steel Panel Fence 7' height. All work is to be in accordance with the plans and specifications as prepared by the City Engineer of the City of Yakima. INSTRUCTIONS TO THE CONTRACTOR Please return your lowest price for the following project by 2 00 p m , August 9, 2018 to the Yakima City Clerk's Office, 1st floor of City Hall If you have any questions call Marc Cawley at (509) 249-6854 The city reserves the right to reject any or all quotations and to accept any or all items at the price quoted The city intends to award this contract within 30 calendar days after bid opening ]fiat 4,1frt11E R sal fl IZ Co I-- s CO O h grilrirw QUOTE Yakima Wastewater Treatment Plant Security Fence City of Yakima Project No. 2477 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS MOBILIZATION 1 1 LS Per 2018 WSDOT Standard Specification 1-09 7 PROJECT TEMPORARY TRAFFIC CONTROL 2 1 LS Per 2018 WSDOT Standard Specification 1-10 5 and Specification#12 3 STEEL ORNAMENTAL FENCE - 7' HEIGHT 450 LF Per Contract Specification#14 4 STEEL ORNAMENTAL DOUBLE SWING GATES 3 EA Per Contract Specification#14 CRUSHED SURFACING BASE COURSE 5 46 TON Per Contract Specification#13 6 REPAIR OR REPLACEMENT 1 FA $ 3,000.00 $ 3,000.00 Per Contract Specification#15 SUBTOTAL TAX@8 2% TOTAL Contractor's Signature: Date: _/_/ 2 Yakima Wastewater Treatment Plant Security Fence CITY OF YAKIMA PROJECT NO. 2477 SPECIFICATIONS The 2018 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, by this reference, are made a part of these Contract Documents Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein GENERAL/SPECIAL INSTRUCTIONS 1. Description of Project: This project consists of installing a steel ornamental fence in Yakima, Washington The work shall consist of installing approximately four hundred fifty feet (450') of steel ornamental fence and installation of three 16-foot double swing gates All work is to be in accordance with the plans and specifications as prepared by the City Engineer of the City of Yakima. 2. Workmanship: The contractor shall furnish all labor, equipment, and materials, which are necessary to complete the work as described in these specifications Quality of workmanship shall conform to that which is usually provided by the trade in general Only the best and safest methods of operation in conjunction with excavation will be allowed Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder A Performance Bond equal to the bid amount shall be required. 3. Regulatory Requirements: The project shall be performed in a manner that is in compliance with all applicable federal, state and local laws and regulations, including, but not limited to, vehicle regulations (WSDOT/HMTUSA/other), environmental laws and regulations (EPA/WDOE/local), and health and safety laws and regulations (OSHA/WISHA/City Safety Codes) 4. Records: The contractor shall maintain operational records at its place of business for a minimum of five years These records shall include point of material pick up, type of material, quantity of material 5. Prevailing Wages: The contractor will comply with all provisions of Chapter 39 12 RCW- Prevailing Wages on Public Work. A. RCW 39 12 010 - The Prevailing Rate of Wage Contact the Department of Labor and Industries, to confirm current prevailing wage rate for applicable workers on this particular public work project. B. RCW 39 12.040 - Statement of Intent to Pay Prevailing Wages and an Affidavit of Wages Paid Before the City may pay any sum due on account, it must receive a statement of Intent to Pay Prevailing Wages approved by the Department of Labor and Industries Following final acceptance of a public work project, and before any final money is disbursed, each contractor and sub-contractor must submit to the City an Affidavit of Wages Paid, certified by the Department of Labor and Industries 3 C. RCW 39 12 070 - Fees Authorized for Approval Certification and Arbitrations Any fees charged by the Department of Labor and Industries for approvals or fees to cover costs of arbitration conducted shall be the responsibility of the contractor 6. Termination - Cause: The City reserves the right to terminate this contract at any time, upon written notice, in the event that the services of the Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this agreement. In addition to the foregoing right of termination, the City may terminate this contract, with or without cause, upon thirty(30) days written notice to Contractor 7. Right to Award: The City of Yakima reserves the right to make contract award by Schedule or on an all or none basis, whichever is in the best interest of the City 8. Submission of Quote: Quote shall be submitted to the City Clerk's Office, Yakima City Hall, 129 North 2nd Street, Yakima,WA, 98901, by 2.00 p m on August 2, 2018 in a sealed envelope labeled Yakima Wastewater Treatment Plant Security Fence, City of Yakima Project No. 2477,with the quote due date written on it. Bidders will not be allowed to adjust their quotes after submission 9. No Disturbance: The contractor shall not disturb grounds or materials outside the sphere of the contracted project. 10. Coordination: The contractor will coordinate his work with City of Yakima Wastewater Superintendent Marc Cawley at 509.249 6854 or 509 594 8388 11. Timing: Successful vendor shall coordinate with contacts listed above as to when work will be accomplished Work shall be completed within 15 working days 12. Project Temporary Traffic Control The only traffic control required on this project will be in respect to the pedestrians and bicyclist using the Greenway Trail 13. Crushed Surface Base Course, per Ton: Crushed surface base course shall be Per 2018 WSDOT Standard Section 4-04 Section 4-04 5 is supplemented with the following All costs associated with furnishing and installing crushed surfacing base course to a depth of three inches and a width of six feet, centered around the fence line, shall be included in the unit contract price per ton for"Crushed Surfacing Base Course" 14. Steel Ornamental Fence: This work shall consist of installing steel ornamental fence in the locations shown on the plans Fence shall be Ameristar Montage II Invincible 3-Rail — 7' Height, Steel Ornamental Fence System, Fusion Welded and Rackable, or approved equal Fence products shall meet the following specifications PART 1 —GENERAL 1.01 WORK INCLUDED 4 The contractor shall provide all labor, materials, and appurtenances necessary for installation of the welded ornamental steel fence system defined herein at the City of Yakima Wastewater Treatment Plant. 1.02 SYSTEM DESCRIPTION The manufacturer shall supply a total fence system of Montage II Industrial Welded and Rackable (ATF—All Terrain Flexibility) Ornamental Steel Invincible design, or approved equal The system shall include all components (i e , panels, posts, and hardware) required 1.03 QUALITY ASSURANCE The contractor shall provide laborers and supervisors who are thoroughly familiar with the type of construction involved and materials and techniques specified 1.04 REFERENCES • ASTM A653/A653M —Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc- Iron Alloy Coated (Galvannealed) by the Hot Dip Process • ASTM B117— Practice for Operating Salt-Spray (Fog) Apparatus • ASTM D523 —Test Method for Specular Gloss • ASTM D714 —Test Method for Evaluating Degree of Blistering in Paint. • ASTM D822 — Practice for Conducting Tests on Paint and Related Coatings and Materials using Filtered Open-Flame Carbon-Arc Light and Water Exposure Apparatus • ASTM F1654—Test Method for Evaluation of Painted or Coated Specimens Subjected to Corrosive Environments • ASTM D2244—Test Method for Calculation of Color Differences from Instrumentally Measured Color Coordinates • ASTM D2794—Test Method for Resistance of Organic Coatings to the Effects of Rapid Deformation (Impact) • ASTM D3359—Test Method for Measuring Adhesion by Tape Test. • ASTM F2408—Ornamental Fences Employing Galvanized Steel Tubular Pickets 5 1.05 SUBMITTAL The manufacturer's literature shall be submitted prior to installation 1.06 PRODUCT HANDLING AND STORAGE Upon receipt at the job site, all materials shall be checked to ensure that no damage occurred during shipping or handling Materials shall be stored in such a manner to ensure proper ventilation and drainage, and to protect against damage, weather, vandalism and theft. 1.07 PRODUCT WARRANTY A. All structural fence components (i e rails, pickets, and posts) shall be warranted within specified limitations, by the manufacturer for a period of 20 years from date of original purchase Warranty shall cover any defects in material finish, including cracking, peeling, chipping, blistering or corroding PART 2 — MATERIALS 2.01 MANUFACTURER The fence system shall conform to Montage Industrial Welded and Rackable (ATF —All Terrain Flexibility) Ornamental Steel, Invincible design, extended picket bottom rail treatment, 3-Rail style manufactured by Ameristar Fence Products, Inc , in Tulsa, Oklahoma 2.02 MATERIAL A. Steel material for fence panels and posts shall conform to the requirements of ASTM A652/A653M, with a minimum yield strength of 45,000 psi (344 MPa) and a minimum zinc (hot-dip galvanized) coating weight of 0 60 oz/ft2 (184 g/m2), Coating Designation G-60 A minimum of 62% of the steel material shall be derived from recycled scrap metal B. Materials for pickets shall be 1" square x 16 Ga Tubing The rails shall be steel channel, 1 75" x 1 75" x 105" Picket holes in the rail shall be spaced 4 715" o c Fence system shall have a height of 7 feet. Posts shall be 2-1/2" square x 12 Ga. 2.03 FABRICATION A. Pickets, rails and posts shall be pre-cut to specified lengths Rails shall be pre-punched to accept pickets B. Pickets shall be inserted into the pre-punched holes in the rails and shall be aligned to standard spacing using a specially calibrated alignment fixture The aligned pickets and rails shall be joined at each picket-to-rail intersection by a fusion welding process, thus completing the rigid panel assembly (Note The process produces a virtually seamless, spatter-free good-neighbor appearance, equally attractive from either side of the panel) C. The manufactured panels and posts shall be subjected to an inline electrodeposition coating (E- coat) process consisting of a multi-stage pretreatment/wash (with zinc phosphate), followed by a duplex application of an epoxy primer and an acrylic topcoat. The minimum cumulative coating thickness of epoxy and acrylic shall be 2 mils (0 058 mm) The color shall match existing fence (black) and shall be approved by the owner The coated panels and posts shall be capable of meeting the performance requirements for each quality characteristic shown in Table 1 (Note The requirements in Table 1 meet or exceed the coating performance criteria of ASTM F2408) D. The manufactured fence system shall be capable of meeting the vertical load, horizontal load, and infill performance requirements for Industrial weight fences under ASTM F2408 E. Swing gates shall be fabricated using 1 75" x 14 ga. forerunner double channel rail, 2" sq x 11 ga gate ends, and 1"sq x 14ga. pickets Gates that exceed 6' in width will have a 1 75" sq x 14ga intermediate upright. All rail and upright intersections shall be joined by welding All picket and rail intersections shall also be joined by welding Gusset plates will be welded at each upright to rail intersection Cable kits will be provided for additional trussing for all gate leaves over 6' 6 PART 3 — EXECUTION 3.01 PREPARATION All new installation shall be laid out by the contractor in accordance with the construction plans and reviewed by the owner 3.02 FENCE INSTALLATION Fence post span length shall be 8' on center nominal (91-1/2" rail) For installations that must be raked to follow sloping grades, the post spacing dimension must be measured along the grade Fence panels shall be attached to posts with brackets supplied by the manufacturer Posts shall be set in concrete footers having a minimum depth of 36" Post setting by other methods such as plated posts or grouted core-drilled footers are permissible only if shown by engineering analysis to be sufficient in strength for the intended application The length of post set in the concrete footer shall be lessened by 2" so that the nominal distance from bottom of picket to the ground will be 4" 3.03 FENCE INSTALLATION MAINTENANCE When cutting/drilling rails or posts, adhere to the following steps to seal the exposed steel surfaces, 1) Remove all metal shaving from cut area. 2) Apply zinc-rich primer to thoroughly cover cut edge and/or drilled hole, let dry 3) Apply 2 coats of custom finish paint matching fence color Paint pens supplied by the manufacturer shall be used to prime and finish exposed surfaces 3.04 GATE INSTALLATION Gate posts shall be spaced according to the manufacturers' gate drawings, dependent on standard out- to-out gate leaf dimensions and gate hardware selected Type and quantity of gate hinges shall be based on the application, weight, height, and number of gate cycles The manufacturers' gate drawings shall identify the necessary gate hardware required for the application Gate hardware shall be provided by the manufacturer of the gate and shall be installed per manufacturer's recommendations 3.05 CLEANING The contractor shall clean the jobsite of excess materials, post-hole excavations shall be scattered uniformly away from posts to the satisfaction of the owner All excess material shall be hauled off site at the contractors' expense 7 Table 1 — Coating Performance Requirements Quality Characteristics ASTM Test Method Performance Requirements Adhesion D3359— Method B Adhesion (Retention of Coating) over 90% of test area (Tape and knife test) Corrosion Resistance B117, D714 & Corrosion Resistance over 1,500 hours D1654 (Scribed per D1654, failure mode is accumulation of 1/8" coating loss from scribe or medium #8 blisters) Impact Resistance D2794 Impact Resistance over 60 inch lb (Forward impact using 0 625" ball) Weathering D822, D2244, Weathering Resistance over 1,000 hours Resistance D523 (60 degree (Failure mode is 60% loss of gloss or color method) variance of more than 3 delta-E color units) 15. Repair or Replacement: The work shall consist of repair of any incidental damages to the area surrounding the project, or other miscellaneous items within or adjacent to the project area This includes complete replacement of items that are beyond repair as determined by the Engineer Payment for the item "Repair or Replacement"shall be by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor 16. Business License: All bidders shall have a valid and current business license issued by the City of Yakima covering this type of work. It will be the contractors responsibility to obtain any licenses or permits required, to complete the project. 17. Right to Reject: The City of Yakima reserves the right to reject any or all quotes or accept any presented which meet or exceed these specifications and which they may deem to be in the best interest of the City and will not necessarily be bound to accept the low quote 18. No Preferences: No exceptions will be considered that may tend to give an individual bidder a distinct advantage 19. Contractor's Liability Insurance (Sample Certificate Attached): The contractor shall obtain and maintain in full force and effect during the term of the contract, commercial general liability coverage and automobile coverage with insurance carriers admitted to do business in the State of Washington The insurance companies must carry a Best's Rating of A- VII or better The policies will be written on an occurrence basis subject to the following minimum limits of liability' Commercial General Liability' Combined Single Limit. $1,000,000 Per Occurrence $2,000,000 Annual Aggregate 8 The City of Yakima, its agents, elected and appointed officials, and employees are to be listed as additional insured under the policies The contractor will provide a Certificate of Insurance to the City as evidence of coverage The certificate will provide 45 days' notice of cancellation, and under the cancellation section, the wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate The contract shall also maintain workers compensation through the State of Washington If at any time during the life of the contract or any extension, the contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately Any failure to maintain the required insurance may be sufficient cause for the City to terminate the contract. 20. Compliance with Immigration and Naturalization Act The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other City contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E-Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States E-Verify will be used for newly hired employees during the term of the contract only; it is not to be used for existing employees The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor If the contractor has not previously filed an E-Verify Compliance Declaration with the City, the contractor must sign the attached E-Verify Compliance Declaration and submit it to the City prior to being awarded the contract. Failure to do so may be cause for rejection of the bid 9 CONTRACT THIS AGREEMENT, made and entered into in triplicate,this day of ,2018,by and between the City of Yakima, hereinafter called the Owner,and .a Washington Corporation,hereinafter called the Contractor WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement,the parties hereto covenant and agree as follows. I The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF ,for Yakima Wastewater Treatment Plant Security Fence,all in accordance with,and as described in the attached plans and specifications and the 2018 Standard Specifications for Road, Bridge,and Municipal Construction which are by this reference incorporated herein and made a part hereof,and shall perform any alterations in or additions to the work provided under this contract and every part thereof Work shall start within ten(10)days after the Notice to Proceed and shall be completed in Fifteen(15)working days.The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified,the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time,as liquidated damages. The Contractors shall provide and bear the expense of all equipment;work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof,except such as are mentioned in the specifications to be furnished by the City of Yakima. II The City of Yakima hereby promises and agrees with the Contractor to employ,and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached,at the time and in the manner and upon the conditions provided for in this contract. III INDEMNIFICATION The Contractor shall defend, indemnify, and hold harmless the City, its officers,elected officials,employees and agents from and against any and all claims,causes of action,damages, losses,and expenses of any kind or nature whatsoever, including but not limited to,attorneys fees and court costs,arising out of, relating to,or resulting from The Contractor's performance or non-performance of the services,duties and obligations required of it under this Agreement. IV The Contractor for himself,and for his heirs,executors,administrators,successors,and assigns,does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor V It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract,except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR this day of 2018 ,a Corporation Contractor By: City Manager Attest: (Print Name) City Clerk Its. _ (President,Owner,etc) Address. 10 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS That whereas the City of Yakima,Washington has awarded to (Contractor) hereinafter designated as the"Principal"a contract for the construction of the project designated all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract: NOW, THEREFORE, we, the principal, and (Surety), a corporation, organized and existing under and by virtue of the laws of the State of _, duly authorized to do business in the State of Washington, as surety, are jointly and severally held and firmly bound unto the City of Yakima, Washington, in the sum of$ (Total Contract Amount) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,administrators,successors and assigns,jointly and severally,firmly by those presents. THE CONDITIONS OF THIS OBLIGATIONS IS SUCH, that if the above bonded principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub-contractors and material men, and all persons who shall supply said principal or sub-contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Yakima,Washington,their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub-contractor in the performance of said work and shall indemnify and hold the City of Yakima, Washington, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects developing in the material or workmanship provided or performed under said contract, within a period of one year after its acceptance by the City of Yakima,Washington,then and in that event this obligation shall be void;but otherwise it shall be and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington,and the Ordinances of the City of Yakima, Washington. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers this day of ,20 (Principal) By: (Signature) (Print Name) Approved as to form: (Title) (City Attorney) (Surety) By: (Signature) (Print Name) (Title) 11 12 ACC CERTIFICATE OF LIABILITY INSURANCE DATE(MMIODiYYYY) / ;20 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Insurance Agent NAME: PHONE FAX Address laic,No,Eat): __ IArc,No E-MAIL State,ZIP Code ADDRESS. City, PRODUCER ._G.U.STOMERJD O• INSURERIS)AFFORDING COVERAGE NAIC B INSURED INSURER A A-VII or better admitted carrier" Contractors Name INSURER B Contractors Address INSURERS INSURER 0 INSURER E INSURER F. COVERAGES CERTIFICATE NUMBER: (Certificate No.) REVISION NUMBER: See below THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM ON CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. .............. II.TR I NSR ISWVD POLICY NUMBER I POLICY EFF POLICYM EXP LIMITS TYPE OF INSURANCE i(MOLIC YEEF ( YYYYJ. A GENERAL LIABILITY X Policy No. Date Date R'A0-, .URBENCE 1 uoo.oco X PREIAOF.In RENTED COMMERCIAL GENERAL LIABILITY S 100,500 PRE..k115E5.;Ea cn:vuen�wJ CLAIMS-MAUL X j OCCUR MED EXP.(Any one peKun) .__S T,000 PERSONAL 8 ADV INJURY $ IJ.100.001) GENERAL A(r,REGAIF S GENII.AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP;OP AGO $ 2.0CD 000 POLICY I X I JEST I LOC S AUTOMOBILE LIABILITY �COMBINED SINGLE LIMIT APolicy No. Dale Dale X ANY AUTO • (Ea accidentl S 1,000,000 BODILY INJURY(Per person) $ ALL OWNED AUTOS BODILY INJURY(Per ara:rient, $ SCHEDULED AUTOS HIRED AUTOS PROPERTY DAMAGE(Per acutnent) S NON-OWNED A11 roS - ..__..5 .. A • X UMBRELLA LIAB S I OCCUR olicy Date Date FAD/ OCCURRENCE 1,000.00E EXCESS LIAR CLAIMS-MARS. AGGREGATE S 1,C011.I)IlIl DEM:GTIBI F $ . RETENTION S 5 WORKERS COMPENSATION ( WC SIAIII- • tOTH- A AND EMPLOYERS'LIABILITY YIN Policy No. '• Date Dale r. _T..O.R.Y...L1A71.T.5..:..X ER ANY F'ROf IBETORIPARINER'ESEGUS'IVE I E I. F_AC-,AGOIDENt $ I,IW;E,000 OFUICEHJNtEMBER ETCLUDED' N+A' Stop Cap/Employer's Liability (Mandatary In NH) E.I. DISEASE-EA EMPLOYEE 5 1 TT,IIp00 II)-es,drOO tie ur'der DESCRIPTION Or OPERATIONS below ,E L DISEASE POLICY LIMIT $ TACO GDO DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORO 101,Additional Remarks Schedule,If more space is requlrnd) (Project Name and Project Number)The City of Yakima,its agents,employees,volunteers,and elected and appointed officials are additional Insureds. 10 Days Notice of Cancellation due to Non-payrnent of Premium. 30 Days Notice for all other reasons. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of YakimaTHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 129 N 2nd Street ACCORDANCE WITH THE POLICY PROVISIONS. Yakima,WA 98901 AUTHORIZED REPRESENTATIVE Agent Signature l,Icrnpleceu 1,1(11:;Irr4 I:1!1:,441i'.r.",.!,:::r,I)tlr:Il101 ©1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD 13 COMMERCIAL GENERAL LIABILITY WN GL 49 01 09 POLICY NUMBER:CPP 1009640 01 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE IDesignated Construction Projects I: COVERAGE APPLIES TO CERTIFICATES OF INSURANCE REFERENCING FORM CG2503 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes le- gate Limit for that designated construction gaily obligated to pay as damages caused by project. Such payments shall not reduce 'occurrences' under Section I - Coverage A, the General Aggregate Limit shown in the and for all medical expenses caused by acci- Declarations nor shall they reduce any dents under Section I - Coverage C, which other Designated Construction Project can be attributed only to ongoing operations General Aggregate Limit for any other at a single designated construction project designated construction project shown in shown in the Schedule above: the Schedule above. 1. A separate Designated Construction Proj- 4. The limits shown in the Declarations for act General Aggregate Limit applies to Each Occurrence, Damage To Premises each designated construction project, and Rented To You and Medical Expense that limit is equal to the amount of the continue to apply. However, instead of General Aggregate Limit shown in the being subject to the General Aggregate Declarations. limit shown in the Declarations, such Z. The Designated Construction Project Gen- limits will be subject to the applicable eral Aggregate Limit is the most we will Designated Construction Project General pay for the sum of all damages under Aggregate Limit. Coverage A. except damages because of B. For all sums which the insured becomes 'bodily injury' or "property damage' legally obligated to pay as damages caused by included in the 'products-completed oper- 'occurrences' under Section 1 - Coverage A, ations hazard", and for medical expenses and for all medical expenses caused by under Coverage C regardless of the accidents u Election I - Cove C, number of: wnich cannot be attributed only to ongoing a. Insureds; operations at a single designated construction project shown in the Schedule above: b. Claims made or "suits' brought; or 1. Any payments made under Coverage A c. Persons or organizations making for damages or under Coverage C for claims or bringing "suits". medical expenses shall reduce the amount 3. Any payments made under Coverage A available under the General Aggregate for damages or under Coverage C for Limit or the Products-completed Opera- medical expenses shall reduce the Desig- lions Aggregate limit, whichever is ap- nated Construction Project General Aggre- plicable; and CG 25 03 05 09 Insurance Services Office, Inc., 200fi Page 1 of 2 Wolters Kluwer Flrisric431 Services Uniform Forms T" 2. Such payments shall not reduce any Des- D. II the applicable designated construction prof- igneted Construction Project General ect has been abandoned, delayed, or aban- Aggrogate bmit. donned and them restarted, or if the authorized p , G. When coverage for liability arising out of the contractingparties deviate from plans blue- prints, designs, specifications or timetables, "products-completed operations hazard" is provided, any payments for damages because the project will still be deemed to be the same of "bodily injury construction project,' or 'property damage" in eluded in the "products-completed operations F. The provisions of Section III Limits Of In. hazard" will reduce the F'roducts-completed surance not otherwise modified by 1his Operations Aggregate Limit, and riot reduce endorsement shall continue to apply as the General Aggregate Limit nor the Desig- stipulated. nated Construction Project General Aggregate Limit, Page 2 of 2 g,Insurance Services Office, Inc„ 2000 CG 25 03 05 09 COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E-Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E-Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E-Verify Declaration below. Failure to do so may be cause for rejection of bid. The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E-Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E-Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E- Verify program at any time and that non-compliance could lead to suspension of this contract. Firm Name: Dated this day of , 20 Signature: Printed Name: Phone #: Email Address: 16 •' *4*".•.••;•••••;:Au•;..Ve,";;'.s......:.."..Ni:..* `.4 • ,,,Afer,.. -..T.i.i:::::::;...,,,: P. i ,,.. ,(MinP:i„4..if'. ..-or,,. .iy..: Legend "ii,..e.:**,i-5>.:W‘i 1.1.'4,0**• :, ••• :',(A:'•:.;,,!..;i 44' . ...... . Existing Chainlink Fence Yakima Wastewater Treatment Plant security Fence Yakima .13i4- ••••,ffnl...,!,....;1::1„..„:„..i„,... . --•:_,;„.,R•i....;:,,f,,...;„,,•.±,.,,s:,;„..,...„.,.t::;.v.,•,:s•.••••:,,„,„•51„•.,••.4•,.•'ef.•,°:•.1:c.itg..;.,,,its.,.;. -...,4 „kr4;i,:....::,t5.•;,:4.' .:,,,,,;, • ,..k.,*,,,A.•-• 1,17„,,,.;„ „. •t,., .7.••tyti,.::'•;:*i77 J`..::•....••=:::''..::'.:••••••••••.i•1::.•.t.ii;::.!fi,:q.::::.;.?:"....;..'„*•!•ksi'.. fi,,,:;,.......A„::,.•••;;?..V,..,...;:f•v 1,i::::**••••...t,•••;*.i......',.: ,,,;,1. „:.1,,*'5•f••..: •:1.••.4i-t. 4.1.-42.7...44'..1-::41%.1•••••z*7i::`,•••: ::' *• .4;04..51.,'','•:7 .:,.• '.... ..,.... .,,,,.,,,,....... z.,,..„4,:,,„..,,„....,,i,i....,;,,;,,,:„•7:11,1yr•.:..i,:.,:giv*A.:7.:Ait•,;..•-iir..,,,i4,.•1,.,••1,:.•7.4:;p:77.1V.d....,,,,,,,,f 41 v.** 4,4K.A4'..'.,i•tit:•;*.!..‘:'..:; ; ....ta3:,.• ...:,'1 •+• NExeiwstiFnegnMocentage Security Fence • -.;.,.;,,. • •:•,.........A...,,....-:_..:-........-L,•••::,..: . •.::•:.: .i.....;,,,,..g.,,.§41E 1•:.i...N.,,.!,..1..f,;,;•;.,1„•••. ,,,•••::•:,••:.,•,-.., .- .,k4':;*4A-1:.;!,!,....lAtiZgi,:;:. •';:.,f.,n.,4",,,k.v..'•'.4?-7,,:;;;-'. ,..:••:',:z.:.:e.* •;;;.*".•"*q..***r• •,i;','r.:10.$4,41, ,. V New Gate •,•:, ..1,,,,,,,,,i,...,•.: •,it:,••:•:.:•,•:-..•.:.;•.:-.-:•••: :::•,:,::::...4.-••••P•••:$7,•ra 4••,. ••,•.....1:4.••,,•••:. ...: •:.. ..:., ....,1,..,,,,.,.!...4, ,..:„.4.z,w.,-1.,,'ito.)•:•,;Pe-•,"?...• • ••,'.4,•••••'-.•;.t.••••• .4- •;,/,,,t4...,'",,,:•;. 4.•'... ;,.;:**14.0,:fy.54••.x..;.•:•.:.....•• 'Iv:::.'.....,•••••;.•.....:;:...:'::„.••:".•'.:•.i,c::::.:;•:•*•,: ::„.,..e.t( :•,.;:•.,..::. .'....":::.,:;"" ... ;, ...-T.....;;"tv..%;,..-1.e.,'; ':,'"k-,:ney,;!,n:;:;,..,.,. ,r.„0„144,:or.,-•• .,.,..-•-'•.:•••..,,...• .....,, :...4t,c,,,004,4..i..0 ..yr...7.e...Z.,..:'.'' ..•:"... .!'...'''''''.:4:47.'i'.i':.Z.;;3...::*:.::..;.'y;.*:.._:47'; • •• *•':•::Y••E.:•'''•*• ;••* ••'••'''•;:;;;'•••;!';;;•'••••;:.:•*'*••:'*•*:4Vigi4:?1**:'',Iv°:•••1*•••;,:t:' ''•*. •••f:'iir.s;c:••:0"44:4:••*'•"' .•••7.......„..,444*";41,14`2"‘ ....:•*)•?.:A5;.•0•44•4:4:i.:*5•4t,:::•:•:•:;.1••swq::."2,,F.cg::;477-M•P . :IP' :4", '..4***'.,'4.4.1,„,,;;,:.:s1::•,ii:44"4.tiy.:: *** ... -.7 • ' • • • •ii.1.1%••:•• ............ *`•••••;;:;,*;•3,4:4•,,••:'1 ''• 4::'•itit•?;•:ii.;*••.*•::92::14&2:: ), •:..:•••••••••41'..:•••.•••;4:tri4A•4'.0•*' .,..4:;**,,i'•"• ••'• .,., :lilt:•;:•i*:.:„....01:v.:IFf •:g4.:".••:k.:::;%,:t,:•4‘..Vit'* .:•7!••4::*:431.?::':* 41.4triTnOk:..:4Air12:71.if;.•,•:•:t..4 .r.,,:a. z**•••*7 :i.: .+:,,,•::: .'•*,'*•,,',.:::,,,, • - ....- • • **-7-'777;,T.• •'•••••14:..:::A... .' •4•?:3.;;;*;.:4-*'*•k::*•:7';•• ,.‘''•'.::`'.;:::••;;•:iii4;11'..•"*• :7.••••:;.tAins''v• •.:.e.P..k.:- ••. ri.' i'•Afi,•A*;14:Afi.,#;401:11'‘•;.:1"•z•*•• '••' . .'.1. • :%•i':1'.4:•s;;Iiiiit••iffigitAisMillia .1;••••••*:':. ,• .i.: •:*•'•144*.i:!..;*:, ,:,',044tiratitlYilgrei•;;'''',..:!:i,.;' •*":":***,':''''.3.;Wv: • •• •.•*e•Ikt''4:r.....• .•'•:::. .. 4•.:, ••.:''••:*•••••A.:"*:.••••z,,•:rt ti0:0:145:ti.",...er; . . .. ''.•:: ..,;•""::eit44•.`:44444..fl•.',.t.'ip:, : $::::f24:Itir*•.•':*a:;••••1;„ •• ,,,•••:**:::.kti:,:$.:44:*.•••.,. i '• .,,A.H..7.". .•::F:i*g '.. ....I"' ,.:. ••.t....401,S,..1,4, ..,f‘•••.*:•.. ••••4.4:44: •,':•71...-:•••?•••,: •4"k**Ac:::•*:.•»•0*"...1.* *`.1 •'`.***..,f-F4.);:b.:Icr,4s:,...;;;;t:7S4 • ;ssy•1,2,14,..4....: •:••• . •t, ,.. •••••4•.:,7.•,:;.".•44?'7::',•4 'i."5,13t,' . ...'',::,:i.'•11;0* ' .,' ,i4t•-40,1 •• i... ' ..-•••1744(,• .,f,c,?.,,s,t,„,,74.,y,,,:!' 1.•'•*a_,..-''''• •...i.'":`' .,`••••,,,,•':ft:... , *#4,,,E0,4';•Kr,4,,#,AN Flti:.*,. :•:, ,,,,.•:,...•:.?i••••.• :::::.::‘:::::J•• •i•:••::':•:Ztt.:.•:::••4?.:.E:•.•:::.S':NO• .,. 1., .:klittl,,,7,,,P'';.,:•*';. i.'":14A•7•04,•••V:';'7••1•: .\'til:".v.":e .A,I.,.....n..i.:1- 41,.t.;• ,...,•:NA4,V..4 ' 1 ,.,. • .. *-" • ..47/%"•••••••47.;?- '7•1-''.g.1"i•:4-4, 14...,;... ii,tillt;**.••1.44#0i,"t'•'•ftim.: •;,,,A,••!..;•17;„.•.'".t.k.p.,•••...i.........ii•it:mt;..••••••:••• :....•.• 1::••„•••:.:,..•.!.:.:. i.ij.;,,,,,.1.:1 p , ' A•' ''•••*•50'...i4•*•:•*'••••f:',:.;k:•4441,,;:iMOn::•::.:1,14t4:1::**:•**:.:•••:7:4L4:,...-.;" :''''•:::!: ?*'.':,•.:I •:,,,..V.r.likiik'llaS•'•'.':'''.,'....'••••;.•*0... .. .,,,t4.. -.*:.,,:::.,......-14'''744•ET-i'., -...,';‘:•50 • ;,.„.' rg.xl.:;:.`.. . ...ii:k:ii:'..7...: .•;.:..::....:::".i..::.:.•;....:.i::;i.:.:::::::•;i:.•:::.•::•:i..::••••:."5,,i%... fil .,.:•,'.......;:ii,,...*:•:' ...",: ;;:;Av.0.,.•:‘, **.... . •' ..,41.'. •-i:••4*1-.,t';'•'.'.fl.v:,'::,..,,I.VAlitm,v1,:&.21' 1: or:„..,4.(:f..;..ki..:.i.:..:,,,liet.,„...':.".1:.':.:`•••••' • ..•.:,....iii,..,..;,.*..'•::'... ,,.i.;; .'"?..V.,,A..•.f.4.-h,etiONfriti,::‘,25 . -"t• ...." `.7",. .1••:i•Vii; z•-••••••;',:litt:•??,:n:•••••,,':%:' 4.:kt.:(i: ;::".F.''.......:i.:::...• •........:.:::::i:.::••:•..i...:'...::'••:•••:.::: ••.••"....:•.:.:i.;...;I:fi Fj.: .71i;,..f....4 ..t-i. .*:`.:. *•., *...• „ .7p-t4,4,..,T,y,iO4"4:::..r •'i:,..i..,,t;i11:4.f.t.,•:-4 •Pili,.-,..• 44'"..,,4,;>....#.,..t., . -4,. . ...:•r•:: - ...3,;"*.C. •r•.'t •I'A*,N'...,,::W',;:`,;:•'''h.';.„,,. **,,,."'" ,".."t".4;.--"Iirr.3t,v.f...'..,..'.:'•t .; e.::. ...........:..........::.....:.:%.:•..::...........• • ..:..1 :.:...:i.::: ii.;.,•,.* - !!: ...:...e,..."'"..''.;..''..-.,.'-..:**..'. ;" ,;,.:......;4 ....;: ',...s.;47P„Itat. ,. -,4140,143. '''''...117.1.4`..:•'. '..;1.441:.;;;:5,4„:...,.....,.. ,,....,: „.,:.;,:7;;M:'....:1;.:T..,;ri.F,;:,7.1;::,.$•;ste..., , '7:..,:,,ii,.,,.....1".:.?•cw.A"s.,w4,..;,;,,, ,.....,,,.;.,:,;.:„...., .‘"..,;: :-....:t`4•'',...i.;.:".4••,:,,,;:i..g.ii...;;;.v.;:.;.; .3.0 •F'.: .:.:....:•. .. .. :...::: •:: •.•..,.:.,.,..:.:......::: , ;'.: .1•1:"..:•:•1:;'...:''''!.....•4 '''''•:!".2; *.• r•i•:**;.'4..!.e;•• ' .4,;10•••• •;,A..;',Nt•111.140, . . .: ;,,...13. ;;Itg. ....',7 :Alr.:.;14t:;:t.,42.V. .i': .;!4..,'.'.:- .,:''S',..;:,:t„,..., . ....:'''..:••••:.....,,,.....,'••••,..,...... .;;;:,..'•. :',: It..ii..'.....Y:::::%ii,.4•• :•.:::,'„•,.. • ' ' A.••,,,,,:., ••-.k*Atpiliga.,:',4*-1s.1-47:- •it.,,, ••:,...1*.,!9 i.;.•,:is,*-„,::;•• •i• • .....t'i.,:.:::. ,,'..v..'"%ot•vr.... -.:.„.,•-•„.-*F-.:,-,:...,..• . ... . :.„ , •.:41 il:ii:f ..• ... ..••• .••:_.:..............--..-: :•:.:.:....,..,..:..••••,iti , ',:. rolF•'••,.:'....1,7:tritilt..ii••,:,•••.:..• ' .,•,. .11,:h?,44,0•21,41qN,74v,,,#v„,,,,,,,,;;;F....?1„:,,„,..;7:•...i.,,iit: ,,,,t•-, ltiv•• ......;,,,A0,xg„t4,,,,,,i:„,,,.;- :.1,3.:,, ,,,,,,..,,,;.„.•,:s.:•„ ::: ,•;,,......,:,,,..,,..,..;,•,...y,.• , :„,,,,,,,,y,..,„:„.. !; 49,J.,.:,...1.,,,,.;„•,,,tali,...;'X' ‘ . , •••':4?•it**•:••;.q.: •.;1';',IIRL,,,,,,15.0474,4.,, „*._ ,IXAP*T•Iril. •••i...:*„.;;,,,,XV:M•741Z'i:',:t.•!,••` 1,1',4.ki;S..:!::,,.. ,... '....Te.744',,,q t.;,;!..;„..;.,..4.;A;; ., *•;', Of Or :.• . • : .:. • . • ** .•... .:.:•.::•••::., k•• .'. :',4).•:••'i":ii• ..';.-4,..^.10;':•••k•:,'k... " ". :'•it.„,',,, ••'''':.I.'t•445.01. 3•igtfirc.I.V:144':**•'•:.••AallA 7 •.?`4.* .. *:2;:.‘. '....,, .. •*:';';I:i;:;•11f9:::$1•:g..t.,:li.,.P.;:a'74........*:* ..:440:14. 14:0,-.;:ef4tiel::: ..*:!•':'." :3.R.:;:" ..:..• : .*:. •:.: . .*.••: .. •.. :.••••:,:::.:. i::: , ,,,.$•KT n'i.•,*.i,,,,•,..11,,T;4 ...i,t4,, ••,,, '.....• ' '14,,,•••':, •51*,..: $tiki.0,1,1"1744,0,4,,k-fg.:4/..,•.4,c3,:„:,.,::•.:,t"n•.::,....4 . v...ik .,:„ ty ,..„„,.....,kt,. ..:,.t.l."....r.::..,;:,•,,,,AF.::•.!.•:;•„.•;,•,.1::,,,,,:f.,,:;:,.::).t:: ;;;,:::,. .),.;X•7,4,,;:,,'15,..Y,S.MI, t, :•i...,:k 1::*: *••,:*•:*'.• ,-,--:".:- ••: :•• .:. . . ....• ::::** ':...:*.::.. ,.. , i'"*C: .4 W. ''''''Z'f'''''. ..,......: '''''''''''.40,4..":.:.,,..t.,...,.,',..),,,,t,5,-.41., , •.Ar.4xAM'• .,,' •R.ft•-litlf44',•';c„4”,... i t:.• I*ifi•i'.,1•::;•:•*::rfii; .", 9.1 '.•;•*•.•%..; , ' A.,!,f,,••, ....7.,%t.imitt.4...,,,;:41,14.-$:4R-A......i.s...,•„.. ...;- .•.-4, • .-io.,,h:i.,!,,,....,::,i4i..,74-01?t, ,T:i:•...,,,i,,,,,. ,-:!..:..#...4.41.04.,s...,.,.,,,.:.„. .;CAA:,'.••••1 •••..v..• ..• ::... • .•.•••• .:....••••.•:.....;••••:.it•• ,... , .... : Li.....:;••,4%..izt".I. ..";:;;,;;•:.:1, *. '.. -....1%.„. •-'41„.4..,i.,141,$*,..,,i.. .,,,,,:„.„,,:,430.44,,,,tr.„.....,;,,,„;.,,„,,,..4 . ,,..,...,„,„.,..,,,,,,,,),0,4*;;;;,:a04,..••;,,,,..-•..--.:.,....,.., ..,,,,..,,,....:-:T.k,•001,,,,ti:k90,,,,:k. f1:.• ,i7....,,,..,..:s:;..,..,;;;J::vo•-.:;!:::•%, •..,, , .,...5,t.fr,s,,,,.4„,,,::,....,.;..:7-'-i.....1?4,7,:.-tlaff4iLtsx,44.1,,t:.„, Yific,,, . ••• • -iskitr;i':;„.::.- . ,..%. :74.,i.i.e,,,•.,4":„.00:31 !.,e, •,:•.,?•:,,,.,.4..3.8.,,F.gxoy,.,:.,.. ...:„.. , ' - --4,:tomei, ..,,,,,i...... ,44,14 .. ' .4.:14.,r1:..4. - 1.' ''''..-"',;..... ..',:".%... ..7i:•":4•••`1•:•:•••• F••':.•4,P14••".'• ,;••'':.•••i.:•.P.).: :L.,.•''N''::: •' ... 1 ' ••••47*.•':'? ' •0 '-...,,,,,,. ****iti• ....14.1:,;'': ••'''t-ttt..,,LAig:r4...;.fr,n:::::-.3•;;t40";.....A.. „.•;;:z• .....,....:..:: '• ••''''.1.i".4*.l., '.". .•:".•"‘"4'.:;,;.11,M.i, ,i: ••-...,,2*•!,,,' :: ';:ii,••*,7,*::,,..., :;•?:"..: '':,:•.:• • *14'4'1'• . **V.,• .454140,**...,*:...t,,,,e13•.. t* •'t Ill t"F A..,':;;••.:•4 4.7* ..1......;1'44:A.** '***;•'•"••.....••:gg.?.?...i...i.h:•§7 i. .,.A...,..7.... •••'''.1.4"M •• *********.;fillt434'41:•;:7•7**1'.'4•""••'44r'..*** ... '.....g .*••*,* .i0.::*•:*.•''.***:"•:••• '•••:' . .t..,:i•Lq;•!*• ••*'••:4::;•11•1, .:•;i;',•*-,...::*•'::•:•1.,•,•*?. ••4"::',,z1"14 `;:„:*'•;:',*•:11:::t ..•••--":*••:::•••:•' '': .:•:*.....1...• • ....:•::: •::.::•:::.::*:;.:"''' i.'••:' ••-•';`..547e:45114. ,.„.k.4,74"..i.:ii"ii;.:A.. **•::::".*, ''••.;. r....*Iff#03..g.1,:t.,!...4 :.:7:„.•:4;,. •,.00;;;;....i...y:„..4••,•••:•';', ..,... ::.:...,.... • .„4..:0,t;;t::* :`,"T:4,44{;;;w1fi„,* ,••*••-.;,•*;.,. •:••' ;••.‘•*.•:, ****'•'••••.:v....• ,:,* ...• ':4•••:.:**Or,i ;rat..4141:-.tl'•.•40:4;:s$4•"'"•‘:**•.i.,:'Z.:••*":'..: • **• • •v•'''*)"''•i•••:•"4743:t*'''' :*e' •••••"*i,A, ••:.p.1••.r.,,,:itelaff,•404,:•.$4,4(,.• •71••••• f*,.••,..),, • .L. :•••*: ;•,' •• ••vkAlitt::•f•k•4•.(.0.,';: a•iy::;.:N:•,h,•.,4:1„,...,7"'* ...:....;...'.7;...,,,,, ,,,;,,,,,..., •- -,,,,,T.:N:,,,...orty....,.... v,,.......k ?4v4 .4,,,,.,,,,,, y9i,...ipyyt,,.. 4..,. ' .5,447.1•:•••"474,T. '',,,, :'?.:•iIVA:' *:•4."4i.4,,?•:'P'7•,ff.t,V.,,,Vg...:54,,,•,4 ..:;21;',..***,....,,;,•,*Ati•,,i,,:.,, ...,: , '4:', " •........ ••••'1%9.4,...fsAi:.:4410:•i,•;':4:54,,. ,':',It.eee.,A. *W.'.,,A........A. ..:**'.7* ,,,...:6'.:.',,...:. '''::4: .:4;1',g r.:;•14.**';*'• '•';*.‘•.':: ••,:5'15';7••••*II•'•'735.'4.••i•A**.•11';':*•,:;g**•i'.' :.. ,,..;.V.t.'t.4 1.5:Pr•ter.'':1 I ;••: •••.• .4iT 'itN.V2.4*:•'''.4.'''.;n.;•..c..1""I'.4.,....P,Zir:c.. ''''"v•,C.,:..zr "...w••••" .'7•.•0174;•....:i):: W5..4:0•'''Zr:.... E..•••,:i: ..).;40::;••01:7,,,41,0.i.„.„,, • ••-40W.-..i..,•' •;•..xl,"•..es;")4.F... iel•K!!. •... .• ,•-••••••.4.;,.;;z:„..•••.• ., •••••,,e4(.•••yt.i.:4,,,,••••••-• ..... .. 3•Wifie•V.?:'.'"$•;..A.',,IZS'?'.'.:;:f....,..'.t.;.••••••(-••••ti'il.g.V.3.•:,:;.•••:•••;t:•;•.;'• . ,..,..4;..e.••,•..,..„..,.;14,x44. til•' *••,;': i' •••.:•••• ••• •••••.........•:"..... .... .. ..•••••:•••••••••••••:. t:. .' 1 ii,1 :. :...v4..-..: ..IN.... ...:. .:14.15:c'eit'•.-...**T,-i#77. '`f. ..0.41•I'l..Ie..•k7'15?;.44.•A... i T•'.•'. .'•'.'•'.*:•:''.• '***A.•i V** ' •••:••••••:**.. • • •• •• •• • ••.• • •..... ..... ..;; ... ..., ••"t iN,••,,:;!•Yea,;44.,....ti4;:•'•4*'•;*.'•••'••'''...?4!•41::,*:•.,...,,,:.,..tc4,4*,Z4..., .i':?*:•...e:....M•:*•.......!.;&.,:,:.r.4‘A•Ve..Y.,.%'. ••••••''...'rr••• ••••*•'•••*•.'A'.541;i :it.:P..W0.4it*:•4•,.•7.*`''.;......'7;•nl,,P4..t..:**t'.7te,,.4...,!?,,..K,Y4,.. :;.,•' •,!•;*•*; ...:,.•...•::;.:..•1:::....; ::: ••••.:•::••::.:.••••..•::. ; .•• ;;:' '.'• • •V•' :.'•V•4;3'3:eir.t.'....,..,*: *••;;;•;;;;:le.,;i4't.74, :•••''' t Z5.4,,,,4.?•:''..4',:j..!.;Ti,...C;:f;;175i.i4:•'. .7.6‘**74'7...... .. •., •' .. •••'.7-i.-1, ''•:••••i:.... -•••:, .;:::.•••'.1*.:;g:Fqx•i,,,,sy,,,:•.,,',.,K,t:,„:•s, ......:•4,.4.,.„,, g:rQ,:;;.?!;,;(43•§.1•4?..* ,,,,,.. :;S:•Y ..:;•*:.•:.*:•:* .... • ••••:•. •.. .. ''••:. :.:*::::.•: •••:•:• L.: 1.r •Fitt,.4494...ti.4.i.?:',...If; 'l:•60'sd.,....&. ...r;::*k4t7e-Nef.:4::+: 1; .'..0.,C;!7'.::::':::'..-,:..7.*vi,..„,.,::_„, vi:•.:..-4.„.„.. ... . , A..,:..,,...,t,.1,,,y.{.:.46,0f4.:,.,..,.,.. :,.):::. ,....7,...,.....:4,10,...,:,.r.:::..,....i.wi...........- _ •• ..:. ,. ,it'•• ; :A......... •*,'•.• ...c.''.''' .:•• :..'.':•:: '....•:*•.:••...': ;:. t 6 •'•'.•'•4.:;:•••',,,,..;;..4*.e'1:.4 4.• t.'''..*.,..•'1Y.:•..... ..'4•'•''X. •••“•'''••.' • • ••••' ' '•;:...,...A,.. ' •:'.":**,..i...;:..,:4*•:.N,,; •• ;, .'• :I.; , •:•..:::...:..."f":7'..:"T":*:.......:..;::.......L... ;;:**;A. ;;.....; T iii •• •' • §Y4• 41 • 4,A'', • ' . s• ' '.... '*'• ' ;; t...,7•4“. '''''''''A;'';'•:i**'.7. ..f. Y:t*.''.1 *...(t:.•,.44:?..!1:. ::•'W•A'. .' . •• • "..' ••• ., '. : ;....;>•.' •' 'If i., e **s''..;.:::..;',.i. .•:.74:•'''..,:* '••. • . •''••4 A' ...A A. . • *:'...)`.:;•4::•tia..t:A.,:: ,. ;:" "... '....:"•li•L:..,''.; .'•Viltift.ftaLwa;,y..,... : .r ••• •,..f. ,,:g,,,,-...,,.:.,..4:,,....,..........,.-M:t.. h.,..-' ,frt**. .......,;#Ai. ,;- .'ii , --t..a.1.,...-,:k-1;,;,:,i.-,• ,..., ,. .,. r.,..:•,..,, .....„ ,.., ..,•,:,,0:::. „,..,•::;...,.,... .,,..s./: 1.:,,,.•••‘",••,.'"'tk..„. . .." ' •.: . •• ••••`/-Ni‘71:4•‘,,,,,,,.•••••44-ilirk::.,„•:,• ....:.i ..,. . z .r*. . . . ..:::c...k.,!,:i,.:t::;:t.f.,. .:1::::i. ,;;....V.: ... ...•' ,..:',',:'•.'„ . ee ';••• ... •Y'• .4e'P• .....' ' ''',.•`•••.:.Z..-.•v"i:.1..l'"' •••5>fiTR'''.4.t....,....IT*0***,..:';''.:47.71'; .,....../6- .,. , ,„.... . .. , t• •:..,Aii„,':'4 e'.• .,. ,.... .. ..,,....tetti4. ,,,,tm,.....„.• '.,• . .,..4J:v.rpi,..:.;•....,..,.....;,:: ;. ., , .• „.:.. 4: .... . ..... . ,:. ., ': '1,:x,...•".;:k,,. ..,;;;,44441;i4P".T.Ifi.:,:""4-f,--,,'.'..•..• '. .:v•::::.iSc.;;: i • ":..N,V4..:.'"'.:. .."'N ...;'.:Y .• 4. '•••••4';•IP•‘?"NA,*,:.. .;.:i'.1'7‘;*''..'...'• .4.:.'tA:•..e.,(',Oil.'ir.:.4;;I!'4Li 7.•'.kiA•i•..;;f•t* *.1.tP''•• ' *i. .:.•i. I • : •••;.;. .•St.:•:•:::..... • '•., • r4•444'...'.4'... .tVlA •''A.**'.•:'".1,.•;"`t*s .'..6.'t:.)0.,..... •• .* • V'.A.' , • .....'!:.*•:f;ti•4; .e , ..;,,.. y 1: *** ',..ef.'.4 A. '.• ..4... . A: :1;4. ......, ;,,,.. :,....t;:oic„t;;;;,;;; AVg,;;;*,*i•:.;..........i:ii.' • .{, ...• • ri.• 4.',%•!: ;7' F`i.,:v.P.ii4A4.,,,.... -,..:....--.., ..---•-....s.z .,. -Iv:AT; .,...i.f,..I.: .; ..... ,... !,• i ..1 :.; -,...:::..i.:H.: ,._::.'.. y. • , ...1:•***• .V • '.• I.: .;•:.:::`::••';::7•••••••••''' .1.' .::j.'it.:i.:‘.t....4.k::.3.,,:e., .•+•.'• ..,;.4; ..:,...V.;4 •';*:*: ;:.,.,..i14•:i,, ...'•• • ';t.:•••''••••••••, .,.,..,'.' ''......':'• ... 'k 3Pf(•;••• 4NX••• ••••'';',V131,. - - 't .4.::Nt,. ' ""-'1. ::'•47;,,t:',.:..t.7.',. . • ••.,,..:.7:r ..,. '. •••••.,,,,,'' ••••••T''''• ,. :x' .f. ''.. ..,:;;;.,... .::',.. 7 .....,,.*:',1:4;4:.'...';''.:ii;;Ki::14.2.0.,;..:f.:' ,,. • A.. .; • :.*;'•..* ; ).;* •l• •':•C. •!.1)'• ''.:1:•••'•'•''..;,•:.•''V.r.Y.'.'.. ;•!••**'• •fit.'47,f7...... ..1•;e4•AM•a.,..**'*:, ..1.k; ...„;... .,;:t;•Z. .,:4„......,,,•:i..:;Te;•1•...4..e...ZIA,.•*"'*";1:•].' •n•,..4A.M.;.A:M17441444:.;..4.. ' ' A ., ,.,;;•'. 1...i.'X,‘*:.::.•.*.:Z**‘444,'..t....'.A.'.,,i,..*41.tg Ak....?Z' l'Ai.e •.''**A• *• : :,',:** .7'.••*'.•.*4. liftli;•*:••AZ ; ...:...•**** •'• '..•'.•; ...,• ..............;t: •4. + ••v.2.t:45-%in..T -C.T.• '....,:.%::*.:*!eiNfiN;MiigiNiZiatt::::.://, ** .. .t:'•iii •1••II.* lil ..***"...;:tZ',. '1'. i.::*:;...•••'•• ..4.'.,,....,,..4.;...:•)7; .e.:'.•;•.. 'i... ::* ;;:t.,i.,.....1,•144105100..t.';;:igf..4••• .'?.. • *• .',,' ** • '','•'''.:. ? ''4.:'>** .t.:''''.****;••'•.*4„„.5...!r.,:•;.L.Z.i.**A ..• • fi.t.• ti.K...., **.ii7... .-.....i,'. i.:... y; .'• ..* A. 4,*jr ,.***•••!;:: ***t.°P ,; .:..'•.•', .; .:t. •:t••••"C"•.•• •:•,..k•iiktalfritgate••**:., fe • . .. .. ,..........,„..„..,„W . • •0...1 ... ..... ... ..). . • • .. •V* . 4,;;;;tav:,......• ...;M•i ", ..t. • .... •• . ; ;;;.,...•'.•• *:',',:ii ::-.4.,i....4:1";,,.. -;:rx' •• .±.:.:, ;144.''''''' ...tilti.,Pt: . „, •i'• it•..; ":i:, .:*t. • i ''... . ....,,,,........„ 4... itia;$471;;:•01•470t•'; ' . .... .. ..•••• • ,.. 7.,...•.f.iii..:.iiria74:::',,',..,,:?,;..i........,,,S;#,'Arditit..4-,ti'sgWVAWF(*g. *,..:...„. ..Z.,1: 4. 474.4.4• :•.'•.:Artr•**,„..41.j,,,C Agefi,,,,,,,,:.* ..' ' •.,AL,.#:*.,,..ei." ,,,,.... •'''e.b.#1,:g44•44,i,.,,....'....-*. 4.4ii,to•• ••,:..z,v- ,•,,•••:,•-••-•-• ...------- - - - ....-: ...,...........••••••••• -••••,::::::•*.•••,,::::'•.:::•,;•:•;:*:::::::: ' 1.'•-- ' ..'.-••• .:i•:. -1)-***7,--7"".•...''....'........./' -'• ..:'• ••..•:-. 4.•:**'?"t'4`t,'"r-r-;:.••'.....•••:t.:-........':.•;.-..t.•,....••'•'•'••..7.,...7,...7:,„•,.....'';;.....'''''..;..'.,..7.',......: i:...,........,....:"Vx*E.'.'t....*E:ty..E.:E:E:...:',.:t••:;.7.r.:.'.:„_,_•.::::.:::::=;:.:;E:::,:':42...:".:.;%E.;;;.:4;:i.;.;.;•:•::.::::::,••••••:••••':::::....:::!fe. :.:.:EV4::,:::li::12•2;09:',74SEA1.4'., ; .**VS..•.,74 e...V..,,,c....'.. •.;......V:1LY 1.1„4. Y. AVP'••4,0*;;;;'• •[,;•ial.::"..2 •,V• .A s... ••.th....'"•‘••••• ' **. . ...,..':':;":',....'':'71q§7.'"' .141.4**'..'.:'•:•2 .Y'''';',i.r.„,.*'...'t.;44•;&•Z•V •V.*4* 4.4•:•,A...`'!''';•••!''''..C.7.•;'''':••'''''•416.kleNti:t..4,1 Kt•,•':5•...t=::*;, g.....7,-F!.:..t.4,,,,,,,,,,,,,,..,..4,4,................,.....,.......==,‘.. CO. t''''''F'•.::24.'•• ***ft'•;•v*.'•'':'''•• •''''';''V'''',C.:'4'''•";*7:1?'"1". 17''':;''';'''•'•.:5:'..•;•'•'****Z.%2:t4•:•''•::5'. :•-••••A ,;?''',:•,...,?!..4...yi:•:.•.:A. , ':.:'`.:.;:...,, ,o,,sf.::::..,:.,:::::::,,..,...,:.:',:.,..,..... ,... ....- !iii.'1,0-,.. tt,':',41t44,„ irlitTtri', ,, '.'r'•.7'7••.:%17.....,:•: :''''•*;"...';'..7,..1"•dif;4:1 7•;..4,34.'w,:r.,..,..414;,4,..:$4:*iviAA;T;q,:**i,7,,,,,40,3?:,',f,i:•,40,.7. ,,,, ,4,rgt•t10;; ;•;;:r,,i•,•;'::::;',,,A........n:,.,:grk,,K,: 44.:.t.',':'''''`,.g::'•'•'•'•'***AV'VV.'v ••• • •• • 'L;.i.4•'''4f A' •;:•4I*°f,,,,,,,,,.1 4°6,,, •.„.. ;1... .-.V.''....'. ....,.--i.:,,i, ,...V, ...'i..:....;;:0;44v...... . . .,;. ..7:..:F.). . !'sq.:* ** .r..T.",....'..'v•'•'`''''''...' •-•••''''• " • '-• •• '-• :t•'''''''in".•:::'''''''::4:•:'''CIXe •1'?.,!,,t't4:7-4E!'.......t...... .••';&.,::'PA.,:::i-Pg7;it4;1*,•4i:.:.',;.f.:•;, ... .„?........,.......,..•• ..:::.....T......N„,.,...,:„...,..„. .;...,. .....